Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
102-04 RESOLUTION
RESOLUTION NO. 10 2 - 04 A RESOLUTION AWARDING A CONSTRUCTION CONTRACT TO ARCHITECTURAL CONTRACTORS, INC., IN THE AMOUNT OF $314,135.00 TO CONSTRUCT T -HANGAR "H" AT THE FAYETTEVILLE MUNCIPAL AIRPORT; APPROVING A FIVE PERCENT (5%) PROJECT CONTINGENCY OF $15,707.00; AND APPROVING A BUDGET ADJUSTMENT OF $9,695.00 FOR SAME BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS. Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards a construction contract to Architectural Contractors, Inc. in the amount of $314,135.00 to construct T -Hangar "H" at the Fayetteville Municipal Airport. A copy of the contract, marked Exhibit "A" is attached hereto, and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a five percent (5%) project contingency of $15,707.00. Section 3. That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment of $9,695.00 for same. PASSED and APPROVED this 20th day of July 2004. ATTEST: By • SONDRA SMITH, City Clerk :U• ....................... '••SY6S. G(. !Z.11 • FAYETTEVILLE • 3 �'. c) • is %ys' RKA14 , S, APPROVED: By: DAN COODY, May • • CONTRACT THIS AGREEMENT, made and entered into on the aDAday of' timi1 2004, by and between Architectural Contractors, Inc., herein called Contractor, and the City of Fayetteville, Arkansas: WITNESSETH: That Architectural Contractors, Inc., for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1 That Architectural Contractors, Inc. shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled 8 Bay T — Hangar, Hangar "H" for Fayetteville Municipal Airport, Fayetteville, Arkansas, June 2004. Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond SHEET INDEX Sheet No. 1 2 3 4 5 6 E-1 E-2 Payment Bond General Conditions Supplemental Conditions Specifications Drawings (See Sheet Index below) Description Cover Site Plan Grading Plan Floor Plan — T -Hangar "H" Elevation and cross sections T - Hangar "H" Foundation Plan — T - Hangar "H" Electrical Plan — T - Hangar "H" Electrical Details 2. That the City of Fayetteville hereby agrees to pay to Architectural Contractors, Inc. for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of Three Hundred Fourteen Thousand, One Hundred Thirty -Five Dollars ($314,135.00). The Work will be substantially completed within 120 days after the date when the Contract Time commences to run as provided in the Notice To Proceed, and completed and ready for final payment in accordance with the General Conditions within 120 days after the date when the Contract Time commences to run. A Notice To Proceed, for materials purchasing only, shall be issued by the City of Fayetteville to Architectural Contractors, Inc. after execution of the Contract documents. A separate Notice To Proceed will be issued by the City of Fayetteville to 1 • • Architectural Contractors, Inc. to begin construction, at which time the 120 calendar day construction period shall begin. Liquidated Damages: The City of Fayetteville and Architectural Contractors, Inc. recognize that time is of the essence of this Agreement and the City of Fayetteville will suffer financial loss if the Work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize that the delays, expense, and difficulties involved in proving the actual loss suffered by the City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City of Fayetteville and Architectural Contractors, Inc. agree that as liquidated damages for delay (but not as a penalty) Architectural Contractors, Inc. shall pay the City of Fayetteville Five Hundred Dollars ($500.00) for each day that expires after the time specified in Paragraph 3 if Architectural Contractors, Inc. shall neglect, refuse, or fail to complete the Work within the time specified as properly extended by the City of Fayetteville. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to Architectural Contractors, Inc. on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by Architectural Contractors, Inc., LESS the retainage provided in the General Conditions, which is to be withheld by the City of Fayetteville until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the City of Fayetteville. That upon submission by Architectural Contractors, Inc. of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by Architectural Contractors, Inc. in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by Architectural Contractors, Inc. of all work covered by this Agreement and the acceptance of such work by the City of Fayetteville. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the City of Fayetteville shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, Architectural Contractors, Inc. shall, at its expense, within 5 days after the receipt bf notice from the City of Fayetteville, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City of Fayetteville. In such event, no further payment to Architectural Contractors, Inc. shall be deemed to be due under this Agreement until such new or additional secunty for the faithful performance of the work shall be furnished in manner and form satisfactory to the City of Fayetteville. 8. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the City of Fayetteville in writing. • • • IN WITNESS WHEREOF, the parties hereto have executed this -Agreement on the day and date first above written, in three (3) counterparts, each of which shall, without proof or accounting for the other counterparts, be deemed an original Contract. SEAL WITNESSES: ARCIIITECTURAL CONTRACTORS, INC. ..`d.....ttleq:psi _v• .mss E :FAYETTEVILLE: By jOii�_Title ATTEST:y'••,q 5; 4. CITY OF FAYETTEVILLE, ARKANSAS / eid;'��„�'GT • C flit otA /WAIL) B City Clerk Dan Coody, or Approved as to form: Attorney for the City of Fayetteville • • CONTRACT THIS AGREEMENT, made and entered into on the o2ot& day of 2004, by and between Architectural Contractors, Inc., herein called Contractor, and the City of Fayetteville, Arkansas: WITNESSETH: That Architectural Contractors, Inc., for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1. That Architectural Contractors, Inc. shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled 8 Bay T — Hangar, Hangar "H"for Fayetteville Municipal Airport, Fayetteville, Arkansas, June 2004. Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond SHEET INDEX Sheet No. 1 2 3 4 5 6 E-1 E-2 Payment Bond General Conditions Supplemental Conditions Specifications Drawings (See Sheet Index below) Description Cover Site Plan Grading Plan Floor Plan — T -Hangar "H" Elevation and cross sections T - Hangar "H" Foundation Plan — T - Hangar "H" Electrical Plan — T - Hangar "Ii" Electrical Details That the City of Fayetteville hereby agrees to pay to Architectural Contractors, Inc. for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of Three Hundred Fourteen Thousand, One Hundred Thirty -Five Dollars ($314,135.00). 3. The Work will be substantially completed within 120 days after the date when the Contract Time commences to run as provided in the Notice To Proceed, and completed and ready for final payment in accordance with the General Conditions within 120 days after the date when the Contract Time commences to run. A Notice To Proceed, for materials purchasing only, shall be issued by the City of Fayetteville to Architectural Contractors, Inc. after execution of the Contract documents. A separate Notice To Proceed will be issued by the City of Fayetteville to • • Architectural Contractors, Inc. to begin construction, at which time the 120 calendar day construction period shall begin. 4. Liquidated Damages: The City of Fayetteville and Architectural Contractors, Inc. recognize that time is of the essence of this Agreement and the City of Fayetteville will suffer financial loss if the Work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize that the delays, expense, and difficulties involved in proving the actual loss suffered by the City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City of Fayetteville and Architectural Contractors, Inc. agree that as liquidated damages for delay (but not as a penalty) Architectural Contractors, Inc. shall pay the City of Fayetteville Five Hundred Dollars ($500.00) for each day that expires after the time specified in Paragraph 3 if Architectural Contractors, Inc. shall neglect, refuse, or fail to complete the Work within the time specified as properly extended by the City of Fayetteville. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to Architectural Contractors, Inc. on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by Architectural Contractors, Inc., LESS the retainage provided in the General Conditions, which is to be withheld by the City of Fayetteville until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the City of Fayetteville. 6. That upon submission by Architectural Contractors, Inc. of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by Architectural Contractors, Inc. in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by Architectural Contractors, Inc. of all work covered by this Agreement and the acceptance of such work by the City of Fayetteville. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the City of Fayetteville shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, Architectural Contractors, Inc. shall, at its expense, within 5 days afterthe receipt of notice from the City of Fayetteville, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City of Fayetteville In such event, no further payment to Architectural Contractors, Inc. shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the City of Fayetteville. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the City of Fayetteville in writing. • • IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in three (3) counterparts, each of which shall, without proof or accounting for the other counterparts, be deemed an original Contract. SEAL - WITNESSES: ATTEST: „aTIV'Ffrr� �,••� K/T�rrR%, r\ac\T Y 0,e • • �� U•• •'3_ E ; FAYETTEVILLE Fr.tew. :s recIA .,y'NGTON�o` '1�. c City Clerk Approved as to form: ARCHI I'tCTURAL CONTRACTORS, INC. By .Jc ($ Title CITY OF FAYETTEVILLE, ARKANSAS Attorney for the City of Fayetteville NAME OF FILE: CROSS REFERENCE: Item # Date • Resolution No. 102-04 wlcontract and project manual Document • 1 06/30/04 memo to mayor & City Council 2 draft resolution 3 proposed contract 4 letter to Ray Boudreaux from McClelland Consulting Eng. 5 copy of budget adjustment 6 Staff Review Form 7 memo to Ray Boudreaux 8 transmittal from McClelland Consulting Engineers 9 10 11 12 13 14 15 16 NOTES: • City Council Meeti July 20, 2004 D 7/zD/'' Agenda Ite umber: /02- Ye-data QZafata CITY COUNCIL AGENDA MEMO TO: Mayor and City Council THRU: Staff Contract Review Committee FROM: Ray M. Boudreaux, Director, Aviation and Econojic Development DATE: June 30, 2004 SUBJECT: Approval of award of contract to build T Hangar H at the Fayetteville Municipal Airport, Drake Field to Architectural Constructors Inc. RECOMMENDATION: Approve award of contract to construct T Hangar H at FMA Drake Field to Architectural Contractors Inc for $314,135.00 plus a 5% contingency for a total project cost of $329,841.75. The Airport Board will approve the project at their July 8, 2004 meeting. BACKGROUND• The Airport Board approved the construction of T hangar H in the 2004 capital program. The City Council approved Resolution 24-04 for the application and acceptance of a State of Aeronautics Grant for the construction in the amount of $100,000.00. The City Council Resolution 25-04 approved task order No. 3 with McClelland Consulting Engineers for the project engineering The purpose of this council action is to approve the contract for construction. DISCUSSION: This project was originally bid in May and all bids were rejected as they were more than 125% of engineering estimates. Estimates were recomputed due to the recent increase in the price of steel and the project was modified to reduce the cost. The original budget for the capital project proposed in 2003 was $250,000 plus engineering. The updated cost estimate was $378,488. The low bid, while in excess of the original price is acceptable in the current environment. The price will never be lower for the building The low bid is below the updated estimate. BUDGET IMPACT: Engineering estimate for the project was $378,488. Engineering fees are $18,850.00 and include design, bid documents and bid administration and construction oversight. The State Department of Aeronautics has approved a grant for $100,000.00 for this project. Total cost of $314,135 plus engineering is acceptable and funds are available. Attachments: Staff Review Form, Construction Contract Aviation and Economic Development Department Fayetteville Municipal Airport, Drake Field 4500 South School Avenue, Suite F Fayetteville, Arkansas 72701 Ray M. Boudreaux, Director • • RESOLUTION NO. A RESOLUTION AWARDING A CONSTRUCTION CONTRACT TO ARCHITECTURAL CONTRACTORS, INC., IN THE AMOUNT OF $314,135.00 TO CONSTRUCT T -HANGAR "H" AT THE FAYETTEVILLE MUNCIPAL AIRPORT; APPROVING A FIVE PERCENT (5%) PROJECT CONTINGENCY OF $15,707.00; AND APPROVING A BUDGET ADJUSTMENT OF $9,695.00 FOR SAME. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards a construction contract to APAC-Arkansas, Inc., McClinton - Anchor Division in the amount of $314,135.00 to construct T -Hangar "H" at the Fayetteville Municipal Airport. A copy of the contract, marked Exhibit "A" is attached hereto, and made a part hereof. Section 2. That the City Council of the City of Fayetteville, Arkansas hereby approves a five percent (5%) project contingency of $15,707:00: Section 3. That the City Council of the C t. 6 y$tteville,. Arkansas hereby approves a budget adjustment of $9,695.00 Ergs e PASSED and APPROVED this 200 `+ay of Julyi2'0! ATTEST: NDRA SMITH, City Clerk DAN COODY, Mayor • • • CONTRACT THIS AGREEMENT, made and entered into on the day of 2004, by and between Architectural Contractors, Inc., herein called Contractor, and the City of Fayetteville, Arkansas: WITNESSETH: That Architectural Contractors, Inc., for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: 1. That Architectural Contractors, Inc. shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled 8 Bay T — Hangar, Hangar "H"for Fayetteville Municipal Airport, Fayetteville, Arkansas, June 2004. Advertisement for Bids Instructions to Bidders Bid and acceptance thereof Performance Bond SHEET INDEX Sheet No. Payment Bond General Conditions Supplemental Conditions Specifications Drawings (See Sheet Index below) Description 1 Cover 2 Site Plan 3 Grading Plan 4 Floor Plan — T -Hangar "H" 5 Elevation and cross sections T - Hangar "H" 6 Foundation Plan — T - Hangar "H" E-1 Electrical Plan — T - Hangar "H" E-2 Electrical Details 2. That the City of Fayetteville hereby agrees to pay to Architectural Contractors, Inc. for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of: Three Hundred Fourteen Thousand, One Hundred Thirty -Five Dollars ($314,135.00). 3. The Work will be substantially completed within 120 days after the date when the Contract Time commences to run as provided in the Notice To Proceed, and completed and ready for final payment in accordance with the General Conditions within 120 days after the date when the Contract Time commences to run. A Notice To Proceed, for materials purchasing only, shall be issued by the City of Fayetteville to Architectural Contractors, Inc. after execution of the Contract documents. A separate Notice To Proceed will be issued by the City of Fayetteville to t • • Architectural Contractors, Inc. to begin construction, at which time the 120 calendar day construction period shall begin. 4. Liquidated Damages: The City of Fayetteville and Architectural Contractors, Inc. recognize that time is of the essence of this Agreement and the City of Fayetteville will suffer financial loss if the Work is not completed within the times specified in above, plus any extensions thereof allowed in accordance with the General Conditions. They also recognize that the delays, expense, and difficulties involved in proving the actual loss suffered by the City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City of Fayetteville and Architectural Contractors, Inc. agree that as liquidated damages for delay (but not as a penalty) Architectural Contractors, Inc. shall pay the City of Fayetteville Five Hundred Dollars ($500.00) for each day that expires after the time specified in Paragraph 3 if Architectural Contractors, Inc. shall neglect, refuse, or fail to complete the Work within the time specified as properly extended by the City of Fayetteville. 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to Architectural Contractors, Inc. on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by Architectural Contractors, Inc., LESS the retainage provided in the General Conditions, which is to be withheld by the City of Fayetteville until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the City of Fayetteville. That upon submission by Architectural Contractors, Inc. of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by Architectural Contractors, Inc. in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by Architectural Contractors, Inc. of all work covered by this Agreement and the acceptance of such work by the City of Fayetteville. It is further mutually agreed between the parties hereto that if, at any time after the execution of this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the City of Fayetteville shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, Architectural Contractors, Inc. shall, at its expense, within 5 days after the receipt of notice from the City of Fayetteville, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City of Fayetteville In such event, no further payment to Architectural Contractors, Inc. shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the City of Fayetteville. 8. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the City of Fayetteville in writing. 1 • • • IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the day and date first above written, in three (3) counterparts, each of which shall, without proof or accounting for the other counterparts, be deemed an original Contract. SEAL. WITNESSES: ARCHITECTURAL CONTRACTORS, INC. ATTEST: CITY OF FAYETTEVILLE, ARKANSAS By City Clerk Dan Coody, Mayor Approved as to form: Attorney for the City of Fayetteville 07/01/2004 08:22 47944392 MCE ON5� ANG I P($IGNFD io sfRvE7 ENGINEERS, INC MCCLELLAND ENGINE. June 30, 2004 Mr. Ray Boudreaux Airport Manager Fayetteville Municipal Airport 4500 So School Street, Suite F Fayetteville, AR 72701 PAGE 02 P.O. BOX 1229 Fayetteville, Mantas 71701-1229 479-443-2377 FAX 479-443.9241 RECEiiVED J U L 0 1 2004 AIRPOkT RE: Recommendation to Award the Construction Contract 8 -Bay T Hangar Project Dear Mr. Boudreaux Reference is made to the June 29th bid opening for the City's proposed T -Hangar project. As you know, we received two bads, with the lower of the two being reasonably dose to the amount that the City has budgeted for the job. The bid tabulation transmitted herewith verifies the accuracy of the bids submitted by the prospective cone The lowest bidder was, therefore, Architectural Contractors, Inc. with a Total Base Bid of $314,135.00. Because we have worked with them on multiple occasions, we recognize that this Contractor is capable of satisfactonly completing this project. Also, Importantly, the Contractor is appropriately licensed In the State of Arkansas. Ther, we recommend that the City accept their bid and award the construction contract to Architectural Contractors, Inc. rn the lump sum amount of $314,135.00. mAward c«mact.em 07/01/2004 08:22 4794439. • Page2 MCC D LQ ENGIe PAGE 03 June 30, 2004 However, if there are budgetary constraints that preclude the award of a contract for the bid amount then, based upon current law as we understand it, you may choose to negotiate with the Contractor in an attempt to reduce the cost We will be happy to participate in such a negotiation but, frankly, we are unaware of any places where significant cost reductions are likely to be achieved without compromising the quality of the end product. if/when the City makes a determination in this regard we will be happy to assist with the paperwork to move the project toward construction. Meanwhile, if you have questions or comments regarding the process or about our recommendation, please let me know. We appreciate the opportunity to continue working with the City and we look forward to the successful completion of this project Sincerely, McClelland Consulting Engineers, Inc. Enclosure: Certified Bid Tabulation Copy Ms. Peggy Vice, Purchasing Mgr., Fayetteville, 113 W. Mountain Ji2009042f0AC iRb Awns Ca ootooc {VEI General Contractors flArchitectural Contractors, Inc. NAME OF BIDDER i I 1 I 1 00100ZS 00'008'8S£S a TRENCH & TOTAL LUMP BASE I EXCAVATION BID SAFETY SYSTEM Ca J a Ca N 0 0 N J 0 0 0 o I . City of Fayetteville, Arkansas Budget Adjustment Form Budget Year 2004 Department: General Government Division: Aviation & Economic Development Program: Capital Date Requested 7/1/2004 Adjustment Number Project or Item Requested: $9,695 in Building Costs account. Project or Item Deleted: $9,695 in Pavement Maintenance & Rehabilitation account. Justification of this Increase: Will provide for an adjustment to the project budget for contingency expense Justification of this Decrease: This project is complete. Will use a portion of the unused budget. Account Name Building costs Account Name Pavement Maint & Rehab Increase Expense (Decrease Revenue) Account Number Amount 5550 3960 5804 00 Decrease Expense (Increase Revenue) Account Number Project Number 9,695 O3oi3 / Amount Project Number 5550 3960 7820 29 - 9,695 0012.9 Approval Signatures Reques rens '„ent )'rector tive Services Director //IP stiAI r Date 7,7-e/ Date ate Mayor Date 7Da7/—r`/ Budget Office Use Only Type: A B Date of Approval Posted to General Ledger Posted to Project Accounting Entered in Category Log C Date Date Date Initial Initial Initial Date Initial X AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW STAFF VIEW FORM - FINANCIAL OBLIGATI, Construct T -Hangar Architectural Contractors, For the Fayetteville City Council Meeting of: July 20, 2004 FROM: Ray M: Boudreaux Name Aviation & Economic Development General Government Division Department ACTION REQUIRED: A Resolution to award a contract with Architectural Contractors, Inc., Attn: Jay Berryman, 2013 N Old Missouri Rd, Springdale, AR, 72764, phone: 479-756-3547, to construct T -Hangar "H" at the Fayetteville Municipal Airport, Drake Field. Approval of a 5% Project Contingency in the amount of $15,707.00. Approval of a Budget Adjustment in the amount of $9,695.00. Forward to Mayor for signature. COST TO CITY: $329,842.00 S 350,000.00 8 Bay T -Hangars Cost of this request Category/Project Budget Program Category / Project Name 5550.3960.5804.00 $ 29,853.00 Capital Account Number Funds Used to Date Program / Project Category Name 03013-1 $ 320,147.00 Airport Project Number Remaining Balance Fund Name BUDGET REVIEW: udget Manager X Budgeted Item X Budget Adjustment Attached 7 2-6% Date CONTRACT/GRANT/LEASE REVIEW:. City nyAletto 2/-9-1f-(1- 7/2 D Internal Auditor Date Purchasing Manager Date STAFF RECOMMENDATION: Staff recommends approval Dep tment Director Fiancd & Internal Services Dir. e Date istrative Officer Mayor Date Received in Mayor's Office Cross Reference: Previous Ord/Res#: Orig. Contract Date: Orig. Contract Number: New Item: Date 25-04 McClelland Eng 24-04 State Grant Yes No X FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS City Clerk Division DEPARTMENTAL CORRESPONDENCE • 113 West Mountain Fayetteville, AR 72701 Telephone: (479) 575-8323 To: Ray Boudreaux Aviation & Economic Development From: Clarice Buffalohead-Pearman 094 City Clerk Division Date: July 23, 2004 Re: Resolution No. 102-04 The City Council passed a resolution, July 20, 2004, awarding Bid 04-48 to Architectural Contractors, Inc. to construct T -hangar "H" and approving a project contingency amount. The Council also approved a budget adjustment. I have attached a copy of the resolution, one of two originals of the contract and a copy of the budget adjustment. The resolution will be recorded in the city clerk's office and microfilmed. If anything else is needed please let the clerk's office know. /cbp attachments cc: Nancy Smith, Internal Auditor Barbara Fell, Budget & Research • RECFF'.'FD McCLELLAND CONSULTING ENGINEERS, INC. 1810 N College Ave. P O. Box 1229 FA1ETIENLLE A1272702-1229 479/443-2277 479/443-9241 FAX AUb et 5 2004 CIN OF FAYETTEVILLE CITY CLERK'S OFFICE TRANSMITTAL McCLELLAND CONSULTING I DESIGNED r0 "EVE I ENGINEERS, INC. To: City Clerk City of Fayetteville 113 W Mountain St. Fayetteville, AR 72701 DATE: August 5, 2004 PROJECT NUMBER: FY042104 ATTENTION: RE: T-Hangar"H" Fayetteville. Municipal Airport WE ARE SENDING YOU: ❑ SHOP DRAWINGS ❑ COPY OF LETTER O SPECIFICATIONS ❑ PLANS O PRINTS ❑ SAMPLES ❑ FLOPPY DISK ❑ CHANGE ORDER ❑ FACSIMILE ® ATTACHED ❑ UNDER SEPARATE COVER VIA COPIES DATE NO. DESCRIPTION 1 8-2-2004 Complete set of Contract Documents PLEASE CHECK AND ADVISE IF ENCLOSURES ARE NOT AS LISTED. THESE ARE TRANSMITTED (AS CHECKED BELOW) O FOR APPROVAL ® AS REQUESTED ❑ REVIEWED FOR GENERAL COMPLIANCE 0 RESUBMIT COPIES FOR APPROVAL 0 SUBMIT COPIES FOR DISTRIBUTION El FOR YOUR USE 0 FOR REVIEW AND COMMENT 0 REVIEWED FOR NOTED COMMENTS ❑ FOR YOUR INFORMATION ❑ FOR DISTRIBUTION REMARKS: . COPY TO: ❑ RETURNED FOR CORRECTIONS 0 RETURN CORRECTED PRINTS BY: McCLELLAND CONSULTING ENGINEERS, INC. J:\2004\O42104\Correspondence\City ClerkTransmittal-0805.doc • MICROPILMEb PROJECT MANUAL 8 BAY T - HANGAR ' HANGAR "I3" FOR FAYETTEVILLE MUNICIPAL AIRPORT ' FAYETTEVILLE, ARKANSAS % ' McCLELLAND 2' CONSULTING [' ENGINEERS, Inc. J No.24 ' JUNE, 2004 %��9NSAS ATE 'ART; id AS b .a •a E YSTI;RE MCE PROJECT NO. FY042104 1 • 1 Original Signature On Fill MCE McClelland Consulting DESIGNED • 70 SERVE Engineers, Inc. RECEi\IFD ' AUG A5 2004 CITY OF FAYETTEVILLE CITY CLERK'S OFFICE z3 I C 1 I I I I H iI I I I I C f, ADDENDUM NO. 2 June 28, 2004 8 -BAY T -HANGAR HANGAR H For FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS PROJECT NO. FY042104 The following clarification is hereby made relative to the bid documents for the project referenced above. DRAWINGS: SHEETS 4 and 5, 10' WIDE X 12' HIGH OVERHEAD DOORS (2 Each) — The Drawings show two separate 10'x12' overhead doors in opposite corners of the T -Hangar. These doors are to be completely compatible with the hangar manufacturer's building system. They are to be constructed of materials similar to the hangar building materials and are to be finished to closely match the color scheme of the hangar building. They shall be sectional doors manufactured by a firm with a minimum of five years experience in the fabrication and installation of sectional doors. A list of five projects of similar design and complexity completed within the past five years must be provided with the submittal drawings for the overhead doors. Provide doors, tracks, and accessories from one manufacturer. Sectional overhead doors are not required to be insulated and shall not have windows. They are to be manually -powered (no pull rope or chain), spring - operated doors capable of withstanding 10,000 operation cycles without failure. They shall be fitted with galvanized steel hinges and fixtures, and ball bearing rollers with hardened steel races. A manually -operated interior galvanized single unit lock shall be provided as a part of the overhead door system. [1 J:\2004'042104\Spca\ ddmdum No. 2.doc I I I I H LJ H H I I I I I Li 1] C Effective weatherstripping must be provided, including flexible PVC on the bottom section of the overhead door and at jamb and header seals. Shop drawings must by submitted for approval prior to fabrication. Include detailed plans, elevations, detail of framing members, required, clearances, anchors, and accessories. Include relationship with adjacent materials. The overhead door system structure is to be fully capable of resisting the same loadings as required for the wall system of the hangar building. This addendum consists of 2 pages of written documentation. Except as amended by this addendum and all previous addenda, the requirements of the project as set forth in the original bid documents shall remain in effect. This addendum must be acknowledged in the space provided on the Bid Form. John C. Quinn, P.E. Arkansas #4314 11 J:\2004\042104\Sp=\Adda�dum No. 2.doc Li L L I I J H I I I I I ADDENDUM NO. I June 28, 2004 8 -BAY T -HANGAR HANGAR H For FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS PROJECT NO. FY042104 The following change is hereby made to the bid documents for the project referenced above. DRAWINGS: SHEET 2, TYPE II LIGHTED BARRICADE — The Owner will provide the Type II Lighted Barricade(s) as required for the project. The Contractor will be responsible for erecting and positioning the barricades during the construction activities. SHEET 3, GRADING PLAN, ASPHALT — The elevation at the right-hand end of Section A -A should be 1233.94. ' This addendum consists of! page of written documentation. Except as amended by this addendum, the requirements of the project as set forth in the original bid documents shall remain in effect. This addendum must be acknowledged in the space provided on the Bid Form. • o C. Quinn, P.E. • Arkansas #4314 L ' J:\2004\042104\Spea\00600•l.doc PROJECT MANUAL 8 BAY T - HANGAR HANGAR "H" FOR FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS JUNE, 2004 MCE PROJECT NO. FY042104 Prepared By: McClelland Consulting Engineers, Inc. 1810 North College P.O. Box 1229 Fayetteville, Arkansas 72701 (479) 443-2377 TABLE OF CONTENTS MCE PROJECT NO. FY042104 8 BAY "T" HANGAR SECTION NO. SECTION TITLE NO. OF PAGES PART I BIDDING REQUIREMENTS 00030 ADVERTISEMENT FOR BIDS ....................................................... 2 00100 INSTRUCTIONS TO BIDDERS ...................................................... 7 00200 INFORMATION AVAILABLE TO BIDDERS ............................... 1 GEOTECHNICAL REPORT WAGE RATES ' 00300 BID FORM LUMP SUM.................................................................. 5 00350 BID BOND ................... 2 NOTICE OF SELECTION................................................................ 1 ' PART II CONTRACT FORMS 00500 CONTRACT..................................................................................... 3 00600-1 PERFORMANCE BOND.....................................................a........... 2 00600-2 PAYMENT BOND........................................................................... 2 - NOTICE TO PROCEED................................................................... I PART III CONDITIONS OF THE CONTRACT ' 00700 GENERAL CONDITIONS............................................................... 28 00800 SUPPLEMENTARY CONDITIONS..................................4.4........... 4 ' PART IV SPECIFICATIONS DIVISION 1 GENERAL REQUIREMENTS 01000 Abbreviations.................................................................................... 2 ' 01009 Summary of Work............................................................................. 2 01011 Site Conditions.................................................................................. 3 01014 Protection of the Environment.......................................................... 2 ' 01016 Safety Requirements and Protection of Property ............................... 3 01027 Applications For Payment................................................................. 2 01028 Change Order Procedures.................................................................. 2 ' 01030 Alternatives....................................................................................... 1 01210 Preconstruction Conferences............................................................. 01300 Submittals During Construction........................................................ 7 ' 01311 Schedule and Sequence of Operations .............................................. 2 01400 Quality Control.................................................................................. 3 01500 Temporary Construction Facilities and Utilities ............................... 3 ' 01700 Contract Closeout.............................................................................. 2 01710 Cleaning............................. ........................... .......... 2 01720 Project Record Documents................................................................ 2 DIVISION 2 SITE WORK 02220 Demolition......................................................................................... 3 ' 02300 Earthwork.......................................................................................... 8 02746 Asphalt Surfacing.............................................................................. 3 02923 Seeding...... ................................. 3 I TABLE OF CONTENTS MCE PROJECT NO. FY042104 8 BAY "T" HANGAR Continued DIVISION 3 CONCRETE 03210 03300 Reinforcing Steel.............................................................................. Cast -in -Place Concrete.......... .................. ............................... ........... 3 17 DIVISION 4 MANSONRY 04230 Reinforced Concrete Masonry Units ................................................. 12 DIVISION 7 THERMAL & MOISTURE PROTECTION 07194 07210 Under Slab Vapor Barrier................................................................. Building Insulation... ............ .......... 2 2 DIVISION 9 FINISHES 09250 09900 Gypsum Drywall............................................................................... Painting............................................................................................. 9 12 Paint System Data Sheet Color Selection Chart DIVISION 13 SPECIAL CONSTRUCTION 13121 Pre -Engineered Buildings... ............................. ................. ................. 10 ELECTRICAL SPECIFICATIONS FURNISHED BY ELECTRICAL ENGINEER APPENDIX OSHA Standard for Excavation and Trenches Safety Program Arkansas State Licensing Law for Contractor I I I I I I I 'I I I PART I I BIDDING REQUIREMENTS 1 I I I I I I I Li I I I Li I J I I I L I I ADVERTISEMENT FOR BIDS Bid No. 04-48 Bids: PROJECT: 8 BAY T- HANGAR "H" FAYETTEVILLE MUNICIPAL AIRPORT FAYETTEVILLE, ARKANSAS MCE Project No.: FY042104 McClelland Consulting Engineers Inc 1810 North College P.O. Box 1229 Fayetteville, Arkansas 72701 Phone: (479) 443-2377 City of Fayetteville, Arkansas will receive sealed bids on a General Contract, 8 Bay T- Hangar for Fayetteville Municipal Airport. Bids shall be on a lump sum basis. City of Fayetteville, Arkansas will receive Bids until 2:00 p.m. Local Time on June 29.2004 at Purchasing Department Room No. 306, City Hall, 113 W. Mountain St, Fayetteville, Arkansas 72701. Bids received after this time will not be accepted. Bids will be opened and publicly read aloud immediately after specified closing time. All interested parties are invited to attend. Bidding Documents may be examined at the offices of the Engineer and at: ABC Plans Room F.W. Dodge Reports Construction Market Data Southern Reprographics 5100 East Skelly P.O. Box 1109 (72203) 2905 Point Circle Suite 1010 1501 N. Pierce, Suite 101 Fayetteville, AR 72704 Tulsa, OK 74135 Little Rock, AR 72207 NW Ark Planning Room 103A Apple Blossom Rd. Lowell, AR 72745 479-750-7704 IFY042104 DRAKE FIELD 'T' HANGAR 00030- 1 I Copies of the Bidding documents may be obtained at the Engineers office in accordance with the Instructions to Bidders upon depositing the sum of $75.00 for each set of documents. Return of documents is not required, and amount paid for documents is not refundable. Partial sets are not available. ' Each Bid must be submitted on the prescribed form and accompanied by a certified check or bid bond executed on the prescribed form, payable to the City of Fayetteville, Arkansas in an amount not less than 5 percent of the amount bid. For information concerning the proposed work, contact the Engineers office. ' The attention of the Bidder is directed to the applicable federal and state requirements and conditions of employment to be observed and minimum wage rates to be paid under this contract. "Pursuant to Arkansas Code Annotated 22-9-203", the City of Fayetteville, Arkansas encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville, Arkansas encourages all general contractors to subcontract portions of their contract to qualified small, minority, and women business enterprises. ' The Owner reserves the right to waive irregularities and to reject bids and to postpone the award of the Contract for a period of time which shall not exceed beyond 30 days from the bid opening date. The city intends to award this contract at the July 20, 2004 City Council Meeting. CITY OF FAYETTEVILLE, ARKANSAS ' Bid No. 04-48 Peggy Vice Purchasing Officer I I I I I F IFY042104 DRAKE FIELD "T" HANGAR 00030-2 DOCUMENT 00100 INSTRUCTIONS TO BIDDERS PARAGRAPH NO.mTLE PAGE NO. 1. FORMAT..................................................................................................................................... 1 2. SPECIFICATION LANGUAGE................................................................................................. 1 3. GENERAL DESCRIPTION OF THE PROJECT........................................................................ 1 4. QUALIFICATION OF CONTRACTORS................................................................................... 1 5. DOCUMENT INTERPRETATION............................................................................................ 1 6. BIDDER'S UNDERSTANDING................................................................................................. 2 7. PROJECT MANUAL AND DRAWINGS.................................................................................. 2 8. TYPE OF BID....... ........ ....... .......... 3 9. TRENCH AND EXCAVATION SAFETY SYSTEM................................................................ 3 10. ALTERNATES............................................................................................................................ 3 11. PREPARATION OF BIDS.......................................................................................................... 3 12. STATE AND LOCAL SALES AND USE TAXES.................................................................... 3 13. SUBMISSION OF BIDS............................................................................................................. 4 14. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID ..................................................... 4 15. WITHDRAWAL OF BID............................................................................................................ 4 16. BID SECURITY.......................................................................................................................... 4 17. RETURN OF BID SECURITY................................................................................................... 5 18. AWARD OF CONTRACT.......................................................................................................... 5 19. BASIS OF AWARD.................................................................................................................... 5 20. EXECUTION OF CONTRACT.................................................................................................. 5 21. PERFORMANCE AND PAYMENT BONDS............................................................................ 6 22. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND ............................................. 6 23. TIME OF COMPLETION........................................................................................................... 7 24. PROVIDING REQUIRED INSURANCE................................................................................... 7 I C1 I I I fl I I I I I I DOCUMENT 00100 INSTRUCTIONS TO BIDDERS 1. FORMAT The Contract Documents are divided into Parts, Divisions, and Sections in keeping with accepted industry practice in order to separate categories of subject matter for convenient reference thereto. Generally, there has been no attempt to divide the Specification Sections into work performed by the various building trades, work by separate subcontractors, or work required for separate facilities in the Project. 2. SPECIFICATION LANGUAGE "Command" type sentences are used in Contract Documents. These refer to and are directed to the Contractor. 3. GENERAL DESCRIPTION OF THE PROJECT A general description of the Work to be done is contained in the ADVERTISEMENT FOR BIDS. The scope is indicated on the accompanying Drawings and specified in applicable parts of these Contract Documents. 4. QUALIFICATION OF CONTRACTORS The prospective bidders must meet the statutorily prescribed requirements before Award of Contract by the Owner. Before a Contract will be awarded for the work contemplated herein, the Owner will conduct such investigation as is necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified under this Contract. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. 5. DOCUMENT INTERPRETATION The Contract Documents governing the Work proposed herein consist of the Drawings and all material bound herewith. These Contract Documents are intended to be mutually cooperative ' and to provide all details reasonably required for the execution of the proposed Work. Any person contemplating the submission of a Bid shall have thoroughly examined all of the various parts of these Documents, and should there be any doubt as to the meaning or intent of ' said Contract Documents, the Bidder should request of the Engineer, in writing (received by the Engineer at least 5 working days prior to bid opening) an interpretation thereof. I J FY042104 DRAKE FIELD'T HANGAR 00100-I I Any interpretation or change in said Contract Documents will be made only in writing, in the form of Addenda to the Documents which will be furnished to all Bidders receiving a set of the Documents. Bidders shall submit with their Bids, or indicate receipt, of all Addenda The Owner or Engineer will not be responsible for any other explanation or interpretations of said Documents not issued in writing by Addendum. 6. BIDDER'S UNDERSTANDING Each Bidder must inform himself of the conditions relating to the execution of the Work, and it is assumed that he will inspect the site and make himself thoroughly familiar with all the Contract Documents. Failure to do so will not relieve the successful Bidder of his obligation to enter into a Contract and complete the contemplated Work in strict accordance with the Contract Documents. It shall be the Bidder's obligation to verify for himself and to his complete satisfaction all information concerning site and subsurface conditions. Information derived from topographic maps, or from Drawings showing location of utilities and structures will not in any way relieve the Contractor from any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terms of the Contract Documents. ' Each Bidder shall inform himself of, and the Bidder awarded a Contract shall comply with, federal, state, and local laws, statutes, and ordinances relative to the execution of the Work. This requirement includes, but is not limited to, applicable regulations concerning minimum wage rates, nondiscrimination in the employment of labor, protection of public and employee safety and health, environmental protection, the protection of natural resources, fire protection, burning and nonburning requirements, permits, fees, contractor's license, nonresident contractors' notice and bond requirements, and similar subjects. 7. PROJECT MANUAL AND DRAWINGS , No return of Drawings is required and no refund will be made. The successful bidder will be furnished three sets of Documents without charge. Any additional copies required will be furnished to the Contractor at 7$ 5.00 per set. Partial sets will not be available. P' H I I FY042104 DRAKE FIELD rn HANGAR 00100-2 ' I 8. TYPE OF BID A single lump sum price shall be submitted in the appropriate place on the bid. The total amount to be paid the Contractor shall be the amount of the lump sum bid as adjusted for ' additions or deletions resulting from additive or deductive bid alternates or change orders during construction. The bidder shall furnish a breakdown of his lump sum bid as stated in the bid. 9. TRENCH AND EXCAVATION SAFETY SYSTEM ' IN ACCORDANCE WITH ACT 291 OF 1993, BIDDERS MUST PROVIDE A SEPARATE PRICE FOR TRENCH AND EXCAVATION SAFETY PROGRAMS IN THE SPACE PROVIDED ON THE BID FORM. FAILURE TO DO SO WILL SUBJECT THE BIDDER 'TO DISQUALIFICATION. 10. ALTERNATES Not used. ' 11. PREPARATION OF BIDS ' All blank spaces on the Bid Form must be filled in, preferably in BLACK ink, in both words and figures where required. No changes shall be made in the phraseology of the forms. Written amounts shall govern in cases of discrepancy between the amounts stated in writing ' and the amounts stated in figures. In case of discrepancy between unit prices and totals, unit prices will prevail. ' Any Bid shall be deemed informal which contains material omissions, or irregularities, or in which any of the prices are obviously unbalanced, or which in any manner shall fail to conform to the conditions of the published ADVERTISEMENT FOR BIDS. Cl I I I I I I Only one bid from any individual, firm, partnership, or corporation, under the same or different names, will be considered. Should it appear to the Owner that any Bidder is interested in more than one bid for Work contemplated, all bids in which such Bidder is interested will be rejected. The Bidder shall sign his Bid Form on the blank space provided therefor. If Bidder is a corporation, the legal name of the corporation shall be set forth above, together with the signature of the officer or officers authorized to sign Contracts on behalf of the corporation. If Bidder is a partnership or sole proprietorship, the true name of the firm shall be set forth above, together with the signature of the sole proprietor, partner or partners authorized to sign Contracts in behalf of the firm. If signature is by an agent, other than an officer of a corporation or a member of a partnership or sole proprietor, a notarized power -of - attorney must be on file with the Owner prior to opening of bids or submitted with the Bid. 12. STATE AND LOCAL SALES AND USE TAXES Unless the Supplementary Conditions contains a statement that the Owner is exempt from state sales tax on materials incorporated into the Work due to the qualification of the Work FY042104 DRAKE FIELD "T" HANGAR 00100-3 under this Contract, all state and local sales and use taxes, as required by the laws and statutes of the state and its political subdivisions, shall be paid by the Contractor. Prices quoted in the Bid shall include all nonexempt sales and use taxes, unless provision is made in the Bid Form ' to separately itemize the tax. 13. SUBMISSION OF BIDS All Bids must be submitted, not later than the time prescribed, at the place, and in the manner set forth in the ADVERTISEMENT FOR BIDS. Bids must be made on the Bid Form provided herein. Each Bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions in the ADVERTISEMENT FOR BIDS. 14. TELEGRAPHIC OR WRITTEN MODIFICATION OF BID Any Bidder may modify his bid by telegraphic orwritten communication at any time prior to ' the scheduled closing time for receipt of bids, provided such communication is received by the Owner prior to the closing time. The telegraphic or written communication should not reveal the bid price; it shall, however, state the addition or subtraction or other modification so that the final prices or terms will not be known by the Owner until the sealed bid is opened. 15. WITHDRAWAL OF BID Any Bid may be withdrawn prior to the scheduled time for the opening of bids either by , telegraphic or written request, or in person. No Bid may be withdrawn after the time scheduled for opening of Bids, unless the time specified in Item, AWARD OF CONTRACT, ' of these INSTRUCTIONS TO BIDDERS shall have elapsed. 16. BID SECURITY Bids must be accompanied by cash, a certified check, or cashier's check drawn on a bank in good standing, or a bid bond issued by a Surety authorized to issue such bonds in the State where the Work is located, in the amount of 5 percent of the total amount of the Bid submitted. This bid security shall be given as a guarantee that the Bidder will not withdraw his Bid for a period of 90 days after bid opening, and that if awarded the Contract, the successful Bidder will execute the attached Contract and furnish properly executed Performance and Payment Bonds, each in the full amount of the Contract price within the time specified. , The Attorney -in -Fact (Resident Agent) who executes this bond in behalf of the Surety must attach a notarized copy of his power -of -attorney as evidence of his authority to bind the Surety on the date of execution of the bond. I FY042104 DRAKE FIELD O r HANGAR 00100-4 , I I I Li C I I I J I I UI I All bid bonds and Contract bonds shall be executed by a LICENSED AGENT of the Surety as licensed by the Arkansas Insurance Commissioner and in all ways complying with the laws of the State of Arkansas. The mere countersigning of a bond will not be sufficient. If the Bidder elects to furnish a Bid Bond, he shall use the Bid Bond form bound herewith, or one conforming substantially thereto in form and content. 17. RETURN OF BID SECURITY Within 15 days after the award of the Contract, the Owner will return the bid securities to all Bidders whose Bids are not to be further considered in awarding the Contract. Retained bid securities will be held until the Contract has been finally executed, after which all bid securities, other than Bidders' bonds and any guarantees which have been forfeited, will be returned to the respective Bidders whose Bids they accompanied. 18. AWARD OF CONTRACT Within 30 calendar days after the opening of Bids, unless otherwise stated in the ADVERTISEMENT FOR BIDS or SUPPLEMENTARY CONDITIONS of these Documents, the Owner will accept one of the Bids or will act in accordance with BASIS OF AWARD, below. The acceptance of the Bid will be by written notice of award, mailed or delivered to the office designated on the Bid Form. In the event of failure of the lowest responsible and responsive qualified Bidder to sign and return the Contract with acceptable Performance and Payment Bonds, as prescribed herein, the Owner may award the Contract to the next lowest responsible and responsive qualified Bidder. Such award, if made, will be made within 90 days after the opening of Bids. 19. BASIS OF AWARD If, at the time this Contract is to be awarded, the Total Base Bid of the lowest acceptable Bid exceeds the funds then estimated by the Owner as available, the Owner may reject all bids or take such other action as best serves the Owner's interests. Basis of award will be as stated in the bid. ' 20. EXECUTION OF CONTRACT The successful Bidder shall, within 15 consecutive days after receiving notice of award, sign and deliver to the Owner the Contract hereto attached together with the acceptable bonds as required in these Documents. Within 15 consecutive days after receiving the signed Contract ' with acceptable bonds from the successful Bidder, the Owner's authorized agent will sign the Contract. Signature by both parties constitutes execution of the Contract. The successful bidder shall conform to the Rules and Regulations of Arkansas Department of Finance and Administration concerning nonresident contractor's notice and bond requirements. FY042104 DRAKE FIELD P HANGAR 00100 -5 I 21. PERFORMANCE AND PAYMENT BONDS The successful Bidder shall file with the Owner a Performance Bond and Payment Bond on the form bound herewith, each in the full amount of the Contract Price in accordance with the ' requirements of the State of Arkansas as applicable, as security for the faithful performance of the Contract and the payment of all persons supplying labor and materials for the construction of the Work, and to cover all guarantees against defective workmanship or materials, or both, , for a period of 1 year after the date of final acceptance of the Work by the Owner. The Surety furnishing this bond shall have a sound financial standing and a record of service satisfactory to the Owner, shall be authorized to do business in the State of Arkansas, and shall be listed on the current U. S. Department of Treasury Circular Number 570, or amendments thereto in the Federal Register, of acceptable Sureties for Federal projects. If the Surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the project is located or it ceases to meet the requirements of the preceding paragraph, Contractor shall within five days thereafter substitute another Bond and Surety, both of which must be acceptable to Owner. , The Attorney -in -Fact (Resident Agent) who executes this Performance Bond and Payment ' Bond in behalf of the Surety must attach a notarized copy of his power -of -attorney as evidence of his authority to bind the Surety on the date of execution of the bond. All Contracts, Performance and Payment Bonds, and respective powers -of -attorney will have the , same date. 22. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND ' The Bidder who has a Contract awarded to him and who fails to properly execute the Contract and furnish the Performance Bond and Payment Bond, within the time frame stipulated elsewhere in these documents, shall forfeit the bid security that accompanied his bid, and the bid security shall be retained as liquidated damages by the Owner, and it is agreed that this sum is a fair estimate of the amount of damages the Owner will sustain in case the Bidder fails to enter into a Contract and furnish the bond as hereinbefore provided. Bid security deposited in the form of cash, a certified check, or cashier's check shall be subject to the same requirements as a Bid Bond. C1 I I FY042104 DRAKE FIELD rn HANGAR 00100-6 ' I I I I 23. TIME OF COMPLETION The time of completion of the Work to be performed under this Contract is of the essence of the Contract. Delays and extensions of time may be allowed in accordance with the provisions stated in Document 00700 - GENERAL CONDITIONS. The time allowed for the completion of the Work is stated in Document 00500 - Contract. 24. PROVIDING REQUIRED INSURANCE The Bidder's attention is directed to the insurance requirements set forth in the General Conditions (amended in the Supplementary Conditions, if appropriate). Submittal of a bid indicates full understanding and intent to comply with the insurance requirements which are a ' condition of the contract. I I I P C I I I I IFY042104 DRAKE FIELD 'r HANGAR 00100-7 I DOCUMENT 00200 ' INFORMATION AVAILABLE TO BIDDERS PART 1. GENERAL 1.1 SECTION INCLUDES A. Arkansas Prevailing Wage Determination Number 03-350. PART 2. PRODUCTS A. Not Used. ' PART 3. EXECUTION ' A. Not Used. END OF SECTION 1 1 1 ' FY042104 DRAKE FIELD'THANGAR 00200- 1 04/20/2004 @8:34 ' Mike Hvckabee I Li I I I .1 G C I 5016824508 Mr. R. Wayne Jones, PE McClelland Consulting Engineers, Inc. PO Box 1229 Fayetteville, AR 72702 Dear Mr. Jones: ARDEPTLAB t''"11 I w . PAGE RECEIVED AP Q2004 STATE OF ARKANSAS ARKANSAS DEPARTMENT OF LABOR 10421 WEST MARKHAM • LITTLE ROCK, ARKANSAS 72205.2190 (501) 682.4500 • FAX (501) 682-4535 • TDD: (800) 285-1131 April 20, 2004 Re: 8 Bay T -Hangar Fayetteville Municipal Airport Fayetteville, Arkansas Washington County James L. Salkcld O00W In response to your request, enclosed Is Arkansas Prevailing Wage Determination Number 03-350 establishing the minimum wage rates to be paid on the above -referenced project. These rates were established pursuant to the Arkansas Prevailing Wage Law, Ark. Code Ann. §§ 22-9-301 to 22-9-315 and the administrative regulations promulgated thereunder. If the work is subject to the Arkansas Prevailing Wage Law, every specification shall Include minimum prevailing wage rates for each craft or type of worker as determined by the Arkansas Department of Labor Ark. Code Ann. § 22-9-308 (b) (2). Also, the public body awarding the contract shall cause to be Inserted In the contract a stipulation to the effect that not less than the prevailing hourly rate of wages shall be paid to all workers performing work under the contract. Ark. Code Ann. § 22-9-308 (c). Additionally, the scale of wages shall be posted by the contractor in a prominent and easily accessible place at the work site. Ark. Code Mn. § 22-9-309 (a). Also enclosed is a "Statement of Intent to Pay Prevailing Wages" form that should be put in your specifications along with the wage determination. The General/Prime Contractor is responsible for getting this form filled out and returned to this office within 30 days of the Notice to Proceed for this project. When you Issue the Notice to Proceed for this project, please mail or fax a copy of the notice to my office. If you have any questions, please call me at (501) 682.4536 or fax (501) 682-4508. 1 Enclosures 1 Sincerely, 46004 Don Cash Prevailing wage Division [1 I I I H 04/20/2004 08:34 Page 2 of 2 5016824508 ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - BUILDING RATES DATE: April 20, 2004 PROJECT: 8 Bay T -Hangar Fayetteville Municipal Airport Fayetteville, Arkansas Power EaulDment Operators: PAGE 03 DETERMINATION #: 03-350 COUNTY: Washington EXPIRATION DATE: 10-20-04 SURVEY #:703-AR05 •Operators engaged in operating the following equipment: Cranes, draglines, shovels and piledrivers with a lifting capacity of 50 tons or over, and operators of all tower climbing cranes and derricks required to work 25 feet or over from the ground, blacksmith and mechanics. I I I I I I I H I Operators engaged in operating the following equipment or performing work relative to the engineers jurisdiction: Hydraulic cranes, cherry pickers, backhoes, and all derricks with a lifting capacity less than 50 tons, as specified by the manufacturer, all backhoes, tractor or truck type, all overhead & traveling cranes, or tractors with swinging boom attachments, gradealls, all above equipment Irrespective of motive power, leverman (engineer), hydraulic or bucket dredges, irrespective of size. Heavy Equipment Operators. Operators engaged in operating the following equipment: all bulldozers, all front end loaders, all sidebooms, skytracks, forklifts, all push tractors, all pull scrapers, all motor graders, all trenching machines, regardless of size or motive power, all backfillers, all central mixing plants, 10S and larger, finishing machines, all boiler fireman high or low pressure, all asphalt spreaders, hydro truck crane, multiple drum hoist, irrespective of motive power, all rotary, cable tool, core drill or chum drill, water well and foundation drilling machines, regardless of size, regardless of motive power and dredge tender operator. t Light Equipment Operators. Operators engaged in operating the following equipment: Oilerdriver motor crane; single drum hoists, winches and air tuggers, Irrespective of motive power, winch or A frame trucks, rollers of all types and pull tractors, regardless of size, elevator operators inside and outside when used for carrying workmen from floor to floor and handling building material, Lad-A- Vator Conveyor, batch plant, and mortar or concrete mixers, below 105, end dump eudid, pumperete spray machine and pressure grout machine, air compressors, regardless of size. All light equipment, welding machines, light plants, pumps, all well point system dewatering and portable pumps, space heater, irrespective of size, and motive power, equipment greaser, oiler, mechanic helper, drilling machine helper, asphalt distributor and like equipment, safety boat operator and deckhand. I 04/20/2004 08:34 5016824508 ARDEPTLABOR PAGE 02 Page 1 of 2 ' ARKANSAS DEPARTMENT OF LABOR PREVAILING WAGE DETERMINATION - BUILDING RATES DATE: April 20, 2004 DETERMINATION #: 03-350 PROJECT: 8 Bay T -Hangar COUNTY: Washington Fayetteville Municipal Airport EXPIRATION DATE: 10-20-04 Fayetteville, Arkansas SURVEY #: 703-AR05 BASIC HOURLY FRINGE CLASSIFICATION. RATE BENEFITS Asbestos Worker/Insulator 9.40 Bricklayer/Pointer, Cleaner, Caulker 18.00 Carpenter 14.20 Concrete Finisher/Cement Mason 13.25 .55 Electridan/Alarm Installer 15.90 2.05 Elevator Mechanic 22.64 9.93 Glazier 13.40 HVACR Mechanic (Excluding HVAC Duct Work) 13.05 .30 Ironworker (Including Reinforcing Work) 13.95 2.95 Laborer 9.40 Marble/Tle/Terra2zo Setter 12.69 Metal Building Erector (Includes all construction of pre -fabricated components supplied by the manufacturer) 12.55 Millwright 10.85 1.65 I Painter/Sheet Rock Finisher 11.40 Plasterer 13.60 Plumber/Pipefitter 16.50 2.80 Roofer 12.65 2.60 Sheet Metal Worker (Including HVAC Duct Work) 13.75 2.35 Sprinkler Fitter 21.00 7.10 Truck Driver 11.35 Waterproofer 14.00 1.09 _ Power Equipment Operators: Group I 14.75 2.85 Group II 12.65 1.40 Group .111 13.00 Group IV 11.50 Welders —receive rate prescribed for craft performing operation to which welding is incidental. Certified July 1, 2003 Classifications that are required, but not listed above, must be requested in writing from the Arkansas Department of Labor, Prevailing Wage Division. Please call (501) • 682-4536 for a request form. I 1 04/20/2004 08:34 g . • 1.811 PAGE 04 I I I Cl w • z Lu z z W W I I I I qa a O1 N 07 aL H C --- Vu a c O c 8 a Din { c R V G nil' 9 00 Zr uj gp a UW N 00 o- V) a �o°dc Z C � zG� or W S f � g Z � w . � 3 O m H < g a. O Ui LU c yo U. O D O E (5; UJM 3 waw e �0 I H L I L L L DOCUMENT 00300 BID FORM LUMP SUM NOTE TO BIDDER: Please use BLACK ink for completing this Bid form. To: City of Fayetteville Address: 113 W. Mountain Street Fayetteville, AR 72701 Project Title: ' Engineer's Project No.: 1 Date: H L H I 8 Bay T - Hangar "H" for Fayetteville Municipal Airport, Drake Field, Fayetteville, Arkansas FY042104 6-29-04 Bidder: Architectural Contractors, Inc. Arkansas Contractor's License No.: 0004180405 Address: 2013 N. Old MIssouri Road, Springdale, AR 72764 Bidder's person to contact for additional information on this Bid: Name: Jack Parrish 479-756-3547 Telephone: ADDENDA The Bidder hereby acknowledges that he has received Addenda Numbers: Addendum 1 & 2 to these Specifications. (Bidder insert No. of each Addendum received.) ' BIDDER'S DECLARATION AND UNDERSTANDING The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested in this ' Bid are those named herein, that this Bid is, in all respects, fair and without fraud, that it is made without collusion with any official of the Owner, and that the Bid is made without any connection or collusion with any person submitting another Bid on this Contract. FY042104 DRAKE FIELD "T" HANGAR 00300- 1 I I I H I H I I I H H I I I I I H The Bidder further declares that he has carefully examined the Contract Documents for the construction of the project, that he has personally inspected the site, that he has satisfied himself as to the quantities involved, including materials and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents, and that this Bid is made according to the provisions and under the terms of the Contract Documents, which Documents are hereby made a part of this Bid. The Bidder further agrees that he has exercised his own judgement and has utilized all data which he believes pertinent from the Engineer, Owner, and other sources in arriving at his own conclusions. The Bidder states that he has experience in and is qualified to perform the work herein specified and, if he does not have craftsmen experienced and qualified in any phase of the work for which this Bid is offered, that he will subcontract the work under said phase to a contractor who does have the necessary experience and qualifications. CONTRACT EXECUTION AND BONDS The Bidder agrees that if this Bid is accepted, he will, within 15 days after notice of award, sign the Contract in the form annexed hereto, and will at that time, deliver to the Owner the Performance Bond and Payment Bond required herein, and will, to the extent of his Bid, furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete all work as specified or indicated in the Contract Documents. CERTIFICATES OF INSURANCE, PAYMENT BOND, AND PERFORMANCE BOND The Bidder further agrees to furnish the Owner, before executing the Contract, the certificates of insurance, Payment Bond, and Performance Bond as specified in these Documents. START OF CONSTRUCTION CONTRACT COMPLETION TIME, AND LIQUIDATED DAMAGES Start of Construction, Contract Completion Time, and Liquidated Damages are stated in Document 00500 - Contract. SALES AND USE TAXES The Bidder agrees that all federal, state, and local sales and use taxes are included in the stated bid prices for the work. LUMP SUM BASE BID In the space below write in the bid based upon the full scope of work as shown on the Drawings and Specification for the materials, labor, erection, and other required work. Total Lump Sum Base Bid: Three hundred fourteen thousand one hundred thirty fivd)ollars(S 314,135.00 (Amount written in words has precedence) I C H I I Eli F H I H C I I 1 H] Trench and Excavation Safety System, Required by Act 291 of 1993. The Bidder agrees that the following amount is included in the above stated Lump Sum Base Bid. One hundred and no/100------------------------Dollars (S 100.00 (Amount written in words has precedence) BASIS OF AWARD The Bidder understands that the contract will be awarded to the bidder with the lowest Total Lump Sum Base Bid, if chosen by the City of Fayetteville. The City Council will consider this bid at their July 20, 2004 meeting. PAYMENT SCHEDULE A detailed payment schedule for each structure or unit shall be submitted by the successful low Bidder. The successful low Bidder shall meet with the Engineer and Owner in Fayetteville, Arkansas, to review the format and details of the payment schedule. This meeting shall be held within 5 days of notification that the Contractor is the low Bidder. The purpose of the meeting shall be to establish an acceptable format for the payment schedule. The construction detailed payment schedule shall be completed by the Contractor 14 days after the meeting and submitted to the Engineer and Owner for review and approval. Failure of the Contractor to submit the payment schedule as required may result in the Owner's rejection of the Bid or delay in processing the Contractor's request for a progress payment. SUBCONTRACTORS The Bidder further certifies that proposals from the following subcontractors were used in the preparation of this Bid; and if awarded a contract, Bidder agrees to not enter into contracts with others for these divisions of the Work without written approval from the Owner and Engineer. Electrical SUBCONTRACTOR Arkansas Contractor License # Northwest Electric 0020830405 Name 1720 Pump Station Road, Fayetteville, AR 72702 Street Address, City, State, Zip Code Roofing SUBCONTRACTOR Arkansas Contractor License # 0004180405 I 104 DRAKE FIELD ITS HANGAR 00300-3 I 1 I L I Li H Architectural Contractors, Inc. Name 2013 N. Old Missouri Road, Springdale, AR 72764 Street Address, City, State, Zip Code EXPERIENCE OF BIDDER The Bidder states that he is an experienced Contractor and has completed similar projects within the last 5 years. (List similar projects, with types, names of clients, construction costs, and references with telephone numbers. Use additional sheets if necessary.) University of Arkansas Hanger 8547 O(lfl n l SURETY If the Bidder is awarded a construction Contract on this Bid, the Surety who provides the Performance and Payment Bond will be: Walker Brothers Tnsnranre whose address is 6800 Isaac's Orchard Road, Springdale, AR 72766-7570 Street, City, State, Zip Code INSURANCE The Bidder acknowledges that he is familiar with the insurance requirements on this Project and, if awarded a construction contract, agrees to furnish the required insurance certificates within fifteen (15) days of the date the award is made. ' BIDDER H U The name of the Bidder submitting this Bid is: Architectural Contractors, Inc. 2013 N. Old MIssouri Road, Springdale, AR 72764 Street, City, State, Zip Code doing business at which is the address to which all communications concerned with this Bid and with the Contract shall be sent. 00300-4 I The names of the principal officers of the corporation submitting this Bid, or of the partnership, or of all persons interested in this Bid as principals are as follows: Raymond J. Berrvman President I ' If Sole Proprietor or Partnership IN WITNESS hereto the undersigned has set his (its) hand this _ day of , 2004. Signature of Bidder ' Title If Corporation IN WITNESS WHEREOF the undersigned corporation has caused this instrument to be executed and its seal affixed by its duly authorized officers this 29ttday of June , 2004. I(SEAL) H I H 'I I Architectural Contractors, Inc. Name of Corporation By Title President Attest JO a IZf _ /f . c'k Secretary I 00300-5 C II" H I I H H H I I I I I I I DocumentA310 Bid Bond KNOW ALL MEN BY THESE PRESENTS; that we Architectural Contractors, Inc. (Here insert full name and address or legal title of contractor) as Principal, hereinafter called the Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY (Here Insert full name and address or legal title of Surety) a corporation duly organized under the laws of the State of New Jersey as Surety, hereinafter called the Surety, are held and firmly bound unto (Here Insert full name, address or legal title of Owner) City of Fayetteville as Obligee, hereinafter called the Obligee, in the sum of 5% of Amount Bid Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here insert lull name, address and description of project) Construction of 8 bay T hangar at Drake Field NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material funished in the prosecution therof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this 23rd day of June 2004 (Witness) (Title) c�Llt INTERNATIONAL FIDELITY INSURANCE CO. (seal) (Witness L 4 — Adrian W. Luttrell (Title) ATTORNEY -IN -FACT Printed in cooperation with the American Institute of Architects (ALA) by International Fidelity Insurance Company. International Fidelity Insurance Company vouches that the language in the document conforms exactly to the language used In ALA Document A310, February 1970 edition. • Tet (973) 624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 ' FOR BID BONDIRIDER/CONSENTS/AFFIDAVITS KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint MIKE A. LUTTRELL, KENNETH L. GALLOWAY, ADRIAN W. LUTTRELL, JACQUE LINDSEY 1 ISpringdale, AR. its true and lawful attorney(s)-in-fact to execute, seat and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. Li I C This Power of Attorney is executed, and maybe revoked, pursuant to and by authority of Article 3 -Section 3, of the By Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such attorney -in -fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or 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 valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. ' IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be g�trA\ signed and its corporate seal to be affixed by its authorized officer, this 31st day of August, A.D. 1998. ' o INTERNATIONAL FIDELITY INSURANCE CO NY TATE NEW JERSEY 9� sy atj County of Essex Vice -P ident On this 31st day of August 1998. before me came the individual who executed the preceding instrument, to me personally known, and, being by me duly sworn, said the he is the therein described and authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. MARQG IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, �.• �� at the City of Newark, New Jersey the day and year first above written. NOTARY ' 0 "S PUBLIC * 'A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION My Commission Expires Nov. 21, 2005 L I I. the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand this a3C d day of NMI 'Lo0'A I Assistant Secretary H ' NOTICE OF SELECTION TO: PROJECT DESCRIPTION: 8 Bay T- Hangars "H" for Fayetteville Municipal Airport Drake Field ' The CITY OF FAYETTEVILLE has considered the BID submitted by you for the above described WORK in response to its Advertisement for Bids dated May, 2004 and Instructions to Bidders. ' You are hereby notified that your BID of $ has been selected for consideration by the Fayetteville City Council. ' You are required by the Instructions to Bidders to execute the Contract and furnish the required CONTRACTOR'S Performance BOND, Payment BOND, and certificates of insurance within fifteen (15) calendar days from the date of this Notice to you. Furnish six original copies of each document leaving the Contract and Bonds undated. ' If you fail to execute said Contract and to furnish said BONDS and certificates within fifteen (15) days from the date of this Notice, said City of Fayetteville will be entitled to consider all this rights arising of your BID BOND. The City of Fayetteville will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this NOTICE OF SELECTION to the City of Fayetteville. Dated this day of , 2004. ' McCLELLAND CONSULTING ENGINEERS, INC. I I I I o Title ACCEPTANCE OF NOTICE Receipt of the above NOTICE OF SELECTION is hereby acknowledged by, this the day of IBy ITitle 2004. FY042104 DRAKE FIELD "T" HANGAR I I U I I I I I PART II 1 CONTRACT FORMS I I I I I I I I n Ti I I I L I I I Advertisement for Bids 1 Instructions to Bidders Bid and acceptance thereof Performance Bond CONTRACT THIS AGREEMENT, made and entered into on the oWk day of LLw I Y 2004, by and between Architectural Contractors, Inc., herein called Contractor, and the City of Fayetteville, Arkansas: WITNESSETH: That Architectural Contractors, Inc., for the consideration hereinafter fully set out, hereby agrees with the City of Fayetteville as follows: That Architectural Contractors, Inc. shall furnish all the materials, and perform all of the work in manner and form as provided by the following enumerated Drawings, Specifications, and Documents, which are attached hereto and made a part hereof, as if fully contained herein and are entitled 8 Bay T — Hangar, Hangar "H"for Fayetteville Municipal Airport, Fayetteville, Arkansas, June 2004. I I L L L L I SHEET INDEX Sheet No. I 2 4 E-1 E-2 Payment Bond General Conditions Supplemental Conditions Specifications Drawings (See Sheet Index below) Description Cover Site Plan Grading Plan Floor Plan — T -Hangar "If' Elevation and cross sections T - Hangar "H" Foundation Plan — T - Hangar "H" Electrical Plan — T - Hangar "H" Electrical Details 2. That the City of Fayetteville hereby agrees to pay to Architectural Contractors, Inc. for the faithful performance of this Agreement, subject to additions and deductions as provided in the Specifications or Bid, in lawful money of the United States, the amount of Three Hundred Fourteen Thousand, One Hundred Thirty -Five Dollars ($314,135.00). The Work will be substantially completed within 120 days after the date when the Contract Time commences to run as provided in the Notice To Proceed, and completed and ready for final payment in accordance with the General Conditions within 120 days after the date when the Contract Time commences to run. A Notice To Proceed, for materials purchasing only, shall be issued by the City of Fayetteville to Architectural Contractors, Inc. after execution of the Contract documents. A separate Notice To Proceed will be issued by the City of Fayetteville to ll ' Architectural Contractors, Inc. to begin construction, at which time the 120 calendar day construction period shall begin. ' 4. Liquidated Damages: The City of Fayetteville and Architectural Contractors, Inc. recognize that time is of the essence of this Agreement and the City of Fayetteville will suffer financial loss if the Work is not completed within the times specified in above, plus any extensions thereof ' allowed in accordance with the General Conditions. They also recognize that the delays, expense, and difficulties involved in proving the actual loss suffered by the City of Fayetteville if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City of ' Fayetteville and Architectural Contractors, Inc. agree that as liquidated damages for delay (but not as a penalty) Architectural Contractors, Inc. shall pay the City of Fayetteville Five ' Hundred Dollars ($500.00) for each day that expires after the time specified in Paragraph 3 if Architectural Contractors, Inc. shall neglect, refuse, or fail to complete the Work within the time specified as properly extended by the City of Fayetteville. 5. That within 30 days of receipt of an approved payment request, the City of Fayetteville shall make partial payments to Architectural Contractors, Inc. on the basis of a duly certified and t approved estimate of work performed during the preceding calendar month by Architectural Contractors, Inc., LESS the retainage provided in the General Conditions, which is to be withheld by the City of Fayetteville until all work within a particular part has been performed strictly in accordance with this Agreement and until such work has been accepted by the City of Fayetteville. 6. That upon submission by Architectural Contractors, Inc. of evidence satisfactory to the City of Fayetteville that all payrolls, material bills, and other costs incurred by Architectural Contractors, Inc. in connection with the construction of the work have been paid in full, final payment on account of this Agreement shall be made within 60 days after the completion by Architectural Contractors, Inc. of all work covered by this Agreement and the acceptance of ' such work by the City of Fayetteville. 7. It is further mutually agreed between the parties hereto that if, at any time after the execution of ' this Agreement and the Surety Bond hereto attached for its faithful performance and payment, the City of Fayetteville shall deem the Surety or Sureties upon such bond to be unsatisfactory or if, for any reason such bond ceases to be adequate to cover the performance of the work, ' Architectural Contractors, Inc. shall, at its expense, within 5 days after the receipvof notice from the City of Fayetteville, furnish an additional bond or bonds in such form and amount and with such Surety or Sureties as shall be satisfactory to the City of Fayetteville. In such event, no ' fn-ther payment to Architectural Contractors, Inc. shall be deemed to be due under this Agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the City of Fayetteville. ' 8. No additional work or extras shall be done unless the same shall be duly authorized by appropriate action by the City of Fayetteville in writing. 1 H I.. U ' IN WITNESS WHEREOF, the parties heretohave executed this -Agreement on the day and date first above written, in three (3) counterparts, each of which shall, without proof or accounting for the other counterparts, be deemed an original Contract. ' SEAL: 1 WITNESSES: ARCHITECrURALCONTRACTORS,INC • By______________ Title • ;�.0&1Y cam. .Fs V• FAYE ' IIEVILLE; ATTEST: ••-v 5; CITY OF FAYETTEVILLE, ARKANSAS • By (24/ ' City Clerk Dan Coody, I4a3lor ' Approved as to form: Attorney for the City of Fayetteville 1 IRIFSU0340152 ' Document A312 I J I H I H L I Performance Bond 4 Tvoe: LIE at 01:32:52 PM on county, AR emus Circuit Clerk 126-00000762 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): ARCHITECTURAL CONTRACTORS, INC. 2013 N. OLD MISSOURI ROAD SPRINGDALE, AR 72764 OWNER (Name and Address): CITY OF FAYETTEVILLE W 113 W. MOUNTAIN FAYETTEVILLE, AR 72701 SURETY (Name and Principal Place of Business): International Fidelity Insurance Company One Newark Center Newark, New Jersey 07102 CONSTRUCTION CONTRACT Date: July 20, 2004 Amount: $314,235. Description (Name and Location): 8 BAY T -HANGER "H" for FAYETTEVILLE MUNICIPAL AIRPORT BOND Date: (Not earlier than Construction Contract Date): Amount: $314,235. Modifications to this Bond: ❑ None CONTRACTOR AS PRINCIPAL Csrprany: (Corporate Seal) r[ Ty $i§t atu7e� N[Nh arh Title; ')•,'-JAny a8dlfl�' al signatures appear on page 3) ONLY Name,. Address and or BROKER: SURETY Company: International Fidelity Insurance Company One Newark Con r Newark, New J 07102 Signature: r Name and Title: ADRIAN W. LUTTRELL ATTORNEY IN FACT ❑ See Page 3 orpS a}e(e I), .r : r: V "c ..1i., OWNER'S REPRESENTATIVE (Architect, Engineer or other party): Printed in cooperation with the American Institute of Architects (AIA) by International Fidelity Insurance Company. International Fidelity Insurance Company vouches that the language in the document conforms exactly to the language used in ALA Document A312, February 1984 edition. 'A I I H I able to sureties as a defense in the jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner of the Contractor shall be mailed or delivered to the address shown on the sig- nature page. 11 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming 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 Con - MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: tractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, re- duced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con- tract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to per- form 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 Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page'- .......k ' -(? . .'G&;tf:ONTRACTORASPRINCIPAL SURETY Or V t. ; Comparry%;_ Y . (Corporate Seal) Company: (Cdrbb ate �I) z -L Cf.)( International Fidelity Insurance Company v Ci _ ../; y One Newark Cent _ �+ 1F : • , f "i , Newark, New Je a 102 1 ' "v, , Signatttfe'. �1--./Signature: NalFie ai(d tle: 45 Name and Tit e: ADRIAN W. L Ff,r S Add�esse Address: ATTORNEY IN FACT P.O. Box 7570 - springdale, ar �.i1nY..• Printed in cooperation with the American Institute of Architects (ALA) by International Fidelity Insurance Company. International Fidelity Insurance Company vouches that the language in the document conforms exactly to the language used in AIA Document A312, February 1964 edition. I its true and lawful attomey(s) rn-fact to execute, seal'and deliver for ands:on its behalf as -surety, any and all bonds and undertakings, contracts of indemnityand other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract or otherwiseand 'the.. execution of such instrument(s) m pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY -'.INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of Article 3 -Section 3, of the By -Laws adopted by the Board of 'Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, andattach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and,' (2) To remove, at any time, any such attorney -in -fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company. may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or : certificate bearing such . facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed: and certified by facsimile signatures add facsimile'sea] shall be valid and binding upon the. Company in the future with respectto any bond or undertaking to. which it is attached. _.. _tU/ T� IN TESTIMONY WHEREOF INTERNATIONAL FIDEIIW rwcrmANrF ('OMPANV arc rs,ia.n the ;ncn,,,n.nt ta. K. 1 c t I signed and its corporate sealto be ;i?&ifb7 its authorized off STATE OF NEW JERSEY County of Essex On this 3lsfday of August 1998,1 sworn, said the he is the therein descn! said instrument is. the Corporate Seal i said Company. ' OARp INT �•\ �/�C,• at tht co NOTARY 0.. PUBLIC ate• came the individual who. executed the pprec I authorized officer of the " INTERNATIOP Company; that the said Corporate Seat and hi! I I. LRIFSU0340152 ' Document A312 I Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. I J I I CONTRACTOR (Name and Address): ARCHITECTURAL CONTRACTORS, INC. 2013 N. OLD MISSOURI ROAD SPRINGDALE, AR 72764 OWNER (Name and Address): CITY OF FAYETTEVILLE 113 W. MOUNTAIN FAYETTEVILLE, AR 72701 CONSTRUCTION CONTRACT SURETY (Name and Principal Place of Business): International Fidelity Insurance Company One Newark Center Newark, New Jersey 07102 Date: July 20, 2004 Amount: $314,235. Description (Name and Location): 8BAY T -HANGER "H" for FAYETTEVILLE MUNICIPAL AIRPORT ' BOND Date: (Not earlier than Construction Contract Date): Amount: $314,235. Modifications to this Bond: iCONTRACTOR AS PRINCIPAL Company,; (Corporate Seal) 1/ J // /7 _ w tSignatu�-1, P ' 'Name andi itle: t .• (Any additional signatures appear on page 6) L'L74`, yJ ❑ None D:SeaPageG^ ''• SURETY ^ ';: Company: (C&porate Seal) International Fidelity Insurance Company ' '. r ,• One Newark Cent - c .<l Newark, New Je ey 07]02 Signature: 7 '''.• Name and Tit ADRIAN W. LUTTRELli.:± ' • ATTORNEY IN FACT ' (FOR INFORMATION ONLY Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or other party): I I Printed in cooperation with the American Institute of Architects (AIA) by International Fidelity Insurance Company. International Fidelity Insurance Company vouches that the language in the document conforms exactly to the language used in AIA Document A312, February 19114 edition. I I I I I I I I I I I 1 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 equip- ment for use in the performance of the Contract. The intent of this Bond shall be to include without limita- tion in the terms "labor, materials or equipment' that part of water, gas, power, light, heat, oil, gasoline, telephone servie or rental equipment used in the MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: Contruction 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 sig- nature 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 Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) c;: 'CONTRACTOR AS PRINCIPAL SURETY 4. Co�ipany: (Corporate Seal) Company: (CorDrate.Seal) .. y,. ; L , International Fidelity Insurance Company tin I-ty r: T a� = One Newark Center ' z r ' C9 ` Newark, New Jers 0 102 '^'.'',•• yh Signatures Signature: L Name aAd;Title: Name and Tit . ADRPT IAN W. LURFTJ, r j ' ! SLA�dr�5s ` Address: ATTORNEY IN FACT P.O. BOX 7570 springdale. ar 72764 Printed in cooperation with the American Institute of Architects (AIA) by International Fidelity Insurance Company. International Fidelity Insurance Company vouches that the language in the document conforms exactly to the language used in AIA Document A312, February 1984 edition. �• "i'4 h" iE a' 3 f << N �(.a T`A ( r S .. ,'y tvy,W�.� xKa.t�y ;-. k a:v-° tw a t: < ec p' �y} W �\ �: rCa� C J� �A n,,la t jA�'C FVi.�, y� ys. Y'. �<�(.' ,A n„ ,W of ♦c� V:J-".. r ` N f !ia It K S 1 dr el (973) 624 7200 , �x -� ;N'POWERryOF A!1:I �' RNEYf ,�f W F INTERNATIONAL FIDELITY INSURANCE ,COMPANY,, '.. � '"t r <>{1� ,( \ :PC !,a f L1, i �M -� `l, ,< x,r 7 HOM&OFFICB ON&NEWARK CENTER, 20TH FLOOR y "nrc / C A_ ," Y"2/ '"x' 102 V.�S�ry -t ')r AF' ✓ e 7 f Y t; �:r-z��r NEWARK, 'NEW JERSEY ;07102-5207v;r, a., "� its<true and lawfulatwiney(s)-in-fact.ro execute, seal and deliver for tendon its behalf as surety,. any and all bondsand undertakings,: contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, role, regulation, contractor otherwise, and the execution of such instrument(s) m pursuance of these'presEnts, shall be as -binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to,all,intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. ` `<• v `v ' This Power of Attorney is executed, and maybe revoked, pursuant toand by authority of Article 3 -Section 3, of the By -Laws adopted by the Board of 'Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at meeting called and held on the 7th day of February, 1974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have, power and authority (I) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the,Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such attorney -in -fact and revoke the authority given. Further, this Power of Attorney is signed, and sealed by facsuni pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following: is a true' excerpt. ,Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or 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 valid and binding, upon the Company in the future with respect to any bond or undertaking to which it is attached. - _ev 1 IN TESTIMONY WHEREOF INTERN O FIDE o o SEAL T r �y,1904 tea, O On this.3lst day of August om, said the he is the therei id instrument is the Corporal Ion Company. i MARQ,, 1, VOTARY PUBLIC has ATI NAL LITY EVSUEANCE COMPANY has caused this instrument to be signed and its corporate seal to be affixed by its authorized officer, this 31st day of August, A.D. 1998. INTERNATIONAL FIDELITY INSURANCE CO STATE OF NEW JERSEY County of Essex v Vice- ident 1998, before me came the individual who executed the preceding instrument, to me personally known, and, being by nit dui n described and_authorized officer of the INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seal affixed i 1u,1 WHEREOP a have x li, . z y FIMONY WHEREOF I have hereunto set my ban ity of Newark, New Se the "day and'year first al e i , , �a i \•₹ K c* ,, said the. ON a ." awer,.. I U` rr � t JUL-23-2004 09:28 WALKER BROTHERS INSURANCE Mt.lsnq.. II%uII In. - • •, ••• . .. rBZC F Ta yF�.N J U L 242s I51t0 PRODUCER THIS CERTIFICATE 18 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Walker Bros. Insurance, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 7570 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Springdale AR 72766-7570 Phone: 479-306-4677 Fax:479-306-5110 INSURERS AFFORDING COVERAGE NAIC A INSURED INSURER A; Cincinnati Insurance Co. 10677 INSURER a, Architectural Conatr , Inc. INSURERC; 2013 N Old Miespurn. Road IN$URERD: Springdale AR 72764 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 IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER DAT MMID DATE MMID T(N LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1000000 A X COMMERCIAL GENERAL LIABILITY CPP0900404 11/28/03 11/28/04 FREMISESEaosnnce) $100000 CLAMS MADE Ix OCCUR MEDEXP(Anybne Persm) $5000 X XCU Not EXCl. PERSONALAACVINJURY 81000000 GENERAL AGGREGATE $ 2000000 GEWL AGGREGATE LIMIT APPLIES PER! PRODUCTS - COMP/OP AGO $2000000 POLICY JJECT LOC AUTOMOBILE LIABILTY COMBINED SINGLE LIMIT $ 1000000 A X ANYAUTO CPA0900404 11/28/03 11/28/04 (E6awduX) ALL OWNED AUTOS BOOXY INJURY a SCHEDULED AUTOS (Per Pew) HIREOAUTOS BODILY INJURY $ NON -OWNED AUTOS (Pef BcodcM) PROPERTY DAMAGE a (Peracddrn) GARAGE LIABILITY AUTO ONLY • EA ACCIDENT S ANYAUTO OTHER T(AN EAACC I AUTO ONLY; AGG $ FXGESSNMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR I I CLAIMS MADE AGGREGATE S S DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND TORY LIMITS X ER A ETIPLOCOMIWrrr WC183467403 11/28/03 11/28/04 E.L. EACH ACCIDENT $500000 O FF(FICEPERMEM� EXCLUDED? �P� E.L. DISEASE' EA EMPLOYEE $ 500000 Iyes. de#+ae Vnd� E.L. DISEASE -P000YUMIT $ 500000 SpECU.L PROVISIONS below OTHER DESCRIPTION OFF OPERATIONS / LOCATIONS / VEHCLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS City of Fayetteville and McClelland Consulting Engineers, Inc. are additional insureds under automobile and general liability for Job F4042104 CERTIFICATE HOLDER CANCELLATION CIT1009 SHOULD ANY OF THE AaOVE CIESCRIMP POLICIES BE CANCELLED MO0RE 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 00 SO SMALL City of Fayetteville IMPOSE NO OBLIGATION OR LIABILITY OF ANY WHO UPON THE INSURER. ITS AGENTS OR 113 W. Mountain Fayetteville AR 72701 REPRESENTATIVES' AUMOW 4_RFaPRE&3E ACORD 25 (200U08) (�/*w @ ACORD CORPORATION 1988 TnTOI D P1 NOTICE TO PROCEED TO: DATE: PROJECT: 8 BAY T - HANGAR H'FAYETTEVILLE MUNICIPAL AIRPORT DRAKE FIELD, FAYETTEVILLE, ARKANSAS You are hereby notified to commence WORK in accordance with the Contract dated on or before , and you are to Complete the WORK within 120 consecutive calendar days thereafter and have the Work complete and ready for final payment. The date for Completion is therefore City of Fayetteville By: ACCEPTANCE OF NOTICE Receipt of the above NOTICE TO PROCEED, is hereby acknowledged by this the day of By: Title 2004. FY042104 Drake Field'T" Hangar Notice to Proceed 00650 [J 1 L I H H 1 1 PART III CONDITIONS OF THE CONTRACT I 1 L E I I DOCUMENT 00700 GENERAL CONDITIONS TABLE OF CONTENT ARTICLE NUMBER AND TITLE PAGE NUMBER 1. AS APPROVED ... ............. .................. ........ ... I ' 2. AS SHOWN, AND AS INDICATED................................................................................................1 3. BIDDER............................................................................................................................................. 4. CONTRACT.......................................................................................................................................1 5. CONTRACT DOCUMENTS.............................................................................................................1 6. CONTRACTOR.................................................................................................................................1 7. DAYS.................................................................................................................................................2 8. DRAWINGS.......................................................................................................................................2 9. ENGINEER........................................................................................................................................2 10. NOTICE.............................................................................................................................................2 11. OR EQUAL........................................................................................................................................2 12. OWNER.............................................................................................................................................2 13. PLANS (See Drawings).....................................................................................................................2 14. SPECIFICATIONS............................................................................................................................2 15. NOTICE TO PROCEED....................................................................................................................3 16. SUBSTANTIAL COMPLETION......................................................................................................3 17. WORK................................................................................................................................................3 18. INTENT OF CONTRACT DOCUMENTS.......................................................................................3 19. DISCREPANCIES AND OMISSIONS.............................................................................................3 20. ALTERATIONS - CHANGES IN WORK........................................................................................4 ' 21. SUB -SURFACE CONDITIONS FOUND DIFFERENT...................................................................4 22. VERIFICATION OF CONTRACT DOCUMENTS..........................................................................4 23. DOCUMENTS TO BE KEPT ON THE JOB SITE...........................................................................5 24. ADDITIONAL CONTRACT DOCUMENTS...................................................................................5 25. OWNERSHIP OF DRAWINGS ............... .... ......... .......................................... ..................................� 26. AUTHORITY OF THE ENGINEER.................................................................................................5 27. DUTIES AND RESPONSIBILITIES OF THE ENGINEER............................................................5 28. REJECTED MATERIAL...................................................................................................................6 29. UNNOTICED DEFECTS...................................................................................................................6 30. RIGHT TO RETAIN IMPERFECT WORK......................................................................................6 31. LINES AND GRADES......................................................................................................................7 32. SHOP DRAWING SUBMITTAL PROCEDURE.............................................................................7 33. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS......................................................8 34. INDEPENDENT CONTRACTOR....................................................................................................8 35. SUBCONTRACTING........................................................................................................................9 36. INSURANCE AND LIABILITY.......................................................................................................9 37. INDEMNITY....................................................................................................................................12 38. TAXES AND CHARGES................................................................................................................12 39. ORDINANCES, PERMITS, AND LICENSES...............................................................................12 40. SUPERINTENDENCE....................................................................................................................12 41. RECEPTION OF ENGINEER'S DIRECTIONS.............................................................................13 42. SANITATION.................................................................................................................................. 13 43. EMPLOYEES...................................................................................................................................13 44. PROJECT MEETINGS....................................................................................................................13 45. SAFETY...........................................................................................................................................13 46. CONTRACTOR'S TOOLS AND EQUIPMENT.............................................................................14 47. PROTECTION OF WORK AND PROPERTY...............................................................................14 48. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY... .................. ..........14 49. MATERIALS AND APPLIANCES.................................................................................................15 50. BUY AMERICAN...........................................................................................................................15 51. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY, OSHA, AND OTHER CODE REQUIREMENTS...........................................................................15 52. SUBSTITUTION OF MATERIALS................................................................................................15 53. TESTS, SAMPLES, AND INSPECTIONS.....................................................................................16 54. ROYALTIES AND PATENTS........................................................................................................16 55. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT ............................16 56. CORRECTION OF DEFECTIVE WORK.......................................................................................16 57. BEGINNING OF THE WORK........................................................................................................17 58. SCHEDULES AND PROGRESS REPORTS..................................................................................17 59. PROSECUTION OF THE WORK...................................................................................................18 60. ASSIGNMENT................................................................................................................................18 61. OWNER'S RIGHT TO DO WORK.................................................................................................18 62. OWNER'S RIGHT TO TRANSFER EMPLOYMENT...................................................................18 63. OWNER'S RIGHT TO SUSPEND OR TERMINATE WORK......................................................19 64. DELAYS AND EXTENSION OF TIME.........................................................................................20 65. LIQUIDATED DAMAGES.............................................................................................................21 66. OTHER CONTRACTS....................................................................................................................21 67. USE OF PREMISES........................................................................................................................21 68. SUBSTANTIAL COMPLETION DATE.........................................................................................22 69. PERFORMANCE TESTING...........................................................................................................22 70. OWNER'S USE OF PORTIONS OF THE WORK.........................................................................22 71. CUTTING AND PATCHING..........................................................................................................22 72. CLEANING UP................................................................................................................................22 73. PAYMENT FOR CHANGE ORDERS............................................................................................23 74. PARTIAL PAYMENTS...................................................................................................................24 75. CLAIMS...........................................................................................................................................26 76. NOTICE OF CLAIM FOR DELAY................................................................................................27 77. RELEASE OF LIENS OR CLAIMS................................................................................................27 78. FINAL PAYMENT..........................................................................................................................27 79. NO WAIVER OF RIGHTS..............................................................................................................27 80. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE...........................................27 11 I DOCUMENT 00700 GENERAL CONDITIONS These General Conditions contain contractual -legal Articles which establish the requirements and conditions governing responsibility, policy, and procedures that apply during the construction and warranty period. This part of the Contract Documents is preprinted. Any modifications to the following Articles that are special to the Project under consideration will be made in the Supplementary Conditions. Requirements and conditions which have special significance to the Contract for the contemplated Work on this Project are as set forth in the remaining Sections of these Contract Documents. DEFINITIONS Wherever in the Contract Documents the following terms are used, the intent and meaning shall be interpreted as follows: 1. AS APPROVED The words "as approved", unless otherwise qualified, shall be understood to be followed by the words "by the Engineer". 2. AS SHOWN, AND AS INDICATED The words "as shown" and "as indicated" shall be understood to be followed by the words "on the Drawings". 3. BIDDER The person or persons, partnership, firm, or corporation submitting a Bid for the Work contemplated. 4. CONTRACT The "Contract" is the written agreement covering the performance of the Work and the furnishing of labor, materials, incidental services, tools, and equipment in the construction of the Work. It includes supplemental agreements amending or extending the Work contemplated and which may be required to complete the Work in a substantial and acceptable manner. Supplemental agreements are written agreements covering alterations, amendments, or extensions to the Contract and include Contract Change Orders. 5. CONTRACT DOCUMENTS The "Contract Documents" consist of the Bidding Requirements, Contract forms, Conditions of the Contract, the Specifications, and the Drawings, including all modifications thereof, incorporated into the Documents before their execution, and including all other requirements incorporated by ' specific reference thereto. These form the Contract. 6. CONTRACTOR The person or persons, partnership, firm, or corporation who enters into the Contract awarded him by the Owner. I IFY042104 DRAKE FIELD "T" HANGAR Section 00700 - 1 Ll 7. DAYS I Unless otherwise specifically stated, the term "days" will be understood to mean calendar days. 1 8. DRAWINGS The term "Drawings" refers to the official Drawings, profiles, cross sections, elevations, details, ' and other working drawings and supplementary drawings, or reproductions thereof, sealed by the Engineer, which show the location, character, dimensions, and details of the Work to be performed. Drawings may either be bound in the same book as the Project Manual or bound separately and are a part of the Contract Documents, regardless of the method of binding. 9. ENGINEER The person or organization identified as such in the Contract. The term "Engineer" means the Engineer or his authorized representative. 10. NOTICE The term "notice" or the requirement to notify, as used in the Contract Documents or applicable state or federal statutes, shall signify a written communication delivered in person or by certified or registered mail to the individual, or to a member of the firm, or to an officer of the corporation for whom it is intended. Certified or registered mail shall be addressed to the last business address known to him who gives the notice. 11. OR EQUAL The term "or equal" shall be understood to indicate that the "equal" product is the same or better than the product named in function, performance, reliability, quality, and general configuration. Determination of equality in reference to the Project design requirements will be made by the Engineer. Such "equal" products shall not be purchased or installed by the Contractor without the Engineer's written approval. 12. OWNER 1 The person, organization, or public body identified as such in the Contract. 13. PLANS (See Drawings). , 14. SPECIFICATIONS Those portions of the Contract Documents consisting of written technical descriptions of materials, equipment, construction systems, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. Where standard specifications, such as those of ASTM, AASHTO, etc., have been referred to, the applicable portions of such standard specifications shall become a part of these Contract Documents. Where portions of the Work traverse or cross federal, state, county, or local highways, roads, 1 streets, or railroads, and the agency in control of such property has established standard specifications governing items of Work that differ from these Specifications, the most stringent requirements shall apply. [1 FY042104 DRAKE FIELD "7" HANGAR Section 00700-2 1 I The Contractor shall comply with all regulations and requirements of the State Highway Department and the City and County Road Departments wherever the Work traverses or crosses ' state, city, or county roads. 15. NOTICE TO PROCEED A written notice given by the Owner to the Contractor (with a copy to the Engineer) fixing the date on which the Contract time will commence to run and on which the Contractor shall start to perform his obligation under the Contract. The Notice to Proceed shall be given within 30 days following execution of the Contract by the Owner. 16. SUBSTANTIAL COMPLETION I "Substantial completion" shall be that degree of completion of the Project, or a defined portion of the Project, sufficient to provide the Owner, at his discretion, the full-time use of the Project or defined portion of the Project for the purposes for which it was intended. Such substantial completion shall not relieve the Contractor from liquidated damages should the Owner have added costs after the completion date, i.e., if additional construction observation, Iinterest paid, loss of revenue, or other expenses continue to be charged to the Owner. 17. WORK ' The word "Work" within these Contract Documents shall include all material, labor, and tools; all appliances, machinery, transportation, and appurtenances necessary to perform and complete the Contract; and such additional items not specifically indicated or described which can be reasonably inferred as belonging to the item described or indicated and as required by good practice to provide a complete and satisfactory system or structure. As used herein, "provide" shall be understood to mean "provide complete in place", that is, "furnish and install". ICONTRACT DOCUMENTS 18. INTENT OF CONTRACT DOCUMENTS The Contract Documents are complementary, and what is called for by one shall be as binding as if called for by all. The intent of the Documents is to include all Work (except specific items to be ' furnished by the Owner) necessary for completion of the Contract. Materials or Work described in words which so applied have a well-known technical and trade meaning shall be held to refer to • such recognized standards. 19. DISCREPANCIES AND OMISSIONS Any discrepancies or omissions found in the Contract Documents shall be reported to the Engineer 1 immediately. The Engineer will clarify discrepancies or omissions, in writing, within a reasonable time. I I I IFY042104 DRAKE FIELD "T" HANGAR Section 00700-3 I In resolving inconsistencies among two or more Sections of the Contract Documents, precedence 1 shall be given in the following order: 1. CONTRACT ' 2. SUPPLEMENTARY CONDITIONS 3. SPECIFICATIONS 4. INSTRUCTIONS TO BIDDERS 5. GENERAL CONDITIONS 6. DRAWINGS Figure dimensions on Drawings shall take precedence over scale dimensions. Detailed Drawings 1 shall take precedence over general Drawings. It is understood and agreed that the Work shall be performed and completed according to the true spirit, meaning, and intent of these Documents. 20. ALTERATIONS - CHANGES IN WORK The Owner, without notice to the Sureties and without invalidating the Contract, may order changes in the Work within the general scope of the Contract by altering, adding to, or deducting from the Work, the Contract being adjusted accordingly. All such Work shall be executed under the conditions of the original Contract, except as specifically adjusted at the time of ordering such change. In giving instructions, the Engineer may order minor changes in the Work not involving extra cost ' and not inconsistent with the purposes of the Project, but otherwise, except in an emergency endangering life or property, additions or deductions from the Work shall be performed only in pursuance of an approved Change Order from the Owner, signed or countersigned by the Engineer, or a Change Order from the Engineer stating that the Owner has authorized the deduction, addition, or change, and no claim for additional payment shall be valid unless so ordered. If the Work is reduced by alterations, such action shall not constitute a claim for damages based on , loss of anticipated profits. 21. SUB -SURFACE CONDITIONS FOUND DIFFERENT Should the Contractor encounter sub -surface and/or latent conditions at the site materially differing from those shown on the Drawings or indicated in the Specifications, the Contractor shall immediately give notice to the Engineer of such conditions before they are disturbed. The Engineer will thereupon promptly investigate the conditions, and if the Engineer finds that they materially differ from those shown on the Drawings or indicated in the Specifications, the Engineer will at once make such changes in the Drawings and/or the Specifications as he may find necessary. Any increase or decrease of cost resulting from such changes to be adjusted in the manner provided in the Paragraph titled "Changes in Work." 22. VERIFICATION OF CONTRACT DOCUMENTS , The Contractor shall thoroughly examine and become familiar with all of the various parts of these Contract Documents and determine the nature and location of the Work, the general and local conditions and all other matters which can in any way affect the Work under this Contract. Failure to make an examination necessary for this determination shall not release the Contractor from the obligations of this Contract. The Contractor warrants that no verbal agreement or conversation with any officer, agent, or employee of the Owner or with the Engineer either before or after the execution of this Contract, has affected or modified any of the terms or obligations herein contained. I FY042104 DRAKE FIELD "T" HANGAR Section 00700-4 1 I 23. DOCUMENTS TO BE KEPT ON THE JOB SITE ' The Contractor shall keep one copy of the Contract Documents on the job site, in good order, available to the Engineer and to his representatives. ' The Contractor shall maintain on a daily basis at the job site, and make available to the Engineer on request, one current record set of the Drawings which have been accurately marked up to indicate all modifications in the completed Work that differ from the design information shown on the Drawings. Upon substantial completion of the Work, the Contractor shall give the Engineer one complete set of marked up record Drawings. Failure of the Contractor to submit accurate Record Drawings to the Engineer will be adequate justification for postponement of the Final Inspection and Final Payment. 24. ADDITIONAL CONTRACT DOCUMENTS 1 The Engineer will furnish to the Contractor on request and free of charge, three copies of the Project Manual and three sets of full-size Drawings. Additional copies of the Project Manual and the Drawings may be obtained on request by paying the price as shown in the Invitation to Bid for ' the Contract Documents. 25. OWNERSHIP OF DRAWINGS All Drawings, Plans, Specifications, and copies thereof furnished by the Engineer and the Owner are their property. They are not to be used on other work and, with the exception of the signed Contract set, are to be returned to them on request at the completion of the Work. Any reuse of these materials without specific written verification or adaptation by the Engineer and the Owner • will be at the risk of the user and without liability or legal expense to the Engineer and the Owner. ' Such user shall hold the Engineer and the Owner harmless from any and all damages, including reasonable attorneys' fees, from any and all claims arising from any such reuse. Any such verification and adaptation by the Engineer and the Owner will entitle the Engineer to further 1 compensation at rates to be agreed upon by the user, the Engineer and the Owner. All models are the property of the Owner. THE ENGINEER 26. AUTHORITY OF THE ENGINEER The Engineer shall be the Owner's representative during the construction period. His authority and responsibility shall be limited to the provisions set forth in these Contract Documents. The Engineer shall have the authority to reject Work and material which does not conform to the Contract Documents. However, neither the Engineer's authority to act under this provision, nor any decision made by him in good faith either to exercise or not to exercise such authority, shall give rise to any duty or responsibility of the Engineer to the Contractor, any Subcontractor, their respective Sureties, any of their agents or employees, or any other person performing any of the ' Work. 27. DUTIES AND RESPONSIBILITIES OF THE ENGINEER The Engineer will make periodic visits to the site of the Project to observe the progress and quality of the Work and to determine, in general, if the Work is proceeding in accordance with the intent of the Contract Documents. He shall not be required to make comprehensive or continuous inspections to check quality or quantity of the Work, and he shall not be responsible for IFY042104 DRAKE FIELD "T" HANGAR Section 00700-5 I construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the Work. Visits and observations made by the Engineer shall not relieve the Contractor of his obligation to conduct comprehensive inspections of the Work and to furnish materials and perform acceptable Work, and to provide adequate safety precautions, in conformance with the intent of the Contract. I The Engineer will make decisions, in writing, on all claims of the Owner or the Contractor arising from interpretation or execution of the Contract Documents. Such decision shall be necessary before the Contractor can receive additional money under the terms of the Contract. Changes in Work ordered by the Engineer will be made in compliance with the Article titled, ALTERATIONS - CHANGES IN WORK. One or more construction observers may be assigned to observe the Work for compliance with the , Contract Documents and to act in matters of construction under this Contract. It is understood that such construction observers shall have the power to issue instructions and make decisions within the limitations of the authority of the Engineer. The Contractor shall furnish all reasonable assistance required by the Engineer or construction observer for proper review of the Work. Construction observers shall not have the power or authority to delete, increase, modify or ' otherwise change the requirements of the Contract Documents. The above -mentioned observation shall not relieve the Contractor of his obligations to conduct comprehensive inspections of the Work and to furnish materials and perform acceptable Work and to provide adequate safety precautions, in conformance with the intent of the Contract. 28. REJECTED MATERIAL Any material condemned or rejected by the Engineer or his authorized construction observer because of nonconformity with the Contract Documents shall be removed at once from the vicinity , of the Work by the Contractor at his own expense, and the same shall not be used on the Work. 29. UNNOTICED DEFECTS Any defective Work or material that may be discovered by the Engineer during construction or I before the final acceptance of Work, or before final payment has been made, or during the guarantee period, shall be removed and replaced by Work and materials which shall conform to the provisions of the Contract Documents. Failure on the part of the Engineer to condemn or reject bad or inferior Work or materials shall not be construed to imply acceptance of such Work or materials. The Owner shall reserve and retain all of its rights and remedies at law against the Contractor and its surety for correction of any and all latent defects discovered after the guarantee period. 30. RIGHT TO RETAIN IMPERFECT WORK If any part or portion of the Work done or material furnished under this Contract shall prove defective and not in accordance with the Drawings and Specifications, and if the imperfection in the same shall not be of sufficient magnitude or importance as to make the Work dangerous or unsuitable, or if the removal of such Work will create conditions which are dangerous or undesirable, the Owner shall have the right and authority to retain such Work but shall make such deductions in the final payment therefore as may be just and reasonable. The Owner shall also have the option to require, at no added cost to the Owner, extended warranties, maintenance bonds, or other remedies to provide for repair or reconstruction of imperfect Work. FY042104 DRAKE FIELD "T" HANGAR Section 00700-6 1 I ' 31. LINES AND GRADES The Contractor shall stake -out Work for this Contract and set the lines and grades necessary to complete the Work and shall keep the Engineer informed a reasonable time in advance of the times and places at which he wishes to do Work in order that the Engineer may review the lines and grades set by the Contractor and in order that the Engineer may make the necessary measurements for payment to the Contractor. All stakes, marks, and other information shall be carefully preserved by the Contractor, and in case of their careless or unnecessary destruction or removal by him or his employees, such stakes, marks, and other information will be replaced at the 'Contractor's expense. Figured dimensions, when given in the Drawings, shall be accurately followed, even though they 1 may differ from scaled measurements. No Work shown on the Drawings, the dimensions of which are not figured, shall be executed until instructions have been obtained from the Engineers as to the dimensions to be used. Large-scale and full-size drawings shall be followed in preference to small-scale drawings. The Engineer will provide the Contractor with bench marks to be used to 1 establish grades and will also provide a baseline to be used to establish the proper lines. All Work done under this Contract shall be done to the lines and grades shown on the Drawings. The Contractor shall stake -out Work for this Contract and set the lines and grades necessary to ' complete the Work and shall keep the Engineer informed a reasonable time in advance of the times and places at which he wishes to do Work in order that the Engineer may review the lines and grades set by the Contractor and in order that the Engineer may make the necessary measurements ' for payment to the Contractor. The Contractor shall furnish without charge competent persons from his force and such tools, ' stakes, surveying instruments, and other materials as the Engineer may require for reviewing the Contractor's stake -out of the Work and in making measurements for payment estimates or for surveys to establish temporary or permanent reference marks in connection with said Work. Any Work done without lines, grades, and levels being reviewed by the Engineer, or other representative of the Engineer, may be ordered removed and replaced at the Contractor's cost and expense. The Contractor shall carefully preserve all monuments, bench marks, reference points, and stakes, and in case of willful or careless destruction of the same, he will be charged with the resulting expense of replacement and shall be responsible for any mistakes or loss of time that may be caused by their unnecessary loss or disturbance. In the event that the stakes and marks placed by the Engineer are destroyed through carelessness on the part of the Contractor, and that the ' destruction of these stakes and marks causes a delay in the Work, the Contractor shall have no claim for damages or extensions of time. ' In the case of any permanent monuments or bench marks which must of necessity be removed or disturbed in the construction of the Work, the Contractor shall carefully protect and preserve the same until they can be properly referenced and relocated. The Contractor shall also furnish at his ' own expense such materials and assistance as are necessary for the proper replacement of monuments or bench marks that have been moved or destroyed. 32. SHOP DRAWING SUBMITTAL PROCEDURE ' The Contractor shall submit a sufficient number of copies to allow the Engineer to retain four copies (2 for himself; 2 for the Owner) for review, such shop drawings, electrical diagrams, and catalog cuts for fabricated items and manufactured items (including mechanical and electrical equipment) required for construction, except as noted below. Should the Contractor fail to submit acceptable shop drawings on the second submittal, one copy will be returned to him and the cost of the Engineer's time to review subsequent submittals on the IFY042104 DRAKE FIELD "T" HANGAR Section 00700-7 I unacceptable item will be deducted from the Contractor's monthly payment invoice. Shop , drawings shall be submitted in sufficient time to allow the Engineer not less than 20 regular working days per submittal for examining the shop drawings. These shop drawings shall be accurate, distinct, and complete and shall contain all required information, including satisfactory identification of items, units, and assemblies in relation to the Contract Drawings and Specifications. Unless otherwise approved by the Engineer, shop drawings shall be submitted only by the Contractor, who shall indicate by a signed stamp on the shop drawings, or other approved means, that he (the Contractor) has checked the shop drawings, and that the Work shown is in accordance with Contract requirements and has been checked for dimensions and relationship with Work of all other trades involved. The practice of submitting incomplete or unchecked shop drawings for the Engineer to correct or finish will not be acceptable, and shop drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in the proper form. When the shop drawings have been reviewed by the Engineer, two (2) sets of submittals will be ' returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the shop drawing may be rejected and one (1) set will be returned to the Contractor with such changes or corrections indicated, and the Contractor shall correct and resubmit the shop drawings in quadruplicate, unless otherwise directed by the Engineer. No changes shall be made by the Contractor to resubmitted shop drawings other than those changes indicated by the Engineer, unless such changes are clearly described in a letter accompanying the resubmitted shop drawings. The review of such shop drawings and catalog cuts by the Engineer shall not relieve the Contractor from responsibility for correctness of dimensions, fabrication details, and space requirements or for deviations from the Contract Drawings or Specifications unless the Contractor has called attention to such deviations in writing by a letter accompanying the shop drawings and the Engineer approves the change or deviation in writing at the time of submission; nor shall review by the Engineer relieve the Contractor from the responsibility for errors in the shop drawings. When the Contractor does call such deviations to the attention of the Engineer, the Contractor shall state in his letter whether or not such deviations involve any deduction or extra cost adjustment. 33. ADDITIONAL DETAIL DRAWINGS AND INSTRUCTIONS The Engineer will furnish, with reasonable promptness, additional instructions by means of drawings or otherwise, if, in the Engineer's opinion, such are required for the proper execution of the Work. All such drawings and instructions will be consistent with the Contract Documents, true developments thereof, and reasonably inferable therefrom. THE CONTRACTOR AND HIS EMPLOYEES 34. INDEPENDENT CONTRACTOR The Contractor shall perform all Work under this Contract as an Independent Contractor and shall not be considered as an agent of the Owner or of the Engineer, nor shall the Contractor's subcontractors or employees be subagents of the Owner or of the Engineer. The Contractor shall employee only employees who are competent and skillful in their respective line of work, and local labor shall be given preference. Whenever the Engineer or the Owner FY042104 DRAKE FIELD "T' HANGAR Section 00700 - 8 , notify the Contractor that any person on this work is, in their opinion, incompetent, disorderly, or refuses to carry out the provisions of this Contract, or uses threatening or abusive language to any person representing the Owner on the work or is otherwise unsatisfactory, such person shall be immediately discharged from the Project and shall not be re-employed thereon except with the consent of the Engineer by the Owner. 1 35. SUBCONTRACTING Within 30 days after the execution of the Contract, the Contractor shall submit to the Engineer the ' names of all subcontractors proposed for the Work, including the names of any subcontractors that were submitted with the Bid. The Contractor shall not employ any subcontractors that the Engineer may object to as lacking capability to properly perform Work of the type and scope ' anticipated. No changes will be allowed from the approved subcontractor list without written approval of the Engineer. 1 The Contractor agrees that he is as fully responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. ' Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. 36. INSURANCE AND LIABILITY A. GENERAL ' The Contractor shall provide (from insurance companies acceptable to the Owner) the insurance coverage designated hereinafter and pay all costs. ' Before execution of the Contract, Contractor shall furnish the Owner with complete copies of all certificates of insurance specified herein showing the type, amount, class of operations covered, effective dates, and date of expiration of policies. Each certificate shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed, or renewal refused until at least thirty days prior written notice has been given to the Owner. 1 In case of the breach of any provision of this Article, the Owner, at his option, may take out and maintain, at the expense of the Contractor, such insurance as the Owner may deem proper and may deduct the cost of such insurance from any monies which may be due or become due the Contractor under this Contract. All insurance contracts and certificates shall be executed by a licensed agent of the ' insurance company, and in all ways complying with the insurance laws of the State of Arkansas. Further, the said insurance company shall be duly licensed and qualified to do business in the State of Arkansas. B. CONTRACTOR AND SUBCONTRACTOR INSURANCE .The Contractor shall not execute the Contract or commence Work under this Contract until ' he has obtained all the insurance required hereunder and such insurance has been reviewed and approved by the Owner, nor shall the Contractor allow any subcontractor to commence Work on his subcontract until insurance specified below has been obtained. Review of the insurance by the Owner shall not relieve or decrease the liability of the Contractor hereunder. ' FY042104 DRAKE FIELD "r' HANGAR Section 00700-9 COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE The Contractor shall maintain during the life of this Contract the statutory Workmen's Compensation, in addition, Employer's Liability Insurance in an amount not less than $100,000 for each occurrence, for all of his employees to be engaged in Work on the Project under this Contract and, in case any such Work is sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation and Employer's Liability Insurance for all of the latter's employees to be engaged in such Work. Where Work under this Contract includes any water or navigational exposure, coverage shall be included to cover the Federal Longshoremen's and Harborworker's Act and the Federal Jones Act when applicable. Employer's Liability Insurance shall be extended to include waiver of subrogation to the Owner. GENERAL LIABILITY INSURANCE The Contractor shall maintain during the life of this Contract such independent contractor's general liability, completed operations and products liability, and automobile liability insurance as will provide coverage for claims for damages for personal injury, including accidental death, as well as for claims for property damage, which may arise directly or indirectly from performance of the Work under this Contract. The general liability policy should also specifically ensure the contractual liability assumed by the Contractor under Article 37, INDEMNITY. Coverage for property damage shall be on a "broad form" basis with no exclusions for "X, C, and U." The certificate of insurance shall explicitly waive X, C, and U exclusions. Amount of insurance to be provided shall be as shown below: Contractor's Comprehensive General Liability Insurance General Aggregate: Not less than $2,000,000 Completed Operations Aggregate: Not less than $2,000,000 Each Occurrence of Personal Injury or Property Damage: Not less than $1,000,000 Combined Single Limit Contractor's Comprehensive Automobile Liability Insurance Shall include Personal Injury and Property Damage coverage for "Any Auto", Autos", and "Non -Owned Auto" at a Combined Single Limit of not less than $1,000,000. 3) Contractor's Excess Umbrella Policy: $2,000,000 limit of liability policy shall be provided. In the event any Work under this Contract is performed by a subcontractor, the Contractor shall be responsible for any liability directly or indirectly arising out of the Work performed under this Contract by a subcontractor, which liability is not covered by the subcontractor's insurance. The Contractor's and any subcontractor's general liability and automobile liability insurance policies shall include the Owner and Engineer, their officers, agents, and employees as additional insureds for any claims arising out of Work performed under this Contract. Certificates of insurance shall explicitly name the Owner and Engineer as additional insureds. Inclusion of either party as "certificate holder" does not meet this requirement. El E. BUILDER'S RISK INSURANCE Unless otherwise modified in the Supplementary Conditions, the Contractor shall secure and maintain during the life of this Contract, builder's risk insurance upon the Work at the site in the amount of the full replacement cost thereof. This insurance shall: ' 1) Include the interests of the Contractor, subcontractors, and the Owner as such interests may appear; ' 2) Be written on a Builder's Risk or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary facilities, falsework, and Work in transit. The policy shall insure against at least the following perils: fire, lightning, theft, vandalism and malicious mischief, earthquake, collapse, debris removal occasioned by enforcement of Laws and Regulations, water damage, and other such perils as may be specifically required by the Supplementary Conditions or Basic Requirements; 3) Include expenses incurred in the repair, replacement, redesign, or reinspection of any insured property; and ' 4) Cover materials and equipment stored at the site, or at another location that was agreed to in writing by the Owner, prior to being incorporated in the Work. F. OWNER'S AND CONTRACTOR'S PROTECTIVE LIABILITY INSURANCE (OCP INSURANCE) The Contractor shall, at his expense, provide the Owner with a separate OCP Insurance Policy naming the Owner as the Insured and the Engineer as Additional Insured under that policy, said policy to protect said parties from claims which may arise from operations ' under the Contract. It is understood that the coverage shall apply to all authorized representatives of the said parties. The limits of policy coverage shall be: I) General Aggregate: Not less than $2,000,000 2) Each Occurrence of Personal Injury or Property Damage: Not less than $1,000,000 ' Combined Single Limit G. INSURANCE COVERAGE FOR SPECIAL CONDITIONS ' When the construction is to be accomplished within a public or private right-of-way requiring special insurance coverage, the Contractor shall conform to the particular requirements and provide the required insurance. The Contractor shall include in his ' liability policy all endorsements that the said authority may require for the protection of the authority, its officers, agents, and employees. Insurance coverage for special conditions, when required, shall be provided as set forth in the Supplementary Conditions. H. NO PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of the provisions hereof in exercising any authority granted by the Contract, there will be no personal liability upon any public official. IFY042104 DRAKE FIELD "T" HANGAR Section 00700 - II I 37. INDEMNITY , The Contractor shall indemnify and hold harmless the Owner, the Engineer, and their agents and employees from and against damages, losses, and expenses including attorneys' fees, up to the amount of the Contract price, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury or to destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (2) is caused in whole or in part by any act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, provided that such claims, damages, losses, and expenses are not approximately caused by the negligence of any indemnity in the design, or by the sole negligence of any indemnity in the inspection of the Work that is the subject of this construction Contract. In any and all claims against the Owner, the Engineer, or any of their agents or employees by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this Article shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Contractor or any subcontractor under Workmen's Compensation Acts, Disability Benefit Acts, or other Employee Benefit Acts. , 38. TAXES AND CHARGES The Contractor shall withhold and pay any and all sales and use taxes, including any and all charge ' of taxes thereof, and all withholding taxes, whether state or federal, and pay all Social Security charges and also all State Unemployment Compensation charges, and pay or cause to be withheld, as the case may be, any and all taxes, charges, or fees or sums whatsoever, which are now or may hereafter be required to be paid or withheld under any laws. 39. ORDINANCES, PERMITS, AND LICENSES The Contractor shall keep himself fully informed of all local ordinances, as well as state and federal laws, which in any manner affect the Work herein specified. The Contractor shall at all times comply with said ordinances, laws, and regulations, and protect and indemnify the Owner, the Engineer and their respective employees, and its officers and agents against any claim or liability arising from or based on the violation of any such laws, ordinances, or regulations up to the amount of the Contract Price. All permits, licenses, and inspection fees necessary for prosecution and completion of the Work shall be secured and paid for by the Contractor, unless otherwise specified. The Contractor shall observe and comply with all applicable local, state, and federal occupational ' safety and health regulations during the prosecution of Work under this Contract. In addition, full compliance by the Contractor with the U. S. Department of Labor's Occupational Safety and Health Standards, as established in Public Law 91-596, will be required under the terms of this Contract. 40. SUPERINTENDENCE The Contractor shall keep on the Work, during its progress, competent supervisory personnel. The Contractor shall designate, in writing, before starting Work, one authorized representative who shall have complete authority to represent and to act for the Contractor. The Contractor shall give efficient supervision to the Work, using his best skill and attention. The Contractor shall be solely responsible for all construction means, methods, techniques, and procedures, and for providing adequate safety precautions and coordinating all portions of the Work under the Contract. It is FY042104 DRAKE FIELD "T' HANGAR Section 00700 - 12 ' I I I 1 41 I I I I I I I [1 I I [1 I [I specifically understood and agreed that the Engineer, its employees and agents, shall not have control or charge of and shall not be responsible for the construction means, methods, techniques, procedures, or for providing adequate safety precautions in connection with the Work under the Contract. RECEPTION OF ENGINEER'S DIRECTIONS The superintendent, or other duly authorized representative of the Contractor, shall represent the Contractor in all directions given to him by the Engineer. Such directions of major importance will be confirmed in writing. Any direction will be so confirmed, in each case, on written request from the Contractor. 42. SANITATION Sanitary conveniences conforming to state and local codes shall be erected and maintained by the Contractor at all times while workers are employed on the Work. The sanitary convenience facilities shall be as approved by the Engineer. 43. EMPLOYEES The Contractor shall employ only men or women who are competent and skillful in their respective line of work. Whenever the Engineer or Owner shall notify the Contractor that any person on the Work is, in their opinion, incompetent, unfaithful, or disorderly or refuses to carry out the provisions of this Contract or uses threatening or abusive language to any person representing the Owner on the Work, or is otherwise unsatisfactory, such person shall be immediately discharged from the Project and shall not be re-employed thereon except with the consent of the Engineer by the Owner. 44. PROJECT MEETINGS The Engineer may conduct Project meetings, as he deems necessary, for the purposes of discussing and resolving matters concerning the various elements of the Work. Time and place for these meetings and the names of persons required to be present shall be as directed by the Engineer. Contractor shall comply with these attendance requirements and shall also require his subcontractors to comply. 45. SAFETY The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons (including employees) and property during performance of the Work. This requirement shall apply continuously and not be limited to normal working hours. Safety provisions shall conform to U. S. Department of Labor (OSHA); the State Labor Department Laws; all other applicable federal, state, county, and local laws, ordinances, and codes; the requirements set forth below; and any regulations that may be detailed in other parts of these Documents. Where any of these are in conflict, the more stringent requirement shall be followed. The Contractor's failure to thoroughly familiarize himself with the aforementioned safety provisions shall not relieve him from compliance with the obligations and penalties set forth herein. The Contractor shall develop and maintain for the duration of this Contract, a safety program that will effectively incorporate and implement all required safety provisions. The Contractor shall appoint an employee who is qualified and authorized to supervise and enforce compliance with the safety program. IFY042104 DRAKE FIELD "T' HANGAR Section 00700 - 13 I The duty of the Engineer to conduct construction review of the Contractor's performance is not , intended to include a review or approval of the adequacy of the Contractor's safety supervisor, the safety program, or any safety measures taken in, on, or near the construction site. The Contractor, as a part of his safety program, shall maintain at his office or other well-known place at the job site, safety equipment applicable to the Work as prescribed by the aforementioned authorities, all articles necessary for giving first aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of persons (including employees) who may be injured on the job site. If death or serious injuries or serious damages are caused, the accident shall be reported ' immediately by telephone or messenger to both the Engineer and the Owner. In addition, the Contractor must promptly report in writing to the Engineer all accidents whatsoever arising out of, or in connection with, the performance of the Work whether on, or adjacent to, the site, giving full details and statements of witnesses. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. 46. CONTRACTOR'S TOOLS AND EQUIPMENT 1 The Contractor's tools and equipment used on the Work shall be furnished in sufficient quantity and of a capacity and type that will safely perform the Work specified, and shall be maintained and used in a manner that will not create a hazard to persons or property, or cause a delay in the progress of the Work. 47. PROTECTION OF WORK AND PROPERTY ' The Contractor shall at all times safely guard the Owner's property from injury or loss in , connection with this Contract. The Contractor shall at all times safely guard and protect from damage his own Work, and that of adjacent property (as provided by law and the Contract Documents). All passageways, guard fences, lights, and other facilities required for protection by federal, state, or municipal laws and regulations and local conditions, must be provided and maintained. The Contractor shall protect his Work and materials from damage due to the nature of the Work, the elements, carelessness of other Contractors, or from any cause whatever until the completion and acceptance of the Work. All loss or damages arising out of the nature of the Work to be done under these Contract Documents, or from any unforeseen obstruction or defects which may be encountered in the prosecution of the Work, or from the action of the elements, shall be sustained by the Contractor. In addition, the Contractor shall take special precautions to prevent the "flotation" of all tanks and structures prior to their final acceptance and filling for beneficial use. The Contract price shall include all costs associated with such special precautions. Also, the Contractor shall not load or permit any part of any structure to be loaded with a weight , that will endanger its safety or its structural integrity. 48. RESPONSIBILITY OF CONTRACTOR TO ACT IN EMERGENCY , In case of an emergency which threatens loss or injury of property, and/or safety of life, the Contractor shall act, without previous instructions from the Owner or Engineer, as the situation FY042104 DRAKE FIELD "T" HANGAR Section 00700 - 14 ' I may warrant. The Contractor shall notify the Engineer thereof immediately thereafter. Any claim for compensation by the Contractor, together with substantiating documents in regard to expense, ' shall be submitted to the Owner through the Engineer and the amount of compensation shall be determined by agreement. ' 49. MATERIALS AND APPLIANCES Unless otherwise stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power, transportation, and other facilities necessary for the execution and completion of the Work. Unless otherwise specified, all materials shall be new, and both workmanship and materials shall be of good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials. In selecting and/or approving equipment for installation in the Project, the Owner and Engineer assume no responsibility for injury or claims resulting from failure of the equipment to comply with applicable national, state, and local safety codes or requirements, or the safety requirements of a recognized agency, or failure due to faulty design concepts, or defective workmanship and materials. 50. BUY AMERICAN ' Unless otherwise stipulated, only steel and manufactured products produced in the United States will be used by the Contractor, subcontractors, materialmen, and suppliers in performance of the Work. 51. CONTRACTORS' AND MANUFACTURERS' COMPLIANCE WITH STATE SAFETY, OSHA, AND OTHER CODE REQUIREMENTS The completed Work shall include all necessary permanent safety devices, such as machinery guards and similar ordinary safety items required by the state and federal (OSHA) industrial ' authorities and applicable local and national codes. Further, any features of the Work (including Owner -selected equipment) subject to such safety regulations shall be fabricated, furnished, and installed in compliance with these requirements. Contractors and manufacturers of equipment shall be held responsible for compliance with the requirements included herein. Contractors shall ' notify all equipment suppliers and subcontractors of the provisions of this Article. 52. SUBSTITUTION OF MATERIALS Except for Owner -selected equipment items and items where no substitution is clearly specified, whenever any material, article, device, product, fixture, form, type of construction, or process is ' indicated or specified by patent or proprietary name, by name of manufacturer, or by catalog number, such specifications shall be deemed to be used for the purpose of establishing a standard of quality and facilitating the description of the material or process desired. This procedure is not to be construed as eliminating from competition other products of equal or better quality by other ' manufacturers where fully suitable in design, and shall be deemed to be followed by the words "or equal". The Bidder may, in such cases, submit complete data to the Engineer 10 days prior to bid date for consideration of another material, type, or process which shall be substantially equal in ' every respect to that so indicated or specified. Substitute materials shall not be used unless approved in writing. The Owner or his authorized agent will be the sole judge of the substituted article or material. IFY042104 DRAKE FIELD "r' HANGAR Section 00700 - 15 11 53. TESTS, SAMPLES, AND INSPECTIONS The Contractor shall furnish, without extra charge, the necessary test pieces and samples, including , facilities and labor for obtaining the same, as requested by the Engineer. When required, the Contractor shall furnish certificates of tests of materials and equipment made at the point of manufacture by a recognized testing laboratory. The Owner, Engineer, authorized government agents, and their representatives shall at all times be provided safe access to the Work wherever it is in preparation or progress, and the Contractor shall provide facilities for such access and for inspection, including maintenance of temporary and permanent access. If the Specifications, the Engineer's instructions, laws, ordinances, or any public authority require ' any Work to be specially tested or approved, the Contractor shall give timely notice of its readiness for inspection. Inspections to be conducted by the Engineer will be promptly made, and where practicable, at the source of supply. If any Work should be covered up without approval or consent of the Engineer, it shall be uncovered for examination at the Contractor's expense. I 54. ROYALTIES AND PATENTS The Contractor shall pay all royalty and license fees, unless otherwise specified. The Contractor shall defend all suits or claims for infringement of any patent rights and shall save the Owner and the Engineer harmless from any and all loss, including reasonable attorneys' fees, on account thereof, up to the amount of the Contract Price. 55. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE CONTRACT If the Work should be stopped under an order of any court or other public authority for a period of I more than 3 months, through no act or fault of the Contractor, its Subcontractors, or respective employees or agents, then the Contractor may, upon 15 days' written notice to the Owner and the Engineer, if said default has not been cured, stop Work or terminate this Contract and recover from the Owner payment for the reasonable value of Work performed. 56. CORRECTION OF DEFECTIVE WORK I The Contractor hereby agrees to make, at his own expense, all repairs or replacements necessitated by defects in materials or workmanship supplied under terms of this Contract, and pay for any damage to other works resulting from such defects, which are found during construction or become evident within 1 year after the date of final acceptance of the Work or within 1 year after the date of substantial completion established by the Engineer for specified items of equipment, or within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract Documents. The Contractor further assumes responsibility for a similar guarantee for all Work and materials provided by subcontractors or manufacturers of packaged equipment components. The effective date for the start of the guarantee or warranty period for equipment qualifying as substantially complete is defined in Article 16, SUBSTANTIAL COMPLETION, and Article 68, SUBSTANTIAL COMPLETION DATE, in these General Conditions. The Contractor also agrees to hold the Owner and the Engineer harmless from liability of any kind arising from damage due to said defects. The Contractor shall make all repairs and replacements promptly upon receipt of written order for same from the Owner. If the Contractor fails to make the repairs and replacements promptly, the Owner may do the Work, and the Contractor and his Surety shall be liable for the cost thereof. Any additional FY042104 DRAKE FIELD "T" HANGAR Section 00700 - 16 I LI I I C1 I I I I I I CJ I I I I I I I requirements for the Project relative to correction of defective Work after final acceptance are set forth in the Supplementary Conditions. PROGRESS OF THE WORK 57. BEGINNING OF THE WORK Before Work shall be started and materials ordered, the Contractor shall meet and consult with the Owner and/or Engineer relative to materials, equipment, and all arrangements for prosecuting the Work. 58. SCHEDULES AND PROGRESS REPORTS The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, records, and other data as the Owner may request concerning Work performed or to be performed under this Contract. Construction Schedule Requirements: The Contractor shall comply with the following requirements concerning construction scheduling and payments: The Contractor shall submit a construction schedule of the bar graph type (or other approved type) prior to the preconstruction conference showing the following information as a minimum: a. Date of Notice to Proceed with Contract Work. b. Actual date construction is scheduled to start if different from the date of Notice to Proceed. c. Contract completion date. d. Beginning and completion dates for each phase of Work. e. The dates at which special detail drawings are required. f. Respective dates for submission of shop drawings and the beginning of manufacture, the testing of, and the installation of materials, supplies, and equipment. g. All construction milestone dates. h. A separate graph showing Work placement in dollars versus Contract time. The schedule shall incorporate approved Contract changes. The schedule shall be maintained in an up-to-date condition monthly and shall be available for inspection at the construction site at all times. The construction schedule shall be submitted in conjunction with and/or in addition to any other requirements concerning schedules within these Specifications. The construction schedule shall be updated and submitted with each monthly request for payment. Should the Contractor fall behind said schedule, he shall present in writing to the owner a revised plan of action to complete the project on time. Methods may include, but are not limited to additional manpower, equipment, working overtime, etc. as may be required. Also, the construction schedule shall be revised accordingly. Failure to submit such revised construction schedule and written explanation shall be reason to withhold payment entirely or reduce payment substantially. IFY042104 DRAKE FIELD "T' HANGAR Section 00700 - 17 I 60. 62. PROSECUTION OF THE WORK It is expressly understood and agreed that the time of beginning, rate of progress, and time of completion of the Work are the essence of this Contract. The Work shall be prosecuted at such time, and in or on such part or parts of the Project as may be required, to complete the Project as contemplated in the Contract Documents and the approved construction schedule. Regular Work hours shall be from 7:00 a.m. to 6:00 p.m. Monday through Friday. No Work requiring the presence of the Engineer's representative will be performed outside of regular Work hours. The cost of additional engineering services will be based upon actual hours worked (labor cost x 3) plus out-of-pocket expenses such as lodging, mileage, materials, etc. Otherwise, the Contractor may perform clean-up work only outside of regular hours (including Saturdays and Sundays). No Work will be accomplished on holidays. ASSIGNMENT Neither party to the Contract shall assign the Contract or sublet it as a whole, without the written consent of the other, nor shall the Contractor assign any monies due or to become due to him hereunder without the prior written consent of the Owner. OWNER'S RIGHT TO DO WORK If the Contractor should, in the opinion of the Engineer, neglect to prosecute the Work properly or should neglect or refuse at his own cost to take up and replace Work as shall have been rejected by the Engineer, then the Owner shall notify the Surety of the condition, and after 10 days' written notice to the Contractor and the Surety, or without notice if an emergency or danger to the Work or public exists, and without prejudice to any other right which the Owner may have under the Contract, take over that portion of the work which has been improperly executed or uncompleted, and make good the deficiencies and deduct the cost thereof from the payments then or thereafter due the Contractor, and if such payments are not sufficient thereof, charge the cost to the Contractor and its surety. OWNER'S RIGHT TO TRANSFER EMPLOYMENT If the Contractor should abandon the Work or should be adjudged bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver should be appointed on account of his insolvency, or if he should persistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workers or proper materials, or if he should fail to make prompt payment to subcontractors for material or labor, or persistently disregard laws, ordinances, or the instructions of the Engineer, or otherwise be guilty of a substantial violation of any provision of the Contract or any laws or ordinance, the Owner may, without prejudice to any other right or remedy, and after giving the Contractor and Surety 7 days' written notice, transfer the employment for said Work from the Contractor to the Surety. Upon receipt of such notice, such Surety shall enter upon the premises and take possession of all materials, tools, and appliances thereon for the purpose of completing the Work included under this Contract and employ, by Contract or otherwise, any qualified person or persons to finish the Work and provide the materials therefore, in accordance with the Contract Documents, without termination of the continuing full force and effect of this Contract. In case of such transfer of employment to such Surety, the Surety shall be paid in its own name on estimates according to the terms hereof without any right of the Contractor to make any claim for the same or any part thereof. I I I I U I L I I I I I I I I FY042104 DRAKE FIELD "T" HANGAR Section 00700 - 18 ' I If after the furnishing of said written notice to the Surety, the Contractor and the Surety still fail to make reasonable progress on the performance of the Work, the Owner may terminate the employment of the Contractor and take possession of the premises and of all materials, tools, and appliances thereon and finish the Work by whatever method he may deem expedient and charge the cost thereof to the Contractor and Surety. In such case, the Contractor shall not be entitled to receive any further payment until the Work is finished. If the expense of completing the Contract, including compensation for additional managerial and administrative services, shall exceed such unpaid balance, the Contractor and the Surety shall pay the difference to the Owner. ' 63. OWNER'S RIGHT TO SUSPEND OR TERMINATE WORK Owner may suspend work under the following conditions: ' At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than ninety days by notice in writing to Contractor and Engineer which will fix the ' date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contract makes an approved claim ' therefore as provided in per the General Conditions. Owner may terminate: ' Upon the occurrence of any one or more of the following events: I. If Contractor persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established in the Contract Documents. 2. If Contractor disregards Laws or Regulations of any public body having jurisdiction. 3. If Contractor disregards the authority of the Engineers. ' 4. If Contractor otherwise violates in any substantial way any provisions of the Contract Documents. ' Owner may, after giving Contractor (and the surety, if any) seven days' written notice and to the extent permitted by Laws and Regulations, terminate the services of Contractor, exclude Contractor from the site and take possession of the Work and of all Contractor's tools, appliances, ' construction equipment, and machinery at the site and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which Owner has paid Contractor but which are stored elsewhere, and finish the Work as Owner may deem expedient. I I I I I In such case Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by Owner arising out of or resulting from completing the Work such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses and damages incurred by Owner will be reviewed by Engineer as to their reasonableness and when so approved by Engineer incorporated in a Change Order, provided that when exercising any rights or remedies under the paragraph Owner shall not be required to obtain the lowest price for the Work performed. Where Contractor's services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. IFY042104 DRAKE FIELD "T" HANGAR Section 00700 - 19 11 Upon seven days' written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy of Owner, elect to terminate the Contract. In such case, Contractor shall be paid (without duplication of any items): 1. For completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead , and profit on such Work. 2. For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses. 3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others. 4. For reasonable expenses directly attributable to termination. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 64. DELAYS AND EXTENSION OF TIME If the Contractor is delayed in the progress of the Work by any separate Contractor employed by ' the Owner, or by strikes, lockouts, fire, excessive adverse weather conditions not reasonably anticipated (on the basis of official weather records from the past ten years, minimum, from the locality involved), or acts of God, the Contractor shall, within 48 hours of the start of the occurrence, give written notice to the Owner of the cause of the potential delay and estimate the possible time extension involved, and within 7 days after the cause of delay has been remedied, the Contractor shall given written notice to the Owner of any actual time extension requested as a result of the aforementioned occurrence; then the Contract time may be extended by Change Order for such reasonable time as the Engineer determines. It is agreed that no claim shall be made or allowed for any damages which may arise out of any , delay caused by the above referenced acts or occurrences, other than claims for the appropriate extension of time. No extension of time will be granted to the Contractor for delays occurring to parts of the Work that have no measurable impact on the completion of the total Work under this Contract; nor will extension of time be granted for delays to parts of Work that are not located on the critical path if the Critical Path Method (CPM) is used for scheduling the Work. No extension of time will be considered for weather conditions normal to the area in which the Work is being performed. Unusual weather conditions, if determined by the Engineer to be of a severity that would stop all progress of the Work, may be considered as cause for an extension of Contract completion time. The Contractor shall provide official documentation of weather conditions experienced versus those anticipated as described above. Delays in delivery of equipment or material purchased by the Contractor or his subcontractors (including Owner -selected equipment) shall not be considered as a just cause for delay. The Contractor shall be fully responsible for the timely ordering, scheduling, expediting, delivery, and installation of all equipment and materials. Within a reasonable period after the Contractor submits to the Owner a written request for an extension of time, the Engineer will present his written opinion to the Owner as to whether an extension of time is justified, and, if so, his recommendation as to the number of days for time extension. The Owner will make the final decision on all requests for extension of time. In no FY042104 DRAKE FIELD "T" HANGAR Section 00700-20 1 I event shall the Contractor be entitled under this Contract to collect or recover any damages, loss, or expense incurred by any delay other than as caused by the Owner, as stipulated in the Article titled, ' NOTICE OF CLAIM FOR DELAY. 65. LIQUIDATED DAMAGES $ The Work shall begin at the time stated in the Notice to Proceed issued by the Owner to the Contractor and shall be completed within the number of consecutive calendar days, or by the calendar date, stated in the accepted Bid and Contract. The time shall be computed from and including the date stated in the Notice to Proceed. It is agreed that time is of the essence of this Contract. ' The Contractor agrees that said Work shall be prosecuted regularly, diligently, and uninterruptedly at such rate or progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the Contractor and the Owner, that the time for ' the completion of the Work described herein is a reasonable time for the completion of the same, taking into consideration the average climatic range and usual construction conditions prevailing in this locality. ' If the Contractor shall neglect, fail, or refuse to complete the Work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree, as a part consideration for the awarding of this Contract, a penalty put as liquidated damages ' for such breach of Contract, as hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the Contract for completing the Work. The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages which the Owner would in such event sustain, and said amount shall be retained from time to time by the Owner from current periodic pay estimates. 66. OTHER CONTRACTS ' The Owner reserves the right to award other Contracts in connection with the Work. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their Work and shall properly connect and coordinate his Work with theirs. ' If any part of the Work under this Contract depends on the prior acceptable completion of Work by others under separate Contract(s), the Contractor shall inspect and promptly report to the Engineer ' any defects in such Work that would adversely affect the satisfactory completion of the Work under this Contract. The Contractor's failure to so inspect and report shall constitute acceptance of the Work by others as being suitable for the proper reception and completion of the Work under ' this Contract, excluding, however, those defects in the Work by others that occur after the satisfactory completion of the Work specified hereunder. 67. USE OF PREMISES ' The Contractor shall confine his equipment, the storage of materials, and the operation of his workers to limits shown on the Drawings or indicated by law, ordinances, permits, or directions of ' the Engineer, and shall not unreasonably encumber the premises with his materials. The Contractor shall provide, at his own expense, the necessary rights -of -way and access to the Work which may be required outside the limits of the Owner's property. ' FY042104 DRAKE FIELD 'T' HANGAR Section 00700-21 n L 68. SUBSTANTIAL COMPLETION DATE The Engineer may, at his sole discretion, issue a written notice of substantial completion for the purpose of establishing the starting date for specific equipment guarantees, and to establish the date that the Owner will assume the responsibility for the cost of operating such equipment. Said notice shall not be considered as final acceptance of any portion of the Work or relieve the Contractor from completing the remaining Work within the specified time and in full compliance with the Contract Documents. Such substantial completion shall not relieve Contractor from liquidated damages should the Owner have added costs after the completion date, i.e., if additional construction observation, interest paid, loss of revenue, or other expenses continue to be charged to the Owner. Substantial completion of an operating facility shall be that degree of completion that will provide ' a minimum of 7 continuous work days of successful operation in which all performance and acceptance testing has been successfully demonstrated to the Engineer. All equipment contained in the Work, plus all other components necessary to enable the Owner to operate the facility in the manner that was intended, shall be complete on the substantial completion date. See "SUBSTANTIAL COMPLETION" under Article DEFINITIONS, of these General Conditions. 69. PERFORMANCE TESTING ' Operating equipment and systems shall be performance tested in the presence of the Engineer to , demonstrate compliance with the specified requirements. Performance testing shall be conducted under the specified design operating conditions or under such simulated operating conditions as recommended or approved by the Engineer. Schedule such testing with the Engineer at least I week in advance of the planned date for testing. I 70. OWNER'S USE OF PORTIONS OF THE WORK The Owner shall have the right to take possession of and use any completed or partially completed 1 portions of the Work. Such use shall not be considered as final acceptance of any portion of the Work, nor shall such use be considered as cause for an extension of the Contract completion time, unless authorized by a Change Order issued by the Owner. 71. CUTTING AND PATCHING The Contractor shall do all cutting, fitting, or patching of his Work that may be required to make ' its several parts come together properly and fit it to receive or be received by Work of other Contractors shown upon or reasonably implied by the Drawings. Any defective Work or material, performed or furnished by the Contractor, that may be discovered by the Engineer before the final acceptance of the Work or before final payment has been made, shall be removed and replaced or patched, in a manner as approved by the Engineer at the expense of the Contractor. , 72. CLEANING UP The Contractor shall, at all times, at his own expense, keep property on which Work is in progress and the adjacent property free from accumulations of waste material or rubbish caused by employees or by the Work. Upon completion of the construction, the Contractor shall, at his own expense, remove all temporary structures, rubbish, and waste materials resulting from his t operations. FY042104 DRAKE FIELD "T" HANGAR Section 00700-22 , I F PAYMENT ' 73. PAYMENT FOR CHANGE ORDERS Payment or credit for any alterations covered by a Change Order shall be determined by one or a 'combination of the methods set forth in A, B, or C below as applicable: A. UNIT PRICES. If applicable, those unit prices stipulated in the Bid, shall be utilized. If such Unit Prices are not applicable, the Contractor and Owner may utilize Unit Prices as mutually agreed upon. ' B. LUMP SUM. A total lump sum for the Work may be negotiated as mutually agreed upon by the Contractor and Owner. In "A" and "B" above, Contractor's quotations for Change Orders shall be in writing and firm for a period of 90 days. Any compensation paid in conjunction with the terms of a Change Order shall comprise total compensation due the Contractor for the Work or alteration defined in the Change Order. By signing the Change Order, the Contractor acknowledges that the stipulated compensation includes payment for the Work or alteration plus all payment for the interruption of schedules, extended overhead, delay or any other impact claim or ripple effect, and by such signing specifically waives any reservation or claim for additional compensation in respect to the subject of the Change Order. The Owner's request for quotations on alterations to the Work shall not be considered authorization to proceed with the Work prior to the issuance of a formal Change Order, nor shall such request justify any delay in existing Work. Lump sum quotations for alterations Ito the Work shall include substantiating documentation with an itemized breakdown of Contractor and subcontractor costs, including labor, material, rentals, approved services, overhead, and profit calculated as specified under "C" below. C. FORCE ACCOUNT WORK. If the method of payment cannot be agreed upon prior to the beginning of the Work, and the Owner or the Engineer directs that the Work be done by written Change Order or on a force account basis, then the Contractor shall furnish labor, ' equipment, and materials necessary to complete the Work in a satisfactory manner and within a reasonable period of time. For the Work performed, payment will be made for the documented actual cost of the following: Ii) Labor, including foremen, who are directly assigned to the force account Work: (actual payroll cost, including wages, fringe benefits as established by negotiated labor agreements, labor insurance, and labor taxes as established by law). No other fixed labor burdens will be considered, unless approved in writing by the Owner. 2) Material delivered and used on the designated Work, including sales tax, if paid for by the Contractor or his subcontractor. ' 3) Rental, or equivalent rental cost of equipment, including necessary transportation for items having a value in excess of $100. ' 4) Additional bond, as required and approved by the Owner. 5) Additional insurance (other than labor insurance) as required and approved by the ' Owner. FY042104 DRAKE FIELD 'T' HANGAR Section 00700-23 I To costs under 73C, FORCE ACCOUNT WORK, there shall be added the following fixed fees for the Contractor or subcontractor actually performing the Work: A fixed fee not to exceed 15 percent of the cost of all items above. The added fixed fees shall be considered to be full compensation, covering the cost of general supervision, overhead, profit, and any other general expense. The Owner reserves the right to furnish such materials and equipment as he deems expedient, and the Contractor shall have no claim for profit or added fees on the cost of such materials and equipment. For equipment under Item 3 above, rental or equivalent rental cost will be allowed for only those days or hours during which the equipment is in actual use. Rental and transportation allowances shall not exceed the current rental rates prevailing in the locality. The rentals allowed for equipment will, in all cases, be understood to cover all fuel, supplies, repairs, and renewals, and no further allowances will be made for those items, unless specific agreement to that effect is made. The Contractor shall maintain his records in such a manner as to provide a clear distinction between the direct costs of Work paid for on a force account basis and the costs of other operations. The Contractor shall furnish the Engineer report sheets in duplicate of each day's force account Work no later than the working day following the performance of said Work. The daily report sheets shall itemize the materials used, and shall cover the direct cost of labor and the charges for equipment rental, whether furnished by the Contractor, subcontractor, or other forces. The daily report sheets shall provide names or identifications and classifications of workers, the hourly rate of pay and hours worked, and also the size, type, and identification number of equipment and hours operated. Material charges shall be substantiated by valid copies of vendors' invoices. Such invoices shall be submitted with the daily report sheets, or, if not available, they shall be submitted with subsequent daily report sheets. Said daily report sheets shall be signed by the Contractor or his authorized agent. To receive partial payments and final payment for force account Work, the Contractor shall submit in a manner approved by the Engineer, detailed and complete documented verification of the Contractor's and any of his subcontractors' actual current costs involved in the force account Work pursuant to the issuance of an approved Change Order. Such costs shall be submitted within 30 days after said Work has been performed. No payment will be made for Work billed and submitted to the Engineer after the 30 -day period has expired. No extra or additional Work shall be performed by the Contractor, except in an emergency endangering life or property, unless in pursuance of a written Change Order, as provided in ALTERATIONS -CHANGES IN WORK. 74. PARTIAL PAYMENTS A. GENERAL Nothing contained in this Article shall be construed to affect the right, hereby reserved, to reject the whole or any part of the aforesaid Work, should such Work be later found not to comply with the provisions of the Contract Documents. All estimated quantities of Work I I I I I I I I I 11 I I I I I I FY042104 DRAKE FIELD "T" HANGAR Section 00700-24 , C] for which partial payments have been made are subject to review and correction on the final ' estimate. Payment by the Owner and acceptance by the Contractor of partial payments based on periodic estimates of quantities of Work performed shall not, in any way, constitute acceptance of the estimated quantities used as the basis for computing the amounts of the partial payments. For public works projects, each partial payment request and final payment request shall contain an affidavit by the Contractor that all provisions of the applicable federal and state requirements regarding apprentices and payment of prevailing wages have been complied with by him and by his Subcontractors. ' B. ESTIMATE AND PAYMENT Before the first working day of each calendar month, the Contractor shall submit to the ' Engineer a detailed estimate of the amount earned for the separate portions of the Work, and request payment. As used in this Article, the words "amount earned" means the value, on the date of the estimate for partial payment, of the Work completed in accordance with the ' Contract Documents, and the value of approved materials delivered to the Project site suitably stored and protected prior to incorporation into the Work. If the Contractor's estimate of amount earned conforms with the Engineer's evaluation, the Engineer will calculate the amount due the Contractor and make recommendation to the Owner for payment. An estimate of monthly progress payments shall be provided for the entire job prior to the first payment request. An update of the estimate of progress payments shall be updated if the actual progress differs by more than 20 percent in any given month. Each monthly payment request shall include the required updated Schedule. If the updated Schedule is not submitted, the Owner may withhold payment until this item is completed. The Contractor shall be paid within 30 days of approval of the payment request. ' C. DEDUCTION FROM ESTIMATE Unless modified in the Supplementary Conditions, deductions from the estimate will be as ' described below. The Owner will deduct from the estimate, and retain as part security, 10 percent of the amount earned for Work satisfactorily completed. However, no deduction or retainage will be made on the approved items of material delivered to and properly stored ' at the job site but not incorporated into the Work. When the Work is 50 percent complete, the Owner may "freeze" the retainage at 5 percent of the dollar value of the total contract provided that the Contractor is making satisfactory progress and there is no specific cause ' for a greater retainage. The Owner may reinstate the retainage up to 10 percent of the dollar value of "Work complete to date" if the Owner determines, at his discretion, that the Contractor is not making satisfactory progress or where there is other specific cause for such withholding. ' NOTE: Exception --If the Work includes water or sewer pipelines, the Contractor shall maintain the Work for a period of ninety (90) days following its acceptance by the ' OWNER. Up to five percent (5%) of the Contract amount shall be retained during this maintenance period. Ali prior payments shall be subject to correction in the final payment. ' This 90 -day period does not relieve the Contractor of the Performance and Payment Bond requirements regarding warranty of the Project. In such cases, the semi-final payment estimate shall indicate the initial acceptance of the Work, and the warranty shall begin on such date. ' FY042104 DRAKE FIELD "7"' HANGAR Section 00700 - 25 I D. E. QUALIFICATION FOR PARTIAL PAYMENT FOR MATERIALS DELIVERED Unless modified in the Supplementary Conditions, qualification for partial payment for materials delivered but not yet incorporated in to the Work shall be as described below. Materials, as used herein, shall be considered to be those items which are fabricated or manufactured material and equipment. To receive partial payment for materials delivered to the site, but not incorporated in the Work, it shall be necessary for the Contractor to include invoices of such materials and documentation warranting that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein; all of which must be satisfactory to Owner. At the time of the next partial payment request, the Contractor must submit the following documentation relative to materials paid on the previous partial payment: paid invoices of such materials or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests, and encumbrances (i.e., all materials have been paid for by Contractor). Failure to submit this documentation will result in an appropriate reduction on the current partial payment estimate for such materials. At his sole discretion, the Engineer may approve items for which partial payment is to be made. Proper storage and protection shall be provided by the Contractor, and as approved by the Engineer. Final payment shall be made only for materials actually incorporated in the Work and, upon acceptance of the Work, all materials remaining for which advance payments had been made shall revert to the Contractor, unless otherwise agreed, and partial payments made for these items shall be deducted from the final payment for the Work. PAYMENT After deducting the retainages and the amount of all previous partial payments made to the Contractor, the amount earned as of the current month will be made payable to the Contractor within 30 days of the Owner's receipt of an approved request, except where the Owner is a municipality or other agency whose laws require the approval of each payment by a council or similar body, in which case, the payment shall become due and payable 10 days after the first regularly -scheduled meeting in the month following the submittal of such payment request. 75. CLAIMS In any case where the Contractor deems additional compensation is due him for Work or materials not clearly covered in the Contract or not ordered by the Engineer according to provisions of Article 20 ALTERATIONS - CHANGES IN WORK, the Contractor shall notify the Engineer, in writing, of his intention to make claim for such compensation before he begins the Work on which he bases the claim, in order that such matters may be settled, if possible, or other appropriate action promptly taken. If such notification is not given or the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual cost, then the Contractor hereby agrees to waive the claim for such additional compensation. Such notice by the Contractor, and the fact that the Engineer has kept account of the cost as aforesaid, shall not in any way be construed as proving the validity of the claim. Claims for additional compensation shall be made in itemized detail and submitted, in writing, to the Owner and Engineer within 10 days following completion of that portion of the Work for which the Contractor bases his claim. In case the claim is found to be just, it shall be allowed and paid for as provided in the Article titled, PAYMENT FOR CHANGE ORDERS. I I I Lu I I I I I I I I [1 I �I FY042104 DRAKE FIELD "T" HANGAR Section 00700-26 , 7 76. NOTICE OF CLAIM FOR DELAY ' If the Contractor intends to file a claim for additional compensation for delay caused by the Owner at a particular time, he shall file a notice of claim with the Owner within 7 days of the beginning of the occurrence. The notice of claim shall be in duplicate, in writing, and need not state the amount. No claim for additional compensation will be considered unless the provisions of Article 64, DELAYS AND EXTENSION OF TIME, are complied with, and a notice of claim has been filed with the Owner in writing, as stated above. ' Should the Owner be prevented or enjoined from proceeding with Work, either before or after its prosecution, or from authorizing its prosecution by reason of any litigation, the Contractor shall not be entitled to make or assert claim for damage by reason of said delay; but time for completion of ' the Work will be extended to such reasonable time as the Owner may determine will compensate for time lost by such delay, with such determination to be set forth in writing. ' 77. RELEASE OF LIENS OR CLAIMS The Contractor shall indemnify and save harmless the Owner from all claims for labor and materials furnished under this Contract. Prior to the final payment, the Contractor shall furnish to ' the Owner, as part of his final payment request, an affidavit that all of the Contractor's obligations on the Project have been satisfied and that there are no unpaid taxes, liens, vendors' liens, rights to lien or any other type of claim against the Project, and that the hourly wages paid to all persons on ' the Project were in accordance with the applicable wage scale determinations. 78. FINAL PAYMENT Upon completion of all of the Work under this Contract, the Contractor shall notify the Engineer, in writing, that he has completed his part of the Contract and shall request final inspection. Upon receipt of the Contractor's written notice that the Work is ready for final inspection, the Engineer shall make such inspection and shall submit to the Owner his recommendation as to acceptance of the completed Work and as to the final estimate of the amount due the Contractor under this Contract. ' Upon approval of this final estimate by the Owner and compliance with provisions in Article titled, RELEASE OF LIENS OR CLAIMS, and other provisions as may be applicable, the Owner ' shall pay to the Contractor all monies due him under the provisions of these Contract Documents. On contracts for public works, final payment of the retained percentage will not be made until the Contractor has also furnished the applicable apprenticeship wage certification. ' 79. NO WAIVER OF RIGHTS Neither the inspection of the Owner, through the Engineer or any of his employees, nor any order ' by the Owner for payment of money, nor any payment for, or acceptance of, the whole or any part of the Work by the Owner or Engineer, nor any extension of time, nor any possession taken by the Owner or its employees shall operate as a waiver of any provision of this Contract, or any power ' herein reserved to the Owner, or any right to damages herein provided nor shall any waiver of any breach in this Contract be held to be a waiver of any other or subsequent breach. 80.. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE ' The acceptance by the Contractor of the final payment shall release the Owner and the Engineer, as agent of the Owner, from all claims and all liability to the Contractor for all things done or furnished in connection with the Work, and every act of the Owner and others relating to or arising IFY042104 DRAKE FIELD 'T' HANGAR Section 00700-27 I out of the Work. No payment, however, final or otherwise, shall operate to release the Contractor ' or his Sureties from obligations under this Contract and the Performance and Payment Bonds, and other bonds and warranties, as herein provided. END OF GENERAL CONDITIONS ' rT I I I r I I I I I I I I FY042104 DRAKE FIELD "r' HANGAR Section 00700-28 , I DOCUMENT 00800 SUPPLEMENTARY CONDITIONS The GENERAL CONDITIONS are hereby revised as follows: ARTICLE 82 "DEFECTIVE WORK" I I H I I I C] I H I Li I I I Add the new article as follows: Work that is unsatisfactory, faulty, or deficient in that such Work does not conform to the Contract Documents, or does not meet the requirements of any inspection, reference standard, test, or approval referred to in the Contract Documents, or has been damaged prior to the Engineer's recommendation for final payment (unless the Owner has assumed responsibility for protection thereof at Substantial Completion). ARTICLE 9. "ENGINEER" Delete the first sentence. ARTICLE 16. "SUBSTANTIAL COMPLETION" Replace the word "Project" wherever it occurs with the word "Work". Delete the second paragraph and add the following: Substantial Completion shall be evidenced by a definitive Certificate of Substantial Completion or by the Engineer's written recommendation that the Work is complete and ready for final payment. The date of Substantial Completion shall be the effective date on the certificate or the date the Engineer recommends for final payment, whichever occurs first. ARTICLE 28. "REJECTED MATERIAL" Delete entirely and replace with the following: ARTICLE 28. "REJECTED WORK" Any Work condemned or rejected as defective by the Engineer shall be removed at once from the vicinity of the Work by the Contractor at his own expense (unless such Work is Owner -provided material equipment) and shall not be used on the remainder of the Work. ARTICLE 31. "LINES AND GRADES" Add the following: The Engineer shall stake or otherwise mark: 4 comers of the hangar The above will be staked one time only. IFY042104 DRAKE FIELD 'T" HANGAR 00800- 1 I I ARTICLE 53. "TESTS, SAMPLES, AND INSPECTIONS" Add the following: CONCRETE TESTING The Engineer shall conduct concrete testing as required by Owner and Contract Documents. The Owner shall pay for all initial testing. The Contractor shall pay for all retesting necessitated by unsatisfactory results of initial testing or for tests specifically requested by Contractor. I I I ARTICLE 55. "CORRECTION OF DEFECTIVE WORK FOUND DURING WARRANTY ' PERIOD" Delete entirely and replace with the following: ARTICLE 55. "CONTRACTOR'S GENERAL WARRANTY & GUARANTEE & CORRECTION PERIOD" The Contractor warrants and guarantees to the Owner that all Work will be in accordance with the Contract Documents and will not be Defective Work. The Contractor's warranty and guarantee excludes defective Owner -provided material and equipment; however, it does not exclude the Contractor's workmanship in incorporating such material and equipment in the remainder of the Work. If, within two years after the date of Substantial Completion or longer period of time as prescribed by Laws, Regulation, or specific provisions of the Contract Documents, any Work is found to be Defective Work, the Contractor shall promptly, without cost to the Owner and in accordance with the Owner's written instruction. 1) Correct the Defective Work or remove and replace it with Work that is not defective, and 2) Satisfactorily correct or remove and replace any damage to other Work resulting therefrom. Where Defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this Article, the warranty and guarantee period shall be extended for an additional two years after the date the Owner accepts such correction or removal and replacement. If the Contractor fails to promptly make such correction or removals and replacements, or in an emergency where delay would cause serious risk loss or damage, the Owner may have the Defective Work corrected or removed and replaced. In such instance the Contractor shall pay all resulting claims, costs, losses and damages. I I I I I I I I I I I I FY042104 DRAKE FIELD "1" HANGAR 00800-2 , I ARTICLE 57 "SCHEDULES AND PROGRESS REPORTS" In the unnumbered subparaph of the paragraph beginning, "Construction Schedule Requirements", change the submission requirement from "prior to the preconstruction conference" to "within 14 ' calendar days after the start of Work". From the paragraph beginning, "Construction Schedule Requirements" delete subparagraphs e, f, g, ' and h. ARTICLE 59 "PROSECUTION OF THE WORK" Delete and replace with ' 59. "PROSECUTION OF THE WORK; WORKING HOURS; OBSERVATION HOURS" Owner and Contractor expressly understand and agree that the time of beginning, rate of ' progress, and time of completion of the Work are of the essence in this Contract. Contractor shall prosecute the Work at such time and in such parts of the Work as may be required to complete the Work within the Contract Times or on or before the dates 'established for completion, except as limited below. Contractor's Working Hours: Except as otherwise required for the safety or protection of persons, the Work, or property at or adjacent to the site, and except as otherwise stated in the Contract Documents, Contractor shall limit work at the site to period between 7:00 A.M. and 6:00 P.M., Monday through Friday. Contractor will not permit work outside these hours or on Saturday, Sunday or legal holiday without Owner's consent (which will not be reasonably withheld) and prior notice to Engineer. The intent of this limitation is to minimize the impact of construction work on those living or conducting business near or adjacent to the site. Engineer's Observation Hours: Contractor is expected to schedule and prosecute the Work in a manner that will not require observation for more than 40 hours per week, on Sundays, or on legal holidays. Contractor shall reimburse Owner for all observation in excess of 40 hours per week or on Sundays or holidays (such holidays being New Years Day, Memorial Day, 4th of July, Labor Day, Thanksgiving Day, and Christmas Day). The method of reimbursement shall be a deduction from monies due Contractor on pay ' requests and shall be calculated as follows: $55/hour times the sum of all observers' hours, as recorded on certified time sheets as devoted to this project, less 40 hours -or- $55 x (SUMoes, -40). ARTICLE 74B "ESTIMATE AND PAYMENT" Delete the last sentence that reads, "The Contractor shall be paid within 30 of approval of the payment request." Replace it with the following: "Owner will make every effort to pay Contractor within 30 days of receipt of pay requests recommended by Engineer; however, Owner can not guarantee that this 30 -day time frame can 'be met for each pay request." I ' FY042104 DRAKE FIELD "V HANGAR 00800-3 I ARTICLE 81 "DISPUTES RESOLUTION" Binding Arbitration: All appeals from Engineer's decisions on Claims will firstly be subject to mediation, then, if mediation does not resolve the disagreement, they shall be decided by arbitration. Arbitration shall be in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association and subject to the limitations set forth in this paragraph 16.02. The award rendered by arbitrators shall be final and binding and will not be subject to modification or appeal. Any court having jurisdiction may enter judgement on the award and enforce this agreement to arbitrate. Limitations: (1) Mediation First: Appeals of Engineer❑s decisions shall first be submitted to mediation by the American Arbitration Association under that AssociationDs Construction Industry Mediation Rules, unless a delay in initiating arbitration would irrevocably prejudiceone of the parties. The mediator of any dispute shall not also serve subsequently as arbitrator for the same dispute unless otherwise agreed to by both parties. (2) Filing: Appellant will file the demand for arbitration with the other party, Engineer, and the American Arbitration Association within 60 days of Engineer❑s decision. In no event will any such demand be made after the date when the institution of legal or equitable proceedings would be barred by applicable statutes of limitations. (3) Inclusion of other Parties: Except as provided in subparagraph (4) below, no arbitration arising out of, or relating to, the Contract Documents shall include by consolidation, joinder, or any other manner any person or entity who is not a party to the Agreement unless: (a) such inclusion is necessary if complete relief is to be afforded among those who are already parties to the arbitration; (b) the other person or entity is substantially involved in a question of law or fact which is common to those who are already parties to the arbitration and which will arise in the proceedings; and (c ) the person or entity sought to be included, Owner, and Contractor shall consent, in writing, to the inclusion. The consent shall specifically describe the dispute in question and shall not be considered consent to arbitrate for any dispute not so described. (4) Inclusion of Subcontractors: If a dispute involves the Work of a Subcontractor or Supplier, either Owner or Contractor may join such Subcontractor or Supplier as a party to the arbitration and the limitations stipulated above will not apply. END OF SUPPLEMENTARY CONDITIONS LI Li I FI I I I I L H I L I I I FY042104 DRAKE FIELD "T" HANGAR 00800-4 ' I I 17 Li Li I I J I I I I I I I I I I PART IV SPECIFICATIONS I I I PARTI GENERAL SECTION 01000 ABBREVIATIONS ' A. Whenever in these Contract Documents the following abbreviations are used, the intent and meaning shall be interpreted as follows: '• AA Aluminum Association AAMA Architectural Aluminum Manufacturers' Association AASHTO American Association of State Highway and Transportation Officials ' ACI American Concrete Institute AFBMA Anti -Friction Bearing Manufacturers' Association AGA American Gas Association AGMA American Gear Manufacturers' Association AISC American Institute of Steel Construction AISI American Institute of Steel Institute AITC American Institute of Timber Construction •' AMCA Air Moving and Conditioning Association ANSI American National Standards Institute APA American Plywood Association API American Petroleum Institute AREA American Railway Engineering Association ASAE American Society of Agricultural Engineers ASCE American Society of Civil Engineers ASHRAE American Society of Heating, Refrigerating and Air -Conditioning Engineers, Inc. ASME American Society of Mechanical Engineers ASTM American Society for Testing and Materials AWI Architectural Woodwork Institute AWS American Welding Society AWPA American Wood Preservers' Association ' AWPB American Wood Preservers Bureau AWWA American Water Works Association ' BHMA Builders Hardware Manufacturers' Association CBMA Certified Ballast Manufacturers' Association ' CDA Copper Development Association CISPI Cast Iron Soil Pipe Institute CMAA Crane Manufacturers' Association of America CRSI Concrete Reinforcing Steel Institute EPA Environmental Protection Agency Fed. Spec. Federal Specifications HI Hydraulic Institute HMI Hoist Manufacturers' Institute ICBO International Conference of Building Officials IEEE Institute of Electrical and Electronics Engineers, Inc. ICEA Insulated Cable Engineers' Association ' ISA Instrument Society of America JIC Joint Industry Conferences of Hydraulic Manufacturers FY042104 DRAKE FIELD "T" HANGAR Section 01000-1 El MMA Monorail Manufacturers' Association NBHA National Builders' Hardware Association NEC National Electrical Code NEMA National Electrical Manufacturers' Association NESC National Electric Safety Code NFPA National Fire Protection Association NLMA National Lumber Manufacturers' Association NWMA National Woodwork Manufacturers' Association OECI Overhead Electrical Crane Institute OSHA Occupational Safety and Health Act (both Federal and State) PS Product Standards Section - U.S. Department of Commerce ' RLM RLM Standards Institute, Inc. RMA Rubber Manufacturers' Association SAE Society of Automotive Engineers SDI Steel Door Institute ' SSPC Steel Structures Painting Council TEMA Tubular Exchanger Manufacturers' Association TCA Tile Council of America UBC Uniform Building Code UL Underwriters' Laboratories, Inc. WWPA Western Wood Products Association B. Unless a particular issue is designated, all references to the above specifications, standards, or methods shall, in each instance, be understood to refer to the issue in effect (including all amendments) on the first published date of the Invitation to Bid. END OF SECTION 1 I I I I FY042104 DRAKE FIELD "T" HANGAR Section 01000-2 1 LI 1 SECTION 01009 SUMMARY OF WORK IPART1 GENERAL 1 1.01 REQUIREMENTS INCLUDED A. This Section describes the project in general, and provides overview of the extent of the work to be performed. Detailed requirements and extent of work is stated in the applicable Specification Sections and is shown on the Drawings. The Contractor shall, except as otherwise specifically stated herein or in any applicable parts of the ' Contract Documents, provide and pay for all labor, materials, equipment, tools, construction equipment, and other facilities and services necessary for proper execution, and completion of his work. 1.02 REASONABLY IMPLIED PARTS OF THE WORK SHALL BE DONE THOUGH ABSENT FROM SPECIFICATIONS A. Any part of the work which is not mentioned in the Specifications but is shown on the Drawings, or any part not shown on the Drawings but described in the Specifications, or any part not shown on the Drawings nor described in the Specifications, but which is necessary or normally required as a part of such work, or is necessary or required to make each installation satisfactorily and legally operable, ' shall be performed by the Contractor as incidental work without extra cost to the Owner, as if fully described in the Specifications and shown on the Drawings, and the expense thereof shall be included in the applicable unit prices or lump sum bid items for the work. 1.03 DESCRIPTION OF THE PROJECT A. Work included in these Contract Documents consists of providing the construction of ' one 8 Bay 'T' Hangar complete and in place as shown on the Drawings. More specifically, the project will require the following; I 1. Mobilization/Demobilization 2. Saw cut asphalt and remove and dispose of asphalt as required. 3. Drill and construct 24" diameter piers. 4. Furnish and install 8 Bay 'T' Hangar including electrical service. 5. The Engineer shall establish comers by setting concrete nails at ' comer intersection. This construction staking is to be performed by the Engineer one time only, with additional staking to be the responsibility of the Contractor. FY042104 DRAKE FIELD T HANGAR Section 01009- I 6. Clean up. PART 2 PRODUCTS 2.01 MATERIALS A. Products shall be as specified or Engineer approved equal. PART 3 CONTRACTOR RESPONSIBILITIES 3.01 GENERAL CONSTRUCTION WORK A. The Contractor shall execute all work, including the work described, as well as final clean-up. B. The Contractor shall coordinate his work with the Engineer and the Drake Field Administration. C. The Contractor shall keep one lane of traffic open to existing hangars. 3.02 DRAWINGS A. Drawings are bound separately and consist of 8 sheets. END OF SECTION FY042104 DRAKE FIELD 'T' HANGAR Section 01009-2 I ISECTION 01011 SITE CONDITIONS 1 PARTI GENERAL 1.01 SITE INVESTIGATION AND REPRESENTATION A. The Contractor acknowledges by submission of his Bid that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon availability of transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads, and. uncertainties of weather, or similar physical conditions at the site, the conformation ' and conditions of the ground, the character of equipment and facilities needed preliminary to and during the prosecution of the work and all other matters which can in any way affect the work or the cost thereof under this Contract. B. The Contractor further acknowledges by submission of his Bid that he has satisfied himself as to the character, quality, and quantity of surface and subsurface materials to be encountered from inspecting the site. Any failure by the Contractor to acquaint himself with all the available information will not relieve him from responsibility for • properly estimating the difficulty or cost of successfully performing the work. C. Prospective Bidders are invited, at their own expense, to make subsurface investigations, by boring or test hole excavation, as may be desirable, provided, however, that such work be scheduled by appointment with the Owner. Bidders are not authorized to enter private property during these investigations. D. In the event subsurface or latent physical conditions are found materially different from those indicated in these Documents, and differing materially from those ordinarily encountered in the project area and generally recognized as inhering in the character of work covered in these Contract Documents, the Contractor shall promptly, and before such conditions are disturbed, notify the Engineer in writing of such changed conditions. E. The Engineer will investigate such conditions promptly and following this investigation, the Contractor shall proceed with the work, unless otherwise instructed by the Engineer. If the Engineer finds that such conditions do so materially differ and cause an increase or decrease in the cost of, or in the time required for performing the work, the Engineer will recommend to the Owner the amount of adjustment in cost and time he considers reasonable. The Owner will make the final decision on all Change Orders to the Contract regarding any adjustment in cost or time for 1 completion. 1.02 EXISTING UTILITIES ' A. Utilities in the vicinity of the project include water, sewage, gas, telephone, and electric lines. Information is shown on the Drawings relative to the general location of these utilities. Since specific utility locations are not shown on the Drawings for ' all utilities, the Contractor shall carefully coordinate the location of utilities. IFY042104 DRAKE FIELD 'V HANGAR Section 01011 - I I 1.03 CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND J SERVICE A. Notify all utility offices that are affected by the construction operation at least 48 hours in advance by using the Arkansas One Call System ( 1-800-482-8998). Under no circumstances expose any utility without first obtaining permission from the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities. B. The Contractor shall be solely and directly responsible to the Owner and operators of such properties for any damage, injury, expense, loss, inconvenience, delay, suits, actions, or claims of any character brought because of any injuries or damage which may result from the construction operations under this Contract. C. Neither the Owner nor its officers or agents shall be responsible to the Contractor for damages as a result of the Contractor's failure to protect utilities encountered in the work. D. In the event of interruption to utility services as a result of accidental breakage due to construction operations, promptly notify the proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no event shall interruption of any utility service be allowed outside working hours unless granted by the owner of the utility. E. The Contractor shall replace, at his own expense, any and all existing utilities or structures damaged during construction. 1.04 NAMES OF KNOWN UTILITIES SERVING THE AREA A. The following is a list of the major public utilities serving the work area indicating I the name and telephone number of the responsible authority of the various utilities which should be notified if conflicts or emergencies arise during the progress of the work: Name Authority Telephone Water & Sewer Fayetteville Water & Sewer 575-8386 Maintenance Telephone Southwestern Bell Enterprise 1-800-482-8998 00 Electricity AEP - Swepco 479-521-1800 Power Company 1.05 FIELD RELOCATION I A. During the progress of the construction any relocation other than those shown on the plans shall be at the direction of the Engineer. If the Contractor encounters utilities or other structures that conflict with the construction, he shall notify the Engineer. FY042104 DRAKE FIELD 'T' HANGAR Section 01011-2 1 1.06 PAYMENT A. No payment will be made for minor utility service relocation or repair. PART 2 PRODUCTS A. Not Used. PART 3 EXECUTION A. Not Used. END OF SECTION FY042104 DRAKE FIELD '1' HANGAR Section 01011 -3 I I 11 IPARTI GENERAL I I I I I I I I I I I I SECTION 01014 PROTECTION OF THE ENVIRONMENT 1.01 WORK AREAS A. The Contractor shall maintain all work areas within and outside the project boundaries free from environmental pollution which would be in violation to any federal, state, or local regulations. 1.02 STORM WATER AND EROSION CONTROL A. The Contractor shall comply in all ways with the Arkansas Department of Pollution Control and Ecology (ADPC&E) Requirements for area disturbed. The Contractor shall develop a Storm Water Pollution Prevention Plan including Erosion Control, submit this plan to the Engineer for his approval, and shall obtain all permits required. 1.03 PROTECTION OF AIR QUALITY A. Trash burning will not be permitted on the construction site. B. If temporary heating devices are necessary for protection of the work, such devices shall be of an approved type that will not cause pollution of the air. 1.04 CONSTRUCTION NOISE CONTROL A. The Contractor shall conduct all his work, use appropriate construction methods and equipment, all as necessary so that noise emanating from the process or any related tool or equipment will not be disturbing to adjacent residents. 1.05 NIGHTTIME WORK A. If the Contractor desires to perform any work between the hours of 6 P.M. and 7 A.M., he shall obtain approval of all affected adjacent property owners and the Engineer and notify the appropriate agencies and make all necessary arrangements prior to commencing. 1.06 A. PAYMENT Payment for the work in this section will be included as part of the applicable bid amounts stated in the Proposal. PART2 PRODUCTS A. Not Used. IFY042104 DRAKE FIELD '1" HANGAR Section 01014- 1 PART 3 EXECUTION A. Not Used. I END OF SECTION I I 1 I 1 I I 1 I I 1 1 I I FY042104 DRAKE FIELD '1' HANGAR Section 01014-2 I I SECTION 01016 ' SAFETY REQUIREMENTS AND PROTECTION OF PROPERTY PARTI GENERAL 1.01 CONTRACTOR'S RESPONSIBILITY FOR SAFETY A. The Contractor shall provide all equipment, material and supervision including training necessary for safety and be solely and completely responsible for the conditions of the jobsite, including safety of all persons (including employees) and property during the Contract period. This requirement shall apply continuously and not be limited to normal working hours. 1.02 FEDERAL, STATE, AND LOCAL SAFETY REQUIREMENTS A. Safety provisions shall conform to the Federal and State Department of Labor Occupational Safety Health Act (OSHA), and all other applicable federal, state, county, and local laws, ordinances, codes, the requirements set forth herein, and any regulations that may be specified in other parts of these Contract Documents. Where any of these are in conflict, the more stringent requirements shall be followed. The Contractor's failure to thoroughly familiarize himself with the aforementioned safety provisions shall not relieve him from compliance with the obligations and penalties set forth therein. 1.03 SAFE ACCESS BY FEDERAL, STATE, AND LOCAL GOVERNMENT OFFICIALS ' A. The Contractor shall at all times provide proper facilities for safe access to the work by authorized officials. 1.04 SAFETY EQUIPMENT A. The Contractor, as part of his safety program, shall maintain at his office or other well-known place at the jobsite, safety equipment applicable to the work as prescribed by the governing safety authorities, all articles necessary for giving first -aid to the injured, and shall establish the procedure for the immediate removal to a hospital or a doctor's care of any person who may be injured on the jobsite. B. The performance of all work and all completed construction, particularly with respect to ladders, platforms, structure openings, scaffolding, shoring, lagging, machinery guards and the like, shall be in accordance with the applicable governing safety authorities. El I IFY042104 DRAKE FIELD 1V HANGAR Section 01016 - 1 I 1.05 ACCIDENT REPORTS A. If death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to the Engineer. In addition, the Contractor must promptly report in writing to the Engineer and Owner all accidents whatsoever arising out of, or in connection with, the performance of the work whether on, or adjacent to, the site, giving full details and statements of witnesses. B. If a claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Engineer, giving full details of the claim. 1.06 TRAFFIC SAFETY AND ACCESS TO PROPERTY A. The Contractor shall maintain traffic to all existing hangars including emergency vehicles. 1.07 TRAFFIC CONTROL A. Traffic control procedures and devices used on all local, county, and state rights -of -way shall meet the requirements of the applicable current laws and regulations for traffic control. 1.08 ACCESS FOR POLICE A. The Contractor shall leave his night emergency telephone number or numbers with I the Owner, Police Department and Sheriffs offices, so that contact may be made easily at all times. 1.09 FIRE PREVENTION AND PROTECTION A. The Contractor shall perform all work in a fire -safe manner and shall supply and maintain on the site adequate fire -fighting equipment capable of extinguishing incipient fires. The Contractor shall comply with applicable federal, local, and state fire -prevention regulations. Where these regulations do not apply, applicable parts of the National Fire Prevention Standards for Safeguarding Building Construction Operations, (NFPA No. 241) shall be followed. 1.10 CONTRACTOR TO SAFEGUARD EXISTING UTILITIES 1 A. The Contractor shall perform all work, including excavation, dewatering, and demolition operations, in such a manner as to avoid damage to existing fire hydrants, power poles, lighting standards, and all other existing utilities, public or private. See Section 01011, SITE CONDITIONS. 1.11 PROTECTION OF PUBLIC PROPERTY A. The Contractor shall employ such means and methods as necessary to adequately protect public property and property of the Owner against damage. In the event of damage to such property, the Contractor shall, at his own expense, immediately ' restore the property to a condition equal to its original condition and to the satisfaction of the Engineer and the Owner of said property. FY042104 DRAKE FIELD 'V HANGAR Section 01016-2 , B. The Contractor shall exercise due care to avoid damage to existing pipe and coatings, ' wrappings, conduit, or other existing utilities. Should the Contractor damage or displace any of the above, the Contractor shall repair same to the satisfaction of the Engineer and all expenses in connection therewith shall be borne solely by the Contractor. 1.12 TRENCH OR EXCAVATION SAFETY SYSTEMS ' A. The current edition of the Occupational Safety and Health Administration (OSHA) Standard for Excavation and Trench Safety Systems, 29 CFR 1926, subpart P, is hereby incorporated into these Specifications by reference and shall be deemed to be ' included in the Contract the same as though herein written out in full. A copy of the OSHA documents is available at the City of Fayetteville Engineering Department Office. B. The work included in the Bid Proposal for "Excavation and Trench Safety Systems" shall include the lump sum amount for providing the safety systems required to comply with the OSHA Safety Standard set forth above, The Contractor shall comply with the provisions of said document for all excavations which equal or exceed 4 feet in depth. ' 1.13 DUST CONTROL A. Provide positive methods and apply dust control materials to minimize raising dust from construction operations; and to prevent airborne dust from dispersing into the atmosphere. 1.14 PAYMENT A. The Excavation and Trench Safety Systems shall be paid for under the total lump ' sum stated in the Bid Proposal. B. Traffic control and maintenance of traffic shall be paid for by the total lump sum as ' stated in the Proposal. C. No other separate payment will be made for the work in this section. PART2 PRODUCTS A. Not Used. PART 3 EXECUTION A. Not Used. END OF SECTION IFY042104 DRAKE FIELD 'T' HANGAR Section 01016-3 I SECTION 01027 APPLICATIONS FOR PAYMENT 1 PART I GENERAL 1.01 REQUIREMENTS INCLUDED ' A. Procedures for preparation and submittal of Applications for Payment. I1.02 RELATED REQUIREMENTS A. Document 00500 - Owner -Contractor Agreement: Contract Sum , Amounts of ' Progress Payments, and Retainages, and times for submittals. B. Section 01700- Contract Closeout: Final Payment. ' 1.03 FORMAT A. The Contractor shall furnish, within 5 days after agreed on cutoff date, a pay estimate • for the current pay period. For the work, provide the following listing: Bid Item No. • 1; Description of Work; Bid Quantity, Unit Price, Work Completed This Estimate, Value of Work, Work Completed to Date, Value of Work Retainage, Stored ' Materials, Approved Change Orders, Less Previous Payments, and Amount Due This Estimate. 1.04 PREPARATION OF APPLICATION A. Type required information or use media -driven printout. B. Execute certification by signature of authorized officer. C. Provide dollar value in each column for each line item for portion of Work performed ' and for stored products. D. List each authorized Change Order as an extension on continuation sheet, listing Change Order number and dollar amount as for an original item of work. E. Prepare Application for Final Payment as specified in Section 01700. 1.05 SUBMITTAL PROCEDURES A. Submit three (3) copies of each Application for Payment at times stipulated in Agreement. I I IFY042104 DRAKE FIELD'T HANGAR Section 01027- 1 1.06 SUBSTANTIATING DATA A. Provide an invoice from the Material Supplier for every item of stored material for which payment is requested. B. When Engineer requires substantiating information, submit data justifying line item amounts in question. C. Provide one copy of data with cover letter for each copy of submittal. Show application number and date, and line item by number and description. PART2 PRODUCTS A. Not Used. PART 3 EXECUTION A. Not Used. END OF SECTION FY042104 DRAKE FIELD 'THANGAR Section 01027-2 I SECTION 01028 CHANGE ORDER PROCEDURES 1 PART] GENERAL ' 1.01 REQUIREMENTS INCLUDED A. Procedures for processing Change Orders. 1.02 RELATED REQUIREMENTS A. Section 01700 - Contract Closeout: Project record documents. 1.03 SUBMITTALS IA. Submit name of the individual authorized to accept changes, and to be responsible for informing others in Contractor's employ of changes in the Work. ' B. Change Order Form: As approved by the Engineer. 1.04 DOCUMENTATION OF CHANGE IN CONTRACT SUM AND CONTRACT ' TIME A. Document each quotation for a change in cost or time with sufficient data to allow ' evaluation of the quotation. B. Provide data to support computations: ' 1. Quantities of products, labor, and equipment. 2. Taxes, insurance and bonds. 3. Overhead and profit. • 4. Justification for any change in Contract Time. • 5. Credit for deletions from Contract, similarly documented. C. Support each claim for additional costs, and for work done, with additional information: 1. Origin and date of claim. 2. Dates and times work was performed, and by whom. 3. Time records and wage rates paid. 4. Invoices and receipts for products, equipment, and subcontracts, similarly ' documented. 1.05 PRELIMINARY PROCEDURES ' A. Engineer may submit a Proposal Request which includes: Detailed description of change with supplementary or revised Drawings and Specifications, the projected time for executing the change and the period of time during which the requested price will be considered valid. IFY042104 DRAKE FIELD '1' HANGAR Section 01028- 1 I B. Contractor may initiate a change by submittal of a request to Engineer describing the proposed change with a statement of the reason for the change, and the effect on Contract Sum and Contract Time with full documentation. 1.06 CONSTRUCTION CHANGE AUTHORIZATION- WORK DIRECTIVE CHANGE A. Engineer may issue a directive, signed by Owner, instructing Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. B. Directive will describe changes in the Work, and will designate method of determining any change in Contract Sum or Contract Time. C. Promptly execute the change in Work. 1.07 TIME AND MATERIAL - FORCE ACCOUNT CHANGE ORDER A. Submit itemized account and supporting data after completion of change, within time limits in Conditions of the Contract. B. Engineer will determine the change allowable in Contract Sum and Contract Time as provided in Conditions of the Contract. I I I L7 1.08 EXECUTION OF CHANGE ORDERS , A. Engineer will issue Change Orders for signatures of parties as provided in Conditions of the Contract. 1.09 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum as shown on Change Order. B. Promptly enter changes in Project Record Documents. I I I 1 PART2 PRODUCTS A. Not Used. PART 3 EXECUTION , A. Not Used. END OF SECTION 11 I FY042104 DRAKE FIELD 'V HANGAR Section 01028-2 , I] I SECTION 01030 ' ALTERNATES ' PART I. GENERAL 1.1 DESCRIPTION OF REQUIREMENTS IA. Definition: An alternate is an amount proposed by Bidders and stated on Bid Form that will be deducted from Base Bid amount if Owner decides to accept a corresponding change in either scope of work or in products, materials, equipment, ' systems, or installation methods described in Contract Documents. B. Coordination: Coordinate related work and modify and adjust adjacent work as required to ensure that work affected by each accepted alternate is complete and fully integrated into project. C. Notification: Immediately following award of Contract, prepare and distribute to each ' party involved, notification of status of each alternate. Indicate whether alternate has been accepted, rejected, or deferred for consideration at a later date. Include a complete description of negotiated modifications to alternates, if any. D. Schedule: 1. A "Schedule of Alternates" is included at end of this section. Specification ' sections referenced in Schedule contain requirements for materials and methods necessary to achieve work described under each alternate. 2. Include as part of each alternate, design modifications, miscellaneous devices, appurtenances, and similar items incidental to or required for complete installation whether or not mentioned as part of alternate. ' PART2. PRODUCTS A. Not Used. PART 3. EXECUTION 3.1 SCHEDULE OF ALTERNATES A. Not Used. END OF SECTION I I I FY042104 DRAKE FIELD "T' HANGAR 01030 SECTION 01210 PRECONSTRUCTION CONFERENCES PARTI GENERAL 1.01 REQUIREMENTS INCLUDED A. Contractor participation in preconstruction conferences. 1.02 RELATED REQUIREMENTS A. Section 01009 - Summary of Work: Administrative provisions. 1.03 PRECONSTRUCTION CONFERENCE A. Engineer will schedule conference within 15 days after the Contractor submit the executed Contract, approved Bonds, and required proof of insurance. B. Attendance: Owner, Engineer and Contractor. C. Agenda: 1. Submittal of executed bonds and insurance certificates. 2. Execution of Owner -Contractor Agreement. 3. Distribution of Contract Documents. 4. Submittal of list of subcontractors, list of products, schedule of values, and progress schedule. 5. Designation of responsible personnel. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal requests, change orders, and Contract closeout procedures. 7. Scheduling. 8. Other items of special interest to the attendees. PART2 PRODUCTS A. Not Used. PART 3 EXECUTION A. Not Used. END OF SECTION FY042104 DRAKE FIELD 'V HANGAR Section 01210- 1 I I Li LI I I [J I I SECTION 01300 SUBMITTALS DURING CONSTRUCTION PART1 GENERAL 1.01 SUBMITTALS A. This section outlines in general the items that the Contractor must prepare or assemble for submittal during the progress of the work. Costs for the work under this section shall be included in the appropriate items of the Contractor's bid prices. There is no attempt herein to state in detail all of the procedures and requirements for each submittal. The Contractor's attention is directed to the individual Specification sections in these Contract Documents which may contain additional and special submittal requirements. The Owner reserves the right to direct and modify the procedures and requirements for submittals as necessary to accomplish the specific purpose of each submittal. Should the Contractor be in doubt as to the procedure, purpose, or extent of any submittal, he should direct his inquiry to the Engineer. 1.02 ADMINISTRATIVE SUBMITTALS A. The Contractor shall provide all of the submittals required by the General Conditions, Supplementary Conditions, and as may be specifically required in other parts of these Documents. B. The Contractor is reminded of his obligation as required by law to make required submittals promptly to the applicable Federal, state, or local agency. Failure to comply with this requirement may result in the withholding or progress payments and make the Contractor liable for other prescribed actions and sanctions. ' PART 2 TECHNICAL SUBMITTALS ' 2.01 GENERAL A. Requirements .in this section are in addition to any specific requirements for submittals specified in other divisions and sections of these Contract Documents. B. Submittals to the Engineer shall be addressed to: McClelland Consulting Engineers, ' Inc.; Attn: Mr. Wayne Jones, P.O. Box 1229, Fayetteville, Arkansas 72702. C. Submitted data shall be fully sufficient in detail for determination of compliance with the Contract Documents. D. Review, acceptance, or approval of substitutions, schedules, shop drawings, lists of materials, and procedures submitted or requested by the Contractor shall not add to the Contract amount, and all additional costs which may result therefrom shall be IFY042104 DRAKE FIELD "r' HANGAR Section 01300-1 I I solely the obligation of the Contractor. E. The Owner is not precluded, by virtue of review, acceptance, or approval, from obtaining a credit for construction savings resulting from allowed concessions in the work or materials therefor. F. It shall not be the responsibility of the Owner to provide engineering orother services , to protect the Contractor from additional costs accruing from such approvals. G. No equipment or material for which listings, drawings, or descriptive material is ' required shall be fabricated, purchased, or installed until the Engineer has on hand copies of such approved lists and the appropriately stamped final shop drawings. H. Submittals will be acted upon by the Engineer as promptly as possible, and returned to the Contractor not later than the time allowed for review in SHOP DRAWING SUBMITTAL PROCEDURE. Delays caused by the need for re -submittals shall not constitute reason for an extension of Contract time. 2.02 SHOP DRAWING SUBMITTAL PROCEDURE i A. See General and Supplemental Conditions. 2.03 TRANSMITTAL OF CONTRACTOR'S SUBMITTAL FORM , A. Each shop drawing submittal shall be accomplished by a Transmittal of Contractor's Submittal form. The form shall be completely filled in with all applicable information; failure to do so shall result in immediate rejection of the submitted items. 2.04 SHOP DRAWING REQUIREMENTS A. Shop drawings referred to herein shall include shop drawings and other submittals for both shop and field -fabricated items. The Contractor shall submit, as applicable, the following for all prefabricated or manufactured structural, mechanical, electrical, plumbing, process systems, and equipment: , 1. GENERAL a. Shop drawings or equipment drawings, including dimensions, , size and location of connections to other work, and weight of equipment. i b. Catalog information and cuts. c. Installation or placing drawings for equipment, drives, and r bases. d. Supporting calculations for equipment and associated , FY042104 DRAKE FIELD "T" HANGAR Section 01300-2 ' I supports, or hangers required or specified to be designed by equipment manufacturers. e. Complete manufacturer's specifications, including materials description and paint system. f Performance data. g. Suggested spare parts list with current price information. h. List of special tools required for checking, testing, parts replacement, and maintenance. (Special tools are those which have been specially designed or adapted for use on parts of the equipment, and which are not customarily and routinely carried by maintenance mechanics.) i. List of special tools furnished with the equipment. j. List of materials and supplies required for the equipment prior to, and during start-up. 1. List of materials and supplied furnished with the equipment. m. Samples of finish colors for selection. n. Special handling instructions. o. Requirements for storage and protection prior to installation. p. Requirements for routine maintenance required prior to start-up. q. List of all requested exceptions to the Contract Documents. 2. ELECTRICAL a. Wiring and control diagrams of systems and equipment. b. See Division 16, ELECTRICAL for additional specific submittal requirements. 2.05 SUBMITTALS REQUIRED FOR FOREIGN -MANUFACTURED ITEMS A. Not used. FY042104 DRAKE FIELD "T" HANGAR Section 01300-3 I 2.06 RECORD DRAWINGS I A. The Engineer will prepare a set of Record Drawings for the project which will include the changes made in materials, equipment, locations, and dimensions of the work. Prior to Final Payment being recommended by the Engineer, the Contractor shall submit to the Engineer a current listing and description including marked -up prints of each change incorporated into the work since the preceding submittal. 2.07 OPERATION AND MAINTENANCE (O&M) MANUALS A. The Contractor shall furnish four copies of a complete instruction manual for installation, operation, maintenance, and lubrication requirements for each component of mechanical and electrical equipment or system. All equipment manufacturers shall be made aware of these requirements and all associated costs shall be included in the costs for furnishing the equipment or system. Each instruction manual furnished shall be fixed in hard -back cover or file folder which is clearly labeled to designate the system or equipment for which it is intended with reference to the building and equipment number, and the Specification section where the item is specified. The Engineer will assemble the instruction manuals for all mechanical and electrical equipment into one main Operation and Maintenance (O&M) Manual for the entire project. B. The manuals shall be furnished at least 30 calendar days prior to the scheduled , completion of the work but in no case shall submission of the manuals be delayed beyond 95 percent completion point of the work. Submission of the manuals shall precede any payment to the Contractor for work completed in excess of the 95 percent completion level. Any deficiencies found by the Engineer to exist in the manuals submitted shall be corrected by the Contractor within 30 calendar days following notification by the Engineer of the deficiencies. C. Each instruction manual shall include, but not be limited to, the following: 1. Diagrams and illustrations 2. Detailed description of the function of each principal component of the system. 3. Performance and nameplate data 4. Installation instructions 5. Procedure for starting 6. Proper adjustment 7. Test procedures 8. Procedure for operating , FY042104 DRAKE FIELD "T" HANGAR Section 01300-4 ' I 9. Shutdown instructions 10. Emergency operating instructions and troubleshooting guide ' 11. Safety precautions 12. Maintenance and overhaul instructions which shall include detailed ' assembly drawings with part numbers, parts list, instructions for ordering spare parts,. and complete preventive maintenance instructions required to ensure satisfactory performance and longevity of the equipment. 13. Lubrication instructions which shall list points to be greased or oiled, ' shall recommend type, grade, and temperature range of lubricants, and shall recommend frequency of lubrication. 14. List of electrical relay settings and control and alarm contact settings. 15. Electrical interconnection wiring diagram for equipment furnished, including all control and lighting system. D. The manual shall be complete in all respects for all equipment, controls, accessories, and associated appurtenances. ' E. Each copy of the manual shall be assembled in one or more binders, each with title page, typed table of contents, and heavy section dividers with numbered index tabs. ' Each manual shall be divided into sections paralleling the equipment Specifications. Binders shall be three-ring, hard -back type. All data shall be punched for binding and composition and printing shall be arranged so that punching does not obliterate ' any data. The project title, Division designation, and manual title printed thereon shall be as furnished by the Engineer. F. Where more than one binder is required, they shall be labeled "Vol. 1", Vol. 2", and ' so on. The table of contents for the entire set, identified by volume number, shall appear in each binder. G. Manuals shall be transmitted to the Engineer prior to installation of the equipment and all equipment shall be serviced in accordance with the manufacturer's recommendations prior to operation. A service record shall be maintained on each ' item of equipment and shall be delivered to the Engineer prior to final acceptance of the project. H. See Division 16, Electrical, for additional specific 0 & M requirements. I IFY042104 DRAKE FIELD "r' HANGAR Section 01300-5 I 2.09 MANUFACTURERS' CERTIFICATES OF PROPER INSTALLATION , A. The Contractor shall submit manufacturers' certificates of proper installation for , items of equipment as specified. 2.10 SAMPLES AND TEST SPECIMENS , A. Where required in the Specifications, test specimens or samples of materials, appliances, and fittings to be used or offered for use in connection with the Work shall be submitted to the Engineer at the Contractor's expense, with information as to their sources, with all cartage charges prepaid, and in such quantities and sizes as may be required for proper examination and tests to establish the quality or equality thereof, as applicable. B. All samples and test specimens shall be submitted in ample time to enable the Engineer to make any tests or examinations necessary without delay to the work. The Contractor will be held responsible for any loss of time due to his neglect or failure to deliver the required samples to the Engineer, as specified. C. The Contractor shall submit additional samples as required by the Engineer to ensure , equality with the original approved sample and/or for determination of Specification compliance. D. Laboratory tests and examinations that the Owner elects to make at its own laboratory will be made at no cost to the Contractor, except that, if a sample of any material or equipment proposed for use by the Contractor fails to meet the Specifications, the cost of testing subsequent samples shall be borne by the Contractor. E. All tests required by the Specifications to be performed by an independent laboratory shall be made by an approved laboratory. Certified test results of all specified tests shall be submitted in duplicate to the Engineer. The samples furnished and the cost for the laboratory services shall be at the expense of the Contractor and included in the prices bid for the associated work. 2.11 CERTIFICATES OF COMPLIANCE , A. A Certificate of Compliance shall be furnished for materials specified to a recognized standard or code prior to the use of any such materials in the work. The Engineer may permit the use of certain materials or assemblies prior to sampling and testing if accompanied by a Certificate of Compliance. The certificate shall be signed by the manufacturer of the material or the manufacturer of assembled materials and shall , state that the materials involved comply in all respects with the requirements of the Specifications. A Certificate of Compliance shall be furnished with each lot of material delivered to the work and the lot so certified shall be clearly identified in the certificate. B. All materials used on the basis of a Certificate of Compliance may be sampled and tested at any time. The fact that material is used on the basis of a Certificate of FY042104 DRAKE FIELD "r' HANGAR Section 01300-6 ' I I I I I [1 I I I I I I I I I I Compliance shall not relieve the Contractor of responsibility for incorporating material in the work which conforms to the requirements of the Contract Documents and any such material not conforming to such requirements will be subject to rejection whether in place or not. C. The Engineer reserves the right to refuse permission for use as material on the basis of a Certificate of Compliance. D. The form of the Certificate of Compliance and its disposition shall be as directed by the Engineer. E. Where Certification of Compliance is required in the Technical Specifications, the Contractor shall obtain from the supplier/manufacturer a certification stating that the particular piece of equipment or system will satisfy all requirements stated in the related Specification Section(s). PART 3 EXECUTION Not Used. END OF SECTION FY042104 DRAKE FIELD "T" HANGAR Section 01300- 7 I I SECTION 01311 SCHEDULE AND SEQUENCE OF OPERATIONS PARTI GENERAL 1.01 CONSTRUCTION SCHEDULE GENERAL PROVISIONS •' A. No work shall be done between 6:00 P.M. and 7:00 A.M. nor on Saturdays, Sundays or legal holidays without the written permission of the Engineer. However, emergency work during these hours may be done without prior permission. ' 1.02 SEQUENCE OF CONSTRUCTION A. The Contractor shall submit plans and charts indicating the construction sequencing ' and duration of each construction activity, allowing for Traffic Control/Detour. PART 2 PROGRESS OF THE WORK 2.01 GENERAL A. The work shall be started within 10 days of the Notice to Proceed from the Owner, and the work shall be executed with such progress as may be required to prevent any delay to other contractors or to the general completion of the project. B. The work shall be executed at such times and in or on such parts of the project, and I. with such forces, materials, and equipment to assure completion of the work in the time established by the Contract. ' 2.02 OVERTIME NOTICE A. See GENERAL CONDITIONS and SUPPLEMENTAL CONDITIONS. ' 2.03 PRECONSTRUCTION AND PROJECT COORDINATION MEETINGS A. A Preconstruction Conference and Project Coordination Meetings shall be held per the requirements of Section 01210 of these Specifications. 2.04 OVERALL SCHEDULE A. The Contractor will be required to prepare and submit to the Engineer within 15 days after the award of Contract, an Overall Schedule. The Overall Schedule shall be ' comprised of construction operations covering all work to be done in connection with the Contract. ' B. The Overall Schedule covering work to be executed under the Contract shall be of sufficient detail and shall have a minimum of work activities. The final total number of activities shall be subject to the approval of the Engineer. A work activity is FY042104 DRAKE FIELD 'V HANGAR Section 01311 - 1 C 2.05 A. PART 3 A. defined as an activity for which manpower is required and must be performed before the project is considered complete. The Overall Schedule shall indicate the sequence of work and the time of starting and completion of each part. It shall include, but not be limited to, the following items, as they pertain to the respective contractors: 1. Shop drawing receipt from Contractor, submitted to the Engineer, review, and return to Contractor. 2. Material and equipment order, manufacture, delivery, installation, and check-out. 3. Performance tests and supervisory service activities. 4. Construction sequence, including traffic control. 5. Final cleaning. 6. Allowance for inclement weather. PAYMENT No separate payment shall be made for work under this Section. EXECUTION Not Used. END OF SECTION FY042104 DRAKE FIELD '1' HANGAR Section 01311 -2 SECTION 01400 QUALITY CONTROL PART] GENERAL 1.01 REQUIREMENTS INCLUDED A. General Quality Control. B. Workmanship. C. Manufacturer's Instructions. D. Manufacturer's Certificates. E. Mockups. F. Manufacturers' Field Services. G. Testing Laboratory Services. 1.02 RELATED REQUIREMENTS A. Section 01300 - Submittals: Submittal of Manufacturer's Instructions. 1.03 QUALITY CONTROL, GENERAL A. Maintain quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. 1.04 WORKMANSHIP A. Comply with industry standards except when more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship. B. Perform work by persons qualified to produce workmanship of specified quality. C. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, and racking. 1.05 MANUFACTURERS' INSTRUCTIONS A. Comply with instructions in full detail, including each step in sequence. Should instructions conflict with Contract Documents, request clarification from Engineer before proceeding. FY042104 DRAKE FIELD 'T' HANGAR Section 01400- 1 I 1.06 MANUFACTURERS' CERTIFICATES A. When required by individual Specifications Section, submit manufacturer's certificate, in duplicate, that products meet or exceed specified requirements. 1.07 MOCKUPS , A. Not Used. 1.08 MANUFACTURERS' FIELD SERVICES ' A. When specified in respective Specification Sections, require supplier or manufacturer to provide qualified personnel to observe field conditions, conditions of surfaces and installation, quality of workmanship, and to make appropriate recommendations. B. Representative shall submit written report to Engineer listing observations and recommendations. 1.09 TESTING LABORATORY SERVICES A. Owner will employ a Testing Laboratory to perform inspections, tests, and other services required by individual Specification Sections. B. Owner shall pay for initial laboratory testing. If however, initial test fails, retesting must be paid for by the Contractor. C. Services will be performed in accordance with requirements of governing authorities and with specified standards. D. Reports will be submitted to Engineer, Owner and Contractor giving observations and results of tests, indicating compliance or non-compliance with specified standards and with Contract Documents. E. Contractor shall cooperate with Testing Laboratory personnel; furnish tools, samples of materials, design mix, equipment, storage and assistance as requested. ' F. Notify Engineer and Testing Laboratory 24 hours prior to expected time for operations requiring testing services. ' G. Make arrangements with Testing Laboratory and pay for additional samples and tests for Contractor's convenience. PART 2 PRODUCTS A. Not Used. P1 FY042104 DRAKE FIELD 'T' HANGAR Section 01400-2 ' I PART 3 EXECUTION 3.01 INSPECTIONS A. All field tests required for a project shall be witnessed by the City, the Engineer of record, and the Contractor, or their authorized representatives. ' B. A 24 hour notice is required on all tests. Calls to the City for the purpose of setting test times shall be made to the by 10:00 AM for test on the following day. Tests delayed by weather or other factors will be rescheduled on the same basis. ' C. It is the responsibility of the Contractor to coordinate the scheduling of such tests with the City and the Engineer. ' D. Prior to final acceptance by the City, the project shall be subject to a joint final inspection by the City, the Engineer of Record, and the Contractor. ' 3.02 QUALITY CONTROL TESTING A. Submission of test results shall be coordinated with the various stages of ' construction. Sampling and testing locations will be subject to approval of the City. Deficiencies in quality of materials and/or construction exceeding the tolerance limits will not be approved. ' B. Exceptions to the number of required tests for materials may be granted at the sole discretion of the City Engineer when current test data are available. 3.03 CONSTRUCTION INSPECTION CHECKLIST A. Not used. H H I,J 7 I 3.04 ADDITIONAL TESTS AND TESTING FREQUENCY A. Not used. END OF SECTION IFY042104 DRAKE FIELD 'V HANGAR Section 01400-3 I I I I I I I I I I I I I I I I SECTION 01500 TEMPORARY CONSTRUCTION FACILITIES AND UTILITIES PART1 GENERAL 1.01 LAYOUT OF TEMPORARY FACILITIES A. The Contractor shall make his own arrangements for storage of materials and equipment in locations on and off the construction site. Security of the construction work, materials, and equipment is the sole responsibility of the Contractor. 1.02 STORAGE BUILDINGS A. Not Used. 1.03 STORAGE YARDS A. The Contractor shall construct temporary storage yards for the storage of materials that are not subject to damage by weather conditions. Materials such as pipe, reinforcing and structural steel, shall be stored on pallets or racks, off the ground, and stored in a manner to allow ready access for inspection and inventory. Temporary gravel surfacing of the storage yards shall meet with the approval of the Engineer and Owner. Storage areas shall be restored to their initial condition once they are no longer needed. 1.04 1.05 CONTRACTOR'S WORK AREA A. The Contractor shall limit his operations and storage of equipment materials to the areas authorized by individual property owners and approved by the Engineer and Owner. 1.06 B. The Contractor shall proceed with his work in an orderly manner, maintaining the construction site free of debris and unnecessary equipment or materials. TEMPORARY ACCESS ROADS AND PARKING A. The Contractor shall construct temporary construction access roads, parking areas, and detours as are required to execute the work. The roads shall meet with the approval of the Engineer, and be maintained in good condition until no longer needed; at which time the temporary roads shall be removed and the area left in a condition satisfactory to the property owner and Engineer. TEMPORARY WATER CONTROL A. Rough grade site to prevent standing water and to direct surface drainage away from excavations, trenches, adjoining properties, and public rights -of -way. B. Maintain excavations and trenches free of water. Provide and operate pumping equipment of a capacity to control water flow. IFY042104 DRAKE FIELD 'V HANGAR Section 01500- I I C. D. PART 2 2.01 A. 2.02 2.04 Provide piping to handle pumping outflow to discharge in a manner to avoid erosion or deposit of silt. Remove equipment and installation when no longer needed. UTILITIES CODES AND SAFETY 2000 International Building Code & Arkansas Fire Code. SANITARY FACILITIES A. The Contractor shall provide and maintain sanitary facilities for his employees and his subcontractors' employees that will comply with the regulations of the local and State health departments and as directed by the Engineer. TEMPORARY WATER A. Water for drinking and compaction shall be furnished by the Contractor. WATER FOR TESTING WATER LINES A. Not used. 2.05 PROTECTION OF THE FINISHED CONSTRUCTION A. The Contractor shall assume the responsibility for the protection of all finished construction and shall repair and restore any and all damage to finished work to its original or better state. 0XILI 2.07 REMOVAL OF TEMPORARY FACILITIES AND UTILITIES A. At such time or times any temporary construction facilities and utilities are no longer required for the work, the Contractor shall notify the Engineer of his intent and schedule for removal of the temporary facilities and utilities, and obtain the Engineer's approval before removing the same. As approved, the Contractor shall remove the temporary facilities and utilities from the site as his property and leave the site in such condition as specified, as directed by the Engineer, and/or as shown on the Drawings. B. In unfinished areas, the condition of the site shall be left in a condition that will restore original drainage, evenly graded, seeded as necessary, and left with an appearance equal to, or better than, original. PAYMENT A. No separate payment will be made for work under this section. _I I I I I I I I I I I I I I C I I FY042104 DRAKE FIELD T' HANGAR Section 01500 -2 ' PART 3 EXECUTION A. Not Used. END OF SECTION FY042104 DRAKE FIELD 'T' HANGAR Section 01500-3 Li ISECTION 01700 CONTRACT CLOSEOUT PARTI GENERAL ' 1.01 SCOPE IA. This Section outlines the procedure to be followed in closing out all contracts. 1.02 SUBSTANTIAL COMPLETION A. The substantial completion date for the Contract shall be established as stated in the General Conditions. ' 1.03 FINAL INSPECTION A. After final cleaning and upon written notice from the Contractor that the work is ' completed, the Engineer will make a preliminary inspection with the Owner and Contractor present. Upon completion of this preliminary inspection, the Engineer will notify the Contractor, in writing, of any particulars in which this inspection treveals that the work is defective or incomplete. B. Upon receiving written notice from the Engineer, the Contractor shall immediately ' undertake the work required to remedy defects and complete the work to the satisfaction of the Owner. IC. When the Contractor has corrected or completed the items as listed in the Engineer's written notice, he shall inform the Engineer, in writing, that the required work has been completed. Upon receipt of this notice, the Engineer, in the presence of the ' Owner and Contractor, shall make his final inspection of the project. D. Should the Engineer find all work satisfactory at the time of his inspection, the Contractor will be allowed to make application for final payment in accordance with t the provisions of the General Conditions. Should the Engineer still find deficiencies in the work, the Engineer will inform the Contractor of the deficiencies and will deny the Contractor's request for final payment until such time as the Contractor has ' satisfactorily completed the required work. 1.04 FINAL SUBMITTALS A. No contract will be finalized until all of the following have been submitted. Ii. Final shop drawings 2. Record drawings 3. Interface information ' B. No contract will be finalized until all submittals required in Section 01720, PROJECT RECORD DOCUMENTS, have been submitted. IFY042104 DRAKE FIELD 'V HANGAR Section 01700-I 1.05 A. 1.06 A. 1.07 A. PART 2 A. PART 3 A. GUARANTEES, BONDS, AND AFFIDAVITS No contract will be finalized until all guarantees, performance tests, bonds, (including Maintenance Bond) certificates, licenses, and affidavits required for work or equipment as specified are satisfactorily filed with the Owner. RELEASE OF LIENS OR CLAIMS No contract will be finalized until satisfactory evidence of release of liens has been submitted to the Owner as required by the General Conditions. FINAL PAYMENT Final payment will be made to the Contractor in accordance with the General Conditions. PRODUCTS Not Used. EXECUTION Not Used. END OF SECTION FY042104 DRAKE FIELD'T' HANGAR Section 01700-2 I •SECTION 01710 CLEANING PART1 GENERAL 1.1 SUMMARY A. This Section covers the work necessary for cleaning during construction and final cleaning on completion of the Work. B. At all times maintain areas covered by the Contract and public properties free from accumulations of waste, debris, and rubbish caused by construction operations. C. Conduct cleaning and disposal operations to comply with local ordinances and anti- pollution laws. D. Do not burn or bury rubbish and waste materials on Project site without written permission from Owner, Engineer, and Owner of property. E. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary drains. IF. Do not dispose of wastes into streams or waterways. G. Use only cleaning materials recommended by manufacturer of surface to be cleaned. ' H. Use cleaning materials only on surfaces recommended by cleaning material manufacturers. 1.2 RELATED SECTIONS ' A. Section 01500 - Construction Facilities and Temporary Controls B. Section 01700- Contract Closeout. ' 1.3 CLEANING DURING CONSTRUCTION A. During execution of work, clean site and public properties and dispose of waste materials, debris, and rubbish to assure that project site, grounds, and public ' properties are maintained free from accumulations of waste materials and rubbish. B. Wet down dry materials and rubbish to lay dust and prevent blowing dust. ' C. Provide approved containers for collection and disposal of waste materials, debris, and rubbish. FY042104 DRAKE FIELD IT HANGAR Section 01710- 1 I D. Remove grease, dust, dirt, stains, labels, and other foreign materials from curb, ' sidewalks and drainage facilities. E. Repair, patch, and touchup marred surfaces to specified finish to match adjacent surfaces. F. Broom clean paved surfaces, rake clean other surfaces or grounds. G. Handle materials in a controlled manner with as few handlings as possible; do not drop or throw materials from heights. 1.4 FINAL CLEANING A. At the completion of Work and immediately prior to final inspection, cleaning of entire Project will be accomplished according to the following provisions: 1. Thoroughly clean work site. 2. Leave site in a complete and finished condition to the satisfaction of Engineer. , 3. Should Contractor not remove rubbish or debris or not clean site as specified, Owner reserves the right to have cleaning done at the expense of Contractor. B. Employ experienced workers for final cleaning. 1 C. In preparation for substantial completion, conduct final inspection of project site. D. Repair, patch, and touch up marred surfaces to specified finish, to match adjacent surfaces. E. Broom clean paved surfaces; hand rake clean other surfaces of ground. F. Remove from Owner's property all temporary structures and materials, equipment, and appurtenances. not required as a part of, or appurtenant to, the completed Work in accordance with Section 01500. PART 2 PRODUCTS I I A. Not Used. I PART 3 EXECUTION ' A. Not Used. END OF SECTION LI FY042104 DRAKE FIELD 'T' HANGAR Section 01710-2 I I SECTION 01720 I IPART1 GENERAL L PROJECT RECORD DOCUMENTS 1.01 REQUIREMENTS INCLUDED A. Maintenance of Record Documents and Samples. IB. Submittal of Record Documents and Samples. I 1.02 RELATED REQUIREMENTS A. Document 00700 - General Conditions: Documents at the site. B. Section 01700- Contract Closeout: Closeout procedures. 1.03 MAINTENANCE OF DOCUMENTS AND SAMPLES I I I I I I n H A. In addition to requirements in General Conditions, maintain at the site one record copy of: 1. Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Field test records. 7. Inspection certificates. 8. Manufacturer's certificates. B. Store Record Documents in Field Office apart from documents used for construction. C. Label and file Record Documents in accordance with Section number listing in Table of Contents of this Project Manual. Label each document "PROJECT RECORD" in neat, large, printed letters. D. Maintain Record Documents in a clean, dry and legible condition. Do not use Record Documents for construction purposes. E. Keep Record Documents and samples available for inspection by Engineer. 1.04 RECORDING A. Record information on a set of blue line opaque drawings, and in a copy of a Project Manual. B. Provide felt tip marking pens, maintaining separate colors for each major system, for recording information. HI FY042104 DRAKE FIELD 'V HANGAR Section 01720- 1 1J C. Record information concurrently with construction progress. Do not conceal any work until required information is recorded. D. Contract Drawings and Shop Drawings: Legibly mark each item to record actual construction, including: I. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2. Field changes of dimension and detail. 3. Changes made by Modifications. 4. Details not on original Contract Drawings. E. Specifications: Legibly mark each item to record actual construction, including: I. Manufacturer, trade name, and catalog number of each product actually installed, particularly optional items and substitute items. 2. Changes made by Addenda and Modifications. , F. Other Documents: Maintain manufacturer's certifications, inspection certifications, field test records, etc., required by individual Specifications sections. 1.05 SUBMITTALS A. At Contract closeout, deliver Record Documents and samples under provisions of , Section 01700. B. Transmit with cover letter in duplicate, listing: 1 I. Date. , 2. Project title and number. 3. Contractor's name, address, and telephone number. 4. Number and title of each Record Document. 5. Signature of Contractor or authorized representative. PART 2 PRODUCTS A. Not Used. 1 PART 3 EXECUTION A. Not Used. , END OF SECTION ' E I FY042104 DRAKE FIELD 'T' HANGAR Section 01720-2 I I I PARTI GENERAL 1.01 SUMMARY SECTION 02220 DEMOLITION IA. Demolition and removal of asphalt pavement. I B. Hazardous material compliance. 1.02 RELATED SECTIONS A. Section 02330 - Earthwork. B. Section 02746 - Asphalt. 1 1.03 REGULATORY REQUIREMENTS I I I A. Obtain required permits and licenses from appropriate authorities. Pay associated fees including disposal charges. B. Notify affected utility companies before starting work and comply with their requirements. C. Do not close or obstruct roadways, sidewalks, or fire hydrants without appropriate permits. D. Conform to applicable regulatory procedures when hazardous or contaminated materials are discovered. 1.04 PROJECT RECORD DOCUMENTS A. Accurately record actual locations of capped utilities and subsurface obstructions that will remain after demolition. 1 1.05 PROJECT CONDITIONS I I I I A. Conditions existing at time of inspection for bidding purposes will be maintained by Owner in so far as practicable. B. Unless otherwise indicated in construction Documents or specified by Owner items of salvageable value to Contractor shall be removed from site. Storage or sale of removed items on site will not be permitted and shall not interfere with other work specified in Contract Documents. C. Explosives shall not be brought to site or used without written consent of authorities having jurisdiction. Such written consent will not relieve Contractor of total IFY042104 DRAKE FIELD "T" HANGAR Section 02220 - I I responsibility for injury to persons or for damage to property due to blasting operations. Performance of required blasting shall comply with governing regulations. PART 2 MATERIALS 2.01 FILL MATERIALS A. Fill materials as specified in Section 02300. PART 3 EXECUTION 3.01 PREPARATION A. Provide, erect, and maintain erosion control devices, temporary barriers, and security devices as necessary. B. Protect existing landscaping materials, appurtenances, and structures which are not to be demolished. Repair damage caused by demolition operations at no cost to Owner. C. Prevent movement or settlement of adjacent structures. Provide bracing and shoring as needed. D. Mark locations of utilities. Protect and maintain in safe and operable condition utilities that are to remain. Prevent interruption of existing utility service to occupied or used facilities, except when authorized in writing by authorities having jurisdiction. Provide temporary services during interruptions to existing utilities as acceptable to governing authorities and Owner. 3.02 DEMOLITION REQUIREMENTS A. Conduct demolition to minimize interference with adjacent structures or pavements. B . Cease operations immediately if adjacent structures appear to be in danger. Notify authority having jurisdiction. Do not resume operations until directed. C. Conduct operations with minimum of interference to public or private access. Maintain ingress and egress at all times. D. Obtain written permission from adjacent property owners when demolition equipment will traverse, infringe upon, or limit access to their property. E. Sprinkle work with water to minimize dust. Provide hoses and water connections for this purpose. F. Comply with governing regulations pertaining to environmental protection. FY042104 DRAKE FIELD 'T' HANGAR Section 02220 - 2 I_ I I �I I I I I I I I I I I I C ' G. Clean adjacent structures and improvements of dust, dirt, and debris caused by demolition operations. Return adjacent areas to condition existing prior to start of work. 3.03 DEMOLITION A. Demolish items completely and remove from site. using methods as required to complete work within limitations of governing regulations. Small items may be removed intact when acceptable to Owner and authorities having jurisdiction. B. Locate demolition equipment and remove materials so as to prevent excessive loading to supporting walls, floors, or framing. 3.04 FILLING VOIDS ' A. Completely fill below grade areas and voids resulting from demolition or removal using approved select fill materials consisting of stone, gravel, and sand free from debris, trash, frozen materials, roots, and other organic matter. B. Ensure that areas to be filled are free of standing water, frost, frozen or unsuitable ' material, trash, and debris prior to fill placement. C. Place fill materials in accordance with Section 02300 unless subsequent excavation for new work is required. D. Grade surface to match adjacent grades and to provide flow of surface drainage after fill placement and compaction. ' 3.05 DISPOSAL OF DEMOLISHED MATERIALS A. Remove from site debris, rubbish, and other materials resulting from demolition operations. B. No burning of any material, debris, or trash on -site or off -site will be allowed, except when allowed by appropriate governing authority and Owner. If allowed as stated above, burning shall be performed in manner prescribed by governing authority. ' Attend burning materials until fires have burned out or have been completely extinguished. C. Transport materials removed from demolished structures with appropriate vehicles and dispose off -site to areas which are approved for disposal by governing authorities and appropriate property owners. ' 3.06 PAYMENT A. Payment shall be made at the Contract Lump Sums for the removal of items required for proper construction. ' END OF SECTION IFY042104 DRAKE FIELD "T" HANGAR Section 02220-3 I I iPART1 GENERAL J I I I I [II I I I I I I I 1.01 SCOPE SECTION 02300 EARTHWORK A. This section covers the work necessary for the earthwork to complete the top soil along the north edge of the apron. B. In general, earthwork will include: All earthwork. 1. Stripping topsoil or other unsuitable material within the limits of construction and disposing of it. 2. Constructing subgrade with approved material to dimensions and elevations shown. 3. Undercutting unsatisfactory areas and constructing approved subbase so that at least 18' of select material is provided under foundations and floors. 4. Compacting all materials, earth and base, to the required standards. 5. All other earthwork required to provide a complete job. 1.02 DEFINITIONS - RELATIVE COMPACTION A. "Relative compaction" is defined as the ratio, in percent, of the as -compacted field dry density to the laboratory maximum dry density as determined by the Standard Proctor Test, ASTM D698, for earthen embankment material and Modified Proctor Test, ASTM DI557, for Class 7 Base and Asphalt. Corrections for oversize material may be applied to either the as -compacted field dry density or the maximum dry density, as determined by the Engineer. 1.03 DEFINITIONS - OPTIMUM MOISTURE CONTENT A. "Optimum moisture content" is defined as the moisture content of the material for which the maximum dry density is obtained as determined by ASTM D698. Field moisture contents shall be determined on the basis of the fraction passing the 3/4 -inch sieve. 1.04 SUBMITTALS A. Submittals shall be made in accordance with the GENERAL CONDITIONS, SECTION 01300, SUBMITTALS DURING CONSTRUCTION, and the requirements of this section. B. Provide the following submittals: 1. Samples for all imported material. 2. Contractor's excavation/stockpiling plan with provisions for flooding considerations. IFY042104 DRAKE FIELD "r' HANGAR 02300-1 I I PART 2 MATERIALS 2.01 GENERAL A. Provide all labor, materials, and equipment necessary to accomplish the work 1 specified in this section. 2.02 SUBSURFACE INFORMATION ' A. It shall be the Bidder's sole responsibility to estimate the type and quantity of materials and the amount of groundwater, if any, that will be encountered. B. Information derived from inspection of topographic maps, or from plans showing location of utilities and structures will not relieve the Contractor from any risk, or from properly examining the site and making such additional investigations as he may elect, or from properly fulfilling all the terms of the Contract Documents. C. The submission of a Proposal shall be conclusive evidence that the Bidder has 1 investigated the site and is satisfied as to the conditions to be encountered, as to the character, quality, and quantities of work to be performed and materials to be furnished, and as to the requirements of the Contract Documents. 2.03 GENERAL EXCAVATION A. Complete all excavation regardless of the type, nature, or condition of the materials encountered. The Contractor shall make his own estimate of the kind and extent of ' the various materials to be excavated in order to accomplish the work. 2.04 SUBGRADE (SUBBASE) FILL (select Imported Fill Material) A. Imported material free from roots, organic matter, trash, debris, with maximum particle size of 3 inches. No warranty, expressed or implied, is made concerning the availability of sufficient quantities of satisfactory subgrade fill from the excavations to be made. Therefore, the Contractor shall provide imported material of acceptable quality, if required, to accomplish the construction. The material shall be meet a GC classification and have a PI less than 30. All structure and subgrade fill shall be ,. compacted to 95% relative compaction in accordance with ASTM D698. 2.05 GRANULAR FILL (BASE) A. Imported GRANULAR FILL shall be 1 -1/2 -inch minus crushed gravel or crushed rock, free from dirt, clay balls, and organic material, well graded from coarse to fine, containing sufficient finer material for proper compaction, and less than 8 percent by weight passing the No. 200 sieve. Granular fill shall meet standards established for AHTD Class 7 Base. i I FY042104 DRAKE FIELD "T" HANGAR 02300-2 ' Li I i Li rl I 11 I I I I I I I 2.06 SAND A. Not Used. 2.07 DRAINAGE MEDIA A. Not used. 2.08 TRENCH EXCAVATION A. Remove all material regardless of the nature, type, or condition of the material encountered. 2.09 TRENCH STABILIZATION MATERIAL A. Three-inch minus river -run or pit -run gravel, free from clay balls, roots, and organic matter; well crushed gravel or crushed rock graded with less than 8 percent by weight passing the 1/4 -inch sieve. Submit samples for approval prior to delivery of the material to the site. 2.10 TOPSOIL A. Selected topsoil at the site, properly stored and protected, free from roots, sticks, hard clay, and stones which will not pass through a 1 -inch square opening. Remove existing grass and overburden before topsoil is excavated. Provide imported topsoil of equal quality if required to provide topsoil 4" deep. Topsoil placement will be considered incidental to this job and no separate payment will be made. 2.11 WATER FOR COMPACTION A. Furnish as required. 2.12 IMPORTED MATERIAL ACCEPTANCE A. All imported materials specified in this section are subject to the following requirements: All tests necessary for the Contractor to locate an acceptable source of imported material shall be made by the Contractor. Certification that the material conforms to the Specification requirements along with copies of the test results from a qualified commercial testing laboratory shall be submitted to the Engineer for approval at least 10 days before the material is required for use. All aggregate samples shall be furnished by the Contractor at the Contractor's sole expense. Samples shall be representative and be clearly marked to show the source of the material and the intended use on the project. Sampling of the aggregate source shall be done by the Contractor in accordance with ASTM D 75. Notify the Engineer at least 24 hours prior to sampling. The Engineer may, at the Engineer's option, observe the sampling IFY042104 DRAKE FIELD "T" HANGAR 02300-3 2.13 procedures. Tentative acceptance of the aggregate source shall be based on an inspection of the source by the Engineer and the certified test results submitted by the Contractor to the Engineer. No imported materials shall be delivered to the site until the proposed source and materials tests have been tentatively accepted in writing by the Engineer. Final acceptance will be based on tests made on samples of material taken from the completed and compacted course. The completed course is defined as a course or layer that is ready for the next layer or the next phase of construction. All testing for final acceptance shall be performed by the Engineer. 2. Gradation tests by the Contractor shall be made on samples of imported material taken at the place of production prior to shipment. Samples of the finished product for gradation testing shall be taken from each 1,500 tons of prepared materials or more often as determined by the Engineer, if variation in gradation is occurring, or if the material appears to depart from the Specifications. Test results shall be forwarded to the Engineer within 72 hours after sampling. 3. If tests conducted by the Contractor or the Engineer indicate that the material does not meet Specification requirements, material placement will be terminated until corrective measures are taken. Material which does not conform to the Specification requirements and is placed in the work shall be removed and replaced at the Contractor's sole expense. Sampling and testing performed by the Contractor shall be done at the Contractor's sole expense. SELECTED MATERIAL ACCEPTANCE A. All tests necessary for the Contractor to demonstrate that selected native soil material conforms to the Specification requirements shall be made by the Contractor using a qualified commercial testing laboratory at the Contractor's expense. These tests shall include gradation tests and, Attenberg limits tests, and such other tests as appropriate for the particular material and intended use on the project. B. Samples for testing shall be representative of the actual material to be installed in the work. Samples shall be taken from each 2,000 cubic yards of material stockpiled or more often as determined by the Engineer if variation in material properties is occurring, or if the material appears to depart from the Specification requirements. C. Test results shall be forwarded to the Engineer at least 10 days before the material is required for use. If tests conducted by the Contractor or the Engineer indicate that the material does not meet Specification requirements, the material shall not be installed in the work. Material which is placed in the work but does not conform to the Specification requirements shall be removed and replaced at the Contractor's sole expense. 2.14 COMPACTION EQUIPMENT A. Compaction equipment shall be of suitable type and adequate to obtain the densities specified. FY042104 DRAKE FIELD "T" HANGAR 02300-4 I I I U II u Li E Ell I I I I I 1J I U 2.15 I B. Compaction equipment shall be operated in strict accordance with the manufacturer's instructions and recommendations. Equipment shall be maintained in such condition that it will deliver the manufacturer's rated compactive effort. Hand -operated equipment shall be capable of achieving the specified densities. MOISTURE CONTROL EQUIPMENT A. Equipment for applying water shall be of type and quality adequate for the work, shall not leak, and shall be equipped with a distributor bar or other approved device to assure uniform application. Equipment for mixing and drying out material shall consist of blades, discs, or other approved equipment. ' PART 3 EXECUTION 1 3.01 CLEARING, GRUBBING, AND STRIPPING A. Not used. 3.02 STRIPPING TOPSOIL ' A. Not used. 3.03 COMMON EXCAVATION IA. Not used. I 3.04 EXCAVATION A. Not used. 1 3.05 STRUCTURAL EXCAVATION I I I I I I A. Excavate for drainage structures to the lines and grades shown or as required to accomplish the construction. Perform all excavation regardless of the type, nature, or condition of the material encountered. The method of excavation used is optional; however, no equipment shall be operated within 5 feet of existing drainage structures or newly completed construction. Excavation that cannot be accomplished without endangering the present or new drainage structures shall be done with hand tools. 3.06 EXCAVATION SAFETY A. The Contractor shall be solely responsible for making the excavation in a safe manner. Provide appropriate measures to retain excavation sideslopes to ensure that men working in or near the excavation are protected. 3.07 LIMITS OF EXCAVATION A. Excavate to the depths and widths required. Allow for forms, working space, granular base, and finish topsoil where shown or required. Do not carry excavation for FY042104 DRAKE FIELD 'T' HANGAR 02300-5 I footings, pavement and slabs deeper than the elevation shown. Excavation carried , below the grade lines shown or established by the Engineer shall be replaced with the same fill material as specified for the overlying fill or backfill, compacted as required for such overlying fill or backfill. Where the overlying area is not to receive fill or backfill, replace the overexcavated material and compact to a density not less than that of the underlying ground. Excavations under footings shall be filled with concrete of equal strength to that of the footing. Cuts below grade shall be corrected by similarly cutting adjoining areas and creating a smooth transition. The Contractor shall correct all overexcavated areas at the Contractor's sole expense. 3.08 TRENCH WIDTH A. Not used. , 3.09 FOUNDATION PREPARATION A. After completion of excavation, and prior to pavement, foundation, or fill construction, proofroll the excavation surface with a loaded tandem -axle dump truck or similar heavy -wheeled vehicle to detect soft or loose zones. Proofrolling shall be conducted in the presence of the Engineer. If soft or loose zones are found, excavate the soft or loose material to a depth accepted by the Engineer, then fill and compact as specified for the overlying fills. Prior to placement of any overlying fill or concrete, the foundation subgrade shall be scarified to a depth of six (6) inches and compacted to at least 95 percent relative compaction as determined by ASTM D-698. 3.10 PREPATATIONS FOR PLACEING BACKFILLS ' A . Not used. 3.11 STRUCTURAL FILL UNDER FACILITIES A. Not used. , 3.12 ROADWAY SIGNAGE A. Not used. 3.13 MOISTURE CONTROL A. Not used. 3.14 FIELD DENSITY TESTS ' A. Not used. ' 3.15 TRENCH EXCAVATION AND BACKFILL A. Excavate for the installation of piping, utilities, and appurtenances. All obstructions, such as tree roots, stumps, abandoned concrete structures, and other material of any type shall be removed. ' FY042104 DRAKE FIELD "T" HANGAR 02300-6 I I I3.16 TRENCH WIDTH A. Not used. 3.17 GRADE A. Not used. 3.18 SHORING, SHEETING, AND BRACING OF TRENCHES A. Not used. 3.19 REMOVAL OF WATER A. Not used. ' 3.20 TRENCH STABILIZATION IA. Not used. 3.21 BASE FOR PIPE A. Not used. 3.22 SITE GRADING 1 A. Perform all earthwork to the lines and grades as shown and/or established by the Engineer, with proper allowance for topsoil where specified or shown. Shape, trim, and finish slopes of channels to conform with the lines, grades, and cross sections shown. Slopes shall be free of all exposed roots and stones exceeding 3 -inch diameter which are loose and liable to fall. Round tops of banks to circular curbs, in general, ' not less than a 6 -foot radius. Rounded surfaces shall be neatly and smoothly trimmed. Overexcavating and backfilling to the proper grade will not be acceptable on slopes. Finished site grading will be reviewed by the Engineer. 3.23 DISPOSAL OF EXCESS EXCAVATION A. Dispose of all excess excavated materials, not required or suitable for use as backfill ' or fill, outside of the area of work. Contractor shall make his own arrangements for the disposal of the excavated material and bear all costs or retain any profit incidental to such disposal. I I IFY042104 DRAKE FIELD "T" HANGAR 02300-7 3.24 SETTLEMENT A. Any settlement in backfill, fill, or in structures built over the backfill or fill, which may occur within the 1 -year guarantee period in the General Conditions will be considered to be caused by improper compaction methods and shall be corrected at the Contractor's sole expense. Any structures damaged by settlement shall be restored to their original condition by the Contractor at the Contractor's sole expense. 3.25 REMOVAL OF EXISTING PAVEMENT A. Not used. 3.26 PIPE UNDERDRAINS A. Not used. 3.27 UNDERCUT AND BACKFILL A. Not used. PART 4 PAYMENT A. Payment for all earthwork, except of unsuitable soils undercut and backfill with compacted select imported fill, is to be made as part of the Total Lump Sum Base Bid. B. All undercut and backfill with compacted select imported fill is to be paid for by the unit price as set forth in the Bid Form. END OF SECTION I I I 1 1 I FY042104 DRAKE FIELD "T" HANGAR 02300-8 I [I I I I I LI I 1 I I I Cl 1J SECTION 02746 ASPHALT SURFACING PARTI GENERAL 1.01 SCOPE A. This section covers the work necessary for the construction of asphalt milling, asphalt surfacing, and incidental work, complete. 1.02 STANDARD SPECIFICATIONS A. Where the term "Standard Specifications" is used, such reference shall mean the 1996 edition of Arkansas Highway and Transportation Department Standard Specifications. Where reference is made to a specific part of the Standard Specifications, such applicable part shall be considered as part of this section of the Specifications. In case of a conflict between the requirements of the Standard Specifications and this section, the requirements herein shall prevail. 1.03 RELATED WORK SPECIFIED IN OTHER SECTIONS A. Section -02220 — Demolition. B. Section 02300 — Earthwork. 1.04 SUBMITTALS DURING CONSTRUCTION A. Prior to the delivery of specified aggregate to the site, the Contractor shall submit samples of the material for the Engineer's approval. Samples shall be typical of materials to be furnished from the proposed source and in conformance with the specified requirements. B. Prior to the delivery of asphalt materials and paving mixes to the site, the Contractor shall submit certificates of compliance of such materials with these Specifications. C. Where laboratory testing is specified herein for submittals, the Contractor shall employ an independent testing laboratory to conduct such tests and submit certificates of the test results to ensure Specification conformance. D. The costs for submittals shall be included in the price(s) quoted for the work under this section. ' FY042104 DRAKE FIELD "T" HANGAR Section 02746 -1 PART II MATERIALS 2.01 BASE COURSE A. Not used. 2.02 PRIME COAT A. Not used. 2.03 TACK COAT A. Asphalt emulsion conforming to ASTM D 977 or D 2397, unless otherwise specified. 2.04 ASPHALT SURFACE COURSE A. Asphalt Surface Course for paving the designated area shall be Type III hot -plant mix and all materials shall conform to the requirements of Section 407 of the Standard Specifications for Highway Construction. Portions of the referenced specification that are obviously not applicable for the type of work to be done shall be disregarded. PART III EXECUTION 3.01 CONSTRUCTION PROCEDURE A. Trench backfill shall be as specified in Section 02300, EARTHWORK. B. Replace all bituminous pavement damaged under this Contract with like materials. C. In addition to the requirements set forth herein, the work shall conform to the applicable workmanship requirements of the AHTD Standard Specifications referenced heretofore. 3.02 REMOVAL OF EXISTING PAVEMENT A. Remove existing asphalt pavement to the limits shown on the drawings. Dispose of this material off -site. B. Provide a neat saw cut or milling edge where new asphalt pavement adjoins or abuts existing asphalt pavement which is to remain. See the drawings for the limits. 3.03 PREPARATION OF EXISTING SUBGRADE A. Not used. 3.04 ASPHALT LEVELING COURSE A. Not used. FY042104 DRAKE FIELD "T" HANGAR Section 02746 -2 I ' 3.05 TACK COAT A. The tack coat shall be applied to the existing asphalt in accordance with Section 403 of the referenced specification at the rate of 0.10- to 0.15 -gallon per square yard of surface area. The exact amount is to be determined by the Engineer. ' 3.06 CONSTRUCTION OF ASPHALT CONCRETE PAVEMENT A. Lay asphalt surface course over the existing asphalt on a single lift and the compressed depth shall not exceed 4 -inches. The method of proportioning, mixing, transporting, laying, processing, rolling the material, and the standards of workmanship shall conform to the applicable requirements of Section 408 of the Standard Specifications. B. The Engineer will examine the base before the paving is begun and bring any deficiencies to the Contractor's attention to be corrected before the paving is started. Roll the lift of the asphalt concrete and compact to 92% of the maximum theoretical ' density for Type III mix. The grade, line, and cross section of the finished surface shall conform to the Drawings. ' 3.07 WEATHER CONDITIONS A. Asphalt shall not be applied to wet material. Asphalt shall not be applied during rainfall, sand or dust storms, or any imminent storms that might adversely affect the ' construction. The Engineer will determine when surfaces and material are dry enough to proceed with construction. Asphalt concrete shall not be placed (1) when the atmospheric temperature is lower than 40 degrees F, (2) during heavy rainfall, or (3) when the surface upon which it is to be placed is frozen or wet. Asphalt for prime coat shall not be applied when the surface temperature is less than 50 degrees F. Exceptions will be permitted only in special cases and only with prior written approval of the Engineer. 3.08 CONTRACTOR'S RESPONSIBILITY ' A. Settlement of replaced pavement over trenches within the warranty period shall be considered the result of improper or inadequate compaction of the subbase or base materials. The Contractor shall promptly repair all pavement deficiencies noted ' during the warranty period at the Contractor's sole expense. 3.09 CLEANUP A. Clean up all debris and unused materials from the paving operation. Clean all surfaces that have been spattered or defaced as a result of the paving operation. 3.10 PAYMENT IA. Payment for the work under this section will be included as part of the unit price bid amount stated in the Proposal. ' END OF SECTION ' FY042104 DRAKE FIELD "T' HANGAR Section 02746 -3 11 SECTION 02923 ' SEEDING ' PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract including GENERAL and SUPPLEMENTARY CONDITIONS, and other Division I Specifications Sections ' apply to the Work specified in this Section. 1.02 SCOPE A. This item shall consist of soil preparation and seeding all areas shown on the Drawings to be within the "limits of construction" but which are not to be paved. ' 1.03 SUBMITTALS A. Submittals shall be made in accordance with the GENERAL CONDITIONS, ' SECTION 01300, SUBMITTALS DURING CONSTRUCTION, and the requirements of this section. ' B. Provide the following submittals: 1. Seed certificate of compliance ' 1.04 RELATED WORK SPECIFIED IN OTHER SECTIONS ' A. Section No. Item 02300 Earthwork PART 2 PRODUCTS ' 2.01 TOPSOIL A. Existing topsoil may be reused for the seeding areas provided it meets those specifications. Additional topsoil shall be imported and provided as needed to provide at least 6" of suitable topsoil. 2.02 SEED A. The species and application rates of grass seed furnished shall be those stipulated ' herein. Seed shall conform to the requirements of Fed. Spec. JJJ-S-181. B. Seed shall be furnished separately or in mixtures in standard containers with the seed ' name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a FY042104 DRAKE FIELD "T' HANGAR Section 02923 - 1 I statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within 6 months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content. Variety Lawn Fescue Bermuda Hulled Unhulled Annual rye Pounds per 1,000 sq ft 2 2 4 I I I 2.03 LIME I A. As recommended by the seed supplier. 2.04 FERTILIZER A. Fertilizer shall be standard commercial fertilizers supplied during seeding operation. They shall be applied at the rate and to the depth specified herein, and shall meet the requirements of Fed. Spec. O -F-241 and applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. B. Fertilizers shall be 13-13-13 commercial fertilizer and applied at the rate of 500 pounds per acre. 2.05 SLOPE PROTECTION A. All areas to be seeded shall be mulched with a minimum of one ton of oat or wheat straw per acre. 2.06 SOIL FOR REPAIRS A. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the Engineer before being placed. PART 3 EXECUTION 3.01 ADVANCE PREPARATION AND CLEANUP A. After grading of areas to be seeded has been completed, they shall be raked or otherwise cleared of stones larger than 1 inches in any diameter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning seeding, the Contractor shall repair such damage. This may include filling gullies, smoothing I I I I I I LI [1 I I FY042104 DRAKE FIELD "r' HANGAR Section 02923 -2 1 I ' irregularities, and repairing other incidental damage. B. An area to be seeded shall be considered a satisfactory seedbed without additional ' treatment if it has recently been thoroughly loosened and worked to a depth of not less than 4 inches as a result of grading operations and, if immediately prior to seeding, the top 3 inches of soil is loose, friable, reasonably free from large clods, ' rocks, large roots, or other undesirable matter, and if shaped to the required grade. 3.02 SEEDING ' A. Do not use wet or moldy seed, or seed otherwise damaged in transit or storage. Sow not less than the quantity of seed specified. B. Seed may be sown using a hydromulch machine when wind velocities are less than 5 mph or by hand methods. Distribute the seed and fertilizer evenly over the entire area. Spread wheat straw 2" thick over the area, using a binding agent to glue straw together. 3.03 MAINTENANCE OF SEEDED AREAS ' A. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as needed to produce and maintain viable growth, and otherwise maintain seeded areas in a satisfactory condition until final inspection and ' acceptance of the work. Any areas without a good stand of grass shall be reseeded. B. It will be required that the Contractor establish a good stand of grass of uniform color and density to minimize erosion. END OF SECTION I I FI I I IFY042104 DRAKE FIELD "T HANGAR Section 02923-3 I SECTION 03210 REINFORCING STEEL IPART1 GENERAL 1.01 SCOPE ' A. This Section covers the work necessary to furnish and install, complete, the reinforcing steel and welded wire fabric. 1.02 GENERAL A. See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and requirements that apply to the work specified herein and are mandatory for this project. 1.03 SUBMITTALS DURING CONSTRUCTION IA. Submittals during construction shall be made in accordance with Section 01300, SUBMITTALS DURING CONSTRUCTION, in Division 1, GENERAL REQUIREMENTS. 1. Bending Lists 2. Placing Drawings PART 2 MATERIALS 2.01 DEFORMED REINFORCING BARS A. Deformed billet -steel bars conforming to ASTM A615, Grade 60, unless otherwise noted. 2.02 WELDED WIRE FABRIC ' A. Not used. ' 2.03 ACCESSORIES A. Tie wire shall be 16 -gauge, black, soft -annealed wire. Bar supports shall be of proper ' type for intended use. Bar supports in beams, columns, walls, and slabs exposed to view after stripping shall be small rectangular concrete blocks made up of the same color and same strength concrete being placed around them. Use concrete supports for reinforcing in concrete placed on grade. Conform to requirements of "Placing Reinforcing Bars" published by CRSI. I IFY042104 DRAKE FIELD'T' HANGAR Section 03210- I PART 3 EXECUTION I 3.01 GENERAL I A. Conform to "Placing Reinforcing Bars", Recommended Practices, Joint Effort of CRSI-WCRSI, prepared under the direction of the CRSI Committee on Engineering I Practice. B. Notify the Engineer when reinforcing is ready for inspection and allow sufficient I time for this inspection prior to casting concrete. 3.02 DELIVERY AND STORAGE A. Deliver steel with suitable hauling and handling equipment. Tag steel for easy identification. Store to prevent contact with the ground. The unloading, storing, and handling bars on the job shall conform to CRSI publication "Placing Reinforcing Bars". 3.03 PLACING REINFORCING STEEL - CLEANING A. Clean metal reinforcement of any loose mill scale, oil, earth and other contaminants. 3.04 STRAIGHTENING AND REBENDING REINFORCING STEEL A. Do not straighten or rebend metal reinforcement. Where construction access through reinforcing is a problem, bundling or spacing of bars instead of bending shall be used. Submit details and obtain Engineer's review prior to placing. 3.05 PROTECTION, SPACING, AND POSITIONING OF REINFORCING STEEL A. Conform to the current edition of the ACI Standard Building Code Requirements for Reinforced Concrete (ACI 318), review placing drawings and design drawings. 3.06 REINFORCING STEEL - LOCATION TOLERANCE A. Conform to the current edition of "Placing Reinforcing Bars" published by Concrete Reinforcing Steel Institute and to the Details and Notes on the Drawings. 3.07 SPLICING A. Conform to Drawings and current edition of ACI Code 318. Splices in adjacent bars shall be staggered. 3.08 TYING DEFORMED REINFORCING BARS A. Conform to the current edition of "Placing Reinforcing Bars" published by Concrete Reinforcing Steel Institute and to the Details and Notes on the Drawings. I 1l I H I I I I Ti FY042104 DRAKE FIELD 'T' HANGAR Section 03210-2 ' U 3.09 REINFORCEMENT AROUND OPENINGS A. Place an equivalent area of steel around the pipe or opening and extend on each side sufficiently to develop bond in each bar. Where welded wire fabric is used, provide extra reinforcing using fabric or deformed bars. 3.10 WELDING REINFORCEMENT A. Welding shall not be permitted unless the Contractor submits detailed shop drawings, qualifications, and radiographic nondestructive testing procedures for review by the Engineer. The Contractor shall obtain the results of this review prior to proceeding. The basis for the Contractor submittals shall be The Structural Welding Code, Reinforcing Steel, AWS D1.4-79, published by the American Welding Society and the applicable portions of ACI 318, current edition. The Contractor shall test 10 percent of all welds using radiographic, nondestructive testing procedures referenced in this code. ' 3.11 PLACING WELDED WIRE FABRIC A. Not used. ' 3.12 FIELD BENDING A. Field bending of reinforcing steel bars is not permitted when rebending will later be required to straighten bars. Rebending of bars at the same place where strain hardening has taken place due to the original bend will damage the bar. Consult with the Engineer prior to any pour if the contractor foresees a need to work out a solution to prevent field bending. 3.13 PAYMENT A. Payment for the work in this Section will be included as part of the applicable Concrete structure bid item stated in the Contractor's Proposal. No separate payment will be made of reinforcing steel. END OF SECTION 1J I I L FY042104 DRAKE FIELD 'T' HANGAR Section 03210-3 H I 1l I I I runts 1.1 1.2 1.3 SECTION 03300 CAST -IN -PLACE CONCRETE GENERAL WORK INCLUDED A. Cast -in -place concrete, including formwork. RELATED WORK B. Section 03210 - Reinforcing Steel. REFERENCES A. American Concrete Institute, Box 19150, Redford Station, Detroit, Michigan 48219 (latest revision). I. ACI 211.1: Standard Practice for Selecting Proportions for Normal, Heavyweight, ' and Mass Concrete. 2. ACI 211.2: Standard Practice for Selecting Proportions for Structural Lightweight ' Concrete. 3. ACI 211.3: Standard Practice for Selecting Proportions for No -Slump Concrete. 4. ACI 304R: Guide for Measuring, Mixing, Transporting, and Placing Concrete. ' 5. ACI 304.2R: Placing Concrete by Pumping Method. 6. ACI 304.3R: High Density Concrete: Measuring, Mixing, Transporting and Placing. • 7. ACI 304.4R: Placing Concrete with Belt Conveyors. • 8. ACI 305R: Hot Weather Concreting. 9. ACI 306R: Cold Weather Concreting. •' 10. ACI 309: Standard Practice for Consolidating of Concrete. 11. ACI 309.1 R: Behavior of Fresh Concrete During Vibration. 12. ACI 309.2R: Identification and Control of Consolidation -Related Surface Defects ' in Formed Concrete. 13. ACI 347: Recommended Practice for Concrete Formwork. CJ I I FY042104 DRAKE FIELD 'r HANGAR 03300-I I B. American Society of Testing FOR Materials, 1916 Race Street, Philadelphia, Pennsylvania 19103 (latest revision). 1. ASTM C33: Specification for Concrete Aggregates. 2. ASTM C150: Specifications for Portland Cement. 3. ASTM C260: Specification for Air -Entraining Admixtures for Concrete. 4. ASTM C309: Specification for Liquid Membrane -Forming Compounds for Curing Concrete. 5. ASTM C494: Specification for Chemical Admixtures for Concrete. 6. ASTM E329: Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction. I I I 1.4 SUBMITTALS I A. Provide the following in accordance with Section 01300. 1. Admixture certification; chloride ion content must be included. 2. Concrete mix design. 3. Certification for aggregate quality. 4. Mill tests for cement. 5. Method of adding admixtures. 6. Materials and methods for curing. 7. Testing agency to perform services required in ACI 301, Section 167. 8. Laboratory test on concrete. 1.5 QUALITY ASSURANCE I n' F A. Inspection: Engineer shall have access and rights to inspect batch plants, cement mills, and facilities of suppliers, manufacturers, and subcontractors providing products specified. B. Batch Plant: I. Certification: Current certification that weighing scales have been tested and are ' within tolerances as set forth in National Bureau of Standards Handbook No. 44. 2. Equipment: Semi -automatic or fully automatic. C. Perform work in accordance with ACI 301. D. Obtain materials from same source throughout the work. I I I I FY042104 DRAKE FIELD 'T' HANGAR 03300-2 ' Li PART 2. PRODUCTS ' 2.1 CEMENT I I A. Portland cement Type I and Type II conforming to ASTM C 150. Type I most common uses: Pavement, drainage structures, water treatment plants, and buildings. 2.2 WATER A. Clean and free from oil, acid, alkali, organic matter, or other deleterious substances. B. Potable. ' 2.3 CONCRETE AGGREGATES 1J I I I A. General: 1. Natural aggregates, well graded, free from deleterious coatings and organic materials conforming to ASTM C33 (latest revision). 2. Import non -reactive aggregates if local aggregates are reactive. (Appendix XI- ASTM C33). 3. Wash aggregates uniformly before use. 4. Other aggregate gradations can be approved by Engineer. B. Fine Aggregates: 1. Clean, sharp, natural sand conforming to ASTM C33. 2. Less than 2 percent passing the No. 200 sieve. •' C. Coarse Aggregates: 1. Natural gravel, crushed gravel, crushed stone, or combination of these materials. 2. Less than 15 percent float or elongated particles (long dimension >5 times short dimension). 3. Less than 0.5 percent passing the No. 200 sieve. I I D. Grading Requirements for Course Aggregates: Sieve Size or Size in in Inches -1/2" aggregate 1" aggregate 3/4" aggregate ' 1-1 /2" 95 _ 100 1" 90 - 100 3/4" 35-70 40-85 90-100 ' 1/2" --- 10-40 20-55 3/8" 10-30 0-15 0-15 No.4 0-5 0-5 0-5 I FY042104 DRAKE FIELD 'V HANGAR 03300-3 A 2.4 E. Grading Requirements for Fine Aggregates: , Sieve Size Minimum Maximum 100 No.4 95 100 No.8 80 100 No. 16 50 85 No. 30 25 60 ' No. 50 10 30 No. 100 2 10 CONCRETE AIR -ENTRAINING ADMIXTURES A. Manufacturer: 1. Air -Mix or Perma-Air by the Euclid Chemical Co. 2. Sealtight Air Entraining Admixture by W.R. Meadows of Texas. B. ASTM C260; nontoxic after 30 days. C. Use only the specified non -corrosive non -chloride accelerator. Calcium chloride, , thiocyanates or admixtures containing more than 0.05 percent ions are not permitted. D. Provide for concrete exposed to freezing and thawing or required to be watertight. Air Content: 5 to 6 percent. 2.5 ADMIXTURES ' A. Water -Reducing Admixture: Conforming to ASTM C494, Type A and not contain more , than 0.05 percent chloride ions than are present in municipal drinking water. 1. Eucom WR-75 by the Euclid Chemical Company. 2. Pozzolith 200N by Master Builder. 3. Plastocrete 160 by Sika Chemical Corporation. B. Water -Reducing Retarding Admixture: Conforming to ASTM C494, Type D and not contain more chloride ions than are present in municipal drinking water. 1. Eucom Retarder -75 by the Euclid Chemical Company. 2. Pozzolith I00XR by Master Builder. 3. Plastiment by Sika Chemical Company. C. High -Range Water -Reducing Admixture (Superplasticizer): Conforming to ASTM C494, Type F or G, and not contain more chloride ions than are present in municipal drinking water. 1. Eucom 37 by Euclid Chemical Company. 2. Rheobuild 1000 by Master Builders. 3. Sikament by Sika Chemical Company. , FY042104 DRAKE FIELD 'T' HANGAR 03300-4 , I D. Non -Corrosive Non -Chloride Accelerator Admixture: Conforming to ASTM C494 Type IC or E, and not contain more chloride ions than are present in municipal drinking water. 1. Accelguard 80 by Euclid Chemical Company. 2. Or approved equal. 3. Manufacturer must have long-term non -corrosive test data from an independent ' testing laboratory (of at least 1 year's duration) using an acceptable accelerated corrosion test method using electrical potential measures. E. Prohibited Admixtures: Calcium chloride, thiocyanates or admixtures containing more than 0.05 percent chloride ions. F. Certification: Submit written conformance to the requirements and chloride ion content of the admixture to Engineer prior to mix design review. ' 2.6 FORMS I A. Materials: Plywood, hard plastic finished plywood, overlaid waterproof particle board, or steel. B. Surfaces: New and undamaged condition. C. Joints: Use tape, gaskets, plugs, or approved calking to keep joints water tight and to allow them to withstand placing pressures without bulging outward or creating surface patterns. ' 2.7 FORM TIES A. Factory -made and constructed so that tie remains embedded in wall, except for removable portion at each end. ' B. Inserts: 1. Conical or spherical. 2. Fixed to remain in contact with forming material. ' 3. Constructed so no metal is within 1 inch of concrete surface when forms, inserts, and tie ends are removed. I L I C. Flat bar ties for panel forms: Plastic or rubber inserts with a minimum depth of 1 inch and sufficient dimensions to permit proper patching of tie hole. 1 FY042104 DRAKE FIELD'? HANGAR 03300-5 I 2.8 2.9 2.10 BONDING AGENT A. Manufacturer: Sonnebond by Sonnebom; or approved equal. B. Submit product specifications and manufacturer's specific instructions for application on this Project for Engineer's approval. C. Product must meet Project requirements with regard to surface, pot life, set time, vertical or horizontal application, forming restrictions, or other stated requirements. BOND BREAKER A. Manufacturers: 1. Williams Tilt -Up Compound, Williams Distributors Inc., Seattle, Washington. 2. Silcoseal 77, Superior concrete Accessories, Franklin Park, Illinois. 3. Or Equal. B. Nonstaining type. C. Provide positive bond prevention. D. Submit for review copies of manufacturer's data, recommendations, and instructions for specific use on this Project. CURING COMPOUND A. Curing and Sealing Compound: 1. Clear styrene acrylate type, minimum 30 percent solids content. 2. Test data from an independent testing laboratory indication a maximum moisture loss of 0.030 grams per sq. cm when applied at a coverage rate of 300 sq. ft. per gallon. 3. Submit manufacturer's certification. 4. Sodium silicate compounds are not permitted. 5. Manufacturer: a. Super Rez Seal or Super Pliocure by the Euclid Chemical Co. b. Masterkure 30 by Master Builders. B. Exposed Concrete Surfaces: 1. Manufacturer: a. Kurez DR by Euclid Chemical Company. b. Or approved equal. 2. Dissipating resin type compound. 3. ASTM C309. 4. Film must chemically break down in 6- to 8 -week period. I I I I I L fl I I L L I L I L I FY042104 DRAKE FIELD '1' HANGAR 03300-6 , I 2.11 BONDING AND REPAIR MATERIALS A. Rewettable Bonding Compounds: 1. Polyvinyl acetate type. 2. Manufacturer: a. Euco Weld by the Euclid Chemical Co. b. Weldcrete by the Larsen Co. 3. Use only in areas not subject to moisture. B. Non-Rewettable Bonding Compounds: '• 1. Polymer modified type. 2. Manufacturer: a. Euco-Bond by the Euclid Chemical Co. ' b. Or approved equal. C. Bonding Admixture: I1. Latex, non-rewettable type. 2. Manufacturer: a. SBR Latex or Flex -Con by the Euclid Chemical Co. 'b. Daraweld C by W. R. Grace. D. Epoxy Adhesives: 1. Two component, 100 percent solids, 100 percent reactive compound. 2. Suitable for use on dry or damp surfaces. 3. Manufacturer: a. Euco Epoxy No. 452MV or No. 620 by the Euclid Chemical Co. b. Sikadure Hi -Mod by the Sika Chemical Corp. IE. Patching Mortar: 1. Free flowing or gel consistency. '• 2. Polymer modified cementitious mortar. 3. Manufacturer: a. Euco Thin Coat or Concrete Coat by the Euclid Chemical Co. for horizontal ' repairs. b. Verticoat by the Euclid Chemical Co. for vertical or overhead repairs. c. Sikatop 121 or 122 by the Sika Chemical Co. for horizontal repairs. ' d. Sikatop 123 by the Sika Chemical Co. for vertical or overhead repairs. F. Underlayment Compound: ' 1. Free -flowing, self -leveling, pumpable cementitious base compound. 2. Manufacturer: a. Flo -Top by the Euclid Chemical Co. ' b. Or approved equal. '• G. Repair Topping: 1. Self -leveling, polymer modified high strength topping. ' FY042104 DRAKE FIELD '1' HANGAR 03300-7 I 2. Manufacturer: Thin Top SL by the Euclid Chemical Co. PART 3. EXECUTION 3.1 DESIGN OF CONCRETE MIX A. Submit mix design on each class of concrete for review, include standard deviation analysis or trial mixture test data. B. Proportion mix design in accordance with AC! 318-89, Section 5.3, "Proportioning on the Basis of Field Experience and/or Trial Mixtures'. C. If trial batches are used: 1. Prepare mix design by independent testing laboratory. 2. Achieve an average compressive strength 1200 psi higher than the specified strength, or 1400 psi for specified concrete strengths over 5000 psi. 3. Certified copies of laboratory trial mix reports and cylinder tests shall be submitted to Engineer by the testing laboratory for approval. 1J I C I I I H D. Do not place concrete prior to receipt of Engineer's written approval of mixes and cylinder , test results. E. Design mix and perform tests to meet the requirements as specified. Minimum 28 -Day Slump Compressive Maximum Water- Air Range Location Strength (psi) Cement Ratio Content (in.) Footings, piers, grade -beams, and other grade foundations. Floor slab. 3500--- 5%± 1% 3-5 F. Minimum Cement Content (based on aggregate size): Minimum Cement Content 517 lb/cy 540 lb/cy 564 lb/cy Maximum Aggregate Size 1 -1/2 -inch 1 -inch 3/4 -inch G. Combined Aggregate Gradings: 1. Aggregates for concrete shall be combined in proportions that will provide a mixture within the grading limits in accordance with this Section, unless otherwise approved in writing by Engineer. 2. Maximum aggregate size depends on rebar clearances. 3. Recommended Admixture Usage Location or Recommended Additional Condition Admixture Requirements Air entrained concrete Air -entraining admixture Non-toxic; non- corrosive I C L_ I I Li FY042104 DRAKE FIELD T' HANGAR 03300-8 1 I 1 I I I I I I I I I I I I I Pumped concrete High -range, water -reducing admixture (Superplasticizer) Concrete with a water -High -range, water -reducing cement ratio below admixture 0.50. (Superplasticizer) Initial slump: 2-3 in. slump with Superplasticizer: 8 inches max. Initial slump: 2-3 in. slump with Superplasticizer: 8 inches max. H. Admixtures: 1. Concrete shall contain the specified water -reducing admixture or the specified high - range water -reducing admixture (superplasticizer). 2. Concrete required to be air entrained shall contain an approved air entraining admixture. 3. Pumped concrete, concrete for industrial slabs, architectural concrete, concrete required to be watertight, or concrete with a water/cement ratio below 0.50 shall contain the specified high -range water -reducing admixture (superplasticizer). 3.2 MEASUREMENT OF MATERIALS AND MIXING A. Conform to ACI 304 current edition; specified requirements for mix.deign, testing, and quality control; and to other requirements of these Specifications. 3.3 RETEMPERING A. Retempering of concrete or mortar in which the cement has partially hydrated will not be permitted. Redosage with the specified high -range water -reducing admixture (superplasticizer) may be done with the prior approval of the Engineer regarding dosage and time periods. 3.4 FORMS - MAXIMUM SIZE OF CONCRETE PLACEMENTS A. Coordinate with other trades whose work may be located within or below concrete. B. Notify Engineer I full working day prior to erection of forms for inspection. C. Thoroughly clean forms and adjacent surfaces to receive concrete; remove chips, wood, sawdust, dirt or other debris before concrete is placed. ID. Design: 1. Design, erect, support, brace, and maintain formwork in accordance with: a. Building Codes Requirements for Reinforced Concrete (ACI 318). ' b. Recommended Practice for Concrete Formwork (ACI 347). c. Construction Industry Standards (OSHA 2207). FY042104 DRAKE FIELD 'T' HANGAR 03300-9 Design formwork to be readily removable without impact, shock, or damage to concrete surfaces and adjacent materials. Reuse of Forms: Do not reuse forms unless they are in new and undamaged condition. Beveled Edges (Chamfer): 1. Form 3/4 -inch bevels at concrete edges. 2. Where beveled edges on existing adjacent structures are diverse more than 3/4 inch, obtain Engineer's approval of size prior to placement of bevel form strip. Form Tolerances: Construct forms to sizes, shapes, lines, and dimensions shown, work in finished structures. Concrete Canal Drainage Lining Structure Tolerances din) (in' Alignment --Tangents --Curves Grades Plumb:In any I0 -foot of length Footings: a. Variation in dimensions in Drawing b. Misplacement or eccentricity c. Reduction in thickness Removal of Forms: 1. Do not disturb forms until concrete is sufficiently strong to withstand possible injury. 2. Do not remove shoring until member has acquired sufficient strength to support its weight and the load upon it. Place in uniform patterns on exposed surfaces. Number and placement sufficient to withstand pressures and limit deflection of forms to acceptable limits. PLACING CONCRETE - GENERAL Do not place concrete without Engineer being present. Allow other trades reasonable time to complete portions of work which must be completed before concrete is placed. FY042104 DRAKE FIELD 'T' HANGAR Ii I ' C. Notify Engineer at least I full working day in advance before starting to place concrete to permit inspection of forms, reinforcing, sleeves, conduits, boxes, inserts, or other work required to be installed in concrete. ID. Review curing methods with Engineer and verify curing materials and equipment are at Project site. ' E. Placement shall conform to requirements and recommendations of ACI 304 and ACI 318, except as modified in these Specifications. ' F. Place concrete as soon as possible after leaving mixer in layers not over 1.5 feet deep: 1. Without segregation or loss of ingredients. 2. Without splashing forms or steel above. G. Vertical Free Fall Drop to Final Placement: 1. Concrete shall not be dropped freely where reinforcing will cause segregation. 2. Not to exceed 10 feet for concrete containing high -range water -reducing admixture (superplasticizer). ' 3. Not to exceed 5 feet for other concrete. H. Do not use concrete truck chutes, pipes, finishing tools, etc., constructed of aluminum. I. Before depositing concrete: 1. Remove debris from space to be occupied by concrete. 2. Dampen: a. Gravel fill beneath slabs on ground. b. Sand where vapor barrier is specified. ' c. Wood forms. 3. Verify reinforcement is secured in position. 3.7 ADDITION OF WATER AT PROJECT SITE A. Do not add water to concrete at Project site if slump is within specified range. B. With the Engineer's approval, add water to concrete arriving at Project site with a slump ' less than the specified range, provided it can be demonstrated that the specified water - cement ratio will not be exceeded. '• C. Water/Cement Ratio: I. Concrete subject to freezing and thawing: Maximum water/cement ratio of 0.50, 4000 psi at 28 days or more. ' 2. Concrete subject to deicers or required to be watertight: Maximum cement/water ratio of 0.45, 4500 psi at 28 days or more. 3. Reinforced concrete subjected to brackish water, salt spray, or deicers: Maximum ' water/cement ratio or 0.40, 5000 psi at 28 days or more. FY042104 DRAKE FIELD 'T' HANGAR 03300- 1 l I D. The following tests will be required from each truck to which water has been added at Project site: 3 cylinders, I slump, and I air test. Costs for these tests shall be the full responsibility of the Contractor and shall be withheld from the monthly payment estimate. 3.8 CONVEYING A. Concrete shall be conveyed from the mixer to the place of final deposit by methods which will prevent the separation or loss of materials. B. Conveying equipment shall be capable of providing a supply of concrete at the site of placement without interruptions sufficient to permit loss of plasticity between successive increments. 3.9 CONSOLIDATION AND VISUAL OBSERVATION A. Concrete shall be consolidated with internal vibrators having a frequency of at least 800 vpm, with amplitude required to consolidate concrete in the section being placed. B. At least one standby vibrator in operable condition shall be at the placement site prior to and during placing concrete. C. Consolidation equipment and methods shall conform to ACI 309 "Recommended Practice ' for Consolidation of Concrete". D. The forms shall contain sufficient windows or be limited in height to allow visual observation of the concrete. E. Vibrator operator is required to see the concrete being consolidated to ensure good quality workmanship; or Contractor shall have a person actually observe the vibration of the concrete and will advise the vibrator operator of changes needed to assure complete consolidation. F. Do not use vibrators to transport concrete in forms. 3.10 PLACING CONCRETE IN HOT WEATHER A. Follow the recommendations in Hot Weather Concreting, ACI 305. B. Do not place concrete at times when temperature is forecast to exceed 100 degrees F. within 12 hours after the concrete is placed. C. Verify preparations are complete before ordering concrete so that concrete may be placed upon arrival. D. Fog spray forms, reinforcing steel, and subgrade just before placing concrete. E. Minimize size of concrete placements and thickness of layers of concrete. FY042104 DRAKE FIELD '1' HANGAR 03300-12 ' I I I I I F. Make every effort to maintain concrete temperature: 1 Below 90 degrees F. at time of placement, cool the ingredients before mixing by use of chilled water. 2 Uniform: a. Minimize the time of placement. b. Begin each operation in concrete finishing promptly when the concrete is ready for it. G. Place concrete promptly upon arrival at Project and vibrate immediately after placement. H. Do not add water to retemper. ' I. Consider placing concrete in late afternoon as opposed to early morning. I I I I I I I I I I 3.11 J. Provide windbreaks, shading, and fog spraying on days when temperature is forecast to exceed 90 degrees F. K. Saw -Cut Joints: 1 Maximum Joint Spacing: 36 times slab thickness, unless otherwise noted on Drawings. 2 Soff-Cut Saw: Cut to a depth of 1 -1/4 -inch immediately after final finishing. 3 Conventional saw shall be used as soon as possible without dislodging aggregate to a depth of 1/4 slab thickness. L. Protect and cure exposed surfaces by one of the following: I Continuous water curing. 2 Moisture -cover curing. PLACING CONCRETE IN COLD WEATHER (ACI 306R-78) A. Preparation: 1 Follow recommendations in Cold Weather Concreting, ACI 306. 2 Additives for the sole purpose of providing freeze protection shall not be used. 3 Arrangements for covering, insulating, housing, or steam heating newly -placed concrete shall be made in advance of placement and shall be adequate to maintain temperature and moisture conditions recommended. 4 Temperatures of concrete mix shall be as shown as follows for various stages of mixing and placing of concrete mix: I FY042104 DRAKE FIELD 'T' HANGAR 03300-13 3.12 Section Size, Minimum Dimension Air 12 in.- 36 in. - Temperature 12 in. 36 in. 72 in. 72 in. Minimum concrete temperature as mixed for indicated weather: Above 30°F 60°F 55°F 50°F 45°F 0°F to 30°F 65°F 60°F 55°F 50°F Below 0°F 70°F 65°F 60°F 55°F Maximum allowable gradual temperature drop in first 24 hours after end of protection: 50°F 40°F 30°F 20°F B. Placement: I Surfaces to be in contact with concrete shall be free of snow, ice, and frost and shall be above 40 degrees F. 2 Do not place concrete on frozen subgrade. 3 Placement of insulating material, tarpaulins, or other movable coverings shall follow closely the placing of concrete so that only a few feet of concrete are exposed to outside air at anytime. C. Curing and Protection: 1 Keep concrete continuously moist and maintain concrete temperature at a minimum of 50 degrees F. for 7 days; temperature shall be uniform throughout concrete. If high early strength concrete is used, this temperature requirement may be reduced to 3 days. 2 It is recommended to leave forms in place for the entire period of protection; use insulated blankets or other approved method on slab surfaces. 3 Limit rapid temperature changes at end of protection period to avoid thermal cracking. BONDING TO CONCRETE SURFACES A. New Concrete Surfaces: 1 New concrete is defined as less than 60 days old. 2 Roughen surface to hardened concrete. 3 Thoroughly clean and saturate with water. 4 Immediately place concrete. 5 Horizontal surfaces: a. Cover surface with 2 -inches of grout. b. Limit first lift on top of grout to 12 -inches. c. Thoroughly vibrate to mix and consolidate grout and concrete. B. Old Concrete Surfaces: I Use bonding agent. 2 Prepare surface in strict accordance with manufacturers printed instructions and recommendations for specific and application for this Project. 3 Follow manufacturers recommendations. LI I I I u 1l H [] I H H [l I H H I FY042104 DRAKE FIELD 'V HANGAR 03300-14 1 H 1 3.13 EVALUATION AND ACCEPTANCE OF CONCRETE A. Conform to ACI Standard Building Code requirements for reinforced concrete (ACI 318- 99), Section 4.7, "Evaluation and Acceptance of Concrete", and to the following specifications: B. Testing Responsibilities: 1 Contractor: ' a. Collect, label, and handle test specimens at Project site. b. Provide adequate facilities for safe storage, curing, and protection for first I 24 hours and for additional time as may be required before transporting to test lab. c. Deliver test specimens to laboratory. ' d. Pay for initial testing. e. Pay for failed tests and additional testing resulting from failed tests or Contractor preference. C. Number of test cylinders. 1 Set of cylinders: Three (3). ' 2 Sample frequency: a. 1 set/class of concrete/50 cubic yards. b. I set/class of concrete/3000 square feet of wall or slab surface. c. 1 set/class of concrete/day. d. Whichever is greater. D. Laboratory shall test 3 cylinders for the 28 -day strength test. The test results should be the average strength of the 3 cylinders, except that if l cylinder shows obvious evidence of improper sampling, molding or testing, it should be discarded and the strengths of the other 2 cylinders averaged. If more than I cylinder shows defects, the test should be abandoned. 3.14 PATCHING - GENERAL IA. Prior to starting patching work, except as specified, obtain Engineer's approval of proposed patching techniques and mixes. I 3.15 REPAIR OF DEFECTIVE AREAS A. Definition: Concrete in place that does not conform to specified design strength, shapes, ' alignments, and elevations as shown on Drawings and contains surface defects. B. Evaluation and acceptance of concrete shall conform to ACI 318. C. With prior approval of Engineer, as to method and procedure, repair defective areas in conformance with ACI 301, Chapter 9, except that the specified bonding compound shall be used. 1 FY042104 DRAKE FIELD 'V HANGAR 03300-15 I D. The specified patching mortar may be used in lieu of the above -mentioned method when I color match of adjacent concrete is not required. Prior approval of Engineer is required. E. Surface Repairs: I 1 Remove and replace concrete having defective surfaces if defects cannot be repaired to satisfaction of Owner. 2 Honey -combed areas and rock pockets: a. Repair immediately after removal of forms. b. Prepare no -slump concrete mortar and test so that, when dry, patching mortar will match surrounding color and strength. c. Cut out to solid concrete or minimum of 1 -inch depth. d. Make edges for cuts perpendicular to the concrete surface. e. Thoroughly clean and dampen with water. f. Apply bonding compound. g. Compact no -slump concrete into patch, and finish to blend with adjacent finished concrete. h. Cure in same manner as adjacent concrete. 3 High Areas: Grind after concrete has cured at least 14 days. 4 Low Areas: a. Repair during or immediately after completion of surface finishing operations. b. Cut out low areas and replace with fresh concrete of same type and class as original concrete. c. Finish repaired areas to blend into adjacent concrete. 5 Defective Areas: a. Cut out and replace with fresh concrete of same type and class as original concrete. b. Finish repaired areas to blend into adjacent concrete. 6 Make structural repairs with prior approval of Engineer, as to method and procedure, using the specified epoxy adhesive or epoxy mortar. Where epoxy injection procedures must be used, use an approved low viscosity epoxy made by the manufacturers previously specified. 7 Level floors for subsequent finishes by use of specified underlayment material. 8 Where required, level exposed floors by use of the specified self -leveling repair topping. 9 Repair methods not specified above may be used, subject to approval of Engineer. 3.16 BLOCKOUTS AT PIPES OR OTHER PENETRATIONS A. Not used. 3.17 CURING OF CONCRETE A. Follow recommendations in Standard Practice for Curing Concrete (ACI 308). B. Begin curing as soon as free water has disappeared from concrete surface after placing and ' finishing. FY042104 DRAKE FIELD 'T' HANGAR 03300- 16 ' I IC. Continue curing for at least 7 days without interruption. D. Curing Methods: I Water Curing: a. Cover surface with burlap or sand (I -inch deep) as soon as possible without marring surface. b. Keep continuously wet for 7 days; do not allow surface to become alternately • wet and dry. c. Use water not more than 2 degrees F. cooler than concrete. d. Allow surface to dry slowly before removing sod. 2 Moisture -Cover Curing: • a. Cover surface with plastic film (4 mil minimum) as soon as possible without marring the surface. Cover entire surface without wrinkles or holes. I b. Cover plastic film with 1 -inch of sand and weight edges. c. Keep covered for a minimum of 7 days. 3 Curing Compounds: a. Verify compatibility with required finishes such as hardeners, paint, stain, tile, or other specified work. b. Exposed concrete receiving mastic applied adhesive, or metallic or mineral aggregate hardeners shall be cured with the specified curing and sealing compounds. I. E. Cold -Weather Curing: 1 Use moisture -cover curing or liquid membrane -forming compound as approved. 2 Protect concrete from temperature changes in accordance with AC! 306. F. Hot -Weather Curing: Use water curing or moisture -cover curing as approved. END OF SECTION I I I I I I IFY042104 DRAKE FIELD'T' HANGAR 03300- 17 C SECTION 04230 REINFORCED CONCRETE MASONRY UNITS PART 1. GENERAL 1.1 SUMMARY A. Provide hollow concrete masonry units. 1.2 SUBMITTALS A. Submit the following in accordance with Section 01300 Submittal's During Construction: Manufacturer's Literature: Submit information illustrating the horizontal joint reinforcement and preformed control joint materials proposed for use. 1. Manufacturers' Certificate: Provide manufacturer's certificate(s) for the masonry units specified herein. 1.3 RELATED WORK A. Section 03210 - Reinforcing Steel. B. Section 07900 — Sealants. C. Section 09900 - Painting. 1.4 REFERENCES A. American Society for Testing and Materials, 1916 Race Street, Philadelphia, Pennsylvania 19103. 1. ASTM C90 - Specification for Hollow Load -Bearing Concrete Masonry Units. 2. ASTM C140 - Method of Sampling and Testing Concrete Masonry Units. 3. ASTM C144 - Specification for Aggregate for Masonry Mortar. 4. ASTM C150 - Specification for Portland Cement. 5. ASTM C207 - Specification for Hydrated Lime for Masonry Purposes. ' 6. ASTM C270 - Specification for Mortar for Unit Masonry. 7. ASTM C331 - Specification for Lightweight Aggregates for Masonry Units. 8. ASTM C404 - Specifications for Aggregates for Masonry Grout. I. 9. ASTM C476 - Specification for Grout for Reinforced and Nonreinforced Masonry. 10. ASTM D746 - Test Method for Brittleness Temperature of Plastics and Elastomers by Impact. FY042104 Drake Field T -Hangar 04230- 1 I 11. ASTM D2240 - Test Method for Rubber Property-Durometer Hardness. 12. ASTM D2287 - Specification for Nonrigid Vinyl Chloride Polymer and Copolymer Molding and Extrusion Compounds. I I 1.5 ACCEPTANCE AT SITE I A. Masonry units shall be inspected and may be sampled or tested in accordance with ASTM C140 after delivery to job site. B. Masonry construction shall not proceed until test results are known and masonry units are certified by an approved testing agency as complying with these Specifications. C. Grout and mortar samples for strength testing shall be taken in accordance with ASTM C 476 and C 270, as applicable, at beginning of masonry work and at the discretion of Engineer. 1.6 MOCK-UP Not Used. PART 2. PRODUCTS 2.1 CONCRETE MASONRY UNITS (CMU) A. Manufacturer: I. Wilson Concrete Products, Inc. 2. Arkhola Concrete Products. B. General Requirements: 1. Sound, dry, clean, and free of cracks. 2. Units shall have reached specified moisture content and compressive strength prior to placement. 3. Color: Gray. r II fl I I .1 I 4. Surface texture: a. Smooth on exposed surfaces of interior walls and as shown on Drawings: Wilson, Arkhola No. C-2760 and C2763 or equal. 5. Special units: a. Provide or cut special shapes for corners, jambs, lintels, bond beams, and other areas shown or required. Wilson, Arkcola C-2563, C-2590 or equal. b. Match color and texture of standard units. 04230-2 FY042104 Drake Field T -Hangar C. Hollow concrete masonry units: Grade N, Type I in accordance with ASTM C90. D. Manufacturer shall certify that masonry units meet requirements of ASTM C90, including moisture content and linear shrinkage requirements for intermediate conditions. 2.2 CEMENT A. Type II, ASTM C 150, portland cement. 2.3 LIME A. Keep dry. B. Lime Putty: Type S hydrated lime, conforming to ASTM C207. 2.4 AGGREGATES A. Aggregate for Hollow Concrete Units: 1. Lightweight and conform to ASTM C90 and ASTM C331. 2. Masonry units: not to exceed 105 pounds per cubic foot, dry density of concrete. B. Aggregate for Mortar: ASTM C144. C. Aggregate for Grout: ASTM C404. 2.5 WATER A. Fresh, clean, and free of deleterious amounts of acids, alkalies, chlorides, and organic materials. 2.6 MORTAR A. Freshly prepared and uniformly mixed in the ratio of I part portland cement, 1/4 part minimum to 1/2 part maximum lime putty or hydrated lime, damp loose sand not less than 2-1/4 and not more than 3 times the sum of the volumes of the cement and lime used. B. ASTM C 270, Type S. FY042104 Drake Field T -Hangar 04230-3 2.7 WATER REPELLANT MORTAR ADMIXTURE A. Not used. 2.8 GROUT A. Conform with ASTM C476, except as specified in this Section. B. Mix grout with sufficient water to give a fluid pouring consistency without segregation of materials. C. Grout for pouring: Coarse grout may be used in grout spaces measuring 4 inches or more in both horizontal dimensions. I D. Grout for pumping: Not less than 7 sacks of cement in each cubic yard of grout; Engineer must approve mix design. ' 2.9 GROUT ADMIXTURE A. Manufacturer: 1. Sika Grout Aid, Type II, by Sika Chemical Corporation. ' 2. Grout Aid GA -II, by Concrete Emulsions. 3. Grout Fluidifer LL -612, by Master Builders Co. 4. Or equal. B. Amount and method of introducing admixture shall be in accordance with manufacturer's recommendations. 2.10 COMPRESSIVE STRENGTH A. Average 28 -day compressive strength of grout samples for each grout pour tested I shall not be less than 2500 psi. 2.11 JOINT REINFORCEMENT AND TIES A. General: Reinforcement shall be clean and free from loose rust, scale, and any coatings that reduce bond. B. Reinforcement for masonry: 1. 2 parallel No. 9 wires, uncoated, welded to No. 9 diagonal crosswires forming a truss design. 2. Use special manufactured corner and wall intersection pieces at these locations. I FY042104 Drake Field T -Hangar 04230-4 1 I I 1 3. Manufacturer: Blok-Trus AA600 by AA Wire Products Company, Chicago, IL; or equal. 2.12 PREFORMED CONTROL JOINT A. Manufacturer: 1. No. 12 D/A 2007 Rapid Poly -Joint by Dur-O-Wall National Company, Cedar Rapids, Iowa. B. Or equal. B. Material: 1. PVC conforming to ASTM D2287 type PVC 654-4 with a Durometer hardness of 85 percent, ±5 percent when tested in accordance with ASTM D2240; cold crack brittleness of -10 degrees C. when tested according to ASTM D746. 2. Cut as required along pre -grooved cut points for proper sealant depth. PART 3. EXECUTION 3.1 WEATHER CONDITIONS A. Do not lay masonry when the ambient temperature is below 32 degrees F. on a rising temperature or below 40 degrees F. on a falling temperature, or when there is a probability of such conditions occurring within 48 hours, unless approved by Engineer. In this case, make special provisions for heating materials and protecting finished work. I. Protect masonry against freezing for a minimum of 48 hours after being laid. 2. Protect tops of walls. 3. Cover tops of walls with waterproof paper when rain or snow is imminent and work is discontinued. B. Protect masonry construction from direct exposure to wind and sun when erected in an ambient air temperature of 99 degrees F (37 degrees C) in the shade with relative humidity less than 50 percent. ' 3.2 BONDING WALL UNITS - FOUNDATION A. Prepare foundation for initial mortar placement by one of the following methods: I. Sandblast foundation and reinforcing dowels after concrete has fully cured to remove laitance and spillage and to expose sound aggregate. 2. Water blast foundation and reinforcing dowels after concrete has partially cured to remove laitance and spillage and to expose sound aggregate. FY042104 Drake Field T -Hangar 04230- 5 I I Green cut fresh concrete with high pressure water and hand tools to remove laitance and spillage from foundation and reinforcing dowels and to expose sound aggregate. I B. Clean foundation of loose material prior to initial mortar placement. I 3.3 CORNERS 3.4 3.5 3.6 A. Standard masonry bond for overlapping units; grouted solid. B. Reinforcement: As shown on Drawings. INTERSECTIONS A. Bond with reinforcement as shown on Drawings. B. Abutting wall shall not have masonry bond with straight wall. LAYING REINFORCED MASONRY UNITS A. Conform to Standard Building Code and as supplemented by these Specifications. B. Do not start laying masonry units if foundation horizontal or vertical alignment does not satisfy tolerance specification Section 03300. C. Maximum permissible variation from plumb of wall or of a line of joints in the wall shall be 1/16 -inch per foot of height, and 1/4 -inch in the total height of wall. D. Maximum permissible variation from a horizontal line along base of wall or for lines of horizontal joints shall be 1/16 -inch per block, 1/4 -inch per 50 feet of wall with proportionately greater tolerance for longer walls up to 1/2 -inch in total length of wall. E. Maintain interior surfaces in the plane described above, and dimension tolerances of units shall be taken up on exterior surfaces. F. Units with chipped edges or comers within permissible ASTM limits shall be placed in wall such that chipped area is not exposed to view. WALL UNITS A. If it is necessary to move a unit after it has been set in place, remove unit from wall, clean, and set in with fresh mortar. 1 I I I I I 1, I I I FY042104 Drake Field T -Hangar 04230-6 I I I B. Toothing of masonry units will not be permitted unless approval is given by Engineer. C. Protect masonry work from damage until final acceptance of work. 1. Damaged units will not be accepted. 3.7 RUNNING BOND A. Lay up in straight uniform courses using a running bond pattern. 3.8 SPECIAL SHAPES A. Provide and place special units as comer block, doorjamb block, lintel block fillers, and similar blocks as may be required. B. Use required shapes and sizes to work to corners and openings maintaining a proper bond throughout the wall. 3.9 BUILT-IN ITEMS A. Door frames, windows, vents, fans, and other items required to be built in wall shall be in position and the wall constructed around them. B. Use standard masonry anchors to secure items to wall. C. Fill spaces around items with mortar or grout. 3.10 EMBEDDED CONDUITS A. Do not place electrical, instrumentation, or water conduits in a cell containing reinforcement unless approved by Engineer. 3.11 MORTAR PREPARATION A. Place 1/2 the water and aggregate in the operating mixer. B. Add cement. C. Add remaining aggregate and water and mix for at least 2 minutes. D. Add lime and continue mixing as long as needed to secure a uniform mass, but no less than 3 minutes after the addition of lime. FY042104 Drake Field T -Hangar 04230- 7 I E. The addition of the admixture shall be timed in strict accordance with the manufacturer's instructions and the procedure used for adding it to the mix shall provide good dispersion. F. Machine mix in approved mixers: 1. Keep mixer drums clean and free of debris and dried mortar. 2. Place mortar before initial setting of cement. 3. Retempering of mortar in which cement has started to set will not be permitted. 3.12 MORTAR JOINTS - GENERAL A. Straight and clean with a uniform thickness of 3/8 inch. B. Horizontal and Vertical Joints: Full mortar coverage on face shells. 1 D. Vertical Head Joints: 1. Butter well on each unit for a width equal to face shell of unit. 2. Shove joints tightly so that mortar bonds well to both units. 3. Solidly fill joints from face of block to at least the depth of the face shell. D. Remove excess mortar from grout space of cells to be filled as the units are being laid. 3.13 EXPOSED JOINTS A. Tool exposed joints that will be exposed to view after final construction unless otherwise noted or shown. B. Cut joints flush and, as mortar takes its initial set, tool to provide a concave joint. C. Tooling: 1. Perform tooling when mortar is partially set but still sufficiently plastic to bond. 2. Use a tool that compacts the mortar, pressing excess mortar out rather than dragging it out. 3. Joints that are not tight at time of tooling shall be raked out, pointed, and then tooled. 3.14 CONCEALED JOINTS A. Joints that are not exposed shall be struck flush with no further treatment required. I FY042104 Drake Field T -Hangar 04230- 8 I ' 3.15 PREFORMED CONTROL JOINTS A. Omit mortar from vertical joints. B. Place control joint material as wall is built. C. After wall is grouted, cured, and cleaned, install backing rod (or backup material) and sealant. D. Place and tool sealant as specified in Section 07900. 3.16 REINFORCING - GENERAL A. Lap reinforcing bars 30 bar -diameters minimum where spliced and wire -tie together. 1 B. Bars shall have a minimum clearance of I bar -diameter from masonry and from additional parallel bars in same grout space. ', 3.17 FOUNDATION DOWELS A. Size, number, and location of foundation dowels shall match vertical wall reinforcing unless otherwise noted. B. When foundation dowel does not line up as intended with vertical core, it shall not be sloped more than I horizontal to 6 vertical to bring it into alignment. 3.18 VERTICAL REINFORCING A. Hold vertical reinforcing steel in position near ends of bars by wire ties to dowels or by reinforcing positioners. B. Bars shall be held in position at intervals not exceeding 160 bar -diameters by reinforcing positioners. 3.19 HORIZONTAL REINFORCING A. Hold horizontal reinforcing bars in position by wire ties to vertical reinforcing bars or by reinforcing positioners. B. Position steel near ends and at intervals not exceeding 160 bar -diameters. C. Lay horizontal bars on webs of bond beam units, and place as wall is built. FY042104 Drake Field T -Hangar 04230 -9 3.20 HORIZONTAL MORTAR JOINT REINFORCEMENT A. Continuous except for discontinuity at expansion or control joints. I B. Maximum vertical spacing shall be 24 inches. C. Provide in addition to typical wall reinforcing steel. D. Provide additional reinforcement for special coursing where indicated on 1 Drawings. E. Lap ends of joint reinforcement 6 inches minimum, except at control joints. ,1 3.21 GROUTING A. On -Site Mixing: Mix as specified for mortar preparation. B. Transit -Mixed: I 1. Meet requirements of ASTM C476. 2. Add grout admixture at site in accordance with manufacturer's recommendations. 3. Do not exceed quantity of admixture recommended by manufacturer. C. Do not mix, convey, or place grout with equipment constructed of aluminum. D. Vertical and horizontal reinforcement, ties, bolts, anchors, and other required I embedments shall be secured in place, inspected, and approved before grouting starts. E. Grout beams over openings in one continuous operation. F. Vertical cells to be filled shall have vertical alignment sufficient to maintain a I clear, unobstructed, continuous vertical cell measuring not less than 2 -inches by 3 - inches. I G. Pour grout as soon as possible after mortar has cured to reduce shrinkage cracking of vertical joints. H. Wash off scum and stains from masonry immediately after grouting is complete using clean water and fiber brushes. Do not allow grout and mortar stains to dry on face of exposed masonry. I. Vertical reinforcement may be placed initially and the wall built up around it, provided reinforcing steel is first wire tied to foundation dowels. 1 FY042104 Drake Field T -Hangar 04230- 10 1 I J. Provide reinforcing positioners or approved cross bracing to secure top of steel in ' place. K. Vertical steel will not be permitted to be dropped in after block is laid unless reinforcing positioners are provided in the course above the previously grouted course. ' 3.22 PARTIAL GROUTING REQUIREMENTS A. Walls that do not require solid grouting shall have cells containing reinforcing steel and others as shown filled with grout. B. Construct cells to be filled to confine grout within cell. C. Cover tops of unfilled vertical cells under a bond beam with metal lath to confine grout fill to bond beam section. D. Limit height of grout pours to mid -depth of course above horizontal bond beam, except at top course. 3.23 LOW -LIFT GROUTING REQUIREMENTS A. Unless otherwise approved by Engineer prior to start of masonry work, grouting shall be low -lift grouting. B. When grouting is stopped for 1 hour or longer: 1. Form horizontal construction joints by stopping pour of grout 1/2 inch ' below top of uppermost unit. 2. Fully embed horizontal steel grout in an uninterrupted pour. 1 C. Limit grout pour to maximum height of 4 feet. D. Wall shall not be constructed more than one course above top of grout pour prior ' to placing grout. E. Grout shall be thoroughly consolidated with an internal "pencil" type vibrator. F. After waiting sufficient time to permit grout to become plastic, but before it has ' taken set, grout shall be reconsolidated. G. The waiting period will vary depending upon weather conditions and block absorption rates, but under normal weather conditions with average masonry ' units, the waiting period should be between 30 and 60 minutes. FY042104 Drake Field T -Hangar 04230- 11 3.24 CLEANING A. Clean surfaces of excess mortar, grout spillage, dirt, and other foreign substances. B. Prepare surfaces requiring painting or sealing in accordance with Section 09900. 3.25 PROTECTION A. At the end of each day's work, cover tops of walls with building paper or by other means to protect walls from becoming excessively wet. 3.26 TEMPORARY BRACING A. Adequately brace walls until walls and roof are completed. B. Bracing shall be sufficient to protect roof and walls against damage from elements, including wind and snow. END OF SECTION FY042104 Drake Field T -Hangar 04230- 12 SECTION 07194 UNDERSLAB VAPOR BARRIER PART I. GENERAL I 1 I I I 1 I I 1.1 SUMMARY A. Provide underslab vapor barrier. 1.2 RELATED SECTIONS A. Section 03300 - Cast -in -Place Concrete. 1.3 SUBMITTALS A. Manufacturer's Literature: Submit manufacturer's literature on vapor barrier proposed for use in accordance with Section 01300. 1.4 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to job site in original packages with manufacturer's labels intact. PART 2. PRODUCTS 2.1 MATERIALS A. Vapor Barrier: 6 mil sheet polyvinyl or polyethylene. PART 3. EXECUTION 3.1 COORDINATION A. Coordinate the work of other trades so that items to be placed under the slab are in place prior to the laying of vapor barrier. FY042104 DRAKE FIELD "T" HANGAR 07194-1 II 3.2 INSTALLATION OF UNDERSLAB VAPOR BARRIER A. Install vapor barrier under concrete slab of buildings. After base for the slab has been leveled and tamped, apply the vapor barrier with the roll width parallel to the direction of the pour. Joints shall be lapped 6 inches, minimum and sealed with tape or adhesive. Apply the vapor barrier in accordance with manufacturer's instructions. B. Caution shall be maintained to provide a puncture -free vapor barrier. Minor tears or holes shall be repaired with tape. Any tears or holes, which require more than a 6 -inch length of tape to repair, shall be repaired by removing defective sheet and replacing with a new sheet. 3.3 CLEANUP A. Upon completion of the vapor barrier installation and prior to the placing of concrete slab, clean up waste materials and debris resulting from operation and dispose of waste materials off the site. END OF SECTION FY042104 DRAKE FIELD "T" HANGAR 07194 -2 SECTION 07210 BUILDING INSULATION PART 1. GENERAL 1.1 SUMMARY A. Provide building insulation as shown on Drawings. 1.2 RELATED SECTIONS A. Section 04230. Reinforced Concrete Masonry Units. 1.3 REFERENCES A. American Society for Testing and Materials, 1916 Race Street, Philadelphia, Pennsylvania 19103. PART 2. PRODUCTS 2.1 MASONRY FILL INSULATION A. Perlite water repellent loose fill conforming to ASTM C549 or vermiculite water repellent loose fill conforming to ASTM C516. PART 3. EXECUTION 3.1 INSTALLATION - GENERAL A. Coordinate installation where other trades whose work, or the required inspection of their work, could be affected. 3.2 MASONRY FILL INSULATION A. Pour from bag in accordance with manufacturer's recommended procedure into unfilled cells of hollow concrete masonry unit walls or partitions. 3.3 CLEANUP A. Remove from site containers, wrappings, and scrap insulation material. B. Leave floors broom clean. I 1 i 1 I FY042104 Drake Field T -Hangar Section 07210- 1 3.4 PRODUCT HANDLING A. Clearly identify manufacturer, contents, brand name, applicable standard, and "R" value. B. Store materials off ground and keep them dry. Protect against weather, condensation, and damage. C. Immediately remove damaged material from site. END OF SECTION FY042104 Drake Field T -Hangar Section 07210-2 I SECTION 09250 GYPSUM DRYWALL I PART1. GENERAL 1.1 SUMMARY ' A. Provide metal supports and fastenings, gypsum board, and related accessories specified. 1.2 RELATED SECTION A. Section 07210 - Building Insulation. B. Section 09900 - Painting. 1.3 QUALITY ASSURANCE ' A. Qualifications: 1. Use only skilled and experienced gypsum drywall installers with 5 years or more experience. 2. Apprentices and labors used for drywall work shall be supervised during , duration of installation of gypsum drywall. B. Manufacturer's recommended use of materials, fastenings, and methods of installation is basis for acceptance or rejection of drywall system where not specifically shown on Drawings. 1.4 REFERENCES A. ASTM E580, Suspension Systems in Areas Requiring Seismic Restraint. , B. "Standard Building Code" requirements. C. Gypsum Association Publications: 1. GA -202, "Specifications for the Application and Finishing of Gypsum Board." 2. GA -600, "Fire Resistance Design Manual." 3. GA -800, "Materials Handling Manual." D. Where gypsum drywall systems with fire resistance ratings are indicated and required to comply with government regulations, provide materials and installation identical with applicable assemblies that have been tested and listed by recognized authorities, including UL. FY042104 DRAKE FIELD "T" HANGAR 09250 - 1 1 I 1.5 SUBMITTALS IA. Submit product data for each type product suppled or specified. 1.6 PROJECT CONDITIONS A. Establish and maintain environmental conditions for application and finishing ' gypsum board to comply with ASTM C 840 and with gypsum board manufacturer's recommendations. 1. For non -adhesive attachment of gypsum board to framing, maintain not less than 40 deg F (4 deg C). 2. Ventilate building spaces to remove water not required for drying joint treatment materials. Avoid drafts during dry, hot weather to prevent materials from drying too rapidly. 1.7 DELIVERY, STORAGE, AND HANDLING ' A. Protect gypsum drywall materials prior, during, and after installation. Protect installed work and materials of other trades. ' B. In the event of damage, immediate repair or replace damages at Contractor's expense. IPART 2. PRODUCTS ' 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers ' offering products which may be incorporated in the Work include, but are not limited to, the following: I. Steel Framing and Furring: Dale Industries, Inc. ' Gold Bond Building Products Div., National Gypsum Co. Incor., Inc. United States Gypsum Co. ' 2. Gypsum Boards and Related Products: ' Georgia-Pacific Corp. Gold Bond Building Products Div., National Gypsum Co. United States Gypsum Co. ' FY042104 DRAKE FIELD "T" HANGAR I 2.2 STEEL FRAMING FOR WALLS AND PARTITIONS A. Steel studs and Runners: ASTM C 645, with flange edges of studs bent back 90 deg and doubled over to form 3/16" minimum lip (return) and complying with the following requirements for minimum thickness of base (uncoated) metal and for depth: Thickness: 20 gage. , Depth: As indicated. B. Fasteners: Provide fasteners of type, material, size, corrosion resistance, holding power and other properties required to fasten steel framing and furring members securely to substrates involved; complying with the recommendations of gypsum drywall manufacturers for applications indicated. 2.3 GYPSUM BOARD A. Provide gypsum board of types indicated in maximum lengths available to minimize ' end -to -end joints. B. Gypsum board shall be 5/8" Gold Bond Exterior Soffit Board Type X ASTM C 36 as manufactured by National Gypsum Co. or approved equal. 2.4 TRIM ACCESSORIES A. Cornerbread and Edge Trim for Interior Installation shall comply with ASTM C 840 and the comerbread formed from zinc alloy, with flanges knurled and perforated or of fine -mesh expanded metal. Steel edge trim formed from galvanized steel, types per , Fig. I of ASTM C 840 as "LC" Bead, unless otherwise indicated. B. One -Piece Control Joint: Formed with perforated face flanges connected by vee- shaped slot, 1/4 inch wide by approximately 7/16 inch deep and covered with removable tape, fabricated from roll formed zinc. C. Metal Comer bread and Edge Trim for Exterior Ceilings: Comply with ASTM C 840 , and the zinc edge trim formed from zinc alloy, type "LC" Bead per Fig. 1 of ASTM C 840 unless otherwise indicated. 2.5 GYPSUM BOARD JOINT TREATMENT MATERIALS A. Provide materials complying with ASTM C 475, ASTM C 840, and recommendations of manufacturer of both gypsum board and joint treatment materials for the application indicated. B. Joint Tape shall be paper reinforcing tape, unless otherwise indicated. FY042104 DRAKE FIELD "T" HANGAR 09250-3 1 I C. Setting -Type Joint Compounds shall be factory -packaged, job -mixed, chemical- , hardening powder products formulated for uses indicated.. D. Where setting -type joint compounds are indicated for use as taping and topping compounds, use formulation for each which develops greatest bond strength and crack resistance and is compatible with other joint compounds applied over it. ' E. For prefilling gypsum board joints, use formulation recommended by gypsum board manufacturer for this purpose. F. For filling joints and treating fasteners of exterior soffit board, use formulation recommended by gypsum board manufacturer for this purpose. G. Ready -Mix Formulation shall be factory -premixed product. H. Taping compound formulated for embedding tape and for first coat over fasteners and ' flanges of comer beads and edge trim. II. Topping compound formulated for fill (second) and finish (third) coats. 2.6 MISCELLANEOUS MATERIALS ' A. Provide auxiliary materials for gypsum drywall construction which comply with referenced standards and the recommendations of the manufacturer of the gypsum ' board. B. Gypsum Board Screws shall meet ASTM C 1002. C. Unfaced Mineral Fiber Blanket Insulation shall be unfaced mineral fiber blanket insulation produced by combining mineral fibers of type described below with ' thermosetting resins to comply with ASTM C 665 for Type I (blankets without membrane facing): Fibers manufactured from glass or slag. PART 3- EXECUTION ' 3.1 I I I EXAMINATION A. Examine substrates to which drywall construction attaches or abuts, preset hollow metal frames, cast -in -anchors, and structural framing, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of drywall construction. Do not proceed with installation until unsatisfactory conditions have been corrected. ' FY042104 DRAKE FIELD "T" HANGAR I 3.2 PREPARATION , A. Coordinate installation of ceiling suspension system with installation of overhead structural systems to ensure that inserts and other structural anchorage provisions have been installed to receive ceiling anchors in a manner that will develop their full ' strength and at spacing required to support ceiling. 3.3 INSTALLATION OF STEEL FRAMING, GENERAL , A. Install steel framing to comply with ASTM C 754 and with ASTM C 840 requirements that apply to framing installation. B. Install supplementary framing, blocking and bracing at terminations in the work and for support of fixtures, equipment services, heavy trim, grab bars, toilet accessories, furnishings, and similar construction to comply with details indicated and with recommendations of gypsum board manufacturer, or if none available, with Gypsum Construction Handbook published by United States Gypsum Co. C. Isolate steel framing from building structure to prevent transfer of loading imposed by structural movement, at locations indicated below to comply with details shown on Drawings: D. Where edges of suspended ceilings abut building structure horizontally at ceiling perimeters or penetration of structural elements. E. Where partition and wall framing abuts overhead structure and/or structural frame members. F. Provide slip or cushioned type joints as detailed to attain lateral support and avoid , axial loading. G. Do not bridge building expansion and control joints with steel framing or furring ' members; independently frame both sides of joints with framing or furring members or as indicated. 3.4 INSTALLATION OF STEEL FRAMING FOR WALLS AND PARTITIONS A. Install runners (tracks) at floors, ceilings and structural walls and columns where ' gypsum drywall stud system abuts other construction and where studs are installed directly against exterior walls, install asphalt felt strips between studs and walls. B. Install each steel framing and furring member so that fastening surface do not vary ' more than 1/8 inch from plane of faces of adjacent framing. C. Extend partition framing full height to structural supports or substrates above suspended ceilings, except where partitions are indicated to terminate at suspended FY042104 DRAKE FIELD T" HANGAR 09250-5 1 I ceilings. Continue framing over frames for doors and openings and frame around ducts penetrating partitions above ceiling to provide support for gypsum board. D. Terminate partition framing 8" above suspended ceilings where indicated. E. Install steel studs and furring in sizes and at spacings indicated but not less than that required by referenced steel framing installation standard. ' F. Install steel studs so that flanges point in the same direction and gypsum boards can be installed in the direction opposite to that of the flange. ' G. Frame door openings to comply with details indicated, with GA -219 and with applicable published recommendations of gypsum board manufacturer. Attach ' vertical studs at jambs with screws either directly to frames or to jamb anchor clips on door frames; install runner track sections (for cripple studs) at head and secure to jamb studs. Extend vertical jamb studs through suspended ceilings and attach to underside of floor or roof structure above. H. Frame openings other than door openings to comply with details indicated, or if none ' indicated, in same manner as required for door openings; and install framing below sills of openings to match framing required above door heads. ' 3.5 APPLICATION AND FINISHING OF GYPSUM BOARD, GENERAL A. Gypsum Board Application and Finishing Standard: Install and finish gypsum board to comply with ASTM C 840. B. Install sound attenuation blankets where indicated, prior to gypsum board unless readily installed after board has been installed. IC. Locate exposed end -butt joints as far from center of walls and ceilings as possible, and stagger not less than 24 inches in alternate courses of,board. D. Install ceiling boards across framing in the manner which minimizes the number of end -butt joints, and which avoids end joints in the central area of each ceiling. Stagger end joints at least 24 inches. E. Install wall/partition boards in manner which minimizes the number of end -butt joints or avoids them entirely where possible. At stairwells and similar high walls, install boards horizontally with end joints staggered over studs. F. Install exposed gypsum board with face side out. Do not install imperfect, damaged or damp boards. Butt boards together for a light contact at edges and ends with not more than 1/16 inch open space between boards. Do not force into place. ' G. Locate either edge or end joints over supports, except in horizontal applications where intermediate support or gypsum board back -blocking is provided behind end FY042104 DRAKE FIELD T' HANGAR 09250-6 I 3.6 joints. Position boards so that like edges abut, tapered edges against tapered edges and mill -cut ends against mill -cut or field -cut ends. Do not place tapered edges against cut edges or end. Stagger vertical joints over different studs on opposite sides of partitions. I I H. Attach gypsum board to steel studs so that leading edge or end of each board is attached to open (unsupported) edge of stud flange first. I. Attach gypsum board to supplementary framing and blocking provided for additional support at openings and cutouts. J. Spot grout hollow metal door frames for solid core wood doors, hollow metal doors over 32 inches wide. Apply spot grout at each jamb anchor clip just before inserting board into frame. K. Form control joints and expansion joints at locations indicated, with space between edges of boards, prepared to receive trim accessories. L. Cover both faces of steel stud partition framing with gypsum board in concealed spaces (above ceilings, etc.), except in chase walls which are braced internally. Except where concealed application is indicated or required for sound, fire, air or smoke ratings, coverage may be accomplished with scraps of not less than 8 sq. ft. area, and may be limited to not less than 75 percent of full coverage. M. Isolate perimeter of non -load -bearing drywall partitions at structural abutments. Provide 1/4 inch to /2 inch space and trim edge with "U" bead edge trim. Seal joints with acoustical sealant. N. Where feasible, including where recommended by manufacturer, install gypsum board over wood framing, with "floating" internal comer construction. O. Space fasteners in gypsum boards in accordance with referenced gypsum board application and finishing standard and manufacturer's recommendations. METHODS OF GYPSUM BOARD APPLICATION A. On ceilings as required apply gypsum board prior to wall/partition board application to the greatest extent possible. B. On partitions/walls apply gypsum board vertically (parallel to framing), unless otherwise indicated, and provide sheet lengths which will minimize end joints. C. On partitions/walls 8'-1" or less in height apply gypsum board horizontally (perpendicular to framing); use maximum length sheets possible to minimize end joints. I I I I I I I I I I I I I I FY042104 DRAKE FIELD -r HANGAR 09250-7 1 I D. In "dry" areas install gypsum backing board or wallboard with tapered edges taped ' and finished to produce a flat surface. E. Install gypsum backing board for base layer and gypsum wallboard for face layer when double layer is required. F. On ceilings apply base layer prior to application of base layer on walls/partitions; apply face layers in same sequence. Offset joints between layers at least 10 inches. Apply base layers at right angles to supports unless otherwise indicated. ' G. On partitions/walls apply base layer and face layers vertically @arallel to framing) with joints of base layer over supports and face layer joints offset at least 10 inches with base layer joints. H. Apply gypsum boards to supports with screw. 'I. Apply base layer of gypsum board and face layer to base layer by fastening both base layers and face layers separately to supports with screws. ' 3.7 INSTALLATION OF DRYWALL TRIM ACCESSORIES A. Where feasible, use the same fasteners to anchor trim accessory flanges as required to ' fasten gypsum board to the supports. Otherwise, fasten flanges to comply with manufacturer's recommendations. ' B. Install comer beads at external corners. C. Install metal edge trim whenever edge of gypsum board would otherwise be exposed ' or semiexposed, and except where plastic trim is indicated. Provide type with face flange to receive joint compound except where "U" bead (semi -finishing type) is indicated. D. Install "LC" bead where drywall construction is tightly abutted to other construction ' and back flange can be attached to framing or supporting substrate. E. Install U -type trim where edge is exposed, revealed, gasketed, or sealant -filled ' (including expansion joints). F. Install U -bead where indicated, and where exterior gypsum board edges are not covered by applied moldings or indicated to receive edge trim with face flanges covered with joint compound. G. Install control joints at locations indicated, or if not indicated, at spacings and locations required by referenced gypsum board application, and finish standard, and approved by the Engineer for visual effect. IFY042104 DRAKE FIELD "T" HANGAR I 09250.8 I 3.8 FINISHING OF DRYWALL A. General: Apply joint treatment at gypsum board joints (both directions); flanges of comer bead, edge trim, and control joints; penetrations; fastener heads, surface defects and elsewhere as required to prepare work for decoration. B. Prefill open joints and rounded or beveled edges, if any, using setting -type joint compound. C. Apply joint tape at joints between gypsum boards, except where trim accessories are indicated. D. Finish interior gypsum wallboard by applying the following joint compounds in 3 ' coats (not including prefill of opening in base), and sand between coats and after last coat: ' Embedding and First Coat: Setting -Type Joint Compound Fill (Second) Coat: Setting -Type Joint Compound Finish (Third) Coat: Ready -mix drying -type all-purpose or topping compound 3.9 PROTECTION A. Provide final protection and maintain conditions, in a manner suitable to Installer, which ensures gypsum drywall construction being without damage or deterioration at time of Substantial Completion. IEND OF SECTION I it I I LJ ' FY042104 DRAKE FIELD "T" HANGAR i 09250-9 Nonferrous and corrosion -resistant ferrous alloys such as cooper, bronze, monel, aluminum, chromium plate, weathering steel, and stainless steel except where a. Required for electrical insulation between dissimilar metals. b. Aluminum and stainless steel is embedded in concrete or masonry, or aluminum is in contact with concrete or masonry. c. Color coding of equipment and piping is required. d. Fiberglass reinforced plastic (FRP) equipment with an integral colored gel coat does not require painting, provided the color is as specified. 2. Prefinished electrical and architectural items such as motor control centers, switchboards, switchgear, panelboards, transformers, disconnect switches, etc. 3. Items specified to be galvanized after fabrication unless specifically required elsewhere in these Specifications or subject to immersion. 1.6 SUBMITTALS A. Provide the following in accordance with Section 01300: 1. Obtain from each paint manufacturer for submittal to Engineer: a. Paint System Data Sheet (PSDS) for each paint system used. b. Material Safety Data Sheets (MSDS) for each product used in the paint system. c. Technical Data Sheets for each product used in the paint system. 2. Submit the required information on a system -by -system basis. 3. Provide copies of the paint system submittals to the coating applicator. 4. A sample PSDS form is appended at the end of this Section. B. Submit samples of colors that Owner has chosen. 1.7 COLOR SELECTION CONFERENCE A. Prepare color samples for each item on the Chart properly labeled with the same color identification as specified in the scheduled on the Drawings. Provide additional samples displaying full color selection available for each item on the Chart by each manufacturer listed for use during the Conference. B. Samples for the above referenced Chart and Conference are designated as manufacturers' actual product and color chips; photographs and color reproductions in brochures are not acceptable. 1.8 QUALITY ASSURANCE A. Provide mock-ups using specified products and colors per the Painting Schedule, located at the end of this Section. Engineer shall approve colors and application process prior to starting Work of this Section. B. Representative of the paint manufacturer, familiar with the products specified shall be available at jobsite at initial starting of coating work and at intervals FY042104 DRAKE FIELD "I" HANGAR 09900-2 I SECTION 09900 I I I I I I I I I II 11 I I CJ LI PART 1. 1.1 A. B. 1.2 1.3 1.4 C. C. GENERAL SUMMARY Prepare surfaces and furnish and apply paint and protective coatings. Paint new exposed ferrous surfaces, whether specifically mentioned or not, except as modified herein. Interior ferrous surfaces including beams, columns, girth, purlins and corrugated metal that are shop primed or shop painted do not require painting. All new unpainted surfaces such as sheet rock fire wall shall be painted. E. Preliminary colors are wall panels, skirt panel corner trim, exterior base trim, personnel door trim is saddle tan and soffit panel rake and eave trim is polar white. Verity this with airport administration. ABBREVIATIONS ANSI AWWA FRP HCI MDFT MDFTPC mil MIL -P OSHA PSDS SFPG SFPGPC SP SSPC RELATED SECTIONS American National Standards Institute American Water Works Association Fiberglass Reinforced Plastic Hydrochloric Acid Minimum Dry Film Thickness Minimum Dry Film Thickness Per Coat Thousandths of an Inch Military Specification - Paint Occupational Safety and Health Act Paint System Data Sheet Square Feet Per Gallon Square Feet Per Gallon Per Coat Surface Preparation Steel Structures Painting Council A. Section 09250 — Gypsum Drywall. REFERENCES IA. Steel Structures Painting Council (SSPC). L 1.5 SURFACES NOT REQUIRING PAINTING A. Unless specified or shown on the Drawings, the following areas or items will not require painting: FY042104 DRAKE FIELD 'T' HANGAR 09900- 1 I Nonferrous and corrosion -resistant ferrous alloys such as cooper, bronze, monel, aluminum, chromium plate, weathering steel, and stainless steel except where a. Required for electrical insulation between dissimilar metals. b. Aluminum and stainless steel is embedded in concrete or masonry, or aluminum is in contact with concrete or masonry. c. Color coding of equipment and piping is required. d. Fiberglass reinforced plastic (FRP) equipment with an integral colored gel coat does not require painting, provided the color is as specified. 2. Prefinished electrical and architectural items such as motor control centers, switchboards, switchgear, panelboards, transformers, disconnect switches, etc. 3. Items specified to be galvanized after fabrication unless specifically required elsewhere in these Specifications or subject to immersion. 1.6 SUBMITTALS A. Provide the following in accordance with Section 01300: 1. Obtain from each paint manufacturer for submittal to Engineer: a. Paint System Data Sheet (PSDS) for each paint system used. b. Material Safety Data Sheets (MSDS) for each product used in the paint system. c. Technical Data Sheets for each product used in the paint system. 2. Submit the required information on a system -by -system basis. 3. Provide copies of the paint system submittals to the coating applicator. 4. A sample PSDS form is appended at the end of this Section. B. Submit samples of colors that Owner has chosen. 1.7 COLOR SELECTION CONFERENCE A. Prepare color samples for each item on the Chart properly labeled with the same color identification as specified in the scheduled on the Drawings. Provide additional samples displaying full color selection available for each item on the Chart by each manufacturer listed for use during the Conference. B. Samples for the above referenced Chart and Conference are designated as manufacturers' actual product and color chips; photographs and color reproductions in brochures are not acceptable. 1.8 QUALITY ASSURANCE A. Provide mock-ups using specified products and colors per the Painting Schedule, located at the end of this Section. Engineer shall approve colors and application process prior to starting Work of this Section. B. Representative of the paint manufacturer, familiar with the products specified shall be available at jobsite at initial starting of coating work and at intervals FY042104 DRAKE FIELD T" HANGAR 09900-2 I I I I I I I I I I I I [1 I I I I during surface preparation and painting required for product application quality ' assurance, to determine compliance with manufacturer's instructions and these Specifications, and to resolve necessary field problems attributable to, or associated with, manufacturer's products furnished under this Contract. ' C. Inform Engineer a minimum of 3 days in advance of the start of surface preparation work or coating application work. Work shall be performed only in ' the presence of Engineer, unless Engineer has granted prior approval to perform work in his absence. D. Inspection by Engineer, or waiver of inspection of any particular portion of the Work, shall not be construed to relieve Contractor of his responsibility to perform I. the Work in accordance with these Specifications. 1.9 DELIVERY, STORAGE, AND HANDLING ' A. Deliver new materials to the Project site in unopened containers that show, time of use, designated name, date of manufacture, color, and name of manufacturer. ' B. Store paints in a protected area that is heated or cooled to maintain temperatures within the range recommended by paint manufacturer. 1.10 WARRANTY A. Warrant to Owner and guarantee Work under this Section against defective workmanship and materials for a period of 2 years commencing on the date of final acceptance of the Work. 1 PART2. PRODUCTS ' 2.1 ACCEPTABLE MANUFACTURERS A. Products specified are manufactured by Tnemec Company, Inc., Kansas City, Missouri, and Sherwin Williams. ' B. Products for each specified function and system shall be of a single manufacturer. ' 2.2 PAINT MATERIALS A. Refer to Painting Schedule at the end of this Section. 2.3 COLOR SELECTION ' A. Colors shall be formulated with colorants free of lead, lead compounds, or other materials which might be affected by the presence of hydrogen sulfide or other gas likely to be present at the Project. ' B. See Painting Schedule at the end of this Section of colors. FY042104 DRAKE FIELD "T" HANGAR 09900-3 2.4 EQUIPMENT COLORS A. Equipment shall be meant to include the machinery or vessel itself plus the structural supports and fasteners and attached electrical conduits. Nonsubmerged portions of equipment shall be painted the same color as the process piping it serves, except as itemized below. Equipment Color Dangerous parts of equipment and machinery OSHA Orange Fire protection equipment and apparatus OSHA Red Physical hazards in normal operating area; handrails OSHA Yellow I [1 I I PART 3. EXECUTION I 3.1 GENERAL A. Materials of a paint system, including primer and finish coats, shall be produced by the same paint manufacturer. Thinners, cleaners, driers, and other additives shall be as recommended by the paint manufacturer of the particular coating. 3.2 3.3 3.4 INTENT A. Leave surfaces of work in such a condition that only minor cleaning and sanding is required prior to surface preparation and painting. B. Inspect and provide substrate surfaces that are prepared in accordance with these Specifications and the printed directions and recommendations of the paint manufacturer whose product is to be applied. PROTECTION OF MATERIALS NOT TO BE PAINTED A. Remove, mask, or otherwise protect hardware, lighting fixtures, switchplates, aluminum surfaces, machined surfaces, couplings, shafts, bearings, nameplates on machinery, and other surfaces not intended to be painted. B. Provide drop cloths to prevent paint materials from falling on or marring adjacent surfaces. C. Protect working parts of mechanical and electrical equipment from damage during surface preparation and painting process. D. Mask openings in motors to prevent paint and other materials from entering the motors. ENVIRONMENTAL CONDITIONS A. Paint shall not be applied in temperatures beyond the manufacturer's recommended maximum and minimum allowable, nor in dust, smoke -laden atmosphere, damp or humid weather. I I I [1 I I Li I I I I FY042104 DRAKE FIELD 'r HANGAR 09900-4 ' I I 11 I I I B. Abrasive blast cleaning shall not be performed whenever the relative humidity exceeds 85 percent and when surface temperature is less than 5 degrees F above the dew point of the ambient air. 3.5 SAFETY A. Painting shall be performed in strict accordance with the safety recommendations of the paint manufacturer; with the safety recommendations of the National Association of Corrosion Engineers contained in the publication; Manual for Painter Safety; Federal, state, and local agencies having jurisdiction. 3.6 PAINT MIXING A. Multiple -component coatings shall be prepared using contents of the container for each component as packaged by the paint manufacturer. IB. No partial batches permitted. I I C1 C. Multiple -component coatings that have been mixed shall not be used beyond their pot life. D. Provide small quantity kits for touch-up painting and for painting other small areas. E. Only the components specified and provided by the paint manufacturer shall be mixed. IF. No intermixing of additional components permitted. Ii I G. Keep materials sealed when not in use. H. Where more than one coat of a material is applied within a given system, color will be alternated to provide a visual reference that the required number of coats has been applied. ' 3.7 SOLVENT CLEANING I I I 1] A. Solvent cleaning shall consist of removal of foreign matter such as oil, grease, soil, drawing and cutting compounds, and other surface contaminants by the use of solvents, emulsions, cleaning compounds, steam cleaning, or similar materials and methods that involve a solvent or cleaning action. This method conforms with Steel Structures Painting Council SP 1. 3.8 APPLICATION OF PAINT - GENERAL A. Furnish Engineer prior to application, manufacturer's written instructions for applying each type of paint or protective coating. 1. Cleaned surfaces and coats shall be inspected prior to the succeeding coat. 2. Schedule inspections with the Engineer in advance. IFY042104 DRAKE FIELD "T' HANGAR 09900-5 3.9 3.10 3.11 3. Apply coatings in strict accordance with the paint manufacturer's recommendations, as reviewed by the Engineer. 4. Allow sufficient time between coats to assure thorough drying of previously applied paint. 5. Paint new units that are to be bolted together and to structures prior to assembly or installation. SHOP PRIMED SURFACES A. Shop primed items shall be inspected at the jobsite for compliance with these Specifications. I. Schedule inspections with Engineer in advance. 2. Areas of chipped, peeled, or abraded primer shall be hand or power sanded feathering the edges. 3. Areas shall then be spot primed with the specified primer. B. Prior to application of finish coats, shop primed surfaces shall be cleaned free of dirt, oil, and grease, and a mist coat, 3.0 mil dry film thickness, of the specified primer applied, complete. C. Holdback areas for welding shall be prepared and primed, after welding, as required for the specified paint system. D. Application of primer shall be in accordance with manufacturer's instructions. MANUFACTURER APPLIED PAINT SYSTEMS A. Abraded areas on factory finished items: Repair in strict accordance with the equipment manufacturer's directions. B. Repaired areas shall be carefully blended into the original finish. FILM THICKNESS A. Coverage is listed as either total minimum dry film thickness in mils (MDFT) or the spreading rate in square feet per gallon (SFPG). Per coat determinations are listed as MDFTPC or SFPGPC. The number of coats is the minimum required irrespective of the coating thickness. 1. Additional coats may be required to obtain the minimum required paint thickness, depending on method of application, and atmospheric conditions. 2. Maximum film build per coat shall not exceed the coating manufacturer's recommendations. 3. Perform electrical inspection and film thickness measurements on coated surfaces with properly calibrated instruments. 4. Recoat and repair as necessary for compliance with the Specifications. 5. Coatings will be subject to inspection by Engineer and coating manufacturer's representative. I LI [1 I I Li I I I I I r , C I I ri J I FY042104 DRAKE FIELD P HANGAR 09900-6 ' I LI I I I I I I 11 I I I r I [1 [1 L1 I 6. Particular attention shall be given edges, angles, flanges, where insufficient film thicknesses are likely to be present, ensure proper millage in these areas. 7. After repaired and recoated areas have dried sufficiently, final tests will be conducted by the Engineer. 8. Coating thickness specified in mils will be measured with a magnetic type dry film thickness gage; Mikrotest, supplied by Nordson Corporation, Anaheim, CA. 9. Finish coat (expect zinc primer and galvanizing) will be tested for holidays and discontinuities with an electrical holiday detector, low voltage, wet sponge type; Model M-1, manufactured by Tinker and Rasor, San Gabriel, CA. 10. Each coat will be checked for the correct millage. 11. No measurement will be made under a minimum of 8 hours after application of coating. 3.12 GYPSUM BOARD - SURFACE PREPARATION A. Gypsum board (drywall) shall be clean and dry. Set and spackle nail heads. Joints shall be taped, covered, and floated with joint compound. Spackled nail heads and joints shall be sanded smooth and dust removed prior to application of paint. B. Texture gypsum board and apply primer and paint per this Specification and the manufacturer's recommendations. 3.13 POROUS SURFACES A. Porous surfaces may have the prime coat thinned to provide maximum penetration and adhesion. 1. Type and amount of thinning shall be determined by the paint manufacturer and is dependent upon the surface density and type of coating. 2. Porous surfaces specified to receive a water base coating shall be dry, with not more than 12 to 15 percent moisture, just prior to application of the coating. 3.14 DAMAGED COATINGS A. Damaged coatings, pinholes, and holidays shall have the edges feathered and repaired in accordance with the recommendations of the paint manufacturer, as reviewed by the Engineer. 1. Repair of fusion bonded coatings to be as recommended by the original applicator. 2. Liquid repair kits to be provided for this purpose by the applicator, as recommended by the coating manufacturer. IFY042104 DRAKE FIELD'THANGAR 09900-7 B. Finish coats, including touch-ups, and damage -repair coats shall be applied in a manner which will present a uniform texture and color -matched appearance. 3.15 UNSATISFACTORY APPLICATION A. Coatings found to have improper finish color, or insufficient film thickness, the surface shall be cleaned and topcoated with the specified paint material to obtain the specified color and coverage. Specific surface preparation information to be secured from the coating manufacturer and the Engineer. B. Visible areas of chipped, peeled, or abraded paint shall be hand or power -sanded feathering the edges. 1. The areas shall then be primed and finish coated in accordance with the Specifications. 2. Depending on the extent of repair and its appearance, a finish sanding and topcoat may be required by the Engineer. C. Work shall be free of runs, bridges, shiners, laps, or other imperfections. Evidence of these conditions shall be cause for rejection. D. Defect in the coating system shall be repaired per written recommendations of the coating manufacturer. 1 I I 11 I I I L I E. Leave staging up until the Engineer has inspected the surface or coating. Staging removed prior to approval by Engineer shall be replaced. 3.16 SHIPPING A. Protect precoated items shipped to the jobsite from damage. B. Coated items shall be battened to prevent abrasion. I C. Use nonmetallic or padded slings and straps in handling. , D. Items will be rejected for excessive damage, in the opinion of the Engineer. 3.17 CLEANUP A. Cloths and waste that might constitute a fire hazard shall be placed in closed metal containers or destroyed at the end of each day. B. Upon completion of the Work, staging, scaffolding, and containers shall be removed from the site or destroyed in a legal manner. C. Paint spots, oil, or stains upon adjacent surfaces and floors shall be completely removed, and the entire job left clean. FY042104 DRAKE FIELD `r HANGAR 09900-8 I I I I I 1 3.18 APPLICATION SCHEDULE I I I I LI A. Unless otherwise indicated in the Specifications or on the Drawings, Work shall be painted or coated in accordance with the following application schedule. B. In the event of discrepancies or omissions in the following, request clarification from the Engineer before starting the work in question. C. Surfaces which have been factory prepared and primed need only have finish coats field applied, unless primer coating is damaged. Coatings manufacturer shall provide appropriate solvent coatings as required for adhesion of finish coats. D. Aluminum and Dissimilar Metal Insulation: This system shall be used where specified and on the following items or areas: ' 1. Aluminum in contact with concrete and masonry. 2. Contacting dissimilar metals. I I I I I I I I I I I 3.19 INTERIOR PAINT SCHEDULE A. Provide the following paint system for the various items. The paint specified is manufactured by Sherwin Williams. B. All structural members and steel exposed to view shall have one coat metal primer at 2.0 mets and two coats of metalatex semi -gloss enamel at 1.5 mets DFT/coat minimum. C. Structural members and steel not exposed furnished with shop and shad have touch up coats where damaged. D. Gypsum wallboard shall have all cemented and/or taped joints spot primed with pro -mar Latex Primer then one coat of Pro -mar Latex Wall Primer and two coats of Pro -Mar Alkyd semi -gloss enamel at 1.5 miles DFT/coat min. 3.20 EXTERIOR PAINT SCHEDULE A. Provide the following paint system for exterior painting. The paint specified is manufactured by Sherwin Williams. B. Door frames and other exposed ferrous metal shall receive one coat shop primer, one coat Kromik Metal Primer at 2 mils DFT/coat minimum, and two coats of metalatex Semi -gloss enamel at 1.5 mils DFT/coat minimum. END OF SECTION IFY042104 DRAKE FIELD "T" HANGAR 09900-9 PAINTING , SCHEDULE AREA NUMBER AND COLOR MANUFACTURER NO. OF COATS NOTE: EDIT FOR TYPE OF PROJECT AREA NUMBER AND COLOR MANUFACTURER NO. OF COATS Interior Walls: (Block Masonry Walls) Primer Manufacturer=s Recommendation Top Coat Interior Walls Gypsum Board: Texture Primer Promar 200 - Latex Semi -Gloss Chenille White No. SW! 102 Sherwin Williams Sherwin Williams Texture Additive Recommended by Manufacturer and Applied per Manufacturers Recommendation Sherwin Williams I 1] I P I Coat , 2 Coats !Coat I Top Coat Semi -Gloss Sherwin Williams 2 Coats Chenille White No. SWI 102 AREA NUMBER AND COLOR MANUFACTURER NO. OF COATS Hollow Metal Doors and Frames, Rolling Service Door, Roof Trim, Gutters, Downspouts, and Other Expose Metals except at Clearwell and Claricones: Primer Shop Primed with non -corrosive rust inhibitors Top Coat SuperPaint - Stain Finish Sherwin Williams Shipyard Gray No. SW2139 Interior side of Hollow Metal Doors SuperPaint - Stain Finish Williams 2 Coats Frames, and Handrail Coco No. SW1048 1048 on Access Floor in Control Room I 1 Coat 2 Coats, Sherwin IF THERE IS A CONFLICT OR UNAVAILABILITY WITH PAINT PRODUCT OR COLOR, CONTACT ENGINEER PRIOR TO ORDERING PAINT. OWNER WILL CONSIDER CHANCE COLOR IF REASONABLE ALTERNATE COLORS ARE AVAILABLE. I I PAINT SYSTEM DATA SHEET Attach Technical Data Sheet (if applicable) to this sheet for each paint system submittal. Paint System Number (from Paint System Title (from Sp Coatings Supplier Representative Surface Preparation Paint Material Product Name/Number Min. Coats (Generic) (Proprietarv)Coverage I COLOR SELECTION CHART Item Color 1. Concrete Masonry Units for Exterior Walls 2. Handrails 3. Finish Hardware 4. Roof and Wall Panels, Metal Building 5. Acoustical Ceiling Panel System 6. Sealants a. Vertical joints in concrete/CMU b. Horizontal joints in concrete c. Special applications d. Exterior metal door frames and louver frames e. Interior metal door frames f. High temperature piping g. Sanitary applications h. Millwork application 7. Commercial Portland Cement Grout 8. Vinyl Base and Trim 9. Paints and Coatings a. Handrails b. Submerged metal c. Exposed piping (1) Alum (2) Polymer (3) Chlorine (4) Hydrogen Chloride Gas (5 Non -potable water 10. Louvers, Vents, and Dampers I I I I I] I I I I I I I I I C I [1 [1 I. I PART 1 I I I 1.1 1.2 SECTION 13121 PRE-ENGINEERED BUILDINGS GENERAL SUMMARY A. Design and construct the complete a pre-engineered Metal Hangar Building 216 feet by 60 feet, including anchors, steel frame doors, including all enclosure accessories, fasteners and flashing. RELATED SECTIONS IA. Section 03300 - Cast -in -Place Concrete. • B. Division 16 - Electrical. 1.3 REFERENCE STANDARDS A. Aluminum Association, 818 Connecticut Avenue North West, Washington, D.C. 20006. 1. Aluminum Construction Manual. B. American Institute of Steel Construction, 400 North Michigan Avenue, Chicago, Illinois 60611. • 1. AISC Steel Construction Manual. C. American Iron and Steel Institute, 1000 16th Street North West, Washington, D.C. 20036. 1. AISI Cold -Formed Steel Design Manual. D. American Welding Society, 550 North West LeJeune Road, Miami, Florida 33126. 1. AWS Structural Welding Code D1.1. E. American Society for Testing and Materials, 1961 Race Street, Philadelphia, ' Pennsylvania 19103. 1. ASTM D659 - Method for Evaluating Degree of Chalking of Exterior Paints. 2. ASTM D1494 - Test Method for Diffuse Light Transmission Factor of Reinforced Plastics Panels. 3. ASTM D2244 - Methods for Calculation of Color Differences from Instrumentally Measured Color Coordinates. F. Metal Building Manufacturers Association, 1230 Keith Building, Cleveland, Ohio 44115. I FY042104 DRAKE FIELD "T" HANGAR 13121 - 1 I 1. MBMA Recommended Design Practices Manual. G. American Iron and Steel Institute. 1. Design of Cold Formed Steel Structural Members. 2. Design of Light Gage Steel Diaphragms. H. 2000 International Building Code and 2000 Arkansas Fire Code. 1.4 SYSTEM DESCRIPTION I A. The Pre -Engineered Hangars shall be designed and constructed perpendicular to the existing pavement. Design loads shall not be less than those set forth in the latest edition of the standard building code for Seismic zone 1. Combination of Loads: Combining of normal loads and auxiliary loads for design purposes shall be as prescribed and recommended by the MBMA Design Practices Manual, latest edition. B. Furnish and erect the complete pre-engineered metal hangar including anchor bolts; steel frames; purlins; wall girls; eave girls; exterior and interior wall panels; roof panels; and all miscellaneous framing, trim, fittings, fastening, sealants, glazing and other components to make the steel shell structure conform to these specifications and the contact drawings. C. The hangar shall be the design of a manufacturer who is regularly engaged in the 1 fabrication of aircraft hangar buildings and hangar doors. The pre-engineered hangar shall be supplied as a complete system and furnished by a manufacturer who provides hangar doors and hangar buildings as an integral hangar building package. All materials shall be used, providing components, accessories and the complete structure conform to architectural design appearance shown and to the specified requirements. D. In the event Contractor wishes to submit an alternate building manufacturer for consideration by the Engineer/Owner, the Contractor shall submit to the Engineer/Owner, within 21 days after bids are accepted, a complete technical proposal based on the alternate system. 1.5 DESIGN A. General Design Criteria: I. The hangars shall be a manufacturer's standard steel frame, pre -fabricated metal structure of the approximate area shown. Overall dimensions may vary to suit manufacturer's standard design. Critical clearances and dimensions, indicated on the drawings shall be provided. 2. A complete design analysis showing all calculations for the steel frames, girts, purlins, and x -bracing for wind and seismic loads and a layout of anchor bolts and other embedded items shall be submitted for approval with the shop FY042104 DRAKE FIELD 'T" HANGAR 13121 - 2 ' I drawings. Shop drawings shall include details of all main members, typical connections (showing bolt holes and welds), and erection drawings. 3. The building shall be designed to support all mechanical equipment including ' heaters, exhaust systems, and all other such devices. Additional girts or purlins shall be placed in convenient locations for attachment of all mechanical equipment. 4. Combination design loads conditions shall be as required by 2000 International Building Code. 5. Unless cross bracing is used to take lateral loads, load tests on metal panel walls and roof must be submitted where these are used as a diaphragm. 6. The hangar may be "column and beam" for all column lines manufacturer's typical design. ' 7. For welded connections, comply with AWS "Structural Welding Code". ' Welders shall be certified. 2. Design Loads: Basic design loads as well as deflection limits are as follows: 1. Design Loads Dead Load of Building (D) Compute for actual building components used Dead Load allowance for electrical loads (D) 5 lbs./sq.ft. Roof Live Load (R) 20 lbs/sq.ft. (no reduction permitted) Wind Load (horizontal) (W) In conformance with 2000 International Building Code, Basic Wind Speed 90 mph (3 second gust), (Exposure C). Seismic (EQ) Seismic Performance Cat. C ' Snow Load(s) 20 lbs./sq.ft. 2. Deflection Limits (under total load) Roof sheets and siding sheets L/180 Roof and wall framing other than sheets L/180 Sidesway at top of sidewall L/180 or 2" whichever is less IFY042104 DRAKE FIELD Or HANGAR 13121-3 I 1.6 3. Member Design: Design each member to withstand stresses resulting from combinations of loads that produce maximum ratio of actual allowable stress in that member, as prescribed in 2000 International Building Code. No reduction in roof live load is permitted. SUBMITTALS A. Contractor shall submit with bid name and company resume of the builder intended to be used for construction of pre-engineered hangar building. Include with the resume some examples of recent past work which closely typifies the work proposed under this Section. B. Submit 5 copies of shop drawings and product data in conformance with MBMA Code of Standard Practice. Indicate profiles, sizes, spacing, and locations of structural members, connections, attachments, openings, fasteners, and loads; wall and roof system dimensions; panel layout; general details; anchorages and method of anchorage; anchor bolt setting plan; complete framing plan; method of assembly of component parts; and methods of installation. I 1 I I I I [1 I 2. Include the following: , a. Certification from steel building manufacturer that building proposed will be furnished to meet required design load criteria and that structural design is in strict accordance with that prescribed by the ' MBMA Design Practices Manual, latest edition, AISC Manual, AISI Cold -formed Steel Design Manual. b. Specimen copy of Manufacturer's Roof Guarantee, which clearly states the conditions under which guarantee is valid. c. Specimen copy of Manufacturer's Exterior Color Finish Guarantee, which clearly states the conditions under which guarantee is valid. 3. Prepare Drawings under seal of a professional Engineer registered in the State of Arkansas. '' C. Submit calculated column loads for each reactor point to the foundation. Submit it fifteen days prior to fabrication. D. Submit complete structural analysis to Owner and Engineer upon request. E. Submit "Hot Box" test data on roof and wall insulation, which certifies that insulation meets or exceeds specified U -values. Color shall be chosen by the Owner. I FY042104 DRAKE FIELD'T" HANGAR 13121-4 1 I� I I 1J n L I In] I I I 1.7 QUALITY ASSURANCE A. Do not begin fabrication of materials until shop drawings have been approved by Engineer. B. Deliver and store fabricated material to avoid damaged material shall not be stored on the ground but according to the manufacturers requirements. ii: !IElt1hlS'd A. Manufacturer's Guarantees: 1. Durability of roof panels due to rupture, structural failure, or perforation shall be guaranteed for a period of 20 years. 2. Exterior color finish shall be guaranteed for a period of 20 years against blistering, peeling, cracking, flaking, checking, and chipping and against excessive color change and chalking. 3. This warranty shall be in addition to warranty under the Contract documents for the Contractor. PART 2. PRODUCTS 2.1 MANUFACTURERS ' A. FulFab, Inc., 8128 Kimbrook Drive, Germantown, TN 38138, 1-901-624-7110. Li I I I I B. Mesco Metal Buildings, P.O. Box 20, Grapevine, Texas, 76099 1-800-556-3726. C. Erect -A -Tube, Inc., 701 W. Park Street, Harvard, IL 60033, 1-800-624-9219. D. Other manufacturers are acceptable providing the following information is submitted with the Bid. A complete Company information packet and the names and references of at least ten (10) T -hangar projects completed in the past five (5) years. 2.2 MATERIALS A. Hot rolled shapes: ASTM A-36 or AS72; Cold rolled shapes: ASTM A 446, Grade 50; Plate on Bar Stock: 42,000 psi minimum yield. Strength ASTM A 529, A 570 or A 572; Anchor Bolts: ASTM A 307, Grade C. B. Galvanized steel sheets: ASTM A 446, with G90 coating. 2.3 FOOTINGS AND REINFORCEMENT IA. Refer to Section 03300 for concrete requirements. IFY042104 DRAKE FIELD "T" HANGAR 13121-5 I 2.4 2.5 B. Concrete shall have a minimum 28 day compressive strength of 4,000 psi. Steel reinforcement shall have a minimum yield strength of 60,000 psi. C. Non -shrink grout shall be used to fill voids between footings and columns. STRUCTURAL FRAMING COMPONENTS A. The steel frames shall be hot rolled structural steel shapes or tubing (ASTM A 36 or A 572) and shall be designed as pinned base. The main structural steel frames may be of post and beam or rigid frame, factory welded and shop painted. The frame shall be furnished complete with attached plates, bearing plates, and splice members and factory drilled for bolted field assembly. B. End Wall Framing: May be post and beam or rigid frame at contractor's option, unless shown otherwise on drawings. C. The End Wall Columns shall be hot rolled structural shapes or tubing and shop painted. D. The Cross Bracing shall be adjustable, threaded steel rods, 1/2" diameter minimum; ASTM A 36 or A 572, Grade D. fl 1 I Li I I 1 I E. All purlins, eave struts, wall girls, flange and sag bracing and be ASTM A 607, Grade 50 minimum 16 gage rolled formed sections and shop painted. F. All base channel, sill angle, end wall structural members (except columns and beams), purlin spacers; minimum 14 gage cold formed steel, galvanized. (ASTM A 607, Grade 50.) G. All bolts shall be ASTM A 325 as necessary for design loads and connection details and be shop painted, except provide zinc plated units when in direct contact with panels. H. All anchor bolts shall be A 307, Grade C zinc plated. ROOFING AND SIDING A. The roofing and siding sheets provided shall be formed to general profile or configuration as indicated. Provide flashings, closers, fillers, metal expansions joints, ridge covers, fascias, soffits and other sheet metal accessories, factory formed of same materials and finish as roofing and siding. B. The exterior wall siding sheets shall be 26 Ga. galvalume coating conforming to ASTM specification A446 with a Kynar-500 System. Panel configuration shall be 1- 1/8" min. major ribs 12" on center and shall be furnished full height for exterior walls. I I I 1 1 L I I FY042104 DRAKE FIELD "T' HANGAR 13121-6 1 I I 7 J LI I I LI II i L LI I L L I I 1. Exterior trim pieces shall be provided in manufacturer's standard configuration and attachment. Trim finish shall conform to siding finish. 2. Fasteners to be self -drilling sheet metal screws finished to match siding and shall have bonded sealing washers. 3. Finish color shall be selected by the Owner from manufacturer's standard color line for siding, trim and fasteners. C. The roof sheets shall be 26 Ga. galvalume coating conforming to ASTM specification A-792 with panel configuration with 1-1/8" min. high major ribs 12" on center. Panel coverage shall be 36" and shall be furnished full length from building eave to ridge purlin. A pre -formed ridge cap shall be provided. Galvalume coating shall be provided by Bethlehem Steel Corporation, Bethlehem, PA 18016. 2. Furnish written twenty-year (20) warranty on material life and weather tightness. D. Interior wall panels shall be install on the walls separating each hangar unit. The panels shall be installed on one side of the wall and shall be corrugated galvanized or galvalume 26 gauge. 2.6 MISCELLANEOUS MATERIALS A. The flexible closure strips shall be closed -cell, expanded cellular rubber, self - extinguishing, cut or premolded to match corrugation configuration of roofing and siding sheets. Provide where indicated and necessary to ensure weathertight construction. B. The sealing tape shall be 100% solids, pressure sensitive grey polyisobutylene compound tape with release paper backing. Not less than 1/2" wide and 1/8" thick, nonsag, nontoxic, nonstaining and permanently elastic. C. The joint sealant shall be standard with the building manufacturer. 2.7 SHEET METAL ACCESSORIES A. Unless otherwise indicated, provide coated steel accessories with coated steel roofing and siding; coating shall be same as adjoining sheets and shall be fully covered by guarantee for adjoining sheets. 2.8 BI -FOLD HANGAR DOORS A. Bi-fold doors shall be as provided by the Metal Building manufacturer, and shall be integral with hangar building design. Door framing members shall be welded in full size panels. Door frames shall have pre -located top hinges factory located to align with door truss hinges. Structural steel shall be ASTM, A36, A572 or A500 Grade B. ' FY042104 DRAKE FIELD "T' HANGAR 13121-7 11 B. Electric bi-fold door operator shall be mounted on support frame and shall be ' provided with adjustable turnbuckles and fastened securely. Motor shall be 3/4 H.P. 230 V.A.C. single phase thermally protected and supplied with a reset button. Motor shall be totally enclosed capacitor start. Cable drum shall be a direct drive drum by shaft mounted gearbox. Gearbox shall be oil bath two -stage gearbox, bronze worm gear, hardened steel spur gears, tapered roller and ball bearings. Door operator shall be pre -wired at factory complete with momentary up constant pressure down push button control, magnetic controllers, geared rotary limit switch attached to cable drum designed to coordinate reversing operations, spring set electric brake, and up - stop safety switch; mercury tilt type to disconnect power in case of over travel. Power connection shall be by heavy duty 230 volt plug for easy connection. The motors shall be located where maintenance can be provided without a ladder. C. Bi-fold door hardware shall include 3" dia. bottom guide roller with sealed bearing and column followers, door jamb locks shall lock the door in final position. The locks shall be designed to release and latch the door automatically to the frame when the door is opened or closed. The locks may also be manually operated to secure the door. The bi-fold door sill lock or locks shall automatically operate to disengage or engage in the floor plates as the door is opened or closed. These locks are to prevent the bending and stressing the door frame and lifting mechanism. D. Bi-fold door shall be installed according to manufacturer's installation instructions. E. Each Bi-fold door shall be provided with 3'-0" x 6'-0" steel entry door, 26 Ga. trim ', package, weatherstripping, lockset keyed and master keyed. I PART 3 EXECUTION 3.1 ERECTION 1 A. The Erection shall be specified and in accordance with the approved erection instructions and drawings and the finished structure shall be proven weathertight. Dissimilar materials which are not compatible when contacting each other shall be insulated from each other by means of gaskets or insulating compounds. Improper or mislocated drill holes where permitted by the Engineer shall be plugged with an oversize screw fasterner and gasketed washer; however, sheets with an excess of such holes or with such holes in critical locations shall not be used. Exposed surfaces shall be kept clean and free from sealants, metal cuttings, and other foreign materials. Stained, discolored or damaged sheets shall be removed from the site. B. All anchor bolts shall be accurately set by template while the concrete is in a plastic state. Uniform bearing under base plates and sill members shall be provided using a nonshrinking grout when necessary. Members shall be accurately spaced to assure proper fitting of covering. As erection progresses, the work shall be securely fastened to resist the dead load, and wind and erection stresses. FY042104 DRAKE FIELD "T' HANGAR 13121-8 ' I I I 1J I I L I Li I I H 3.2 WALLCOVERING A. Wall covering shall be applied with the longitudinal configurations in the vertical position. Accessories shall be fastened into framing members, except as otherwise approved. Closure strips shall be provided as indicated and where necessary to provide weathertight construction. B. Eliminate end laps of wall panels to greatest extend possible. Where required, end laps shall be made over framing members with fasteners into framing members approximately 2 inches from the end of the overlapping sheet. Side laps shall be laid away from prevailing winds. Side lap distances, end lap distances, joint sealing, and spacing and fastening of fasteners shall be in accordance with the manufacturer's standard practice insofar as the maximum spacings specified are not exceeded and provided such standard practice will result in a structure which will be free from water leaks and meet design requirements. Exposed fasteners shall be installed in straight lines and shall present an orderly appearance. Spacing shall not exceed: 8 inches on center at end laps of covering, 12 inches on center at connection of covering to intermediate supports, and 18 inches on center at side laps of wall coverings except when otherwise approved. Method of applying joint sealant shall conform to the manufacturer's recommendation. Fasteners shall be installed in straight lines within a tolerance of V2 inch in the length of a bay. Fasteners shall be driven normal to the surface and to a uniform depth to properly seat the gasketed washers. 3.3 ROOF COVERING A. Roof panels shall be fastened to framing members with self -drilling fasteners standard with the manufacturer. Spacing of fasteners shall be in accordance with the manufacturer's written instruction. Interlocking ribs shall be sealed. End laps of covering sheets and joints at accessories shall be sealed. Roof covering shall be applied with the longitudinal configurations in the direction of the roof slope. Closure strips shall be provided and as required to provide weathertight installation. 1 3.4 FIELD PAINTING I I I I A. Immediately upon detection, abraded or corroded spots on shop -painted surfaces shall be wire brushed and touched up with the same material used for the shop coat. Shop -primed ferrous surfaces exposed on the building and all shop -primed surfaces of doors and windows shall be painted per Division 09900. Factory color finished surfaces shall be touched up as necessary with the manufacturer's recommended touch-up paint. IFY042104 DRAKE FIELD "T" HANGAR 13121-9 II 3.5 GUARANTEE A. The building shall be guaranteed against water leaks arising out of or cause by ordinary wear and tear by the elements for a period of five years. Such guarantee shall start upon acceptance of the work or the date the Owner takes beneficial possession, whichever is earlier. B. The Contractor shall furnish manufacturer's guarantees for roof and wall panels. END OF SECTION I 1 I I I FY042104 DRAKE FIELD "T" HANGAR 13121 -10 Ir7 ' DIVISION 16000 ELECTRICAL SPECIFICATIONS FOR ' NEW GENERAL AVIATION HANGER "H"AT DRAKE FIELD FAYETTEVILLE, ARKANSAS GENERAL CONDITIONS The preceding General Conditions are part of these Specifications and this Contractor is referred to them and shall consult them in detail in connection with this part of the work. DRAWINGS AND SPECIFICATIONS The Drawings and Specifications are to be construed according to full intent, meaning and spirit when taken together or separately. Drawings and Specifications taken co jointly shall be deemed to explain each other and be descriptive of necessary work to be performed under ' Contract. Any apparent discrepancy in either Drawings or Specifications shall be promptly reported to the Engineer, who is sole interpreter of the meaning of the Plans and Specifications, ' and his directions shall be followed. Anything shown on the Drawings and not mentioned in the Specifications, or vice -versa, shall be fully executed and carried out same as if mentioned in the Specifications and shown on the Drawings. I 1 I I I I I I For the sake of brevity these Specifications may omit, at times, phrases such as "Contractor shall furnish and install", "unless otherwise indicated or specified", etc., but these phrases are nevertheless implied. Mention of materials and operations requires the Contractor to furnish and install such materials and perform such operations complete to the satisfaction of the Owner. Exceptions are noted herein or shown on the Drawings. SITE INSPECTION AND FAMILIARITY WITH THE PROJECT The Contractor shall inspect the jobsites, study existing conditions, be completely familiar with the Drawings and Specifications, and, in general, be fully informed as to work required to complete Contract. No allowance will be made for misunderstanding after Contract is awarded. GENDER REFERENCE For the sake of brevity these Specifications may use the masculine "he", "him" or "his", etc. but shall nevertheless at all times indicate and include both the masculine and feminine gender. IFY042104 DRAKE FIELD "T" HANGAR Electrical Specification -I I FEES, PERMITS. ETC. , The Contractor shall pay all fees, licenses, permits, inspections charges, etc. incurred in obtaining services and installing work and shall deliver to Owner at completion of job all permits, inspection reports, etc. LAWS, CODES AND ORDINANCES , These Drawings and Specifications are to be regarded as minimum requirements. The Contractor shall further comply with all applicable Federal, State and Local requirements and with the 2002 edition of NFPA 70, National Electric Code, (with special reference to Articles 501 and 513 (Aircraft Hangers); the latest and current editions of NFPA 101 (Life Safety Code) and NFPA 409 (Aircraft Hangers). In case of conflicts between governing codes, state laws or local ordinances, the most stringent shall apply. Should the work of the Contractor fail to conform to the governing codes, he shall provide work to bring project in conformance at no expense to the Owner. SCOPE OF WORK 1 Furnish all materials and equipment specified or called for on Drawings and Specifications, except as stated otherwise. Furnish all incidental material and equipment not specifically mentioned but essential to make installation in accordance with intent and requirements of Drawings, Specifications and Contract. Work complete from point of service to each and every fixture shown on the Drawings or herein specified with all accessory construction as may be herein itemized or required to make installation complete and ready for service. All material and equipment shall be new, of best quality and design and free from ' defects. All material and equipment furnished in quantity shall be all of one manufacturer for each item unless otherwise specified. Installation shall be complete including electrical service, mounting brackets, ditches, backfilling, patching, circuit breaker panels, boxes, covers, conduit, grounding, lighting fixtures, etc., connected, adjusted, aimed and ready for service. GUARANTEE I The Contractor, by acceptance of the Drawings and Specifications and signing Contract, acknowledges his acquaintance with all requirements and guarantees that every part going to make up the systems as herein described shall be as specified and will be erected in a most thorough and substantial manner by experienced labor. He guarantees that all conduit and raceway as specified will be free from all obstructions of every description and will be free from holes or breaks and well -bonded together at joints. He further guarantees to hold himself responsible for any defects which may develop in any part of the entire system, including apparatus and appliances as provided for under these FY042104 DRAKE FIELD 'T' HANGAR Electrical Specification -2 I I I I I Specifications, due to faulty workmanship, design or materials for a period of one year from date of final acceptance. Defects arising during this period will be promptly remedied by the Contractor at his expense to the complete satisfaction of the Owner. Lamps shall be excluded from this guarantee, but one complete, new and operative set of lamps for lighting fixtures shall be in place at time of final acceptance. CHARACTER OF SERVICE AND SYSTEM The electrical system shall commence at the handhole as shown on the Drawings on the load side of an existing meter at a delivery voltage of 120/240 volts, single phase, 60 hertz. LJ 11 I LI LEI I I I HOUSEKEEPING AND SAFETY Contractor shall remove his rubbish from the premises at intervals and shall maintain the workplace in an orderly and safe manner. On completing his work, and prior to submission of final estimate, he shall remove all tools, appliances, material and rubbish from the grounds. See Drawings for special lighted barricades required for this project. COOPERATION AND COORDINATION This Contractor shall install his work without unduly delaying other trades. He shall furnish sufficient labor to accomplish this end. He shall coordinate his work with all other trades so that all electrical work shall be properly installed. The Contractor shall verify field and site conditions to determine the precise routing and location of electrical work. Installation of electrical work shall be coordinated with other equipment and structural members. Provide access panels as required by NEC for access of concealed electrical work. LABOR AND WORKMANSHIP Contractor shall comply with the labor laws of the State of Arkansas and the various Acts Amendatory and Supplementary thereto, and other Federal, State and Local laws, ordinances and legal requirements applicable thereto. All labor shall be performed in the best and most workmanlike manner by mechanics skilled in their trades. The standard of work required throughout shall be of such grade as will bring results of the first class only. Defective work shall be repaired or replaced at no expense to the Owner. Mechanics whose work is unsatisfactory to the Owner or are considered by the owner to be unskilled or otherwise objectionable shall be dismissed from the work upon notice from the ' Owner. All manufactured articles, material and equipment listed or described shall be applied, installed, connected, erected, used, cleaned, conditioned and aimed as directed by the Manufacturer and these documents. I IFY042104 DRAKE FIELD "T" HANGAR Electrical Specification -3 I LOCATION OF FACILITIES Locations shown on Drawings are approximate unless dimensioned. Check large scale details to determine missing dimensions or for explanatory notes. SUBSTITUTION OF SPECIFIED MATERIALS The Specifications and Drawings make reference to material or equipment supplied by a particular manufacturer. This has been done to establish a minimum standard of acceptance concerning quality, workmanship, reliability, serviceability, etc. It is not the intent to discriminate against an approved equal by other manufacturers. The Contractor shall furnish sufficient detailed information to enable the Owner to determine whether or not the proposed substitute is equal to that appearing in the Specifications or on the Drawings. No substitute item shall be approved without the written consent of the Owner. Any additional work or changes necessitated by the approval and installation of substitute I equipment shall be done by the Contractor without extra cost to the Owner. Any savings shall be passed to the Owner. HAZARDOUS AREAS Areas within 5 feet horizontally of engines or fuel tanks are Class 1, Division 2. Vertically, these areas extend from floor level to 5 feet above the highest point of the wings or engines. Horizontally, these areas extend 5 feet from the rear, front and tip of the wings. For purposes of this project, the hazardous area is assumed to extend to 14 feet above floor level. Sealing requirements of Section 501 of the National Electrical Code shall apply to both the horizontal and vertical boundaries of this defined area. WIRING METHODS. CONDUIT AND FITTINGS All circuits shall be installed as shown and sized on the drawings in conduit types shown. I EMT connections shall be compression type. Galvanized conduit, EMT and fittings shall be manufactured in accordance with applicable NEMA standards and ASTM specifications. , Conduit shall be Republic or equal and fittings shall be Appleton or equal. GROUNDING , All electrical equipment and the structure installed on this project shall be properly grounded in accordance with Article 250 of the 2000 National Electrical Code. A #14 stranded THHN copper grounding conductor, Green color, shall be installed in each conduit with lighting or receptacle circuits. fl FY042104 DRAKE FIELD "T" HANGAR Electrical Specification -4 , L L.i I I I 1 I I I I LI I I L Copperweld 5/8" x 8' ground rods shall be driven in undisturbed soil at the locations indicated on the Drawings to 6" below grade. Remove existing asphalt surface and backfill with concrete. LIGHTING FIXTURES Contractor to furnish and install lighting fixtures as listed in the Fixture Schedule on the Drawings. WIRE AND CABLE All conductors for panel feeder, lighting, receptacle and motor circuits shall be stranded copper, type THHN, 600 volt, code grade. Wire shall be sized as shown on the Drawings. Unless otherwise specified on the Drawings, ground wire shall be #2 AWG solid soft or medium drawn bare copper. ELECTRICAL PANEL Contractor shall furnish and a circuit breaker loadcenter as indicated on the Panel Schedule and located where shown on the Drawings. Loadcenter shall be rated 120/240 volts, I phase, 3 wire, 60hz and shall be Square D Type QO or equal. Circuit breakers shall be quick make and break, thermal -magnetic, trip indicating, with common trip for multipole breakers (no handle ties will be permitted). Circuit breakers shall be Square D Type QO or equal. The cabinet shall be NEMA Type 3R for exterior surface mounting. Fronts will be provided with locking provision with two (2) sets of keys to be provided to Owner. A typewritten directory of branch circuits shall be provided in cabinet. TRENCHING AND BACKFILLING Trenches shall be of such depth so as to provide a full 24" of fill over conduit. Width of trench shall be a minimum of 12 inches. Bottom of finished trench shall be free of rock. If necessary, this shall be accomplished by over -excavation and refilling to desired bottom elevation with rock -free material. The first 12" of backfill shall also be free of rock. All fill shall be compacted. Top of trench shall be asphalt to match existing. CUTTING AND PATCHING The Contractor is responsible for all cutting, patching and painting required by electrical work. The Contractor shall arrange with the appropriate sub -contractor for the execution of this work. All cutting, patching and painting shall be in accordance with applicable sections of these Specifications. Cutting of structural members is not allowed unless approved in writing by the Engineer. Factory painted equipment which has been damaged, scratched, or otherwise marred shall be restored to its original condition. ' FY042104 DRAKE FIELD "T' HANGAR Electrical Specification -5 I ELECTRICAL TESTS AFTER INSTALLATION Before final acceptance will be given by the Owner, Contractor shall make ' insulation and load tests to assure the proper performance of each circuit. Instruments for such tests shall be furnished by the Contractor. All circuits shall be tested in the presence of the Owner or his Representative with a two hundred and fifty (250) volt megohm meter and each reading shall be recorded. Test records shall be given to the Owner. SUBMITTALS AND SHOP DRAWINGS All submittals shall be submitted in seven (7) copies to the Owner. The Owner shall examine these submittals in detail to determine if the material conforms to the Specifications and the Drawings. Written approval of the submittals is required be materials may be incorporated into the project. AS -BUILT DRAWINGS Contractor shall keep at least one (1) copy of the Drawings at the project at all times. These , Drawings shall be annotated (red -lined) as required as the project progresses. This set of Drawings will be turned over to the Engineer at the end of the project for revision of the original Drawings. I I H I I I I I FY042104 DRAKE FIELD 'T' HANGAR Electrical Specification -6 I APPENDIX A OSHA STANDARD FOR EXCAVATION & TRENCHES SAFETY PROGRAM LJ P1 I I I 1 State of Arkansas 2 79th General Assembly 3 Regular Scssioa, 1993 4 By: Senator Keet S 6 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 ' 23 29 1 30 31 C - CD 3? 33 34 35 r 36 As Engrossed: 2/10/23 ACT A Bll 93 i SENATE BILL For An Act To Be Entitled "AN ACT TO REQUIRE THE INCLUSION Ill ALL BIDS FOR PUBLIC WOR,RS PROJECTS A SEPARATE RICE PAY ITFH FOR TTLNCE OR EXCAVATION SAFETY SYSTEMS; TO INVALIDATE BIDS irciCH DO NOT CONTAIN SUCH PROVISIONS; TO DECLARE AN EM2RCENCY; AND FOR OTHER PURPOSES." Subtitle "AN ACT TO REQUIRE THE INCLUSION IN ALL BIDS FOR PUBLIC WORXS PROJECTS A SEPARATE PRICE PAY ITEM FOR TRENCH OR EXCAVATION SAFETY SYSizSS." SE TT ENACTED BY THE CENERAL ASSEMBLY OF.TMW STATE, OF ARRANSAS: .. SECTION 1. Whenever aby agency of this state or of any county, municipality, or school district, or other local taxing unit or improvement district enters into a contract covered by the provisions of Arkansas Code S5 22_9_202 - 22-9-204 for the making of repairs or. alterations or the erection of buildings or for the making of any other improvements, or for the construction or improvement of highways, roads, streets, sidewalks, -curbs, gutters, drainage or sever projects, or for any other construction project in which the public work or public improvement construction project involves a=y trench or excavation which equals or exceeds five (5) feet in depth, the agency, county, municipality, school district, local cuing unit or c improvement district shall require: (1) the current edition of Occupational Safety and Health Administration Standard for Excavation and Trenches Safety Systems, 29 CFR 1926, Subpart F, be specifically incorporated into the specifications for chi project; and (2) the contract bid form to include a separate pap icea for vja76 I • • • • .... 2 3 4 5 7 8 9 10 11 12 13 14 15 16 17 18 19 20. 21 22 23 24 25 26 27 29 r3° 31 35 As Eagrosxd: 2110193 trench or excavation safety systems and be included in the base bid. I5 SECTION 2. In the event a contractor fails to cccplece a separscep n iced in accordance vich the applicable provisions of Seccia1 of c^is the agency, county, eunicipalicy, school district, local taxing unit or improveaeat district shall declare that the bid fails Co c cp17 fully w provisions of the specifications and bid docucents and will be considered invalid as a non -responsive bid. The owners of the above scared prolec notify the Scace Department of Labor (Safety Div_Isioa) of the award of•a contract covered by chic act. SECTION 3. All provisions of this act of general and pe^anent natu•_ are amendatory to the. Arkansas Code• of 1987 Annotated and the Arkansas Cie Revision Commission shall incorporate the same•in the Code. SECTION 4. If any provisions of this act or the application Cher so: any person or eircumstanee is held invalid, the invalidity shall not aff rovisions or Applications of the act which can be given effect srir other p � the invalid provisions or application, and to this end the provisions of tL �_ act are declared to be severable. SECTION 5. hereby repealed. A11 laws and parts of lava in conflict with this act an SECTION 6. Ecergency. It is hereby found and deterained by the Seventy -Ninth General Assembly of the State of Arkansas chat the vell-bei Arkansas' craft workers are unnecessarily exposed to the hazards of t=eac� excavation and the iraediate passage of this act is necessary in order to protect the health and safety of the Arkansas worker. raerefo=e, an ecerj is hereby declared to exist, and this act being necessary for the 4 ediate preservation of the public peace, health, and safety, shall be in full fof and effect iroc and after itspassageand approval. Is/ Senator Keec I ' OCCUPATIONAL SAFETY AND HEALTH 1926 Suboart P RZCUUrtON5 AND PROCEE.Dtip:S OvcrvicvSubpaitP _ Euavatiom P -l. What are the most £2qucntly ctdseious ' 29 CFR 1926.6510)(2) was deleted by 59 Fit COi;O Excavation violations? (January 1, 1990 to dated August 9, lS94'(pub[ica ion offs al vlc Subo r April I. 1996) MofPart 1926(Fall Protection)). •' 29 CFR 1926.652(axI) (Protection in Excavations) P-2. What are some effective control euas-wts that 651(k)(I) (Inspections) can used for the serious hazards discussed Lt P- .651QQ) (Loose Rock/Soi1) I? ' .651(c)(2) (Means of Egress) .651(d) (Vehicular Traffic) A. The ccmpctt2a0n should deve!oo 651(kX2) (Inspections) a check list enumeatiag the hens '• .65I(hXl) (WaterAccumulatioa) listed in P-1 and use the list to .651(1(I) (Loose Rock/Soil) idea• and co ttlist cr .65 ) 2)a(Walkways/Ouardrails) t nhea!thy conditions that exist on a .651(cC) (Falling Loads) particular worlcsite. ' .651(IXJ) (Adjacent Structures) 6510X1)*(Walkways/Guardrails) B. All excavations including trer:ches 652(b) (SlopingBcnching Systems) must be shored or sloped that are S ' .65I((IX esrig a rotectiveSyste feet (1.52 m) in de gr er 652(c) (Design/Proteetive Systems) excavations ti> s l uan .652(AX2) (Shield Systems Requirements) (19f feet For ) less than 5 tIS2 on in depth, the .652(gXl) (Shield Systems/Geaera) competent prsoa examines the ' •651(bX4) (Underground Installations) , excavation for tential cave-' tm 651(g)(1) (Hazardous Aospheres) hazards ad makes a detcainatioa if .651(a) (Surface Encumbrances) protection is needed .652(a)(2) (Protective Systems) ' (1926.652(a)(I)). I I I L I I ' P•1 I OCCUPATIONAL SAFETY AND HEALTH 19265ubpart P • R.CUt.ATIO,N5 AND PROCEDURES 1926 Subpart P - Excavations AUTHORITY: Sec. 107. Contract Worke: Hours and Safety Standards Act (Construction Safer/ Act) (40 U.S.C. 333); Sees. 4, 6. 8, Occupational Safety and Health Act of 1970 (29 U.S.C. 653.655, 657); Secretary of Labor's Order No. 12-71 (36 FR 8754), 8-76 (41 FR 25059), 9-83 (48 FR 35736), or 1-90 (55 FR 9033), as applicable. Section 1926.651 also issued undo 29 CFR Part 1911. SOURCE: 54 FR 45959, Oct. 31, 1989, unless otherwise noted. (59 FR 40730; Aug. 9, 1994] 1926.650 - Scope, Application, an d Definitions Applicable to this Subpart. (a) Scope and appreanon This subpart applies to all open excavations made in the earth's surface. Excavations art defined to include trenches. (b) Dcfinitioru applicable to this subpart Accepted engineering practices means those requirements which are compatible with standards of practice required by a registered professional engineer. Aluminum Hydraulic Shoring means a pre-engineered shoring system comprised of aluminum hydraulic cylinders (crossbnces) used in conjtmction with vertical rails (uprights) or horizontal rails (wales). Such system is designed specifically to support the sidewails of an excavation and prevent cave-ins. Bel!-boeom pier hole means a type of shaft or footing excavation. the bottom of which is made larger than the cross section above to form a belled shape. Benching (Benching system) miens a method of protecting employees from cave-ins by excavating I I the sides of an cxcavation to form one or a sc^es of horizontal leveb or steps, usually with vertical o near -vertical surfaces ber•vc= level .Cave -fn means the separation oft mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield'or support s/sea, and its sudden moveneat into the excavation. either by falling or slding, in suiocnt quantity so char it could entrap, bury. or other wise injure and immobilize a person Competentperson mess one who is capable of identi*/ing existing and predictable hazards in the surrounding; or working ,conditions which are unsanitary, baza dous. or dangerous to mployees, and who has • authorization to take prompt corrective measures to eliminate them .Goss bracer mean the horizontal mcabes of a -shoring system installed -perpendicular to the sides of the excavation, the eads'of which bear against either uprights or wales Excavation means any man-made tut, avity. trench, or depression in an earth surface, formed by earth removal Facts or sides means the vertical or inclined earth surfaces formed as as o'lt of excavation work. Failure means the breakage, displacement, or permanent deformation of a scuctura! member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means am atmosphere which by reason of being explosive, flammable. poisonous, corrosive, oxidizing. irritating, oxygen de icient, tove, or otherwise harmful, may cause death, illness, or injur/. Kckout mess the accidental release orfailu:e of a cross brace. I 1J I I I I I P.2 I I I I I I 1, L I I I I I OCCUPATIONAL SAFETY AND HEALTH 1936.b=A(b) REGULATIONS AND PROCEDURES Proterd'vesystem mans a method of protecting erployees fiam cave-ins: from material that could fall or roll from an excavation face or into an excavation, or from the collapse of adjacent structures. Protective systems include suppot systems,.sloping and benching systems, shield systems, and other systems that provide the n cssary protection. Ramp means an inclined walking or working surface that is used to gain .access to one point from another, and is constructed from earth or from structural materials such as steel or wood. Registered Professional Engineer means a person who is registered as a professional engineer in the state where the work: is to be performed. However, a professional engineer, registered in any state is deemed to be a 'registered professional engine& within the meaning of this standard whea'approving designs for manufactured protective systems' or 'tabulated data' to be used is interstate commerce Sheeting means the members of a shoring system that retain the earth in position and in tam are supported by othermembers of the shoring system. Shield (Shieldsysrenrsi means a structure that is able to withstand the forces imposed on it by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work' progresses. Additionally. shields can be either premanufactu ed or job -built in accordance with I926.652(c)(3) or (cX4). Shields used in trenches arc usually referred, to as 'trench boxes' or 'trench shields.' Shoring (Shoring system) means a structure such as a metal hydraulic, mechanical or timber shoring system that supports the sides of an excavation and which is designed to prevent cave-ins. . Sides. See'Faees. Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required to prevent a cave-in varies with diffetenca in such factors as the sail type. P-3 envLmrmentalconditions ofexposure, and application of surcharge loads Stable rock means natural solid mineral material that can be excavated with vertical sides and will remain intact while exposed. Unstable rock is considered to be stable when the rock material on the side or sides of the excavation is secured against caving -in or movement by rock bolts or by anothc protective system that has been designed by a registered professional engineer. Structural ramp means a ramp built of steel or wood, usually used for vehicle access. Ramps made of soil or rock are not considered structural ramps. Support system means a structure such as underpinning, bracing; or shoring; which provides support to an. adjacent .structure, underground installation, or the sides of an excavation. • y. Tabulated data means tables and charts approved by a registered professional agineer and used to design and construct a protective system. Trends (froth excavation) means a narrow excavation (m relauoa to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom). is not greater than 15 feet.(4.6 m). If fortes or othaspvctunes are installed 6or constnuted in an excavation so as to reduce the dimension measured from the forms or structure to the side of the excavation to IS feet (4.6 m) or less (measured at the bottom of the excavation), the excavation is also considered to be a trench. Trench box See 'Shield." Trends shield See'Shie(d.' Uprights means the vertical members of 4 trench shoring system placed in contact with the earth and usually positioned so that individual members do not contact each other. Uprights placed so that individual members are closely spaced, in contact with or interconnected to each other. are often called 'sheeting.' IVales means horizontal members of a shoring I I OCCUPATIONAL SAFETY Aa`1D HEALTH 1926.654(b)' .• .. . RECULATIORSA.YD PROCTZDURSS system placed parallel to the excavation face whose sixes bear against the vertical member of the shoring r: stem or earth. 1926.651- General Requirements. (a) Surface encumbrances All surface ecumhaeea that are located so as to create a hazard to employees shall be removed or supported, as ceeessary.to safeguard employes. (b) (c) Underground insrallarions. (1) The estimated location of utility installations, such as sewer, telephone, fuel, electric, water lines, or any other underground inatanatiacs that reasonably may be expected to be encounteed during excavation work, shall be determined prior to opening as excavation. (2) Utility companies or owners shall be contacted within established or customary local response times. advised of the proposed work, and asked to establish the location of the utility undergtotmd installations prior to the start of actual excavation When utility companies or owners cannot respond to a request to locate urdcground utility installations within 24 hours (unless a longer period is required by state or local law), or cannot establish the exact location of these installations.the employer may proceed, provided the employer dots so with caution, and provided detection equipment or other acceptable means to locate utility installations are used (3) When excavation opetions approach the exirr.atd location of underground installations, the exact location of the installations shall be determined by safe and acceptable means. (4) While the excavation is open. undergout d installations shall be protectd, supported crrcmoved as necessary to safeguard employe S. Access and egress - (1) SUucurdramps (i) Structural ramps that are used solely by employees as a mars of access or egress from excavations shall be designed by a competett Structural ramps used fcr access Cr egnm of equipment shall be desic d by a competent pescn qualiiid is structural design, and shall be cocsrt:ctd in accordance with the design (u) Ramps and rtxways ccascucaed of two or more strucnaal members shall have the structural members contacted together to prevent displaearat.• (tin) ,.Structural members used for ramps • and. Sways shall be of uniform thiclmcss (iv) Cleats or other appropriate means ' • used to connect runway structural members shall be attached to the bottom of the nmway or shall be attached in a manner to prcvcat tripping. (v) Structural ramps need in lice of steps shall be provided with cleats or • other suface treatments o the top stface to prevent slipping. (2) Means of egress from trench , escavadonr. A stairway. ladder. ramp or other safe means of egress shall be located in teach • excavations that are 4 feet (1.22 m) or mere in depth so as torequire no more than 25 feet (7.62 m) of lateral travel for employe -s. (d) Exposure to vehicular traffr. Employees ' exposed to public vehicular traffic shall be provided with, and shall wear, warning vests or other suitable garments marked with or made of rflectorrd or high -visibility material. (e) Exposure ro faUing loads. No employee shall be permitted underneath loads handled by lifting or digging equipment Employees shall be required to stand away firm any vehicle being loaded or unloaded to avoid being struck by any spillage or falling P•4 I I I I I I I I OCCUPATIONAL SAFETY AND HEALTH 1926.651fc1 R`CUL1TiONS AND PROCEDURES mate-ials: Operatorsmay 'remain in • the cabs of vehicles being loaded or unloaded when the vehicles are equipped, in accordance with 1926.601(b)(6). to provide adequate protection for the operator during loading and unloading oprations. (t) Warning sysremformabileequipment When mobile equipment is operated adjacent to an excavation, or when such equipment is required to approach the edge of an excavation, and the operator does not have a clezr and direct view of the edge of the excavation, a warning system shall be utilized such as baaieades, hand cc mechanical signals, or stop logs. If possible, the grade should be away from the excavation (g) Hazardous abnaspheret- ' (1) Turing and coitb oft In addition to the requirements set forth in subparts D and E of this part (29 CFR 1926.50 - 1926.I07) to ' prevent exposttte to harmful levels of atmospheric contaminants and to assure acceptable ' atmospheric Conditions, the following requirements shall apply: I I LI 11 I Li I 1] (I) Where oxygen deficiency (atmospheres containing less than 193 percent oxygen) or •a • hazardous atmosphere cdsts or could reasonably be expected to exist, such as in excavations in landfill areasor excavations in area where hazardous substances are stored nearby, the atmospheres in the excavation shall be tested before employees enter excavations greater than 4 feet (112 m) in depth. u) Adequate precautions shall be taken to prevent employee exposure to atmospheres containing less than 193 percent oxygen and other hazardous atnospheres. These precautions include providing proper respiratory protection or ventilation in acbrdance with subpars D and E of this part respectively. (ii) Adequate ptxaution shall be taken such as providing ventilation, to prevent employee exposure to an atmosphere containing a cerement on of a flammable gas in excess of 20 per .t of the lowerfla_^.`tab(e li:n:t of the gas. (iv) When controls arc used that ate intended to reduce the level cf atmospheric contaminants to acc,-tzb!e levels. testing shall be conducted as often •as necessary to ensure • that the atmosphere remains salt. (2) Emergency rescue equipment (i) Emagerry resrue etiomcc, such as breathing apparatus, a safety harness and line, or a basket stretcher, shall Ee readily - available where hazardous atmospheric conditions exist or may ieasonably be c2rctd to develop during work in an excavation. This equipment shal! be attended when in use. (U) Employees entering bell-bottom pier holes, or other similar deep and confined footing excavations, shall wear a- harness with a lifeline securely attached to it. The lifeline shall be separate from any line used to handle materials, and shall be individually attended at all times while the employe wearing the lifeline is in the excavation. (h) ProtecYenfront hazards associated with seater accuntufadon. (1) Employees shall not work in excavations in which there is accumulated water, or in excavations in which water is accumulating. unless adequate precautions have been taken to protect employees against the hazards posed by watt accumulation. The precautions nec ssary to protect employees adequately vary with each situation, but could include srecial stoeort or shield systems to protect from cave-ins, water removal to control the level of accumulating water, or use of a safety harness and lifeline. (2) If water is controlled or prveated from accumulating by the use of water ctmoval equipment, the water removal equipment and I P•5 I OCCUPATIONALSAFETYA.^rD HEALTH 1926.6$I(h)(2)' REGULATIONS AND PROCEDURES operations shall be monitored by a competent is provided to. protect employees from the person to ensure proper operation. possible collapse of such struc:urn. (3) If excavation work interrupts the natural drainage of surface water (such as streams), diversion ditches, dikes, or other suitable means shall be used to prevent surface water from entering the excavation and to provide adequate drainage of the area adjacent to the excavation. Excavations subject to runoff from heavy rains will require an inspection by a competent person and compliance with paragraphs (h)(I) and (hx2) of this section. () Stability of a4acent structures. (1) Where the stability of adjoining buildings. walls, or other structures is endangered by excavation operations, support systems such as shoring, bracing, or.underpianing shall to provided to . ensure . the stability of such structures for the protection of employees. (2) ' Ecavatiaa below the level of the base or footing of any foundation or retaining wall that could be reasonably expected to pose a hazard to employees shall not be permitted accept when: n A support system, such as underpinning. is provided to ensure the safety of employees and the stability of the structure; or Cu) The excavation is in stable rock; or (0) A registered professional engineer has approved the determination that the structure is sufficiently removed from the excavation so as to be unaffected by the excavation activity; or (ii') A registered professional engineer has approved the determination that such excavation work will not pose a hazard to employees. (3) SidctvcLls, pavements and aopurenant structure shall not be undcrnincd unless a support system or another method of protection (j) Protection of employees from loose rock or soil (1) Adequate protection shall be provided to protect employees from lease rock or soil that could pose a hazard by falling or rolling from an exeavationfacc. Such protection shall consist of scaling to remove loose material; installation of protective barricades at intervals as necessary on the face to stop and contain falling material; or other means that provide equivalent protection. (2) Employees shall be .protected from excavated or other materials or equipment that could pose.. hazard by falling or rolling into excavations Protection shall be provided by placing and keeping such materials or equipment at least 2 feet (.61 m) from the edge • of cxcavadons,or by the use of retaining devices .that are suident to .prevent materials or equipment from falling .or . rolling- into excavations, or by a combination of both if necessary. (k) Inspec!ons. _ (I) Dafy inspection of excavations, . the adjacent areas, and protective systems shall be made by a competent pasoa for evidence of a situation that could result in possible cave-ins, indications of failure of protective systems, hazardous atmospheres, or other hazardous conditions. An inspection shall be conducted by the competent person prior to the start of work and as needed throughout the shin Inspections shall also be made after every rairsann or other hazard increasing occurrence. These inspections are only required when employee exposure an be reasonably anticipated. (2) Where the competent pcson- finds evidence of a situation that could result in a possible cave-in, indications of failure of protective systems, hazardous atmosphere, or other hazardous conditions, exposed employees shall be removed from the hazardous area until P-6 I [1 I 7 Li 1 G OCCUPATIONAL SAFETY AND HEALTH 1926[651(1x)(2) .•• ,. RECULtTIONS AYD PFCCEDUCS the necessary precautions have been taken to etsure their safety.._ , . (1) Fall protection. (i) Walkways shall be provided where employees or. equipment are required or petnittcd to cross over excavations. Gurardratls which comply with 1926302(b) shall be provided where walkways are 6 feet (1.8 in) or more above lower levels. (2) Adequate barrier physical protection shall be provided at all remotely located excavations. All wells, pits, shafts , etc., shall be barricaded orcovazd. Upon completion of exploration and other similar operations;temporary wells, pits, shafts, etc., shall be bacJdrlled. (54 FR 45959, Oct. 31,.1989, as amended by 59 FR 40730, Aug 9, 1994) 1926.652 - Requirements for Protective Systems. • (a) Protection of employees in excavations. (1) Each employee in an excavation shall be protected kocn cave-ins by an adequate protective system designed in accordance with paragraph (b) or (c) of this section except when: (i) Excavations art made entirely in stable rock.: or ' (i) Excavations are less than 5 feet (!S2 m) in depth and acumination of the ground by a competent person provides • no indication of a potential cave-in. (2) Protective systems shall have the capacity to resist without failure all loads that are ' intended or could reasonably be expccced to be applied or transmitted to the system. ' (b) Deign of sloping and benching rystenu. The P•7 slopes and configurations of sloping aid benching systems shall be selected at:d ccnsruc:ed by the employer or his designee and shall be in accordance with the requirements of paragraph (b)(t); or, in the alternative, paragraph (0)(2); or, Li the a!te.native, paragraph (b)(3}, or, in the aite..,ative, pars: ach (b)(4), as follows. (1) Opdon (l)-Allo,vable confi:urmfors and slopes. (1) Excavations shall be sloped at an angle not steeper than one a -.d orc-halt horizontal to one vertical (34 degrees measured from the horizontal), unless the employer uses one of the other options listed below. (i) Slopes specified in paragraph (b)(1)(i) of this sectioa, shall be excavated to form configurations that a. -t in accordance with the slopes shown for Type C soil in Appendix B to this subpart. (2) Option (2)) - Determination of slopes and configurations ustn:Appendices A and B. Maximum allowable slopes, and allowable configurations for sloping and beaching systems, shall be determined in accorfance with the conditions and requirements set forth in appendices A and 8 to this subpart (3) Option (3) - Designs using other tabulated data. (i) Designs of sloping or benching systems shall be selected from and in accordance with tabulated data, such as tables and charts. O The tabulated data shall be in written form and shall include all of the following: (A) Identification of the parameters that affect the selection of a sloping or bc:tchtng system drawn from, such data; I OCCUPATIONAL SAFETY A i tD HEALTH 1926.652ry)(3) a ($1' REGULATIONS AND PRGCEOURES (B) Identification of the limits of (c) Design ofsupporirysteftts, shield rysrrmt, and' use of the data, to include time odor protective systems. Designs of support sv s:cros magnitude and configuration of, , shield systems, and other protective systems small be slopes determined to be safe; selected and ccnstructed by the employer cr his designee and shall be in accordance with the (C) Explanatory information u requirernetsof pargraph (cxl); or, in the alternative, may be necessary to aid the user in paragraph (c)(2); or, in the alternative, paragraph making a coercc: selection of a (cX); or, i the alts -native, paragraph (c)(4) as follows: protective system from the data (1) Option (1) - Designs using appendices (ii) At least one copy of the tabulated - A, C and D. Designs for timber shoring in data which identifies the registered tenches shall be determined in accordance with professional engineer who approved the the conditions and requirements set forth in data, shall be maintained at the jobsite appendices A and C to this subpart Designs for during construction of the protective aluminum hydraulic sharing shall be in system. After that time the data may be accordance with paragraph (cX2) of this stored off the jobsite, but a copy of the section, but if manufacturer's tabulated data data shall be made available to the cannot be -urlt4 -designs shall be in Secretary upon request accordance with appendix D. . (4) Option (4) - Design by a registered (2) Option f=) e Designs Using professional engineer. Manufacturer's Tabulated Data. CJ Sloping and benching systems not (I) Design of support systems, shield utilizing Option (1) or Option (2) or •systems or otherproteetive systems that .Option (3) under pangnph (b) of this are drawn from manufacture's tabulated section shall be approved by a registered data shall be in accordance -with all professional engineer. specifications. ..rccomnicadatiorns, and, limitations issued or made by the • (ii) Designs shall be in written form - manufacturer. and shall include at least the following: () Deviation from the specifieadons, (4) The magnitude of the slops recotnnendations, and limitations issued that were daemined to be safe for or made by the manufacturer shall only the particular project; be allowed after the manufacturer issues specific written aoprovaL (B) The configurations that were determined to be safe for the (ii') Manufactureds specifications, particular project: recommendations, and limitations, and ' manufacturer's approval to deviate from (C) The idetcry of the the specifications, recommendations, and registered professional engineer limitations shall be in written form at the approving the desir. jobsite during construction of the protective system. After that time this (ii) At least one copy of the design data may be stored off the jobsite, but a shall be maintained at the jobsite while copy shall be made available to the the slope is being consuuc:cd. Mier that Secretary upon request timethedesig:t need not be at the jobsite, but a copy shall be made available to the (3) Option (3) - Designs using other Secretary upon request. rabulated data. P3 I. I I • OCCUPATIO!YALSAFETY AND HEALTH ' 1926.652(c)( • T) S 1] I I I 1 I I I I I I I I () • Dedgnsofsuppor systems, shic!d systems, orotherprotective systems shall be selected from and be in accordance with tabulated data, such as tables and charts. (u) The tabulated data shall be in written form and include all of the following: (A) Identification of the parameters that affect the selection of a protective system drawn from such data; (B) Identification of the limits of use of the data; (C) £xplariatory information as maybe necessary to aid the user in malting a correct selection of a protective system from the data. Cwt . At least one copy of the tabulated data, :which, ideatifres the iegistcrd professional engines who approved the data, shall be maintained at the jobsite during construction of the protective • system. Aftd that time the data may be store off the jobsite, but a copy of the data shall be made avafabie to the Secretary upon request. (4) Option (4) - Design by a registered professional engineer. (d) (i) Support systems, shield systems. (e) and other protective systems not utilizing Option 1. Option 2 or Option 3, above. shall be approved by a registered professional engineer. i Designs shall be in written form and shall include the fallowing: (A) A plan indicating the sizes, types, and configurations of the materials to be used in the protective system; and (B) -- The' ide-.tti5j cf the registered profcsicnal cgincer approving the desi . (iii) At lest ore .cony of the dcsict shall be maintained at thejobsi:e dur.:g coastrreten of the protective rjste :-. After that time, the design may be stored off the jobsite, but a copy of the design shall be made available to the Secretary upon request Materials and equipment (1) . Materials and equipment used for prone ve rya nc shall be fee from damage cr defects that might impair their proper function. (2) • Manufactured materials and equipment used for protective systems shall be used and maintained in a manner that is consistent with the recommendations of the manufacturer, and • in a manner that will prevent employee caposute to haz rds.• . (3) When material or equipmet that is used forprotective systems is damaged, a competent person shall ctamine the material orequipmeat and evaluate its suitability for continued use. If the competdtppe:ss>n cannot ass rc the material or equipment is able to support the intended loads or is otherwise suitable for safe use, then such material or equipment shall be removed from service. •and shall be evaluated a.^d approved by a registered professional engineer before being returned to service. Installation and removal ofsupport - (I) General (i) Menbcrs of support systems shall be seal !y connected together to prevent sliding, falling, .kickouts, or other predictable failure. (ii) Support r;st^, s shall be installed and removed in a ctarine, that protects employees from cave-ins, structural collapses, or from being struck by I P-9 I I members of the support systen. (w) Individual members of support systems shall not be subjected to loads exceeding those which those mcmbe were designed to withstand. (iv) Before temporary removal of individual members begins, additional precautions shall be taken to enure the safety of employees, such as installing other structural members to carry the loads imposed on the support system. (_v) Removal shall begin at, and progress nom, the bottom of the excavation. Members shall be released slowly so as to note any indication of possible failure of the renag members .of the structure orpossible cave-in of the sides of the excavation. (n) • Barldilling shall progress together with the tunoval of support systems from axcavations (2) ' Addz*nal requirements for support systernsfor trench ezcavaddi m . (I) . Excavation of material to a level no greater than 2 feed (.61 m) below the bottom of the members of a support system shall be petmiaed, but only if the system is designed to mist the forces rakuiated for the full depth of the trench, and these Are: no indications while the trench is open of a possible loss of soil from behind or below the bottom of the support system. (ii) Installation of a support system shall be closely c ordinated with the excavation of trenches. (0 Step ing'and benching systenu Employees shall not be permitted to wor on the faces of sloped or benched cxcavedons at levels above other employees except when employees at the lower levels are adequately protectefiom the hazard of falling, rolling, or sliding mateial or equipment. (g) Shield systems - (1) General (i) Shield systems shall not be subjceed to loads exceeding those which the system was designed to witFstacd. (u) Shields shall be installed in a manner to restrict lateral or other hazardous movement of the shield is the evert of the application of sudden lateral loads (tit) Employees shall be protected from the ha+ard of cave-ins when mtc-ag.or erring the sr_as protected by shields. (iv) Employees shall not be allowed in .. shields when shields are being installed, Moved„ or moved vertically. ;' (2) Addldonal requirement for shield systems * used in french acava 'onL Excavations of earth material to a level not gr a than 2 feet (.61 m) below the bottom of a shield shat be permitted but only if the shield ' is dea'gned to tttiistthe forces calculatdd for the Ml depth of the trend; and there arc no indications while the trench is open of a possible loss of soil from behind or below the bottom of the shield. P-10 I Li [Ti OCCUPATIONAL SAFETYAND HEALTH 1926 Subpart P Anp A .. •e.. . . . :..; REGULATIONS AND MOCTDURrS 1926 SubpartPApp A -S oil Classification (a) Scope and application - (1) Scope This appendix describes a method of classifying soil and rock deposits based on site and environmental conditions, and on the ' structure and composition of the earth deposits The appendix contains definitions, sets forth requirements, and describes acceptable visual and manual tests for use in classifying soils. I [1 I [1 [1 I I I Li I Li • (2) Appficacon. This appendix applies what • a sloping or beaching system is designed in ac ordance with the requiremens set forth in 1926.652(b)(2) as a method of protection for employees £nom cave-in ..This appendix also applies when. timber shoring for excavations is desigried as a method of protection from cave-ins in accordance with appendix C to subpart P of part 1926. and when aluminum hydraulic shoring is designed in aaordance with appendix D. This Appendix also applies if other protective systems arc designed and selected for use float data prepared in accordance with the requirements set forth in 1926.652(c). and the use of the data, is predicated on the use of the soil classification system set forth in this appendix. (b) Defuridons. The definitions and examples given below are based on, in whole or in part, the following; American Society for Testing Materials (ASTM) Standards D653-35 and D2433; The Unified Soils Classification System; The U.S. Department of Agriculture (USDA) Textural Classification. Scheme; and The National Bureau of Standards Report BSS -121. Cemented soil means a soil in which the particles am held together by a chemical agent, such as calciwn carbonate, such that a hand -size sample cannot be crushed into powder or individual soil particles by finger pressure. Cohesive soil means clay (fine grained soil), or soil with a high clay content, which has cohesive strength. Cohesive soil dos not crumble, can be acavatd with vertical sidestopa, and is plastic when moist Cohesive soil is hard to break up when d.^y, and exhibits sip -J icant cohesion when submerged. Cohesive soils i.-clude clayey silt, sandy clay, silty clay, clay and organic clay. Dry soil menus soil that does act exhibit visible signs of moisture contr.,t Fissured means a soil material that has a tendency to break along definite planes of fracture with little resistance, or a material that exhibits coca craelcs, such as tension crocks, in an exposed surface. Granular soil means gravel, sand, or silt (coarse grained soil) with little or no clay content Granular soil has no cohesive strength. Some moist granular soils exhibit apparent cohesion. Granular soil cannot be molded wheat moist and crumbtcs easily when dy. Layered system means two or more distinctly different soil • or rock , types aaangd in layer. Micaceous seams or weakened planes in rock or shale are considered layered Moist soil means a condition in which a soil looks and feels damp. Moist cohesive soil can easily be shaped into a ball and rolled into small diameter threads before crumbling. Moist granular soil that contains some cohesive material will exhibit signs of cohesion between particles. Plastic mans a property of a soil which allows the soil to be deformed or molded without cracking, or appreciable volume change. Saturated soil means a soil in which the voids arc filled with water. Sanrra6bn-'oa not require flow. Saturation, or near saturation, is necessary for the proper use of instruments such as a pocket penetrometerm or sheer vane. Soil e&usifrcarion system means. for the purpose of this subpart, a method of categoriing soil and rock deposits in a hierarchy of Stable Rcck Type A, Type B, and Type C, in decreasing order of stabiliry. The categories arc determined based on an analysis of the properties and performance characteristics of the deposits and the cha.,cteristics of Pd' I Pd' ANDlaALTH the dcposita and theenvironmental conditions of aposure. Stable rock means natural solid mineral matter that an be excavated with vertical sides and rernai.•i intact while exposed. • Submeroedsolmeans soil which is underwater or is free seeping. Type A mcaas cohesive soils with an unconfined, compcsssive stL agate of 1.5 ton per square foot (tst) (144 kPa) or greater. Examples of cohesive soils ate: clay, silty clay, sandy clay, clay loam and, in some cases.. sally clay loam and sandy clay loath. Cemented sails such as ealiche and hardpan are also considered Type A. However, no soil is Type A if: (I) The soil is fssurcd^or Cu) The soil is subject to vibration from heavy traffic, pile driving, or crntTir effects, or (@ The soil has been previously disturbed; (iv) The soil is part of a sloped, layered system where the layers dip into the excavation on a slope. of four horizontal to one' ertial (4H.1 V) or greater; or ' (v) The material is subject to other factors that would require it to be classified u a les stable material. Type B means (i) Cohesive soil with an uncottfmd compressive strength greater than 0.5 tsf (43 kPa) but less than 13 tsf (144IcPa); or Ci) Granular cohesionles soils including: angular gravel (similar to crushed rock), silt, silt loam, sandy loam and, in some cases, silty clay loam and sandy clay loam. (air) Previously disturbed soils except those which would otherwise be classed as Type C soil. 1926 (v) •Soil .that mees compressive st•^gth requirements for Type A, subject to vibntioe; or A the uncapped or c :.r�taJtica but is ftsst=d or (v) Dry rock that is not stable; or (n) Material that is part of a sloped, layered system where the layers dip into the excavaticn on a slope less steep than four horizontal to ace vertical (4RIV), V), but only if the material would otherwise be classifed as Type B. Type C many (j) Cohesive soil with an unconfned comer-ssive strength o(0.5 tsf (43 kPa) or lass; or • (u) ' Gratutlarsotls including gavid,'sand, and loamy sand;.ar . (der') Submerged soil of sod from which water is frr_ly Seel=- g; or • . • (iv) Submerged rock that is not stable, or (v) Matrsiaf in a ilopi~ layered rystes where the layers dip into the eccivation or'a • sloce of four horizontal to oce vertical (4a1 V) or steeper. Unconfined compressive smength means the load per unit area at which a soil will fail is compression It can be determined by laboratory testing, or estimated in the field using a pocket penetrometer. by thumb penetration tests, and other methods. Wet soil means soil that contains sigrcandy more moisture than moist soil, but in such a range of values that cohesive material will slump or begin to flow when vibrated. Granular material that would ciiibit cohesive properties when moist will lose these cohesive properties when wet. (e) Requirementr- (I) Cltusrfrearton of soil and rock deposits. P•12 I OCCUPATIONALSAFETY APED HEALTH I92G Subnart P Ann A • RECULATIONS AND PROCEDURL•S E I I Li I I I I I I Each soil and rock deposit shall be classified by a competent personas Stable Rock,.Type A. Type B, or Type C in accordance with the definitions set forth in paragraph (b) of this appendix. (2) Basis ofclararftcaaon• The classification of the deposits shall be made based on the results of at least one visual and at least one manual analysis_ Such, analyses shall be conducted by a competent person using tests described in paragraph (d) below, or in other recognized methods of soil classification and testing such as those adopted by the American Society for Testing Materials, or the U.S. Department of Agriculture textural classification system-- .. (3) Yuualand ntanual analyses. The visual and manual analyses, such as those noted as being acceptable in paragraph (d) of this appendix shall be designed and conducted Co provide sufficient qu;tcttitadve and qualitative information as may be necessary to identify properly the properties, factors, and conditions affecting the classification of the deposits_ (4) Layeredsystents. In a layered system, the system shall be classified in accordance with its weakest Jaya. However, each layer may be classified individually where a more stable layer lies under a less stable layer. (5) Reclassfiead'on, If,'after classifying a deposit, the properties, factors, or conditions affecting its classification change in any way, the changes shall be evaluated by a competent person. The deposit shall be reclassified as necessary to reflect the changed circumstances. (d) Acceptable visual and manual tats (1) Visual Mats. Visual analysis is conducted to determine qualitative information regarding the excavation site in general, the soil adjacent ' to the excavation, the soil forming the sides of the open excavation, and the soil taken a samples from excavated material. (1) Observe samples of soil that an P•13 excavated and soil in the sides of the eccaratier. EsLrnate the range of particle sizes and the rciative'amotrats of the particle sizes. Soil that is prmarily composed of fine-grained material material is cohesive material. Soil composed primarily of coarse-grai cd sand or gravel is granular mate^al. (U) Observe soil as it is excavated. Soil that remains in clumps when excavated is cohesive Soil that breaks up easily and does not stay in cramps is granular. • • co Observe the side of the opened excavation and the surface area adjacent to the excavation. Crack -like openings such as tension cracks could indicate fissured material. If chucks of soil snarl off a vertical side, the soil could be fissured Small spalls are evidence of moving ground and are indications of potentially hazardous situations. (iv) Observe the area adjacent to the excavation aid the excavation itself for evidence of existing utility and other underground structures, and to identify previously disturbed soil. (v) Observed the opened side of the excavation to identify layered systems. Examine layette systems to identity if the layers slope . toward the excavation. Estimate the degree of slope of the layers. (vi) Observe the area adjacent to the excavation and the sides of the apcmed excavation for evidence of surface water, water seeping from the sides of the excavation, or the location of the level of the water table, (vii) Observe the area adjacent to the excavation and the area within the excavation for sources of vibration that may affect the stability of the excavation face. H I OCCUPATIONAL SAFETYAW H£ALTIi 192GSubparcPAppA'., REGULATIONS AND PROCEDURES (2) Manual tests. Manual analysis of coil pressure. This test should be cocduc:d samples is conducted to determine quantitative on an undisturbed soil sample, such as a as well as qualitative properties of soil and to large clump of spoil, as soon as provide more information in order to classify practicable after excavation to kc_p to a soh ro eri minimum the effects of ccpcsure to P P Y• drying influences. If the excavation is ry g (� P(aseieity. Mold a moist or wet lour. exposed to wetting iafluenca (tai.•:, sample of soil into a ball and attempt to flooding), the classification of the soil roll it into threads as thin as l/8 -inch in must be changd accordingly. diameter. Cohesive material can be successfully rolled into threads without (iv) . E OUter strength tests. Estimates of tumbling. For example, if at least a two unconfined compressive strength of soils inch (50 mm) length of I/S-inch thread can also be obtained by use of a pocket can be held on one end without tearing, petetrometerorby tang a hand -operated the soil is cohesive. shcarvane. (d) Drystrengrh. If the soil is dry and (v) Drying test The basic purpose of crumbles on its own or with moderate the drying test is to difaentiate between pressure into individual grains or fine cohesive mataiai - • with -fisures, powder, it is granular (any combination unfiswnd -cohesive - material, and of gravel, sand, or silt} if the sotil is dry granular material The procedure for the cad falls into clumps which break up into drying test involves drying a sample of smaller clump; but the smaller clumps soil that isapprmdmately one inch thick • can only be broken: up with difficulty, it (254 cm) and sixinches (1524 em) in • may be clay in any combination with diameter anal it is thoroughly dry: gravel, sand or silt. If the dry sol breaks ' into clumps which do not break up into (A) If the sample develops small clumps and which can only be cracks as it dries, significant broken with difficulty, and there is no fissures are indicated visual indication the soil is fissured, the • soil may be cotssideed umfissurd. (B) Samples that dry without tacking are to be broken by hand. (li) Thumb penetatian. The thumb If considerable farce is necessary penetration test out be used to estimate to break a sample, the soil has the unconfined compressive strength of significant cohesivematerial cohesive soils (Ills test is based on the content The soil can be classified thumb penetration test described in as an tunfisured cohesive material American Society for Testing and and the unconfined compressive Materials (ASTMvf) Standard designation strength should be determined. D2438 - 'Standard Recommended practice for Description of Soils (Visual (C) Ifa sample breaks easily by -Manual Prccedure).') Type A soils with hand, it is either a fissured an unconfined compressive stc3th of cohesive material or a granular l.5 tsf can be readily indented by the material To distinguish between thumb; however, they can be penetrated the two, pulverize the dried by the thumb only with very great effort clumps of the sample by hand or Type C soils with an unconfined by stepping on them. If the clamps compressive strength of 0.5 tsf can be do not pulverize easily, the easily penetrated several inches by the material is cohesive with fissures. thumb, and can be molded by light finger If they pulverize easily into vct/ P-14 ' L_ I I Li I OCCUPATIONALSAFETYANDHEALTH 1926 Subpar..PAppB RVOULATIONSAND PRQC'DURZS small fragments, the material is granular. 1926 Subpart P App B - Sloping an d Benching. A to subpartP cf par, 1925. (2) Maximum allowable slope. The maximum allowable slope for a soil or rock- deposit shall be determined from Table B -1 of this appendix (3) Adual slope. (a) Scope and application. This appendix contains 0, The actual sloce shall not be specifications for sloping and benching when used as steeper than the maximum .allowable ' methods of . protecting employees working in slopes excavations from cave-ins. The requirements of this appendix apply when the design of sloping and (d) The ac :tal slope shall be less steep t beaching protective systems is to be performed in than the mxd-.I an allowable slope, when accordance with the requirements set forth is them am signs ofdist:-.-ss. If that situadoa 1926.652(b)(2). occur , the slope shall be cut back to an actual slope which is at least 1!3 ' (b) Defurtions horizontal to one vertical (1/3FI 1 V) less steep than the maximum allowable slope. Actual slope means the slope to which an ' excavation face is excavated. (i4) When surcharge loads• from stored material or equipment, operating Dlstres means that the soil is in a condition equipment, or traffic -are prmeat. I where a cave-in is imminent or is hl-ely to occur. competent person shall determine the ' Distress is evidenced by such phenomena as thte degrcc to which the actual slope must be development of5sstues in the face of or adjacent to an reduced below the maximum allowable open excavation; the subsidence of the edge of an slope, and shall assure that such excavation; the slumping of material from the face or reduction is achieved. Surcharge loads I. the bulging or heaving of material from the bottom of from adjacent structures .shall be • an exxeavation; the spatting of material from the face of evaluated is ' accordance with an excavation; and ravelling, i.e., small amounts of 1926,651(i). ' material such as pebbles or little clumps of material suddenly separating from the face of an cccavadoa and (4) Configurations. Coatiguntions of trickling or rolling down into the excavation. sloping and benching systems shall be in accordance with Figure B-1. hfarijnum allowable slope means the steepest incline of an excavation face that is acceptable for the most favorable site conditions as protection against • cave its, and is expressed as the ratio of horizontal • distance to vertical rise (WV). Short term exposure means a period of time less than or equal to 24 hours that an excavation is open. (c) Requirentenrs - (1) Soil darsifaeaaam Soil and rock deposits shall be classified in accordance with sopeuiix P•la I I1 • TABLE B-1 ' • MAXIMUM ALLOWABLE SLOPES .. SOIL OR ROCK TYPE j MA.-CIfL-.t ALLOWABLE SLOPES (s:v) (1) FOR EYYCAVATIOttS LESS TR.12t 20 FEET DEEP(3) ' STABLE ROC :t I VERTICAL (90 Dog.) ' li TYPE A (2) 13/4:1 (53 Des.) TYPE B . 1:1 (45 Dec.) .. TYPE C 1 1/2:1 (34 Dec') 1. Naxbers shown "in parentheses next to najdu allowable slopes are expressed in degrees frca. the horizont3L Angles have been rotmded o!£ 2. A short-term vi=m= allowable slope of 1/2„:1V (63 degrees) is allowed • in'exoavations in Type A soil that are 12 feed (3.67 a). or less in depth. Short -tarn max4" allowable slopes for excavations• greater than 12 foot • .(3.67 n)•in depth shall be 3/4X:1V (53 degrees). -- •, 3. Sloping -or benching for excavations greater than. 20 feet deep shall be , .designed by a•resistered professional engineer. , • Figure B-1 Slope Configurations . (All Slope stated below arc in'the horizontal Co vertical ratio) B-1.1 Excavations made in Type A sail 1. All simple slope excavation 20 feet or less in depth shall have a ma•dmum allowable slope of 3/4:1. I 1 1 1 P-16 ' C I [1 I I I I C I I I I E H I I OCCUPATIONAL SakFETY AND HEALTH 1926 SubpartPAppB REGULATIONS AND PRCCEDUR.L5 20' IVI ax. SIMPLE SLOPE - GENERAL bccpdoa: Simple slope ccoavatioas which are open 24 hours or less (short trm) and which are 12 (cc: orfcss in depth shall have a ma;dmum allowable slope of 12:1. 12' IVI ax SIMPLE SLOPE -SHORT TERM 2. All beached excavation 20 feet or less in depth shall have a mLdmu= allowable slope 0( 3/4 to I and mstimtua beach dimensions as follows: LJ P•17 I ETY AND HEALTH SLvIPLE BENCH iH 3o Maxc Mez 4' Max. MULTIPLE BENCH Jzit 3,4 3. AII c(covaticns a feet or less in depth which have unsupported vertically sided lows portions shall have a nawdmtun vertical side of 3 1R feet. . I. .. . 8' Max. 21 i 314 3 112' rlt rx. UNSUPPORTED VERTICALLY SIDEDLOWERPORTION -MAflIUM8FEETINDEPTH All excavations more than S feet but not more than 12 feet in depth which unsupported vertically sided lower portions shall have a matdmum allowable slope of 1:1 and ma.'timum vertical side of 3 1/2 fact. 13' Max. ---- it 1 1 I 1 II I I I HI I I I 1. I OCCUPATIONALSAFETYAND HEALTH . . ''• 1926 Subpart P Anp B REGULATIONS AND PROCED UR=S UNSUPPORTED VERTICALLY SIDED LOWER PORTION - MAXIMUM 12 FEET fl'(DEPTH All cccava icn 20 feet or less in depth which have vertically sided lower portions that are supported or s: e!ded shall have a mxcmtnn allowable slope of 3/4:1. Tae support or shield susten must extend at lust 13 inches above the top of the vertical side. 1 side SUPPORTED OR SHIELDED VERTICALLY SIDED LOWER PORTION 4. All other simple slope, compound slope, and vertically sided lower portion excavations shall be in accordance with the otheroptions permitted undersee. 1926.652(b). B-1.2 E'ccavatioes Made in Type B Sous 1. All simple slope excavations 20 feet or less in depth shall have a rnkimum allable slope of 1:1. L J I I. SDY LE SLOPE 2. All benched excavations 20 feet or less in depth shall have a mieirnum allable slope cf l: t aad ma'imurn bench dimensions as follows: P.19 I I I OCCUPATIOtYALSAfTyAPODHEALTh 1926 SuhoartPApp RECUL&TIONS AND FROCEDURES This bench allows d in cohesive soil only. /1 3C Ma. t Max t i SINGLE BENCH a - .•'� _ Thais bench aiowadia cohasivs soil or'y v - 2C Mar .� I 1 - 4 ♦ Mar. 1 4M4* 1 Iv1ULTIPLE BENCH 3. All eceavations 20 feet or less in depth which have vertically sided lower poriocs shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such accavaticns shall have a mar mum allowablc slope of 1:1. Support of shield rfatem / II rTotal in. eight e: vvrueal side P-20 II I OCCUPATIOLNAL SAFETYAND FCALTH 1926 Subpart P Ann B RECULATlONS AND PROCEDUR:S VERTICALLY SIDED LOWER PORTION ' 4. All other sloped excavations shall be in accordance with the other optiors pc^iced 4t 1S26.652(b). I I 11 I B -I.) Excavations Made in Type C Soil All simple slope exavaceas 20 feet or less is depth shall have a maxinc.t aUcwabie slcce of I L3a. 2C Max SfIvfPLE SLOPE t L 1/2 2, All excavation 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a taaximum allowable slope of 1 I/2:1. 1 Support os shield systarz 1 1_ 20'Max 18t ' Total height of vertical side 1 CKTIC AL SIDED LOWER PORTION J. All other sloped excavations shall be in accordance with the other options permitted in I926.652(b). B -l.4 Excavation Made in Layered Sails I. Al! excavations 20 feet or less in depth made in layered sails shall have a .^lax rnum slloweble slope for each layer as set forth below. LH P.21 I OCCUPATIONALSAFETYANDHFALTH 1926 SubpartPAppB REGULATIONS AND PRCCEDURLS Hal I _ _ _ _ _ 1 _ _ • 3/4 •BOVERA I C • A/71 • 3/a I COVERA - --- B 1 • I CQVt.xB I P•22 I OCCVPATIOYALSAFETY A,tiDHE.�LTH 1926 Sub B REGUUTIONS A.`1D PROCT..ROLM DUR:S A1 C 2 1 112 t OVZRC 9OVxC 2. All othcr slopcd cNcavations shall be in accordar ce with the other options pernitted i I926.652(b). P-23 I I AND 1926 Subpart P App C - Tithbe r Shoring for Trenches. (a) . Scope. This appcdix contains information that can be used when timber shoring is provided as a .method ofprotection from cave-ins in trenches that do not exceed 20 feet (6.1 m) in depth. This appendix must be used when design of timber shoring protective systems is to be performed in accordance with I926.652(c)(1). Other timber shoring configuration other systems of support such as hydraulic and pncwnatic systems, and other protective systems such as sloping. benching. shielding: -and frccing systems must be designed in accordance with the requirements set forth in 1926.652(b) and 1926.6520). (b) Soil Clasrifcadon. In order to use the data presented in this appendix, the soil type or types in which the ccctvation is made must first be determined using the soil classification method set forth in appendix A of subpart P of this part (e) Prerintodon of Information. Information is presented in several forms as follows: (I) Information is presented in tabular form in Tables C -l.!, C-1.2 and C-13, and Tables C-2.1. C-22 and C-2.3 following paragraph (g) of the appendix. ' Each, table presents the minimum sizes of timber members to use in a shoring system, and each table contains data only for the particular soil type in which the excavation orponion of the excavation is made. The data are arranged to allow the user the flexibility to select from among several acceptable configurations of members based on varying the horizontal spacing of the crosabraces Stable rock is exempt from shoring requirements and therefore, no data are presented for this condition. (2) Information concerning the basis of the tabular data and the limitations of the data is presentod in paragraph (d) of this appendix, and on the tables themselves. (3) Information explaining the use of the 1926 Subpar. P A T[OtNS AND P0.0CED tabular data is presented in paragraph (e) of this appendix. (4) Information iflts, atiig the use of the tabular data is presented in pa: az aeh (to of this appendix. (5) Mixellanccus notations regardingTables ables C-1.1 through C-1.3 a.:d T able C -2.l through C-2.) are presented in paragraph (g) of this Appendix. - (d) Basis andThnitadons ofthe data. - ' (I) Diniensionsofdntbernrentberr. (i) The sizes of the timber member listed in Tables C -Li through C-13 are taken from the National Bureau of Standards (NBS) report, -Recomsncided Technical Provisions for Construction Practice' in Shoring and Sloping of Trenches•and ExcavationsIn addition, where 1425 did not recommend specific sizes of membes. member sizes are based on an analysis of the sizes required for use by existing codes':and on empirical practice. 00 The •iequirei dimensions of the' members listed in Tables C-1.1 through C -l.3 refer to actual dimensions and not nominal dimensions of the timber. Employers wanting to use nominal size shoring are directed to Tables C -2.l through C-2.3, or have this choice under 1926.652(c)(3), and are referred to The Corps of engineers. The Bureau of Reclamation or data front other acceptable sources. (2) Limitation ofappficat.'ort. (1) It is not intended that the timber shoring spccjfieation apply to every situation that may be experienced in the field. These data were do eloped to apply to the situations that art most commonly tperienced in current trenching practice. Shoring systems for use in situations that I I I I I 11 1-1 I I I I p.24 I I I I I I I OCCUPATIONALSAFETYANI)HEALTH 192GSubpartPApn C REC ULkT(ONS AND PROCEDURES are cot covered by the data in this appendix must be designed as specified in 1926.652(c). Cu) When any . of the following condidons arc prescet the member. specified in the tables are not considered adequate. Either an alternate timber shoring system must be designed or another type of protective system designed in accordance with 1926.652. (A) When loads imposed by structures or by stored material adjacent to the trench weigh in excess of the load imposed by a two -foot soil surcharge. The term 'adjace car as used here • ' means the area within a horizontal distance from the edge of the trench equal to the depth of the trench- . I. (0) - When vertical loads imposed on cross braces . exceed a 240 -pound "gravity load dismbutai an a one-footsection of the cotter of I. the aossbrace. (C) .' When surcharge loads arc present from equipment weighing in excess of 20,CCO ' pounds (D) When only the lower portion oft trench is shared and the regaining portion of the trench ' is sloped or beached unless: The sloped portion is sloped at anangle less steep than three horizontal to one vertical; or the members arc selected flau the tables for use at a depth which ' is detemtind from the top of the overall tench, and not from the toe of the sloped portion. ' (c) Use ojTables. The members of the shoring syste^t that are to be selected using this information arc the cross braces, the uprights, and the wales, where wales are required. Minimum sizes of members are ' specified (crux in different types of soil. Thera are six tables of information, two for each soil type. The soil type must first be determined in accordance with the •' soil classification system descnbcd in appendix A to subpart P of part 1926. Using the appropriate table. the selection of the size and spacing of the members is then made. The selection is based an the depth and ' width of the trench where the members are to be installed and, in most instances, the selection is also L based on the horizontal spacing of the cr ssbracrs. instances where a choice of horizontal spacing of crossbracing is available, the horizontal spacing of the crossbraces must be chosen by the user before the size of any manbercan be determined When the soil type, the width and depth of the trench, and the horizontal spacing of the crossbraces are known, the size and vertical spacing of the crossbraces are known, the size and vertical spacing of the crossbraces, the size and vertical spacing of the wales, and the size and horizontal spacing 'o(the uprights can be read from the appropriate table. - (1) Examples to lffusbate the Use of Tables C -I.! through C-13. (1) Example 1. A trench dug in Type A soil is I3 feet • deep and five feet wide. From Table • C-1.1, for acceptable arrangements of timber can be used. Arrangement AI Space 4X4 crossbmces at six feet horizontally and four feet vatieally. • . Wales are not required. Space 3X8 uprights at six feet horizontally. This arrangement is commonly ealled.'skip shoring.' • Arrangement #2 Space 4X6 crossbraces at eight feet horizontally and four feet vertically. Space 8X8 wales at four feet vertically. Space 2X6 uprights at four feet horizontally. Arrangement #3 Space 6X6 crossbraces at 10 fret horizontally and four feet vertically. Space SXIO wales at four feet vertically. Space 2X6 uprights at five fret horizontally. C-25 [1 I AND HEAL Arrangement #J Space 6X6 aossbracei at 12 feet horizontally and four feet vertically. Space 10X10 wales et four feet vertically. Space 3X8 uprights at sire feet horizontally. (2) Excmpfe 2. A trench dug is Type B and is 13 feet deep and five feet wide. From Table C-12 three acceptable arrangements of members are lifted. Arrangement #1 Space 6X6 crossbraces at six feet horizontally and.five fed vertically. Space 8X8 wales at five feet vertically. Space 2X6 uprights at two feet horizontally. Arrangement #2 Space 6X2 aossbtaces at eight feet horizontally and five fat vertically. Space 10X10 wales at five feet vertically. Space 2X6 uprights at two feet horizontally Arrangement fl Space 8X8 aossbraces at 10 feet horizontally and five feet vertically. Space I0X12 wales at five feet vertically. Space 2X6 uprights at two feet vertically. (3) Example 3. A cytch dug in Type C soil is 13 feet deep and five feet wide. From Table C -l.) twvo acceptable arrangements of members can be used. P-26 19265 Arrangemene 1 Space SXS crossbraccs at six feet horzeatally and five fed vertically. Space 10X12 wales at five feet vertically. Position 2X6 uprights as closely together as possible. If watemust be retained use srr_ial tongue sad groove uprights to form tight sheeting. Arrangement #2 Space .8X10 crossbraces at eight fc t horizontally and five feet vertically. Space 12X12 wales at five feet veticaly. Position 2X6 uprights in a close sheeting configuration tmless water presswre must be resisted. Tight sheeting must be used where water must be retained. (4) Er impfe 4 A trrench dug inType C sail is 20 feet deep and I1 feet wide. The she and spacing of members for the section of trench that is over IS feet in depth is determined usingTable C-1.3.Only one arrangement ofinemtes is provided. Space 8X10 crossbtaees at six feet horizontally and five feet vertically. Space 12X12 wales at five feet ve dcally. Use 3X6 tight sheeting. Use of Tables C-2-1 through C-2.3 would follow the same procedures. (g) Notes focal! Tables. I. Member sizes at spacings other than indicated are to be determined as specified in 1926.652(c), 'Design of Protective Systems." 2. When conditions are sa;unted Cr subr,.erged use Tighe Sheering. Tight Sheeting refs s to the use of specially -edged timber plunks (e.g., tongue and I I C1 I „ L I I I. I I I I 1. I I CJ I I 1 I. I. 0CCUPATI0NALSAFETYANDHEALTH 1926SubpartPAnn C REGUUTIONS AND PROCEDURES groove) at least three inches thick. steel sheet piling, are embedded, the vertical distance from the center of or similar construction that when driven or placed in the lowest ezossbrcc to the bottom of the trench shag position provide a tight wall to resist the lateral not exceed 36 inches. When mudsills are used, the pressure of water and to prevent the Icss of backfill vcrcal distance shall nor exceed 42 inches. Mudsills materiaL Close Sheeting refers to the placement of arc wales that ate installed at the tow of the wrath planks side -by -side allowing as little space as possible side. between them. 6. Trench jacks may be used in- lieu of or in 3. All spacing indicated is measured center to cor,.binacon with timbercressbraces. center. 7. Placement of crossbnees: 'When the ve,—,ical 4. Wales to be installed with greater dimension spacing of ctossbraces is four fecc, place the top horizontal. aossbrxe no morn than two feet below the top of the a•cnch. When the vertical spacing of crossbnces is 5. If the vertical distance from the center of the five feet. place the top crossbrace no more than 23 lowest aossbcuce to the bottom of the trench exceeds feet below the top of the treaeh. • two and one-half fest. uprights shall be firmly embedded or a mudsill shall be used. Where uprights• P-27 •1 I OCCUPATIONAL SAFETY A+ti'D HEALTH 17_G SubpartP Ann C •• REC ULATIONS AND PROCFOGR.S, TABLE C-I.I T!M2t TRENCH SHORING -• • MINIMUM TIMBER REQWR M_^:•TS SOILTYPEA Pa =25xH+72psfQftSurcha;:) - ' rrr rt sn r..rna •, to CROSS BRACE ViifGc� WID2HOFist4tCFi �s Vs_4i. NAx HIN ALLCWAat1 HC/J7:1YTAL3)ACnG q UP ID UP IO up IO up IO Op N IIACIN S/�ia.}� c;::Tl 4 6 9 12 IS N... PT) �Pp.�{Cit�{t• 1•`•:'e aweI 4 S f 6 18 10 Hct I 474 414 476 676 616 4 Pfd '"— 2x6 - UP TO ' • I I2x8 8 414 474 476 676 676 4 RWII —"' i0 UPIO' I I 10 476 416 476 676 616 4 878 4 2x6 10 14710 19 416 476 ' 616 0,474 616 t 8184 2x6 10 UP6ID 474 414 416 6 6 1 Rtad a" 3x8 UPlo 8 AlL416 616 626 616 4 878 4 17x6 I SO UP TD 10 676 67S 626 6$8 618 4 8210 t _ 2x6 15 UPIO U 6 6 678 679 1•• 10210 t I 3x8 I UP TO I '•: 13 6 6 6 6 6 6 A 6 A 1 628 1 3x6 . UP TO 8 616 676 676 678 618 t 828 3rd I to UP IO 10 8$8 878 878 878 8710 t 8210 t 3x6 20 UP IO 12 878 ax 8 10 -102-( 0vf 20 SHOttt h 'AC-cdou' aey w1htbcdr;str-rr lass0�.-e850M ••iC- tyadxe�hcdedicts�y^� ybe$b0 dfr t0d. P -is 1 OCCUPATIONAL SAFETYA,ti'DHE-SETH 1926SubnartPAnn C RECULAT[OYS A.'1D PROCEDURES TAE LE C -.12 TU VGER TRENCH SHORING •• MINIMUM TliVSER RcOUlRD�M•' 'i S SOIL TYPE B P —45XH + 72psf(2 R Surcharge) a A eN A 1n OF CROSS 8 4CE S rFOW i S Ri:NCH HOB WIDTH OF TRENCH (FEET) VERT. _ VE.RT• 4LLOWA5LMO E FO tC-r.ET) SPPC4O UP IC UP T q UP T UP T UP T FACING (� PACING SPACING rC r2D 4 6 9 12 15 (F Fc T) (FEE 1) Sg 5UPTO6 4x6 4x6 6.x6 6x6 6x6. 5 6x8 5 J. UP TO 8 6x6 6x6 6x6 6x8 6x8 5 8x10 5 TO TO 10 6x5 6x6 6x6 6x8 6x8 5 • 10x10 5 10 •.. .. 10 ate UP TO 6 6x6 6x6 6x6 6:c8 6x3 5 8x8 5 UP TO 8 6x3 6x8 6x8 8x8 8x8 5 10x10 5 TO Tuprolo 8x8 8x8 8x8 8x8 8x10 5 10x12 5' ' • 0 15 15 el UPTO6 6x8 6x8 6x8 8x8 8x8 5 8x10 5 3x6 UP TO 8 8x8 84 8x8 8x8 8zI0 5 10x12 5 3x6 . '. TO - TO l0 8 0. 8x10' 8x10 8x10 8x10 .' 5 - :. • 'S ..: '3x6 20.... See e OR SEE NOTE 1 0 - .. _ ..--- can -- - - - • Mixed oak or equivaic t wltn a belong nragwn flu'. toa ..,_. ...i.. ray. •' Manufact rcd mcnbcs of equim1c1,1 streagth may by subsbt.utd for wood P-29 I CCCUPATICr4S&LSAFETYAND HIALTH 19_6 Subnar. P App C ..... R9.CULATIONS AND PROCEDUR TABLEC•13 , TP,fER TRENCH SHORING - MINIMUM Tl,ER REOU RNf N i S SOILTYPEC P=SOXH+ 72psf(2fLSwchzg a e) ■ DEPTH SIZE(ACTUADJ AND SPACING OF MEMBERS" OF CROSS BRACE WALES PRIGHTSi`ND TECH HORIL WIDTH OF TRENCH FEET) VERT. Vtik T . ATJOW HOR. SPAC. (FEED SPACNC UP IC UP Tlu? TC UP IC UP TC SPACINGSPACNG'FEET) (See Note 2) (FFEET) 4 6 9_ 12 l5 (FFEI) (FcET) S I ( I 5UPTO66x86z&6Z88X88X8 5 8x10512x61 1 2x6 I I , TO 8 •8x8 8x8. 8x8 8x8 8x10 5 Ox12 5 2x6 I I • TO I TO1 8x10 8x10 8x10 8x10 10x10 5 I2XL2 5 12x6 I I I • 10 Hotel I I 1 10 UPTO68x8 8x8 8x8 8x8 8x10 5 1Y5 2x6 j I T08 8x10 8x10 8x10 8±10 IOx10 5 Tall - 5 2x6 I , To. I oel . 15ee Note! I. I I5 UPTO68x108x108x108x1010XLQ 5 L2xL2 53x6 I I I. • See TO ee I I ate l 20 ootte I • I ' OVER V SEE NOTE 1. , Mud oak or equiv tent wth a Sag strengh not less L 850 psi '* l;E:nufacturd members of equivzlent strength may by suk' 12d for wood. , • P.3o i I 1 ' OCCVPAT10CrALSAFETYANDkEALTH .1926SubnartPApn C ' R..GUUTIONSAND PROCEDURES TABLEC-2.1 - 2.1 : TIMBER TRENCH TRVCH SF{ORNG •- NUHLI fU?ef T[itIDEP. REQCfiprlvENTS* SOIL TYPE A P(a) = 25 X H 72 psf (2 ft. Susc:ar ) SEE(4S) AND SPACING OF MT63ERs ** D CROSSH24CZS WALE-UPRIGais o? . iCS EORTL wmrao?TL'h_FE •• Vr1I. Sitr 41.31'. wuwuMALL0WA6ueau;rnt LZMCrc e.. SrACIiG urm ury urt uric :u,.m SPACWCr ACING • «e- 4 6 o n u e_a ^i) CLo5E • 4 I S 6 I 0 6Io 4X4 4Y4 474 434 CS 4Not I P6 iF6 5 . ' UPTO Nat 434 414 434 185 476 4 p-�6 42i TO UPTO 416 4% 4%4 676 676 4 679 4 473 la 1 10 OP TO 415 4Z5 415 61b 636 4 9 9 4 436 n b -P 06 4X4. 4Y4 47i 6Y56Z 4 & d Rid 4316 ' 10 iJPe 0 474474 i1b 6Y3 636 4 0%9 4 • • 4Y3 - TO UPTO 4 1 15 .. 10 � 6Y6 676 616 6Y6 4 6'19 �. 459 IIi i0 6 615 6t6 673 6X3 4 9310 4 41b 14 U0 UP6 0 6- 676 6i5 1676 673 4 ___I_'_I___ 4 3X6 ' l5 UP IO 9 161a 676 676 6i4 b16 4 6301 4 3744W TO GP IO 6X5 6A6 6J5 676 . 6A3 4 8X10 4 376 !0 ant 6316 6216 659 1643 4 exn 4 3Y6 4%13 1 o oa SEE NOTE l ' * (La with not t1500psi. •' jlaauf aura :r_:ncea of a ;tt ,r,.itat strength w. y oe s6stituted for wood 1 I. 1 P1 OCCUPATXOIYALSAFETYANDHEALTH --•1926SuboartPAn PWCULLTI0NS AND PRCC DU TA.BLEC-2.2 TIER TRENCH SHORING •- MINIMUM TDIBER REQUZR V `STS SOIL TYPE B P(a) = 45 X H + 72 psf (2 ft Surch rge) DIP t9 -- SIZE (S4S) AND SPACING OF MEMBERS RS *' OF CRtT,,.yc3g::, GAJZ Ii.=ir.^".TS TRENCH E0R' WTilEiSPACING SIZE my.MA,TwusJALL4'XAaLIifGA;.Cn,Als<ncncSPACING I0 IJP IO IO ,, ,jj SEA LIN6 { (CLOSEE 12 I 3UP TO {Z{ 416 6 S 6M S3XIijI6 II8i0 {�' 416 S 823 S. 1355 { I 10 U110 476 416 616 676 6X8 TO S 8110 S I I {rB I I Aot1 I I I upto 616 66Y663 63 $ 8X8 S 316 14110 6 10 BS . 635 658 61t8 8X9 8X8 I S • 10%10 5: 316 •I 4.K10 TO IIiTO 8X8 8X8 838 .S •1- -. 110%12 j374 {X10 J. I.:. !s sI I - I I i uP o 638 6)8 673 6X8 8�9 . S 8%10 S.. • 476 15 IIaN 6� 6a316X9 8 8X9 S lam S 476 I TO 1W 858 858 8q 82 1us S 112311 S 476 I 20 Set itt 1 I I s�� ito 1 ---- oI— * Dcyu f_ or enli•,that with abkrdi; stt.gth mt less tlit 1500 psi ** hfa_mfactund zttt.b s of eq ni nt st'u lk nuybe substituted forwccd. P•32 1 I. OCCUPADONALSAnTYANDBIALTH 19:GSuGnartPAnn C REGULITLONS AND PROCEDURES 1 TABLEC2.3 - 2.3 TITHER TRENCH SHORING •• MWIIvLUM TIER REQUIREMENTS' ' SOE, T YPE C F(a) = 80 X H+ 72 psf (2 ft. Sarcrzrge) . DEPTH SiZL(S45) AND SPACIi1G OF MEMBERS" OF CROSS BRACES WALES .UPRIGH'TS TRENCH HOB. WIDTH OF TRENCH (iM7) VnI. MT. MMWUN ALLCRAItIXCUZCflTAL VACnC ' SPACIH•G SPACQ{G (rUT) SPACIN 0P TO OP TO IIPN OP TO 0P i0 UP TO 6F5 635 636 636 8Z S. 8P3 ' S 396 S, 6 UPI 6F5 6�5 6961 839 83s. 10310 S 396 B ' TO fPlO S 103U S 336 10 See• ' Ndel UPTD 6d63 649 8�. 8X8 S 10X10 ..S. . 174 10• ' upra 858 8ID 858 8f8 838 3 10X10 4 S {6 8 TO Set IS Edit ' Ste - Here 1 ufIO 858 8.44 8I0183108310 S 10X17 S 436 I. 15 Set TO Maul ' See 20 H�� l Set OVER S� NOTE 1 -- — —_ 'Dou,bfuorequit i ntkithsbendi"strengthrmtLossth�.21500psi ' '" yfrtjfactured marches of eg6zllnt strength nuybe substituted for weal I. ' P•33 TONAL SAFETY At 1926 Subpart P App PD ' Aluminu m Hydraulic Shoring for Trenches (a) Scope. This appendix contains information that can be used when aluminum hydraulic shoring is providd as a method of proteetiorfagainst cave-ins in trenches that do not exceed 20 feet (6.Im) in depth This appendix must be used when design of the aluminum hydraulic protective system cannot be performed in accordance with I926.652(cX2). (b) Soil Cfasrffrcadon. ' In order to use data presented in this appendit,_the soil type or types in which the excavation is made mu t first be determined using the soil classification method set forth in appendix A of subpart P of part 1926. (c) Prerentadon of fRfonnadon InfOrnaton IS presented in several forms as follows: (1) Information is presented in tabular form inTablesD•1.l,D4.2.D-lJand D-1.4. Each table: presents the maximum vertical and horizontal spadngs that may be used with various aluminum member saes and various hydraulic cylinder size& Each table contains data only for the particular soil type in which the excavation orportion of the excavation is made. Tables D-1.1 and D-11 art for vertical shorts in Types A ad B soil. Tables D-13 andb4.4 are forhorizontal wale systems in Types B and Csoi1 (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appendix. (3) Information explaining the use of the tabulardata is presented in paragraph (e) of this appendix. , (4) Information illustrating the use of the tbulardata is presented in paragraph (f) of this appendix. (5) Miscellaneous notations (Footnotes) regarding Table D -l.( through D-1.4 arc Sub art P And D AND PROCED1J E$ presented in paragraph (g) of this appendix. (6) Figures, illus:ating typical installations cf hydraulic shoring, arc ircludedjust prier to &.c Tables. The illustrations page is entitled 'Aluminum hyd.-aulic. Shoring Ty, in Installations' I I (d) Basis and i7mitadons of rise data , (1) Vertical shot= rails and horizontal wales are those that meet the Section Modulus requirements in the D -I Tables. Aluminum material is 606 1-T6 or material of equivalent strength and propc motes. (2) Hydraulic cylinders specifications. to 2 -inch cylinders shall be a minimum a 2 -inch inside diameter with a minimum safe wdriing capacity of no less than 18,000. pounds axial compressive load at maximum extension. Maximum, extension is to include full range of cylinder extensions as recommended by product manufacturer. (U) 3 -inch cylinders shall. be a minimum 3 -inch inside diameter'with a ante working capacity of not less than 30,OCA pounds axial compressive load at extensions as recommended by product manufacturer. (3) Limitation of application. Ci) . It is not intended that the aluminum hydraulic specification apply to every situation that may be experienced in the field. These data were developed to apply to the situations that are most commonly ecpericnccd in cu rent trenching practice. Shoring systems for use in situations that are got coved by the data in this appendix must be otherwise designed as specified in 1926.652(c). (ii) When any of the following conditions. are present, the membe, specified in the Tables are not considered I 1] I I I I I LI I p.34 I I I I I I [1 I 1J I OCCUPATIONALSAFETYANDHEALTH • e 1926SubpartPAnpD REGULATIONS AND PROCEDURES adequate.' in this case, an alternative aluminum hydraulic shoring system or other type of protctive system must be designed in accordance with 1926.652. (..A) When vertical loads imposed on cross br_ccs exceed a 100 Pound gravity load distrttuted on a are foot section of the ccite, of the hydraulic cylinder. (B) When surcharge loads an presctt from equipment weighing in excess of 20,0(0 pounds (C) when only the lower portion of a trench is shored and the recasting portion of the trench is sloped or benched unless: The sloped portion issloped at an angle less ste-p than three horizontal to one vertical; or the members are selected him the tables for use at a depth which is determined from the top of the overall trench, and not from the toe of the sloped portion. ' (e) UseofTabtaD-1.1.D-12,D-l3 andD-1.4. The members of the shoring system that are to be selected using this information are the hydraulic • ' cylinders, and either the' vertical' shores or the horizontal wales' When a wake system is usd the vertical timbeshcding to be used is also selected from these tables. The Tables D -1.I and D-1.2 for vertical I. shores are used in Type A and B soils that do not require sheeting. Type B soils that may require sheeting, and Type C soils that always rtquire ' sF.cCng, arc India the horizontal wale Tables D=13 and D-1.4. The soil type must fast be determined in accordance with the soil classification syste.:t ' described in appendix A to subpart P of part 1926. Using the appropriate table, the selection of the size and spacing of the members is made. The selection is based on the depth and width of the trcch where the ' members are to be installed. In these tables the vertical spacing is held constant at four feet on center. The tables show the maximum horizontal spacing of ' cylinder allowed for each size of wale in the waft: system tables, and in the vertical shore tables, the hydraulic eyt rder horizontal spacing is the same as the vertical shore spacing. ' (Q. Eran+ple to illustrate the Use of dte Tables: (1) Example 1: A catch dug in Type A soil is 6 fat deep and 3 feet w44e From Table D -l.1: Find vertical shores and 2 inch diatne c eylirde.-s spacd 8 feet on center (o.c.) horizontally and 4 feet on rester (o.c.) vertically. (See Figures I & 3 for typical installations) (2) Example 2: A trench is dug in Type B sod that does cot require sheeting. 13 feet deep and 5 feet wide. From Table 0-1.2: Find vertical shores and 2 inch diameter cylinder spaced 6.5 feet o.c. horizontally and 4 feet o.c. vertically. (See Figures 1 & 3 for typical installations.) (3) A trench is dug in Type B sod that does not require sheeting, but does ccperieue some minor raveling of the ttcrch face, the teach is .16 feet deep and 9 feet wide. From Table D-11: Find vetical shores and 2 inch diameter cylinder (with special ovetsle_eves as designated • by Footnote #2) spaced 5.5 feet o.c. horizontally and 4 feet o.c. vertically. Plywood (per Footnote (g)(7) to the D-1. Table) should be used behind • the shores (See Figures 2' & 3 for typical installations.) . (4) Example 4: A trench is dug in previously disturbed Type B soil, with characteristics of a Type C soil, and will require sheeting.. The trench is 18 feet deep, and 12 feet wide 8 foot horizontal spacing between cylinders is desired for working space. From Table D-13: Find horizontal wale with a section modulus of 14.0 spaced at 4 feet o.c. vertically and 3 inch diameter cylinder spaced at 9 feet maximum o.c. horizontally, 3 x 12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Example 5: A ireuh is dug in Type C 'soil, 9 feet deep and 4 feet wide. Horizontal itindee spacing in execs of 6 feet is desired for wonting space. From Table D-1.4: Find' horizontal wale with 'a section modulus of 7.0 and 2 inch diameter cylinders'spaced at 6.5 fee: o.c. horizontally. Cr, find horizontal wale with a 14.0 section modulus and 3 inch diameter ' P•35 I I OCCUPATIOC(AL SAL? E'i HEALTH cylinder spiced at 10 feet o.c. horizontally. Both wales arc spaced 4 feet o.c. vertically, 3 x 12 timber sheeting is required at close spacing vntically. (See Figure 4 for typical ins alladon.) (e) Footnotes, and general notes, for Tables D-1.1, D-1.2, D-13, and D -I..>. ` (1) For applications other than those listed in the tables, refer to 1926.652(e)(2) for use of rnanufa • , s tabulated data For trench depths in excess of 20 feet, refer to I926.652(c)(2) and 1926.652(c)(3). (2) 2 inch diameter. cylinders, at this width, shall have structural steel tube (35 x 35 x 0.1875) ovcrslceves, or structural overslc ves of manufacturc&s specWation; extending the full, collapsed length. (3) Hydraulic cylinders capacities. n 2 -inch cylinders shall be a minimum 2 -inch inside diameter with a safe working capacity of not less than 13,000 pounds axial compressive load at matdmum ocehdom Maximum extension is to include full range of cylinder extensions as recommended by product manufacturer. (ii) 3•inch'cylindcrs shaU be a minimum 3 -inch inside diameter with a safe work capacity of not less than 30,000 pounds axial compressive load at maximum extesion. Maximum extension is to include Mi range of cylinder extensions as recommended by product manufacturer 1926 Sub (4) ' All spat : -g indicated is res ed ecctcr' to center. (5) Vertical shoring rails shall have a minimum section modulus of 0.40 inch. (6) When vr..ical s:.cres are u:ed,'ihe a must be a minimum of three shores spaced equally, horizontally, in a group. (7) Plywood shall be 1.125 inch thick softwood cr0.75 inch thick, 14 ply, arctic white birch (Finland form). Please note that plywood is not intended as a structural member, but only forprevettien of local raveling (sloughing of the trench face) between shores' (3) See appe•dix C for timber spcciticaticns. (9) Wales are calculated for simple span conditions (10) Sc: appendix D, item (d), for basis and limitations of the data. 1 I 11 11 I L P•36 , I 1 1 1 I. 1 I 1 OCCUPAT roNAL SAk to Al m F�ALTTi 1926 Subpart P Anp D REGULATIONS AND PROCEDURES •PLtTMSNUH I-=- R+ULIC S-CRING •. TYPICAL IN5T?LL?XICNS nc�aa.l vcirut wuvx U7rcv. NuQU+ xra.u:<xAac ucea�:c,ac / I Fi.+(aThca / I )OO41& mac VROT ?Ac2C .,Y n.fltl,t !n: P•37 vj C._L'i I I OCCUPATIONAL SAFETY AttD HEALTH 1926 Subn.i t P App D REGCLUTIONS AND PROCEDCR ZS • 1 TABLE 0-1.1 ALUMINUM HYDRAULIC SHORING 4FRTICAL SHORES FOR SOIL TYPE A HYDRAULIC CYLINDERS [DEPTHI MAXLIvn1M WIDTH OF TRENCH(i•ET) OFORIZONTAL VERTICALTRENSPACING SPACING V .UPTOB OVER8UP 0/�!?UP nTO 12 TO 15 (ten (gin OVER 5 8 UP TO 10 OVER 10 8 4 2INCH 2INCH 3INCH UP TO DIAMETER DIAMETER DIAMETER 15 NOTE (2) OVER 15 7 UP TO 20 OVER 20 NOTE (I) Footnotes to tables, and gSnorees oa hyd?auhc ss onng. are found m A: pcn x D. Item (g) Note (1): See Appendix D, Item (g)(1) Note (2): See Appendix D, lien (gX2) I C1 I I CI uu I I I I I I I P•38 E I 1 1 1 1 1 1 I I 1 1 1 I 1 I 1 OCCUPATIONAL SAFETY AND HEALTH 1926 Subpart P App D RECULATIONS A -ND PRQCZDLRS DEPTH OF TRINCH (Z) OVER 5 UP TO 10 OVER 10 UP TO 15 OVER 15 UP TO 20 OVER 20 TABLE D -1.2 ALUNIIN A HYDRAULIC SHORING VERTICAL SHORES FOR SOIL TYPE B HYDRAULIC CYLINDERS NIAXLMTJN MAXIMUM WIDTH OF TRENCH.(FEET) HORIZONTAL VERTICAL - SPACING SPACING UP TO 8 OVER 8 UP OVER.I2 UP- T012 TO15 E .6.5 4 2INCH ' 2INCH DIAMETER DIA1 ETER NOTE (2) NOTE (1) 3 INCH ." DLAMETFR• Footnotes fo tsbtes, s6 gags cr hYihodn; yz found-ntAppeEc D, item (g) Note (L): See Appendix D, Item (Q' 1) Note (2): See AppendLK D, Ram (t(2) P-39 i OCCUPATIONAL SAFETY AND HEALTH 192G Subni t P Ann D I. R£GULiTIONS AND PRCCLDUFES TABLED • 1.3 L I HYDRAULIC SHORING ' WALER SYSTEMS • FOR SOILTYPEB , WALES �{HnYDRAULIC�CCYLINDERS IT EMBER UPRIGHTS DEPTHRIDTH O THE CH (F'T H(.:. inttCAJ.C /ACIIG OF ' ��� (CN Ctfl ttj ' vzrnCAszencn APT08 . 0Vfl8UPT0L2 0LLtuuPT0L5 TRINCH ;r�enc MGOULus SOLID 2- 3i. E0?IL CVLn0CR E0BIZ CYttWl& LOP!?-LuvorrSr_•i (FEE+) uern __ SPACD1C0WJCUSPACDTG 0LAMET1I SPACDivgCuwrrz , OVER . 3.5 .8.0 2IN 8.0 Mann) 8.0 13 rK • 5 4 7.0 9.0 2IN 9.0 xo j 9.0 I3IN — — 3:I2 , UP TO 10 14.0 12.0 3114 12.0 3IN 12.0'13IN , OVER 3.5 6.0 2IN 6.0 Noun) 6.0 I3IN 10 4 7.0 8.0 3IN 8.0 3114 8.0 I3IN - 3112 ' UP TO 15 14.0 • 10.0 31K10.0 3IN .10.0 31W OVER .3.5 5.5 2IN 5.5 Lro�rEnt 5.5 3IN UP TO 7.0 6.0 31K6.0 3114 6.0 13I1 3%1? - 20 14.0 9.0 3IN 9.0 34 9.0 3IN ' OVER 20 NOTE (1) ' Footnotes to tables, 2nd onoteIt=(_) Notes (t): See Appendbc D, Item (g1) Notes (2): See Appendix D, Item (g)(2) Consult product ranufacturt and/or q ��'ned e^gseer for Section Modulus of a;r itbIa w —des. 1 P,40 1 OCCUPATIONAL SAFETYAI'TDHEALTH 1926SubparlPApnD -. REGULATIONS AND PROCEDURES TABLED- 1.4 ALUMINUM HYDRAULIC SHORING WALER SYSTEIIS FOR SOIL TYPE C pot cc HYDRAULIC CYLINDERS f i t1zv2 R UP?.1Gr:I DE?TH WIDTH OFTRE4CH(F .i) 1. YCCz0 57ACarc (On_?) OF TRENCH Pi^.CAL SJ.ICIIPG sw oN LSCDULUS Up TO 8 o na D7 :o 12 oczt l: UD :0 U SOLID ccnL atL ,cnz. CYLYtn IL HCehs QLlnct* 2PT' 3rr. mL � � \+E.+rn / r- •1 tLti•(3)) rACIIC CI Mlttt UACr CIAA1fltIUACMC OIAMLTtL OPI:TL 3.5 6.0 2IN 6.0 xorrzl 6.0 3 VI 7.0 6.5 S 4 21N 6.5 N=•G(2) 6.5 3 LY 3X12 - UPTO 10 14.0 10.0 3W 110.0 3 IK 10.0 3 IN 3.5 4.0 2W. 4.0 IT=(2) •40 3 Cr OVER 10 4 7.0 5.5 3 1( 5.5 3 Dr 5.5 3 Dr 3X12 - UPTO .. ' 3IN 8.0 3W8.0 3Dt 14.0 8.0 13 3.5 3.5 2IN 3.5 3.5 3IN OVER Nora) 15 4 3 DT 5.0 •3 Dr 5.0 JEW . 3X12 - - 7.0 5.0 UP TO 20 14.0 6.0 3D? 6.0 3W. 6.0 3 OVER20 --NOTE'(1 - Footnotes totthles,andgt cdnotesoahyz-aulcsbodng,amfourdisApnet-Idi D,Item(g) Notes (1): See Apperdts D, Item (g)(1) Notes (2): See Appends D. Item (g)(2) •Corsnit pn:dact wer4forqtiiftd engLteerfarSeetionModuius of l t L• w'Jes. HEALTH 1926 Subpart I 1926 SubpartP App E - Alternatives to Timber Shoring 1t;• MAX VEittCAL SPACING — VEiTICAL RAfL HYDRALLIC CYLAC=2 r MAX -" F,g'n 1. A.5aa'm Eye.-aWt flora's EN OOOO Fire 2. Pneurt2tdhy&'alie Shoring P42 OCCUPATIOr{ALSAFETYA`MHEALTH 19265ubpartP.App E AECUUTI0NSA.YD PAOCZDURZS Figure 3. Trench lacks (Screw lacks) Figure 4. Trench Shields P•43 SAFETYAND F 1926 Subpart P App F - Selection of Protective Systems Is there potential for cave-in? Go to Fiver: 2 ,TH art Trefollowing figures area graphic stnm'nry of the requirements ents contained in subea.-t P for ' eccavaticns 20 Fat crless in depth. Protective systems for uscin excavations more than 20 feet in depth must be designed by a r_gis:c:ed ptvfessional engineer in accordance with sec. 1926.632(a) and (c). 1 Is the excavalionmore then S feet in depth? 1 !iO YES Is the excavation entirely in stable rock? I Excavatioamayba YFS made with ve?.ical sides. E.ccavation must be sloped, shored, or shielded. i NO 1 orirg or shielding lected. Go to Fie 3 ' FIGURE t - PR cr hfINARY DECISIONS P.44 I I. I.. I. 1 1 [THIS PAGE B4TD4TIGNALLY LEFT SLANX] P-43 APPENDIX B ARKANSAS STATE LICENSING LAW FOR CONTRACTORS Arkansas State Licensing Law For Contractors Act 150 of 1965 As Amended by Act: 142 of 1967 293 of 1969 546 of 1971 684 of 1977 1020 of 1979 9275 of 1981 180 of 1985 495 of 1987 26 of 1989 795 of 1989 856 of 1993 553 of 1995 335 of 1997 378 of 1997 Revised May, 1997 As Amended by Act: 142 of 1967 293 of 1969 546 of 1971 684 of 1977 1020 of 1979 9275 of 1981 180 of 1985 495 of 1987 26 of 1989 795 of 1989 856 of 1993 553. of 1995 335 of 1997 378 of 1997 An Act to Recodify the Provisions of Act 124, Approved February 24, 1939, and Act 217, Approved March 20. 1945. and Act 153, Approved February 23, 1951 and regulating the Practice of Contracting in the State of Arkansas; to Fix Maximum Salaries and Establish Qualifications for Employees of the Board and to Limit the Number of Employees to be employed by the Board. BE IT ENACTED BY THE GENERAL ASSEMBLY OF THE STATE OF ARKANSAS: CHAPTER 25 CONTRACTORS Subchapter I - General Provisions §17-25-101 Definition (a) As used in this chapter. unless the context otherwise requires, "contractor" means any person. firm, partnership. copartnership, association, corporation, or other organization. or any combination thereof, who, for a fixed price, commission, fee, or wage, attempts to or submits a bid to construct, or contracts or undertakes to construct, or assumes charge, in a -1- supervisory capacity or otherwise, or manages the construction. erection, alteration, or repair, or has or have constructed, erected, altered, or repaired, under his, their, or its direction. any building. apartment, condominium, highway, sewer, utility, grading, or any other improvement or structure on public or private property for lease, rent, resale, public access, or similar purpose, except single-family resideneo, when the cost of the work to be done, or done, in the State of Arkansas by the contractor including, but not limited to, labor and materials, is twenty thousand dollars (520.000) or more. However, when a person or entity acts as a contactor in. the construction, erection, alteration, or repair of his own or its own property, such action shall not result in the person or entity being required to obtain a license, but the person or entity must comply with all other provisions of this subchapter. (b) However, the twenty thousand dollar ($20,000) exception shall not apply to any project of construction in which any of the construction work necessary to complete the project, except any in -progress change orders, is divided into separate contracts of amounts less than twenty thousand dollars (520,000), a purpose being to circumvent the provisions of this chapter. (c) It is the intention of this definition to include all improvements or structures, excepting only single family residences. (d) Materials purchased by a prime contactor from a third party shall not be considered as part of the subcontractors project, if the prime contactor has the proper classification listed on a current contractor's license for the work being performed by the subcontractor. §17-25-102 Exemptions The following shall be exempted from the provisions of this chapter. (1) The practice of contracting as defined in §17-25-101 ' by an authorized representative or representatives of the United States Government, State of Arkansas, incorporated town, city or county, or other political subdivision of this state; ' (2) Architects and engineers. whose only financial interest in a project shall be the architectural or engineering fees for preparing plans, specifications. surveys, and supervision that is customarily furnished by architects and ' engineers. . §17-25-103 Penalties - Enforcement (a) Any contractor shall be deemed guilty of a -2- I L I misdemeanor and shall be liable to a fine of not less than one hundred dollars (Sl00) nor more than two hundred dollars ($200) for each offense, with each, day, to constitute a separate offense, who: (1) For a fixed price, commission, fee, or wage, attempts to or submits a bid or bids to construct or contracts to construct, or undertakes to construct, or assumes charge in a • supervisory capacity or otherwise, of the construction, erection, alteration, or repair, of any building, highway, sewer, grading. or any other improvement or structure, when the cost of the work to be done by the contractor including, but not limited to, labor and materials, is twenty thousand dollars ($20,000) or more, without first having procured a license to engage in the business of contracting in this state; • (2) Shall present or file the license certificate of another, (3) Shall give false or forged evidence of any kind to the board, or any member thereof, in obtaining a certificate of license; (4) Shall impersonate another, or (5) Shall use an expired or revoked certificate of license. (b) The doing of any act or thing hereinprohibited by any applicant or licensee shall, in the discretion of the board, constitute sufficient grounds to refuse a license to an applicant or to revoke the license of a licensee. (c) Regarding any violation of this chapter, the board shall have the power to issue subpoenas and bring before the board as a witness any person in the state and may require the witness to bring with him any book, writing, or other thing under his control which he is bound by law, to produce in evidence. (d) No action may be brought either at law or in equity to enforce any provision of any contract entered into in violation of this chapter. No action may be brought either at law or in equity for quantum mavit by any contractor in violation of this chapter. (e) (1) (A) Any contractor who, after notice and hewing, is found by the Contractors Licensing Board to have violated, or used a contactor in violation oC this section shall pay to the board a civil penalty of not less than one hundred dollars ($100) nor more than four hundred dollars (S400) per day for the activity. However, the penalty shall not exceed -3- three percent (3"/e) of the total contract being performed by the contractor. (B) The penalty provided for in this subsection, plus interest at ten percent (10%) per annum, shall be paid to the Contractors Licensing Board before the contractor can be issued a license to engage in the business of contracting in this state. In addition to the assessment of the penalty, the Contractors Licensing Board may, upon a finding of a violation of this section, issue an order of abatement directing the contractor to cease all actions constituting a violation of this section. (2) The Contractors Licensing Board shall have the power to withhold approval, for up to six (6) months, of any application from any person who, prior to approval of the appliation, has been found in violation of this section. (3) All hearings and appeals therefrom under thi section shall be pursuant to the provisions of thi Administrative Procedure Act, as amended, §25-15-201 et seq. (4) No proceedings under this section may be commenced by the Contractors Licensing Board after three (3) years from the date on which the act or omission which is the basis for the proceeding occurred. (5) The Contractors Licensing Board shall have the power to file suit in the Circuit Court of Pulaski County to obtain a judgment for the amount of any penalty not paid within thirty (30) days of service on the contractor of the order assessing the penalty, unless the circuit court enters a stay pursuant to the provisions of the section. (6) The Contractors Licensing Board shall have the power to file suit in the Circuit Court of Pulaski County to enforce any order of abatement not complied with within fifteen (15) days. excluding Saturdays, Sundays, and legal holidays, of service on the contractor of the order of abatement If the circuit court finds the order of abatement to have been properly issued, it may enforce the order by any means by which injunctions arc ordinarily cnforced..However. nothing shall be construed herein to diminish the contractor's right to appeal and obtain a stay pursuant to the procedures provided for in this section §17-25-104 Injunction When any contractor not licensed by this board shall engage or attempt to engage in the business of contracting as herein defined, the board shall have the right to go into the proper court in the jurisdiction in which the work is being performed and, upon affidavit, secure a writ of injunction, restraining and prohibiting of the work then being §17-25-105 Form of Indictment In all prosecutions for violations of the provisions of this chapter for engaging in the business of contracting without a ._ certificate of authority, it shall be sufficient to allege in the indictment affidavit, or complaint that " 'A' unlawfully engaged in business as a contractor, without authority from the Contractors Licensing Board, State of Arkansas, to do so., §17-25-106 Grain Bin Exemption The provisions of this section shall not apply to the construction of grain bins on a farm which are to be used solely for the purpose of staring grain harvested by the owner or lessee of the faun Subchapter 2 - Contractors Licensing Board §17-25-201 Creation - Members (a) There is seated a Contractors Licensing Board, consisting of seven (7) members, who shall be appointed by the Governor. (b) Each member shall be at least thirty-five (35) years of age and must have been a resident of the State of Arkansas for the previous five (5) years. (1) (A) Five (5) members shall be contractors of not less than ten (10) years' experience in responsible charge of construction projects of a magnitude consistent with the duties of their offerers. Each must hold an unexpired contractors license issued undo this chapter. Each must, at the time of appointment, maintain his or her principal place of business in Arkansas. (B) At least one (I) member of the board shall have had as a larger part of his business the construction of sewers and waterworks. (C) At least one (1) member of the board shall have had as a larger part of his business the construction of buildings. At least one (1) member of the board shall .a Part of his business the construction of (2) Two (2) members of the board shall actively engaged in or retired from the profession of mntractihg. One (I) shall represent consumers, and one ( I shall be sixty (60) years of age or older and shall represent the elderly. Both shall be appointed from the state at large subject to confirmation by the Senate. The two (2) positions may not be held by the same person: Both shall be full voting members but shall not participate in the grading of examinations. ' (c) (I) Members shall serve five-year terms. (2) Terms shall expire on December 31 or the fifth year. (3) Each member shall hold over after the cxpintion or his term until his successor shall be duly appointed and qualified. (4) . If a vacancy shall occur in the board for any cause, it shall be filled by appointment by the Governor. (5) The Governor may remove any member of the board at any time for misconduct, incompetency, or neglect of ' duty. (d) Each member of the board shall receive a certifiettc of appointment from the Governor and, before entering upon the discharge of the duties of his of lce, shall file with the Secretary of State the constitutional oath of office. (e) (1) Each member of the.:board shall receive fifty ' dollars (530.00) per diem while the board is in session and reimbursement for necessary traveling expenses, board, and lodging. ' (2) Each member of the board shall receive fifty dollars (530.00) per diem in addition to the.per diem provided for in subdivision (1) of this subsection. ' §17-25-202 Organization and Functions (a) The board shall elect a chairman, vice-chairman, and ''secretary, each to serve in his respective capacity for one (1) year. Officers shall be elected by the board annually. (b) The board shall have two (2) regular meetings in each ' year; one (1) meeting shall be in the month of February, and one (1) meeting shall be in the month of August, for the purpose of transacting such business as may properly come before it, on tall of the chairman of the board. ' (c) Special or adjoumed'mectings may be held at such times as the board may provide by the bylaws which it shall adopt, or at such times as the board may, by reasonable 'resolution, provide. I I I (d) Due notice of each meeting and the time and place thereof shall be given to each member in such manner as the bylaws shall provide. (c) Three (3) members of the board shall constitute a quorum. (I) The board shall adopt a seal for its own use and shall have.on it the words, "Contractors Licensing Board, State of Arkansas, Seal," and the secretary shall have charge and custody of it. §17-25-203 Powers (a) The board shall have power to make such bylaws, rules, and regulations for its operation as it shall consider appropriate, provided that they arc not in conflict with the laws of the State of Arkansas. (b) All expenses incurred by the board for the administration of this chapter are authorized to be paid by the board. (c) The board, or any committee thereof, shall be entitled to the services of the Attorney General or other state legal counsel as deemed appropriate, in connection with the operation of the affairs of the board. Additional legal counsel may be employed by the board from time to time as it may deem necessary. §17-25-204 Employees The board shall employ a chief administrative employee, also known as administrator, who shall possess such qualifications as may be determined by the board and who shall serve at the pleuure of the board. In addition, the board may employ such additional professional and clerical employees as maybe necessary for the operation of the board and its various functions and pay salaries thereto as may be authorized by law. §17-25-205 Disposition of Funds The fees of the Contractors Licensing Board shall be deposited in banks to be used by the board in the manner prescribed by law, similar to the accounts of other examining and licensing boards of the state, and shall be audited under rules and regulations prescribed by the Director of the Department of Finance and Administration. tl §17-25-206 Records and Reports (a) The secretary shall keep a record of the proceedings of the board. -7- • (b) The secretary shall keep a register of all applications for license showing for each: (I) The date of application, name, qualification, place of business, place of residence; (2) Whether the license was granted or refused; (3) A complete transcript of the proceedings, including evidence submitted by applicants, licensees, the board, or otherwise, at any hearing. (c) The books and register of this board, including transcripts of proceedings, shall be prima facie evidence of all matters recorded therein. A certified copy of such books or register, including transcripts of proceedings, under the seal of the board and attested by its secretary, shall be received in evidence in all courts of the state in lieu of the original. (d) A roster showing the names and places of business and of residence orall licensed contractors shall be prepared by the secretary of the board as soon as convenient during the month of August of each year. The roster shall be ordered printed by the board and paid for out of the funds appropriated for the operation of this chapter. (e) On or before August I of each year, the board shall submit to the Governor a report of its transactions for the preceding year and shall file with the Secretary of State a copy of the report, together with a complete statement of receipts and expenditures of the board attested by the affidavit of the chairman and secretary and a copy of the roster of licensed contractors. (f) A record shall be made and preserved by the board of each examination of applicant or licensee The findings of the board thereon and a certified copy of the record shall be furnished to any applicant or licensee desiring to appeal from the findings of the board, as provided in §17-25-312, upon payment of the costs of transcribing the record. • Subchapter 3- Licensing §17-25-301 Significance - Proof (a) The issuance of a certificate of license by the board shall be evidence that the person, firm, or corporation named therein is entitled to all of the rights and privileges of a licensed contractor while the license remains unrevoked or unexpired. (b) (1) Upon making application to the building inspector or other authority of any incorporated city or town in Arkansas charged with the duty of issuing building or other permits for the construction of any building apartment, -8- condominium, utility, highway, sewer, grading, or any othc improvcmr.nt or:structure, when the cost of the work to by the contractor, but not limited to labor and mater twenty thousand dollars ($20,000) or more, any person. fi corporation, before being entitled to the. issuance of sue permits, famish satisfactory proof to the inspector or aut • that he is duly licensed under the terms of this chapter. (2) It shall be unlawful for the building inspccto c other authority to issue or allow the issuance of a bu - permit unless and until thc_applicant has furnished evi that he is either exempt from the provisions of this chapter or. duly licensed under this chapter to tarty out or superintcn work for which the permit has been applied. §17-25-302 Limitations The board shall have power to limit the license character of work for which the applicant is qualified. tj - t §17-25-303 Application- Renewal - Fees (a) (I) Any person desiring to be licensed as contractor in -this state shall make and file with the board (30) days prior to any regular or special meeting then written application on a form as may then be prescribed board, for examination by the board The application shall oc accompanied by payment in a ium to be determined bywc board but not to exceed one hundred dollars ($100) to Contractors Licensing Board, State of Arkansas. (2) The thirty (30) day requirement may be w by the Contractors Licensing Board provided the conuacto on file with the Contractors Licensing Board a cvmple original application and proof of successfully completing aiiy examination required. ' I (b) Thereafter an annual renewal license fee to determined by the board but not to exceed one hundred dollars (S 100) shall be paid by each licensee to defray the costs'd expenses of the administration of this chapter. §17-25-304 Financial Statement (a) (I) All persons and entities required by this chi to be licensed by the Contractors Licensing Board sh=s' transmit to the board with their original applications an audid financial statement of the applicant audited bya certified p accountant or registered public accountant_ (2) All persons and entities licensed by e Contractors Licensing Board shall transmit to the board w. renewal applications a financial statement of the applicant -9- L I I I I I I 1 I Li I I I I I I I reviewed by a certified public accountant or registered public accountant according to American Institute of Certified Public Accountants' Professional Standards. (b) The financial statement so furnished shall not be public information and may not be made available for inspection by any person, unless pursuant to an order of a court of competent jurisdiction_ After the contractor is licensed, the Contractors Licensing Board shall have the option of destroying the financial statement by the process of shredding or returning the financial statement to the contractor. §17-25-305 Applicant Qualifications (a) The board, in determining the qualifications of any applicant for original license or any renewal license, shall, among other things. consider the following: (I) Experience; (2) Ability, (3) Character, (4) The manner of performance of previous contracts; (5) Financial condition; (6) Equipment; (7) Any other fact tending to show ability and willingness to conserve the public health and safety; and (8) Default in complying with the provisions of this chapter or any other law of the state. . (b) The board may develop reciprocal agreements with other states with similar licensing responsibilities. §17-2S-306 Examinations - Certification (a) If an application complies with the board's rules and regulations, then the applicant shall be entitled to an examination to determine the applicant's qualifications. (b) If the result of the examination of any applicant shall be satisfactory to the board, then the board shall issue to the applicant a certificate to engage in contracting in the State of Art L. (c) Anyone failing to pass the examination may be reexamined at any regular meeting of the board upon payment of the regular fcc. §17-25-307 Expiration All certificates of license to engage in the business of contracting in the State of Arkansas shall expire at 1290 -10- midnight on the day before the anniversary date of their issuance unless otherwise designated by the board, and they shall become invalid on that day unless renewed. §17-25-308 Grounds for Revocation The board shall have the power to revoke the certificate or license of any contractor licensed under this chapter who is found guilty of any fraud or deceit in obtaining a license or for aiding or abetting any contractor or person to violate the provisions of this chapter or for gross negligence, incompetence, or misconduct in the conduct of the contractors business. §17-25-309 Procedure for Revocation - Rcissuance (a) Any person may prefer charges in connection with the foregoing against any contractor licensed under this chapter. (b) The charges shall be in writing and sworn to by the complainant and mailed to the board and, unless dismissed without hearing by the board as unfounded or trivial, shall be heard and determined by the board within thirty (30) days after the date on which they were made. (c) A time and place for the hearing shall be fixed by the board and held in the City of Little Rock. (d) A copy of the charges, together with the notice of the time and place of hearing, shall be considered as legally served by the board when sent to the last known address of the accused by registered mail, at least ten (10) days before the date fixed for the hearing In the event that such service cannot be effected ten (10) days before the hearing, then the date of hearing and determination shall be postponed as may be necessary to permit the carrying put of this condition. (e) At the hearing the accused contractor shall have the right to appear personally and by counsel and to cross-cxamine witnesses and to submit evidence in the contractor's behalf and defense. (Q If after the hearing the board finds the fasts as alleged and of such character as to disqualify the contractor, then the board shall revoke the license of the contractor, but in that event no refund shall be made of the license fee. (g) Within its disat:tion and upon proper application or hearing, the board may reissue a license to any contractor whose license has been revoked. (h) The board shall immediately notify the Secretary of -11- State of its findings in the cue of a revocation of a license, or of a rcissuancc of a revoked license. §17-25-310 Replacement A certificate of license to replace any lost, destroyed, or mutilated certificate may be issued subject to the rules and regulations of the board. §17-25-311 Corporations and Partnerships Unlawful Acts (a) A corporation of partnership may engage in the business of contracting when licensed by the board. (b) It shall -be unlawful and a violation of this chapter for any two (2) or more contractors, whether doing business as individuals, partnerships, corporations, or other organiations, to jointly submit a bid or enter into a contract for construction as a joint venture unless all parties to the joint venture are licensed pursuant to this chapter. (c) Any combination of contractors other than a joint venture shall obtain a license for the combination prior to submitting a bid. §17-25-312 Review Any party aggrieved by any decision of this board shall have the right to seek review thereof pursuant to the provisions of the Administrative Procedure Act, as amended, §25.15-201 et seq. §17-25.313 License Requirements to Accompany Invitation to Bid All architects and engineers preparing plans and specifications for work to be contracted in the State of Arkansas shall include in their invitation to bidders and in their specifications a copy of this chapter, or such portions thereof, as are deemed necessary to convey to the invited bidder, whether he is a resident of this state or not, the information that it will be necessary for him to have a certificate of license from this board before his bid is considered §17-25-314(Repealedl §17-25-315 Rules and Regulations . Federally Funded Projects - Contractor Qualifications (a) The board shall have the power to promulgate rules and regulations for the efficient enforcement of this chapter and -12- shall also have the power to assign the right or give permission to any state agency, board, or commission to dcte qualifications of a contractor solely for the purpos If submitting a bid to the state agency, board, or commissnon vrt projects involving federal aid funds prior to the contractor being lie rased by the board. No state agency, board, or cammi"I shall cxeate any construction contras involving federal I funds unless and until the successful bidder for the project furnishes a certificate of license issued by the board. (b) The board shall have the power to provide, regulation for any political subdivision or other politic) corporation to accept bids from unlicensed contractors r projects involving federal funds. However, no contractor i submit a bid under this section prior to submitting applica . for liccnsure, and no political subdivision or political corporation shall execute any construction contract unless until the successful bidder for the project furnishes appropriate license issued by the board. ._. -13- I I ARKANSAS STATE CONTRACTORS BOND LAW ACT 162 OF 1987 As Amended by: Act. 487 of 1989 Act 783 of 1991 Act 37 of 1992 Subchapter 4 - Contractors Bond §17-25-401 Definitions (a) (I) 'Contractor' shall include _.al original, prime and general contractors c all subcontractors. It is defused to be ri3 person, firm, joint venture, partners._p copartnership, association, corporation, I other organization engaged in the busines• the construction, alteration, dismantling. demolition, or repairing of roads, brid S viaducts, sewers, water and gas m s streets, disposal plants, water filters, taros. towers, airports, buildings, dams, levs canals, railways and rail facilities, oil and wells, water wells, pipelines, refine industrial or processing plants, the plants, power plants, electric, telephone, ■■■■■■.s any other type of energy or mess e transmission lines or equipment, or any ott, kind of improvement or structure. (2) The term 'contractor' shall inclle any contractor -who is required to obtar 1` contractor's license under the state lice law of this State, §17-25-101 et seq. (b) However, when a person or e 7 acts as a contractor in the construct► erection, alteration, or repair of his own >: its own property or of a single -f residence or if the cost of the work to done, including, but not limited to, labor ie materials, is less than twenty tho e dollars ($20,000), the person or entity I I not be deemed a contractor under Ji chapter. , • -1l- 1 • J 1 1 I L I I I I I J §17-25-402 Expenses - Deposition of Funds (a) All expenses incurred by the board for the administration of this subchapter are authorized to be paid by the board._ (b) All taxes, premiums, contributions, penalties, interest, and fines collected pursuant to this subchapter, except enforcement penalties, shall be distributed pro -rata, based upon the amount of taxes, premiums and contributions due to the Department of Finance and Administration, Employment Security Division, Workers' Compensation Commission, or any city, county or school district, or any other State agency or other political subdivision of the State, first to the extent of any taxes, premiums, and contributions due with any remainder applied to interest, penalties, and fines, in that order. All enforcement penalties assessed to a contractor pursuant to the provisions of this subchapter shall be paid directly to the Contractors Licensing Board to defer the cost of enforcement. (c) The board may employ such additional professional and clerical employees as may be necessary and pay salaries thereto as authorized.by law. §17-25-403 Liability of Customer In the event the contractor fails to honor its financial obligations to the State of Arkansas, any city, county, school district, State agency, or other political sub -division -2- of the. State, the customer for whom tl work was being performed shall 1 responsible for all financial obligations of ti contractor to the State of Arkansas, or ar city, county, school district, State agency, c other political subdivision of the State, c that customer's project provided that th customer receives written notice of th contractors failure to comply with th subchapter prior to final payment to th contractor. §17-25-404 Bond - Filing, Terms (a) Before commencing work o undertaking to perform any services o duties in the State, a contractor shall file wit) the Contractors Licensing Board as th' depository agency, a surety bond of a suret: authorized to do business in this State or : cash bond. The bond shall be a condition o licensure and a contractors license shall no be released until the bond has been properl: filed. (b) The bond shall be: (1) In a penal sum of Ten Thousan< Dollars ($10,000.00); (2) Payable to the State of Arkansas; (3) Conditioned on the contracto. complying with the tax laws of the State o Arkansas, and when applicable, any city county, school district, State agency, o other political subdivision of the State, the Arkansas Employment Security Act 11-10 101 et seq., the Workers' Compensation Lay 11-9-101 et seq., and the provisions of thi: subchapter. -3- § 17-25-405 (Repealed) §17-25-406 Notice of Bond Cancellation (a) Notice of bond cancellation shall be given to the Contractors Licensing Board in writing sixty (60) days prior to cancellation. The Contractors Licensing Board shall notify the Department of Finance and Administration, the Employment Security Division, and the Workers' Compensation Commission of the notice of cancellation. It shall be the responsibility of each rn govemental agency to make any claims against the bond in accordance with State law for collection of any taxes, premiums, contributions, penalties, interest, or fines within the statute of limitations of the appropriate State law. (b) A contractors license that has become invalid due to bond cancellation may be reinstated upon receipt of proper replacement bond. §17-25-407 (Repealed) §17-25-408 • Failure to Comply Penalties - Enforcement (a) The fact that a contractor is performing or has performed work in Arkansas and compliance as required by this subchapter has not been met shall constitute prima facie evidence of failure to comply. -4- (b) Upon notice to the contractor Ii hearing thereon is requested by _tl contractor or if deemed appropriate b ti board or any committee thereof. should I determined that a violation exists, the b..ui or committee may assess a penalt ft noncompliance in a sum not to excee�� percent (5%) of the value of the connal performed, and upon a finding of a secoc subsequent violation, the contractor , t assessed a penalty equal to ten pe c (10%) of the value of the co t performed. Further, any contractor foi violation for a second or subse r violation of this subchapter may los it contractors license for a period of one l year. The board or committee may issue an order to cease and desist the c pending compliance. (c) Failure of a contractor to cotll. with the provisions of this subchapter s t. be grounds for revocation of any tic _ issued to the contractor by the" Contras r Licensing Board. (d) Enforcement of the bond f�t; requirements contained herein shall be tl responsibility of the Contractors Lice l Board. (e) The board shall have the powec make such rules and regulations enforcement as it may consider appropr_._tt and not in conflict with Arkansas law. ' -5- ri I I § 17-25-409 Proceedings upon Violation (a) Regarding any violation of this subchapter,the board shall have the power to issue subpoenas and bring before the board as a witness any person in the State and may require the witness to bring with him any book, writing, or other thing under his control which he is bound by law to produce in evidence. • (b) No proceedings under this section may be commenced by the Contractors Licensing Board after three (3) years from the date on which the act or omission which is the basis for the proceeding occurred. (c) The Contractors Licensing Board shall have the power to file suit in the Circuit Court of Pulaski County to enforce any cease and desist order not complied with within fifteen (15) days, excluding Saturdays, Sundays, and legal holidays, of service on the contractor of the order. If the Circuit Court finds the order to have been properly issued, it may enforce it by any means by which injunctions are ordinarily enforced. However, nothing shall be construed herein to diminish the contractor's right to appeal. (d) All hearings and appeals therefrom under this section shall be pursuant to the provisions and the Administrative Procedure Act, as amended, §25-15-201 et seq. 1J 1J -7- [J [I I I -6- 11 .4/e I r'111 • ♦•t♦-.. f . 1 1 . ., Ray M. Boudreaux Aviation & Economic Development Submitted By Division Action uired: Approve Change Order #1 for Architectural Contractors Inc., do Jade Parish AR. 72764, phone 479-756-3547, In the amount of $1763.00. ♦•1. I I. 1 z i 1•N• :. ©I i1:��'1g //1 u/GS pf/ 4rc/ ,fef u ra(%u Cod l • I : 1 1: M I;? a Staff Review Memorandum TO: Dan Coody, Mayor THRU: Staff Review Corn ee FROM: Ray M. Boudreaux, DATE: January 3, 2005 SUBJECT: CO #1 Architectural Contractors, 8 Bay T -Hangar Recommendation: Airport Staff recommends approval of a Change Order #1, in the amount of $1763.00. Background: The project is to construct T -Hangar H, comprising 8 bays of aircraft storage for twin -sized aircraft. The facility is needed due to demand for additional T - Hangar storage on the airfield. There is currently a waiting list of 15 individuals wishing to rent T -Hangar space at Drake Field. Discussion: The Airport Advisory board instructed staff to investigate a lighting upgrade to the new hangars as the existing T -Hangar buildings are thought to have insufficient lighting. The Change Order changes 26 light fixtures from 150 watt incandescent to 250 waft metal halide lighting. Budget Considerations: None. The change order is well within the 5% project contingency amount of $15,707.00 approved by the City Council at their meeting on 7/20/04. RB/jn Attachments: CO #1, (4) original MCEMcCLELLAND CONSULTING r)(SIGNED TO F g VE ENGINEERS, INC. December 20, 2004 Mr. Ray Boudreaux Airport Department City of Fayetteville 113 West Mountain Fayetteville, AR 72701 RE: T-Hangar"H" Fayetteville Municipal Airport Dear Mr. Boudreaux: PO. Box 1229 Fayetteville, Arkansas 72702-1229 479-443-2377 FAX 479-443-9241 Enclosed please find four (4) copies of Change Order No. 1 for this project for changing the lights from incandescent to Metal Halide. Please return one copy to our office and one copy to the Contractor. If there are any questions regarding this change order, please contact us. Sincerely, NG ENGINEERS, INC. Enclosure: Change Order No. 1 (4 copies) J. 1200410421041Conespondence\Boudreauxl-1220.wpd- CHANGE ORDER Order No. Date: Agreement Date: NAME OF PROJECT: T -Hangar "H" OWNER: City of Fayetteville CONTRACTOR: Architectural Contractors. Inc. 1 December, 2004 July 20. 2004 The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Change the 26 Light fixtures from 150 Watt Incandescent to 250 Watt Metal Halide. Add cost of $1,763.00 to contract 2. Add additional time for the delay in the City issuing the Building Permit. Justification: 1. Owner wishes to change the type and amount of light in each T -Hanger Unit. 2. The City's Planning Office delayed the Building Permit due to the need for an amendment to the existing Large Scale Development Plan. CONTRACT PRICE prior to this Change Order: Increase in Contract Price: CONTRACT PRICE Including this Change Order: Substantial Completion Time Prior to This Change Order: Final Completion Time Prior to This Change Order: Net Time Change Resulting From This Change Order: Current Contract Completion Dates Including This Change Order: Substantial Completion: Final Completion: Change to CONTRACT TIME: The CONTRACT TIME will be (increased)(deereased) by 45 calendar days. The date for completion of all work will be January 16 . 2005 Approvals Required: To be effective this Order must be approved by the Owner if it changes the scope or objective or the PROJECT, or as may otherwise be required by the GENERAL CONDITIONS. Requested by: $314,135.00 $1.763.00 $315,89800 120 Calendar Days 120 Calendar Days 45 Calendar Days January 16. 2005 January 16, 2005 Recommended by: nc. Approved by: J' 1200410421041ConespondencelC O #1.wpd :Clarice Pearman - Architectural Contractor's, Inc. Page 1 From: Clarice Pearman To: Boudreaux, Ray Subject: Architectural Contractor's, Inc. Attached is a copy of Change Order No.1. I have kept one original and you will receive three of four originals via interoffice mail. Thanks. Clarice City of Fayetteville Staff Review Form City Council Agenda Items Contracts Not Applicable City Council Meeting Data 414 lrehlt laral Co Ray M. Boudreaux Aviation & Economic Development General Government Submitted By Division Department rove Change Order #2 for Architectural Contractors Inc., 72764, phone 479-756-3547, in the amount of $836.05. $836.05 Cost of this request 5550.3960.5804.00 Account Number 03013-1 'T1 till.'. Budgeted Item City Attorney Finance aad Internal Service Director $ 349,651.00 Cate o /Pro act Bud et $ 147,442.00 Funds Used to Date $ 202,209.00 Mr."ll:Ta . i..: G-�7-af Date :J Fund Name Previous Ordinance or Resolution # 102-04 Original Contract Date: 7120/2004 Original Contract Number. 964 CHANGE ORDER Order No. Date: May 25, 2005 Agreement Date: July 20 2004 NAME OF PROJECT: T -Hangar "H" OWNER: City of Fayetteville CONTRACTOR: Architectural Contractors, Inc. The following changes are hereby made to the CONTRACT DOCUMENTS: 1. Change to Lights in each hangar bay to a separate circuit and Add additional circuit breakers and wiring to the receptacles in each hangar bay. Add cost of $836.05 to contract. Justification: 1. Owner wants to add the additional breakers and wiring to the receptacles in each hangar bay to provide adequate power to each hangar bay. This work is necessary after changing the lighting to Metal Halide which pulled more amperage that anticipated. CONTRACT PRICE prior to this Change Order: Increase in Contract Price: CONTRACT PRICE Including this Change Order: Substantial Completion Time Prior to This Change Order: Final Completion Time Prior to This Change Order: Net Time Change Resulting From This Change Order: Change to CONTRACT TIME: The CONTRACT TIME will be (increased)(decreased) by 0 calendar days. Approvals Required: To be effective this Order must be otherwise be required by the GEN Requested by: by: Approved by: J:\2004\0421D4\Corespocdon\C O a2.wpd $317,210.00 $_836.05 $318,046.05 112OCalendar Days 120 Calendar Days 0 Calendar Days by the Owner if it changes the scope or objective or the PROJECT, or as may VDITIONS. V City Council Meeting of: Agenda Item Number. TO: Mayor TBBRU: StafflContract Review Co FROM: Ray M. Boudreaux, Director, Aviation an Economic Development DATE: May 27, 2005 SUBJECT: Change Order #2 with Architectural Contractors Inc. for $836.05. Approve Change Order #2 for $836.05 with Architectural : :. JJI l l 1 • • 1 • • •1 • 11 • • 1 • . • 1 1 1 • • : .: • 1 1 •: - ,. 1-• 1 the 1 111 .: _ • • 1 1 1 1 •• :• • _ 1 _ 1 1 1 « 1 1 1 t 1 1 •:I 1 1: •« 1 1 1 I, 1 1 _ 1 . .: • : • • • .1I • 1 1 n IL 1 • .: . •• : 1. 1 : 1 .1 O 1 _ 1 "I •• 1 1 1 « 1 1 11 1 1: 1: 1 1 1• •• 1« 1 .' • •I-•• • . • 1 • I• • .• 1 p • • - • 1 .• 1 1 11 • • pl ...� .. .s.. 4..y.II 1 :. 1 MCEMCCL EL LA ND CONSULTING DESIGNED TO SCENGINEERS, INC. May 26, 2005 Mr. Ray Boudreaux Airport Director City of Fayetteville 4500 S. School Ave., Suite F Fayetteville, AR 72701 RE: T-Hangar"H" Fayetteville Municipal Airport Dear Mr. Boudreaux: P.O. Box 1229 Fayetteville, Arkansas 72702-1229 479-443-2377 FAX 479-443.924I Enclosed please find four (4) copies of Change Order No. 2 for this project to change receptacles in each T -Hangar bay to a separate circuit breaker and add additional wiring for the circuits. Please return one copy to our office and one copy to the Contractor. If there are any questions regarding this change order, please contact us. TING ENGINEERS, INC. Enclosure: Change Order No. 2 (4 copies) i Clarice Pearman - ArchitecturalContractors Inc. Page 1 j From: Clarice Pearman To: Boudreaux, Ray Date: 6/24/05 1:54PM Subject: Architectural Contractors Inc. Ray, Attached is a copy of the signed Change Order #2 for Architectural Contractors. I returning to you three of four change orders via interoffice mail. Thanks. Clarice CC: Deaton, Vicki