Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
204-17 RESOLUTION
113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Resolution: 204-17 File Number: 2017-0527 BID #17-39 BENCHMARK CONSTRUCTION OF NWA, INC.: A RESOLUTION TO AWARD BID #17-39 AND AUTHORIZE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $366,000.00 FOR CONSTRUCTION OF THE WATER AND SEWER OUTBUILDINGS, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $36,600.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 Bid #17-39 and authorizes Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc. in the amount of $366,600.00 for the construction of the Water and Sewer Outbuildings, and further approves a project contingency in the amount of $36,600.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 10/3/2017 Attest: Sondra E. Smith, City Clerk Treasurer Page 1 Printed on 1014117 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2017-0527 Agenda Date: 10/3/2017 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 10 BID #17-39 BENCHMARK CONSTRUCTION OF NWA, INC.: A RESOLUTION TO AWARD BID #17-39 AND AUTHORIZE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $366,000.00 FOR CONSTRUCTION OF THE WATER AND SEWER OUTBUILDINGS, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $36,600.00, AND TO APPROVE A BUDGET ADJUSTMENT 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 Bid #17-39 and authorizes Mayor Jordan to sign a contract with Benchmark Construction of NWA, Inc. in the amount of $366,600.00 for the construction of the Water and Sewer Outbuildings, and further approves a project contingency in the amount of $36,600.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayettevilie, Arkansas Page 1 Printed on 101412017 Tim Nyander Submitted By City of Fayetteville Staff Review Form 2017-0527 Legistar File ID 10/3/2017 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 9/15/2017 Utilities Director/ Utilities Department Submitted Date Division / Department Action Recommendation: A RESOLUTION TO AWARD BID #17-39 AND AUTHORIZE A CONTRACT WITH BENCHMARK CONSTRUCTION OF NWA, INC. IN THE AMOUNT OF $366,000.00 FOR CONSTRUCTION OF THE WATER AND SEWER OUTBUILDINGS, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $36,600.00 FOR A TOTAL OF $402,600.00, AND TO APPROVE A BUDGET ADJUSTMENT 5400.720.1840-5801.00 Account Number 15020.1 Budget Impact: Water/Sewer Fund Water/Sewer Building & Office Improvements Project Number Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? Yes Budget Adjustment Remaining Budget Previous Ordinance or Resolution # Original Contract Number: Comments: Project Title $ 245,320.00. $ 5,517.00 239,803.00] $ 402, 600.00 $ 162,797.00 C� Approval Date: V2U140710 CITY OF FAYETTEVILLE ARKANSAS t MEETING OF OCTOBER 3, 2017 TO: Mayor and City Council THRU: Don Marr, Chief of Staff Water & Sewer Committee FROM: Tim Nyander, Utilities Director CITY COUNCIL MEMO DATE: September 15, 2017 SUBJECT: Approval of a Construction Contract with Benchmark Construction of NWA, Inc. for Construction of Outbuildings at the Water & Sewer Operations Center RECOMMENDATION: Staff recommends approval of a construction contract with Benchmark Construction of NWA, Inc. for construction of outbuildings at the Water & Sewer Operations Center in the amount of $366,000.00, and approval of a project contingency in the amount of $36,600.00 for a total of $402,600.00. BACKGROUND: The contract with Cromwell Architects Engineers to design the Water/Sewer materials storage building and the truck garage expansion, was approved June 9, 2015 and included $17,000.00 lump sum professional fees and $1,500.00 expenses, for a contract total of $18,500.00. The outbuildings project was bid on November 18, 2015 with all bids exceeding the certified funds. At no cost to the City, in 2016 Cromwell provided minor revisions to the design and new bid documents. The project was bid a second time May 12, 2016. The apparent low bidder qualified his bid which led into a staff discussion of the specification requirements. Ultimately all bids were rejected and the project was delayed until 2017. Amendment No. 1 (approved on April 4, 2017) to the design contract with Cromwell Architects Engineers included minor changes to the documents including revisions if required to the materials specifications and re -bidding the project. Cromwell Architects engineers was reaffirmed in a formal engineering selection committee meeting on February 23, 2016, City of Fayetteville RFQ 16-01, Engineer and Architect - Selection #9. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 DISCUSSION: The sealed bids were received for Bid 17-39, Water Sewer Outbuilding Improvements on September 13, 2017. The lowest bidder was Benchmark Construction of NWA, Inc. in the amount of $366,000.00. BUDGET/STAFF IMPACT: Funds are available in the Water/Sewer Building & Office Improvements project and in the closed Regional Park Waterline project due to cost savings in the project. Attachments: Agreement Bid Tab Bid Submittal — Benchmark Construction of NWA, Inc. I WATER SEWER OUTBUILDING IMPROVEMENT 2915-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 00 52 13 AGREEMENTFORM BETWEEN ONVNER AND CONTRACTOR Contract Nante'Title: Water Sewer Outbuilding Improvements Contract No.: Fid 17-39, Constniction THIS AGREEMENT is dated tas ofthj- day of�� in the par 20 '7 l)y an tween The Citi of Fayetteville, Arkansas an (�' �r��� leve l of er cane Contractor). ARTICLE I - WORK 1,131 Contractor shall complete all Work as specified or indicated in the Contract Documents, The work: under dais Contract inti des.. but is not limited to: New Material Storage building improvements to the Vehicle Storage building as further defined in the Contract Documents. Refer to SECTION 40 41 13 - E3id Form for quantities. ARTICLE 2 - ENGINEER .01 The Conti -act Documents have beet). prepared by CRCJI ' `i:FL i. ARCHITECTS ENGINEERS, INC. CRa`}MWEL.I, assurnes all duties and responsibilities. and has the rights and awhority assigned to City of Fayetteville Utility and'or Engineering Division in the Contract Doc -w cents in connection with completion of the Work in accordance with the Contract Documents. ARTICLE 3 - CONTRACT UME .3.£31 TIME OF `l`11E; ESSENCE: A. All time limits for milestones, if any, Substantial Completion. and completion and readiness for final payment: t: as stated in the Contract Documents ments are of the essence of the Contract. 00 32 13 Agreenvmt 00 51-1 13 - I WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 3,02 DATES FOR SUBSTANTIAL coktP[j*.,.'rI0N AND FINAL PA'S NIENT: A. The Work will be Substantialiv Completed within 1 135 t calendar days after the date when the Contract Times comroeInce to ears as provided in the GENERAL CONDIT IONS„ acrd .completed and ready for final payment in accordance with the. GENERAL CONDITIONS within [ 165 1 calendar days after the date when the Contract Times commence to run. 3,03 LIQUIDATED DAMAGES:. A. Owner and Contractor recognize. that time is of the, essence of this Agreemeritarid that The City of Fayetteville will sutler financial loss if the Work is not completed within the time specified above, plus any extensions therecfallowed in accordance with the GENERAL CONDITIONS. NS. Tire parties also recognize the delays, expense. and d:€fficulties Involved in proving g the actual loss suffered by The City of FaycueviIle. if the ork is not Substantially Completed on time, Accordingly, instead of reclah-itig any such proof The City of Fayetteville and Contractor agree that as liquidated damages for delay (but not as a penalty) Conti -actor shall pay The City of Fayetteville Two Ilttrdred Dollars (204I.00) for each calendar day that expires after the tis -sin s-,�c=Fied above in Paragraph 3.02 for Substantial Coral letiot� antii tlae 'orh cabstarstie Ily t."ors�pleteAter Substantial Completion, it'Ct,r,tr t, tE4r >Ita;l neglect. refuse, or fail to complete the remaining Work wiihin the ti.€tie speciified in 1`3ragraph 3M for completion and readiness for final payment or ars$, prosper extension thereof granted by The City of Fayemt ville. Contractor shall pay The City of Fayetteville. Five Hundred Dollars (S5(K)00) for each e €lendaf day that expires after the time specified for c.ornpiction and teadliness for final payment. ARTICLE 4 - CONTRACT PRICE 4. 1 1 -he CITY OF FAYETTEVILLEr agrees to pay. and the CONTRACTOR 'agrees to accept, as f€tl I a tai fnal c�atnpensation for all work done �€nder this ag reernent, the amount Eased on the prices bid in the Proposal (BID F( RM..) which is hereto attached, .for the actual amount accornplished under each pay iter, said payments to 0052 13 Agreement 00 52 131 - 2 a WATER SEWER OUTBUILDING IMPROVEMENTS ENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas, JUNE 2017 be made in lawful money of rite United States at the time and in the manner set forth in the Specifictrtio s. 4.02 As provided in The General Conditions estimated quantities are not guaranteed, and determinations of actual quantilles and classifications are to be made by ENGINEER as provided in the General Conditions. Unit vjices have been computed as provided in the General Conditions,, 4.03 Changes, modifications_ or amendrt enis in scope, price or fees to this contract shall not be allowed without a p6or° formal contract amendment approved by the Mayor and the City Council in a4vance of the change in scope, cost or fees. ARTICLE 5 - F'AYNJENT PROCEDU RES 5:iil SUBMITTAL AND PROCERSING OF PAYMENTS: A� Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. applications for Payment will be processed by Engineer as provided inthe CfEN RAL CONDITION S. 5,02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Faveuleville shall make progress payments on account of the Contract Pace on the basis of Contraclor's Applications for Payrrrent as recommended by Enginor, on of about the I Sth clay ofeach rrronth duringy construction. All such paymems will be measured by the schedule of values established in the. i ENERAL CONDITIONS (and in the case of Unit Price Work. based on the ntsnnber° of apits completed) or, in the event there is no schedule 4 val es. as provided in the General Requirements. ]. friar io Sul)sta=fial Coniplsetion, progress payments will be made in in arnourrt equal to the percj:niag'e indicated below, but, in each case, less the agVel ate of Va men'ts previously made and less such amor nis as Engineer steal l detennine, or The City of Fayetteville may witlunol€l, in accordance with the (;l l:?RAL CONDITIONS, a. 95% of Work Completed (with the balance being retainage-, and 00 52 13 Agr eemrrrrt 00 52 13 a 3 0 WATER SEWER OUTBUILDING IMPROVEMENTS ENT 2015-092 City of Fayetteville, Fayetteville: ,Arkansas JUICE 2017 b. 100% of Equipment and Mwerials -not incorporated in the Work but delivered, suitably, stored. and accompanied by doctimentation satisfsc; M to The City ofl"ayetteviIle as provided in the GENERAL CONDITIONS, 2. l.Jpon Substwitial Completion, The City of Fayetteville shall pay an arriotrrrt sufficient to increase total payments to Contractor to 95% af the: Contract price (with the balance being retainage), less such amounts as Engineer shall der mine, or The City ofFayetteville may withhold, in accordance with the GENERAL CONDITIONS. IONS. 5.03 FINAL. PAYMENT. A. Upon final completion and acceptance of the Work in aca ordance with the GENE,'RAL CONDITIONS, IONS, T`he Coity of Fayetteville shall pay the remainder of the Contract Arid as recommended by Engineer and as provided in the GENERAL. CONDITIONS. IONS. ARTICLE 6 - CONTRACTOR'S REARESE``TATIgNS 6.01 In order to iDdtrce The City of Fayetteville to enter into this A Preement, Contractor makes the Following represer,tations- A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid B. C°ontractcr has visited the Site and co e familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress... perfcrm ance. and furnishing, of the Fork.. C. Contractor is familiar with and is satisfied as to all fedenal< state, and local Laws and Regulations that may affect cast, progress, l rfan-nance. and iumisbingofthe Wo& 00 52 13 Agrccawn! 00 52 13 - 4 WATER SEWER OUTBUILDING IMPROVEMENT 21315-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 D3 Contractor has carefully studied all: (i) Reports of explorations apd tests of�&ubsurface conditions at or contiguous to the Site and all dtaivi.n s of physical conditions in or relatinLl to existing surface or subsurfice struct€Ires at or clontig ous to the Site, and (2) Reports and dr -a inns of a FWardous. Envira?nmen€zti Condition, if any, at the. Site. Contnictor acknowledees fliat The City of Fayetteville and Engineer do not assume responsibiliq,, for the accuracy or completeness of information and data shown or indicated in the Contract Documents ;with rest ct to Linderground Facilities at or conli uous to the Site. , Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplernentar�.r investigations, explorations, tests, studie& and data concerning conditions (swface, subsurface, and I)nderground Facilities) at or contiguous to the Site or otherwise which may affect cast, progress., performance, and furnishing of the Work or which relate to any aspect of the means, methods. techniques, sequences, and procedures of construction to he enj..ploN ed by Contractor and . ety precautions acid p€°op3rns incident thereto, F. Contractor does not consider that any aclditdonal examinations,. irivestig, ions, explorations, tests, studies, or data are necessary for the pertonning and furnishing of tl e °Mori€ at the Contract Price, within the Contract Times, and in accordance with the other te€`rns anal conditions of the contract Documents, G. Contractor is aware of the general stature- of work to be perfos used by The Cite of Fayetteville and others at the Site that relates to the Work as indicated in the C"csrttma Documents, K Contractor has correlated the information known to Contractor, information a.nd s_)liser€=atiotis oftained from visits to the Site, reports and drawings identified in the Contract Dricuments, and all additional examinations, 00 52 13 Agrmw.ent 00 52 13 - 5 WATER SEWER OUTBUILDING ING IMPROVEME T 2115-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 investigations, e\ lorttions, tests, studies. and data: with the Contract Documents, P. Contractor has pigen Engincerwrinen notice of all conflicts, errors ambiguities, or discret icies that t aVIMCtor has discovered in the Contract Documents acrd the %Ti en resolution thereof by Engineer is aei equable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all ternis and conditions for erfan-nano and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CON'rt'„.NIS: A. The Contract Documents which ctscnprise the entire Agreement between Fine City of .Fayetteville and Contractor concerning she Work consist of the following and ,nay only be amended, ,,codified, or supplemented as provided in the GENERAL, CONDITIONS: 1, This Agreement_ 2. Exhibits to this Agreement entac crated as follows); a. Notice to Proceed. €s, Contractor's Bid. c;. Documentation submitted by Contractor prier to Notice of Award. 3. 1'er°formartce9 Payrnem, mid other Bonds. 4. General Conditions, Supplementary Conditions. 00 52 13 Agreement 00 52 13 - 6 I WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 6. Specifications consisting of divisions and sections as listed in table of contents of Prqject Mlanual. Drawings Qonsisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the Following general title: Water Sewer Outbuilding Improvements 8. Addenda numbers'. 9. The folio -wing which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: Ali Written Amendments and other documents amending, modifving,car supplememing the Contract Documents pUrSUant to the GENERAL CONDITIONS. ARTICLE 8 - MISCLILLANEOUS 8,01 TF R MS � A, Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITK)NS, 8.02 ASSIGNMENT OF CONTRACT: A- No assignment by a party hereto of any rights tinder or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be €x -mild; and specifically but without limitaiion,.inoneys that may becorne due and moneys that are due may not be assigned without such consent (except to the extent drat the effect of this resiriction may be limited by Law). and unless specifically stated to the contrary in any written consent to an assignment. no assigranent will release or discharge theassignor from any duty or responsibility under the Contrael Docurnents. 00 52 13 Agreement 00 52 13 - 7 I WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arl<2nsas JUNE 2017 8.03 '3UCCMQR,"-NQ ASSIGNS A. The City of Fayetteville and Contractor each binds hirnself his parmer's, successors, assigns, and le .l representatives to the other Darty hereto,. its partners, successors. assi&ms, and legal representatives in respect to. all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABIL,11'Y: A. Any provision or part of the Contract Documents held to be void or Line n forc eable under any Law or Reg ulaficin shall be deemed stricken, and all re raining provisions shall continue to be valid and binding upon I'lie City of Fayetteville and Contractor, who agree that the Conti -act DocurnenLc shall be I reformed to replace such stricken. provision or pan thereof with a valid and enforetabic provision that comes as close as possitile to expressing the In intention of the stricken provision. 8.05 FREELLOM 01: INFORMATION ACT: A. ()tv contracts and documents prepared while performing city contractual Nvork are sulalecl. to the Arkansas Freedom. of Information Act, If a Freedom, of Infomiation Act request is presented to the City of Favette ville, the contractor will do everything possible to provide the docunienis in a prompt and tinicly -manuer as -prescribed in the A rLan-.sas Freedom of Infir-Ration Act (A.C,A, §25-19-101 et. seq.). Only legally authorized pholocopying costs pur,.,wint to the F01A may be assessed for this compliance. 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A�C.A. §§ 18-44-501 through 508) prohibits, the filing of any meckanics'or materialmen's liens in relation to this public constnti-tion project, Arkansas law rquires and the contractor promises to provide and file with the Circuit Clerk of Washington County, a bond in a sura equal to the arnount of this contract. Any or materials. supplier tray bring an action for non-payment or labor or material on the bond. The contractor promises to noflfy every subcoritrzctor and materials supplier for this project of this 00 52 13 Agreement 0052 13-8 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 paragraph and obtain their ritten �i: kiiowi,4dt,e rrrc rrt of such notice prior to commencement of the work of the subc:ontT-actor or materials supplier. IN tVi'I"NESS WHEREOF, -"lie City of Fayetteville and Ccratractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor and Engineer. Two counterparts each has been delivered to The City of Fayettevitle._ All portions of the Contract Documents have been signed, initialed, or idea ifre€f by The City of Fayetteville and Contractor or identified by Engineer on their behalf. This Agreement will be ef%ectiva on Nx Y � 1, which is the Effective Date of the Agreement, C ONTRACTOR: CIF 1�' YFi. CV LLE By: , Stephen Smith—,Mgr y: L.i ne dale Title:E� . (SEAL) Aite: Title: Maur tSEAL) Attest L"64, 00 52 13 Agreeme ni 00 52 13 - 9 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 CRy of Fayetteville, Fayetteville, Arkansas JUNE 2017 Address for giving notices Addressfor giving notices —Benchmar-k-Construction-of-NWA,Jnc.— 113W.Moi ntainSt. AR 72701 License Ne, 4()335.18(atiach evidence of authority to Agent for Service of prmcss sign and resohition or other documents authorizing execution of Agreement) -Stephw-SmithL— (If Contractor is a corporation, Approved Form attach evidence of aufhodtto sign,) BV: Mimicry, For: e-* (Le END OF SECTION 00 52 13 00 i-' 13 As, j vumcw 0052 13 -10 CITY OF FAYETTEVILLE ARKANSAS Lioneld Jordan, Mayor Number of Addendums: 0 Construction - W & S Outbuilding Improvements Bid No. 17-39 Official Bid Tabulation Bid No. 17-39 Date: 09.13.2017 Time: 2:00 PM Certification of Funds: $390,000.00 Max Bid Award Limit: $487,500.00 CPPD, CPPB, Purchasing Manager Witness Date 7— Benchmark Construction Center Point Contractors, Inc. Ellingson Contracting Nabholz Construction ESTIMATED ITEM DESCRIPTION UNIT CITY. UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT 1 Total Bonds, Insurances & LS 1 $ 9,680.00 $ 9,680.00 $ 6,615.00 $ 6,615.00 $ 11,432.00 $ 11,432.00 $ 6,284.01 $ 6,284.01 Contract Submittals _ 2 Mobilization (Shall not exceed 5% LS $ 14,640.00 $ 14,640.00 $ 21,250.00 $ 21,250.00 $ 12,000.00 $ 12,000.00 $ 5,000.00 $ 5,000.00 of Total Bid) 3 Construction required for the addition and alterations to vehicle LS 1 $ 140,582.00 $ 140,582.00 $ 144,497.00 $ 144,497.00 $ 188,562.00 $ 188,562.00 $ 128,184.59 $ 128,184.59 storage building, and all related construction. 4 Construction required For the materials storage building, and allLS 1 $ 201,098.00 $ 201,098.00 $ 252,588.00 $ 252,588.00 $ 282,766.00 $ 282,766.00 $ 253,524.00 $ 253,524.00 related construction. TOTAL BASE BID $ 366,000.00 $ 424,950.00 $ 494,760.00 $ 392,992.60 CPPD, CPPB, Purchasing Manager Witness Date 7— INSUIfaNCr. k1we than a Pranrrar 5500 Euper Lane PO Box 3529 Ft. Smith, AR 72913 (479) 452-4000 www.bhca.com KNOW ALL MEN BY TFIESE PRESENTS, that we (Here insert full name and address or legal title of Contractor) Benchmark Construction of NWA, Inc. 333 West Poplar, Ste A Fayetteville, AR 72703 as Principal, hereinafter called the Principal, and (Flprp incprt full name and address nr 1pgal title of .Surety) Westfield Insurance Company P. O. Box 5001 Westfield Center, OH 44251-5001 a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surely, arc held and firmly bound unto !Here insorr full name and address or legal title of Owner) City of Fayetteville 113 W. Mountain Street Fayetteville, AR 72701 as Obligee, hereinafter called Che Obligee, in the sum of FIVE PERCENT OF THE TOTAL AMOUNT BID Dollars ($ 5% ), Cur the payment of which sum well and truly to be rade, 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 Princioal has submitted a bid for Water and Sewer Outbuildings - City of Fayetteville (Here insert full name, address and description of project) NOW, THFREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in acrnrdnncF with the terrnc 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 furnished in the prosecution thereof, 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 t11e difference not Lo 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 13th day of September is .i' �.. , •eta e►.:a t Benchmark Construction of NWA, Inc. 2017 (Principal) Sell) (Title) West ' Id Insurance Com an (Sure ,yr1 _� izabeth A. Solomon , Attorney -In -Fact AIA Document A310TM —1970. Copyright ® 1963 and 1970 by The American Institute of Architects. In1� PUWhH OF AI IONNEY SUPERCEDES ANY PNEVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 02115117, FOR ANY PERSON OR PERSONS NAMED BELOW, General POWER NO. 032005204 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co, CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio K+raw All Mon by Theso Prosents, That WESTFIELD INSURANCE COMPANY, Wt-$TFIELD NATIONAL. INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter relcrred to individually as a `Company" and collectively as 'Companlos,' duly organized and existing under the laws or the State of Ohio, and having its prindpal oflice In Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAM B. HILLER, LARRY R. CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C: CLARK, VICCI L. HILLER, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, SARAH K. DAY, MARY ANN JUSTICE, JOINTLY OR SEVERALLY or FORT SMITH and State of AR its true and lawful Attorneys) -In -Fact, with full power and authority hereby conferred In its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other Instrumants or contracts of suretys')Ip. - . . - . - • -- - • • - - - - - - - - - - - - - - - - - - -- - - - - - - • - - - - . . . - . . _ - - - - -- - - - • LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED To EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of thu Coaipanios thereby as fully and to the safne extelit as If such bonus were signed oy the President, sealed with the corporate seat or they applicable Company and duty anested by its Secretary, heret)y ratirymg and confirming all that the said Altorriny(s)-In-Fact may ,do In the promises. Said appointment is made unfar and by authority of the following rt+solution adopted by the Board of Directors of each or the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY; 'Be It Rescivao, Mat the Prusloent, any Senior Executive, any Secretary or any fidelity & Surety Operations Executive or other Executive shall t>o and is herat>y vested with full power and authority to appoint any one or more Suitable parsons as Attornay(s)-in•raet to represent And art for and on bohail of the Company subject to the following provisions: The Attorney -M -Fact, may be given full power and authority for and In the name of and on bohair or the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agfnoments of Indemnity and other oonlitional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thorognder, and any such Instruments so executed by any such Attorney -In -Fact shat! be as bluing upon the Company as It signed by the President and sealed and attested by the Corporate Secretary." 'Flo It Further Resolvad, that the slgnottire of any such dosignatnd person and the scat of the Company horetofore or herealter affixed to any power of attorney or any certifleata relating thereto by facsimile, and any power of attorney or certllicate bearing facsimlte signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or underin Ing to which it is attached' (Each adopted at a mceling held on February 8, 2000), In Witness Whereof, WESTFIELD INSURANCE COMPANY, WE3TFIELO NA:rIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be 5ii)n0d by their National Surety Leader and Senior Executive and their corporate scale to be hereto affixed thh; 16th day of FEBRUARY A.D., 2017 . „ Corporasealste ja uR'I �C+ �•' S•StO.s,....rV. � �r R�..,3 WESTFIELD INSURANCE COMPANY Affixed ••y;'"'•:�`C WESTFIELD NATIONAL INSURANCE COMPANY OHIO FARMERS INSURANCE COMPANY : SI.. 1848 ; , A. µ,,,, . ,., By. J11Ln"r l� State of Ohio""'""" Bennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 151h day of FEBRUARY A.D., 2017 , before me personally came Dennis P. Onus to me known, who, being by me duly sworn, did depose and say, that he resides In Wooster, Ohio; that he Is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the Gornpanles described In and which executed the above Instrument; that he knows the seals of said Companies; that the seals affixed to said Inst,uawnt are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial ss„•.,,,, ��7, Seal �,���`ry, t A � S •. Affixed ,��".• ��Ill// �•'i ,-. • David A. Kotnik, Attorney at Law, Notary Public State of Ohlo +!+ J o My Commission Does Not Explres'Sec. 147.03 Ohio Revised Code) County of Medina ss.:S`a Ti ()Fo I, Frank A. Carrino, Secretary or WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing Is a true and correct copy of a Power of Attorney, executed by said Companies, which Is still In full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are In full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 13th day of September A.D.. 2017 I1Ti t �c a x,hhnhfah+ r ASM,f y, SEMI. ”, _ ®: : o r "-' / 1 Secir"ary "I'•.,, T ^rrr�1 `'"' �'' _ , 1848 = Frank A. Carrino, Secretary 1 ' o ,• 5POAC2 (combined) (06-02) I WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 00 41 13 BID FORM Contract Name.: Water Sewer Outbuilding Improvements Bid Number: # 17-39, Construction — Water Sewer Outbuilding Improvements BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: _ �'N� r4 k— ARTIICLE I - INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the .form included in the Contract Documents to perfor n and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2 - TT RMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 00 41 13 -Bid Form 0041 0-1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 ARTICLE 3 - $TDI)CRIS IIEPRESEN,r ANIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all whicli is hereby acknowledged: Number Date -;2;F- 7 !1-1-17 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, anal furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site, and (2) reports and drawings of Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information mid data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions 00 41 13 -Bid Form 0041 13-2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 (surface, subsurface, and Underground Facilities)at or contiguous to tht, Site or otherwise which may aflicl cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques_ sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examination ,, investigations; explorations, tests, studies, or data are necessary for tht, detertaination of this Bid for performing and furnishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. 6. Bidder is aware of the general nature of work. to be performed by Owner and others at the :Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. 1 T. Bidder has correlated the information known to Bidder, in -formation and observations obtained from visits to the Site, reports. and drawings identified in the Contract Docurnetits, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. L Bidder has riven Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that :Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable. to Bidder. �. Tlie Contract Documents are generally -sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted, K. 'I'his Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in. conformity with any agreement or rules of any group; association, organization, or corporation; Bidder has not directly or indirectly induced or solicited ally other Bidder to submit a false; or share bid; I3idder has not solicited or induced any person, firm; or a corporation to refrain frorn bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. 00 a t 13 -Bid Form 0041 13-3 u WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 I.. Bidder will perform the Work .in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. ARTICLE 4 - BID PRICE Bidder will complete the Work in accordance with the Contract Docwnents for the following price(s) ITEM EST. NO. DESCRIPTION UNFF QTY UNiT PRICE TOTAL I Total Bonds, insurances & Contract LS 1 Submittals 2 Mobilization LS l (Shall not exceed 5% of Total Bid) � Construction required for the Addition J 3 and Alterations to Vehicle Storage Ls I J building. and all related construction. % i Construction required for the Materials 4 Storage building. and .all related l.S 1 construction. Vt TOTAL AMOUNT BID $ O ARTICLE 5 - CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6 - BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a Cashier's Check from a financial institution located in rA.rkaanssas Toru Bid Bond and in the amount of -t f J �K..►� J Dollars ( 00 41 13-13id Form 0041 13-4 WATER SEWER OUTBUIl_DING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 R A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7 - COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: I1 ■ Phone No.Y?' j a.�l ' ./.qrw -- FAX No. 21 RS]L.J 11 ARTICLE 8 - TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to there. ARTICLE 9 = CONTRACTOR'S ASSURANCES AND EXECUTION/SIGNATURE 9.01 Contractor's Assurances. As the authorized representative of the individual, incorporation, or corporation (hereinafter referred to as the company) bidding; on or participating in the project, I certify that I have read and understand the requirements of the General and/or Supplemental Conditions -and that the principles, agents and employees of the company will comply with these requirements including all relevant statutes and regulations issued pursuant thereto. i further certify as the authorized agent oftlre company that: EQUAL OPPORTUNITY I will comply with all requirements of 41 CFR Chapter 60 and Executive Orders 11246 and l 1375, including inclusion of all required equal opportunity clauses in each sub -contract awarded in excess of $10,000 and I will furnish a similar statement from each proposed subcontractor, when appropriate. I will also comply with all Equal Employment Opportunity requirements as defined by Section .504 of the Rehabilitation Act of 1973; the Age Discrimination Act of 1975; and Section 13 of the Federal Water Pollution Control Act Amendments of 1972 regarding sex discrimination. NONSEGREGATED FACILITIES The company that 1 represent does not and will not maintain any facilities provided for its employees in a segregated manner, or permit its employees to perforin their services at any location under company control where segregated facilities are maintained; and that the company will obtain a similar certification prior to the award of any subcontract exceeding $10,000 which is not exempt from the equal opportunity clause. 00 41 13-13 id Farm 00 4l 13 — 5 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 LABOR STANDARDS I will comply with the Labor Standards Provisions contained in the Contract Documents and furnish weekly payrolls and certifications as may be required by the City of Fayetteville to affirm compliance. 1 will also require that weekly payrolls be submitted to the City of Fayetteville for all subcontracts in excess of $2,000. OSHA REQUIREMENTS I will comply with the Department of Labor Safety and Health Regulations promulgated under Section 107 of the Contract Work Hours and Safety Standard Act (40 U,S.C. 327-333) in the performance of the contract. PROCUREMENT PitOHIBITiONS As required by Executive Order 11738, Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, I certify that I will not procure goods and services from persons who have been convicted of violations of either law if the goods or services are to be produced by the facility that gave rise to the violation. DEBARMENT AND SUSPENSION I certify that to the best of my knowledge and belief that the company that I represent and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. 1 understand that a false statement on this certification regarding debarment and suspension may be grounds for rejection of dais proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine. l further certify that I will obtain a similar certification for each subcontract awarded in excess of $25,000. 9.02 Execution%Signatures for Contractors Assurances above, Bid and total Bid Form SUBMI'FTED on SfPr ` K . 20,172 Arkansas State Contractor License No. nV33_CRMLa 00 41 13 -Bid Form 0041 13-6 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas Ir Bidder is: An Individual Name (type or jlgi ijued): X(Individual's Signature) Doing busineBusiness add Phone No.: A Rartners(tijy Partnership By: (Signature of Name (type or Business sr kV FAX No.: _._.(SEAL) partner — attach evidence of authority to sign) Phone No.: FAX No.: 00 41 1343id Form 0041 13-7 2015-092 JUNE 2017 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 h C:ckrltiu�qttialt nr l 1.1k - Gx'"T/PtJEr1'&9 Cor-porationName: State of Incorporation: i �S �JSIf Type rtncrul f3usiruss ratc:si«natil, Service, Limited Liability): _T By: (Signature – attach evidence of authority to sign) Name (type or printed): !S'0*1 /' Title: C S a (CORPORATE SEAL) Attest: 1"'' � "— U (Signatw•e of Corporate Secretary) Business address:_ 3 _ U)" IC.45��7TE lug AV- 7a'7a3 Phone No,,. 31k FAX No.: RU- j 3 t END OF SEC'T'ION 00 41 13 00 41 13-131d Form 0041 13-8 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas SECTION 00 14 00 BIDDER'S QUALIFICATION STATEMENT Contract Name: Fater Sewer Outbuilding Improvements Date: (Submit -with 00 41 13 - Bid Form) SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 SUBMITTED BY: Company Name- 7.O-E-r;L14 Address ..__ � � b�+±- ! aT Principal Office A Cnrpnratio )artnership. individual,joint venture, other Arkansas State General Contractor's License Number Data Universal Numbering System - -DUNS --...._. Commercial and Government Entity Code - CAGE Code Tax 1D Number, -7 (-..` 4D q -2.-. S7.�? 2015-092 JUNE 2017 For a Contractor to be considered as Commercially Proven, the Contractor must satisfy all insurance, financial; and bonding requirements of the City of Fayetteville, and must have had at least S (five) years active experience under the current Contractor name in the installation of the product bid. `Fhe Contractor shall provide an acceptable list of installations with similar equipment demonstrating compliance with this equipment. A bidder may use the combined experience of its owners or senior executive staff to satisfy the requirement. In the event the bidder uses this combined experience, it shall submit justification and documentation with bid showing the combined experience is existing with its owners or senior executive staff. 00 14 00 Bidder Qualifications 00 14 00 — 1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction for years and has performed work of the nature and magnitude of this Contract for Zf years. Bidder has been in business under its present name for iCo years. 2. Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) 3, Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) 4. Has Bidder ever tailed to complete any project? if so, state when, where, and why. 5 Bidder normally performs the following work with his own forces: 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): x A o &rex 46S. 3rd xAs_ 00 14 00 Bidder Qualifications 00 1400-2 I WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 7- In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company and name and address of agent: 8. Bidder's Workmen's Compensation Experience Modifier Factor is: __ r FINANCIAL STATEMENT Bidder possesses adequate financial resources as indicated by the following: I . Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). c. Other liabilities (capital, capital stock. authorized and outstanding shares par values, earned surplus, and retained earnings). f. Naive of firm preparing financial statement and date thereof: 00 .14 00 Bidder Qualifications 00 1400-3 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgments are outstanding against Bidder: Juchunient Creditors Where Docketed and Date Amount a. b.� Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: 47-/,3 ; 20j 7 (OFFICIAL SEA`[,) Name of Organization: By 'Title CA�Eo (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at [cast one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed.) END OF SECTION 0014 00 00 14 00 Bidder Qualirications 001400-4 City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 WATER SEWER (720) 2017 Requestor: Cheryl Partain BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: A BA is needed within the Water/Sewer Building & Office Improvements project for the construction of the Water/Sewer Outbuildings. The outbuilding project is for the construction of a materials storage building and a truck garage expansion. Decease in the Regional Park Waterlines Project is utilizing the cost savings from that project. COUNCIL DATE: 9/15/2017 LEGISTAR FILE ID#: 2017-0527 L i,k H v Mchenk 9/1 5/201 7 4:06 PM Budget Director Date TYPE: DESCRIPTION: C:\Users\losmith\AppData\Roaming\L5\Temp\d56b998a-eb6b-4ac6-9ded-59a414eb7d09 1 of 1 GLDATE: RESOLUTION/ORDINANCE POSTED: I TOTAL - v.20170707 Increase / (Decrease) Project.Sub# Account Number Expense Revenue Project Sub AT Account Name 5400.720.1840-5801.00 302,600 15020 1 EX Fixed Assets - : 5400.720.1840-5400.00 (139,803) 15020 1 EX Building & Grounds - Maintenance 5400.720.5600-5808.00 (162,797) - 14015 2000 EX Water Line Improvements -Water Line Irr C:\Users\losmith\AppData\Roaming\L5\Temp\d56b998a-eb6b-4ac6-9ded-59a414eb7d09 1 of 1 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A312 Doc ID: 017678720009 Type: LIE Kind: PERFORMANCE BOND Recorded: 10/10/2017 at 03:56:07 PM Fee Amt: $55.00 Page i of 9 Washington County, AR Kyle Sylvester Circuit Clerk FileB034-00000944 Performance Bond Bond # 5529997 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Benchmark Construction of NWA, Inc. 333 West Poplar, Ste A Fayetteville, Arkansas 72703 OWNER (Name and Address): City of Fayetteville 113 W. Mountain Street Fayetteville, Arkansas 72701 CONSTRUCTION CONTRACT Date: SURETY (Name and Principal Place of Business): Westfield Insurance Company P. O. Box 5001 Westfield Center, Ohio 44251-5001 Amount: Three Hundred Sixty-six Thousand And No/100THS Dollars ($366,000.00) Description (Name and Location) : Water and Sewer Outbuilding - City of Fayetteville, #17-39 BOND Date (Not earlier than Construction Contract Date): Amount: Three Hundred Sixty-six Thousand And No/100THS Dollars ($366,000.00) Modifications to this Bond: (k None C] See Page 3 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Benchmark Construction of NWA, I C. Westfield Insur Company Signature: – � - .tea Signature: Z � /S'l Name and Title: Name and Tit e: Elizabeth A. Solomon Attorney -In -Fact (Any additional signatures appear on page 3) (FOR INFORMATION ONLY—Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or Brown -Hiller -Clark & Associates other party): P.O. Box 3529 Cromwell Architects Fort Smith, Arkansas 72913 101 spring Street (479) 452-4000 Little Rock, AR 72201 AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1484 FD. • AIA 4 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312-1984 I THIRD PRINTING • MARCH 1987 I The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for the performance of the Construction Contract, which is incorporated herein by reference. 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 If there is no Owner Default, the Surety's obligation under this Bond shall arise after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph 10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of Such notice to discuss methods of performing the Construc- tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able time: to perform the Construction Contract, but such an agreement shall not waive the Owner's right, if any, subsequently to declare a Contractor Default; and 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be de- clared earlier than twenty days after the Contractor :and the Surety have received notice as provided in Sub- paragraph 3.1; and 3.3 The: Owner has agreed to pay the Balance of the ontract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4 When the: Owner has Satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perforin arid complete: the Construction Contract; or 4.2 Undertake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of theC'on- struc.tion Contract, arrange for a contract to be pre- pared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds exec: used by a qualified Surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in ex- cess of the Balance of the Contract Price incurred by the: Owner resulting from the Contractor's default; or 4.4 Waive its right to perform and complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances; 1 After investigation, determine the amount for which it may be liable: to the Owner and, as soon as practicable after the arnount is deter- mined, tender payment therefor to the Owner; or .2 Deny liability in whole or in part arid notify the: Owner citing reasons therefor. 5 If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be deemed to be in default on this Bond fifteen days after receipt of art additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the (.)wrier. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole: or in part, without' further notice: the Owner shall be entitled to enforce any remedy available to the ()wrier. 6 After the Owner has terminated the Contractor's right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the: Surety shall not be greater than those of the Owner under the Construction Contract. To the: limit of the amount of this Band, but subject to commitment by the Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Sure ty is obligated without duplication for: 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the Construc- tion Contract; 6.2 Additional legal, design professional and delay costs resulting from the Contractor's Default, and re- sulting from the actions or failure to act of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if ncr liquidated damages are specified in the Construction Contract, actual dam- ages caused by delayed performance or non-perfor- mance of the Contractor. 7 The; Surety shall not be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction Contract, and the Balance of the Contract Price, shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue 011 this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, includ- ing changes of time, to the Construction Contract or to related Subcontracts, purchase orders and other obliga- tions. 9 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is lot ated and shall be instituted within two years after Contractor Default or within two years after the Contractor ceased working or within two years after the: Surety refuses or fails to perform its obligations under this Bond, whichever oc- curs first. If the provisions of this Paragraph arc, void Or - prohibited by law, the minimum period of limitation avail - AIA DOCUMENT A312 • PERFORMANCE BONG) AND PAYMENT BOND • DECEMBER 19M ED. • AIA R: THE AMERICAN INSTITUTE OF ARCHITECTS, 17.35 NEW YORK AVE., N.W_ w.ASHINC;TON. D.C.. 2(WO6 A312-1984 2 1HIRD PRI-NTING 0 MARCH 1987 able to sureties as a defense in the jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the 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: CONTRACTOR AS PRINCIPAL Company: Signature: Name and Title: Address: (Corporate Seal) 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. SURETY Company: Signature: Name and Title: Address: (Corporate Seal) AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA <ft 'THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON. D.C. 2(1)(6 A312-1984 3 THIRD PRINTING 9 MARCH 1987 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 02/15/17, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED COPY POWER NO. 0320052 04 Westfield insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company' and collectively as "Companies,' duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAM B. HILLER, LARRY R. CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCI L. HILLER, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, SARAH K. DAY, MARY ANN JUSTICE, JOINTLY OR SEVERALLY of FORT SMITH and State of AR its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretys! yip- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary' "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 15th day of FEBRUARY A.D., 2017 •.,yi,M.9NIp1,y� ,,f..rr,Ir ..N•1•f/l//, Corporate aP aWYfttye� `,,• C�pNgCi WESTFIELD INSURANCE COMPANY Seals a f,...• --••.-CF% ``aP,.. ••• •.!vsG.` WESTFIELD NATIONAL INSURANCE COMPANY Affixed .6L '�.t��i 0: y''�' 3 OHIO FARMERS INSURANCE COMPANY • ;�. _c_ ro . r: SEALCai �•••/tet fr : Z�.. :o . Z�®184 '-.. State of Ohio Dennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 15th day of FEBRUARY A.D., 2017 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial 9wow., Seal .•* k A L '''•, Affixed ,`Pa' `SF,•. • David A. Kotnik, Attorney at Law, Notary Public State of Ohio ,1, p My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: 4TC OF I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of • ..... ?%i M� �•_EAL3� �: SEAL :m' OY ;•bc , : y 84 �= Secrrtary 1 li,.* .ti..•� fd�• =;z,•. 'o: = ®; 4� = Frank A. Carrino, Secretary BPOAC2 (combined) (06-02) THE AMERICAN INSTITUTE OF ARCHITECTS sv .sn,�ur AIA Document A312 Payment Bond Bond # 5529997 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Benchmark Construction of NWA, Inc. 333 West Poplar, Ste A Fayetteville, Arkansas 72703 OWNER (Name and Address): City of Fayetteville 113 W. Mountain Street Fayetteville, Arkansas 72701 SURETY (Name and Principal Place of Business): Westfield Insurance Company P. O. Box 5001 Westfield Center, Ohio 44251-5001 CONSTRUCTION CONTRACT Date: Amount: Three Hundred Sixty-six Thousand And No/100THS Dollars ($366,000.00) Description (Name and Location): Water and Sewer Outbuildings- City of Fayetteville, 17-39 BOND Date (Not earlier than Construction Contract Date): Amount: Three Hundred Sixty-six Thousand And No/100THS Dollars ( $366,000.00 ) Modifications to this Bond: '..] None CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Benchmark Construction of NWA, Inc. Signature: C�'a Name and Title: (Any additional signatures appear on page 6) See Page 6 SURETY Company: (Corporate Seal) Westfield Insura Company Signature: ............ Name and Title: lizabe h A. Solomon Attornev-In-Fact (FOR INFORMATION ONLY—Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or Brown -Hiller -Clark & Associates other party): P.O. Box 3529 Cromwell Architects Fort Smith, Arkansas 72913 (479)452-4000 , AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. • AIA ig' THE AMERICAN INSTITUTE of ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312 -19M 4 'THIRD PRINTING 0 MARCH 1987 I The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the perfor- mance of the Construction Contract, which is incorpo- rated herein by reference.. 2 With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment fur- nished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3 With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes pay- ment, directly or indirectly, for all sums due, 4 The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4,2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not received within 30 days of furnishing the above no- tice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. S If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that. is suffi- cient compliance. 6 When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not Exceed the amount of this Bond, and the amount: of this Bond shall be credited for any payments made in good faith by the Surety. 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that al funds earned by the Contractor in the performance of the Construction Contract. are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's prior- ity to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment of any costs or expenses of any Claim- ant under this Bond, and shall have under this Bond no obli- gations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent juris- diction in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor or service was performed by anyone or the last mate- rials or equipment were furnished by anyone under the Con- struction Contract., whichever of (1) or (2) first occurs, If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page.. Actual receipt of notice by Surety, the Owner or the. Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYME'NI' BOND • DECEMBER 1984 E.D. • AIA'" TNG AMERICAN INSTITU"tE Ol' ARCHIIEC:TS, 17;35 NEW YORK AVE,'NW, WASHINGTON, D.C.2(xx)b A312-1984 5 1HIRD PRINTINC; • MARCH 1987 Bond shall be construed as a statutory bond and not as a Construction Contract, architectural and engineering common law bond. services required for performance of the work of the 14 Upon request by any person or entity appearing to be a Contractor and the Contractor's subcontractors, and potential beneficiary of this Bond, the Contractor shall all other items for which a mechanic's lien may be p y promptly furnish a copy of this Bond or shall permit a copy asserted in the jurisdiction where the labor, materialsor equipment were furnished. 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 service or rental equipment used in the MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: See Attached A312 Payment Bond Rider 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.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Signature: Name and Title: Address: Signature: Name and Title: Address: AIA DOCUMENT A312 - PERFORMANCE BOND AND PAYMENT BOND - DECEMBER 1984 ED. - AIA by THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312.1984 6 THIRD PRINTING • MARCH 1987 Bond # 5529997 A312 PAYMENT BOND RIDER This rider amends the provisions of the A312 Payment Bond as follows: Paragraph 5 is deleted in its entirety. Paragraph 6 is deleted in its entirety and replaced with the following: 6. When the Surety has received Notice as required in Paragraph 4 above, the Surety shall take the following action; 6.1) Send an acknowledgment letter to the claimant, with a copy to the Owner, requesting information and documentation necessary to investigate the claim. 6.2) As soon as reasonably practical under all circumstances, and after having received the requested documentation from the claimant, including a properly executed Affidavit of Claim, advise the claimant of the status of the claim. No provision of this bond shall be interpreted to waive or discharge any right or defense of the Surety or the Contractor. No action or failure to act by the Surety or the contractor shall be considered to be a n admission of liability or a waiver of the Contractor or Surety's right to dispute a claim in whole or in part. BD 5971A (01-05) THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 02/15/17, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 0320052 04 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a 'Company' and collectively as 'Companies,' duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAM B. HILLER, LARRY R. CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCI L. HILLER, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, SARAH K. DAY, MARY ANN JUSTICE, JOINTLY OR SEVERALLY of FORT SMITH and State of AR its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretys=yip- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.' 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached' (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 15th day of FEBRUARY A.D., 2017 . pn...w.Mp N...uan..+rb UN4, Corporate aP a�,tlA.(�C�,� '° \SnNA �N•., '; ...1, WESTFIELD INSURANCE COMPANY �!°p,,.•••~" ••.iia % :'tea?-'' ;SG': ��S 1�; WESTFIELD NATIONAL INSURANCE COMPANY Affixed �v. .aso sod Q. ••, y ��?' •q �•'':e�` OHIO FARMERS INSURANCE COMPANY -4 w SEAL 3 w c811R1E1p�p 3 '. ;�A .�. •ti s r Zi ';, 4 ••• o a By State of Ohio "'• * • "" Dennis P. Baus National Surety Leader and County of Medina ss.: Senior Executive On this 15th day of FEBRUARY A.D., 2017 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial �,,..e,N.e,,h,�� Seal ,•`� �\ A L s'•, Affixed Z` Ir • David A. Kotnik, Attorney at Law, Notary Public State of Ohio -4% • . 0040 My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) County of Medina ss.: y I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and tiffect. In :^ fitness Kfhereof, i have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of M6, 1. y �,..�uu+eur,•,, • ,. .0 ..,,, NA • . C P...........�5 A�-; grAL SEAL �� �'�.• ':fin: ��'rittl►ATFRE�': �� :, ,�. �f� ' y`• •'o; � ; 1846 ; BPOAC2 (combined) (06-02) SecretatyFrank A. Carrino, Secretary 12Qs a01.1- Irl 119 CITY OF FAYETTEVILLE ARKANSAS November 13,2017 Steve Smith Benchmark Construction of NWA, Inc. 333 West Poplar Street, Suite A Fayetteville,AR 72730 Re: Water Sewer Outbuilding Improvements NOTICE TO PROCEED Dear Mr. Smith, This is the official Notice to Proceed for the Water Sewer Outbuilding Improvements project,in accordance with the agreement between Benchmark Construction of NWA, Inc.and the City of Fayetteville. You are notified that the Contract Time(s)under the Contract will commence on November 14,2017. By that date, you are to start performing your obligations defined in the Contract. In accordance with the Agreement between Owner and Contractor,the date of Final Completion is April 28,2018. We look forward to working with you on this project. Please call me at 479-718-6850 if you have any questions. City of Fayetteville,Arkansas efIrAl f'46 Lynn Hyke Construction &Contract Manager Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville,AR 72701 ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed for the City of Fayetteville Arkansas Water Sewer Outbuildings Improvements project is hereby acknowledged. By Benchmark Construction of NWA, Inc., This T- day of / �8E.v'-�- .2017: B { Title 9. 2 c,AY cic�k &- a4- 0 ARCHIVED PROJECT MANUAL Prepared by CROMWELL ARCHITECTS ENGINEERS, INC. for: CITY OF FAYETTEVILLE ARKANSAS. Bid # 17-39, Construction City of Fayetteville Water Sewer Outbuilding Improvements FAYETTEVILLE, ARKANSAS 06/30/2017 Required Seals Appear on the Following Page Greg Cockmon, AIA. / CROMWELL Jonathan Story, P.E. / CROMWELL Pamela McElrath, P.E. / CROMWELL �'' City of Fayetteville, Arkansas �-� Purchasing Division — Room 306 ' 113 W. Mountain Fayetteville, AR 72701 CITY OF FAY E T T E V I L L E Phone: 479.575.8220 ARKANSAS TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 17-39, Construction—Water Sewer Outbuilding Improvements DEADLINE: Wednesday, September 13, 2017 before 2:00 PM, Local Time PRE-BID MEETNG: Wednesday August 16, 2017 at 10:00AM, Room 326 City Hall. DELIVERY LOCATION: Room 306 =113 W. Mountain, Fayetteville, AR 72701 PURCHASING AGENT: Les McGaugh, Imcgaugh@fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: July 31 and Aug 14, 2017. INVITATION TO BID Bid 17-39, Construction — Water Sewer Outbuilding Improvements No late bids shall be accepted. Bids shall be submitted in sealed envelopes. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. OTICE TO ALL BIDDERS: All vendors intending on bidding SHALL register as a plan holder by notifying Les McGaugh, via e-mail at Imcgaugh @fayetteville-ar.gov. When registering as a plan holder, vendors shall submit primary contact information including name of contractor, primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN RESULT IN YOUR BID BEING REJECTED. Interested parties are responsible for printing. All bids will be distributed electronically from the City of Fayetteville Purchasing Division. Receiving electronic links from the City of Fayetteville, AR automatically registers you as a plan holder. E-MAILED BID PACKAGE INCLUDES LINKS TO THE FOLLOWING FILES: FILE #1: PROJECT MANUAL: 362 total pages FILE#2: PROJECT DRAWINGS: 9 total pages *Additional files added as addendums are issued. Addendums will be directly e-mailed to all listed plan holders and posted on the City's website. *PLAN HOLDER LISTINGS & ADDENDUMS WILL BE POSTED AT http://bids.fayetteville-ar.gov Bidder shall assume all responsibility for receiving updates and any addenda issued to this project by monitoring http://bids.foyetteville-or.gov. Failure to acknowledge addenda issued as instructed could result in bid rejection. Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701 City of Fayetteville, AR Invitation to Bid CITY OF Bid 17-39, Construction — Water Sewer FAY E T T E V I L L E Outbuilding Improvements ARKANSAS The City of Fayetteville, AR (Owner) is accepting sealed bids from properly licensed professionals for the construction required for the Water Sewer Outbuilding Improvements. The Work includes, but is not limited to: New Material Storage Building and Improvements to the Vehicle Storage Building as further defined in the Contract Documents. Sealed bids shall be received by the City of Fayetteville, AR by Wednesday. Sentember 13. 2017 before 2:00 PM, local time. Bids shall be submitted in a sealed envelope or sealed package labeled Bid 17-39. 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. Bids shall be received at the following location: City of Fayetteville, AR Purchasing Division, Room 306 1 13 West Mountain Street Fayetteville, Arkansas 72701 A non -mandatory pre-bid meeting will be held on Wednesday August 16, 2017 at 10:00 AM in Room 326 at 113 West Mountain St., Fayetteville, AR 7270. Copies of the Bid Documents may be obtained electronically for bidding purposes from the City of Fayetteville Purchasing Division by e -mailing Les McGaugh, City of Fayetteville Purchasing Agent, Imc au h r,fayetteville-ar.gov or calling by calling 479-575-8220 to register as a plan holder. Any questions concerning the bidding process should be addressed to Les McGaugh, City of Fayetteville Purchasing Agent. No partial sets will be issued for bidding. No paper sets will be issued for bidding. All vendors intending on bidding shall register as a plan holder. Bidders shall be qualified to do business and licensed in accordance with all applicable laws of the State of Arkansas and the City of Fayetteville for this Work. All bidders shall be licensed under the terms of Arkansas Code Annotation §§17-25-101, et. Seq. All bids shall be accompanied by a Bid security in the form of a cashier's check from a bank located in the State of Arkansas or a corporate bid bond in the amount of five percent (5%) in accordance with the Instructions to Bidders. After a contract has been awarded, a one hundred percent (100%) performance and payment bond shall be provided to the City after being file marked at the Washington County Circuit Clerk's Office. The Bid shall be conditioned upon compliance with all applicable labor related requirements including the regulations and stipulations concerning equal employment opportunity, minority manpower utilization, affirmative action requirements, and minimum wage rates. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. The City reserves the right to reject any or all Bids and to waive irregularities therein, and all Bidders shall agree that such rejection shall be without liability on the part of the City for any damage or claim brought by any Bidder because of such rejections, nor shall the Bidders seek any recourse of any kind against the City because of such rejections. Bids shall remain in effect for 90 calendar days after the bid opening date. The filing of any Bid in response to this invitation shall constitute an agreement of the Bidder to these conditions. City of Fayetteville, Owner By: Les McGaugh City of Fayetteville, Purchasing Agent Advertisement Dates: July 31, 2017 and August 14, 2017 ARCHITECTURAL ABBREVIATIONS AB ANCHOR BOLT KG KILOGRAM ACOUST. ACOUSTICAL LCB LIOUID CHALK BOARD AD AUXILIARY DRAIN LM LINEAL METER ADJ, ADJUSTABLE LG LONG ADMIN. ADMINISTRATION MAS MASONRY A.F.F. ABOVE FINISH FLOOR MAIL MATERIAL ADORE AGGREGATE MAX MAXIMUM ALUM. ALUMINUM MB MINFBLNDS BD BOARD M.D. METALOECK B.F.F. BELOW FINISH FLOOR MECH. MECHANICAL BLXG BLOCKING MEMB. MEMBRANE BM BEAM MEZZ. MEZZANINE B.O. BOTTOM OF MFR MANUFACTURER BPL BASEPLATE MISC. MISCELLANEOUS BS BOTH SIDES MO MASONRY OPENING BTWN. BETWEEN M.S. METAL STUD B.U.R. BUILT-UPROOF MTL METAL CAL CALIPER N.I.C. NOT IN CONTRACT CL CENTERLINE NS NDNSHRI14K CFC COLLBINED FACILITIES COMPLEX N.T.S. NOTTOSCALE CSF COMBINED SHARED FACILITIES OC ON CENTER CG CORNER GUARD OD OUTSIDE DIAMETER CJ CONTROL JOINT OFW OUTSIDE FACE OF WALL CLG CEILING OPNG OPENING CMU CONCRETE MASONRY UNIT ODP. OPPOSITE COL COLUMN PLAM, PIAM PLASTIC LAMINATE CONC. CONCRETE PL PLATE CONC. ELK CONCRETE BLOCK PLYWD. PLYWOOD CONST. CONSTRUCTION PNL PANEL CONT. CONTINIOUS PROD PRODUCE CT CERAMIC TILE KGISOM KILOGRAMS PER SQUARE METER DB DECK BEARING KGSOCM KILOGRAMS PER SQUARE CENTIMETER DIM. DIMENSION OTY OUANTNY DR DOOR R RISER DTL DETAIL R RADIUS DWG DRAWING RD ROOF DRAIN EA EACH REFRIG REFRIGERATION ED. EXPANSION BOLT RE NF REINFORGNG EFEXHAUSTFAN REDD REQUIRED E.LF.S. EXTERKORINSULATIONANDFINISHSYSTEM RM ROOM EJ EXPANSION JOINT RPP RACK PO ST PROTECTOR ELEC. ELECTRICAL Sc SOLID CORE ELEV. ELEVATION SCHED. SCHEDULE EO EQUAL SECT. SECTION EQUIP. EQUIPMENT SKI. SHEET EW EACH WAY SIM. SIMILAR EWC ELECTRIC WATER COOLER SPECS SPECIFICATIONS EXIST. EXISTING SMFE SURFACE MOUNTED FEC EXP EXPANSION SRFE SEMLRECESSED FEC EXT. EXTERIOR S SEWER F FEMALE SS SANITARY SEWER FD FLOOR DRAIN S.S. STAINLESS STEEL FE FIREEXTINGUISHER SSC STAINLESS STEEL CLOSURE FEL FIRE EXTINGUISHER CABINET SST STAINLESS STEEL THRESHOLD FIN. FINISH STB STAFF TRAINING BUDDING FLR FLOOR STL STEEL FND FOUNDATION STO. STORAGE F.O.C. FACE OF CONCRETE STRUCT. STRUCTURAL FRP FIBERGLASS REINFORCED PANEL BY SYMBOL FTG FOOTING T TREAD GA GAGE T 6 B TOP AND BOTTOM GALV GALVANIZED THK THICK GR GUARDRAIL THRESH. THRESHOLD GP GUAROPOST TJ TOOLED JOINT GYP GYPSUM TO TOP OF GYPAD. GYPSUM BOARD T.O.S. '6.'P. TOP OF STEEEL H HIGH T. TOP OF PANEL HD HANDICAP TS TUBE STEEL HL HOLLOWCORE TYP TYPICAL HOW HARDWARE TO. TOP OF MASONRY HM HOLLOW METAL U.N.O. UNLESS NOTED OTHERWISE HORM. HORIZONTAL VCT VINYL COMPOSITION TIE HP HORSEPOWER VERT. VERTICAL HT HEIGHT VEST. VESTIBULE INFO. INFORMATION V.I.F. VERIFY IN FIELD INSUL. INSULATION W WIDE INT INTERIOR W/ WITH JAN JANITOR. WC WATER CLOSET JT JOINT WD WOOD JST JOIST WD W WINDOW KCJ KEYED CONTROL JOINT WG WALL GUARD LAV. LAVATORY W/0 WITHOUT - WP WATERPROOFING WT WEIGHT WWF WELDED WIRE FABRIC SYMBOLS LEGEND SECTION INDICATIONS QM LABEL ROOM NAME �— ROOM NAME 101 ROOM NUMBER —= EARTH DOOR LABEL CONCRETE Rw,ua�— DOOR NUMBER PER SCHEDULE SEE DOOR SCHEDULE AND ELEVATIONS _ GRAVEL ® BRICK WINDOW LABEL W1 WINDOW PER ELEVATIONS CONCRETE MASONRY UNIT (CMU) CERAMIC TILE REVISION IDENTIFICATION ® ACOUSTICAL TILE REVISION NUMBER W'OOO, ROUGH CARPENTRY 7 GENERALAREA OR DE TAIL INCLUDED IN �1,1 A COCLER/FREEZER WALL PANEL REVISION ® WOOD, FINISH CARPENTRY ELEVATION SYMBOL ELEVATION IDENTIFICATION NJMBER WOOD, BLOCKING 1 A-101 PLYWOOD SHEET NUMBER WHERE ELEVATION IS DRAWN ® METAL SECTION SYMBOL ® Gass SECTION IDENTIFICATION NUMBER I S: Af0 GYPSUM BOARD (GWB) SHEET NUMBER WHERE SECTION R DRAWN BATT INSULATION DETAIL SYMBOL RIGID INSULATION DETAIL IDENTIFICATION NUMBER SHEET NUMBER WHERE DETAIL IS DRAWN City of Fayetteville Bid 17-39, Construction Water Sewer Outbuilding Improvements Fayetteville, Arkansas []CROMWELL 101 south spring street little rock, ar 72201 501.372.2900 cromwell.com CONSTRUCTION DOCUMENTS 06-30-2017 INDEX OF DRAWINGS 101:-a91 REV I DATE I ISSUEDAS DRAWING 1DRAWINGITTLE GENERAL INFORMATION O 61 Z COVER SHEET O pED Aq � E 5: =3 G STRUCTURAL LIMON ~ � ♦ 1669 ♦ Z O YRn'AVS*5 U S401 STRUCTURALDESIGNCRITRIA ANDUPUFTPLANS S-0 STRUCTURAL GENERAL NOTES S-101 STRUCTURAL PLANS AND DETAILS 5.102 STRUCTURAL DETAILS ARCHITECTURAL ASI00 ARCHITECTURALSITE PLAN A-101 VEHICLE STORAGE PLANS, ELEVATNONSANDDETAILS 7102 MATERIAL STORAGE PLANS, ELEVATIONS AND DETAILS ELECTRICAL E-101 ELECTRICAL PLANS AND SCHEDULES CODE REVIEW APPLICABLE BUILDING CODES: Fhe and Life Safety: Life Safety 101 Code 2000 grading: Arkansas Fre Prevention Code 2012 SI—Lural: Arkansas Fire Prevention Coda 2012 Plumbing: Arkansas Slate Plumbing Code 2006, Miuchankat Arkertses Mechankal Code 2010 Electdwt National EJubic Code 2011 A—Slb®ty. AFPC 20071 ANSI A117.1 ADA A=mrsibilitles GuhteEres- 2D10 Energy: Arkansas Energy Cade 2011, based on ASHRAE 9D.1 27ID BUILDING USE: ADDITION TO THE EXISTING VEHICLE STORAGE BUILDING AND NEW MATERIALS STORAGE BUILDING FOR THE CITY OF FAYETTEVILLE. AR WATER WORKS. OCCUPANCY: VEHICLE STORAGE ADDITION: S2 MATERIAL STORAGE: S2 CONSTRUCTION: VEHICLE STORAGE ADDITION: TYPE IIA, UNPROTECTED MATERIAL STORAGE: TYPE VA, UNPROTECTED FLOOR AREA: VEHICLE STORAGE ADDITION: 673 SO PLUS EXISITNG 1.966 spit = 2,435 spb MATERIAL STORAGE: 1,53E so MAXIMUM ALLOWABLE AREA: VEHICLE STORAGE ADDITION: 26.000 spit MATERIAL STORAGE: 13,500 spit EXITS: VEHICLE STORAGE ADDITION: 2 EXISTING MAN DOOR EXITS UTILIZED MATERIAL STORAGE: 7 EXIT PER BAY, EXITING THRU 16'4- WIDE BAY OPENING. SPRINKLER PROTECTION: NOT SPRINKLERED I hereb, pedly tw ease Marg er0 sped0.6ar. have been Ixtpan [ by—w weer my 'up—. I fume, cerrly Mal In IAC ben N my knpMolge Orme plV3 am Web5C21iP5 are Ea rerukac by law— pb-00 Me Ark— F.Pr-.i. Core kV OC StaCa AA.— 06 7 Gmgo70Cackmon.AM � ............ lEC%3 c=: Z cC-98 `f CHATTEL __ O .......... Z O pED Aq � E 5: =3 G Q' LIMON ~ � ♦ 1669 ♦ Z O YRn'AVS*5 U E 13CR0MWELL 101 scum spring street kllle rock. et 72201 501.1722900 —11-m COVER SHEET G-001 STRUCTURAL DESIGN CRITERIA FOR MATERIAL STORAGE BUILDING CODE: 2012 ARKANSAS FIRE PREVENTION CODE (BASED ON ZD121BC) RISK CATEGORY (20121BC TABLE 16D4.5) U GRAVITY LOADS (REFERENCE: 2012 IBC B ASCE 7-10) W LIVE LOADS: rG 7 U ./ UNIFORM LOAD CONCENTRATED LOAD SLAB ON GRADE: 1DDDPSF 2000 LBS ROOF: MINIMUM(NON-REDUCIBLE) 20 PSF GROUND SNOW LOAD 20 PSF FLAT ROOF SHOW LOAD PF = 14.0 ?SF SLOPED ROOF SNOW LOAD PS=11.3PSF SNOW LOAD IMPORTANCE FACTOR IS = 1.00 SNOW EXPOSURE FACTOR CE = I.DO THERMAL FACTOR CT = ILO DEAD LOADS: IS • I.DD RODF: 10 PSF LATERAL LOADS CT = IDD WIND: (REFERENCE: ASCE 7.10) ULTIMATE WIND SPEED VUL T • 120 MPH NOMINAL WIND SPEED VASD = 90 MPH EXPOSURE C INTERNAL PRESSURE COEFFICIENTS -1-0.18 WIND LOAD ON COMPONENTS 6 CLADDING SEE THIS SHEET SEISMIC: (REFERENCE: ASCE 7.10) SEISMIC IMPORTANCE FACTOR IE =1.OD SPECTRAL RESPONSE COEFFICIENTS SS = 0.171 EXPOSURE SI = 0.094 SITE CLASS C ADJUSTED NICE SPECTRAL RESPONSE SMS =0.205 SEISMIC: (REFERENCE: ASCE 7.10) SM1=0.160 DESIGN SPECTRAL RESPONSE ACCELERATION SDS 0.137 SPECTRAL RESPONSE COEFFICIENTS SDI = 0.107 SEISMIC DESIGN CATEGORY 8 BASIC SEISMIC FORCE RESISTING SYSTEM. WOOD SHEAR WALLS DESIGN BASE SHEAR V - 0.021V SEISMIC RESPONSE COEFFICIENT CS=0.021 RESPONSE MODIFICATION FACTOR R = 65 ANALYSIS PROCEDURE EQUIVALENT STATIC FORCE SEISMIC MECHANICAL 8 ELECTRICAL EQUIPMENT B COMPONENT IMPORTANCE FACTOR IP = 1.00 SYSTEMS AND COMPONENTS REQUIRING SPECIAL INSPECTION -SEE SPECIFICATION SECTION 014533 THE BUILDING HAS BEEN DESIGNED IN ACCORDANCE WITH ACT 1 BQ 1991 OF THE STATE OF ARKANSAS. STRUCTURAL FIRE RATING REQUIREMENTS: BUILDING IS NOT SPRINKLERED " AND RAS NO FIRE RATING STRUCTURAL DESIGN APPROACH: CS = 0.046 THE STRUCTURE CONSISTS OF A PLYWOOD ROOF DIAPHRAGM ON WOOD TRUSSES AT 7-W ON CENTER. TRUSSES BEAR ON WOOD STUD WALLS WITH STUDS AT 16' O.C: THE STUD WALLS BEAR ON CANTILEVERED 17 CONCRETE WALLS WHICH ARE SUPPORTED BY CONCRETE SPREAD FOOTING.. ROOF SLA TRIBUTARY AREA ZONE IOSO. FT 50 SO. FT 100 SO. FT 4 -4311b PSF .40A42 PSF •3Br-4i PSF 5 X431-5! PSF �40A47 PSF -381-44 PSF NOTES: 1. WIND PRESSURES ARE EASED ON ASCE 7.10 STRENGTH DESIGN (ULT NATE). 2. SERVICE LEVEL" IND PRESSURE CAN BE DETERMINED BY Pram= PMI 3. POSITIVE 1 NEGATIVE VALUES INDICATE FORCES ARE ACTING TOWARDS/ AWAY FROM ELEMENT, RESPECTIVELY MATERIAL STORAGE ROOF WIND ZONES GROSS WIND UPLIFT (STRENGTH DESIGN) NOTES: I. ULTIMATE WIND SPEED: 120 MPH NOLINAL WINO SPEED:90 MPH 2. SERVICE LEVEL LOADS MAY BE CALCULATED BY MULTIPLYING THE NUMBERS ABOVE BY 0.6 3. TRUSS MANUFACTURER MAY USE TRUSS SELF WEIGHT IN ADDITION TO 2 PSF ISERVICE LOAD) TO RESIST WIND UPLIFT COMPONENTS AND CLADDING WALL WIND FORCES TABLE FOR ROOF AND ROOF COVERING UPLIFT STRUCTURAL DESIGN CRITERIA FOR VEHICLE STORAGE BUILDING CODE: 2012 ARKANSAS FIRE PREVENTION CODE (BASED ON 2012 BC) RISK CATEGORY t2012 IBC TABLE 16D4.5) 0 GRAVITY LOADS (REFERENCE: 2012 IBC 6 ASCE 7.10) W LIVE LOADS: rG 7 U ./ UNIFORMLOAD CONCENTRATED LOAD SLAB ON GRADE 1000 PSF 2000 LBS ROOF: MINIMUM(NO"EDUCIBLE) 20 PSF CONTRACTOR TO COORDINATE ATTACHING Z Q EXISTING DOORS TO NEW BUILDING, BOTH LOADING AND CONFIGURATION GROUND SHOW LOAD 20 PSF FLAT ROOF SNOW LOAD PF=14APSF SLOPED ROOF SNOW LOAD PS=14.OPSF SNOW LOAD IMPORTANCE FACTOR IS • I.DD SNOWEKPOSURE FACTOR CE = IDD THERMAL FACTOR CT = IDD DEAD LOADS: ROOF: TYPICAL AS DETERMINED BY METAL BULDNG MANUFACTURER (DOES NOT INCLUDE COLLATERAL LOAD) COLLATERAL LOAD (ADDITIONAL LOAD) DO NOT CONSIDER FOR RESISTANCE TO UPLIFT 5 PSF LATERAL LOADS WIND: (REFERENCE ASCE 7-10) ULTIMATE WND SPEED VULT = 120 MPH NOMINAL WIND SPEED VASD =90 MPH EXPOSURE C INTERNAL PRESSURE COEFFICIENTS -1-0.16 WIND LOAD ON COMPONENTS 6 CLADDING SEE THIS SHEET SEISMIC: (REFERENCE: ASCE 7.10) SEISMIC IMPORTANCE FACTOR IE =1.OD SPECTRAL RESPONSE COEFFICIENTS SS = 0.171 Sl =0.094 SITE CLASS C ADJUSTED MCE SPECTRAL RESPONSE SMS=0.205 SMI = 0.160 DESIGN SPECTRAL RESPONSE ACCELERATION BOB 31 SDI = 0.107 SEISMIC DESIGN CATEGORY B BASIC SEISMIC FORCE RESISTING SYSTEM METAL BLDG STRUCTURAL STEEL SYSTEMS NOT SPECIFICALLY DETAILED FOR SEISMIC RESISTANCE DESIGN BASE SHEAR V = Bom SEISMIC RESPONSE COEFFICIENT CS = 0.046 RESPONSE MODIFICATION FACTOR R=3 ANALYSIS PROCEDURE EQUIVALENT STATIC FORCE SEISMIC MECHANICAL d ELECTRICAL EQUIPMENT COMPONENT IMPORTANCE FACTOR IP = 1.00 SYSTEMS AND COMPONENTS REQUIRING SPECIAL INSPECTION - SEE SPECIFICATION SECTION 014533 THE BUILDING HAS BEEN DESIGNED IN ACCORDANCE WITH ACT 1100. 1991 OF THE STATE OF ARKANSAS. STRUCTURAL FIRE RATING REOUIREMENTS: BUILDING IS NOT SPRINKLERED AND HAS NO FIRE RATING STRUCTURAL DESIGN APPROACH: SHALLOW FOUNDATIONS DESIGNED TO RESIST LOADS APPLIED BY PRE-ENGINEERED METAL SLOG, ROOF 4Q Q4 SLAB/ FLOOR BUILDING CORNER TRIBUTARY AREA ZONE • 1050. FT 5050. FT III S0. FT a .371 �0 PSF-!l-37PSF�33I-36PSF 5 -31/47 PSF •341<t PSF •331->B PSF NOTES: 1. WIND PRESSURES ARE BASED ON ASCE 7.10 STRENGTH DESIGN(ULTIAATE} 2. SERVICE LEVEL WIND PRESSURE CAN BE DETERMINED BY Prom = PW (0.6) 3. POSITIVE I NEGATIVE VALUES INDICATE FORCES ARE ACTING TOWARDS IAWAY FROM ELEMENT, RESPECTIVELY O O O O Q- D.1 O - GROSS WIND UPLIFT (STRENGTH DESIGN) VEHICLE STORAGE ROOF WIND ZONES Fm� mm M0=== NOTES: 1. ULTIMATE WIND SPEED: 120 AIPH NOMINAL WIND SPEED: 90 MPH 2. SERVICE LEVEL LOADS MAY BE CALCULATED BY MULTIPLYING THE NUMBERS ABOVE BY 0.6 COMPONENTS AND CLADDING WALL WIND FORCES TABLE FOR ROOF AND ROOF COVERING UPLIFT ' IT W7 W ��rtmv � pPIF624 i • 5 rG 7 U ./ p �1 TEP Z O U E Cc EN E aux=. Z Q u4`23�`Oe [,CRO MW ELL 101 wum,PfiVSV441 Mftrod-m 77101 501.372.2900 --u.- STRUCTURAL DESIGN CRITERIA AND UPLIFT PLANS 64fl� 4XX NUMBER AY.F. ABOVE FINISHED FLOOR ADDL ADDTTONAL ADJ ADJACENT ARCH ARCHITECTURAL B.F.F. BELOW FINISHED FLOOR BLDG BUILDING BDT BOTTOM BTWN BETWEEN C STANDARD CHANNEL CFS COLOFORMED STEEL CJ CONTROIICONSTRUCTIOW WNRACTION JOINT WP COMPLETE JOAN PENETRATION CL CE14TER LIKE OUR CLEAR CMU CONCRETE MASONRY WIT CO- COLUMN WIC. CONCRETE COVIN. CONNECTION CONT. CONTINUOUSDB. DECK BEARING DBA D=FORMED BAR ANCHOR DIA DIAMETER DTI. DETAIL E.F. EACH FACE EA EACH ELEV. ELEVATION EW E4CHWAY EXIST. EXISTING EXP. EXPANSION FF FINISHED FLOOR FUR FLOOR FS FAR SIDE FTG FOOTING REVIATIONS (NOTE: NOT ALL ABBREVIATIONS USED) G.C. GENERAL CONTRACTOR PLBG PLUMBING GA- GAUGE PSF POUNDS PER EO FOOT DAILY. GALVANIZED PSI POUNDS PER SO NCH H.S. HIGNSTRENGTH REINF. REINFORCEMENT HDRQ. HORIZONTAL REOD. REWIRED HSS ROUND. SQUARE. OR SC SLR CRITICAL RECTANGULAR SECT. SECTION STRUCTURAL TUBING ENT. SHEET ID INMEOIAMETER SNL SIMILAR JT. JOINT SI SAWN JOINT Kat KIP (1,000 LES) SPA. SPACE KCI KEYED CONTROL JOINT SO SQUARE KSI KIPS PER SQUARE NCH SSL SHORT SLOTTED HOLES L ANGLE STD. STANDARD LBS POUNDS T13 TOP AND BOTTOM LF LINEA! FOOT T.O.F. TOPOFFOOTNG LLA LOVG LEG HORIZONTAL T.O.S. TW OF STEEL. TOP OF LLV LONG LEG VERTICAL SLAB LSL LONG SLOTTED HOES T.O.W. TW OF WALL MANUF.MANUF.ACTURER TC TENSIONCONIROL MAP_ MATERIAL THRU THROUGH LANAI MAXIMUM TYR TYPICAL MC MISCELLANEOUS IND. UNLESS NOT_-0OTHER.'tiE CHANNEL VERT. MECiL MECHANICAL ORV V-RTCAL MIN. MINIMUM VSC VERTICAL SLIDING CLP MISC MISCELLANEOUS W WIDE FLANGE AIT 'S I TSNOT TO SCALE W.W.R. WELDED WARE REINF. NS NEARSIDE wl WITH 0 DIAMETER WP WORK POINT O.C. ON CENTER WT TEE SHAPE MADE FROM OD OUTSIDEDIAMTR IN SHAPE OPP OPPOSITE )USYYYSECTIONNETAIL'K' ON P.J. PANEL JOINT SHEET SYYY' PAF POWDER ACTUATED XX4 POUNDS FASTENER NC BASEPAINT ZRC at PL PLATE A. SPECIAL INSPECTIONS: 1. OUAUFIED INSPECTORS SHALL CONDUCT SPECIAL INSPECTIONS AND TESTS AND FURNISH REPORTS AS SPECIFIED IN SECTION 014533 AND IN ACCORDANCE WITH CHAPTER 17, INTERNATIONAL BUILDING CODE. 2. THE CONTRACTOR SHALL COORDINATE THE SPECIAL INSPECTIONS AND TESTING SERVICES WITH THE PROGRESS OF THE WORK, PROVIDE THE APPROPRIATE DOCUMENTATION AND PERFORM OTHER TASKS AS SPECIFIED W SECTION 014513. 3. THE CONTRACTOR B RESPONSIBLE FOR ALL OTHER INSPECTIONS OR TESTS W THE SPECIFICATIONS, NOT LISTED IN THE SCHEDULE OF SPECIAL INSPECTION SERVICES IN SECTION 014533. 4. THE CONTRACTOR IS RESPONSIBLE FOR THE COST OF REPAIR, REINSPECTION AND RETESTING FOR ITEMS THAT DO NOT PASS THE INSPECTIONS OR TESTS. 5. SPECIAL INSPECTION SERVICES DO NOT RELIEVE THE CONTRACTOR OF RESPONSIBILITY FOR COM-MNCE WITH OTHER CONSTRUCTION DOCUMENT REOl1REMENTS OR REGULATORY REQUIREMENTS. B. STABILITY DURING CONSTRUCTION, SHORING,& TEMPORARY STRUCTURES: 1.RMANENT STABILITY OF THE BUILDING ANDC COMPONENTS NOT TPROVIDEDUNTI PE 0 0L ALL THE STRUCTURAL ELEMENTS ARE INSTALLED AS SHOWN O4 THE CONTRACT DRAWINGS: PROVIDE STABILITY TO ALL NOW -SELF SUPPORTING ELEMENTS AND SAFETY TO ALL WORKERS. ANIMALS AND PROPERTY DURING CONSTRUCTION AND UNTIL ALL PERMANENT BRACING ELEMENTS ARE INSTALLED. 2. WHERE SHORING ANDIOR TEMPORARY STRUCTURES ARE REQUIRED IN ORDER TO SATISFY THE CONTRACT REQUIREMENTS; TEMPORARY STRUCTURES SHALL BE DESIGNED AND BUILT WITHOUT EXTRA COST TO THE CONTRACT. THE DESIGN SHALL BE DONE BY A REGISTERED PROFESSIONAL ENGINEER. 3. BRACING USED TO STABILIZE THE BUILDING DURING THE ERECTION PROCESS SHALL BE DESIGNED TO NOT TWIST OR DISTORT MEMBERS. SPECIFICALLY. IF CABLES ARE USED THEY SHALL BE ATTACHED TO THE CENTER OF THE COLUMN AND NOT WRAPPED AROUND THE COLUMN IN A MANNER THAT WILL TMST THE COLUMN. 4. THE TEMPORARY BRACING USED TO STABILIZE THE BUILDING DURING THE ERECTION PHASE SHALL BE DESIGNED FOR LOADS AS REQUIRED BY THE APPLICABLE CODES. THE DESIGN OF THE BRACING SHALL TAKE INTO ACCOUNT ADDITIONAL FORCES DUE 70 THERMAL CONTRACTION AND EXPANSION OF THE BUILDING FRAME AND BRACES. 5. THE ANCHOR RODS FOR STEEL COLUMNS ARE NOT DESIGNED TO STABILIZE STRUCTURE BY PROVIDING FIXITY OF THE COLUMN BASE DURING ERECTION OF THE STEEL PROVIDE TEMPORARY BRACING FOR STABILITY DURING THE ERECTION PHASE AND UNTIL ALL GRAVITYAND LATERAL LOAD RESISTING ELEMENTS ARE IN PLACE AND WELDING ANWOR BOLTING INSPECTION IS COMPLETE. 6. COMPLY WITH THE OSHA SAFETY STANDARDS FOR STEEL ERECTION FOR THE ERECTION OF THE BUILDING FRAME. C. ADDITIONS TO EXISTING BUILDINGS: 1. FIELD VERIFY ALL EXISTING CONDITIONS AND DIMENSIONS AND MAKE NECESSARY CHANGES AND NOTIFICATIONS IF THE DIMENSIONS AND CONDITIONS VARY FROM THOSE SHOWN OR NOTED ON THE CONTRACT DRAWINGS. 2. SCHEDULE AND COORDINATE WORK TO PREVENT DAMAGE TO THE BUILDING OUTSIDE THE LIMITS OF THE CONTRACT. REPAIR AT NO ADDITIONAL COST ANY DAMAGE CAUSED BY THE CONSTRUCTION. 3. FIELD VERIFY SIZES 6 LAYOUT OF EXISTING STRUCTURAL MEMBERS NOTED ON STRUCTURAL PLANS. NOTIFY AVE IF SIZES OR LAYOUT DIFFERS FROM PIANS D. MISCELLANEOUS: 1. STRUCTURAL DRAWINGS SHALL BE USED IN CONJUNCTION WITH DRAWINGS RELATING TO OTHER TRADES. CHECK AND COORDINATE DIMENSIONS, CLEARANCES. OPENINGS, PIPE SLEEVES, CURBS, ETC. WITH THE WORK OF OTHER TRADES. 2. WORK NOT INDICATED ON A PART OF THE DRAWING BUT REASONABLY IMPLIED TO BE SIMILAR TO THAT SHOWN AT CORRESPONDING PLACES SHALL BE REPEATED. 3. ALL DIMENSIONS SHALL TAKE PRECEDENCE OVER SCALE SHOWN ONPLANS,SECTIONS AND DETAILS. 4. INSURE THAT ALL CONETRUCTION LOADS CO NOT EXCEED THE DESIGN LIVE LOADS INDICATED ON THE STRUCTURAL DRAWINGS AND THAT THESE LOADS ARE NOT PUT ON THE STRUCTURAL MEMBERS PRIOR TO THE TIME THAT THE CONCRETE REACHES THE FULL DE ION STRENGTH AND ALL FRAMING MEMBERS AND THEIR CONNECTIONS ARE IN PLACE 5. THE DETAILS SHOWNAND DESIGNATED AS 'TYPICAL DETAILS' APPLY GENERALLY TO THE DRAWINGS IN ALL AREAS WHERE CONDITIONS ARE SIMILAR TO THOSE DESCRIBED IN THE DETAILS UNLESS NOTED OTHERWISE. 6. THE DETAILS ON THE CONTRACT DRAWINGS SHALL NOT BE REVISED WITHOUT PRIOR APPROVAL BY THE AVE. IF PERMITTED. THE REVISED DETAILS AND CALCULATIONS SHALL BE DONE ONLY BY A LICENSED PROFESSIONAL ENGINEER AND SUBMITTED TO THEME FOR APPROVAL E EARTHWORK: 1. FOUNDATION DESIGN IS BASED ON SOIL INVESTIGATION AND REPORT BY TERRACON, 5479 HAILEY AVENUE. SPRINGDALE. ARKANSAS 72762, DATED JANUARY TED%. TERRACO. PROJECT REPORT NUMBER: 39035180. 2. THE SILTY CLAY SOILS ENCOUNTERED BENEATH THE FILL AT THE SURFACE OF THE SITE ARE SUBJECT TO STRENGTH LOSS UPON SATURATION, THUS CREATING POTENTIAL CONSTRUCTION DIFFICULTIES. THEREFORE, IT IS RECOMMENDED THAT DISTURBANCE OF THESE UPPER SOILS BE KEPT TO A MINIMUM WHENEVER POSSIBLE. EXCAVATION SHOULD BE INITIATED DURING DRIER SEASONS OF THE YEAR. POSITIVE SURFACE DRAINAGE IS IMPORTANT DURING THE INITIAL PHASES OF SIF GRADING AND SHOULD BE MAINTAINED DURING CONSTRUCTION AND FOLLOWING COMPLETION OF THE STRUCTURE TO PREVENT SURFACE PONDING AND SUBSEQUENT SATURATION OF THE SUB GRADE SOILS. IF CONSTRUCTION IS INIMTED DURING WETTER SEASONS OF THE YEAR, R IS LIKELY THAT A PERCHED GROUND WATER CONDITION WILL EXIST AND MINOR SEEPAGE INTO EXCAVATIONS MAY OCCUR IN LOCALIZED AREAS. 3. THE SITE SHALL BE STRIPPED A MINIMUM OF 4'40", PROOF ROLLED. COMPACTED FILL PLACED, AND EXCAVATED AS REQUIRED FOR FOUNDATION. SEE SPECIFKCATION DMSION 31 FOR EARTITNORK REOUREMENTS. 4. REMOVE 4 FEET OF EXISTING SUB GRADE MATERIAL UNDER THE BUILDING (EXTENDING 5 FEET BEYOND THE BUILDING PERIMETER) AND BACKFILL AS PER SPECIFICATION DIVISION 31, EARTHWORK, USING SPECIFIED BORROW MATERIAL. 5. TAKE ADEQUATE MEASURES TO ALLOW FOR WORKING SURFACE DURING CONSTRUCTION OF FOUNDATIONS AND SLASON{)RADE, SUCH AS GRAVEL BED OF ADEQUATE DEPTH, ETC. 6. PROVIDE FOR DRAINAGE OF EXCAVATIONS FROM SURFACE WATER. GROUNDWATER. AND SEEPAGE. SOME GROUND WATER IS ANTICIPATED IN FOOTING EXCAVATIONS. AND THEY SHALL BE DRAINED OR PUMPED DRY BEFORE POURING CONCRETE. 7. PROVIDE AND INSTALL ALL CRIBBING. SHEATHING AND SHORING REWIRED TO SAFELY RETAIN THE EARTH BANKS. SHORING AND BRACING OF TRENCHES SHALL MEET THE REDUIREMENTS OF OSHA S. PROTECT ALL UTILITY LINES ETC. EKCOUNTERED DURING EXCAVATION AND BACKFILLING. GBACKFILLING. 9. NOTIFY THE GEOTECHNICAL CONSULTANT AND TH=AEO ONEWEEK WEEK PRIOR TO STARTING EXCAVATION. 10. BOTTOM OF ELEVATIONS FOR FOOTINGS GIVEN ARE FOR BIDDING PURPOSES ONLY. ALL THE FOOTINGS SHALL BE FOUNDED A MINIMUM OF 4 FEET BELOW EXISTING GRADE IN THE MODERATELY TO SLIGHTLY WEATHERED SHALE STRATUM NET ALLOWABLE PRESSURE USED FOR DESIGN OF THE FOOTINGS 25 KSF MAXPAUM FOR CONTINUOUS FOOTINGS AND INDIVIDUAL PAD FOOTINGS. 11. ALL FOUNDATION BEARING CONDITIONS SHALL BE VERIFIED AND APPROVED BY THE GEOTECHNICAL ENGINEER PRIOR TO CONSTRUCTION. F. CONCRETE AND REINFORCING STEEL: 1. THE DESIGN OF THE CONCRETE STRUCTURE B BASED ON ACI 318-11. 2. ALL REIN FORCING SHALL BE ASIS GRADE SO STEEL, U.N.O. 3. ALL REINFORCING SHALL BE SECURELY HELD IN PLACE WHILE PLACING CONCRETE. IF REQUIRED. ADDITIONAL BARS OR STIRRUPS SHALL BE PROVIDED AS REQUIRED TO FURNISH SUPPORT FOR ALL BARS. 4. ALL REINFORCING BARS SHALL BE LAPPED 60 BAR DNME7ERS (24' MIN.). UN.O.. LAP GRADE BEAM AND WALL TOP REINFORCEMENT AT CENTER OF SPAN. IAP GRADE BEAM AND WALL BOTTOM REINFORCEMENT AT SUPPORT, TERMINATE CONTINUOUS BARS AT NON CONTINUOUS END WITH STANDARD HOOKS. ONLY APPROVED MECHANICAL SPLICE SYSTEMS SHALL BE USED TO PROVIDE TENSION SPLICES. THE SPLICE SHALL DEVELOP 125% OF THE YIELD POINT STRENGTH OF THE BAR, 5. MINIMUM CONCRETE COVER FOR REINFORCING STEEL SHALL OE 7 FOR SLABS AND WALLS. ALL CONCRETE EXPOSED TO WEATHER OR EARTH SMALL HAVE CONCRETE COVER OF 7 FOR BARS LARGER TRAM 45, 1.117 FOR 95 BARS OR SMALLER, AND 7 FOR ALL CONCRETE PLACED AGAINST EARTH OR PERMANENTLY EXPOSED TO EARTH. UN.O. TOLERANCES SHALL BE AS PER AMTS. 6. PIPES OR CONDUITS PLACED IN FOUNDATIONS AND SLABS SHALL NOT BE SPACED CLOSER THAN 3 DIAMETERS ON CENTERS. PIPES AND CONDUITS PLACED IN SLAB SHALL NOT HAVE ANW TSIDE DIAMETER LARGER THAN 10OF SUS THICKNESS. ALUMINUM CONDORS SHALL NOT BE PLACED W CONCRETE. 7. PROVIDECORNER BARS IN ALL CONCRETE MEMBERS AT LNTERSECTIONS. MATCH SIZE AND SPACING OF HORIZONTAL BARS IN THOSE MEMBERS. B. LOCATION OF SLOTTED INSERTS, WELD PLATES AND ALL OTHER ITEMS TO BE EMBEDDED IN CONCRETE SHALL BE COORDINATED WITH ARCHITECTURAL AND MECHANICAL DRAWINGS. 9. REINFORCING BARS SHALL NOT BE WELDED, UNLESS SPECIFICALLY NOTED ON THE DRAWING AS BEING WELDED. WELDED REINF. SHALL CONFORM TO ASTM A705. 10. ALL CONCRETE WORK SHALL CONFORM TO THE LATEST ACI CODE AND DETAILING MANUAL IT. PROVIDE SUPPORT FOR WELDED WIRE REINFORCEMENT IN SLAB ON GRADE AS REOURED TO MAINTAIN THE CLEAR COVER DIMENSIONSINDICATED. 12. ALL LAPS IN WELDED WIRE REINFORCEMENT SHALL BE ONE MESH PLUS TWO INCHES AT SPLICES. 13. AGGREGATE FOR CONCRETE SHALL NOT CONTAIN LIGNITE, STEEL OR OTHER MATERIALS TRAT MAYBE DETRIMENTAL TO THE CONCRETE. 14.ALKALMSIUCA REACTIVE (ASR) AGGREGATES ARE NOT ALLOWED. 15. MAXIMUM TOLERANCE FOR SLAB EDGES IS 17 N- EXCEPT WHERE TIGHTER TOLERANCE IS REQUIRED FOR ARCHITECTURAL REASONS. 16. CONCRETE SHALL BE PLACED AND CURED IN ACCORDANCE WITH THE SPECIFICATIONS. WHEN THE AIR TEMPERATURE IS OVER 85 DEGREES FOLLOW THE RECOMNENDATIONS OF ACI 305R. WHEN THE AIR TEMPERATURE IS BELOW 4D DEGREES FOLLOW THE RECOMMENDATIONS OF AC1306R. 17. ALL WELDED WIRE REINFORCEMENT SHALL BE PROVIDED IN SHEETS. ROLLS ARE NOT ACCEPTABLE. 18. CONCRETE COMPRESSIVE STRENGTH AT 28 DAYS(F'C): USE MINIMUM COMPRESSIVE STRENGTH FOOTINGS AND WALLS 3000 PSI SLABS ON GRADE 3500 PSI SEE SPECIFICATION SECTION 033000 FOR ADDITIONAL MIX DESIGN REQUIREMENTS. NERAL NOTE G. STRUCTURAL STEEL• 1. THE DESIGN OF STRUCTURAL STEEL IS BASED ON AISC 38010. SPECIFICATION FOR STRUCTURAL STEEL BUILDINGS. 2. ALL CHANNELS.ANGLES.PLATES. AND OTHER MISCELLANEOUS STEEL SHALL CONFORM TO ASTM A36, FY - 36 KSI, OR ASTM A572 GRADE DO, UN.O_ 3. STRUCTURAL PIPE SHALL CONFORM TO A53 GRADE B.FY=35 NET. 4. ALL WELDING SHALL BE PERFORMED BY CERTIFIED WELDERS IN ACCORDANCE WITH AWS SPECIFICATIONS LATEST EDITIONS. WELDING SHALL BE INSPECTED AND TESTEDAS NOTED IN THE SPECIFICATIONS. WELDING INSPECTION SHALL BE PERFORMED BY AN AWS CERTIFIED WELDING INSPECTOR. 5. ALL WELDING ELECTRODES SHALL CONFORM TO AWS ASI GRADE E-70. RARE ELECTRODES AND GRANULAR FLUX SHALL CONFORM TO AWS A5.17. F-70. AWS FLUX CLASSIFICATION. S. ALL STEEL NOT REQUIRED TO BE SHOP PAINTED (SEE SPECIFICATIONS) SHALL BE CLEANED OF OIL. GREASE. DIRT, RUST, LOOSE MILL SCALE. ETC. AND ALL OTHER FOREIGN MATERIALS. 7. GALVANIZING OF STEEL MEMBERS SHALL CONFORM TO ASTM A123. H. WOOD: 1. DESIGN OF WOOD MEMBERS IS BASED ON ANSIIAWC NDS 12. THE NATIONAL DESIGN SPECIFION ICAT(`DSI FOR WOOD CONSTRUCITON, AMERICAN WOOD COUNCIL 2. FRAMING LUMBER SHALL BE SOUTHERN PINE NO2 GRADE OR BETTER UNLESS OTHERWISE NOTED. 3. ALL PLYWOOD SHALL BE STRUCTURAL 1 CONFORMING TO PRODUCT STANDARD PS I WITH EXTERIORGLUE. 4. BOLT HOLES SHALL BE 1116' LARGER THAN THE BOLT SIZE. RE -TIGHTEN ALL NUTS PRIOR TO CLOSING IN. 5. STANDARD WT WASHERS SHALL BE USED UNDER HEAD AND NUTS AGAINST WOOD. 6. THE BOLTS FOR PLATES SMALL BE PLACED B' FROM THE END OF A PLATE AND PLACED AT INTERVALS NOTED ON THE RAN. 7. DO NOT NOTCH BOTTOMS OF WOOD MEMBERS. EXCEPT WHERE SHOWN N DETAILS. OBTAIN AE APPROVAL FOR ANY HOES IN ALL WOOD MEMBERS EXCEPT AS NOTED BELOW. HOLES THROUGH SILLS, PLATES, STUDS. AND DOUBLE PLATES N INTERIOR, BEARING, AND SHEAR WALLS SHALL NOT EXCEED ONE-THIRD THE PLATE WIDTH AND SHALL BE BORED HOES PLACED W THE CENTER OF THE STUD OR PLATE. NOTCHING IS NOT PERMITTED. 8, ALL NAILS SHALL BE COMMON WIRE NAILS. WHERE DRIVING OF NAILS CAUSES SPLITTING, HOLES FOR THE NAILS SHALL BE PRE -DRILLED. GALVANIZED NAILS SHALL BE USED WITH PRESSURE -TREATED LUMBER. 9. NAILED CONNECTIONS SHALL CONFORM TO TABLE 2304AI OF THE 2112 BC EXCEPT AS MODIFIED BY DETAILS IN THE STRUCTURAL DRAWINGS a. END DISTANCE, EDGE DISTANCE AND SPACING OF NAILS SIAL BE SUCH TO AVOID SPLITTING OF THE WOW. Lx THE PENETRATION OF NAILS INTO THE PIECE RECEIVING THE POINT SHALL BE NOT LESS THANONE-HALF THE LENGTH OF THE NAIL PROVIDED. HOWEVER, IED NAILS MAY BE USED TO CONNECT PIECES OF 7 NOMINAL THICKNESS. t. NAILING NOT NOTED SHALL BE AT LEAST TWO NAILS AT ALL CONTACT POINTS USING SO NAILS THROUGH 1' MATERIAL AND ISO NAILS THROUGH 7 MATERIAL 111. PROVIDE A MINIMUM 114' GAP BETWEEN ALL PLYWOOD ROOF SHEATHING. 11. ALL WOOD IN CONTACT WITH CONCRETE SHALL BE PRESSURE TREATED. 12. ANCHOR BOTTOM PLATE TO CONCRETE WITH MINIMUM 1? DIAMETER HOT -01P GALVANIZED ANCHOR RODS EMBEDDED MINIMUM T IN CONCRETE, UN.O- SPACE RODS MAXIMUM BON CENTER AND NOT MORE THAN 17 OR LESS THAN 4' FROM EACH END OF EACH LENGTH OF BOTTOM PLATE. A MINIMUM OF TWO ANCHOR RODS ARE REQUIRED PER BOTTOM PLATE. PROVIDE HOT -DIPPED GALVANIZED NUTS AND WASHERS WITH ANCHOR RODS. 13. ALL CONNECTORS NAILS AND CONNECTION MATERIAL INCLUDING ANCHOR BOLTS N CONTACT WITH PRESSURE TREATED WOOD SHALL BE HOT -01P GALVANIZED WITH A MINIMUM G1BE COATING, TYPE 304 STAINLESS STEEL, OR TYPE 316 STAINLESS STEEL DO NOT USE STAINLESS STEEL IN CONTACT WITH HOT-0IP1EDGALVANIZED STEEL I. GLUE LAMINATED TIMBER I. ALL GLUED LAMINATED WOOD (GLU{AM) MEMBERS SHALL BE MANUFACTURED W ACCORDANCE WITH STANDARD ANSUAITC STANDARD AISG1-2112. AND OTHER APPLJCASLE MC STANDARDS. W FACILITIES INSPECTED BY THE ARC. 2. GLU-IAM MEMBERS SHALL BE SOUTHERN PINE. COMBINATION 24F -V4. IN ACCORDANCE WITH ARC 117-2010. USE EXTERIOR TYPE ADHESIVES UNLESS OTHERWISE NOTED. 3. GLU-LAM MEMBERS SHALL BE INDUSTRIAL APPEARANCE GRADE. UNLESS OTHERWISE NOTED. 4. ALL LAMINATIONS SHALL BE PARALLEL TO THE BOTTOM EDGE OF THE BEAM. 5. EXTERIOR EXPOSED GLUHAM MEMBERS SHALL BE PRESERVATIVE TREATED IN ACCORDANCE WITH AWPA STANDARD UI. 6. SEE PLANS FOR CAMBERS REQUIRED. 7. THE GLUED LAMINATED WOOD FABRICATOR SHALL FURNISH SHOP DRAWINGS FOR REVIEW BY THE AVE BEFORE FABRICATION. J. PREFABRICATED WOOD TRUSSES 1. CARE MUST BE EXERCISED DURING LIFTING TO PREVENT EXCESSIVE FLAT WISE BENDING OF THE TRUSSES. TRUSSES ARE NOT DESIGNED TO BEND IN THIS FASHION AND DAMAGE MAY RESULT IN CHORD SPLITTING AND/OR CONNECTOR PLATE PULL-OUT. R B RECOMMENDED THAT A SPREADER BAR, AT LEAST EQUAL TO ONE-HALF THE TRUSS LENGTH, BE USED IN THE LIFTING SLING. SLING LINES SHOULD CONNECT VERTICALLY DOWNWARD FROM THE TWO ENDS AND M9}PONT OF SPREADER BAR TO THE TRUSS TO BE LIFTED. 2. PERFORM ALL FIELD ERECTION OF TRUSSES, INCLUDING ITEMS SUCH AS PROPER HANDLING, SAFETY PRECAUTIONS, TEMPORARY BRACING TO PREVENT TOPPLING OR DOMINOING OF THE TRUSSES DURING ERECTION, AND ANY OTHER SAFEGUARDS OR PROCEDURES CONSISTENT WITH GOOD WORKMANSHIP AND GOOD BUILDING ERECTION PRACTICES. 3. THE PERMANENT STRUCTURAL CROSSSRACNG, TO INSURE STABILITY TO THE TRUSSES. SHALL BE IN ACCORDANCE WITH THE TRUSS MANUFACTURERS PLIAS. 4. INSTALL PERMANENT BRACING AND RELATED COMPONENTS TO ENABLE TRUSSES TO MAINTAIN DESIGN SPACE, WITHSTAND LINE AND DEAD LOADS, INCLUDING LATERAL LOADS, AND TO COMPLY NRH OTHER INDICATED REQUIREMENTS. 5. IN ORDER TO DEVELOP THE FULL LOAD -CARRYING CAPACITY, ROOF TRUSSES MUST BE INSTALLED IN A STRAIGHT AND PLUMB CONDITION. THE PLUM OF EACH TRUSS SHALL SE CHECKED WITH A BUILDER'S LEVEL AND ADJUSTED AT EACH TRUSS.A STRING LIKE SHALL BE DRAWN ON THE BOTTOM CHORD BETWEEN SUPPORTING WALLS TO CHECK THE STRAIGHTNESS OF EACH TRUSS. THE TRUSS SHALL BE HELD IN CORRECT ALIGNMENT WITH THE SPECIFIED PERMANENT STRUT BRACING OF THE BOTTOM CHORD AND TEMPORARY STRUT BRACING OF TOP CHORD UNTIL SHEATHING IS INSTALLED. 6. DONOT PLACE CONC24TRATEDLORDS ATOP THE TRUSSES UNTIL ALL SPECIFIED BRACING HAS 3 E INSTALLED AND THE SHEATHING PERMANENTLY NAILED IN PLACE SPECIFICALLY, AVOID STACKING BUNDLES OF PLYWOOD ATOP UNSHEATHED TRUSSES. LIFT PLYWOOD SHEETS INDIVIDUALLY ONTO ROOF ONLY AS REQUIRED DURING THE SHEATHING PROCESS. 7. WOOD TRUSSES SHALL BE DESIGNED FOR THE LOADS NOTED IN THE DESIGN CRITERIA ON S-0DI AND SHALL CONFORM TO APPLICABLE BUILDING CODES. 6. WOOD TRUSS MANUFACTURER SHALL ATTACH TAGS TO THE TRUSSES INDICATING LOCATIONS WHERE WEB BRACING AND PERMANENT LATEFPL BRACING B TO BE INSTALLED. 9. TRUSS MANUFACTURER SHALL DESIGN AND PROVIDE CONNECTOR MATERIAL AS REQUIRED AND ANY OTHER CONNECTORS REQUIRED BY THE TRUSS DESIGN BUT NOT SHOWN ON THE DRAWINGS. 1D. TRUSS MEMBERS SHALL BE MINIMUM 2X442 GRADE LUMBER OR BETTER. 11. TRUSSES SHALL BE DESIGNED TO BEAR ONLY ON WALLS INDICATED AS BEARING WALLS W SHEET S -IDI. 12. WOOD TRUSSES SHALL BE DESIGNED. FABRICATED AND INSTALLED TO PROVIDE ARCHITECTURAL ROOF CONFIGURATION. K METAL BUDDING SYSTEMS,- 1. YSTEMS: 1. THE METAL BUILDING SYSTEM SUPPLIER SHALL DESIGN THE METAL BUILDING SYSTEM FOR THE LOADS AND CRITERIA SHOWN ON THE PLANS AND SPECIFICATIONS. 2. SHOP DRAWINGS AND CALCULATIONS SHALL BE SEALED BY A REGISTERED PROFESSIONAL ENGINEER LICENSED IN THE STATE OF ARKANSAS. 3. THE METAL BUILDING SYSTEM SUPPLIER SHALL CHECK THE FOUNDATION DESIGN LOADS SHOWN ON THE DRAWINGS AND NOTIFY THEM R ANY OF THE LOADS FROM THE BUILDING WILL EXCEED THE LOADS SHOWN ON THE DRAWINGS 4. ALL WELDING SHALL BE PERFORMED BY WELDERS CERTIFIED BY AWS TO PERFORM THE WELDING IN ACCORDANCE WITH NNS. 5. FINAL BOLTING OR WELDING SHALL NOT BE PERFORMED UNTIL THE STRUCTURE HAS BEEN PROPERLY ALIGNED. 6. THE FOUNDATION FOR THE BUILDING HAS BEEN DESIGNED IN ACCORDANCE WITH ACT 1100.1991 OF THE STATE OF ARKANSAS. THE METAL BUDDING SYSTEM SHALL BE DESIGNED BY THE MANUFACTURER TO COMPLY WITH ACT 1100 THE MANUFACTURER SHALL PROVIDE A STATEMENT SIMILAR TO THE ONE ABOVE AND THE DRAWINGS AND THE CALCULATION SHEETS SHALL BE STAMPED AND SIGNED BY A REGISTERED PROFESSIONAL ENGINEER LICENSED IN THE STATE OF ARKANSAS. 7. THE METAL BUILDING SYSTEM MANUFACTURER SHALL DESIGN THE BUILDING FORA MAXIMUM DRIFT OF HaOO UNDER WORST LATERAL LOAD COMBINATION INCLUDING THE BUILDING CODE WIND OR SEISMIC LOAD. WHICHEVER GOVERNS COLUMN BASES SHALL BE ASSUMED TO BE PINNED CONDITION. L P0574NSTALLED ANCHORS INCONCRETE 1 T4N T DANCH RS MECHANICAL OR ADHESIVE SHALL ONLY BE USED WHERE POS S MLLE 0 I ) SPECIFEO ON THE CONSTRUCTION DOCUMENTS. THE CONTRACTOR SHALL OBTAIN APPROVAL FROM THE ENGINEER -OF -RECORD PRIOR TO INSTALLING POSTJNSTALLED ANCHORS IN PLACE OF MISSING OR MBRACEDCAST4N- LACE ANCHORS POST414-STALLED ANCHORS SHALL BE BUILDING CODE COMPLIANT, INSTALLED IN ACCORDANCE WITH THE MANUFACTURERS WRITTEN INSTRUCTIONS AND INSPECTED PER THE APPLICABLE ICC -ES EVALUATION REPORT. SEE SPECIFICATIONS SECTION(S) 037000 FOR ADDITIONAL INFORMATION. h H LU W L) O O U Cr O U 13CR0MWELL 10, Youth spA1g v- WW rocA, W 77101 501.372.2900 --IL- STRUCTURAL GENERAL NOTES 5-002 1 S-0• 1 15•-0' EXISTING PORTAL FRAME AND ALL EXISTING LATERAL STABILITY ELEMENTS TO REMAIN IN PLACE FRAME BY METAL BOLLARD,SE= NEW BUILDING, BOTHLOADNG MANUFACTURER BUILDING BS. 101 FOR DETAIL ANDCONFIGURATION MANUFACTURER •3r I VEHICLE STORAGE FOUNDATION AND SLAB PLAN'{ VEHICLE STORAGE ROOF FRAMING PLAN SCALE: IIS' - I'-0' SCALE: 118• =1'-0• r TYPICAL SHEAR WALL REACTION IS 6k — MATCH EXISTING INDICATES PIPE 5101 nLPAVING ELEVATION /2 BOLLARD, SEE /� AT GRID Y (0) — 1 2) B/S101 FOR OFTAIL 3 1 24'-0• 24'-0' SHEAR WALL, SEE WS5 trz'OSB PLYWOOD __________O__ - TX ESE DOCUMENTS SHOW Y 47 1 1 L I wa8 I' _____ 1 WAS NEW COLUMNS ALONG GRID D.I. CONTRACTOR I TYP ir / HAS OPTION TO ATTACH 1 –• d` 1 p O NEW FRAMING TO EXISTING - METAL ROOF AND WALL PANEL NOT - - - 1 COLUMNS PER APPROVAL D BY METAL BUILDING a I'd i 7-0' Y-0' 8 Z MANUFACTURER D.1 I Si. 0 ' o 11 I I w L_ ---_�I INDICATES SAWN JOONT. SAW CUT MIN. DEPTH 114 E N0, , AM SHI " o 0 0 0 o OFSIABTHICKNESSFil b L _ - _ _ _ _ _ _ _ J CUT'NITH JOINT SEAL -R. 1'd DESIGNED BY OTHERS J. INDICATE$ PORTAL INDICATES HPE SEE SPECS FRAME BY METAL BOLLARD,SE= NEW BUILDING, BOTHLOADNG MANUFACTURER BUILDING BS. 101 FOR DETAIL ANDCONFIGURATION MANUFACTURER •3r I VEHICLE STORAGE FOUNDATION AND SLAB PLAN'{ VEHICLE STORAGE ROOF FRAMING PLAN SCALE: IIS' - I'-0' SCALE: 118• =1'-0• r TYPICAL SHEAR WALL REACTION IS 6k — MATCH EXISTING INDICATES PIPE 5101 nLPAVING ELEVATION /2 BOLLARD, SEE /� AT GRID Y (0) — 1 2) B/S101 FOR OFTAIL 3 1 INDICATES SHEAR WALL ANCHORS, SEE 41,102. THESE ARE IN ADDITION TO THOSE SHOWN ON 11/5701 NOICATES SAWN JOINT. 6AW CUT MIN. DEPTH 1/4 )F SLAB THICKNESS FILL :UT WITH JOINT SEALER, 5EE SPECS E EXTERIOR WALLS ARE AR WALLS, SEE 4!5.102 7 MATERIAL STORAGE FOUNDATION AND SLAB PLAN ® 3 ,18_g e E 1p SCALE: 12' = 1•{P TYPICAL TRUSS NOTES 1. SEE WOOD TRUSS GENERAL NOTES ON S4M. 2 DESIGN TRUSSES FOR FORCES SHOWN IN DESIGN CRITERIA ON S_w )INCLUDING UPLIFT) BUT NOT LESS THAN SO PLF TOP CHORD AND 2D PLF BOTTOM CHORD FOR A TOTAL OF 100 PLF FOR ENTIRE TRUSS, MINIMUM 3. DESIGN TRUSSES FOR MAXIMUM DEFLECTION•1A60 )Be ATHING NOTES: FORM EXTERIOR OF SLAB -- rs SMOOTH I3aNa iIMPSON EPDXY, .9• INTO EXISTING AT IT O.C. PING SLAB GENERAL NOTES AND GEOTECHNICAL REPORT TYPICAL TURNDOWN AT SLAB PERIMETER 3117=1'-0' SCALE: 3f4'= 1•.T 715-102 E TYPICAL SLAB, TYPICAL SLAB, SEE SEE 51,101 NOTE AT 5r51D1 COLUMN BY METAL ANCHOR ROD DIAMETER BY 10' BUILDING SUPPLIER METAL BUILDING SUPPLIER, • b TYPICAL SLAB, EMBEDMENT DEPTH = 7-3' EXTERIOR GRADE. SEE 51,101 SEE ARCH NOTE: P SEE -111 FOR REINF. INT. RE INTERIOR RIB I, 4'1 c – WOOD TRUSS BEYOND, SEE PLAN d. BEARING WALL lAT TYPICAL EXTERIOR COLUMN FOOTING MAT ETORAGE ROOF FRAMING PLAN 4 RIAL S 6 Ila•=r-0' : > RIA'=I'-0' o • E SCALE: 118• =1'L' ,ULE 311' =1'-0' 24'-0• 24'-0' SHEAR WALL, SEE WS5 trz'OSB PLYWOOD __________O__ - d-318'0.fi'lAG SCREWS FROM Y 47 1 1 L I wa8 I' _____ 1 WAS __-__ _• . 1 I TYP ir S.J. I 1 S.J. 1 –• d` 1 NOTE CONT. 2. BLOCKING AT END OF TRUSSES METAL ROOF AND WALL PANEL NOT 6 METAL ROOF AND WALL PANEL NOT r�•� 1 Im w �" a¢a TYPE �• SHOWN FOR CLARITY. SEE ARCH SPLICE BLOCKING AT MIDPOINT BTWN Z PROVIDE 2.3' SCREWS FROM �4 Si. I I ° _ _ I 4IlDl TOP PLATE TO BOT. PLATE EA SIDE OF TRUSS BEARING 11 I I I $ILLI I I 1 N0, , AM SHI PIPE -FILL wI CONIC. I t 5101 I I ',4'_ W48 I` _ MJ ROUND OFF AT TOP W GENERAL NOTES M.12 } ADHESIVE TO ALL SURFACES O: CONTACT I INDICATES SHEAR WALL ANCHORS, SEE 41,102. THESE ARE IN ADDITION TO THOSE SHOWN ON 11/5701 NOICATES SAWN JOINT. 6AW CUT MIN. DEPTH 1/4 )F SLAB THICKNESS FILL :UT WITH JOINT SEALER, 5EE SPECS E EXTERIOR WALLS ARE AR WALLS, SEE 4!5.102 7 MATERIAL STORAGE FOUNDATION AND SLAB PLAN ® 3 ,18_g e E 1p SCALE: 12' = 1•{P TYPICAL TRUSS NOTES 1. SEE WOOD TRUSS GENERAL NOTES ON S4M. 2 DESIGN TRUSSES FOR FORCES SHOWN IN DESIGN CRITERIA ON S_w )INCLUDING UPLIFT) BUT NOT LESS THAN SO PLF TOP CHORD AND 2D PLF BOTTOM CHORD FOR A TOTAL OF 100 PLF FOR ENTIRE TRUSS, MINIMUM 3. DESIGN TRUSSES FOR MAXIMUM DEFLECTION•1A60 )Be ATHING NOTES: FORM EXTERIOR OF SLAB -- rs SMOOTH I3aNa iIMPSON EPDXY, .9• INTO EXISTING AT IT O.C. PING SLAB GENERAL NOTES AND GEOTECHNICAL REPORT TYPICAL TURNDOWN AT SLAB PERIMETER 3117=1'-0' SCALE: 3f4'= 1•.T 715-102 E TYPICAL SLAB, TYPICAL SLAB, SEE SEE 51,101 NOTE AT 5r51D1 COLUMN BY METAL ANCHOR ROD DIAMETER BY 10' BUILDING SUPPLIER METAL BUILDING SUPPLIER, • b TYPICAL SLAB, EMBEDMENT DEPTH = 7-3' EXTERIOR GRADE. SEE 51,101 SEE ARCH NOTE: P SEE -111 FOR REINF. INT. RE INTERIOR RIB I, 4'1 c – WOOD TRUSS BEYOND, SEE PLAN d. BEARING WALL lAT TYPICAL EXTERIOR COLUMN FOOTING MAT ETORAGE ROOF FRAMING PLAN 4 RIAL S 6 Ila•=r-0' : > RIA'=I'-0' o • E SCALE: 118• =1'L' ,ULE 311' =1'-0' 2 KING STUDS AT END OF HEADER DOUBLE TOP PLATE TYPICAL INTERIOR SLAB RIB 1 SHEAR WALL, SEE WS5 trz'OSB PLYWOOD 2-IOd TO EA E102 NAZIS �, SIDE d-318'0.fi'lAG SCREWS FROM / I 1 2.10 TO GLULAM .✓ SEE 2.5 SCR I'0 1 ' 30SDS11'.2117 SO 'CHORR D. USE DWI t ir EN N R NOTE: I J •– –• d` 1 NOTE CONT. 2. BLOCKING AT END OF TRUSSES METAL ROOF AND WALL PANEL NOT 6 METAL ROOF AND WALL PANEL NOT ATTACH TO EA TRUSS Wl MIN 2-Y SCREWS SHOWN FOR CLARITY. SEE ARCH. �• SHOWN FOR CLARITY. SEE ARCH SPLICE BLOCKING AT MIDPOINT BTWN Z PROVIDE 2.3' SCREWS FROM Y6 PLYWOOD SHEATHING TRUSS BEARING AND AS FAR AWAY FROM CENTER OF ROOF (GRID 2) AS POSSIBLE. I ° _ _ I 4IlDl TOP PLATE TO BOT. PLATE EA SIDE OF TRUSS BEARING 6' DIA. STANDARD STEEL 2.10TYPR2ATI6' —, PROVIDE 16-1Dd NAILS (BEA SIDE OF IS CON RETE PIPE -FILL wI CONIC. O.C. STUDWALL ANCHOR RODS. SEE WOOD SPLICE)AND APPLY LEECH PRODUCTS F26 WOOD TRUSS BRACING, ROUND OFF AT TOP W GENERAL NOTES M.12 } ADHESIVE TO ALL SURFACES O: CONTACT I DESIGNED BY OTHERS 1 «_ SILL PLATE PROVIDE ADDITIONAL I 1 __ PROVIDE 2-4• SCREWS FROM PAINT SAFETY I HORIZ.95ATTOP OFWALL OPENINGS EMBEOED INTO I • BOT. PIA TE TO WALL STUDS YELLOW wI SPECIAL •I 12'OS&ATTACH COATING 715 VERT. AT IT D.C.. AT 714' EXP JOINT. TO EA TRUSS BOT WOOD TRUSS, ° I P• a I I CENTER OF WALL W/ STD -1, TOP W/ SEALANT CHORD WI MIN 2- • I I G DESIGNED BY OTHERS HOOKS AT ROT OF FOOTING 7 SCREWS qINISHED 45 AT 170.C. -- R5 BAR COLT. USE2-H2O ON '•.f' PLYWOOD SHEATHING EEASIMPSID ANCHORS ORE EA SIDE OF 2110 SYP 02 AT 16' CONIC. SLAB EXTERIOR GRADE, SLAB ON GRADE. SEE 5/,101 TRUSS W/ 10-Btl NAILS EA O.C. STUD WALL SEE ARCH. SPLICE PLATE DOUBLE TOP HATE w - k H EAVE DETAIL AT MATERIAL STORAGE 4 3 a50OWELSAT 17 to 3/4' 1'.V IT O.C. 4. J SCALE: Y4' = 1'4Y AT 45 ATYO.C. TRUSS AND BEARING, SEE DETAIL 16,tOt NLN. NOTES: GUARD POST GP -1 SECTION WALL SECTION AT MATERIAL STORAGE 1. USE SCREWSAT170.C. 314'=1'4T 9 314'=1'J7 TYP. ERE 2. MTL SOLING NOT SHOWN FOR CLARITY AT EXTERIOR SEE ARCH. SCALE: 314'= 1'-0• SCALE: V4'= V -W TOP PLATES. SEE 16'5101 CONT 310 �• PLYWOOD 34 CONT -RIP AS SHEATHING, REO'D FOR WIDTH. SEE 165.10, STAGGER SCREWS 'ih'.16' 24VF Va 1.7E -• PLYWOOD IJC FRAMING GRADE 34 CONT -RIP AS G{AM, OAE. W REO'D FOR WIDTH. Fb= 2400 psi MIN STAGGER SCREWS Fv = 175 psi MIN. F i= 710 psi ATM. CONT 310 BEAM SHALL HAVE EQUAL BENDING CAPACITY FOR DOWN FORCE AND UPLIFT SECTION AT GLULAM HEADER SCALE: 1117 = 1.1P 2 KING STUDS AT END OF HEADER DOUBLE TOP PLATE TYPICAL INTERIOR SLAB RIB 1 SHEAR WALL, SEE WS5 SCALE: 14' = V.0' 2-IOd TO EA E102 NAZIS �, SIDE d-318'0.fi'lAG SCREWS FROM / I 1 2.10 TO GLULAM 3 JACK MOAT IWO.C. L— TYPICAL SHEAR WALL REACTION PER THIS DETAIL IS 129 NORTH WALL ELEVATION SCALE 114* - V.(r 1 Z � LdLMQ®� 5 rL L) 1 .✓ 2.5 SCR I'0 1 ' 30SDS11'.2117 SO 'CHORR D. USE DWI t ir EN N R I° •– I J •– –• d` 1 I• O U 6 C12x20.7 TYP. (GALVANIZED 8 a PAINTED)w15-500. 17 I ° _ _ I 4IlDl I I IS CON RETE •I I EQUALLY SPACED DOWELS FUSIONWELDED TO WEB OF W BEYOND n C12. TYP EA. SIDE OF 1 «_ I 1 __ _• d OPENINGS EMBEOED INTO I • m I I • I CONCRETE WALL. (4 TOTAL) I I• a ° I P• a I I • I I G qINISHED OOTR 17 CONCRETE WALL j L— TYPICAL SHEAR WALL REACTION PER THIS DETAIL IS 129 NORTH WALL ELEVATION SCALE 114* - V.(r 13CR0MWELL 101 —o spdnp sueel Yltla mcL el 72201 501.372.2900 _11— STRUCTURAL PLANS AND DETAILS S-101 Z � LdLMQ®� 5 rL L) U p .✓ O_ ITEp° � U ir EN N R F 1n Ne. 1)33] O O U 13CR0MWELL 101 —o spdnp sueel Yltla mcL el 72201 501.372.2900 _11— STRUCTURAL PLANS AND DETAILS S-101 r— — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — - I I I I I v A e .H. cn mS$ m"RH�IAb� m §� 521 9! 6' : o o= lm o m 4 0 ;m.. C7 Haws_ =�a D - W Q,o O » r z n`DN C7 �9 nm m =S=m I r osso z o q C-) o m F 6• m 08 . �m> w sf mpg r r Cn I z s� €�� O mss �Aa 90 6. me C -)f > 5 z S2 0 H? r � o U)$ � s � s 2m I o Ln -I" N moo'mna'z77 ao �e"m"�pA�c�e o r I m2�r� w '.2-4eRin--5!"i o I 4 ion m��oe�m�za C7 `sig p Sim>oR "m:y�o m Z iia` C') m -{ w g oa Cn Ana a99��i� v I c �� o� pis m z00 I 4 810 ZDO or> on I C- I O6� a 7'CI.R. 7YAR. � N I O O0 11 ' StE VIAI�I A 611 I Lnlay AW p :R 9 m A� z Z `zo3A �2 'E' .tea m s o Ory G) N L' Nn °5 SEE ARCH y y Ln = D �o � r I � � a I e n n O O - - aC-) z I m m m �m m m R m I O oo sa om Do gm D F ca om 1g m� r �m m 9a n s� m y»= yz N 32 O �m O m cn S R m A^ I m 5p RAR 01A. LAP c -+ T ------ r a I DQ m 259 g c I D Do aim r m� O Z $� f U I z m Cn o g g r� m O N A q� o " m T77e > O IIII o > o� " Ni Z Z �o O - ---''---1 — — - �8 G) 11= a I v II- mm A. m mg mz4 gRo4As�g92g+a " ��o��� 0 F9 Z SS cN�n Wo I E r Ja i, mV R o c 4io o ��v"MI$ S y 2 � zQ o k I I a 9.g City of Fayetteville I � N e �� 1.1 I ;' m C- 8 . o Bid 17-39, Construction D � � R 3 WATER SEWER OUTBUILDING IMPROVEMENTS v I N N� � � rn n Fayetteville, Arkansas CONSTRUCTION DOCUMENTS 1 o I� L-------------------------------------------------------------------------------- : § 2 Ik k ; ■ CONSTRUCTION DOCUMENTS )aim ƒ _§ 0 0 m ` kk `( § ( � / Lj City of Fayetteville } /}/ @ D � m 2 : . z Bid 17-39, Construction Cn C:) �m k !!■ ;� WATER SEWER OUTBUILDING IMPROVEMENTS � # |/ Fayetteville, Arkansas : § 2 Ik k ; ■ CONSTRUCTION DOCUMENTS ------------ -------------- vix VEHICLE STORAGE DEMOLITION FLOOR PLAN°®` 1141•-0' SCALE: 118'= I'-0' DEMOLTION KEYED NOTES: OA RELOCATE EXISTING SECTIONAL ROLL -UP O REMOVE AND REPLACE EXISTING METAL DOOR. HARDWARE. FRAME. AND PANEL AT CORNER IF R IS NOT A FULL ASSOCIATED ASSEMBLY TO NEW WALL. PANEL. GRIND ANCHOR BOLTS FLUSH WITH EXISTING CONCRETE SLAB. © REMOVE EXISTING DOWNSPOUTS Q REMOVE AND RELOCATE EXISTING BOLLARD. Q REMOVE EXISTING GUTTER AND DOWNSPOUTS © REMOVE AND RELOCATE EXISTING O REMOVE EXISTING CONCRETE PAVING. COMBINATION LOWER/DAMPER AND TRIM/FLASHING. REFER DETAIL I/AS100 FOR EXTENTS O REMOVE EXISTING METAL PANELS AND ASSOCIATED GIRTS/METAL PANEL SUPPORTS. O REMOVE EXISTING METAL CORNER FLASHING Q Q 4 Q o o;o oio of H ` o - C .012 1 EXISTING STANDING SEAM METAL O,O O- NEW CONSTRUCTION nVEHICLE `A STORAGE SOUTH ELEVATION °® ° G VEHICLE STORAGE EAST ELEVATION® °e�'RxJdYs�F,,� I!8'=1'-0• OYtFMLE-'fALLCt SCALE: 118•=1'4f V IB'=1'-0• SCALE: VB' =,'O --------------------�-- PANE LS. IIMETCO 7.2 RIB), iM4--�-�- EXISTING BUILDING I 5I 0 0'0 00 0. o _________ ------- 2 --- 4 3 (`3 3 J PANEL. i 1 , �p 117 A r � 171Y 3 1Y-0' 41Y0 3 1.8' 75-0• Ifi l$ 1S-0' I'T1F- "I RELOCATED SNINSTALL O NEW STANDING SE TINUSTANDING LV COLOR: SILVER PLATINUM. 5 A-101 nVEHICLE STORAGE FLOOR PLAN 3 118'=1'4• SCALE: 118-= 1'11' 0.`. nVEHICLE STORAGE DEMOLITION ROOF PLAN '® ®1-0' SCALE: IB•=1'.7 0— 0— VERIFICATION NOTE: VERIFY ALL EXISTING CONDRIONS AND REPORT ANY DISCREPANCIES TO ARCHITECTIENGINEER. J PAV VEHICLE STORAGE ROOF PLAN °® 4 ,IB ,J SCALE: 1/0-=,O' METAL BUILDIN, INSULATION ON BLOCKS NEW STANDING ROOFING SYSTI SERIES 300 STP COLOR: SILVER MATCH EXISTIN ICE AND SNOW NEW GUTTER Al DOWNSPOUTS, EXISTING COLO ASSEMBLY PRE -FINISHED A PANELS. (IMTC COLOR: SILVER PRE -FINISHED A AT DOOR HEAD MATCH WALL R RELOCATED E% SECTIONAL ROI REINSTALL TO 1 EXISTING SET -L STEEL COLUMN STRUCTURAL BUILDING SECTION 314'=1'-0- SCALE: 3'4• =1'!T EXISTING STANDING SEAM METAL 2�P C-98 0 % ' NEW CONSTRUCTION nVEHICLE `A STORAGE SOUTH ELEVATION °® ° G VEHICLE STORAGE EAST ELEVATION® °e�'RxJdYs�F,,� I!8'=1'-0• ROOF TO ROOF. MATCH ROOF SCALE: 118•=1'4f V IB'=1'-0• SCALE: VB' =,'O KEYED NOTES: PANE LS. IIMETCO 7.2 RIB), EXISTING ROOF PANEL AND OUT O1 RELOCATED EXISTING SECTIONAL ROLL -UP O4 EXISTING STANDING SEAM METAL ROOF O9 REMOVE AND REPLACE EXISTING METAL RE -ANCHOR EXISTING PANELS DOOR. HARDWARE, FRAME AND ASSEMBLY. NEW DOWNSPOUTS, MATCH PANEL AT CORNER IF IT IS NOT A FULL EXISTING COLOR AND ASSEMBLY REINSTALL TO MATCH EXISTING SET-UP. © RELOCATED EXISTING COMBINATION PANEL. REPLACE ANY COMPONENTS DAMAGED LOUVERIDAMPER AND TRIM/FLASHING. 70 PRE -FINISHED METAL RAKE TRIM BY METAL NEW STANDING SEAM METAL DURING CONSTRUCTION. MANUFACTURER. MATCH WALL s—ROOFING ROOFINGM METAL PANEL MANUFACTURER. COLOR TO MATCH O RELOCATED SNINSTALL O NEW STANDING SE TINUSTANDING LV COLOR: SILVER PLATINUM. )I PER DETAIL WS -101. MATCH EXISTING SLOPE. SEAM), COLOR: R PLARIES O ROM DE LINER PANELS (MATCH EXISTING) O3 NEW BOLLARD. REFER DETAIL B/S-101. EXISTING SLOPE. OVER METAL BUILDING TYPE ROLL PAINT TO MATCH EXISTING COLOR O PRE -FINISHED METAL WALL PANELS, INSULATION ON ALL NEW WALLS. O NEW GUTTER AND DOWNSPOUTS, MATCH (IMTCO 7.2 RIB). COLOR: SILVER PLATINUM 7O2 REFERENCE B/A-101 FOR TYPICAL WALL TERMINATION DETAIL EXISTING COLOR AND ASSEMBLY METAL BUILDIN, INSULATION ON BLOCKS NEW STANDING ROOFING SYSTI SERIES 300 STP COLOR: SILVER MATCH EXISTIN ICE AND SNOW NEW GUTTER Al DOWNSPOUTS, EXISTING COLO ASSEMBLY PRE -FINISHED A PANELS. (IMTC COLOR: SILVER PRE -FINISHED A AT DOOR HEAD MATCH WALL R RELOCATED E% SECTIONAL ROI REINSTALL TO 1 EXISTING SET -L STEEL COLUMN STRUCTURAL BUILDING SECTION 314'=1'-0- SCALE: 3'4• =1'!T WALL TERMINATION DETAIL )ROOF DETAIL 1 VY=,' -0' c e t z SCALE: 1 117 =1'O SCALE: I t? =1•d ,•"H11 EC �tf.. EXISTING STANDING SEAM METAL 2�P C-98 0 % METAL LINER PANEL, MATCH ROOF D., D.1 EXISTING PRE -FINISHED METAL TRIM FROM °e�'RxJdYs�F,,� UO ROOF TO ROOF. MATCH ROOF PRE -FINISHED METAL WALL COLOR. EXTEND UP AND UNDER PANE LS. IIMETCO 7.2 RIB), EXISTING ROOF PANEL AND OUT r U COLOR: SILVER PLATINUM AND OVER NEW ROOF. 1 In RE -ANCHOR EXISTING PANELS Z NEW DOWNSPOUTS, MATCH r EXISTING COLOR AND ASSEMBLY 'Z- CLOSURE STRIP WITH MASTIC 1 co 1 6' _ WALL PANEL CLOSURE BY PANEL TAPE AT TOP AND BOTTOM MANUFACTURER WALL PANEL END TRIM BY PANEL NEW STANDING SEAM METAL MANUFACTURER. MATCH WALL s—ROOFING SYSTEM. (IMTCO PANELS SERIES 300 STANDING SEAM). d COLOR: SILVER PLATINUM. )I CONCRETE PAVING ' <n MATCH EXISTING SLOPE. 'I ' FILL VOIDS WITH NEW METAL BUILDING ROLL TYPE INSULATION, ANCHOR IN PLACE. WALL TERMINATION DETAIL )ROOF DETAIL 1 VY=,' -0' c e t z SCALE: 1 117 =1'O SCALE: I t? =1•d ,•"H11 EC �tf.. N 2�P C-98 0 % z _W C.IT[CT n= Z °e�'RxJdYs�F,,� UO Z O Aq r U SEP%0 v G � CNNDN In a 2669 t a!J NSSS Z O U V(1 l' w W 5--1 c 4- CA w U ~ ti � U til t�� U O w W w Fsl 13CR0MWELL 101 —h Spmg greet NOS r . w 72201 501372.2900 --.w— VEHICLE STORAGE PLANS, ELEVATIONS AND DETAILS A-101 ROOF OVERF RIDGE T1MATERIAL STORAGE FLOOR PLAN 1 0'=1'a SCALE: 118' If SOUTH ELEVATION 3 1 8'=1'a SCALE: ;IB' =1'a I I nEAST ELEVATION WEST ELEVATION OPPOSITE HAND SCALE: lir =I'a KEYED NOTES: OCONCRETE WALL WITH RUBBED FINISH. SEE in BEHIND GUTTER, MATCH ROOF STRUCTURAL © LIGHT FIXTURE. SEE ELECTRICAL O PRE -FINISHED (IMETCO) METAL WALL O PRE-FINISHED METAL FASCIA, MATCH ROOF R -PANELS. ORIENT HORIZONTALLY. COLOR COLOR: GALVALUME. O PRE -FINISHED METAL RIDGE VENT. MATCH O3 NEW BOLLARD, REFER DETAIL 87S-101 ROOF COLOR SOFFIT PANELS, MATCH WALL 9 WRAP WOOD JAMB AND HEAD WITH Od NEW GUTTER AND DOWNSPOUTS. MATCH PANEL COLOR PRE-FINSHED METAL TRIM. EXTEND 2' AT METAL WALL PANEL COLOR WITH GALV WIRE. ANCHOR TO SIDES. MATCH WALL PANEL COLOR O5 NEW METAL R -PANEL ROOFING SYSTEM 10 PRE -FINISHED METAL CORNER TRIM, TYP. (IMETCO). COLOR: GALVALUME. INSTALL BLOCKING AT EDGES. MATCH METAL WALL PANEL COLOR OVER ICE AND WATER SHIELD, OVER OSB WOOD BLOCKING FOR BIRD ON WOOD TRUSSES. NON-COMPRESSIBLE PANEL DEPTH METAL CLEAT, CONT. NEW METAL R -PANEL ((METCO). COLOR: GA OVER ICE AND WATEF ON WOOD TRUSSES. WOOD TRUSS, REFER WALL BELOI MATERIAL STORAGE ROOF PLAN ,e SCALE: 118'z I'-ff NORTH ELEVATION RIDGE VENT DETAIL ' 6 1 I?=1'a SCALE:1 f17= I-V 1e SCALE: 118-= I'a SHEET METAL END DAM AT END OF ROOF PANELS PRE -FINISHED METAL RIDGE VENT. MATCH ROOF COLOR. PROVIDE PRE -MANUFACTURER END CAPS AT VENT ENDS WOOD TRUSS. REFER STRUCTURAL NEW METAL R -PANEL ROOFING SYSTEM (IMETCOL COLOR: GALVALUME. INSTALL OVER Y7. 0� Z SLOPE: AND WATER SHIELD, OVER Y7' OSB ON WOOD TRUSSES. 411: 12" ICE AND SNOW GUARDS WOOD BLOCKING FOR SOFFIT AND TRIM ANCHORAGE FOAM PANEL CLOSURE STRIPS. \ CONT. NEW 8"x 8"GUTTER. MATCH--", ATCH METAL WALL PANEL COLOR � � PRE -FINISHED METAL FASCIA—� in BEHIND GUTTER, MATCH ROOF LU LU � SEE '°'B-'°' COLOR, TURN BACK OVER VENTED 101sWN sp"wre N111°rock, a< 72201 SOFFIT PANELS 2 WALL R -PANELS. ORIENT y' x y' GALV WELDED WIRE MESH PRE -FINISHED VENTED METAL ,(, D'(12 GA.) BIRD SCREEN, LAP MIN 2' SOFFIT PANELS, MATCH WALL w CKNON AT JOINTS, SEW LAPS TOGETHER PANEL COLOR I WITH GALV WIRE. ANCHOR TO PLANS, ELEVATIONS BOTTOM OF TRUSSES AND WOOD PRE -FINISHED METAL TRIM FROM BLOCKING AT EDGES. SOFFIT TO WALL WOOD BLOCKING FOR BIRD SCREEN NEW 5' x 5• DOWNSPOUTS. MATCH METAL WALL PANEL COLOR fix" PLYWOOD SHEATHING PREfINISHED (IMETCO) METAL WALL R -PANELS. ORIENT WOOD STUDS. REFER HORIZONTALLY. STRUCTURAL COLOR: GALVALUME- FASCIAISOFFIT DETAIL 7 ' 71Y=1'a SCALE: IIIrl' =1'a STOP OSB 3' FROM RIDGE WALL SECTION 8 315•=,•a ° : . E SCALE: 315' = I'a PRE -FINISHED (IMETCO) WALL R -PANELS. ORIENT HORIZONTALLY. COLOR: GALVALUME. NEW 5' x 5' DOWNSPOUT METAL WALL PANEL COL PRE -FINISHED METAL TF LEDGE. PROVIDE CRIMPI EDGE CONCRETE WALL WITH F FINISH, REFER STRUCTU W PLYWOOD SHEATHING WOOD STUDS. REFER STRUCTURAL WOOD SILL PLATE,REFER STRUCTURAL HOLD BOTTOM OF PLYWOOD OFF CONCRETE h' DETAIL AT BOTTOM OF STUD WALL e ' 9 17 "u u' v SCALE: 11117=1•a NEW METAL R -PANEL ROOFING - SYSTEM (IMETCO). COLOR: GALVALUME. INSTALL OVER ICE AND WATER SHIELD, OVER)F OSB ON WOOD TRUSSES. PRE -FINISHED METAL RAKE TRIM, - MATCH ROOF METAL PANEL COLOR PRE -FINISHED METAL FASCIA TRIM MATCH ROOF COLOR, EXTEND UP 4' BEYOND BOTTOM OF RAKE TRIM AND TURN BACK OVER VENTED SOFFIT PANELS PRE -FINISHED VENTED METAL— SOFFIT PANELS, MATCH WALL PANEL COLOR PRE -FINISHED METAL TRIM FROM – SOFFIT TO WALL, PROVIDE'Z• CLOSURE TRIM BETWEEN RIDGES. •�.4��s EC fy:'��.� in [[cE[ EE ' W IST Hn' LU LU � SEE '°'B-'°' []CRO MW ELL 101sWN sp"wre N111°rock, a< 72201 p 2 WALL R -PANELS. ORIENT O �°'i 0r° kqw.-2015-M HORIZOMALLY. U S G w CKNON H Fn ♦ ]669 y Z O RAKE AND GABLE TRIM DETAIL ° 'I A-102 1Ire ;'a SCALE:1 t?=1'a 2x WALL. SEE '°'B-'°' []CRO MW ELL 101sWN sp"wre N111°rock, a< 72201 PRE -FINISHED (IMETCO) METAL 501.7722900 mw'L— WALL R -PANELS. ORIENT �°'i 0r° kqw.-2015-M HORIZOMALLY. 0130-2017 COLOR: GALVALUME. 0.+.:a Tb MATERIAL STORAGE SEE STRUCTURAL FOR FRAMING PLANS, ELEVATIONS AND ANCHORAGE NOTES AND DETAILS RAKE AND GABLE TRIM DETAIL ° 'I A-102 1Ire ;'a SCALE:1 t?=1'a =11 II►. II Din :z M e M �..� City of Fayetteville 0 0 TO�. �rrr �§ 8 m _ma oo 9mp m P � g WATER SEWER OUTBUILDING IMPROVEMENTS zm �a9Qorr 3s > =-M sOOO oi .xm N�'�i �� Fayetteville, Arkansas z O a°8�=� s z O In yo � HpA� Og I m n8zoo�oo g m o �� a� cn �T� yg v i? i i$ 8s9 ao iA �' 5 28 N ¢� og s_ >n oD mo o s= II►. II 1 Qy A M M 0 M K O O z z O A M e Din :z M e � �..� City of Fayetteville 0 av 8 m - p P � g WATER SEWER OUTBUILDING IMPROVEMENTS zm �R > =-M sOOO oi .xm N�'�i Fayetteville, Arkansas o 'pia 1 Qy A M M 0 M K O O z z O A M e CONSTRUCTION DOCUMENTS Din :z M e � �..� City of Fayetteville av 8 m - Bid 17-39 Construction WATER SEWER OUTBUILDING IMPROVEMENTS zm �R > =-M sOOO oi .xm N�'�i Fayetteville, Arkansas 'pia apen Og I ono mp mo O go o �T� yg v i? i i$ €� o pz g b7Ai i; iA �' N 9 g � K 28 N '�� y oD - -o o �� t0n 2� N K N m m vyv hi O CONSTRUCTION DOCUMENTS Din :z M e � �..� City of Fayetteville 8 m - Bid 17-39 Construction WATER SEWER OUTBUILDING IMPROVEMENTS zm �R cn Fayetteville, Arkansas CONSTRUCTION DOCUMENTS I PROJECT MANUAL Prepared by CROMWELL ARCHITECTS ENGINEERS, INC. for: CITY OF FAYETTEVILLE ARKANSAS Bid # 17-39, Construction City of Fayetteville Water Sewer Outbuilding Improvements FAYETTEVILLE, ARKANSAS 06/30/2017 Required Seals Appear on the Following Page Greg Cockmon, AIA. / CROMWELL Jonathan Story, P.E. / CROMWELL Pamela McElrath, P.E. / CROMWELL WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 00 01 05 CERTIFICATIONS I hereby certify that the architectural portions of work included in these plans and specifications, except as otherwise indicated by other registered professionals, have been prepared by me or under my direct supervision, and that I have coordinated the architectural portions with those portions sealed by other registered professionals. I further certify that to the best of my knowledge this portion of the plans and specifications are as required by law and in compliance with the Arkansas Fire Prevention Code for the State of Arkansas and with the Arkansas Code for Energy Conservation In New Building Construction. Greg B. Cockmon, AIA, Architect Principal CROMWELL ARCHITECTS ENGINEERS, INC. Architects Engineers 101 S. Spring Street Little Rock, Arkansas 30 June 2017 Date %IEC C-98 yZ REGISTERED �" = ARCHITECTS I hereby certify that the structural portions of work included in these plans and specifications, except as otherwise indicated, have been prepared by me, or under my direct supervision. Jonathan L Story, PE Structural Engineer CROMWELL ARCHITECTS ENGINEERS, INC. Architects Engineers 101 S. Spring Street Little Rock, Arkansas 30 June 2017 Date 9�ATE OF * * CROMWELL R 0 ARCHITECTS/ i ENGINEER _ ENGINEERS O =Q. No. 13222 p �r I hereby certify that the electrical portions of work included in these plans and specifications, except as otherwise indicated, have been prepared by me, or under my direct supervision. Pamela S. Fligor McElrath, PE Electrical Engineer CROMWELL ARCHITECTS ENGINEERS, INC. Architects Engineers 101 S. Spring Street Little Rock, Arkansas 30 June 2017 Date .4 1-- i�i S1 A T E 0,%- 0 0 AIR A$: n a REk DD O SIGNAL �ING ENGINEER z No. 9401 CROMWELL ARCHITECTS ENGINEER #5 CERTIFICATIONS .0001 05-1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 00 01 10 TABLE OF CONTENTS DIVISION 00 -- PROCUREMENT AND CONTRACTING REQUIREMENTS Bid Cover Sheet - Bid 17-39, Construction — Water Sewer Outbuilding Improvements Advertisement - Invitation to Bid Project Manual Title Page 00 01 05 - Certifications 00 01 10 - Table of Contents 00 14 00 - Bidder's Qualification Statement 00 21 13 - Instructions to Bidders 00 31 00 - Available Project Information Geotechnical Report Pre -Bid Sign Sheet 00 41 13 - Bid Form 00 41 16 - Bid Bond 00 43 00 - List of Subcontractors 00 52 13 - Agreement 00 55 00 - Notice to Proceed 00 61 13 - Performance Bond 00 61 16 - Labor and Material Payment Bond 00 64 00 - Warranty Bond 00 73 00 - General Conditions SPECIFICATIONS DIVISION 01 -- GENERAL REQUIREMENTS 01 10 00 - Summary of Work 01 22 00 - Unit Prices 01 22 13 - Measurement and Payment 01 26 00 - Contract Modification Procedures 01 29 00 - Payment Procedures 01 30 00 - Administrative Requirements 01 32 00 - Project Meetings, Schedules, and Reports 01 32 10 - Schedule 01 32 50 - Construction Photographs 01 40 00 - Quality Requirements 01 42 16 - Definitions and Standards 01 45 33 - Special Inspections Statement of Special Inspections Schedule of Special Inspections Final Report of Special Inspections Contractor Statement of Responsibility Fabricator Certificate of Compliance, Minimum Qualifications Table Special Inspection Daily Report Special Inspection Discrepancy Notice TABLE OF CONTENTS 0001 10-1 WATER SEWER OUTBUILDING ADDITIONS RE -BID 2015-092 City of Fayetteville, Fayetteville, Arkansas March 2016 01 53 00 - Barriers and Temporary Controls 01 56 00 - Temporary Utilities and Facilities 01 60 00 - Product Requirements 01 60 01 - Substitution Request Form 01 70 00 - Execution and Closeout Requirements 01 78 00 - Closeout Submittals DIVISION 03 -- CONCRETE 03 20 00 - Concrete Reinforcing 03 30 00 - Cast -in -Place Concrete DIVISION 05 -- METALS 05 50 00 - Metal Fabrications DIVISION 06 -- WOOD, PLASTICS, AND COMPOSITES 06 10 00 - Rough Carpentry 06 17 53 - Shop -Fabricated Wood Trusses 06 18 00 - Glued -Laminated Construction DIVISION 07 -- THERMAL AND MOISTURE PROTECTION 07 21 00 - Thermal Insulation 07 42 13 - Metal Roof and Wall Panels 07 90 05 - Joint Sealers 07 95 13 - Expansion Joint Assemblies DIVISION 13 -- SPECIAL CONSTRUCTION 13 34 19 - Metal Building Systems DIVISION 26 -- ELECTRICAL 26 00 10 - Electrical General Provisions 26 05 01 - Minor Electrical Demolition 26 05 19 - Low -Voltage Electrical Power Conductors and Cables 26 05 26 - Grounding and Bonding for Electrical Systems 26 05 29 - Hangers and Supports for Electrical Systems 26 05 34 - Conduit 26 05 37 - Boxes 26 05 53 - Identification for Electrical Systems 26 27 26 - Wiring Devices 26 28 18 - Enclosed Switches 26 51 00 - Interior Lighting DIVISION 32 — EXTERIOR IMPROVEMENTS 32 31 13 — Chain Link Fences and Gates END OF SECTION TABLE OF CONTENTS 0001 10-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas SECTION 00 14 00 BIDDER'S QUALIFICATION STATEMENT Contract Name: Water Sewer Outbuilding Improvements Date: _I — / 3— ! 7 (Submit with 00 41 13 - Bid Form) SUBMITTED TO: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas. 72701 SUBMITTED BY: Company6E�VL Ayl C Z>&TST Name 5' V'F— X144 t TN Address 333 14-X #0VP ,4R 5-T S' Principal Office AegnihE Corporatio artnership, individual; joint venture, other Arkansas State General Contractor's License Number 00 3X 5: Data Universal Numbering System — DUNS Commercial and Government Entity Code — CAGE Code Tax ID Number _� / t} ��Z� p� 2015-092 JUNE 2017 For a Contractor to be considered as Commercially Proven, the Contractor must satisfy all insurance, financial; and bonding requirements of the City of Fayetteville, and must have had at least 5 (five) years active experience under the current Contractor name in the installation of the product bid. The Contractor shall provide an acceptable list of installations with similar equipment demonstrating compliance with this equipment. A. bidder may use the combined experience of its owners or senior executive staff to satisfy the requirement. In the event the bidder uses this combined experience, it shall submit.justification and documentation with bid showing the combined experience is existing with its owners or senior executive staff. 00 14 00 Bidder Qualifications 00 14 00 — 1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 EXPERIENCE STATEMENT 1. Bidder has been engaged as a General Contractor in construction years and has performed work of the nature and magnitude of this Contract for c_(L years. Bidder has been in business under its present name for years. 2., Bidder now has the following bonded projects under contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and estimated completion date.) 3. Bidder has completed the following (list minimum of 3) contracts consisting of work similar to that proposed by this Contract: (On a separate sheet, list project name, owner, name of owner contact, engineer / architect, name of engineer/architect contact, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces.) 4. Has Bidder ever failed to complete any project? if so, state when, where, and why. 5. Bidder normally performs the following work with his own forces: 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): STS J6 4& tT4.4, XA!-S �2a6v�K .a'1 a�5 3'�d ys�s 00 14 00 (udder Qualifications 00 1400-2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 7. In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company°and name and address of agent: LVES-rr(CLA INSthA4AACAO-K 6S oQcnI 8. Bidder's Workmen's Compensation Experience Modifier Factor is: Sul FINANCIAL STATEMENT Bidder possesses adequate financial resources as indicated by the following: I . Assets and .Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showing the following items: a. Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). b. Net fixed assets. c. Other assets. d. Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). e. Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). f Name of firm preparing financial statement and date thereof- 00 hereof 00 14 00 Bidder Qualifications 00 1400-3 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 j City of Fayetteville, Fayetteville, Arkansas JUNE 2017 If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 2. Current Judgments: The following judgments are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount a. $ b. $ Bidder hereby represents and warrants that all statements set forth herein are true and correct. Date: q-13 , 2017 (OFFICIAL, SEAL,) Name of Organization: By 5M7E LAE , W CT Title C En (If Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one ' of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly -authorized officer and with the corporate seal affixed.) END OF SECTION 0014 00 00 14 00 Bidder Qualifications 001400-4 ' t WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 00 21 13 INSTRUCTION TO BIDDERS ARTICLE 1 - INTRODUCTORY INFORMATION 1.01 DEFINED TERMS: A. Terms used in these Instructions to Bidders and which are defined in the GENERAL CONDITIONS, have the meanings assigned to them in the GENERAL CONDITIONS. B. Bid Documents shall include the following: 1. Bidding Requirements: a. Invitation to Bid. b. Instructions to Bidders. c. Bid Form. d. Bid Bond. 2. BIDDER'S FORMS The BIDDER'S attention is called to the following additional forms which shall be filled out and submitted with the BID: a. SECTION 00 14 00— Bidder's Qualification Statement (signature required) b. SECTION 00 41 13, Article 9 — Contractor's Assurances & Execution (signature required) c. SECTION 00 41 16 — Bid Bond (signature required) d. SECTION 00 43 00 — Bidder's List of Subcontractors (signature required) 3. Contract Forms: a. Agreement Between Owner and Contractor. b. Performance Bond. c. Labor and Material Payment Bond. 4. Contract Conditions: a. General Conditions. , b. Supplementary Conditions. c. Labor -Related Regulations. 5. Specifications. 6. Drawings. 7. Addenda issued prior to receipt of Bids. C. Certain additional items used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. 1. Bidder — one who submits a Bid directly to Owner as distinct from a sub - bidder, who submits a Bid to a Bidder. 2. Issuing Office — the office from which the Bid Documents are to be issued and where the bidding procedures are to be administered. 3. Successful Bidder — the lowest, responsible; and responsive Bidder to whom Owner on the basis of Owner's evaluation as hereinafter provided makes an award. 00 21 13 Instructions to Bidders 0021 13— 1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 1.02 COPIES OF BID DOCUMENTS: 2015-092 JUNE 2017 A. Complete sets of the Bid Documents in the number and for the purchase sum stated in the Invitation to Bid, may be obtained from the Issuing Office. B. Complete sets of Bid Documents shall be used in preparing Bids; neither Owner, nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bid Documents. C. Owner and Engineer in making copies of Bid Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 1.03 QUALIFICATION OF BIDDERS: A. Prequalification statements are not required. Owner will, however, evaluate the Bidder's qualifications following the opening of Bids. Evaluation criteria considered will include, but not be limited to: 1. Experience and performance records on similar work. 2. Financial responsibility. 3. Ability to supply construction equipment and personnel to complete the Work within the Contract Time. 4. Evidence of Bidder to do business in the state where the Project is located, or covenant to obtain such qualifications prior to award of the Contract. B. Bidders may be requested to submit financial statement and other information relating to experience and financial responsibility after bids are received and before awarding a contract.. I C. Only those Bids will be considered which are submitted by Bidders who show satisfactory completion of work of type and size comparable to the Work required by these Bid Documents. 1. A list of comparable projects, including pertinent information and identification of the owners, shall be submitted with the Bid. 2. See ARTICLE 5 — AWARD OF CONTRACT herein for additional requirements after opening of Bids. D. For Federal -Aid Projects, Bidders are not required to be licensed in the State of Arkansas at the time of bid. A Contractor's license must be secured by the successful bidder before contracts are executed. E. For all other projects, bidders must be licensed in the State of Arkansas and shall provide their license number on the Bid Form. Failure to provide license number shall result in a non-responsive Bid. 1.04 EXAMINATION OF CONTRACT DOCUMENTS AND SITE: A. Before submitting a Bid, it is the responsibility of each Bidder: 1. To thoroughly examine the Contract Documents and other related data identified in the Bid Documents (including "technical data" referred to below). 2. To visit the Site to become familiar with and satisfy Bidder as to the general, local, and Site conditions that may in any manner affect cost, progress, and performance of the Work. ' 00 21 13 Instructions to Bidders 0021 13-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 To consider federal, state, and local laws, ordinances, rules, and regulations that may in any manner affect cost, progress, performance, and furnishing of the Work. To study and carefully correlate Bidder's knowledge and observations with the Contract Documents and such other related data. To promptly notify Engineer of all conflicts, errors, ambiguities, or discrepancies which Bidder has discovered in or between the Contract Documents and such other related documents. B. Before submitting a Bid, each Bidder shall be responsible to obtain such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise, which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, or procedures of construction to be employed by Bidder, including safety precautions and programs incident thereto or which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. This shall include local shipping facilities and availability of lands if applicable. C. In the preparation of the Contract Documents, neither reports of explorations -nor tests of any Hazardous Environmental Condition at the Site of the Work have been prepared. D. Access to the Site: I . On request, Owner will provide each Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as each Bidder deems necessary for submission of his Bid. Bidder shall fill all holes, clean up, and restore the Site to its former conditions upon completion of such explorations, investigations, tests, and studies. 2. The lands upon which the Work is to be performed, rights-of-way, and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of Materials and Equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided in the Contract Documents. 3. Property owners affected by the Work are named on the Drawings where known, but the accuracy of such ownership is not guaranteed. Bidders shall verify and make their own arrangements with such property owners for any access needed in connection with the preparation of Bids. E. The submission of a Bid will constitute an incontrovertible representation by the Bidder that he has complied with every requirement of this paragraph "Examination of Contract Documents and Site," and that the Bid Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 00 21 13 Instructions to Bidders 0021 13-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 1.05 INTERPRETATIONS, MODIFICATIONS. AND ADDENDA: 2015-092 ' JUNE 2017 A. Any Bidder who discovers ambiguities, inconsistencies, or errors or is in doubt as to the meaning or intent of any part of the Bid Documents shall promptly request an interpretation from Engineer. Interpretations or clarifications considered necessary by Engineer in response to such requests will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bid Documents. B. Addenda may also be issued to modify the Bid Documents as deemed advisable by Owner or Engineer. C. Because of the time required to publish and deliver, no Addenda will be issued within the last 7 days before the date of opening Bids. However, an addendum that affects the time, date or location of the bid opening may be issued as little as two (2) days before the date of opening bids. D. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 1.06 PREBID MEETING: A. A non -mandatory pre=bid meeting will be held as specified in the Invitation to Bid. 1.07 LABOR -RELATED REGULATIONS: A. Pursuant to Arkansas Code Annotated 22-9-203, the City of Fayetteville encourages all qualified minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified, small, minority, and women business enterprises. ARTICLE 2 - BASIS OF BIDDING 2.01 SPECIFIED EQUIPMENT AND MATERIALS: A., Metal Wall and Roof Panels: Substitutions must be submitted 3 weeks prior to bid date. B., Metal Wall and Roof Panels: Substitutions will be approved or disapproved no later. than 7 days prior to bid date., C. All Other Items: Substitutions will be considered only after the Effective Date of the, Agreement and as set forth in the GENERAL CONDITIONS and SECTION 01 60 00. 2.02 INDIRECT COSTS: A. Taxes: 1. All applicable sales, use, compensating, or other taxes to be paid or withheld by Bidder, now imposed by any taxing authority, on Equipment and Materials to be incorporated in the Work, and on any or all other cost items entering into the Contract Price, shall be included in the Bid price. 2. The Bidder shall include all such taxes except those on Equipment and Materials, if any, furnished by Owner or others, or exempted by the state, and Bidder shall furnish taxing authorities any information or reports pertaining thereto as required. B. The cost of all construction licenses, building and other permits, and governmental inspections required by public authorities for performing the Work, which are 00 21 13 Instructions to Bidders 0021 13-4 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 applicable at the time Bids are opened and which are not specified to be obtained by Owner, shall be included in the Bid price. 1. Permits issued from the City (Owner) will have the fees waived; however, the actual permit itself is still required. C. The cost of all royalties and license fees on Equipment and Materials to be furnished and incorporated in the Work shall be included in the Bid price. D. Tests, inspections, and related activities called for throughout the Bid Documents are a responsibility of Contractor unless specified otherwise. The Bid shall include all costs arising from such responsibility. E. The cost of all electrical, water, gas, telephone, sanitary, and similar facilities and services required by Contractor in performing the Work shall be included in the Bid price unless specified otherwise. 2.03 SUBCONTRACTORS: A. No Bid shall be based upon aggregate of Subcontractors performing more than 60 percent of the total Work. B. The experience, past performance, and ability of each proposed Subcontractor will be considered in the evaluation of Bids. Any Subcontractor so requested shall be required to furnish experience statements prior to the Notice of Awards. C. No Contractor shall be required to employ any Subcontractor, other person, or organization against whom Contractor has reasonable objection. Owner or Engineer may accept or reject Subcontractors in accordance with Paragraph 6.05 of the GENERAL CONDITIONS. 2.04 CONTRACT TIMES: A. The number of days within which, or the dates by which, the Work is to achieve Substantial Completion and also final completion and be ready for final payment shall be as stated in the Agreement. B. Provisions for liquidated damages, if any, are as set forth in the Agreement. ARTICLE 3 - BIDDING PROCEDURE 3.01 PREPARATION OF BID: A. One set of bound documents included with the official set of drawings and specifications shall be used for the Bid. B. The Bid Forms shall be filled out in detail in black ink and signed by the Bidder. Forms shall not be removed from the bound document. C. Bids by partnerships shall be executed in the partnership name and signed by a partner whose title shall appear under his signature, and the official address of the partnership shall be shown below the signature. D. Bids by corporations shall be executed in the corporate name by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign), and the corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. E. Names of all persons signing shall be printed below their signatures. 00 21 13 Instructions to Bidders 0021 13-5 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 A power of attorney shall accompany the signature of anyone not otherwise authorized to bind the Bidder. G. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 1. The Bid shall contain a DUNS number; CAGE Code; and Tax ID number. H. The address to which communications regarding the Bids are to be directed shall be shown. 3.02 METHOD OF BIDDING: A. Bids will be received on a Unit Prices basis as set forth in the Bid Form. B. Firm Bids are required. C. Schedule of Unit Prices: 1. The Bidder shall complete the "Schedule of Unit Prices" included in the Bid (and shall accept all fixed Unit Prices listed therein.) 2. The total Bid price will be determined as the sum of the products of the estimated quantity of each item and the Unit Price set forth in the "Schedule of Unit Prices." The final Contract Price shall be subject to adjustment according to final measured, used, or delivered quantities, and the Unit Prices set forth in the "Schedule of Unit Prices" will apply to such final quantities except that if quantities vary more than 25 percent above or below estimated quantities, Unit Prices will be subject to change by Change Order. 3.03 SUBCONTRACTORS INFORMATION SUBMITTED WITH BID: A. Bidders shall submit to Owner with the Bid, the List of Subcontractors contained in the Project Manual as SECTION 00 43 00, completed with names of all such Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work for which such identification is required. The list shall be supplemented by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, person, or organization, if requested by Engineer. If, after due investigation, Owner or Engineer has reasonable objection to any proposed Subcontractor, Supplier, or other person or organization, Owner may, before the Notice of Award is given, request the apparent Successful Bidder to submit an acceptable substitute without an increase in the Bid. If the apparent Successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, and other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the bid security of any Bidder. Any Subcontractor, Supplier, or other person or organization listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation as provided in Paragraph 6.05 of the General Conditions. 3.04 MANUFACTURERS INFORMATION SUBMITTED WITH BID: A. Not Applicable. 3.05 FORMS TO BE SUBMITTED: A. The following forms shall be completed and submitted with the Bid:. 1. SECTION 00 41 13 BID FORM 00 21 13 Instructions to Bidders 0021 13-6 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas . JUNE 2017 2. Bid Security as a Cashier's check from a financial institution located in the State of Arkansas check, or Bid Bond (SECTION 00 41 16) 3. . SECTION 00 43 00, LIST OF SUBCONTRACTORS 3.06 BID SECURITY: A. Each Bid shall be accompanied by Bid security, payable to Owner, of the amount stipulated in the Invitation to Bid. B. The required security shall be in the form of a Cashier's check from a financial institution located in the State of Arkansas or a Bid Bond on the form prescribed by the AIA, Document A310, or on similar form attached. C. Bid Bond shall be executed by a surety meeting the requirements set forth for "Surety Bonds" in the GENERAL CONDITIONS. - D. Bid security of the Successful Bidder will be retained until Bidder has executed the . Agreement and furnished the required surety Bonds as set forth in the GENERAL CONDITIONS, whereupon Bid security will be returned. If the Successful Bidder fails to execute the Agreement and furnish the surety Bonds within 15 days after the date of Notice of Award, Owner may annul the Notice of Award, and Bid security of that Bidder will be forfeited to Owner. E. The'Bid security of any Bidder whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of 10 days after the Effective Date of the Agreement and the required surety Bonds furnished, or the 9151 day after the Bid opening. Bid security of other Bidders will be returned within 10 days of the bid opening. 3.07 SUBMISSION OF BID: A. Bids shall be submitted at the time and place designated in the Invitation to Bid. B. Bid Documents with accompanying Bid security and other required information shall be enclosed in an opaque sealed envelope marked with the following: 1. Project name. 2. Bid number. 3. Name and address of Bidder. 4. Contractor's license number (Not required for Federal Aid Projects). C. If the Bid is sent by mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "Sealed Bid Enclosed" on the face thereof. 3.08 MODIFICATION OR WITHDRAWAL OF BIDS: A. Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that Bid must be executed) and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. B. If, within 24 hours after Bids are opened, any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of his Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, that Bidder will be disqualified from further bidding on the Work to be provided under the Contract Documents. 00 21 13 Instructions to Bidders 0021 13-7 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas ARTICLE 4 - OPENING OF BIDS 4.01 OPENING OF BIDS: 2015-092 ' JUNE 2017 A. Bids will be opened and (unless obviously non-responsive) read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids will be made available to Bidders after the opening of Bids. r . B. All Bids shall remain open for a period of 90 days after Bids are opened, but Owner may, at his sole discretion, release any Bid and return the Bid security at any time prior to that date. ARTICLE 5 - AWARD OF CONTRACT 5.01 OWNER's RIGHT TO REJECT BIDS: A. Owner reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, non-responsive, unbalanced, or conditional Bids and to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. Owner also reserves the right to waive all informalities not involving price, times, or changes in the Work and to negotiate Contract terms with the Successful Bidder. (Discrepancies between the multiplication of units of Work and Unit Prices will be resolved in favor of the Unit Prices.) Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. B. All Bidders must agree that such rejection shall be without liability on the part of the Owner nor shall the Bidders seek recourse of any kind against the Owner because of such rejections. The filing of any Bid shall constitute an agreement of the Bidder to these conditions. 5.02 EVALUATION OF BIDS: A. In evaluating Bids, Owner will consider the qualifications of the Bidders, whether or not the Bids comply with the prescribed requirements (and such Alternates, Unit Prices) and other data, as may be requested in the Bid Form or prior to the Notice of Award. Owner must accept Alternates in numerical order. B. Owner may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations is requested per Paragraph 5.02E of this document. C. Owner may conduct such investigations as he deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications,'and financial ability of the Bidders, proposed Subcontractors, and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to Owner's satisfaction within the prescribed time. D. Owner reserves the right to reject the Bid of any Bidder who does not pass any such evaluation to Owner's satisfaction. E. Within 10 days after Bids are opened, and if requested by the Owner or the Engineer, the apparent Successful Bidder, and any other Bidder so requested, shall submit 00 21 13 Instructions to Bidders 0021 13-8 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 supplemental information including an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, person, or organization, proposed by the Bidder for consideration as specified in ARTICLE 3 paragraph 3.03 above. The use of Subcontractors listed by Bidder (SECTION 00 43 00) and accepted by Owner prior to the Notice of Award will be required in the performance of the Work. Within 10 days after the Bids are opened, the apparent Successful Bidder, and any other Bidder so requested, shall submit an itemized breakdown of any lump sum portion of its Bid. This breakdown must include a separate item for each major category of work and each major piece of equipment. This breakdown may or may not be reflected in subsequent time schedule submittals. G. The award of the Contract, if it is awarded, will be to the lowest, responsive, responsible Bidder whose evaluation by Owner indicates to Owner that the award will be in the best interest of Project and Owner. 5.03 NOTICE OF AWARD: A. After considering the basis of award and evaluation of Bids, if the Contract is to be awarded, Owner shall within 90 days after the date of opening Bids notify the Successful Bidder of acceptance of his Bid (indicating which, if.any, Alternate Bids have been accepted). ARTICLE 6 - SIGNING OF AGREEMENT 6.01 The apparent low bidder shall provide a minimum of one signed original Agreement within one week of the. opening of bids and prior to the City Council's consideration of the Agreement. The City's review process mandates a signed Agreement for review and consideration. 6.02 After City Council Approval and when Owner gives Notice of Award to Successful Bidder, Engineer will issue the required number of unbound, unsigned counterparts of the Agreement and other Contract Documents to Successful Bidder. 6.03 Within 15 days thereafter, Contractor (Successful Bidder) shall sign all copies of the Agreement dating the Agreement and required documents the Date of City Council Approval, insert the properly executed Bonds, power of attorney documents, and other required documents in the appropriate places, and deliver all copies to Owner. C 6.04 Within 10 days thereafter,'Owner will execute all copies of the Agreement. Owner will provide the executed Contract Documents to Engineer for binding and distribution as required. Each duly executed counterpart will be accompanied by a complete set of Drawings with appropriate identification. END OF SECTION 00 2113 00 21 13 Instructions to Bidders 0021 13-9 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 00 31 00 AVAILABLE PROJECT INFORMATION PART1 GENERAL 1.01 EXISTING CONDITIONS A. Certain information relating to existing surface and subsurface conditions and structures is available to bidders but will not be part of the Contract Documents, as follows: B. Geotechnical Report: Entitled Geotechnical Engineering Report - Propsed Water & Sewer Operations Center, dated January 7, 2004. 1. Prepared by: Terracon, Springdale, Arkansas. 2. For Contractor's convenience a copy is included following the end of this section. 3. This report identifies properties of below grade conditions and offers recommendations for the design of foundations, prepared primarily for the use of Architect Engineer. 4. The recommendations described shall not be construed as a requirement of this Contract, unless specifically referenced in the Contract Documents. 5. This report, by its nature, cannot reveal all conditions that exist on the site. Should subsurface conditions be found to vary substantially from this report, changes in the design and construction of foundations will be made, with resulting credits or expenditures to the Contract Price accruing to Owner. ' PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION AVAILABLE PROJECT INFORMATION 0031 00-1 I GEOTECHNICAL ENGINEERING REPORT PROPOSED WATER & SEWER OPERATIONS CENTER SOUTH INDUSTRIAL DRIVE FAYETTEVILLE, ARKANSAS Project No. 39035180 January 7, 2004 Prepared for.: CROMWELL ARCHITECTS ENGINEERS Little Rock, Arkansas Prepared by: lrerracon Springdale, Arkansas January 7, 2004 Cromwell Architects Engineers 101 S. Spring Street Little Rock, Arkansas 72201-2490 Irerracon 5479 Halley Avenue Springdale, Arkansas 72762 (479)750-9775 Fax: (479) 750.9783 Attention: Mr. Joe Hilliard, P.E. Re: Geotechnical Engineering Report Proposed Water & Sewer Operations Center South Industrial Road Fayetteville, Arkansas Project No. 39035180 Dear Mr. Hilliard: We are submitting, herewith, the results of the subsurface exploration performed for the proposed Water & Sewer Operations Center to be located at the south end of South Industrial Drive in Fayetteville, Arkansas. Generally, the near surface soils consist of a layer of very soft to stiff lean clay and silty lean clay underlain by medium stiff to stiff fat clays. Beneath the fat clays, moderately weathered to slightly weathered shale was encountered in the borings from depths of about 1.5 to 6.5 feet below the ground surface to the boring termination depths of 5 to 29 feet. V Shallow foundations may be used to support the structure. The fat clays encountered at the boring locations are prone to shrink/swell movement with changes in moisture content, so special construction procedures will be required beneath floor slabs. Specific _ recommendations regarding the design and construction of foundations, and the support of floor slabs and pavements, relative to the subsurface conditions encountered, are contained in the following report. We appreciate the opportunity to be of service to you on this project. If you have any questions, please contact us. Sincerely,���� lrerracon pf5`ATF °`'= Certificate of thorization #223, Expires 12/31/03 d6� A It � A N'S A S Kenneth L. McCurdy, P A& A% AW L r ansA 1'o�S' Michael H. Homan, P.E. �'pt�O. O If Arkansas No. 7052` ;'' T Me -0 _. KLM:ATM:MHH Arizona ■ Arkansas ■ California ■ Colorado ■ Georgia ■ Idaho • Illinois • Iowa ■ Kansas ■ Kentucky • Minnesota • Missouri _ Montana 0 Netxaska to Nevada R New Mexico N North Carolina 8 Oklahoma 2 Tennessee E Texas 9 Utah 11 Wisconsin 0 Wyoming Consulting Engineers & Scientists Since 1965 www.terracon.com TABLE OF CONTENTS Page Letterof Transmittal......................................................................................................... i INTRODUCTION.............................................................................................................. 1 SUBSURFACE EXPLORATION PROCEDURES............................................................ 2, LABORATORY TESTING PROCEDURES...................................................................... 3 SITE AND SUBSURFACE CONDITIONS............................................................................ 3 GROUNDWATER CONDITIONS..........................................................................................4 ANALYSIS AND RECOMMENDATIONS.......................:................................................. 5 Geotechnical Considerations ......................... :...... ::............................................... 5 General Site Preparation and Grading, .......... ... ;- ................................................ 5 Shallow Foundations........:................................................................................:.. 7 FloorSlabs............................................................................. 8 Lateral Earth Pressure.......................................................................................... 9 Pavements..........................................................................::....:.:.......................11 Seismic Design Parameters.................................................................................13 Construction Considerations................:...............................................................13 GENERAL COMMENTS ............................... :.................................................................. 13 APPENDIX A Boring Location Diagram Borings Logs APPENDIX B General Notes Unified Soil Classification System GEOTECHNICAL ENGINEERING REPORT _ PROPOSED WATER & SEWER OPERATIONS CENTER SOUTH INDUSTRIAL DRIVE FAYETTEVILLE, ARKANSAS Project No. 39035180 January 7, 2004 INTRODUCTION The subsurface exploration for the proposed Water and Sewer Operations Center to be located at the south end of South Industrial Road in Fayetteville, Arkansas has been completed. The subsurface exploration involved drilling nine (9) exploratory borings in the approximate building footprints, storage yard, parking and drive areas. The borings were drilled to depths of approximately 30 feet and 5 feet. A Boring Location Diagram, showing the approximate boring locations, and the Logs of Borings, presenting the results of the exploratory borings, are submitted in Appendix A to this report. The project consists of constructing three buildings, covered pipe storage racks, a concrete pavement and storage area, and an'asphalt parking area on a site located at the south end of South Industrial Drive in southeast Fayetteville. The planned buildings include a single - story, 22,500 square foot office building, a 40 -foot by 45 -foot vehicle storage building, and a 40 -foot by 150 -foot covered storage shed. In addition, covered pipe storage racks are proposed in the southern portion of the site, concrete pavement and outdoor storage pads are proposed for the south and southwest portions of the site, and an asphalt parking lot is proposed for the northwest portion of the site. We understand that the structures will likely consist of metal building systems with metal panel exteriors and possibly some concrete masonry block walls. Maximum isolated column and continuous wall loads are understood to be in the range of 50 kips and 2 kips per linear foot, respectively. Cut and fill depths to develop final grades throughout the site are unknown. We understand that the existing grades are about 1 foot and 3'/z feet below the planned finished floor elevation at the north and south corners of the proposed office building, respectively. Based on a visual evaluation of the project site, we estimate that maximum cut and fill depths of about 2 feet will be necessary across the remainder of the site. The purpose of this report is to describe the subsurface conditions encountered in the borings; analyze the data obtained; and provide recommendations for the design and construction of foundations and the support of floor slabs and pavements, relative to the subsurface conditions encountered at the boring locations. Proposed Water & Sewer Operations Center lrerracon South Industrial Drive Fayetteville, Arkansas Project No. 39035180 January 7, 2004 SUBSURFACE EXPLORATION PROCEDURES Terracon drilled and sampled nine exploratory borings for the project at the approximate locations shown on the Boring Location Diagram. The boring locations were established in the field by Terracon personnel by taping from existing features at the site. The ground - surface elevations at the boring locations were determined in the field by the drill crew using an engineer's level. The top of an existing sanitary sewer manhole located on the north property boundary was used as a benchmark. The approximate ground -surface elevations at the boring locations, rounded to the nearest 0.5 foot, are based on an arbitrary datum of 100 feet for the benchmark and are shown near the top of the boring logs. The boring locations and elevations should be considered accurate only to the degree implied by the �- methods used to make the measurements. The borings were first attempted with a truck -mounted drill rig, but soft surface conditions prevented the movement of the drill rig across the site, so a track -mounted drill rig had to be mobilized to drill the borings. The borings were advanced with the track -mounted, all -terrain drill rig using continuous -flight and hollow -stem augers. Representative samples were obtained using the split -barrel sampling procedure. Disturbed samples are obtained in the split -barrel sampling procedure by driving a 2 -inch O.D. split -barrel sampler into the ground using a 140 -pound, automatic hammer falling 30 inches. The number of blows required to advance the split -spoon sampler the final 12 inches or less of a typical 18 -inch sampling interval is termed the standard penetration resistance (N -value). These N -values are shown on the boring logs at their depth of occurrence. The standard penetration resistance N -value provides an indication of the in-place relative density of granular soils and, to a lesser degree of accuracy, indicates the consistency of cohesive soils. A greater mechanical efficiency is achieved with the automatic hammer, compared to the conventional safety hammer operated with a cathead and rope. The effect of this increased efficiency has been considered, where appropriate, in interpreting the standard penetration resistance N -values on this project. The samples obtained in the field were sealed in containers to reduce moisture loss, and the sample containers were marked for proper identification. The samples were then returned to the laboratory for further examination, testing, and classification. During the drilling operation, field logs were prepared by the drill crew. These logs report drilling and sampling methods, sampling intervals, soil, rock and groundwater conditions, and the driller's visual evaluation of the conditions encountered between samples. The final boring logs, included in Appendix A of this report, have been prepared based on the driller's field logs Proposed Water & Sewer Operations Center South Industrial Drive Fayetteville, Arkansas Project No. 39035180 January 7, 2004 1(erracan and have been modified, where appropriate, based on the results of the laboratory observation and testing. LABORATORY TESTING PROCEDURES Moisture content tests were performed on selected split -barrel samples, and Atterberg limits tests were performed on selected soil samples to aid in classification. The Atterberg limits tests indicate the plasticity of a cohesive soil and are used to approximate the soil's potential for volume change with variation in moisture content. The laboratory test results are shown on the boring logs. The soil samples were examined in our laboratory by an experienced geotechnical engineer and were classified based on the soil's texture and plasticity in accordance with the General Notes and the description of the Unified Soil Classification System (USCS) presented in Appendix B to this report. The estimated USCS group symbols are shown on the boring m. logs. SITE AND SUBSURFACE CONDITIONS The proposed site is located at the south end of South Industrial Road in the southeast portion �— of Fayetteville, Arkansas. At the time of our subsurface exploration, the project site was covered with grasses, weeds and sparse trees. A maximum difference in ground -surface ' elevations of only about 2.5 feet was measured between boring locations on the site. The subsurface soils encountered at the boring locations consist of a near -surface layer of e very soft to stiff lean clay and silty lean clay underlain by medium stiff to stiff fat clays. Beneath the fat clays, moderately weathered to slightly weathered shale was encountered in the borings at depths of about 1.5 to 6.5 feet below the ground surface. The Fayetteville ' Shale was the basal stratum encountered in all of the deeper borings. The subsurface conditions encountered at the borings are shown on the boring logs and are briefly described below. The stratification lines shown on the boring logs represent the approximate boundaries between soil and rock types; in-situ, the transition between a. materials may be gradual. I The grass/weed root zone and underlying topsoil typically extended to depths of approximately four inches below the ground surface at the boring locations. The topsoil was generally underlain by a layer of very soft to stiff lean clay and silty lean clay that extended to approximate depths of 1 to 3.5 feet below the ground surface. Standard penetration resistance N -values of 4 to 13 blows per foot were typically measured for this stratum. The 3 _ Proposed Water & Sewer Operations Center lrerracon South Industrial Drive Fayetteville, Arkansas Project No. 39035180 January 7, 2004 measured water contents of samples from this stratum ranged from 27 to 36 percent. The measured liquid limit and plasticity index of a sample of this stratum from Boring B-1 were 42 percent and 17 percent, respectively. The near -surface layer of lean clay and silty lean clay was generally underlain by a layer of medium stiff to stiff fat clay that extended to the shale at depths of 1.5 to 6.5 feet below the _ ground surface. Standard penetration resistance N -values of 4 to 14 blows per foot were typically measured for the stratum of fat clay. The measured water contents of samples from this stratum ranged from 20 to 33 percent. The measured liquid limits of three samples of this stratum from Borings 134, B-3 and B-8 ranged from 55 to 62 percent, and the measured plasticity indexes of the same samples ranged from 31 to 36 percent. - The basal stratum at this site consisted of very soft moderately weathered to medium hard slightly weathered shale belonging to the Fayetteville Shale Formation. Standard penetration resistance values of 2.1 blows per foot to 50 blows with 6 inches of penetration were measured in the upper moderately weathered zone of this stratum, and the measured water contents of samples from the moderately weathered zone ranged from 7 to 19 percent. Standard penetration resistance values of 50 blows with 1 to 4 inches of penetration were measured in the underlying slightly weathered zone, and the measured water contents of samples from this zone ranged from 3 to 8 percent. GROUNDWATER CONDITIONS Observations were made while drilling and immediately after completing the borings to evaluate groundwater conditions. As shown in the lower left corner of the boring logs, groundwater was encountered at the follow boring locations and depths: _ Location Water Level During Drilling Water Level at Completion of Drilling _ feet feet B-1 23.5 23.0 B-2 None 20.0 �- B-4 18.0 23.0 B-5 None 23.0 B -g 2.0 None Groundwater was not observed at the remaining boring locations. The groundwater level observations made during our exploration provide an indication of the groundwater conditions at the time the borings were drilled. Perched water could develop on top of the lean and fat clays, on top of the shale formation, or within the shale formation. Fluctuations in the amount of perched water present, if any, and long-term groundwater levels 4 Proposed Water & Sewer Operations Center 1rerracon South Industrial Drive Fayetteville, Arkansas Project No. 39035180 —. January 7, 2004 should be expected throughout the years depending on variations in the amount of rainfall, runoff, evaporation, and other hydrological conditions not apparent at the time the borings were drilled. The possibility of groundwater fluctuations and the presence of perched water should be considered when designing and constructing the project. Long-term monitoring in piezometers or cased holes, sealed from the influence of surface water, would be required to evaluate the potential range of groundwater conditions. ANALYSIS AND RECOMMENDATIONS Geotechnical Considerations Based on the subsurface conditions encountered at the boring locations, the proposed structures can be supported on shallow foundation systems bearing on compacted and tested fill soils. Due to the presence of relatively weak near -surface soils across the site, we anticipate that the initial stripping of unsuitable soils will extend deeper than the layer of topsoil. In addition, high plasticity clays (fat clays) with a high potential for shrinking and swelling in response to changes in moisture content are present at relatively shallow depths beneath the existing grades, and we recommend subgrade improvement prior to constructing the buildings, slab -on -grade floors and pavements over the high plasticity clays. Expansive soils are present on this site. The report provides recommendations to help mitigate the effects of soil shrinkage and expansion. However, even if these procedures are followed, some movement and cracking in the structure should be anticipated. The severity of cracking and other damage such as uneven floor slabs will probably increase if any modification of the site results in excessive wetting or drying of the expansive soils. Eliminating the risk of movement and distress may not be feasible, but it maybe possible to — further reduce the risk of movement if significantly more expensive measures are used during construction. We would be pleased to discuss other construction alternatives with you upon request. Specific recommendations regarding the design and construction of the foundations, floor slabs, and pavements, relative to the subsurface conditions encountered, are contained in the following report. General Site Preparation and Grading ` The recommendations presented below apply to site preparation and grading in the building and pavement areas and any other areas where structural fills will be constructed. Additional recommendations, specific to foundations, floor slabs, pavements and retaining walls are discussed in their. respective report sections. 5 _ Proposed Water & Sewer Operations Center 1rerracon South Industrial Drive Fayetteville, Arkansas Project No. 39035180 January 7, 2004 All surface vegetation, rootmat, topsoil, and any miscellaneous debris or remnants of past construction should be stripped from the construction areas on the site. After stripping the site and completing any cuts required to attain the desired grades or undercut depths, the exposed subgrade should be proofrolled with a rubber -tired construction vehicle weighing at least 25 tons, such as a loaded scraper or tandem -axle dump truck. The geotechnical _ engineer or representative thereof should observe subgrade performance during the proofrolling . procedure. Any soft or unstable areas identified during proofrolling should be excavated and replaced with engineered fill or stabilized in-place. Based on our experience at the site and the subsurface conditions encountered at the boring 'locations, we anticipate that the initial stripping and subsequent removal of relatively weak near -surface soils will require initial cuts to depths on the order of 0.5 feet to 2.0 feet below the existing grades. Note, however, that fat clays exposed in the subgrade may also need to be removed to deeper minimum depths below the planned finished subgrade levels for the building floor slabs and pavements, as described in the following sections of this report, to reduce the swell potential '— of the subgrade soils. Fill should be placed in loose lifts not exceeding 9 inches in thickness. The fill should be compacted with a moisture content equal to or slightly above the material's optimum moisture content. New fill should be compacted to at least 95 percent of the material's maximum laboratory dry density determined in accordance with the standard Proctor compaction test (ASTM D-698). The recommended moisture content should be maintained in the subgrade and fills, until fills are completed and floor slabs and pavements are constructed. All fill should consist of approved low volume change material having an effective plasticity index of 18 or less and containing at least 15 percent fines (material passing the No. 200 sieve, based on dry weight). Locally available clayey gravel ("hillside") material may be used for fill provided the clay fraction of the sample has a liquid limit less than 45 or has less than 35 percent passing a No. 200 sieve. Based on the laboratory tests ,performed, on-site existing native lean clay soils may be used as structural fill material at this project. However, the on-site silty lean clay and fat clay soils should not be used as compacted and tested fill, unless they can be used in the lower portions of deep fill sections, if any are proposed, where at least 4 feet ,of additional compacted and _ tested fill will be placed over the silty lean clay or fat clay fill material. Soils containing organic matter or debris should not be used as compacted and tested fill. While the silty lean clay soils and soils containing organic matter could be stockpiled and used in landscaped areas, soils containing significant amounts of clay or debris should be disposed of outside the limits of construction, and preferably offsite. Proposed Water & Sewer Operations Center 1 erracon South Industrial Drive Fayetteville, Arkansas Project No. 39035180 — January 7, 2004 .. Care should be 'taken in the design and during construction to develop and maintain rapid, positive drainage away from the exposed subgrade soils during construction and away from the finished buildings and pavements after construction. Water should not be allowed to pond adjacent to the buildings and pavements. In addition to sloping the ground surface away from these areas, establishing proper drainage in landscape areas adjacent to the buildings and pavements would reduce the potential for moisture fluctuations in the floor slab and pavement subgrade soils. Shallow Foundations The proposed structures may be supported on shallow spread footings, provided the — subgrade is improved by constructing a layer of new compacted and tested fill beneath the entire "structural area" to reduce the amount of anticipated potential heave (potential vertical rise) to an acceptable magnitude. We estimate that new compacted and tested fill extending to a minimum depth of 4 feet below the planned finished floor elevation will be required to reduce the potential vertical rise to about '/2 of an inch. The layer of new compacted and tested fill should be constructed in accordance with the recommendations in this report. The thickness of new compacted and tested fill can be achieved by excavating and replacing existing soils, raising the grades, or a combination of the two that provides new compacted — and tested fill to at least the minimum recommended depth below the finished floor. The new fill should be comprised of lean clay or clayey gravel. For the purpose of this project, the "structural area" is defined as the entire area beneath the planned building and extends beyond the outer limits of the planned foundations a minimum distance equal to the thickness of the new fill or 5 feet, whichever is greater. Footings bearing on compacted, tested and approved new fill materials can be designed using a maximum net allowable soil bearing value of 2,500 psf. Long-term movement of footing foundations, designed and constructed as recommended, could be on the order of 3/4 inch. The maximum net allowable bearing pressure is the stress that can be applied at the base of the footings in excess of the minimum surrounding overburden pressure. The net allowable bearing pressure refers to the pressure at the foundation bearing level in excess of the minimum surrounding overburden pressure. All footing excavations should be tested and approved before placing reinforcing steel or concrete. Exterior footings and footings in non -heated areas should extend at least �J inches below the final adjacent grade to provide frost protection. Continuous and isolated column footings should have minimum widths of 16 inches and 30 inches, respectively. All footing excavations should be free of loose soil, debris, and water prior to concrete placement. Concrete should 7 Proposed Water & Sewer Operations Center South Industrial Drive Fayetteville, Arkansas Project No. 39035180 January 7, 2004 1rerracon be placed as soon as possible after excavations are completed to reduce the potential for �. wetting or drying of the bearing surface. Floor Slabs Because the fat clay soils encountered at this site are subject to volume changes with variations in moisture content, we recommend that a layer of low plasticity fill be constructed to a minimum depth of 48 inches beneath the planned finished floor elevation. Immediately prior to placing aggregate base and concrete for the slab -on -grade floor, the exposed soil subgrade should be moisture conditioned and recompacted to at least 95 percent of the standard Proctor maximum dry density (ASTM D 698). Subgrade preparation and constructing new engineered fill beneath floor slabs should be performed as outlined in the "General Site Preparation and Grading" section of this report. Provided the slab is supported on the compacted and tested fill material placed in accordance with the recommendations for preparing the site for shallow foundations, the floor slab may be designed using a modulus of subgrade reaction of 150 psifin. ILUnless the floor slab is specifically designed to transfer stress between the foundation and floor slab, such as with a mat or waffle slab foundation, the floor slab should be designed to move independently of the structure with bond breakers between the floor slab and the walls and columns -i" By constructing a layer of low plasticity material immediately beneath the floor slabs, closely controlling the moisture and density of the scarified soil and new fill materials, and controlling moisture migration beneath the floor slabs, the potential for large floor slab movements should be reduced. However, because of the remaining thickness of moderate to high plasticity soils beneath the slabs, the potential for some future movement still exists. To further reduce potential slab movement, a greater thickness of low plasticity fill could be constructed beneath the slabs. We recommend compacted clay plugs be constructed in utility trenches to prevent exterior water from flowing beneath the building. The plugs should be a minimum 5 -foot long and be constructed at all locations where utility lines penetrate beneath the building. Floor slabs, constructed as outlined in this report, could experience total and differential movement on the order of 1/2 -inch. 8 Proposed Water & Sewer Operations Center Merraeon South Industrial Drive Fayetteville, Arkansas Project No. 39035180 January 7, 2004 Lateral Earth Pressure Walls with unbalanced backfill levels on opposite sides should be designed for earth pressures at least equal to those indicated in the following table. Earth pressures will be influenced by structural design of the walls, conditions of wall restraint, methods of construction and/or compaction and the strength of the materials being restrained. Two wall restraint conditions are shown. Active earth pressure is commonly used for design of free-standing cantilever retaining walls and assumes wall movement. The "at-rest' condition assumes no wall rotation and should be used for design of rigid walls with support at the top and bottom at this project. The recommended design lateral earth pressures do not include a factor of safety and do not provide for possible hydrostatic pressure on the walls. For active pressure - -i Movernent (0.002 Z to 0.004 Z) Finished For at-rest pressure - r b Grade TS Movement Assumed H (ft) Ei Z Pi y P1 ri Finished &ade 9 Proposed Water & Sewer Operations Center South Industrial Drive Fayetteville, Arkansas Project'No. 39035180 January 7, 2004 TABLE 1 EARTH PRESSURE COEFFICIENTS 1(erracon EARTH COEFFICIENT FOR EQUIVALENT SURCHARGE EARTH PRESSURE BACKFILL TYPE FLUID PRESSURE PRESSURE, P1 PRESSURE, PZ CONDITIONS (pct] (pso (psf) Active (Ka) Granular - 0.29 35 (0.29)S (35)H Silty/Lean Clay - 50 (0.42)S (50)H 0.42 At -Rest (Ko) Granular - 0.46 55 (0.46)S (55)H Silty/Lean Clay - 70 (0.58)S (70)H 0.58 Passive (Kp) Granular - 3.0 360 --- -- Silty/Lean Clay - 2.4 288 -- — Conditions applicable to the above coefficients include: • For active earth pressure, wall must rotate about base, with top lateral movements _ 0.002 Z to 0.004 Z, where Z is wall height • For passive earth pressure, wall must move horizontally to mobilize resistance. • Uniform surcharge, where S is surcharge pressure • In-situ soil backfill weight a maximum of 120 pcf • Horizontal backfill, compacted to at least 95% of standard Proctor maximum dry density • For clay backfill, wall height should not exceed 12 feet • Loading from heavy compaction equipment not included • No groundwater acting on wall • No safety factor included • Ignore passive pressure in frost zone Backfill placed against structures should consist of granular soils or low plasticity cohesive soils. For the granular values to be valid, the granular backfill must extend out from the base of the wall at an angle of at least 45 and 60 degrees from vertical for the active and passive cases, respectively. Low plasticity soils should have a maximum Liquid Limit and Plastic Index of 40 and 20, respectively. To calculate the resistance to sliding, a value of 0.35 should be used as the ultimate coefficient of friction between the footing and the underlying soil. To control the water level behind -the wall, we recommend a perimeter drain be installed at the foundation level as shown on the adjacent figure and described in the following notes. 10 If adequate drainage is not possible, the combined hydrostatic and lateral earth pressures should be calculated for granular backfill using an equivalent fluid weighing 80 and 90 pcf for active and at -rest conditions, respectively. For lean clay backfill, an equivalent Fluid weighing 90 and 100 pcf should be used for active and at -rest conditions, respectively. These pressures do not include the influence of surcharge, equipment or floor loading, which should be added. Heavy equipment should not operate within a distance closer than the exposed height of retaining walls to prevent lateral pressures more than those provided. Water proofing of the walls below the ground surface is also recommended to prevent seepage of water into the structure during heavy rains and or temporary high water table conditions that may not drain immediately. Pavements Based on assumed maximum cut and fill depths of 2 feet to develop final grades, the exposed subgrade soils are anticipated to consist of native soils comprised of silty lean clays, lean clays or fat clays or new compacted and tested fill. The silty lean clays and lean clays are subject to loss of strength when exposed to a combination of high moisture conditions and traffic loading. In addition, the fat clays are prone to shrinking and swelling in response to changes. in moisture conditions and subsequent loss of strength and stability. Therefore, we recommend that a minimum of 24 inches of new fill which satisfies the recommendations for new fill in this report, be placed and compacted as recommended in this report to prepare the pavement subgrade. For exposed subgrade areas that are too unstable to start construction of the new fill, recommendations for improving the subgrade soils are provided in the following paragraphs. 11 Proposed Water & Sewer Operations Center 1rerraeon '— South Industrial Drive ' Fayetteville, Arkansas Project No. 39035180 — January 7, 2004 ' — • Granular backfill in this case consist of ASTM C-33 No. 57 stone or equivalent. • Perforated pipe should be rigid PVC, sized to 12' — transport the expected water. • Exterior ground surface should consist of a 12 inch clay cap sloped to drain from building. •:�;^, :. rC�� The clay cap can be replaced by a pavements section e • Weep holes can be considered for retaining walls if ix• rW �; ,. the water seepage will not impact adjacent structures or pavements. If adequate drainage is not possible, the combined hydrostatic and lateral earth pressures should be calculated for granular backfill using an equivalent fluid weighing 80 and 90 pcf for active and at -rest conditions, respectively. For lean clay backfill, an equivalent Fluid weighing 90 and 100 pcf should be used for active and at -rest conditions, respectively. These pressures do not include the influence of surcharge, equipment or floor loading, which should be added. Heavy equipment should not operate within a distance closer than the exposed height of retaining walls to prevent lateral pressures more than those provided. Water proofing of the walls below the ground surface is also recommended to prevent seepage of water into the structure during heavy rains and or temporary high water table conditions that may not drain immediately. Pavements Based on assumed maximum cut and fill depths of 2 feet to develop final grades, the exposed subgrade soils are anticipated to consist of native soils comprised of silty lean clays, lean clays or fat clays or new compacted and tested fill. The silty lean clays and lean clays are subject to loss of strength when exposed to a combination of high moisture conditions and traffic loading. In addition, the fat clays are prone to shrinking and swelling in response to changes. in moisture conditions and subsequent loss of strength and stability. Therefore, we recommend that a minimum of 24 inches of new fill which satisfies the recommendations for new fill in this report, be placed and compacted as recommended in this report to prepare the pavement subgrade. For exposed subgrade areas that are too unstable to start construction of the new fill, recommendations for improving the subgrade soils are provided in the following paragraphs. 11 Proposed Water & Sewer Operations Center 1rerracon South Industrial Drive Fayetteville, Arkansas Project No. 39035180 a- January 7, 2004 Moisture sensitive lean clays and silty lean clays were encountered beneath the topsoil in most of the borings drilled for this project. These soils extended from the ground, surface to depths of 1 to 3.5 feet at the boring locations. After stripping the site and completing any. cuts required to expose the starting grades at a minimum depth of 2 feet below the planned finished subgrade elevations, the exposed starting subgrade surface should be proofrolled under the observation of the geotechnical engineer, or representative thereof, as outlined in the "General Site Preparation and Grading" section of this report. Areas exhibiting instability should be removed and replaced with engineered fill or should be stabilized with sufficient thicknesses of either select fill or chemically -stabilized material. Other aspects of preparing the subgrade, including compaction and placement of new fill, should be performed according to the recommended procedures in the "General Site Preparation and Grading" section. In order to stabilize deeper deposits.of wet, weak subgrade soils, it may be necessary to further excavate the unstable soils to depths of 3 feet or more below the planned finished subgrade level and place a bridging lift to create a stable subgrade surface on which new compacted and tested fill can be constructed. The thickness of bridging lifts is dependent on the time of year that construction is initiated and can only be addressed at the time of site grading. As an alternative, Class C Fly Ash or lime could be considered to stabilize the subgrade soils with less undercutting of the existing soils. If Class C Fly Ash or lime is used, the fly ash or lime should be mixed at least 12 inches — deep into soils exposed at the undercut depth. Subsequent fill required to reach finish subgrade elevations should be placed and compacted as recommended in the General Site Preparation and Grading section of this report. The use of Class C Fly Ash or lime can also assist in achieving acceptable moisture contents and densities during wetter periods of the year when acceptable soil moisture _ conditions and compaction are typically difficult to achieve. Using either chemical stabilization material, the effectiveness of the stabilization will be dependent on: 1) the amount of material used; 2) how thoroughly the material is mixed into the soils; and 3) compaction of the mixture within about 2 hours of adding the lime or fly ash. Assuming that the soils consist predominantly of silty lean clay and lean clay, it is estimated that 5 to 7 percent lime or 15 to 17 percent Class C Fly Ash, by weight, will be required to stabilize the on-site soils. These percentages are estimates based on previous experience with similar soils. However, the above percentages should be evaluated in the field and adjusted, if needed, to adequately lower the moisture content and plasticity of the exposed soils. 12 Proposed Water & Sewer Operations Center 1rerracon South Industrial Drive Fayetteville, Arkansas Project No. 39035180 January 7, 2004 The Class C Fly Ash or lime should be thoroughly mixed into the exposed subgrade soils to a depth of 12 inches. Mixing of the soils with a rotary -type mixer is recommended to adequately combine the additive into the existing soils. The soil/chemical additive mixture should then be compacted as recommended for new fill. If a minimum 24 -inch thick layer of new compacted and tested fill comprised of lean clay is constructed to prepare the pavement subgrade, an assumed California Bearing Ratio (CBR) value of 3 percent and an assumed modulus of subgrade reaction (k) of 150 psi/in are recommended for designing pavements for this project. If the new compacted and tested fill is specified to consist of at least 12 inches of select clayey gravel with less than 35 percent passing the No. 200 sieve or chemically modified soil, the pavements could be designed using an assumed CBR value of 5 percent and an assumed k value of 200 psi/in. All pavement surfaces should be sloped to promote rapid surface drainage. The adjacent ground surface should also be graded to prevent surface ponding on or around pavements. Poor drainage could result in subgrade saturation and loss of pavement support. Seismic Design Parameters Based on electronic data values obtained from the U.S. Geologic Survey, the maximum considered earthquake spectral response accelerations at this project site, with a 2 percent probability of exceedance in 50 years, for a short period (SS) of 0.2 seconds and a 1 -second period (S,) are 19.0 and 9.8 percent, respectively. Based on the subsurface conditions encountered at this site, we recommend that the structures be designed using Seismic Site Class C. Construction Considerations The near surface silty lean clays and lean clays are sensitive to disturbance and instability when wet or saturated and may hinder construction mobility. If these soils are present beneath the minimum recommended undercut depths for this project and wet conditions occur during construction, these soils may need to be removed and replaced with engineered fill, manipulated and dried, or stabilized in place to allow construction to proceed. Average additional undercut depths of approximately 1 to 2 feet may be required in these instances if site conditions are moist to wet. GENERAL COMMENTS Terracon should be retained to review the final design plans and specifications so comments can be made regarding interpretation and implementation of our geotechnical recommendations in the design and specifications. Terracon also should be retained to 13 Proposed Water & Sewer Operations Center lferracon South Industrial Drive Fayetteville, Arkansas Project No. 39035180 January 7, 2004 provide testing and observation during excavation, grading, foundation, and construction phases of the project. The analysis and recommendations presented in this report are based upon the data obtained -- from the borings performed at the indicated locations and from other information discussed in this report. This report does not reflect variations which may occur between borings or ac(oss the site. The nature and extent of such variations may not become evident until construction. If variations appear, it will be necessary to reevaluate the recommendations of this report. The scope of services for this project does not include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria, etc.) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is — concerned about the potential for such contamination or pollutants, other studies should be undertaken. This report has been prepared for the exclusive use of our client for specific application to the project discussed and has been prepared in accordance with generally accepted geotechnical engineering practices. No warranties, either express or implied, are intended or made. In the event that changes in the nature, design, or location of the project as outlined in this report, are planned, the conclusions and recommendations contained in this report shall not be considered valid unless Terracon reviews the changes, and either verifies or modifies the conclusions of this report in writing. 14 I— i-------------------------- B-1 / Proposed / Parking / Lot B-3 / Proposed / Water & Sewer / t9 Operations Center / B-6 / B-2 / Proposed / / Vehicle Storage / Building / .. Proposed / e"� Storage Yard B-9 B-8 / Proposed / / Covered Storage / / Building / Proposed / Pipe Storage / / B-5 Racks / L— — — — — — — — — — — — — — — — — — --- — — — — — — — — J Legend Boring Locations BORING LOCATION DIAGRAM Water & Sewer'Operations Center Fayetteville, Arkansas Client:'Cromwell Architects & Engineers ProjectMngr. KLM ProjedNo. 39035180 DesigneQ By: I re r ra c ®n Serie: NOT TO SCALE Mc ed BY KLM 5479 Haley Avenue Date: December 2003 Springdale, Arkansas 72762 Approved By: - Drawn By. rar Fite Name: 39035180 Figure No. LOG OF BORING NO. B-1 Page 1 of 1 CLIENT ENGINEER Cromwell Architects Engineers Cromwell Architects Engineers SITE PROJECT Fayetteville, Arkansas Proposed Water and Sewer Operations Center SAMPLES TESTS U DESCRIPTION p > o F p n z 2 _ ai W > z z z z o m cn Ofw �z Lu Approx. Surface Elev.: 100.5 ft w o cUn D z r o of d0 N m Qz V r o o a 0 zOf DO 4 l 4 in hes LEANTopsoICLAYl CL 1 SS 18 4 Sample 1 LL= 42 PL - 25 2 brown and tan medium stiff 98 5 FAT CLAY 2 ST 0 mottled tan and gray, stiff PI = 17 Sample 3 CH 3 SS 18 8 5 CH 4 SS 14 7 30.0 PL = 26 6.5 94.0 P1=36 - SHALE+ HS _ - moderately weathered, dark gray and tan, very soft 5 SS 18 48 13.0 _= 1-2-22-112.5 10- -HS 88.0 - SHALE+ -= slightly weathered, dark gray, medium = 15 HS -- 20 HIS _- 25—HS = 29 71.5 BOTTOM OF BORING AT 29 FEET The stratification lines represent the approximate boundary lines "CME 140H SPT automatic hammer between soil and rock types: in-situ, the transition may be gradual. 'Calibrated Hand Penetrometer WATER LEVEL OBSERVATIONS, ft 1rerracon BORING STARTED 12-20-03 WL � 23.5 WS N 23 AB -031 CMPLETDI2-20JW WL R GRI CMEO45 ATVEFFOREMANBONG WL Backfilled After Completion APPROVED KM JOB # 39035180 LOG OF BORING NO. B-2 Page 1 of 1 CLIENT ENGINEER Cromwell Architects Engineers Cromwell Architects Engineers SITE PROJECT Fayetteville, Arkansas Proposed Water and Sewer Operations Center SAMPLES TESTS DESCRIPTION m Z r 0 CL WW U = i NW 0 W >U) tzF zrn z WW W U ZZ o Cn LU o 0 f- Z } U -Approx.oSurface Elev.: 101.0 ft w o � :3z w 0r a� m ao 3 U o a z� OU) Topsoil 4 inches PA CH 1 SS 18 4 32.0 FAT CLAY mottled tan and gray, medium stiff to stiff CH 2 SS 18 7 32.0 CH 3 SS 12 5 33.0 5 96.0 5 – SHALE+ 4 SS 16 8219" 13.0 _ – moderately weathered, dark gray and tan, HS _– very soft ___8.5 92.5 – SHALE+ _– slightly weathered, dark gray, medium 10 HS — 15 HS 20 eel HS n rnin" an — 25 HS 6012" 6.0 — 29 72.0 BOTTOM OF BORING AT 29 FEET The stratification lines represent the approximate boundary lines "CME 140H SPT automatic hammer between soil and rock types: in-situ, the transition may be gradual. 'Calibrated Hand Penetrometer WATER LEVEL OBSERVATIONS, ft 1�Crr7C0�'1 BORING STARTED 12-20-03 � DRY WS 120 AB 20-03 E RGRING CMEO 5 ATVEFDOREMAN12 JW13Z Backfilled After Completion APPROVED KM JOB # 39035180 LOG OF BORING NO. -B-3 Page 1 of 1 CLIENT ENGINEER Cromwell Architects Engineers Cromwell Architects Engineers SITE PROJECT Fayetteville, Arkansas Proposed Water and Sewer Operations Center SAMPLES TESTS 0 DESCRIPTION p � o F o n z F U } (n m w > Zaw Z wH U_(D ZZ 0 UJ 0 QO � LU o Approx. Surface Elev.: 102.0 ft o D z W 'n o 3 0 D a Z D u~i TopsoLEAPT (l 4 hes CL 1 SS 12 8 28.0 CLAY 2 brown and tan stiff 100.o CH 2 SS 12 9 27.0 FAT CLAY mottled tan and gray, stiff Sample 3 CH 3 SS 12 14 5 LL=55 CH 4 SS 18 4/6" 6 96.0 PL=24 PI=31 SHALE+ HS _ – moderately weathered, dark gray and tan, __– very soft 5 SS 15 80/8" 10.0 9.5 92.5 10—HS SHALE+ _ – slightly weathered, dark gray, medium 15 HS _– 20 HS – 25-::HS 29 73.0 BOTTOM OF BORING AT 29 FEET The stratification lines represent the approximate boundary lines "CME 140H SPT automatic hammer between soil and rock types: in-situ, the transition may be gradual. `Calibrated Hand Penetrometer WATER LEVEL OBSERVATIONS, ft BORING STARTED 12-20-03 WS WL 7 s DRY AB 1-03 2-20JW BONG CMPLETIrerraconi DRY R GRI C EO45 ATVEFDOREMAN WL Backfilled After Completion APPROVED KM JOB # 39035180 LOG OF BORING NO. B-4 Page 1 of 1 CLIENT ENGINEER Cromwell Architects Engineers Cromwell Architects Engineers SITE PROJECT Fayetteville, Arkansas Proposed Water and Sewer Operations Center SAMPLES TESTS C70 DESCRIPTION > o o n z U _ w = } (n Cr W W > Zcn Z of Lu LL O ZZ X CO W OOW Approx. Surface Elev.: 103.0 ft W o W Z) Z)} z r- W W d_j (0 m QO � U Xt 0 a Z� DY) 1 SILTY LEAN CLAY 102.0-- CL 1 18 4 27.0 ' li ht brown ve soft SS FAT CLAY 2 ST 0 mottled tan and gray, medium stiff to stiff CH 3 SS 16 8 30.0 5 98.0 5 — SHALE+ 4 SS 18 21 19.0 — = moderately weathered, dark gray and tan, HS -7.5 verysoft 95.5 -- SHALE+ _— slightly weathered, dark gray, medium 5 SS 3 50/3" 6.0 10 HS _— 6 SS 4 50/4" 7.0 15 HS — 7 SS 3 50/3" 6.0 = 20 --- HS 8 SS 3 50/3" 6.0 25 HS — 29 74.0 i BOTTOM OF BORING AT 29 FEET The stratification lines represent the approximate boundary lines '"CME 140H SPT automatic hammer between soil and rock types: in-situ, the transition may be gradual. 'Calibrated Hand Penetrometer WATER LEVEL OBSERVATIONS, ft Irerracon BORING STARTED 12-20-03 WLQ 18 WS t 23 AB BORING COMPLETED 12-20-03 WL S RIG CME 45 ATV FOREMAN JW WL Backfilled After Completion APPROVED KM JOB # . 39035180 LOG OF BORING NO. B-5 Page 1 of 1 CLIENT ENGINEER Cromwell Architects Engineers Cromwell Architects Engineers SITE PROJECT Fayefteville, Arkansas Proposed Water and Sewer Operations Center SAMPLES TESTS DESCRIPTION m } W i z N Q = F- 0 m W > O ZN 0' of D ZZ OU c� Approx. Surface Elev.: 101.0 ft W o fU D Z Q. �- W Of d_j co m F- Z <0 3 u } tY '6 o a W Z �- U) iCLAYhes MA I LEAN CL 1 SS 18 7 28.0 1 1 2 brown and tan stiff 99 CH 2 SS 18 8 20.0 FAT CLAY s_s mottled tan and ra stiff 97 5 _ 3 SS 18 22 23.0 _— SHALE+ _— 5.5 moderately weathered, dark gray and tan, 95.5 ve soft 5 4 SS 12 50/6" 7.0 — _ HS SHALE+ _= slightly weathered, dark gray, medium HS — 10 15- 5 HS 6012" 4.0 20 7 HS 1 HS 25 72.0 34) BOTTOM OF BORING AT 29 FEET The stratification lines represent the approximate boundary lines "CME 140H SPT automatic hammer between soil and rock types: in-situ, the transition may be gradual. 'Calibrated Hand Penetrometer WATER LEVEL OBSERVATIONS, ft Irerracon BORING STARTED 12-20-03 WL 1 DRY WS x 23 AB 12-20-03 R GRING CME45ATVEFFOREMAN JW WL Backfilled After Completion APPROVED KM JOB # 39035180 LOG OF BORING NO. B-6 Page 1 of 1 CLIENT ENGINEER Cromwell Architects Engineers Cromwell Architects Engineers SITE PROJECT Fayetteville, Arkansas Proposed Water and Sewer Operations Center SAMPLES TESTS DESCRIPTION p ca > O a z r v a (f m> Cr zcn z w~ ~ �z U� w > w } O w .� (L a0 Ow z�. u Approx. Surface Elev.: 102.0 ft O cU) Z) z X'n m 3:0. U O n. 0 cn Topsoil 4 inches LEAN CLAY CL 1 SS 18 5 34.0 brown and tan, medium stiff to stiff CL 2 SS 18 7 32.0 3.5 98.5 FAT CLAY CH 3 SS 12 9 28.0 5 mottled tan and gray, stiff 97.0 5 BOTTOM OF BORING AT 5 FEET The stratification lines represent the approximate boundary lines —CME 140H SPT automatic hammer between soil and rock types: in-situ, the transition may be gradual. "Calibrated Hand Penetrometer WATER LEVEL OBSERVATIONS, ft lrerracon BORING STARTED 12-20-03 DRY WS DRY AB BORING EWL R CME45ATVEFDOREMAN12-20JW Backfilled After Completion APPROVED KM JOB # 39035180 LOG OF BORING NO. B-7 Page 1 of 1 CLIENT ENGINEER Cromwell Architects Engineers Cromwell Architects Engineers SITE _ PROJECT Fayetteville, Arkansas Proposed Water and Sewer Operations Center SAMPLES TESTS DESCRIPTION Q C N O a z 3 U _ > W " Z U_U m > Z(n WU oZ w (n Z } w as QO W z� a Approx. Surface Elev.: 101.5 ft o D z � W U) Co 3:0 o a � Cn Topsoil 4 inchesMA CL 1 SS 12 8 28:0 LEAN CLAY 2 brown and tan stiff 995 CH 2 SS 12 7 30.0 FAT CLAY mottled tan and gray, stiff CH 3 SS 12 9 23.0 5 96.5 5 BOTTOM OF BORING AT 5 FEET The stratification lines represent the approximate boundary lines "CME 140H SPT automatic hammer between soil and rock types: in-situ; the transition may be gradual. 'Calibrated Hand Penetrometer WATER LEVEL OBSERVATIONS, ft lrerracon' BORING STARTED 12-20-03 WL Q DRY WS s DRY AB BORING D 2 20JW GRI CICO 5 ATV FOREMAN WL Backfilled After Completion APPROVED KM JOB # 39035180 , LOG OF BORING NO. B-8 Page 1 of 1 CLIENT ENGINEER Cromwell Architects Engineers Cromwell Architects Engineers SITE PROJECT Fayetteville, Arkansas Proposed Water and Sewer Operations Center SAMPLES TESTS DESCRIPTION } � � z a = 0 m > z3: w� 0w Q ~ W 0 Wa. 0 Hz } U of 2 c� Approx. Surface Elev.: 102.0 ft o CU 7)z z} 1- T Wm SOU 0 a 7N Topsoil 4 inches LEAN CLAY CL 1 SS 18 7 28.0 brown and tan, medium.stiff to stiff CL 2 SS 12 6 36.0 3.5 98.5 CH 3 SS 18 8 4.5 FAT CLAY 97.5 mottled tan and gray,medium stiff 5 Sample 3 — LL = 60 SHALE+ PL. = 25 moderately weathered, dark gray and tan, PI = 35 e soft very BOTTOM OF BORING AT 5 FEET The stratification lines represent the approximate boundary lines "CME 140H SPT automatic hammer between soil and rock types: in-situ, the transition may be gradual. 'Calibrated Hand Penetrometer WATER LEVEL. OBSERVATIONS, ft Irerracon BORING STARTED 12-20-03 WL 9R DRY WS s DRY AB 2-20-03 R GRINCMEO45 ATVEFDOREMAN JW WBackfilled WL After Completion APPROVED KM JOB # 39035180 LOG OF BORING NO. B-9 Page 1 of 1 CLIENT ENGINEER Cromwell Architects Engineers Cromwell Architects Engineers SITE PROJECT Fayetteville, Arkansas Proposed Water and Sewer Operations Center SAMPLES TESTS DESCRIPTION JOLU co o F- O a S I N CD W o > O 'z 2W Z ZZ a o o D z w } W CL m�° Lz D o a Ow 5 of Approx. Surface Elev.: 101.0 ft (0 Topsoil 4 inches 1.5 LEAN CLAY 99.5 brown and tan stiff - CL 1 nA SS 18 13 34.0 2 SS 18 30 18.0 SHALE+ moderately weathered, dark gray and tan, 3 SS 18 90 11.0 ___5 very soft 96.0 5 BOTTOM OF BORING AT 5 FEET The stratification lines represent the approximate boundary lines "CME 140H SPT automatic hammer 'Calibrated Hand Penetrometer between soil and rock types: in-situ, the transition may be gradual. WATER LEVEL OBSERVATIONS, ft 1 ��rracon N BORING STARTED 12-20-03 s 2 WS s DRY AB F RGRING CME 5 ATVEFFOREMANI2-20JW Backfilled After Completion APPROVED KM JOB # 39035180 GENERAL NOTES DRILLING & SAMPLING SYMBOLS: Standard constituents SS: Split Spoon -1 3/8" I.D., 2" O.D., unless otherwise noted HS: Hollow Stem Auger ST: Thin -Walled Tube - 2" O.D., unless otherwise noted PA: Power Auger RS: Ring Sampler - 2.42" I.D., 3" O.D., unless otherwise noted HA: Hand Auger DB: Diamond Bit Coring - 4", N. B RB: Rock Bit BS: Bulk Sample or Auger Sample WB: Wash Boring or Mud Rotary The number of blows required to advance a standard 2 -inch O.D. split -spoon sampler (SS) the last 12 inches of the total 18 -inch penetration with a 140 -pound hammer falling 30 inches is considered the "Standard Penetration" or "N -value". WATER LEVEL MEASUREMENT SYMBOLS:. Standard constituents WL: Water Level WS: While Sampling WCI: Wet Cave in WD: While Drilling DCI: Dry Cave in BCR: Before Casing Removal AS: After Boring ACR: After Casing Removal Water levels indicated on the boring logs are the levels measured in the borings at the times indicated. Groundwater levels at other times and other locations across the site could vary. In pervious soils, the indicated levels may reflect the location of groundwater. In low permeability soils, the accurate determination of groundwater levels may not be possible with only short-term observations. DESCRIPTIVE SOIL CLASSIFICATION: Soil classification is based on the Unified Classification System. Coarse Grained Soils have more than 50% of their dry weight retained on a #200 sieve; their principal descriptors are: boulders, cobbles, gravel or sand. Fine Grained Soils have less than 50% of their dry weight retained on a #200 sieve; they are principally described as clays if they are plastic, and silts if they are slightly plastic or non -plastic. Major constituents may be added as modifiers and minor constituents may be added according to the relative proportions based on grain size. In addition to gradation, coarse-grained soils are defined on the basis of their in-place relative density and fine-grained soils on the basis of their consistency. CONSISTENCY OF FINE-GRAINED SOILS RELATIVE PROPORTIONS OF SAND AND GRAVEL Descriptive Term(s) of other Standard constituents Unconfined Penetration or < 15 Compressive N -value (SS) Modifier Strength, Qu, Psf Blows/Ft.. Consistencv < 500 <2 Very Soft 500 — 1,000 2-3 Soft 1,001 — 2,000 4-6 Medium Stiff 2,001 — 4,000 7-12 Stiff 4,001 — 8,000 13-26 Very Stiff 8,000+ 26+ Hard RELATIVE PROPORTIONS OF SAND AND GRAVEL Descriptive Term(s) of other Percent of constituents Dry Weight Trace < 15 With 15-29 Modifier > 30 RELATIVE PROPORTIONS OF FINES Descriptive Term(s) of other Percent of constituents. Dry Weight Trace < 5 With 5-12 Modifiers > 12 Form 108-9.00 RELATIVE DENSITY OF COARSE-GRAINED SOILS Standard Penetration or N -value (SS) Blows/Ft. 0-3 4-9 10-29 30-49 50+ Relative Densitv Very Loose Loose Medium Dense Dense Very Dense GRAIN SIZE TERMINOLOGY Maior Component of Sample Particle Size Boulders Over 12 in. (300mm) Cobbles 12 in. to 3 in. (300mm to 75 mm) Gravel 3 in. to #4 sieve (75mm to 4.75 mm) Sand #4 to #200 sieve (4.75mm to 0.075mm) Silt or Clay Passing #200 Sieve (0.075mm) PLASTICITY DESCRIPTION Term Plasticity Index Non -plastic 0 Low 1-10 Medium 11-30 High 30+ Irerracon UNIFIED SOIL CLASSIFICATION SYSTEM Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests" Cu a4and IsCcs36 Cu < 4 and/or 1 > Cc > 3e Fines classify as ML or MH Fines classify as CL or CH Cu i6 and IsCcs3' Cu < 6 and/or 1 > Cc > 3e Fines classify as ML or MH Fines Classify as CL or CH PI > 7 and plots on or above'A' line' PI < 4 or plots betow'A' line' Liquid limit - oven dried < 0.75 Liquid limit - not dried PI plots on or above 'A' line PI lots below'A' line Liquid limit - oven dried , A 7r Liquid limit - not dried Highly organic soils Primarily organic matter, dark in color, and organic odor "Based on the material passing the 34n. (75 -mm) sieve Bit field sample contained cobbles or boulders, or bath, add 'with cobbles or boulders, or both' to group name. cGravels with 5 to 12% fines require dual symbols: GW -GM wel4raded gravel with silt. GW -GC well -graded gravel with day, GP -GM poorly graded gravel with silt, GP -GC poorly graded gravel with day: °Sands with 5 to 12% fines require dual symbols: SW -SM well -graded sand with silt SW -SC well -graded sand with day, SP -SM poorly graded sand with silt, SP -SC poorly graded sand with day Dw = Ecu = oeolD,e = Dao xDeo FIf soil contains a 15% sand, add 'With sand' to group name. cif fines classify as CL -ML, use dual symbol GC -GM, or SC -SM. 60 50 oX. W 40 Z 30 U g 20 o_ 10 7 4 0 0 10 16 2D 30 40 6o 60 70 so 90 100 110 LIQUID LIMIT (LL) Coarse Grained Soils Gravels Clean Gravels GW Well -graded gravel' More than 50% of coarse Less than 5% fines` GM More than 50% retained traction retained on Clayey gravel'-" — on No. 200 sieve No. 4 sieve Gravels with Fines SC Clayey sand"' CL More than 12% fines` ML Silt""' Sands Clean Sands CH Fat clay"" 50% or more of coarse Less than 5% fines° OH Organic day"," Organic silt'u"A fraction passes Peat No. 4 sieve Sands with Fines More than 12% fines* — Fine -Grained Solls Silts and Clays inorganic 50% or more passes the Liquid limit less than 50 No. 200 sieve MH or ON organic ML or OL Silts and Clays Inorganic Liquid limit 50 or more organic Cu a4and IsCcs36 Cu < 4 and/or 1 > Cc > 3e Fines classify as ML or MH Fines classify as CL or CH Cu i6 and IsCcs3' Cu < 6 and/or 1 > Cc > 3e Fines classify as ML or MH Fines Classify as CL or CH PI > 7 and plots on or above'A' line' PI < 4 or plots betow'A' line' Liquid limit - oven dried < 0.75 Liquid limit - not dried PI plots on or above 'A' line PI lots below'A' line Liquid limit - oven dried , A 7r Liquid limit - not dried Highly organic soils Primarily organic matter, dark in color, and organic odor "Based on the material passing the 34n. (75 -mm) sieve Bit field sample contained cobbles or boulders, or bath, add 'with cobbles or boulders, or both' to group name. cGravels with 5 to 12% fines require dual symbols: GW -GM wel4raded gravel with silt. GW -GC well -graded gravel with day, GP -GM poorly graded gravel with silt, GP -GC poorly graded gravel with day: °Sands with 5 to 12% fines require dual symbols: SW -SM well -graded sand with silt SW -SC well -graded sand with day, SP -SM poorly graded sand with silt, SP -SC poorly graded sand with day Dw = Ecu = oeolD,e = Dao xDeo FIf soil contains a 15% sand, add 'With sand' to group name. cif fines classify as CL -ML, use dual symbol GC -GM, or SC -SM. 60 50 oX. W 40 Z 30 U g 20 o_ 10 7 4 0 0 10 16 2D 30 40 6o 60 70 so 90 100 110 LIQUID LIMIT (LL) "If fines are organic, add Wth organic fines" to group name. 1 If soil contains 2 15% gravel, add Wth gravel' to group name. J If Atterberg limits plot in shaded area, soil Is a CL -ML, silly day. Kif soil contains 15 to 29% plus No. 200, add "with sand' or "with gravel; whichever is predominant L If soil contains s 30% plus No. 200 predominantly sand, add 'sandy' to group name. M If soil contains 2:30% plus No. 200, predominantly gravel, add "gravelly' to group name. "P12 4 and plots on or above 'A' line. ° PI < 4 or plots below'A' line. PPI plots on or above'A' line. ° PI plots below 'A' line. For classification of fin&gmined Soil Classification Group Symbol Group Name' GW Well -graded gravel' GP Poorly graded gravel` GM Silly gravel'-°-" GC Clayey gravel'-" SW SP Well -graded sand' Poorly graded sand' SM Silty sand"' SC Clayey sand"' CL Lean clay""' ML Silt""' OL Organic day'L" Organic slttl' �O CH Fat clay"" MH Elastic Sitrl" OH Organic day"," Organic silt'u"A PT Peat "If fines are organic, add Wth organic fines" to group name. 1 If soil contains 2 15% gravel, add Wth gravel' to group name. J If Atterberg limits plot in shaded area, soil Is a CL -ML, silly day. Kif soil contains 15 to 29% plus No. 200, add "with sand' or "with gravel; whichever is predominant L If soil contains s 30% plus No. 200 predominantly sand, add 'sandy' to group name. M If soil contains 2:30% plus No. 200, predominantly gravel, add "gravelly' to group name. "P12 4 and plots on or above 'A' line. ° PI < 4 or plots below'A' line. PPI plots on or above'A' line. ° PI plots below 'A' line. For classification of fin&gmined sous and fins -grained fraction of coarse-gralned soils Equation of 'A' - line Jct' ,{� ' •P •J� Horizontal at PI -4 to LL=25.5. then PI=0.73 (LL -20) --•— Equation of 'U' - line Vertical at LL=16 to PI=7, - II -- -- -- ---- �Q� G� then PI -_0.9 (LL -8) MH or ON ML or OL Irerracon WATER SEWER OUTBUILDING IMPROVEMENTS ` City of Fayetteville, Fayetteville, Arkansas SECTION 00 41 13 BID FORM Contract Name: Water Sewer Outbuilding Improvements Bid Number: # 17-39, Construction — Water Sewer Outbuilding Improvements BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: REWC1H d4d moi. ARTICLE I - INTENT 2015-092 JUNE 2017 c 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the .form included in the Contract .Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. ARTICLE 2 - TERMS AND CONDITIONS 2.01 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding .Requirements within 15 days after the date of Owner's Notice of Award. 00 41 13 -Bid Form 0041 13-1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 ARTICLE 3 -. BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more dully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date g �a -17 qut-i 7 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site, and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions 00 41 13 -Bid Form 00 41 13-2' WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performing and furnishing of the Work in accordance with the times. price, and other terns and conditions of the Contract Documents. G. Bidder is aware of the general nature of work. to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract. Documents. Fl. Bidder has correlated the information known to Bidder, information and observations obiained from visits to the Site, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations; explorations, tests, studies, and data with the Contract Documents. 1. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in. conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, firm, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. 00 41 13 -Bid Form 0041 13-3 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 I_. Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. ARTICLE 4 - BID PRICE Bidder will complete the Work in accordance with the Contract Documents for the following price(s): ITEM EST. NO. DESCRIPTION UNIT QTY WIT PRICE TO'T'AL Total Bonds, Insurances & Contract I Submittals LS I 2 Mobilization LS I (Shall. not exceed 5% ofTotal Bid) v Construction required for the Addition 3 and Alterations to Vehicle Storage LS I building, and all related construction. Construction required for the Materials 4 Storage building, and all relater! LS l construction. (y TOTAL AMOUNT BID $� ARTICLE 5 - CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment witivn the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6 - BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a Cashier's Check from a financial institution located in Arkansas or a Bid Bond and in the amount of S &b ,xJ!1 Dollars (S ). 00 41 13-13id Fore, 0041 13-4 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7 - COMMUNiCAT.IONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: Phone No. 'V n o?.S/ • l :?// FAX No. e171 ARTICLE 8 - TERIMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to :Bidders will have the meanings assigned to them. ARTICLE 9 - CONTRACTOR'S ASSURANCES AND EXECUTION/SIGNATURE 9.01 Contractor's Assurances. As the authorized representative of the individual, incorporation, or corporation (hereinafter referred to as the company) bidding on or participating in the project. I certify that i have read and understand the requirements of the General and/or Supplemental Conditions and that .the principles, agents and employees of the company will comply with these requirements including all relevant statutes and regulations issued pursuant thereto. I further certify as the authorized agent of the company that: EQUAL OPPORTUNITY I will comply with all requirements of 41 CFR Chapter 60 and Executive Orders 11246 and 11375, including inclusion of all required equal opportunity clauses in each sub -contract awarded in excess of $10,000 and I will furnish a similar statement from each proposed subcontractor, when appropriate. I will also comply with all Equal Employment Opportunity requirements as defined by Section 504 of the Rehabilitation Act of 1973; the Age Discrimination Act of 1975; and Section 13 of the Federal Water Pollution Control Act Amendments of 1972 regarding sex discrimination. NONSEGREGATED FACILITIES The company that I represent does not and will not maintain any facilities provided for its employees in a segregated manner, or permit its employees to perform their services at any location under company control where segregated facilities are maintained; and that the company will obtain a similar certification prior to the award of any subcontract exceeding $10,000 which is not exempt from the equal opportunity clause. 00 41 13-13id Form 00 4 t 13-5 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 LABOR STANDARDS 1 will comply with the Labor Standards Provisions contained in the Contract Documents and furnish weekly payrolls and certifications as may be required by the City of Fayetteville to affirm compliance. i will also require that weekly payrolls be submitted to t the City of Fayetteville for all subcontracts in excess of $2,000. OSHA REQUIREMENTS I will comply with the Department of Labor Safety and Health Regulations promulgated under Section 107 of the Contract Work Hours and Safety Standard Act (40 U.S.C. 327-333) in the performance of the contract. PROCUREMENT PROHIBITIONS As required by Executive Order 11738, Section 306 of the Clean Air Act and Section 508 of the Clean Water Act, 1 certify that I will not procure goods and services from persons who have been convicted of violations of either law if the goods or services are to be produced by the facility that gave rise to the violation. DEBARMENT AND SUSPENSION f certify that to the best of my knowledge and belief that the company that I represent and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded frorn covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain. or performing a public (Federal, State, or local) transaction or contract wider a public transaction: violation of Federaf or State antitrust statutes or commission ' of embezzlement, theft, forgery, bribery,. falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification: and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification regarding debarment and suspension may ' be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $25,000. 9.02 Execution/Sig r►atures for Contractors Assurances above, Bid and total Bid Form SUBMITTED on 26 7 . Arkansas State Contractor License No. 00 41 13-13id Form 0041 13-6 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas If Bidder is: An Individual Name (type ted): By: (Individual's Signatw•e) Doing business s: Business add 0 L) Phone No.: FAX No.: A Partnership Partnership Na (Sr CAL) By: (Signature of g eral partner — attach evidence of authority to sign) Name (type or p nted). Business add s: Phone No.: FAX No.: 00 41 13-13id Form 0041 13-7 2015-092 JUNE 2017 9 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas A Corporation or LLC ccNS-riPv�r�al�0 Corporation Name: (SEAL) State State of Incorporation: /Zl�i�oitlStQi Typee�Businessrofessional, Service, Limited L,iability): By: Ci -6- (Signature - attach evidence of authority to sign) Name (type or printed): zev Title: L° 8 a (CORPORATE SEAL) Attest: 40m�606" (Signature of Corporate Secretary) Business address: 3 3 a L0, PK->AzA R ST, ST£ A P-A)L&fTE044-81 AR. '7-)-7 V3 Phone No.: �j t - 13141 FAX No.: 2,CL-13 !j 00 41 13 -Bid form END OF SECTION 00 41 13 0041 .13-8 2015-092 JUNE 2017 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 00 41 16 BID BOND KNOW ALL MEN BY THESE PRESENTS: that we as Principal, hereinafter called the Principal, and a corporation duly organized under the laws of the State of as Surety, hereinafter called Surety, are held and firmly bound unto „ City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, in the sum of Dollars ($ ), for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. J WHEREAS, Principal has submitted a Bid for: Water Sewer Outbuilding Improvements NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner 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 furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for 00 41 16 Bid Bond 0041 16-1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 which the Owner 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 day of 20_ PRINCIPAL (CORPORATE SEAL) s SURETY ATTORNEY-IN-FACT (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) END OF SECTION 00 4116 00 41 16 Bid Bond 0041 16-2 (CORPORATE SEAL) WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 00 43 00 LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for: Water Sewer Outbuilding Improvements Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name Expected Percentage and Address or Value A. MECHANICAL WORK HVAC (indicative of heating, air conditioning, and ventilating): B. PLUMBING WORK: C. ELECTRICAL WORK (indicative of wiring and illuminating fixtures): D. ROOFING & SHEET METAL (indicative of roofing application): NOTE: This form must be submitted in accordance with the Instructions to Bidders. Bidder's Signature - END OF SECTION 00 43 00 00 43 00 List of Subcontractors 004300-1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 .City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 00 52 13 AGREEMENTFORM BETWF.E,N OWNER AND COiNURACTOR Contract Name.7itle: Water Sewer Outbuilding; Improvements Contract No.: Bid 4 17-39, Construction THIS AGREEMENT is dated as of tl<e�/dday ofin thettr?0 7pb�y,and Nrween The City of Fayetteville, Arkansas an - her innttcr called'r Contractor). ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Crnitract Documents. The wort under this Contract includes. but is not limited to: New Material Storage building improvements to the Vehicle Storage building as further defined in the Contract Documents. Refer to SECTION 00 41 13 - Bid Form for quantities. ARTICLE 2 - ENGINEER. 2.01 T he Contract Documents have been prepared by CROMWELL. ARCKITECTS ENGINEERS, INC. C.ROMWELL assumes all duties and responsibilities, and has the rights and authority assigned to City of Fayetteville Utility andlor Engineering Division in the Contract Documents in connection with completion or the Wort; in accordance with the Contract Documents. ARTICLE 3 - CONTRACT TEME 3.01 TIME OF THE ESSENCE: A. All time limits for milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 00 52 13 Agreement 0052 13 - 1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkaisas JUNE 2017 3.03 C3ATi:S FOR SUBSTANTJ L COMPLETION AND FINAL PAYMENT: A. The Wonk will be Sub,tantiaily Comp)etcd, within 1 135 1 calendar days after the hate when the Contract rimes; co3*rmmice to run as provided in the GENERAL CONDITIONS, and cfxtrPIewd and raady for final payrrrent in accordance with the G.ENTRAL COND'T[O\S within L165 1 calendar days after the date when the Contract Times commence to run. 3.133 LIQUIDATED DAMAGE -S: A. Owner and Contracior recognize that time is of the essence of this Agreement and that The City ofFayetteville will suffer financial loss if the Work is not completed within the time specified above, plus any extensions thereof allowed in accordance with the GENERAL CONDITIONS. The parties alsc recognize the delays, expense, and difficulties involved in provirrT the acruat loss suffered by The City of Fayctteville- if the Work is not Snbsta►ntia'ly Completed or: time. Acccrdingly, inswad of requiring any such proof.. The City of Fayetteville and Corti actor agree that as liquidated damages for delay (but not as a penalty), Contoactor shall pay The City of Fayetteville Two Hundred. Dollars (S200?00i i"or each calendar day that expires after the time sp4xiiieti above in Paragr.ph 3.02 for Substantial Corrrpletion rurtil the 5i orT is tuf>stzn:=;a11v Csrfnplete. After Substantial Completion. if, on"raclor sha:I neglect, refuse, or fail to complete the remaining Work wit -thin tete, time specified in Paragrt;ah 3.02 for completion and readiness Rir fugal payrne-ni or any proper extension thereon granted by The City of Fayclk-uille. Contractor shall pay The City of Fayetteville. Five Hundred Dollars(S500.00) for each cidendaf day that exriires after the time sc7edfied for complerifsii mid readiness for final payment. ARTICLC 4 - CONTRACT PRICE 4.01 The CITY OF FAYET'•fL• MLLE agrees to pay, and the CONTRACTOR agrees to accept. a, full and final cotnpensatiof' for all work done under this agreement. the amount based on the prices bili 41 the Proposal (BID FORN.1) which is hereto ail ached, .[or the actual amount accomplished under each pay item, said payments to 00 52 13 Agr:erneint 00 52 1:3 - 2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. 4.03 Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCESSING OF PAYMENTS: A. Contractor shall submit Applications for Payment in accordance with the GENERAL CONDITIONS. Applications for Payment will be processed by Engineer as provided in the GENERAL CONDITIONS. 5.02 PROGRESS PAYMENTS, RETAINAGE: A. The City of Fayetteville shall make progress payments on account of the Contract Price on the basis of Contractor's Applications for Payment as recommended by Engineer, on or about the 15th day of each month during construction. All such payments will be measured by the schedule of values established in the GENERAL CONDITIONS (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage); and 00 52 13 Agreement 0052 13-3 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored, and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 2. Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. 5.03 FINAL PAYMENT: A. Upon final completion and acceptance of the Work in accordance with the GENERAL CONDITIONS, The City of Fayetteville shall pay the remainder of the Contract Price as recommended by Engineer and as provided in the GENERAL CONDITIONS. ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS 6.01 In order to induce The City of Fayetteville to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents including the Addenda and other related data identified in the Bid Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to ,the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. 00 52 13 Agreement 0052 13 - 4 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 D. Contractor has carefully studied all: (1) Reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) Reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Contract Documents with respect to Underground Facilities at or contiguous to the Site. E. Contractor has obtained and carefully studied (or assumes responsibility of having done so) all such additional supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, and furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto. F. • Contractor does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the performing and furnishing of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, 00 52 13 Agreement 0052 13 -5 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 investigations, explorations, tests, studies, and data with the Contract Documents. I. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey ,understanding of all terms and conditions for performance and furnishing of the Work. ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended, modified, or supplemented as provided in the GENERAL CONDITIONS: 1. This Agreement. 2. Exhibits to this Agreement (enumerated as follows): a. Notice to Proceed. b. Contractor's Bid. c. Documentation submitted by Contractor prior to Notice of Award. 3. Performance, Payment, and other Bonds. 4. General Conditions. ' 5. Supplementary Conditions. 00 52 13 Agreement 0052 13-6 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 6. Specifications consisting of divisions and sections as listed in table of contents of Project Manual. 7. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with each sheet bearing the following general title: Water Sewer Outbuilding Improvements 8. Addenda numbers. 9. The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the meanings stated in the GENERAL CONDITIONS. t 8.02 ASSIGNMENT OF CONTRACT: A. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 00 52 13 Agreement 0052 13 - 7 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 , City of Fayetteville, Fayetteville, Arkansas JUNE 2017 8.03 SUCCESSORS AND ASSIGNS: A. The City of Fayetteville and Contractor each binds himself, his partners, ' successors, assigns, and legal representatives to the other party hereto, its ' partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.04 SEVERABILITY: ' A. Any provision or part of the Contract Documents held to be void or ' unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon The City of ' Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and ' enforceable provision that comes as close as possible to expressing the intention of the stricken provision. ' 8.05 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom ' of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act ' (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. ' 8.06 LIENS: A. No liens against this construction project are allowed. Arkansas law (A.C.A. §§ 18-44-501 through 508) prohibits the filing of any mechanics' or ' materialmen's lieps in relation to this public construction project. Arkansas law requires and the contractor promises to provide and file with the Circuit Clerk of Washington County a bond in a sum equal to the amount of this contract. Any subcontractor or materials supplier may bring an action for non-payment or labor or material on the bond. The contractor promises to ' notify every subcontractor and materials supplier for this project of this t 00 52 13 Agreement 0052 13 - 8 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 paragraph and obtain their written ,,wk-jiowlediement of such notice prior to commencement of the work of the subcontractor or ntateriais supplier. IN WITNESS WHEREOF, The City of Fayetteville and Contractor have signed this Agreement in quadruplicate. One counterpart each has been delivered to Contractor.and Engineer. Two counterparts each has been delivered to The City of Fayetteville. All portions of the Contract Documents have been signed, initialed, or identified by The City of Fayetteville and Contractor or identified by Engineer on their behalf. This Agreement will be effective on , 2tE which is the Effective Date of the Agreement. CONTRACTOR: CITY FAYE. EV. LLE Benchmark Construction. of NWA. Inc: By: Stephen Smith .���7�,•'%•..�.•�.�gc By: Lione rclan Title: CEO Title: Nlavor (SEAL) Atte ` (SEAL) Attest. 00 52 13 Agreement 00 S' 13 - 9 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 Address for giving notices Address for giving notices _Hencbroark.Gnnstruciion of NW A -.Im -._ 113 W. mountain 51, Fayetteville, AR 72701 License No. QQU50Q18 (attach evidence of authority to sign and resoiution or other documents Agent for Service of process authorizing execution of Agreement) Sfephp—n gm6th (If Contractor is a cor)oration, .N ppro\s:d Form: attach evidence of aufhority, to sign.) B -v: Altorney For: ,e–*s �l«P 0( 5'_' 13 Agnecrnw END OF SECTION (N) 52 13 0052 13 -10 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas Mel SECTION 00 55 00 NOTICE TO PROCEED (Contractor) Contract Name/Title: Water Sewer Outbuilding Improvements Contract No: Bid # 17-39, Construction Owner: City of Fayetteville, Arkansas 2015-092 JUNE 2017 You are notified that the Contract Time(s) under the above Contract will commence to run on , 20_. By that date, you are to start performing your obligations under the Contract Documents. In accordance with the Agreement Between Owner and Contractor, the date(s) of Substantial Completion and final completion ready for final payment are , 20_ and , 20_, respectively. Before you may start any work at the Site, the General Conditions provide that you and Owner must each deliver to the other, (with copies to Engineer and other identified additional insureds) certificates of insurance, which each is required to purchase and maintain in accordance with the Contract Documents. Also before you may start any work at the Site, you must submit the following: 1. Preliminary construction progress schedule. 2. Preliminary schedule of Submittals. 3. Satisfactory evidence of insurance in accordance with the requirements of the General Conditions. 00 55 00 NOTICE TO PROCEED 00 55 00 - 1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2011 ' You are required to return an acknowledgement copy of this Notice to Proceed to the Owner. Dated this day of 720 ' OWNER By Title ' ACCEPTANCE OF NOTICE TO PROCEED CONTRACTOR By Title Date .20 Copy to Engineer (Use Certified Mail, Return Receipt Requested) END OF SECTION 00 55 00 ' 00 55 00 NOTICE TO PROCEED 005500-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas SECTION 00 61 13 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 2015-092 JUNE 2017 as Obligee, hereinafter called Owner, in the amount of $ , for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated , 20_, entered into a contract with Owner for Water Sewer Outbuilding Improvements which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice 'of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations, thereunder, the Surety may promptly remedy the default, or shall promptly: 00 61 13 Performance Bond 0061 13— 1 r WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 A. Complete the Contract in accordance with its terms and conditions, or B. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though'there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this Bond must be instituted before the expiration of two years from the date on which final payment under the Contract. falls due. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators, or successors of the Owner. Signed and sealed this day of -20— CONTRACTOR 0_ CONTRACTOR 00 61 13 Performance Bond 0061 13-2 (CORPORATE SEAL) WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SURETY COUNTERSIGNED: Resident Agent State of Arkansas By By ATTORNEY-IN-FACT (CORPORATE SEAL) (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) Approved as to Form: Attorney for END OF SECTION 00 6113 00 61 13 Performance Bond 0061 13-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 SECTION 00 61 16 LABOR AND MATERIAL PAYMENT BOND This Bond is issued simultaneously with Performance Bond in favor of Owner conditioned on the full and faithful performance of the Contract. KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligee, hereinafter called Owner, for the use and benefit of claimants as herein below defined, in the amount of $ , for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written Agreement dated , 20_, entered into a contract with Owner for Water Sewer Outbuilding Improvements contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 00 61 16 Payment Bond 0061 16-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas . 2015-092 JUNE 2017 A. A claimant is defined as one having a direct contract with the Contractor or with a Subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. B. The above named Contractor and Surety hereby jointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of 90 days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be j ustly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. C. No suit or action shall be commenced hereunder by any claimant: Unless claimant other than one having a direct contract with Principal, shall have given written notice to any two of the following: the Contractor, the Owner, or the Surety within 90 days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to Contractor, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid Project is located, save that such service need not be made by a public officer. 2. After the expiration of one year following the date on which Contractor ceased Work on the Contract, it being understood, however, that if any limitation embodied in this Bond is prohibited by any Law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such Law. 00 61 16 Payment Bond 0061 16-2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 3. Other than in' a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. D. The amount of this Bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this Bond. Signed and sealed this day of 20_ CONTRACTOR SURETY 2 00 61 16 Payment Bond 00 61 16— 3 (CORPORATE SEAL) COUNTERSIGNED: Resident Agent State of Arkansas WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 ATTORNEY-IN-FACT (CORPORATE SEAL) (This Bond shall be accompanied with Attorney -in -Fact's authority from Surety) Approved as to Form: Attorney for END OF SECTION 00 6116 00 61 16 Payment Bond 0061 16-4 I WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 00 64 00 WARRANTY BOND W and as principal ('`Principal"), as surety ("Surety"), are hereby jointly and severally held and firmly bound unto the City of Fayetteville for the payment of Dollars ($ ), subject to the terms and conditions provided herein. WHEREAS, Principal executed and entered into that certain Agreement with City of Fayetteville for BID # 17-39, Construction Water Sewer Outbuilding Improvements Dated , 2016 (the "Contract"), the provisions of which are incorporated herein by reference, and unless otherwise defined herein all defined terms used or referred to herein shall have the meaning ascribed thereto in the Contract. In addition to other obligations and liabilities, the Contract required Principal to perform the Work for the Project and to furnish this Bond to City of Fayetteville in compliance with Article 22 of the General Conditions. NOW THEREFORE, the obligations of Principal and Surety herein shall remain in full force and effect as provided herein, subject to becoming null and void upon the occurrence of either or both of the conditions that (a) Principal shall fully perform and satisfy all obligations and liabilities of Principal under the warranty and guarantee provisions of Article 29 of the General Conditions, as modified or supplemented by the Supplementary Conditions or any other applicable Contract Documents, at any time within two years after the date of.Final Acceptance or such longer period of time as may be prescribed therein (the "Warranty Period"), all of which includes without limitation either correcting the defective Work, or removing and replacing it with non -defective Work, or paying all direct, indirect or consequential costs of such correction or removal and replacement, all as provided therein, or (b) City of Fayetteville shall fail to institute a lawsuit, action or other proceeding under this Bond before the expiration of three (3) months following the end of the Warranty Period. FURTHER PROVIDED, that (a) any changes, modifications, amendments, alterations or supplementations in or to the Contract, and Contract Documents or the Work, or the giving by 00 64 00 - Warranty Bond 00 64 00-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 City of Fayetteville of any extension of time for the performance of the Contract, or any other forbearance on the part of either City of Fayetteville or Principal to the other, shall not in any way release the Principal or Surety, or either of them, from their liability hereunder, notice to the Surety of any of the foregoing being hereby waived, (b) in no event shall the aggregate liability of Surety exceed the amount set out herein, and (c) the rights and obligations hereof shall be binding upon and shall inure to the benefit of Principal, Surety, City of Fayetteville and their respective heirs, legal representatives, partners, privies, successors and assigns, provided that nothing herein shall authorize the assignment of any such rights and obligations. Date of project final completion is The bond shall be 25% of the final project value and shall effective for a period of two years. Executed on the day of 20 (Seal) Witness: ) Attest: ) (Seal) Surety END OF SECTION 00 64.00 00 64 00 - Warfanty Bond 00 64 00-2 BENCCON-01 DFRRIF ACRO CERTIFICATE OF LIABILITY INSURANCE DAT Y) 1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAMEACT BHC Insurance 5500 Euper Lane P.O. Box 3529 Fort Smith, AR 72913-3529 PHONE FAX A1C, No, Ext : (479) 452-4000 AIC, No):(479) 484-5185 E-MAIL ADDRESS: A X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE❑X OCCUR INSURERS AFFORDING COVERAGE NAIC # INSURER A: United Fire & Casualty Company 13021 60464842 INSURED INSURER B: Accident Fund Ins Co of America 10166 INSURER C: Benchmark Construction Company of NWA, Inc. 333 W. Poplar, Ste. A Fayetteville, AR 72703 INSURER D: INSURER E INSURER F: COVERAGES CFRTIFICOTF NIIMRFR• DcxnQlnkl lull Ilucco• THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXPLTR LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS-MADE❑X OCCUR 60464842 07/23/2017 07/23/2018 EACH OCCURRENCE $ 1,000,000 DAMAGE AMA PREM SETO S Ea NT aoccunte $ 100,000 MED EXP (Any oneperson) $ 5'000 PERSONAL &ADV INJURY 11000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY L.FV I JE - LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMPIOP AGG $ 2,000,000 OTHER: A AUTOMOBILE LIABILITY a EOaccideMSINGLE LIMIT $ 1,000,000 BODILY INJURY Perperson) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY X AUTOS 60464842 07/23/2017 07/23/2018 BODILY INJURY (Per accident) $ �( HIRED NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY AMAGE Per accident $ A X UMBRELLA LIABX OCCUR EACH OCCURRENCE $ 2'000'000 EXCESS LIAB CLAIMS -MADE 60464842 07/23/2017 07/23/2018 AGGREGATE S 2,000,000 DED RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY N YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A WCV6114755 07/23/2017 07/23/2018 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 500,66-0 E.L. DISEASE - EA EMPLOYE $ 500,000 E.L. DISEASE - POLICY LIMIT 500,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Water Sewer Outbuilding Improvements City of Fayetteville 113 W. Mountain St. Fayetteville, AR 72701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1601 _, Wr.u'ca 1ev rorUal ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THE AMERICAN INSTITUTE OF ARCHITECTS II*Otto, AIA Document A312 Doc ID: 017678720009 Type: LIE Kind: PERFORMANCE BOND Recorded: 10/10/2017 at 03:56:07 PM Fee Amt: $55.00 Pape 1 of 9 Hashinpton County, AR Kyle Sylvester Circuit Clerk FileB034-00000944 Performance • Bond Bond # 5529997 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Benchmark Construction of NWA, Inc. 333 West Poplar, Ste A Fayetteville, Arkansas 72703 OWNER (Name and Address): City of Fayetteville 113 W. Mountain Street Fayetteville, Arkansas 72701 SURETY (Name and Principal Place of Business).: Westfield Insurance Company P. O. Box 5001 Westfield Center, Ohio 44251-5001 CONSTRUCTION CONTRACT Date: .Amount: Three Hundred Sixty-six Thousand And No/100THS Dollars ($366,000.00) Description (Name and Location): Water and Sewer Outbuilding - City of Fayetteville, #17-39 BOND Date (Not earlier than Construction Contract- Date): Amount.: Three Hundred Sixty-six Thousand And No/100THS Dollars ($366,000.00) Modifications to this. Bond: [ None CONTRACTOR AS PRINCIPAL Company: (Corporate .Seal) Benchmark Construction of NWA, e. Signature: Name and Title: (Any additional signatures appear on page 3) SURETY A See. Page 3 Company: (Corporate .Seal ) Westfield Insu p y Signature: Name. and Title: Elizabeth A. Solomon Attorney -In -Fact (FOR INFORMATION ONLY—Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or Brown -Hiller -Clark & Associates other party): P.O: Box 3529 Cromwell Architects Fort Smith, Arkansas 72913 101 spring Street (479) 452-4000 Little Rock, AR 72201 AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 FD.: AIA 4 THE AMERICAN INSTITUTE OF ARCHITECTS; 1735 NEW YORK AVE., N.W.. WASHINGTON. D.C. 20006 A312-1984 1 THIRD PRINTING 0 MARCH 1987 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner for (fie performance of the Construction Contract, which is incorporated herein by reference. 2 If the Contractor performs the Construction Contract, the Surety and the Contractor shall have no obligation under this Bond, except to participate in conferences as provided in Subparagraph 3.1. 3 'If there is no Owner Default, the Surety's obligation under this Bond shall arise•, after: 3.1 The Owner has notified the Contractor and the Surety at its address described in Paragraph '10 below that the Owner is considering declaring a Contractor Default and has requested and attempted to arrange a conference with the Contractor and the Surety to be held not later than fifteen days after receipt of Such notice to discuss methods of performing the Construc- tion Contract. If the Owner, the Contractor and the Surety agree, the Contractor shall be allowed a reason- able time to perform the Construction Contract, but such an agreement shall riot waive the Owner's right, if any, subsequently to declare a Contractor Default; arid 3.2 The Owner has declared a Contractor Default and formally terminated the Contractor's right to complete the contract. Such Contractor Default shall not be de- clared earlier than twenty clays after the Contractor aril the Surety have received notice as provided in Sub- paragraph 3.1; and 3.3 The Owner has agreed to pay the Balance of the Contract Price to the Surety in accordance with the terms of the Construction Contract or to a contractor selected to perform the Construction Contract in accor- dance with the terms of the contract with the Owner. 4 When the. Owner has satisfied the conditions of Para- graph 3, the Surety shall promptly and at the Surety's ex- pense take one of the following actions: 4.1 Arrange for the Contractor, with consent of the Owner, to perforin and complete the Construction Contract; or 4.2 Underlake to perform and complete the Construc- tion Contract itself, through its agents or through inde- pendent contractors; or 4.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract for performance and completion of the Cor1- struction Contract, arrange for a contract to be pre- pared for execution by the Owner and the contractor selected with the Owner's concurrence, to be secured with performance and payment bonds exec tiled by a qualified surety equivalent to the bonds issued on the Construction Contract, and pay to the Owner the amount of damages as described in Paragraph 6 in ex- cess of the Balance of the Contract Price incurred by the: Owner resulting from the Contractor's default; or 4.4 Waive its right to perform arid complete, arrange for completion, or obtain a new contractor and with reasonable promptness under the circumstances: 1 After investigation, determine, the amount for which it may be liable to the Owner and, as soon as practicable after the amount is dr.ter- mined, tender payment therefor to the Owner; or .2 Deny liability in whole or in part arid notify Ilse Owner citing reasons therefor. 5 If the Surety does not proceed as provided in Paragraph 4 with reasonable promptness, the Surety shall be dt,enied to be in default on this Bond fifteen days after receipt of an additional written notice from the Owner to the Surely demanding that the Surely perform its obligations under this Bond, and the Owner shall be entitled to enforce any remedy available to the Owner. If the Surety proceeds as provided in Subparagraph 4.4, and the Owner refuses the payment tendered or the Surety has denied liability, in whole or in part, without further notice the Owner shall be entitled to enforce any remedy available to the Owner. 6 After the Owner has terminated the Cori Iracto,r'S right to complete the Construction Contract, and if the Surety elects to act under Subparagraph 4.1, 4.2, or 4.3 above, then the responsibilities of the Surety to the O\vner shall not be greater than those of the Contractor under the Construction Contract, and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract. To the: limil of the amount of this Bond, but subject to commitment by tale Owner of the Balance of the Contract Price to mitigation of costs and damages on the Construction Contract, the Sure- ty is obligated without duplication for: 6.1 The responsibilities of the Contractor for correc- tion of defective work and completion of the. Construc- lion Contract; 6.2 Additional legal, design professional and delay costs resulting from the: Contractor's Default, and re- sulting from the actions or failure to act Of the Surety under Paragraph 4; and 6.3 Liquidated damages, or if no liquidated clamiges are specified in the Construction Contract, actual dam- ages caused by delayed performance or non-perfor- mance of the Contractor. 7 The Surety shall not. be liable to the Owner or others for obligations of the Contractor that are unrelated to the Con- struction Contract, and the Balance of the Contract Pricer shall not be reduced or set off on account of any such unrelated obligations. No right of action shall accrue can this Bond to any person or entity other than the Owner or its heirs, executors, administrators or successors. 8 The Surety hereby waives notice of any change, includ- ing changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obliga- lions. 9 Any proceeding, legal or equitable, under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located arid shall be instituted within two years after Contractor Default or within two years after the contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond, whichever oc- curs first. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation avail - AIA DOCUMENT A312 • PERFORMANCL BOND AND PAYMIXF BOND • DECEMBER 19134 Ela. • AIA .a THE A,ti1ERICAN INs'rTun Of ARCHITECTS, 17.35 NEW YORK AVE.. N.W.. WASHINCTC7N. D.C. 20006 A312-1984 2 1HIRD PRINIIN6 • MARCH 1987 r able to sureties as a defense in the jurisdiction of the suit shall be applicable. 10 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the 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: CONTRACTOR AS PRINCIPAL Company: Signature: Name and Title: Address: (Corporate Seal) 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. SURETY Comliany: Signature: Name and Title: Address: (Corporate Seal) AIA .DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. v AIA <9?V. 'iHE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE., N.W., WASH INGTON..D.C. 20006 A312-1984 3 THIRD PRINTING • MARCH'1987 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 02115117, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney POWER NO. 0320052 04 Westfield Insurance Co. Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company' and collectively as "Companies,' duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAM B. HILLER, LARRY R. CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCI L HILLER, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, SARAH K. DAY, MARY ANN JUSTICE, JOINTLY OR SEVERALLY of FORT SMITH and State of AR its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship----------------------------------- -- ----- ---- -- ------- - --- -- - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 15th day of FEBRUARY A.D., 2017 ,r•u.w, •.. u n un. y Corporate o"~ ~"'e •' a•••"'"""N,", Seals�asgR't'�C�`, `��oNA( /L� 1 WESTFIELD INSURANCE COMPANY o.•""""'-•,R •�•<'•'' :SG=:"!�fc4,,� WESTFIELD NATIONAL INSURANCE COMPANY Affixed v: .oi► p s O: •-, p .. o • •�► OHIO FARMERS INSURANCE COMPANY 1! SEAL i-0 ; N; SEAL.m= 1e4e ;'a ° • State of Ohio ......Dennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 15th day of FEBRUARY A.D., 2017 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal a\ A L '". Affixed ,�: ' O�;i�%SFy :�...... a Ir State of Ohio '_ N J. qwO County of Medina ss.: A �`��; % e OF�, David A. Kotnik, Attorney at Law, Notary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Wit, Ess Whe'rei;f,l have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of t' -yAD" ' , fJl� '.. - .. NA ,pa •.y, ' �l1s... t;vc� _. , `' P(�n .. /NSG ; , , • •, ~: �� "� :� acn• SEAL. `.0C) 1848 � ,'•gi........... BPOAC2�(60mbi ied) (06-02) i Sacretary Frank A. Carrino, Secretary i Sacretary Frank A. Carrino, Secretary THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A312 Payment .Bond Bond # 5529997 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural. where applicable. CONTRACTOR (Name and Address): Benchmark Construction of NWA, Inc. 333 West Poplar, Ste A Fayetteville, Arkansas 72703 OWNER'(Name and Address): City of Fayetteville 113 W. Mountain Street Fayetteville, Arkansas 72701 CONSTRUCTION CONTRACT Date: SURETY (Name and Principal Place bl' Business): Westfield Insurance Company P. O. Box 5001 Westfield Center, Ohio 44251-5001 Amount: Three Hundred Sixty-six Thousand And No/100THS Dollars ($366,000.00) Description (Name and Location): Water and Sewer Outbuildings- City of Fayetteville, 17-39 BOND Date (Not earlier than Construction Contract Date): Amount: Three Hundred Sixty-six Thousand And No/100THS Dollars ($366,000.00) Modifications, to this Bond: 0 None CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) Benchmark Construction of NWA, Inc. Signature: Name and Title: (Any additional signatures appear on page 6) CA See Page 6 " SURETY " Company: (Corporate Seal) Westfield Insura ompany Signature:' Name and Title Elizallfeth A. Solomon Attornev-In-Fact (FOR INFORMATION ONLY—Name, Address .and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or Brown -Hiller -Clark & Associates other party): P.O. Box 3529 Cromwell Architects Fort Smith, Arkansas 72913 (479)452-4000 , AIA DOCUMENT A312 • PERFORMANCE BOND AND PAYMENT BOND • DECEMBER 1984 ED. AIA 0 THE AMERICAN INSTITUTE OF ARCHITECTS, 17:35 NEW YORK AVE., N.W., WASHINGTON, D.C. 20006 A312 -19M 4 THIRD PRINTING • MARCH 1987 1 The Contractor and the Surety, jointly and severally, bind themselves, their heirs, executors, administrators, successors and assigns to the Owner to pay for labor, materials and equipment furnished for use in the perfor- mance of the Construction Contract, which is incorpo- rated herein by reference. 2 With respect to the Owner, this obligation shall be null and void if the Contractor: 2.1 Promptly makes payment, directly or indirectly, for all sums due Claimants, and 2.2 Defends, indemnifies and holds harmless the Owner from claims, demands, liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment fur- nished for use in the performance of the Construction Contract, provided the Owner has promptly notified the Contractor and the Surety (at the address described in Paragraph 12) of any claims, demands, liens or suits and tendered defense of such claims, demands, liens or suits to the Contractor and the Surety, and provided there is no Owner Default. 3 With respect to Claimants, this obligation shall be null and void if the Contractor promptly makes pay- ment, directly or indirectly, for all sums due. 4 The Surety shall have no obligation to Claimants under this Bond until: 4.1 Claimants who are employed by or have a direct contract with the Contractor have given notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and, with substantial accuracy, the amount of the claim. 4.2 Claimants who do not have a direct contract with the Contractor: .1 Have furnished written notice to the Con- tractor and sent a copy, or notice thereof, to the Owner, within 90 days after having last performed labor or last furnished materials or equipment included in the claim stating, with substantial accuracy, the amount of the claim and the name of the party to whom the materials were furnished or supplied or for whom the labor was done or performed; and .2 Have either received a rejection in whole or in part from the Contractor, or not. received within 30 days of furnishing the above no- tice any communication from the Contractor by which the Contractor has indicated the claim will be paid directly or indirectly; and .3 Not having been paid within the above 30 days, have sent a written notice to the Surety (at the address described in Paragraph 12) and sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this Bond and enclosing a copy of the previous written notice furnished to the Contractor. S If a notice required by Paragraph 4 is given by the Owner to the Contractor or to the Surety, that. is suffi- cient compliance. 6 When the Claimant has satisfied the conditions of Paragraph 4, the Surety shall promptly and at the Surety's expense take the following actions: 6.1 Send an answer to the Claimant, with a copy to the Owner, within 45 days after receipt of the claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed. 6.2 Pay or arrange for payment of any undisputed amounts. 7 The Surety's total obligation shall not exceed the amount of this Bond, and the amount: of this Bond shall be credited for any payments made in good faith by the Surety. 8 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the perfor- mance of the Construction Contract and to satisfy claims, if any, under any Construction Performance Bond. By the Contractor furnishing and the Owner accepting this Bond, they agree that all funds earned by the�Cbntractor in the performance of the Construction Contract. are dedicated to satisfy obligations of the Contractor and the Surety under this Bond, subject to the Owner's prior- ity to use the funds for the completion of the work. 9 The Surety shall not be liable to the Owner, Claimants or others for obligations of the Contractor that are unrelat- ed to the Construction Contract. The Owner shall not be liable for payment Of any costs or expenses of any Claim- ant under this Bond, and shall have under this Bond no obli- gations to make payments to, give notices on behalf of, or otherwise have obligations to Claimants under this Bond. 10 The Surety hereby waives notice of any change, including changes of time, to the Construction Contract or to related subcontracts, purchase orders and other obligations. 11 No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent juris- diction in the location in which the work or part of the work is located or after the expiration of one year from the date (1) on which the Claimant gave the notice required by Subparagraph 4.1 or Clause 4.2.3, or (2) on which the last labor or service was performed by anyone or the last mate- rials or equipment were furnished by anyone under the Con- struction Contract., whichever of (1) or (2) first occurs. If the provisions of this Paragraph are void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. 12 Notice to the Surety, the Owner or the Contractor shall be mailed or delivered to the address shown on the signature page. Actual receipt of notice by Surety, the Owner or the Contractor, however accomplished, shall be sufficient compliance as of the date received at the address shown on the signature page. 13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that: this AIA DOCUMENT A312 • PERFORMANCE. OONO ANI:) PAYMENI' BOND • UECFMBER'1984 F.n • AIA`" THF. AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVE.. N W, WASH INCI'ON. D(:.:OIN)b A312-1984 5 THIRD PRINTING; • MARCH 1987 Bond shall, -.be construed as. a: statutory.bond and -not as a :common .law bond.. by any person orlen'ti'tyappearg to be 14 '.Upon request Iina potential benefitiar„y- of this Bond, the Contractor shall promptly4urnish a copy of this Bond or shall.permit a copy to be rhA&. IS .DEFINITIONS' 115A Claimant ..Ah.individual orentity having .a.ditet.t :contraciwith the.Coin'lractor:orwith a subcontractor of, the Contractor to furnish labor, materials :equip- mentor - for use in't.he, p"Of6ermance, bf1he Contract.. Th" intent Of this Bond shall -be to includewi I thout lim , ita- ti Oh:in the -terms "labor, materials be equipment" that part.of water, -gas, power, Jight*j heat, oil, gasoline, felepho-fie. service Or. rental equipment used z in the. MODIFICATIONS TO THIS BOND -ARE "AS FOLLOWS:: See Attached A312 Payment Bond Rider Construction Contract,,zarchitect,ural:And engineeri.ng services; required for performance of:.t.he work -of .the Cont ractor:'and the Contractor's subconwactors',.and all oth * ee items Tis �fbe Which, a rnecha'niCs *lien :may be. -.'th' asserted ine'ju*risdi'ct'ion-wh*ere*'the labor*, materials Or equipment were f6rni.shed. 15.2 Cons'truction..Cont'ratt;'The.agreenieht . between .the Owner and the!`Contr"ct6r'i&n'tified on :the: sig= naturepage, including all Contract.. Documents and changes thereto: - 15, 3. Ownerbeiaultjzil. . luwO'f.the:0wn.er, WhIcKbas neither' bL ien :remedied nor :Wa ived, to' pay thC e on- the,(66struc'tibn Contrac I t.or IQ perform and'complet:e or comply with the other terms thereof. (Space is provided below for 'add it ibnal'sigpzit Li res. of added parties;other than those appearing on,:the cover CONTRACTOR AS PRINCIPAL SURETY Cornpariy-; .(Corporate Seal) Company:; (Corporaie.5real). Signature - Name and Title:. Address: ,.Signature.-, Name and' itle-.; Address: AIA DOCUMENT A312.- PEOORMANCE BOND AND.:PAYM NT :BOND e DECEMBER !-9a4..ED ;!- AIA 6 THE:AMEMCAN INSTITUTE OF ARCHITECTS, 1 735: NEW YORK AVE., N.W.', WASHINGTON, U.C. 20006 A312 -19M 6 THIRD PRINTING MARCH 1987 Bond # 5529997 A312 PAYMENT BOND RIDER This rider amends the provisions of the A312 Payment Bond as follows: Paragraph 5 is deleted in its entirety. Paragraph 6 is deleted in its entirety and replaced with the following: 6. When the Surety has received'Notice as required in Paragraph 4 above, the Surety shall take the following action; 6.1) Send an acknowledgment letter to the claimant, with a copy to the Owner, requesting information and documentation necessary to investigate the claim. 6.2) As soon as reasonably practical under all circumstances, and after having received the requested documentation from the claimant, including a properly executed Affidavit of Claim, advise the claimant of the status of the claim. No provision of this bond shall be interpreted to waive or discharge any right or defense of the Surety or the Contractor. No action or failure to act by the Surety or the contractor shall be considered to be a n admission of liability or a waiver of the Contractor or Surety's right to dispute a claim in whole or in part. BD 5971A (01-08) THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 02/15117, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED COPY POWER NO. 0320052 04 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company' and collectively as "Companies,' duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint SAM B. HILLER, LARRY R. CLARK, JANICE A. BUTLER, SCOTT R. CLARK, MARTY C. CLARK, VICCI L. HILLER, SHANNON C. SCHMIDLY, ELIZABETH A. SOLOMON, SARAH K. DAY, MARY ANN JUSTICE, JOINTLY OR SEVERALLY of FORT SMITH and State of AR its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - - -- LIMITATION: .LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUARANTEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' (Each adopted at a meeting held on February S, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 15th day of FEBRUARY A.D., 2017 w•,nw1 Corporate •'" e, Seals � ' #a VR��!C�°,i `�P��nNA�I�N "'' WESTFIELD INSURANCE COMPANY "'••, .���:• ''"� ;SL': ,' WESTFIELD NATIONAL INSURANCE COMPANY Affixed `v; .ea. o ; o; P'- i►?• •a '•.ce^''= OHIO FARMERS INSURANCE COMPANY . �Z.•`�`s!_.3 Eni� SE .r: AL •n E i4as u►�; .s. fes: ' y=. 1848 °a % , ..• /` By State of Ohio ""'••.•......,,, Dennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 15th day of FEBRUARY A.D., 2017 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial♦«,,,.«,w.,,,N��� Seal Affixed State of Ohio - - County of Medina ss.: A QTf OF David A. Kotnik, Attorney at Law, Notary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In ,Witness Whereof'%I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of A.D.; ••,,.M.•....y„�q ”' ,,,,,,u 4iu y, .wr III `asuR�pc y NAL ',tis , INS ail S,Q �� `�z = _ e�,•'LNI►RTifIPEp •� {ft, ,• SEAL o: 's= 184 •• 'moi . . , l BPOAC2 (combined) (06-02) •t•v�'� secretary Frank A. Carrino, Secretary WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 00 73 00 GENERAL CONDITIONS TABLE OF CONTENTS ARTICLE 1 - DEFINITIONS AND TERMINOLOGY.......................................................1 1.01 CONTRACT DOCUMENTS: .............................................................................................. 1 1.02 DEFINITIONS: .................................................................................................................... 1 1.03 TERMINOLOGY: ................................................................................................................ 4 ARTICLE 2 - PRELIMINARY MATTERS..........................................................................5 2.01 DELIVERY OF BONDS: ................................ : .................................................................... 5 2.02 COPIES OF DOCUMENTS: ............................................................................................... 5 2.03 COMMENCEMENT OF CONTRACT TIMES; NOTICE TO PROCEED: ........................... 5 2.04 STARTING THE PROJECT: .............................................................................................. 5 2.05 BEFORE STARTING CONSTRUCTION: .......................................................................... 5 2.06 PRECONSTRUCTION CONFERENCE: ............................................................................ 6 2.07 FINALIZING SCHEDULES: ............................................................................................... 6 ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE ...............6 3.01 INTENT: .............................................................................................................................. 6 3.02 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS: ................................. 7 3.03 OWNERSHIP AND REUSE OF DOCUMENTS: ................................................................. 7 ARTICLE 4 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; ARTICLE 5 - BONDS AND INSURANCE.........................................................................10 5.01 PERFORMANCE AND OTHER BONDS: ........................................................................ 10 5.02 INSURANCE: ..................................................................................................................... 11 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES...................................................16 6.01 SUPERVISION AND SUPERINTENDENCE: .................................................................. 16 00 73 00 General Conditions 00 73 00 TOC REFERENCE POINTS...................................................................................8 4.01 AVAILABILITY OF LANDS: ............................................................................................... 8 4.02 UNFORESEEN SUBSURFACE CONDITIONS: ................................................................ 8 4.03 PHYSICAL CONDITIONS - UNDERGROUND FACILITIES: ............................................ 8 4.04 REFERENCE POINTS: ...................................................................................................... 9 4.05 ASBESTOS, PCBS, PETROLEUM, HAZARDOUS WASTE, OR RADIOACTIVE MATERIAL: ........................................................................................................................ 9 ARTICLE 5 - BONDS AND INSURANCE.........................................................................10 5.01 PERFORMANCE AND OTHER BONDS: ........................................................................ 10 5.02 INSURANCE: ..................................................................................................................... 11 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES...................................................16 6.01 SUPERVISION AND SUPERINTENDENCE: .................................................................. 16 00 73 00 General Conditions 00 73 00 TOC WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 6.02 LABOR, EQUIPMENT, AND MATERIALS: ..................................................................... 17 6.03 ADJUSTING PROGRESS SCHEDULE: .......................................................................... 17 6.04 SUBSTITUTES OR "OR PRE -APPROVED EQUAL" ITEMS: ........................................ 18 6.05 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS: ........................... 19 6.06 PATENT FEES AND ROYALTIES: .................................................................................. 20 6.07 PERMITS: ......................................................................................................................... 20 6.08 LAWS AND REGULATIONS: .......................................................................................... 21 6.09 TAXES: ............................................................................................................................. 21 6.10 USE OF PREMISES: ........................................................................................................ 21 6.11 RECORD DOCUMENTS: ................................................................................................. 22 6.12 SAFETY AND PROTECTION: ......................................................................................... 22 6.13 EMERGENCIES: ................. ............................................................................................. 23 6.14 SUBMITTALS: .................................................................................................................. 23 6.15 CONTINUING THE WORK: ...................................................... I ....................................... 24 6.16 INDEMNIFICATION: ......................................................................................................... 24 ARTICLE 7 - OTHER WORK.............................................................................................25 7.01 RELATED WORK AT SITE: ............................................................................................. 25 7.02 COORDINATION: ............................................................................................................. 25 ARTICLE 8 - OWNER'S RESPONSIBILITIES.........................................:......................26 8.01 COMMUNICATIONS: ....................................................................................................... 26 8.02 CHANGE OF ENGINEER: .............................................................................................. 26 8.03 REQUIRED DATA: ........................................................................................................... 26 8.04 LANDS AND EASEMENTS: ........................................... : ................................................ 26 8.05 INSURANCE: .................................................................................................................... 26 8.06 CHANGE ORDERS: ......................................................................................................... 26 8.07 INSPECTIONS AND TESTS: ........................................................................................... 26 8.08 STOPPING THE WORK: .................................................................................................. 26 8.09 LIMITATIONS ON OWNER'S RESPONSIBILITIES: ....................................................... 26 ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION .............................26 9.01 OWNER'S REPRESENTATIVE: .......................... I ............................................................ 26 9.02 VISITS TO SITE: ............................................................................................................... 27 9.03 PROJECT REPRESENTATION: ...................................................................................... 27 9.04 CLARIFICATIONS AND INTERPRETATIONS: .............................................................. 27 9.05 AUTHORIZED VARIATIONS IN WORK: ......................................................................... 27 9.06 REJECTING DEFECTIVE WORK: ................................................................................... 27 00 73 00 General Conditions 0073 00 TOC WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 9.07 SUBMITTALS, CHANGE ORDERS, AND PAYMENTS: ................................................. 28 9.08 DETERMINATIONS FOR UNIT PRICES: ........................................................................ 28 9.09 DECISIONS ON DISPUTES: ............................................................................................ 28 9.10 LIMITATIONS ON ENGINEER'S RESPONSIBILITIES: .................................................. 29 ARTICLE 10 - CHANGES IN THE WORK.........................................................................29 10.01 GENERAL: ....................................................................................................................... 29 ARTICLE 11 - CHANGE OF CONTRACT PRICE......................:.....................................30 11.01 GENERAL: ....................................................................................................................... 30 11.02 COST OF THE WORK: ..................................................................................................... 31 11.03 CONTRACTOR'S FEE: .................................................................................................... 33 11.04 CASH. ALLOWANCES: .................................................................................................... 34 11.05 UNIT PRICE WORK: ........................................................................................................ 34 11.06 RIGHT OF AUDIT: ............................................................................................................ 34 ARTICLE 12 - CHANGE OF CONTRACT TIMES............................................................35 12.01 GENERAL: ........................................................................................................................ 35 ARTICLE 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; 00 73 00 General Conditions 00 73 00 TOC CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK............................................................................................................36 13.01 WARRANTY AND GUARANTEE: ................................................................................... 36 13.02 ACCESS TO THE WORK: ............................................................................................... 36 13.03 TESTS AND INSPECTIONS: .............................. ............................................................ 36 13.04 DEFECTIVE WORK: ........................................................................................................ 37 13.05 UNCOVERING WORK: ..................................................................................................... 37 13.06 OWNER MAY STOP THE WORK: .................................................................................... 38 13.07 CORRECTION OR REMOVAL OF DEFECTIVE WORK: ............................................... 38 13.08 TWO-YEAR WARRANTY AND CORRECTION PERIOD: .............................................. 38 13.09 ACCEPTANCE OF DEFECTIVE WORK: ........................................................................ 38 13.10 OWNER MAY CORRECT DEFECTIVE WORK: ............................................................. 39 ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION ........................39 14.01 SCHEDULE OF VALUES: ................................................................................................ 39 14.02 APPLICATION FOR PROGRESS PAYMENT: ................................................................ 39 14.03 CONTRACTOR'S WARRANTY OF TITLE: ................................................ 40 14.04 REVIEW OF APPLICATION FOR PROGRESS PAYMENT: .......................................... 40 14.05 SUBSTANTIAL COMPLETION: ...................... ......... *,***********, ....... ************,*, ....... 41 14.06 PARTIAL UTILIZATION: .................................................................................................. 42 00 73 00 General Conditions 00 73 00 TOC WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 14.07 FINAL INSPECTION: ........................................................................................................ 43 14.08. FINAL APPLICATION FOR PAYMENT: .......................................................................... 43 14.09 FINAL PAYMENT AND ACCEPTANCE: ......................................................................... 44 14.10 CONTRACTOR'S CONTINUING OBLIGATION: ............................................................ 44 14.11 WAIVER OF CLAIMS: The making and acceptance of final payment will constitute:44 14.12 INTEREST:. NOT APPLICABLE.....................................................................................45 ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION...................................45 15.01 OWNER MAY SUSPEND WORK: ................................................................................... 45 15.02 OWNER MAY TERMINATE: ............................................................................................. 45 15.03 CONTRACTOR MAY STOP WORK OR TERMINATE: ................................................... 46 ARTICLE 16 - RESOLUTION OF DISPUTES....................................................................46 16.01 RESOLUTION OF CLAIMS AND DISPUTES..................................................................46 ARTICLE 17 - MISCELLANEOUS......................................................................................47 17.01 GIVING NOTICE: .............................................................................................................. 47 17.02 COMPUTATION OF TIME: .............................................................................................. 47 17.03 CLAIMS, CUMULATIVE REMEDIES: .............................................................................. 47 17.04 FREEDOM OF INFORMATION ACT: .............................................................................. 48 00 73 00 General Conditions 00 73 00 TOC WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 This document is based upon Engineers Joint Contract Documents Committee "Standard General Conditions of the Construction Contract," with modifications. ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 1.01 CONTRACT DOCUMENTS: A. The Contract Documents establish the rights and obligations of the parties and shall consist of the documents listed in SECTION 00500, AGREEMENT. B. Reports and drawings of subsurface and physical conditions and approved Submittals by Contractor are not Contract Documents. C. Only printed or hard copies of items listed in subparagraph 1.01 A are Contract Documents. Files in electronic media format of text, data, graphics, and the like that may be furnished by Owner to Contractor are not Contract Documents. 1.02 DEFINITIONS: ,A. Wherever used in these General Conditions or elsewhere in the Contract Documents, the following terms have the meanings indicated below, which are applicable to both the singular and plural thereof. 1. "Addenda" - written or graphic changes or interpretations of the Contract Documents issued by Owner prior to the opening of Bids. 2. "Agreement" - the written agreement between Owner and Contractor covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. 3. "Application for Payment" - the form acceptable to Engineer which is to be used by Contractor during the course of the Work in requesting progress and final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. "Asbestos" - any material that contains more than I% asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 1 5. "Bid" - the formal offer of the Bidder submitted on the prescribed Bid Form together with the required Bid security and all information submitted with the Bid that pertains to performance of the Work. 6. "Bidder" - any person, firm, or corporation submitting a Bid for the Work or their duly authorized representatives. 7. "Change Order" - a written document signed by Owner and Engineer authorizing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued on or after execution of the Agreement. 9. "Contract Drawings" - drawings and other data designated as Contract Drawings prepared by Engineer for this Contract which show the character and scope of the Work to be performed and are referred to in the Contract Documents. 9. "Contract Price" - the total monies payable to Contractor under the Contract Documents as stated in the Agreement. 10. "Contract Times" - the number of days or the dates stated in the Agreement to: (i) achieve Substantial Completion; and (ii) complete the Work so that it is ready for final payment as evidenced by Engineer's written recommendations of final payment. 00 73 00 General Conditions 00 73 00 — 1 C WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 11. "Contractor" - the person, firm or corporation with whom Owner has entered into the Agreement. . 12: "Date of Contract", "Effective Date of the Agreement" - the date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 13. "Engineer" or "Engineer -Architect" - Architect, engineer, or other licensed professional who is either employed or has contracted with Owner to serve in a design capacity and whose consultants, members, partners, employees, or agents have prepared and sealed the Drawings and Specifications. 14. "Engineer's Consultant" - an individual or entity having a contract with Engineer to furnish services as Engineer's independent professional associate or consultant with respect to the Project. 15. "Equipment" - a product with operational or nonoperational parts, whether motorized or manually operated, that requires service connections, such as wiring or piping. 16. "Field Order" - a written order issued by Engineer which orders minor changes in the Work in accordance with Paragraph 9.05 but which does not involve a change in the Contract Price or the Contract Times. 17. "General Requirements" - Sections of DIVISION 1 of the Specifications. The General Requirements pertain to all sections of the Specifications. 18. "Hazardous Waste" - the term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) 'as amended from time to time. 19. "'Law" - law of the place of the Project which shall govern the performance hereunder. 20. "Laws and Regulations," "Laws or Regulations" - laws, rules, regulations, ordinances, codes and/or orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 21. "Lien" - charges, security interests, or encumbrances on Project funds, real property, or personal property. 22. "Materials" - products substantially shaped, cut, worked, mixed, finished, refined, or otherwise fabricated, processed, or installed to form a part of the Work. 23. "Notice of Award" - the written notice by Owner to the apparent successful Bidder stating that upon compliance by the apparent successful Bidder with the conditions precedent enumerated therein, within the time specified, Owner will sign and deliver the Agreement. 24. "Notice to Proceed" - the written notice by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform Contractor's obligation under the Contract Documents. 25. "Owner" - the City of Fayetteville, Arkansas, a constitutionally chartered municipal corporation , with which the Contractor has entered into the Agreement and for whom the Work is to be provided. 26. "Partial Utilization" - placing a portion of the Work in service for the purpose for which it is intended (ora related purpose) before reaching Substantial Completion of all the Work. 27. "PCBs" - Polychlorinated biphenyls. 28. "Petroleum" - petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60° Fahrenheit and 00 73 00 General Conditions 007300-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Wastes and crude oils. 29. ."Program Manager" —NOT USED. 30. "Project" - the total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 31. `Project Manual" - The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents.. 32. "Radioactive Material" - source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 33. "Resident Project Representative" - the authorized representative of Engineer who is assigned to the construction Site or any part thereof. 34. "Reference Drawings" - drawings not specifically prepared for, nor a part of, this Contract, but which contain information pertinent to the Work. 35. "Samples" - physical examples of Equipment, Materials, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 36. "Shop Drawings" - all drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 37. "Site" - lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor. 38. "Specifications" - those portions of the Contract Documents consisting of written technical descriptions of the Work, and covering the Equipment, Materials, workmanship, and certain administrative details applicable thereto. 39. "Subcontractor" - an individual, firm, or corporation having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 40. "Submittals" - all Shop Drawings, product data, and Samples which are prepared by Contractor, a Subcontractor, manufacturer, or Supplier, and submitted by Contractor to Engineer as a basis for approval of the use of Equipment and Materials proposed for incorporation in the Work or needed to describe proper installation, operation and maintenance, or technical properties. 41. "Substantial Completion" - the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer as evidenced by his definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be used for the purposes for which it was intended. 42. "Supplementary Conditions" — part of the Contract Documents which amends and/or supplements these General Conditions. 43. "Supplier" - a manufacturer, fabricator, supplier, distributor, material man, or vendor. 00 73 00 General Conditions 007300-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 44. "Underground Facilities" - all pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, sewage and drainage removal, traffic or other control systems, or water. 45. "Unit Price Work" - Work to be paid on the basis of Unit Prices. 46. "Work" - the entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. Work is the result of performing services, the furnishing of Bonds and insurance, furnishing labor, and furnishing and incorporating Materials and Equipment into the construction, all as required by the Contract Documents. 47: "Work Change Directive" - a written directive to Contractor, issued on or after the effective Date of the Agreement and signed by Owner and recommended by Engineer, ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed as provided in Article 4 or to emergencies under Paragraph 6.13. A Work Change Directive will not change the Contract Price or the Contract Times, but is evidence that the parties expect that the change directed or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times as provided in Paragraph 10.01 B. 48. "Written Amendment" - a written amendment to the Contract Documents, signed by Owner and Contractor on or after the Effective Date of the Agreement, and normally dealing with the nonengineering or nontechnical rather than strictly Work-related aspects of the Contract Documents. 49. "Year 2000 Compliance" or "Year 2000 Compliant" —means that equipment, devices, items, systems, software, hardware, and firmware included in the Work or used to produce the Work shall properly, appropriately, and consistently function and accurately process date and time data (including without limitation: calculating, comparing, and sequencing) on and after December 31, 1999, including leap year calculations. 1.03 TERMINOLOGY: A. Whenever used in these General Conditions or elsewhere in the Contract Documents, the following terminology shall have the intent and meaning specified below: 1. The words "as indicated" refer to the Drawings and "as specified" refer to the remaining Contract Documents. 2. The terms "responsible" or "responsibility" mean that the party to which the term applies shall assume all responsibilities thereto. 3. The term "approve", when used in response to Submittals, requests, applications, inquiries, reports and claims by Contractor, will be held to limitations of Engineer's responsibilities and duties or specified in these General Conditions. in no case will "approval" by Engineer be interpreted as a release of Contractor from responsibilities to fulfill requirements of Contract Documents. 00 73 00 General Conditions 007300-4 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 When applied to Equipment and Materials, the words "furnish", "install", ind "provide" shall mean the following: a. The word "provide" shall mean to furnish, pay for, deliver, assemble, install, adjust, clean and otherwise make Materials and Equipment fit for their intended use. b. The word "furnish" shall mean to secure, pay for, deliver to Site, unload and uncrate Equipment and Materials. c. The word "install" shall mean to assemble, place in position, incorporate in the Work, adjust, clean, and make fit for use. d. The phrase "furnish and install" shall be equivalent to the word "provide." The word "day" shall constitute a calendar day of twenty-four hours measured from midnight to the next midnight. ARTICLE 2 - PRELIMINARY MATTERS 2.01 DELIVERY OF BONDS: A. When Contractor delivers the executed Agreements to Owner, Contractor shall also deliver to Owner such Bonds as Contractor may be required to furnish in accordance with Paragraph 5.01. 2.02 COPIES OF DOCUMENTS: A. Owner will furnish to Contractor copies of the Contract Documents as stated in the General Requirements. 2.03 COMMENCEMENT OF CONTRACT TIMES, NOTICE TO PROCEED: A. The Contract Times will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the 105th day after the day of Bid opening or the 30th day,after the Effective Date of the Agreement, whichever date is earlier. 2.04 , STARTING THE PROJECT: A. Contractor shall start to perform the Work on the date when the Contract Times commence to run, but no Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 BEFORE STARTING CONSTRUCTION: A. Before starting construction and undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures shown thereon and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error or discrepancy which Contractor may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby; however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, or discrepancy in the Contract Documents, unless Contractor had actual knowledge thereof or should reasonably have known thereof. 00 73 00 General Conditions 007300-5 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 B. Within twenty days after the Effective Date of the Agreement, not before Contractor starts the Work at the Site, Contractor shall submit items as noted in Document 00550 — Notice to Proceed (and as specified) to Engineer for review. C. Further, before any Work at the Site is started, Contractor shall deliver to Owner, with a copy to Engineer, certificates and other evidence of insurance requested by Owner which Contractor is required to purchase and maintain in accordance with Paragraph 5.02 (and Owner shall deliver to Contractor certificates and other evidence of insurance requested by Contractor which Owner is required to purchase and maintain in accordance with Paragraph 5.02). 2.06 PRECONSTRUCTION CONFERENCE: A. Within 20 days after the Effective Date of the Agreement, but before Contractor starts the Work at the Site, a conference attended by Contractor, Engineer, and others as appropriate will be held to discuss the schedules referred to in Paragraph 2.05B, to discuss procedures for handling Submittals, processing Applications for Payment, and to establish a working understanding among the parties as to the Work. 2.07 FINALIZING SCHEDULES: A. A schedule shall be finalized in accordance with Specification SECTION 01321. The finalized construction progress schedule will be acceptable to Engineer if it provides an orderly progression of the Work to completion within the Contract Times, but such acceptance will neither impose on Engineer responsibility for the progress or ' scheduling of the Work nor relieve Contractor from full responsibility therefor. The finalized schedule of Submittal submissions will be acceptable to Engineer if it provides a workable arrangement for processing the submissions. ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 INTENT: A. The Contract Documents comprise the entire agreement between Owner and Contractor concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the Law of the place of the Project. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work, Materials, or Equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically called for, at no additional cost to the Owner. 1. When words which have a well-known technical or trade meaning are used to describe Work, Materials, or Equipment, such words shall be interpreted in accordance with that meaning. 2. Reference to standard specifications, manuals, or codes of any technical society, organization, or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids except as may be otherwise specifically stated. However, no provision of any referenced standard specification, manual, or code (whether or not specifically incorporated by reference in the Contract Documents) shall be effective to change the duties and responsibilities of Owner, Contractor, or Engineer, or any of their consultants, agents, or employees from those set forth in the 00 73 00 General Conditions 007300-6 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 Contract Documents, nor shall it be effective to assign to Engineer, or any of Engineer's consultants, agents or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of the Contract Documents. 3. Clarifications and interpretations of the Contract Documents shall be issued by Engineer as provided in Paragraph 9.04. C. If, during the performance of the Work, Contractor finds a conflict, error, or discrepancy in the Contract Documents, Contractor shall so report to Engineer in writing at once and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from Engineer, however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict, error, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof or should reasonably have known thereof. D. Applicable codes and standards referenced in these Contract Documents establish minimum requirements for Equipment, Materials, and Work and are superseded by more stringent requirements of Contract Documents when and where they occur. E. The Specifications are separated into Divisions and Sections for convenience in defining the Work. Contract Drawings are separated according to engineering disciplines and other classifications. This sectionalizing and the arrangement of Contract Drawings shall not control the Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 3.02 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS: A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 1. A formal Written Amendment. 2. A Change Order (pursuant to Paragraph 10.01 D). B. As indicated in Paragraphs 11.01 B and 12.01 A, Contract Price and Contract Times may only be changed by a Change Order or Written Amendment. C. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in the following way. 1. A Field.Order (pursuant to Paragraph 9.05). 2. Engineer's written interpretation or clarification (pursuant to Paragraph 9.04). 3.03 OWNERSHIP AND REUSE OF DOCUMENTS: A. All Contract Documents and copies thereof furnished by Engineer shall be the property of the Owner. B. Neither Contractor nor any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with Owner shall have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer; and they shall not reuse any of the documents on extensions of the Project or any other project without written consent of Owner and Engineer and specific written verification or adaptation by Engineer. 00 73 00 General Conditions 007300-7 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 ARTICLE 4 - AVAILABILITY OF LANDS; PHYSICAL CONDITIONS; REFERENCE POINTS 4.01 AVAILABILITY OF LANDS: A. Owner shall furnish, as indicated in the Contract Documents, the lands upon which the Work is to be, performed, rights-of-way and easements for access thereto, and such other lands which are designated for the use of Contractor. Easements for permanent structures or permanent changes in existing facilities will be obtained and paid for by Owner, unless otherwise provided in the Contract Documents. B. If Contractor believes that any delay in Owner's furnishing these lands, rights-of-way, or easements entitles Contractor to an extension of the Contract Times, Contractor may make a claim therefor as provided in Article 12. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. D. Contractor shall confine his operations to the construction limits indicated. 4.02 UNFORESEEN SUBSURFACE CONDITIONS: A. Contractor shall promptly notify Engineer in writing of any subsurface or latent physical conditions encountered at the Site which differ materially from those specified or indicated, or which could be reasonably interpreted from examination of the Site and available subsurface information at the time of bidding. B. Engineer will promptly investigate those conditions and advise Owner if further surveys or subsurface tests are necessary. Promptly thereafter, Engineer will obtain the necessary additional surveys and tests and furnish copies of results to Contractor and Owner. C. If Engineer and. Owner find that the subsurface or latent physical conditions encountered at the Site differ materially from those specified or indicated, or which could have been reasonably interpreted from examination of the Site and available subsurface information at the time of bidding, then a Change Order will be issued by the Owner incorporating the necessary revisions. 4.03 PHYSICAL CONDITIONS - UNDERGROUND FACILITIES: A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Engineer by the owners of such Underground Facilities or by others. Unless it is otherwise expressly provided: 1. Owner and Engineer shall not be responsible for the accuracy or completeness of any such information or data; and, 2. Contractor shall have full responsibility for reviewing and checking all such information and data, for locating all Underground Facilities shown or indicated in the Contract Documents, for coordination of the Work with the owners of such Underground Facilities during construction, for the safety and protection thereof as provided in Paragraph 6.12 and repairing any damage thereto resulting from the Work, the cost of all of which will be considered as having been included in the Contract Price. B. Not Shown or Indicated: If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of, 00 73 00 General Conditions 007300-8 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 Contractor shall, promptly after becoming aware thereof and before performing any Work affected thereby (except in an emergency as permitted by Paragraph 6.13), identify the owner of such Underground Facility and give written notice thereof to that owner and Engineer. Engineer will promptly review the Underground Facility to determine the extent to which the Contract Documents should be modified to reflect and document the consequences of the existence of the Underground Facility, and the Contract Documents will be amended or supplemented to the extent necessary. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility as provided in Paragraph 6.12. Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof, Contractor may make a claim therefor as provided in Articles l 1 and 12. 4.04 REFERENCE POINTS: A. Engineer will provide engineering surveys to establish reference points for construction which in Engineer's judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work (unless otherwise specified in the General Requirements), shall protect and preserve the established reference points, and shall make no changes or relocations without the prior written approval of Engineer. Contractor shall report to Engineer whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. Contractor shall be responsible for any mistakes or loss of time that may result from their loss or disturbance. B. Contractor shall make such surveys as are required for establishing pay limits and determining quantities for progress pay estimates. He shall furnish Engineer with one copy each of all field notes of such surveys. 4.05 ASBESTOS, PCBS, PETROLEUM, HAZARDOUS WASTE, OR RADIOACTIVE MATERIAL: A. Owner shall be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the Site. Owner shall not be responsible for any such materials brought to the Site by Contractor, Subcontractor, Suppliers, or anyone else for whom Contractor is responsible. B. Contractor shall immediately: (i) stop all Work in connection with such hazardous condition and in any area affected thereby (except in an emergency as required by Paragraph 6.13), and (ii) notify Owner and Engineer (and thereafter confirm such notice in writing). Owner shall promptly consult with Engineer concerning the necessity for Owner to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. Contractor shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after Owner has obtained any required permits related thereto and delivered to Contractor special written notice: (i) specifying that such condition and any affected area is or 00 73 00 General Conditions 007300-9 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by Contractor to be resumed, either party may make a claim therefor as provided in Articles 1 1 and 12. C. If after receipt of such special written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order such portion of the Work that is in connection with such hazardous condition or in such affected area to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles 11, and 12. Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 7. D. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, Engineer, Engineer's Consultants, and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages arising out of or resulting from such hazardous condition, provided that: (i) any such claim, cost, loss or damage is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) nothing in this subparagraph 4.05D shall obligate Owner to indemnify any person or entity from and against the consequences of that person's or entity's own negligence. E. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultants, and the officers, directors, partners, employees, agents, other consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages arising out of or relating to such hazardous condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this subparagraph 4.05E shall obligate Contractor to indemnify any person or entity from and against the consequences of that person's or entity's own negligence. F. The provisions of Paragraphs 4.02 and 4.03 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material uncovered or revealed at the Site. ARTICLE 5 - BONDS AND INSURANCE 5.01 PERFORMANCE AND OTHER BONDS: A. Contractor shall file the Performance, Payment and Warranty Bonds at the Washington County Clerk's Office prior to providing a copy of the filed Performance, Payment and Warranty Bonds to the Owner or Engineer. B. Contractor shall furnish performance and payment Bonds, each in an amount at least equal to the Contract Price as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents. These Bonds shall remain in effect at least until two years after the date when final payment is approved by Owner, except as otherwise provided by Law or Regulation or by the Contract ' Documents. Contractor shall also furnish such other Bonds as are required by the Contract Documents. All Bonds shall be in the forms prescribed by Law or 00 73 00 General Conditions 00 73 00 — 10 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 Regulation or by the Contract Documents and be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds shall be signed by an Arkansas Agent. C. The Bonds shall be automatically increased in amount and extended in time without formal and separate amendments to cover full and faithful performance of the Contract in the event of Change Orders, regardless of the amount of time or money involved. It is Contractor's responsibility to notify his surety of any changes affecting the general scope of the Work or change in the Contract Price or Contract Times. D. Bonds signed by an agent must be accompanied by a certified copy of the authority to act. E. Date of Bonds shall be the same as the Effective Date of the Agreement. F. If at any time during the continuance of the Contract, the surety on any Bond becomes unacceptable to Owner for financial reasons, Owner has the right to require additional and sufficient sureties which Contractor shall furnish to the satisfaction of Owner within ten days after notice to do so. 1. 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 Paragraph 5.01A, Contractor shall within five days thereafter substitute another Bond and surety, both of which must be acceptable to Owner. 5.02 INSURANCE: A. Contractor's Liability Insurance: 1. Contractor and all of his subcontractors shall purchase and maintain such liability and other insurance as is appropriate for the Work being furnished and performed and as will provide protection from claims set forth below which may arise out of or result fi-om Contractor's furnishing and performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: a. Claims under workers' compensation, disability benefits, and other similar employee benefit acts; b. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees; c. Claims for damages because of bodily injury, sickness, or disease, or death of any person other than Contractor's employees; d. Claims for damages insured by reasonably available personal injury liability coverage which are sustained: (i) by any person as a result of an offense directly or indirectly related to the employment of such person by Contractor, or (ii) by any other person for any other reason; e. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including loss of use therefrom; 00 73 00 General Conditions 00 73 00 — 11 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 f. Claims arising out of operation of Laws or Regulations for damages because of bodily injury or death of any person or for damage to property; and g. Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. 2. The insurance required by this paragraph shall include the specific coverages, and be written for not less than the limits of liability specified or required by Law, whichever is greater. a. Umbrella General Liability $1,000,000 b. Workers' compensation Statutory (State and Federal Limits) Employer's Liability $500,000 each accident c. Commercial General Liability (1) General Aggregate $2,000,000 (2) Products -Completed Operations Aggregate $2,000,000 (3) Personal & Advertising Injury Limit $1,000,000 (4) Each Occurrence Limit $1,000,000 (5) Fire Damage Limit $ 100,000 (6) Medical Expense Limit $ 5,000 d. Business Automobile Liability (1) Any one loss or accident $1,000,000 B. The policies of insurance so required by paragraph 5.02A to be purchased and maintained shall: 1. with respect to insurance required by Paragraphs 5.02A.1.c through 5.02A.1.g inclusive, include as additional insureds by endorsement (subject to customary exclusion in respect of professional liability) Owner, Engineer; and Engineer's Consultants, and include coverage for the respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of all such additional insureds, and the insurance afforded to these additional insureds shall provide primary coverage for all claims covered thereby; 2. include at least the specific coverages and be written for not less than the limits of liability specified in Paragraph 5.02A.2 or required by Laws and Regulations, whichever is greater; 3. with respect to insurance required by paragraphs 5.02A l .c through 5.02A l .g inclusive, include premises/operations, products, completed operations, independent contractors, and personal injury insurance,; 4. include in the Commercial General Liability policy, contractual liability insurance covering Contractor's indemnity obligations under Paragraphs 6.06, 6. 10, and 6.16, and written for not less than the limits of liability and coverages specified above; 5. contain a provision or endorsement that the coverage afforded will not be cancelled, materially changed, or renewal refused until at least 30 days' prior written notice by certified mail has been given to Owner and Contractor and to each other additional insured to whom a certificate of insurance has been issued; 6. provide Broad Form Property Damage coverage and contain no exclusion (commonly referred to as XC&U exclusion) relative to blasting, earthquake, flood, explosion, collapse of buildings, or damage to underground property; 00 73 00 General Conditions 007300-12 1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 7. remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; 8. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment and Contractor shall furnish Owner and each other specified additional insured to whom a certificate of insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter; 9. include Independent Contractors Protective Liability coverage; and 10. with respect to the Commercial General Liability policy, the maximum deductible allowed shall be $5, 000. H. . Owner and Contractor waive all rights against each other and their respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them for.all losses and damages caused by, arising out of, or resulting from any of the perils or causes of loss covered by such policies required by Paragraph 5.02A and any other liability insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, Engineer, Engineer's Consultants, and all other individuals or entities endorsed as insureds or additional insureds (and the officers, directors, partners, employees, agents and other consultants and subcontractors of each and any of them) under such policies for losses and damages so caused. As required by Paragraph 6.05D, each subcontract between Contractor and a Subcontractor shall contain similar waiver provisions by the Subcontractor in favor of Owner, Contractor, Engineer, Engineer's Consultants, and all other parties endorsed as insureds or additional insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. wiih respect to the Commercial General Liability policy, the maximum deductible allowed shall be $5,000. C. Owner's Protective Liability Insurance: 1. Contractor shall be responsible for purchasing and maintaining Owner's Protective Liability insurance with Owner, and Engineer as named insureds. 2. This insurance shall have the same limits of liability as the Commercial General Liability insurance and shall protect Owner and Engineer against any and all claims and liabilities for injury to or death of persons, or damage to property caused in whole or in part by, or alleged to have been caused in whole or in part by, negligent acts or omissions of Contractor or Subcontractors or any agent, servant, worker, or employee of Contractor or Subcontractors arising from the operations under the Contract Documents. 3. This insurance may be provided by endorsement to Contractor's Commercial General Liability insurance policy. . D. Property Insurance: 1. Contractor shall purchase and maintain property insurance upon the Work at the Site in the amount of the full insurable value thereof (subject to such deductible amounts as follows) or as required by Laws or Regulations. This insurance shall: a. be on the completed value form and include the interests of Owner, Contractor, Subcontractors, Engineer, and Engineer's Consultants, and 00 73 00 General Conditions 007300-13 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 the officers, directors, partners, employees, agent, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; b. be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and Equipment and Materials, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, terrorism, and such other perils (as flood, earthquake, explosions, collapse, underground hazard) or causes of loss as may be specifically required in the Contract Documents; c. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals); d. cover Equipment and Materials stored at the Site or at another location that was agreed to in writing by Engineer prior to being incorporated in the Work, provided that such Equipment and Materials have been included in an Application for Payment recommended by Engineer; e. allow for partial utilization of the Work by Owner; f. include testing and startup; g. be maintained in effect until final payment (or the Owner assumes beneficial occupancy and agrees to provide insurance coverage for the facilities so occupied) is made unless otherwise agreed to in writing by Owner, Contractor, and Engineer with 30 days' written notice to each other additional insured to whom a certificate of insurance has been issued; and h. have a deductible amount of $ 10,000. 2. Contractor shall purchase and maintain such boiler and machinery insurance or additional property insurance as required by Laws and Regulations which will include the interests of Owner, Contractor, Subcontractors, Engineer, and Engineer's Consultants in the Work, each of whom is deemed to have an insurable interest and shall be listed as insured or additional insured parties. 3. All policies of insurance required to be purchased and maintained in accordance with Paragraph 5.02D will contain a provision or endorsement that the coverage afforded will not be cancelled or materially changed or renewal refused until at least 30 days' prior notice by certified mail has been given to Owner and Contractor and to each additional insured to whom a certificate of insurance has been issued and will contain waiver provisions in accordance with Paragraph 5.02F below. 4. Copies of the policies shall be furnished for property insurance. Certificates will not be acceptable. E. Transit Insurance: Transit insurance shall be furnished by Contractor to protect Contractor and Owner from all risks of physical loss or damage to Equipment and Materials, not otherwise covered under other policies, during transit from point of origin to the Site of installation or erection. 00 73 00 General Conditions 0073-00— 14 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 2. This insurance shall be written on an "All. Risk" basis with additional coverages applicable to the circumstances that may occur in the particular Work included in this Contact. 3. This insurance shall be in an amount not less than 100% of the manufactured or fabricated value of items exposed to risk in transit at any one time. 4. This insurance shall contain a waiver of rights of subrogation the insurer may have or acquire against Engineer. F. Waiver of Rights: I . Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.02D will protect Owner, Contractor, Subcontractors, Engineer, Engineer's Consultants, and other individuals or entities endorsed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage, the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder; and if the insurers require separate waiver forms to be signed by Engineer or Engineer's Consultants, Owner will obtain the same, and if such waiver forms are required of any Subcontractor, Contractor shall obtain the same. 2. Owner and Contractor waive all rights against each other and their respective officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them for all losses and damages caused by, arising out of, or resulting from any of the perils or causes of loss covered by such policies required by Paragraph 5.02D and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, Engineer, Engineer's Consultants, and all other individuals or entities endorsed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) under such policies for losses and damages so caused. As required by Paragraph 6.05D, each subcontract between Contractor and a Subcontractor shall contain similar waiver provisions by the Subcontractor in favor of Owner, Contractor, Engineer, Engineer's Consultants, and all other parties endorsed as insureds or additional insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. G. Receipt and Application of Insurance Proceeds: 1. Any insured loss under the policies of insurance required by Paragraph 5.02D will be adjusted with Owner and made payable to Owner as fiduciary for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of Paragraph 5.02G.2. Owner shall deposit in a separate account any money so received and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied to account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 00 73 00 General Conditions 00 73 00 — 15 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 2. Owner as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to Owner's exercise of this power. If such objection is made, Owner as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, Owner as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, Owner as fiduciary shall give bond for the proper performance of such duties upon the occurrence of an insured loss. H. Acceptance of Insurance: 1. If Owner has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by Contractor in accordance with Paragraph 5.02 on the basis of non-conformance with the Contract Documents, Owner shall so notify Contractor in writing thereof within 10 days of the date of delivery of such certificates and other evidence of insurance to Owner required by Paragraph 2.05C. 2. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request If either party does not purchase or maintain all of the insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent insurance to protect such other party's interests at the expense of the party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. I. Partial Utilization, Acknowledgment of Property Insurer: 1. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.06, no such use or occupancy shall commence before the insurers providing property insurance pursuant to Paragraph 5.02D have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or lapse on account of any such partial use or occupancy. ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES 6.01 SUPERVISION AND SUPERINTENDENCE: A. Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences, and procedures and for coordinating all portions of the Work, but Contractor shall not be responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence, or procedure of construction which is indicated in and required by the Contract Documents. 00 73 00 General Conditions 00 73 00 — 16 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. B. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. The superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to Contractor. C. When manufacturer's field services in connection with the erection, installation, start-up, or testing of Equipment furnished under this Contract, or instruction of Owner's personnel thereon are specified, Contractor shall keep on the Work, during its progress or as specified, competent manufacturer's field representatives and any necessary assistants. 6.02 LABOR, EQUIPMENT, AND MATERIALS: A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. Except in connection with the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the Site shall be performed during regular working hours, and Contractor will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday without Engineer's written consent. B. Unless otherwise specified in the General Requirements, Contractor shall furnish and assume full responsibility for all Equipment and Materials, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the furnishing, performance, testing, start-up, and completion of the Work. C. All Equipment and Materials shall be of good quality and new, except as otherwise provided in the Contract Documents. If required by Engineer, Contractor shall furnish to Engineer satisfactory evidence (including reports of required tests) as to the kind and quality of Equipment and Materials. All Equipment and Materials shall be applied, installed, connected, erected, used, cleaned, and conditioned in accordance with the instructions of the applicable Supplier except as otherwise provided in the Contract Documents; but no provision of any such instructions will be effective to assign to Engineer, or any of Engineer's consultants, agents, or employees, any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.1OC and 9.1OD. D. All Equipment and Materials incorporated in the Work shall be designed to meet the applicable safety standards of federal, state, and local Laws and Regulations. E. Domestic Product Procurement: Not Applicable. 6.03 ADJUSTING PROGRESS SCHEDULE: A. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07) adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in 00 73 00 General Conditions 007300-17 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville., Arkansas 2015-092 JUNE 2017 effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.04 SUBSTITUTES OR "OR PRE -APPROVED EQUAL" ITEMS: A. Whenever an item of Equipment or Material is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -pre -approved equal" item or no substitute is permitted, other items of Equipment or Material of other Suppliers may be submitted by Contractor to Engineer for review under the circumstances described below. 1. "Or -Pre -approved Equal" Items: If in Engineer's sole discretion an item of Equipment or Material proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Engineer as an "or -pre -approved equal" item, in which case review and approval of the proposed item may, in Engineer's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For purposes of this Paragraph 6.04A.1, a proposed item of Equipment or Material will be considered functionally equal to an item so named if: a. In the exercise of reasonable judgment Engineer determines that: (i) it is at least equal in quality, durability, appearance, strength, and design characteristics; (ii) it will reliably perform at least equally well the function imposed by the design concept of the completed Project as a functioning whole, and; b. Contractor certifies that: (i) there is no increase in cost to Owner; and (ii) it will conform substantially, even with deviations, to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in Engineer's sole discretion an item of Equipment or Material proposed by Contractor does not qualify as an "or -pre -approved equal" item under Paragraph 6.04A.1, it will be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Engineer to determine that the item of Equipment or Material proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of Equipment or Materials will not be accepted by Engineer from anyone other than Contractor. c. The procedure for review by Engineer will be as set forth in Paragraph 6.04A.2.d, as may be supplemented in the General Requirements and as Engineer may decide is appropriate under the circumstances. d. Contractor shall first make written application to Engineer for review of a proposed substitute item of Equipment or Material that Contractor seeks to furnish or use. The application shall certify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The application will state the extent, if any, to which the use of the proposed 00 73 00 General Conditions 00 73 00 — 18 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 substitute will prejudice Contractor's achievement of Substantial Completion on time; whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for work on the Project) to adapt the design to the proposed substitute item; and whether or not incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute item from that specified will be identified in the application, and available engineering, sales, maintenance, repair, and replacement services will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change, all of which will be considered by Engineer in evaluating the proposed substitute item. Engineer may require Contractor to furnish additional data about the proposed substitute item. B. If a specific means, method, technique, sequence, or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or use a substitute means, method, sequence, technique, or procedure of construction acceptable to Engineer, if Contractor submits sufficient information to allow Engineer to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedure for review by Engineer will be similar to that provided in Paragraph 6.04A.2 as applied by Engineer and as may be supplemented in the General Requirements. C. Engineer will be allowed a reasonable time within which to evaluate each proposed substitute or "or -pre -approved equal" item. Engineer will be the sole judge of acceptability, and no substitute or "or -equal" will be ordered, installed, or used until Engineer's review is complete, which will be evidenced by either (i) a Change Order for a substitute, or (ii) an approved Submittal for an "or -pre -approved equal." Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. D. Engineer will record time required by Engineer and, Engineer's Consultants, in evaluating substitute proposed or submitted by Contractor pursuant to Paragraphs 6.04A.2 and 6.04B and in making changes in the Contract Documents or in the provisions of any other direct contract with Owner for work on the Project occasioned thereby. Whether or not Engineer approves a substitute item so proposed or submitted by Contractor, Contractor shall reimburse Owner for the charges of, Engineer, and Engineer's Consultants for evaluating each such proposed substitute. 6.05 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS: A. Contractor shall not employ any Subcontractor, Supplier, or other person or organization (including those acceptable to Owner and Engineer as indicated in Paragraph 6.056), whether initially or as a substitute, against whom Owner or Engineer may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other person or organization to furnish or perform any of the Work against whom Contractor has reasonable objection. B. If the Contract Documents require the identity of certain Subcontractors, Suppliers, or other persons or organizations (including those who are to furnish the principal items of Equipment and Materials) to be submitted to Owner within the required time after Bid opening prior to the Effective Date of the Agreement for acceptance by 00 73 00 General Conditions 007300-19 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 Owner and Engineer and if Contractor has submitted a list thereof, Owner's or Engineer's 'acceptance (either in writing or by failing to make written objection thereto) of any such Subcontractor, Supplier, or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case Contractor shall submit an acceptable substitute, the Contract Price will be increased by the difference in the cost occasioned by such substitution, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by Owner or Engineer of any such Subcontractor, Supplier, or other person or organization shall constitute a waiver of any right of Owner or Engineer to reject defective Work. C. Contractor shall be fully responsible to Owner and Engineer for all acts and omissions of the Subcontractors, Suppliers, and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with Contractor just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents shall create any contractual relationship between Owner, or Engineer and any such Subcontractor, Supplier, or other person or organization, nor shall it create any obligation on the part of Owner or Engineer to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other person or organization except as may otherwise be required by Laws and Regulations. D. All Work performed for Contractor by a Subcontractor will be pursuant to an appropriate agreement between Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of Owner and Engineer and contains waiver provisions as required by Paragraph 5.02F. Contractor shall pay each Subcontractor a just share of any insurance moneys received by Contractor on account of losses under policies issued pursuant to Paragraph 5.02D. 6.06 PATENT FEES AND ROYALTIES: A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. B. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against all claims, damages, losses, and expenses (including attorneys' fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents, and shall defend all such claims in connection with any alleged infringement of such rights. 6.07 PERMITS: A. Unless otherwise provided in the Contract Documents, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Permits issued by the City of 00 73 00 General Conditions 007300-20 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 Fayetteville for this project will have the fees waived; however the actual permit is still required. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids. Contractor shall pay all charges of utility owners for connections to the Work, and Owner shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. 6.08 LAWS AND REGULATIONS: A. Contractor shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Engineer shall be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor observes that the Specifications or Drawings are at variance with any Laws or Regulations, Contractor shall give Engineer prompt written notice thereof, and any necessary changes will be authorized by one of the methods indicated in Paragraph 3.02. If Contractor performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations, and without such notice to Engineer, Contractor shall bear all costs arising there from; however, it shall not be Contractor's primary responsibility to make certain that the Specifications and Drawings are in accordance with such Laws and Regulations. 6.09 TAXES: A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid or withheld by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. 6.10 USE OF PREMISES: A. Contractor shall confine construction equipment, the storage of Equipment and Materials, and the operations of workers to the Project Site and landrand areas identified in and permitted by the Contract Documents and other land and areas permitted by Laws and Regulations, rights-of-way, permits, and easements, and shall not unreasonably encumber the premises with construction equipment or other equipment and materials. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against Owner or Engineer by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at Law. Contractor shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold Owner and Engineer harmless from and against all claims, damages, losses, and expenses (including, but not limited to, fees of engineers, architects, attorneys and other professionals, and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against Owner or Engineer to the extent based on a claim arising out of Contractor's performance of the Work. B. During the progress of the Work, Contractor shall keep the premises free from accumulations of waste materials, rubbish, and other debris resulting from the Work. At the completion of the Work, Contractor shall remove all waste materials, rubbish, and debris from and about the premises as well as all tools, appliances, construction 00 73 00 General Conditions 007300-21 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 equipment and machinery, and surplus materials, and shall leave the Site clean and ready for occupancy by Owner. Contractor shall restore to original condition all property not designated for alteration by the Contract Documents. C. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.11 RECORD DOCUMENTS: A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Test Records, Field Orders, and written interpretations and clarifications (issued pursuant to Paragraph 9.04) in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Submittals shall be available to Engineer for reference. Upon completion of the Work, these record documents and Submittals shall be delivered to Engineer for Owner. B. Receipt and acceptance of record documents will be a prerequisite for final payment on the Contract. 6.12 SAFETY AND PROTECTION: A. Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: 1. All employees on the Work and other persons and organizations who may be affected thereby; > 2. All the Work and Materials and Equipment to be incorporated therein, whether in storage on or off the Site; and 3. Other property at the Site or adjacent thereto, including trees shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury or loss to any property referred to in Paragraph 6.12A.2 or 6.12A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor). Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordance with Paragraph 14.09A that the Work is 00 73 00 General Conditions 007300-22 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 acceptable (except as otherwise expressly provided in connection with Substantial Completion). C. Contractor shall designate a responsible representative at the Site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner and Engineer. 6.13 EMERGENCIES: A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor, without special instruction or authorization from Engineer or Owner, is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Engineer prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If Engineer determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order will be issued to document the consequences of the changes or variations. 6.14 SUBMITTALS: A. After checking and verifying all field measurements and after complying with applicable procedures specified in the General Requirements, Contractor shall submit to Engineer for review and acceptance by Engineer, in accordance with the accepted schedule of submissions, copies of Submittals which will bear the required information that Contractor has satisfied Contractor's responsibilities under the Contract Documents with respect to the review of the submission. All submissions will be identified as Engineer may require. The data shown on Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to enable Engineer to review the information as required. B. Before submission of each Submittal, Contractor shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar data with respect thereto and reviewed or coordinated each Submittal with other Submittals and with the requirements of the Work and the Contract Documents. C. At the time of each submission, Contractor shall give Engineer specific written notice of each variation that the Submittal may have from the requirements of the Contract Documents, and in addition, shall cause a specific notation to be made on each Submittal submitted to Engineer for review and approval of each such variation. D. Engineer will review Submittals with reasonable promptness, but Engineer's review and acceptance will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences, or procedures of construction (except where a specific means, method, technique, sequence, or procedure of construction is indicated in or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. Contractor shall make corrections required by Engineer, and shall return the required number of corrected copies of Submittals and resubmit as required for review and acceptance. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Engineer on previous Submittals. 00 73 00 General Conditions 007300-23 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 E. Engineer's review and acceptance of Submittals shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents. Contractor shall in writing call Engineer's attention to each and every variation at the time of submission. Engineer will show approval of each such variation by a specific written notation thereof incorporated in or accompanying the Submittal. Acceptance by Engineer shall not relieve Contractor from responsibility for errors or omissions in the Submittals. F. Where a Submittal is required by the Specifications, any related Work performed prior to Engineer's review and acceptance of the pertinent submission will be the sole I expense and responsibility of Contractor. 6.15 CONTINUING THE WORK: A. Contractor shall carry on the Work and adhere to the progress schedule during all disputes or disagreements with Engineer or Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph 15.03 or as Contractor and Owner may otherwise agree in writing. 6.16 INDEMNIFICATION: A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultants, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them from and against all claims, damages, losses and expenses, direct, indirect, or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss, or expense: I . Is attributable to bodily injury, sickness, disease or death, or to injury to or 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 negligent act or omission of Contractor, any Subcontractor, any person, or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Laws and Regulations regardless of the negligence of any such party. B. In any and all claims against Owner or Engineer or any of their consultants, agents, or employees by any employee of Contractor, any Subcontractor, any person, or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.16A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor or other person or organization under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. C. The obligations of Contractor under Paragraph 6.16A shall not extend to the liability of Engineer, Engineer's Consultants, agents, or employees arising out of: 1. The preparation or approval of maps, drawings, opinions, reports, surveys, Change Orders, designs, or specifications. 00 73 00 General Conditions 007300-24 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 2. The giving of or the failure to give communications by Engineer, their agents, or employees provided such giving or failure to give is the primary cause of injury or damage. D. If necessary for enforcement of any indemnification and hold harmless requirement herein, or if applicable law requires the Contractor to obtain specified limits of insurance to insure any indemnity obligation; then Contractor shall obtain such applicable coverage with minimum limits not less than any specified in Paragraph 5.0213 herein, the cost to be recovered and included in the Contract Price, and any indemnity attributable to the negligence of any indemnified party shall be limited to such insurance. ARTICLE 7 - OTHER WORK 7.01 RELATED WORK AT SITE: A. Owner may perform other work related to the Project at the Site by Owner's own forces, have other work performed by utility owners, or let other direct contracts therefor which shall contain General Conditions similar to these. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work; and, if Contractor believes that such performance will involve additional expense to Contractor or requires additional time and the parties are unable to agree as to the extent thereof, Contractor may make a claim therefor as provided in Articles l 1 and 12. B. Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the Site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs; Contractor shall do all cutting, fitting, and patching of the Work that may be required.to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering their work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. C. If any part of Contractor's Work depends for proper execution or results upon the work of any such other contractor or utility owner or Owner, Contractor shall inspect and promptly report to Engineer in writing any delays, defects, or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure so to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work except for latent or nonapparent defects and deficiencies in the other work. 7.02 COORDINATION: A. If Owner contracts with others for the performance of other work on the Project at the Site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the General Requirements, and the specific matters to be covered by such authority and responsibility will be itemized, and the extent of such authority and responsibilities will be provided. 00 73 00 General Conditions 007300-25 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 ARTICLE 8 - OWNER'S RESPONSIBILITIES 8.01 COMMUNICATIONS: A. Owner shall issue all communications to Contractor through Engineer. 8.02 CHANGE OF ENGINEER: A. In case of termination of the employment of Engineer, Owner shall appoint an engineer against whom Contractor makes no reasonable objection, whose status under the Contract Documents shall be that of the former Engineer. Any dispute in connection with such appointment shall be addressed as discussed in Article 16. 8.03 REQUIRED DATA: A. Owner shall furnish the data required of Owner under the Contract Documents promptly and shall make payments to Contractor promptly after they are due as provided in Paragraphs 14.04A and 14.09A. 8.04 LANDS AND EASEMENTS: A. Owner's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.04. 8.05 INSURANCE: A. Owner's responsibilities in respect of purchasing and maintaining insurance are set forth in Paragraph 5.02. 8.06 CHANGE ORDERS: A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.01. 8.07 INSPECTIONS AND TESTS: A. Owner's responsibility in respect of certain inspections, tests and approvals is set forth in Paragraph 13.038. 8.08 STOPPING THE WORK: A. In connection with Owner's right to stop Work or suspend Work, see Paragraphs 13.06 and 15.02. Paragraph 15.02A deals with Owner's right to terminate services of Contractor under certain circumstances. 8.09 LIMITATIONS ON OWNER'S RESPONSIBILITIES: A. Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION 9.01 OWNER'S REPRESENTATIVE: A. Engineer will be Owner's representative during the construction period. The duties and responsibilities and the limitations of authority of Engineer as Owner's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of Owner and Engineer. 00 73 00 General Conditions 007300-26 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 9.02 VISITS TO SITE: 2015-092 JUNE 2017 A. Engineer will make visits to the Site at intervals appropriate to the various stages of construction to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents. Engineer will not be required to make exhaustive or continuous on -Site inspections to check the quality or quantity of the Work. Engineer's efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform to the Contract Documents. On the basis of such visits and on -Site observations as an experienced and qualified design professional, Engineer will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defects and deficiencies in the Work. 9.03 PROJECT REPRESENTATION: A. Engineer may furnish Resident Project Representative and assistants to assist Owner and Engineer in observing the performance of the Work. 1. Communications pertaining to Submittals, written interpretations, and Change Orders shall be directed to Engineer at his home office. 2. Communications pertaining to day-to-day operations at the Site shall be directed to Resident Project Representative. 3. Resident Project Representative and his assistants will conduct observations of the Work in progress to assist Engineer in determining that the Work is proceeding in accordance with the Contract Documents. 4. Resident Project Representative will not have authority to permit any deviation from the Contract Documents, except with concurrence of Owner and Engineer. 9.04 CLARIFICATIONS AND INTERPRETATIONS: A. Engineer will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents (in the form of drawings or otherwise) as Engineer may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Times and the parties are unable to agree to the amount or extent thereof, Contractor may make a claim therefor as provided in Article 1 1 or Article 12. 9.05 AUTHORIZED VARIATIONS IN WORK: A. Engineer may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are consistent with the overall intent of the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner, and also on Contractor who shall perform the Work involved promptly. 9.06 REJECTING DEFECTIVE WORK: A. Engineer will have authority to disapprove or reject Work which Engineer believes to be defective, and will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.05B, whether or not the Work is fabricated, installed, or completed. 00 73 00 General Conditions 007300-27 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 B. Resident Project Representative will have authority, subject to final decision of Engineer, to disapprove or reject any defective workmanship, Equipment, or Material. 9.07 SUBMITTALS, CHANGE ORDERS, AND PAYMENTS: A. In connection with Engineer's responsibility for Submittals, see Paragraph 6.14. B. In connection with Engineer's responsibilities as to Change Orders, see Articles 10, 11, and 12. C. In connection with Engineer's responsibilities in respect of Applications for Payment, see Article 14. 9.08 DETERMINATIONS FOR UNIT PRICES: . A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary determinations on such matters before rendering a written decision thereon to the Owner. Engineer will provide approval by recommendation of an Application for Payment to the Owner or return Application to Engineer for further review. B. Engineer's written decisions thereon will be final and binding upon Owner and Contractor, unless, within ten days after the date of any such decision, either Owner or Contractor delivers to the other party to the Agreement and to Engineer written notice of intention to appeal such a decision. 9.09 DECISIONS ON DISPUTES: A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes, and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles l 1 and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to Engineer in writing with a request for a formal decision in accordance with this Paragraph, which Engineer will render in writing within a reasonable time. Written notice of each such claim, dispute, and other matter will be delivered by the claimant to Engineer and the other party to the Agreement promptly (but in no event later than 30 days) after the occurrence of the event giving rise thereto, and written supporting data shall be delivered to Engineer and the other party within 60 days after such occurrence unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim. Owner may request written review by Engineer of claims, disputes, and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents. B. When functioning as interpreter and judge under Paragraphs 9.08 and 9.09A, Engineer will not show partiality to Owner or Contractor and Engineer will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by Engineer with respect to any such claim, dispute, or other matter (except any which have been waived by the making or acceptance of final payment as provided in Paragraph 14.11) will be a condition precedent to any exercise by Owner or Contractor of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute, or other matter. 00 73 00 General Conditions 007300-28 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 9.10 LIMITATIONS ON ENGINEER'S RESPONSIBILITIES: A. Neither Engineer's authority to act under this Article 9 or elsewhere in the Contract Documents nor any decision made by Engineer in good faith either to exercise or not exercise such authority shall give rise to any duty or responsibility of Engineer to Contractor, any Subcontractor, any Supplier, or any other person or organization performing any of the Work, or to any surety for any of them. B. Whenever in the Contract Documents the terms "as directed", ''as required", "as allowed", "as approved", or terms of like effect or import are used, or the adjectives "reasonable", "suitable", "acceptable", "proper", or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review, or judgment of Engineer as to the Work, it is intended that such requirement, direction, review or judgment will be solely to evaluate the Work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to Engineer any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility codtrary to the provisions of Paragraphs 9.1 OC or. 9.10 D. C. Engineer will not supervise, direct, control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or'the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor's failure to perform or furnish the Work in accordance with the Contract Documents. D. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. E. The presence or absence of Engineer, or any of their representatives will not act to relieve Contractor of any responsibility or of any guarantee of his performance. Neither will observation by Engineer, or any of their representatives in any way be understood to relieve Contractor of any responsibility for proper supervision of the Work at all times. F. Review by Engineer of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph 14.08A will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. G. The limitations upon authority and responsibility set forth in this Paragraph 9.10 shall also apply to Engineer's Consultants, Resident Project Representative, and assistants. ARTICLE 10 - CHANGES IN THE WORK 10.01 GENERAL: A. Without invalidating the Agreement and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the ' Work; these will be authorized by a Written Amendment, a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly 00 73 00 General Conditions 007300-29 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 proceed with the Work involved which shall be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If Owner and Contractor are unable to agree as to the extent, if any, of an increase or decrease in the Contract Price or an extension or a shortening of the Contract Times that should be allowed as a result of a Work Change- Directive, a claim may be made therefore as provided in Article 11 or 12. C. Contractor shall not'be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified, and supplemented as provided in Paragraphs 3.02A and 3.02C, except in the case of an emergency as provided in Paragraph 6.13 and except in the case of uncovering Work as provided in Paragraph 13.05B. D. Owner and Contractor shall execute appropriate Change Orders (or Written Amendments) covering: 1. Changes in the Work which are ordered by Owner pursuant to Paragraph 10.01 A, are required because of acceptance of defective Work under Paragraph 13.09 or correcting defective Work under Paragraph 13. 10, or are agreed to by the parties; 2. Changes in the Contract Price or Contract Times which are agreed to by the parties; and 3. Changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 9.09A, provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the progress schedule as provided in Paragraph 6.15. E. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be Contractor's responsibility, and the amount of each applicable Bond will be adjusted accordingly. ARTICLE 11- CHANGE OF CONTRACT PRICE 11.01 GENERAL: A. The Contract Price constitutes the total compensation (subject to authorized adjustments) payable to Contractor for performing the Work. All duties, ' responsibilities, and obligations assigned to or undertaken by Contractor shall be at his expense without change in the Contract Price. B. The Contract Price may only be changed by a Change Order or a Written Amendment. Any claim for an increase or decrease in the Contract Price shall be ' based on written notice delivered by the party making the claim to the other party and to Engineer promptly (but in no event later than 30 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within 60 days after such occurrence (unless Engineer allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect, and consequential) to which the claimant is entitled as a result of the occurrence of 00 73 00 General Conditions 007300-30 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 said event. All claims for adjustment in the Contract Price shall be determined by Engineer in accordance with Paragraph 9.09A if Owner and Contractor cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this Paragraph 11.01 B. C. The value of any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 1. Where the Work involved is covered by Unit Prices contained in the Contract Documents, by application of Unit Prices to the quantities of the items involved (subject to the provisions of Paragraphs 11.05A through l 1.05C, inclusive). 2. By mutual acceptance of a lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 11.03A.2.a. 3. On the basis of the Cost of the Work (determined as provided in Paragraphs 1 1.02A and 11.02B) plus a Contractor's Fee for overhead and profit (determined as provided in Paragraphs 11.03A and 11.0313). 11.02 COST OF THE WORK: A. The term Cost of the Work means the sum of all costs necessarily incurred and paid by Contractor in the proper performance of the Work. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in Paragraph 11.0213. 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits which shall include social security contributions, unemployment, excise and payroll taxes, workers' or workmen's compensation, health and retirement benefits, bonuses, sick leave, vacation, and holiday pay applicable thereto. Such employees shall include superintendents and foremen at the Site. The expenses of performing Work after regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. 2. Cost of all Equipment and Materials furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds, and all returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Contractor to the Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from Subcontractors acceptable to Contractor and shall deliver such bids to Owner who will then determine, with the advice of Engineer, which bids will be accepted. If a subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work Plus a Fee, the Subcontractor's Cost of the Work shall be determined in the same manner as Contractor's Cost of the 00 73 00 General Conditions 007300-31 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 Work. All subcontracts shall be subject to the other provisions of the Contract Documents insofar as applicable. 4. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Costs; including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost less market value of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation, loading, unloading, installation, dismantling, and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, or similar taxes related to the Work, and for which Contractor is liable, imposed by Laws and Regulations., e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly. employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages not compensated by insurance or otherwise, to the Work or otherwise sustained by Contractor in connection with the performance and furnishing of the Work provided they have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable; shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall be.included in the cost of the Work for the purpose of determining Contractor's fee. If, however, any such loss or damage requires reconstruction and Contractor is placed in charge thereof, Contractor shall be paid for services a fee proportionate to that stated in Paragraph 11.03A.2. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, expressage, and similar petty cash items in connection with the Work. i. Cost of premiums for additional Bonds and insurance required because of changes in the Work and premiums for property insurance coverage within the limits of the deductible amounts established by Owner in accordance with Paragraph 5.02D.4. 00 73 00 General Conditions 007300-32 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 B. The term Cost of the Work shall not include any of the following: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor whether at the Site or in Contractor's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 1 1.02A.1 or specifically covered by Paragraph 11.02A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work, and charges against Contractor for delinquent payments. 4. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.02A.5.i above). 5. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraph 11.02A. 11.03 CONTRACTOR'S FEE: A. The Contractor's Fee allowed to Contractor for overhead and profit shall be determined as follows: 1. A mutually acceptable fixed fee; or if none can be agreed upon, 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. For costs incurred under Paragraphs 1 1.02A.1 and 1 1.02A-.2, the Contractor's Fee shall be 10%(negotiable with Owner); b. For costs incurred under Paragraph 1 1.02A.3, the Contractor's Fee shall be 5%; and if a subcontract is on the basis of Cost of the Work Plus a Fee, the maximum allowable to Contractor on account of overhead and profit of all Subcontractors shall be 10%(negotiable with Owner); c. Where one or more tiers of subcontracts are on the basis of the Cost of the Work Plus a Fee and no fixed fee is agreed upon, the intent of Paragraphs 11.03A and 11.02A.1 through A.3 is that the Subcontractor who actually performs or furnishes the Work, at whatever tier, will be paid a fee of ten percent (10%) of the costs incurred by such Subcontractor under Paragraphs 11.02A.1 and l 1.02A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor. d. No fee shall be payable on the basis of costs itemized under Paragraph 11.02A.4, 11.02A.5 and 11.026; 00 73 00 General Conditions 007300-33 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 e. The amount of credit to be allowed by Contractor to Owner for any such change which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in Contractor's Fee by an amount equal to 10% of the net decrease; and f. When both additions and credits are involved in any one change, the adjustment in Contractor's Fee shall be computed on the basis of the net change in accordance with Paragraphs 11.03A.2.a through 1 1.03A.2.d, inclusive. B. Whenever the cost of any Work is to be determined pursuant to Paragraph 11.02A or 11.026, Contractor will submit in form acceptable to Engineer an itemized cost breakdown together with supporting data. 11.04 CASH ALLOWANCES: A. Not applicable. 11.05 UNIT PRICE WORK:' A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established Unit Prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer in accordance with Paragraph 9.08. B. Each Unit Price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. C. Where the quantity of any item of Unit Price Work performed by Contractor exceeds , the estimated quantity of such item indicated in the Agreement by twenty-five percent or more and there is no corresponding adjustment with respect to any other item of Work and if Contractor believes that Contractor has incurred additional ' expense as a result thereof, Contractor may make a claim for an increase in the Contract Price in.accordance with Article 11 if the parties are unable to agree as to the amount of any such increase. t 11.06 RIGHT OF AUDIT: A. Owner shall have the right to inspect and audit all of Contractor's books, records, ' correspondence, instructions, drawings, receipts, payment records, vouchers, and memoranda relating to the Work, and Contractor shall preserve all such records and supporting documentation for a period of three years after date of Final Payment. Contractor hereby grants to Owner the authority to enter Contractor's premises for ' the purpose of inspection of such records and supporting documentation or, at Contractor's option, Contractor may make such records and supporting documentation available to Owner at a location satisfactory to Owner. ' B. All of the records and supporting documentation shall be open to inspection and subject to audit and reproduction by Owner or its authorized representative for any and all purposes, including but not limited to (i) compliance with the Contract ' Documents; (ii) proper pricing of Change Orders; and (iii) claims submitted by or 00 73 00 General Conditions 007300-34 ' WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 against Contractor or any Subcontractor or Supplier in connection with any performance under the Contract Documents. ARTICLE 12 - CHANGE OF CONTRACT TIMES 12.01 GENERAL: A. The Contract Times may only be changed by a Change Order or a Written Amendment. Contractor, in undertaking to complete the Work within the Contract Times, shall take into consideration and make allowances for all of the ordinary delays and hindrances incident to such Work, whether growing out of delays in securing equipment or materials or workmen or otherwise. B. Adjustments to the Contract Times will be made for delays in completion of the Work from causes beyond Contractor's control, including the following: 1. Federal embargoes, priority orders, or other restrictions imposed by the United States Government. 2. Unusual delay in fabrication or shipment of Equipment or Materials required in the Work, whether ordered by Contractor or furnished by Owner or others under separate. contract. 3. Strikes and other labor disputes. 4. Delays caused by court proceedings. 5. Change Orders. 6. Neglect, delay, or default of any other contractor employed by Owner. 7. Unusual construction delays resulting from weather conditions abnormal to the geographical area and to the season of the year such as above normal continuous days of precipitation, above normal amount of precipitation within a 24 hour period, or above normal days of extreme cold or hot temperature conditions affecting installation / application due to manufacturers or specifications limitations. These conditions will not be cause for extensions of time if abnormal weather conditions do not affect the stage of construction. All claims for extension of time due to abnormal weather conditions must be substantiated with evidence from a weather bureau or other authoritative source. Weather conditions normal to the geographical area and to the season of the year shall be taken into consideration in the Bid. Normal conditions shall be defined as the average number of days, amounts, or both over a 5 -year period averaged per season. 8. Conflicts, errors or discrepancies in the Contract Documents reported to Engineer as provided in these General Conditions. 9. Any failure or delay by Contractor in supplying equipment, materials, work, or services that are Year 2000 compliant or failure or delay by Contractor's Subcontractors or Suppliers in providing equipment, materials, work, or services as a result of Subcontractors' or Suppliers' lack of Year 2000 compliance in their own operations, systems, or processes used to provide or deliver equipment, material, work, or services shall not be considered to be caused by events beyond Contractor's control. Such Year 2000 compliance problems shall not constitute a basis for delay in completion of the Work, adjustment to the Contract Times, or an excuse for Contract nonperformance. C. Owner shall award extensions of the Contract Times on account of such causes of delay, provided that adequate evidence is presented to enable Engineer to determine with exactness the extent and duration of delay for each item involved. 00 73 00 General Conditions 007300-35 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 D. No extension to the Contract Times will be granted for delays involving only portions of the Work, or which do not directly affect the time required for completion of the entire Work. E. Any claim for an extension to the Contract Times shall be delivered in writing to Owner and Engineer within ten days of the occurrence of the event giving rise to the claim. All claims for adjustment to the Contract Times will be determined by Engineer if Owner and Contractor cannot otherwise agree. Any change to the Contract Times resulting from any such claim will be incorporated in a Change Order or a Written Amendment. F. All time limits stated in the Contract Documents are of the essence of the Agreement. The provisions of this Article 12 shall not exclude recovery for damages (including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs) for delay by either party. ARTICLE 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; ' CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 13.01 WARRANTY AND GUARANTEE: ' A. Contractor warrants and guarantees to Owner and Engineer that all Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to Contractor. All defective Work, whether or not in place, ' may be rejected, corrected or accepted as provided in this Article 13. B. No provision in the Contract Documents nor any specified guarantee time limit shall be held to limit Contractor's liability for defects to less than the legal limit of liability ' in accordance with the Law. C. All Equipment and Materials furnished by Contractor for the Work shall carry a written guarantee from the manufacturer or Supplier of such items when called for in ' the Specifications. Written guarantees shall be submitted to Engineer with other Submittals. Engineer will transmit such guarantees to Owner for review. 13.02 ACCESS TO THE WORK: ' A. Engineer and Engineer's representatives, other representatives of Owner, testing agencies, and governmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observation, inspecting, and testing. ' Contractor shall provide proper and safe conditions for such access. 13.03 TESTS AND INSPECTIONS: A. Contractor shall give Engineer timely notice of readiness of the Work for all required ' inspections, tests, or approvals and shall cooperate with inspection and testing personnel. B. Owner shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: 1. for inspections, tests, or approvals covered by Paragraphs 13.03C and 13.03D below; 2. that costs incurred in connections with tests or inspections conducted pursuant to Paragraph 13.05B shall be paid as provided in said Paragraph 13.058; and 3. as otherwise specifically provided in the Contract Documents. 00 73 00 General Conditions 007300-36 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2.017 C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) to specifically be inspected, tested, or approved, Contractor shall assume full responsibility therefor, pay all costs in connection therewith, and furnish Engineer the required certificates of inspection, testing, or approval. D. Contractor shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with Owner's or Engineer's acceptance of a Supplier of Materials or Equipment proposed to be incorporated in the Work, or of Materials or Equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. E. All inspections, tests, or approvals other than those required by Laws or Regulations of any public body having jurisdiction shall be performed by organizations acceptable to Owner and Contractor (or by Engineer if so specified). F. If any Work (including the work of others) that is to be inspected, tested, or approved is covered without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Engineer timely notice of Contractor's intention to cover the same and Engineer has not acted with reasonable promptness in response to such notice. G. Neither observations by Engineer nor inspections, tests, or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 13.04 DEFECTIVE WORK: A. The term "defective" is used in these documents to describe Work that is unsatisfactory, faulty, not in conformance with the requirements of the Contract Documents, or not meeting the requirements of any inspection, test, approval, or acceptance required by Law or the Contract Documents. B. Any defective Work may be disapproved or rejected by Engineer at any time before final acceptance even though it may have been overlooked and included in a previous Application for Payment. C. Prompt notice will be given by Engineer to Contractor of defects as they become evident. 13.05 UNCOVERING WORK: A. If any Work is covered contrary to the written request of Engineer, it shall, if requested by Engineer, be uncovered for Engineer's observation and replaced at Contractor's expense. B. If Engineer considers it necessary or advisable that covered Work be observed by Engineer or inspected or tested by others, Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect, and consequential costs of such uncovering, exposure, observation, inspection, and testing and of satisfactory reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals); and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an 00 73 00 General Conditions 007300-37 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, and reconstruction; and, if the parties are unable to agree as to the amount or extent thereof, Contractor may make a claim therefor as provided in Articles l l and 12. 13.06 OWNER MAY STOP THE WORK: A. If the Work is defective, or Contractor fails to supply sufficient'skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor or any other party. 13.07 CORRECTION OR REMOVAL OF DEFECTIVE WORK: A. If required by Engineer, Contractor shall promptly, as directed, either correct all defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by Engineer, remove it from the Site and replace it with non -defective Work. Contractor shall bear all direct, indirect, and consequential costs of such correction or removal (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals) made necessary thereby. 13.08 TWO-YEAR WARRANTY AND CORRECTION PERIOD: A. If within two years after the Date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any Work is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner's written instructions, either correct such defective Work, or, if it has been rejected by Owner, remove it from the Site and replace it with non -defective Work. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective' Work corrected or the rejected Work removed and replaced, and all direct, indirect, and consequential costs of such removal and replacement (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals) will be paid by Contractor. In special circumstances where a particular item of Equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications or by Written Amendment. 13.09 ACCEPTANCE OF DEFECTIVE WORK: A. If, instead of requiring correction or removal and replacement of defective Work, Owner and, prior to Engineer's recommendation of final payment, also Engineer prefers to accept it, Owner may do so. Contractor shall bear all direct, indirect, and consequential costs attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness and to include but not be limited to fees and charges of engineers, architects, attorneys, and other professionals). If any such acceptance occurs prior to Engineer's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties 00 73 00 General Conditions 007300-38 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 are unable to agree as to the amount thereof, Owner may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. 13.10 OWNER MAY CORRECT DEFECTIVE WORK: A. If Contractor fails within a reasonable time after written notice of Engineer to proceed to correct and to correct defective Work or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.07, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, Owner may, after seven days' written notice to Contractor, correct and remedy any such deficiency. In exercising the rights and remedies under this Paragraph, Owner shall proceed expeditiously. B. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment, and machinery at the Site and incorporate in the Work all Equipment and Materials stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. C. Contractor shall allow Owner, Owner's representatives, agents, and employees such access to the Site as may be necessary to enable Owner to exercise the rights and remedies under this Paragraph. D. All direct, indirect, and consequential costs of Owner in exercising such rights and remedies will be charged against Contractor in an amount approved as to reasonableness by Engineer„ and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, Owner may make a claim therefor as provided in Article 11. Such direct, indirect, and consequential costs will include but not be limited to fees and charges of engineers, architects, attorneys and other professionals, all court and arbitration costs, and all costs of repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's defective Work. E. Contractor shall not be allowed an extension of the Contract Times because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 SCHEDULE OF VALUES: A. The schedule of values established will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 APPLICATION FOR PROGRESS PAYMENT: A. Not later than the 15`h day of each month, or on the next business day thereafter, (but not more often than once a month), Contractor shall submit to Engineer for review an Application for Payment filled out and signed by Contractor covering the Work 00 73 00 General Conditions 007300-39 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas.. JUNE 2017 completed as of the date of the Application and accompanied by such supporting documentation as -is required by the Contract Documents. B. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. C. If payment is requested on the basis of Equipment and Materials not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of gale, invoice, or other documentation warranting that Owner has received the Equipment and Materials free and clear of all liens, charges, security interests, and encumbrances (which are hereinafter in these General Conditions referred to as "Liens") and evidence that the Equipment and Materials are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which will be satisfactory to Owner. D. The amount of retainage with respect to progress payments will be as stipulated in Paragraph 14.04G. 14.03 CONTRACTOR'S WARRANTY OF TITLE: A. Contractor warrants and guarantees that title to all Work, Materials, and Equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens. 14.04 REVIEW OF APPLICATION FOR PROGRESS PAYMENT: A. Engineer will, within seven days after receipt of each Application For Payment, either indicate in writing a recommendation of payment and present the Application to Owner (subject to the provisions of the last sentence of Paragraph 14.04D), or return the Application to Contractor indicating in writing Engineer's reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. After the required internal reviews and processing by the Owner, the Owner will diligently proceed to make payment to the Contractor, in accordance with the approved payment request, within 30 days. All efforts will be made to make payments within the 30 day period, but the Owner cannot guarantee the 30 days maximum time. B. Engineer's recommendation of any payment requested in an Application for Payment will constitute a representation by Engineer to Owner, based on Engineer's on -Site observations of the Work in progress as experienced and qualified design professionals and on Engineer's review of the Application for Payment and the accompanying data and schedules that the Work has progressed to the point indicated; that, to the best of Engineer's knowledge, information, and belief, the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to.or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, to a final determination of quantities and classifications for Unit Price Work under Paragraph 9.08, and to any other qualifications stated in the recommendation); and that Contractor is entitled to payment of the amount recommended. However, by recommending any such payment, Engineer will not thereby be deemed to have represented that exhaustive or continuous on -Site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents, or 00 73 00 General Conditions 007300-40 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 that there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or Owner to withhold payment to Contractor. C. Engineer's recommendation of final payment will constitute an additional representation by Engineer to Owner that the conditions precedent to Contractor's being entitled to final payment as set forth in Paragraph 14.09 have been fulfilled. D. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be incorrect to make such representations to Owner. ` Engineer may also refuse to recommend any such payment, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in Engineer's opinion to protect Owner from loss because: 1. The Work is defective, or completed Work has been damaged requiring correction or replacement. 2. Written claims have been made against Owner or Liens have been filed in connection with the Work. 3. The Contract Price has been reduced by Written Amendment or Change Order 4. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13. 10, 5: Of Engineer's actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02B. 6. Of Contractor's unsatisfactory prosecution'of the Work in accordance with the Contract Documents. 7. Contractor's failure to make payment to Subcontractors, or for labor, Materials, or Equipment, or 8. Engineer shall not certify payments requesting more than eighty (80) percent of the Contract amount until such time as all operation, maintenance, repair, and replacement manuals, and product data has been furnished by the Contractor to the Owner. E. Owner may refuse to make payment of the full amount recommended by Engineer because claims have been made against Owner on account of Contractor's performance of furnishing of the Work, or Liens have been filed in connection with the Work, or there are other items entitling Owner to a set-off against the amount recommended, but Owner must give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action. F. When all grounds for withholding payment are removed, payment will be made in the amounts withheld because of them. G. Progress payments will be in the amount of 90% of the amount of the Work completed and 100% of Equipment and Materials suitably stored and documented as indicated on the Application for Payment less the sum of all previous payments. When the amount retained by Owner becomes equal to 5% of the Contract Price, the remaining progress payments will be made in full, provided Contractor's performance is satisfactory in the opinions of Engineer and Owner. 14.05 SUBSTANTIAL COMPLETION: A. When Contractor considers the entire Work ready for its intended use, Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion. 00 73 00 General Conditions 007300-41 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 B. Within a reasonable time thereafter, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing giving his reasons therefor. If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Owner a tentative certificate of Substantial Completion which will fix the Date of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. C. Owner shall have seven days after receipt of the tentative certificate during which to make written objection to Engineer as to any provisions of the certificate or attached list. If, after considering such objections, Engineer concludes that the Work is not substantially complete, Engineer will within fourteen days after submission of the tentative certificate to Owner notify Contractor in writing, stating the reasons therefor. If, after consideration of Owner's objections, Engineer considers the Work substantially complete, Engineer will within said fourteen days execute and deliver to Owner and Contractor a definitive certificate of Substantial Completion (with a revised tentative list of items to be completed or corrected) reflecting such changes from the tentative certificate as Engineer believes justified after consideration of any objections from Owner. D. At the time of delivery of the tentative certificate of Substantial Completion, Engineer will deliver to Owner and Contractor a written recommendation as to division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, heat, utilities, insurance, and warranties. E. Unless Owner and Contractor agree otherwise in writing and so inform Engineer prior to Engineer's issuing the definitive certificate of Substantial Completion, Engineer's aforesaid recommendation will be binding on Owner and Contractor until final payment. F. Owner shall have the right to exclude Contractor from the Work after the Date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative list. 14.06 PARTIAL UTILIZATION: A. Use by Owner of any finished part of the Work, which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and useable part of the Work that can be used by Owner without significant interference with Contractor's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 1. Owner at any time may request Contractor in writing to permit Owner to use any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If Contractor agrees, Contractor will certify to Owner and Engineer that said part of the Work is substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of 00 73 00 General Conditions 007300-42 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 completion. If Engineer does not consider that part of the Work to be substantially complete, Engineer will notify Owner and Contractor in writing giving the reasons therefor. If Engineer considers that part of the Work to be substantially complete, the provisions of Paragraph 14.05 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 2. Owner may at any time request Contractor in writing to permit Owner to take over operation of any such part of the Work although it is not substantially complete. A copy of such request will be sent to Engineer and within a reasonable time thereafter, Owner, Contractor, and Engineer shall make an inspection of that part of the Work to determine its status of completion and will prepare a list of the items remaining to be completed or corrected thereon before final payment. If Contractor does not object in writing to Owner and Engineer that such part of the Work is not ready for separate operation by Owner, Engineer will finalize the list of items to be completed or corrected and will deliver such list to Owner and Contractor together with a written recommendation as to the division of responsibilities pending final payment between Owner and Contractor with respect to security, operation, safety, maintenance, utilities, insurance, warranties, and guarantees for that part of the Work, which will become binding upon Owner and Contractor at the time when Owner takes over such operation (unless they shall have otherwise agreed in writing and so informed Engineer). During such operation and prior to Substantial Completion of such part of the Work, Owner shall allow Contractor reasonable access to complete or correct items on said list and to complete other related Work. 3. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of Paragraph 5.021 in respect of property insurance. 14.07 FINAL INSPECTION: A. Upon written notice from Contractor that the Work or an agreed portion thereof is complete, Engineer will make a final inspection with Owner, Engineer, and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. 14.08 FINAL APPLICATION FOR PAYMENT: A. After Contractor has completed all such corrections to the satisfaction of Engineer and delivered all maintenance and operating instructions, schedules, guarantees, Bonds, certificates of inspection, marked -up record documents, and other documents - all as required by the Contract Documents, and after Engineer has indicated that the Work is acceptable (subject to the provisions of Paragraph 14.11), Contractor may make application for final payment following the procedure for progress payments. B. The final Application for Payment shall be accompanied by all documentation called for in the Contract Documents, together with complete and legally effective releases or waivers (satisfactory to Owner) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by Owner, Contractor may furnish receipts or releases in full; an affidavit of Contractor that the releases and receipts include all labor, services, Material, and Equipment for which a Lien could be filed, and that all payrolls, Equipment and Material bills, and other indebtedness connected with the Work for which Owner or Owner's property might in any way be 00 73 00 General Conditions 007300-43 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 responsible, have been paid or otherwise satisfied; and consent of the surety, if any, to final payment. If any Subcontractor or Supplier fails to furnish a release or receipt in full, Contractor may furnish a Bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. 14.09 FINAL PAYMENT AND ACCEPTANCE: A. If, on the basis of Engineer's observation of the Work during construction and final inspection, and Engineer's review of the final Application for Payment and accompanying documentation -- all as required by the Contract Documents, Engineer ' is satisfied that the Work has been completed and Contractor's other obligations under the Contract Documents have been fulfilled, Engineer will, within fourteen days after receipt of the final Application for Payment, indicate in writing Engineer's recommendation of payment and present the Application to Owner for payment. Thereupon, Engineer will give written notice to Owner and Contractor that the Work is acceptable (subject to the provisions of Paragraph 14.11). Otherwise, Engineer will return the Application to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application. Thirty days after presentation to Owner of the Application and accompanying documentation, in appropriate form and substance, and with Engineer's recommendation and notice of acceptability, the amount recommended by Engineer will become due and will be paid by Owner to Contractor. B. If, through no fault of Contractor, final completion of the Work is significantly delayed and if Engineer so confirms, Owner shall, upon receipt of Contractor's final Application for Payment and recommendation of Engineer, and without terminating ' the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. The written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such ' payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. C. The Final Pay Estimate will include all sums remaining to be paid. ' 14.10 CONTRACTOR'S CONTINUING OBLIGATION: A. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or ' final payment by Engineer, nor the issuance of a certificate of Substantial Completion, nor any payment by Owner to Contractor under the Contract Documents, nor any use or occupancy of the Work or any part thereof by Owner, nor ' any act of acceptance by Owner nor any failure to do so, nor any review and approval of a Submittal, nor the issuance of a notice of acceptability by Engineer pursuant to Paragraph 14.09, nor any correction of defective Work by Owner will constitute an ' acceptance of Work not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents (except as provided in Paragraph 14.11). 14.11 WAIVER OF CLAIMS: The making and acceptance of final payment will constitute: ' A. A waiver of all claims by Owner against Contractor, except claims arising from unsettled Liens, from defective work appearing after final inspection pursuant to Paragraph 14.07, or from failure to comply with the Contract Documents or the terms 00 73 00 General Conditions 007300-44 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 of any special guarantees specified therein; however, it will not constitute a waiver by Owner of any rights in respect of Contractor's continuing obligations under the Contract Documents; and B. A waiver of all claims by Contractor against Owner other than those previously made in writing and still unsettled. 14.12 INTEREST: NOT APPLICABLE. ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.01 OWNER MAY SUSPEND WORK: A. Owner may, at any time and without cause, suspend the Work or any portion thereof for a period of not more than 90 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 increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to any suspension if Contractor makes an approved claim therefor as provided in Articles 11 and 12. 15.02 . OWNER MAY TERMINATE: A. Upon the occurrence of any one or more of the following events: 1. If Contractor commences a voluntary case under any chapter of the Bankruptcy Code (Title 11, United States Code), as now or hereafter in effect, or if Contractor takes any equivalent or similar action by filing a petition or otherwise under any other federal or state Law in effect at such time relating to the bankruptcy or insolvency; 2. If a petition is filed against Contractor under any chapter of the bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against Contractor under any other federal or state Law in effect at the time relating to bankruptcy or insolvency; 3. If Contractor makes a general assignment for the benefit of creditors; 4. If a trustee, receiver, custodian, or agent of Contractor is appointed under applicable Law or under contract, whose appointment or authority to take charge of property of Contractor is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of Contractor's creditors; 5. If Contractor admits in writing an inability to pay its debts generally as they become due; 6. 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 Equipment or. Materials or failure to adhere to the progress schedule established under Paragraph 2.07 as revised from time to time); 7. If Contractor disregards Laws or Regulations of any public body having jurisdiction; 8. If Contractor disregards the authority of Engineer; or 9. If Contractor otherwise violates in any substantial way any provisions of the Contract Documents; B. Owner may, after giving Contractor (and the surety, if there be one) ten days' written notice and to the extent permitted by Laws and Regulations, terminate the services of 00 73 00 General Conditions 007300-45 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 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 Equipment and Materials stored at the Site or for which Owner has paid Contractor but which are stored elsewhere, and finish the Work as Owner may deem expedient. In such case, Contractor shall not be entitled to receive any further payment until the Work is finished. if the unpaid balance of the Contract Price exceeds the direct, indirect, and consequential costs of completing the Work (including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs), such excess will be paid to Contractor. If such costs exceed such unpaid balance, Contractor shall pay the difference to Owner. Such costs incurred by Owner will be approved as to reasonableness by Engineer and incorporated in a Change Order, but when exercising any rights or remedies under this Paragraph, Owner shall not be required to obtain the lowest price for the Work performed. C. 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 to Contractor by Owner will not release Contractor from liability. D. Upon ten days' written notice to Contractor and Engineer, Owner may, without cause and without prejudice to any other right or remedy, elect to abandon the Work and terminate the Agreement. In such case, Contractor shall be paid for all Work executed and any expense sustained plus reasonable termination expenses, which will include, but not be limited to, direct, indirect, and consequential costs (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs). 15.03 CONTRACTOR MAY STOP WORK OR TERMINATE: A. If, through no act or fault of Contractor, the Work is suspended for a period of more than 90 days by Owner or under an order of court or other public authority, or Engineer fails to act on any Application for Payment within 30 days after it is submitted, or Owner fails for 30 days to pay Contractor any sum finally determined to be due, then Contractor may, upon ten days' written notice to Owner and Engineer, terminate the Agreement and recover from Owner payment for all Work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement, if Engineer has failed to act on an Application for Payment or Owner has failed to make any payment as aforesaid, Contractor may upon ten days' written notice to Owner and Engineer stop the Work until payment of all amounts then due. The provisions of this Paragraph shall not relieve Contractor of the obligations under Paragraph 6.15 to carry on the Work iri accordance with the progress schedule and without delay during disputes and disagreements with Owner. ARTICLE 16 - RESOLUTION OF DISPUTES 16.01 RESOLUTION OF CLAIMS AND DISPUTES A. Contractor's claims against Owner will be reviewed by Engineer, who shall take one or more of the following actions within ten (10) days after receipt of a claim: 1. Request additional supporting data from the claimant; 2. Submit a schedule to Contractor indicating reasonable time within which Engineer expects to take action; 3. Reject the Claim in whole or in part, stating reasons for rejection; 00 73 00 General Conditions 007300-46 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 4. Recommend approval of the claim; or 5. Suggest a compromise. B. Owner's claims against Contractor will be reviewed by Contractor who shall take one or more of the following actions within ten (10) days after receipt of the Claim: 1. Request additional supporting data from Engineer; 2. Submit a schedule to the Engineer indicating a reasonable time within which Contractor expects to take action; 3. Deny the claim in whole or in part, stating reasons for denial; 4. Recommend approval of the claim; or 5. Suggest a compromise. C. If a claim has been resolved, the Owner will prepare or obtain appropriate documentation. D. If a claim has been denied or if no action has been taken in the manner provided in Paragraphs 16.01 A or 16.01 B, then the claimant, within ten (10) days thereafter, may notify the Owner, the other party, and Contractor's surety that Engineer and Contractor have been unable to resolve the claim. In that event, the Owner, pursuant to Paragraph 16.01 E shall review the claim and make a decision on the claim. E. If a claim is presented to the Owner, then the Owner shall review the claim and make a decision within fourteen (14) days. F. Disputes that cannot be settled through negotiation or the procedures in Paragraphs 16.01 A through 16.01 E above, shall be settled as mutually agreed or in a court of competent jurisdiction within the State of Arkansas. G. Arbitration shall not be used in the settlement of disputes. ARTICLE 17 - MISCELLANEOUS 17.01 GIVING NOTICE: A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. 17.02 COMPUTATION OF TIME: A. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the Law of the applicable jurisdiction, such day will be omitted from the computation. B. A calendar day of 24 hours measured from midnight to the next midnight shall constitute a day. 17.03 CLAIMS, CUMULATIVE REMEDIES: A. Should Owner or Contractor suffer injury or damage to person or property because of any error, omission, or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions'ofthis Paragraph shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 00 73 00 General Conditions 007300-47 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 B. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon Contractor by Paragraphs 6.16A, 13.01, 13.08, 13.10, 14.03, and 15.02A and all of the rights and remedies available to Owner and Engineer thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents, and the provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. All representations, warranties, and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. 17.04 FREEDOM OF INFORMATION ACT: A. City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contactor shall do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.) Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. END OF SECTION 00 73 00 00 73 00 General Conditions 007300-48 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 01 10 00 SUMMARY OF WORK PART1- GENERAL 1.01 SUMMARY: A. This Section summarizes the Work covered in detail in the complete Contract Documents. B. Owner: The City of Fayetteville, Arkansas, 113 West Mountain Street, Fayetteville, AR 72701 is contracting for Work described in the Contract Documents.` 1. Contract Identification: Water Sewer Outbuilding Improvements 2. Location: Fayetteville, Arkansas. C. Engineer: The Contract Documents were prepared CROMWELL ARCHITECTS ENGINEERS, INC. 1.02 PROJECT DESCRIPTION: The Contract includes, but is not limited to, construction of the New Material Storage building and additions and alterations to the Vehicle Storage building as indicated by the Contract Documents. 1.03 WORK BY OTHERS: A. Work Under Other Contracts: None. B. Work by Owner: None. C. Other Activities: None 1.04 CONTRACTOR'S USE OF PREMISES: A. Exclusive Use: During the construction period, Contractor shall have full use of the Vehicle Storage building for the execution of the Work. Use of the Vehicle Storage building is limited only by Owner's right to perform duties and functions as stated in the GENERAL CONDITION and in this section. During the construction period, Contractor shall have full use of immediate area around the New Materia] Storage building for the execution of the Work. Working hours will be lam to 4pm Monday - Friday only. 1.05 OWNER'S USE OF PREMISES: A. Partial Owner Occupancy: The Owner reserves the right to occupy completed areas of,the contract, prior to Substantial Completion provided that such occupancy does not interfere with completion of the Work. Such partial occupancy shall not constitute acceptance of the total Work. 1.06 WORK SEQUENCE: A. General: Construction sequence shall be determined by Contractor subject to Owner's need for continuous operation of existing facilities, and subject to the requirements as indicated or specified. B. Continuous Service of Existing Facilities: Exercise caution and schedule operations to ensure that functioning of present facilities will'not be disrupted. Shutdown of Owner's operating facilities to -perform the Work shall be held to a minimum length 0l 10 00 — Summary of Work 01 1000-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 of time and shall be coordinated with Owner who shall have control over the timing and schedules of such shutdowns. 1.07 PREORDERED EQUIPMENT AND MATERIALS: NONE. 1.08 MEASUREMENT AND PAYMENT: A. Unit Price Contracts: All Work indicated on the Contract Drawings and specified in the Contract Documents shall be included in the "Unit Price Schedule" in the Agreement. A Unit Price is an amount proposed by Contractor and stated in the Agreement as a price per unit of measurement for materials or services. B. Specific Items: Measurement and payment of specific items shall be as specified in each applicable Section of the TECHNICAL SPECIFICATIONS. 1.09 COPIES OF DOCUMENTS: A. Furnished Copies: After execution of Agreement, Contractor will be furnished at no cost, a maximum of three (3) sets of Contract Documents consisting of full-size Contract Drawings including revised Drawings and the Project Manual, in addition to those used in execution of the Agreement. B. Additional Copies: Additional copies of above documents will be supplied by Engineer upon request of Contractor and approval of Owner. 1.10 LIST OF DRAWINGS (AND SCHEDULES): A. Contract Drawings: 1. Each sheet of the Contract Drawings bears the following general title: Water Sewer Outbuilding Improvements 2. Individual sheet numbers and titles are as stated on SHEET INDEX. B. Reference Drawings: 1. Reference Drawings included with the set of Contract Drawings are as stated on INDEX OF DRAWINGS on Sheet G-001 Cover. 1.11 SCHEDULE OF OWNER -SUPPLIED EQUIPMENT AND MATERIALS: NONE. PART 2 - PRODUCTS — NOT APPLICABLE. PART 3 - EXECUTION — NOT APPLICABLE. END OF SECTION 0110 00 0l 10 00 — Summary of Work 01 1000-2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 01 22 00 UNIT PRICES PART1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Submission procedures. 2. Changes of Contract Sum. 3. Description of Unit Prices. B. Related Sections: 1. SECTION 00 41 13— BID FORM. 2. SECTION 00 52 13 —AGREEMENT. 3. SECTION 00 73 00 — GENERAL CONDITIONS.. 1.02 SUBMISSION PROCEDURES A. Insert on SECTION 00 41 13 — BID FORM, Unit Prices for Work or materials listed in this Section. 1;. Such Unit Prices shall apply for additions and deletions. 1.03 CHANGES'TO CONTRACT SUM A. Unit Prices shall constitute full compensation or credit, as the case may be, for the complete provision, fabrication, and installation of each item listed in this Section based solely on Work in place, including all necessary labor, product, tools, equipment, transportation, services and incidentals, appurtenances, and connections required to complete the Work in place, and including insurance, overhead, profit and supervision. B. The Unit Prices are listed on SECTION 00 41 13 — BID FORM, and will apply to the net change on any given change to the scope of Work. C. Unit Prices accepted by the Owner and Contractor shall be identified in the Owner - Contractor Agreement. D. Contractor shall take measurements and compute quantities for which Unit Price items are applicable. 1. Engineer will verify measurements and quantities. a. Contractor shall assist Engineer by providing necessary equipment, workers, and survey personnel as the Engineer requires. 2. Final payment for Work governed by Unit Prices will be made on the basis of the actual measurements and quantities accepted by the Engineer multiplied by the Unit Price for Work which is incorporated in or made necessary by the Work. 3. Payment will not be made for any of the following: a. Products wasted or disposed of in a manner unacceptable to -Engineer. b. Products which Engineer determines as unacceptable before or after installation. c. Product not completely unloaded from the transporting vehicle. d. Products installed beyond the lines and levels of the required Work. e. Products not installed after completion of Work. f. Loading, hauling, and disposing of rejected Products. 01 22 00 Unit Prices 01 2200-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 1.04 DESCRIPTION OF UNIT PRICES 2015-092 JUNE 2017 Measurement and Payment of specific items shall be as specified in each applicable section of the TECHNICAL SPECIFICATIONS. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED Ol 22 00 Unit Prices w END OF SECTION 0122 00 01 2200-2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 01 22 13 MEASUREMENT & PAYMENT PART 1 - GENERAL 1.1 SUMMARY A. This section includes delineation of measurement and payment criteria applicable to unit price work related to water and sewer, whether the unit price items are part of a unit price contract or are part of a Stipulated Price contract. B. Defect assessment and non-payment for rejected work. 1.2 AUTHORITY A. Measurement methods are delineated for each individual bid item under this section. B. The Engineer will take all measurements and compute quantities accordingly. C. Contractor shall assist by providing necessary equipment, workers, and survey personnel as required. 1.3 UNIT OUANTITIES SPECIFIED A.. Quantities and measurements indicated in the Bid Form are for bidding and contract purposes only. Quantities and measurements supplied or placed in the Work and verified by the Engineer shall determine payment: B. If the actual Work requires more or fewer quantities than those quantities indicated, provide the required quantities at the unit prices contracted. 1.4 MEASUREMENT OF OUANTITIES A. Measurement by Weight: Items measured by weight will use specified standard handbook weights unless otherwise specified in this section for an individual item. B. Measurement by Volume: Unless herein noted differently, volume shall be measured by cubic dimension using mean length, width and height or thickness with survey chain, steel tape, approved distance meter, or by use of Total Surveying Stations and Engineering Software, as approved by Engineer. C. Measurement by Area: Unless herein noted differently, area shall be measured by square dimension using mean length and width or radius, with survey chain, steel tape, approved distance meter, or by use of Total Surveying Stations and Engineering Software, as approved by Engineer. D. Linear Measurement: Unless herein noted differently, linear measurements shall be measured at the item centerline or mean chord, with survey chain, steel tape, approved distance meter, or by use of Total Surveying Stations and Engineering Software, as approved by Engineer. E. Stipulated Price Measurement: Items measured by weight, volume, area, or linear means or combination, as appropriate, as a completed item or unit of the Work. 1.5 PAYMENT A. Payment Includes: Except as modified herein, payment shall be full compensation for all required labor, products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. 01 22 13 - Measurement and Payment 01 22 13-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 B. Final payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities accepted by the Engineer multiplied by the unit price for Work which is incorporated in or made necessary by the Work. 1.6 DEFECT ASSESSMENT A. Replace the Work, or portions of the Work, not conforming to specified requirements. B. If, in the opinion of the Engineer, it is not practical to remove and replace the Work, the Engineer will direct the following remedy: 1. The defective Work will be repaired to the instructions of the Engineer, and the unit price will be adjusted to a new price at the discretion of the Engineer. C. The authority of the Engineer to assess the defect and identify payment adjustment is final. 1.7 NON-PAYMENT FOR REJECTED PRODUCTS A. Payment will not be made for any of the following: 1. Products wasted or disposed of in a manner that is not acceptable. 2. Products determined as unacceptable before or after placement. 3. Products not completely unloaded from the transporting vehicle. 4. Products placed beyond the lines, levels or boundaries of the required Work. 5. Products remaining on hand after completion of the Work. 6. Loading, hauling and disposing of rejected Products. 7. Work performed beyond the specified limits unless authorized by the Engineer. 1.8 BID ITEMS Total Bonds, Insurances & Contract Submittals The items required by this item will be paid for at the lump sum (LS) price bid for Bonds, Insurances and Contract Submittals shown in the Unit Price Schedule for the item listed above. Mobilization The work required by this item will be paid for at the lump sum (LS) price bid for Mobilization shown in the Unit Price Schedule for the item listed above. The amount of this bid item shall not exceed 5% of the total bid price. This item shall consist of preparatory work and operations, including those necessary for the movement of personnel, equipment, supplies, and incidentals to or away from the project site and departure from the site after the project is completed and accepted. Contractor is responsible for final clean-up or restoration of all locations disturbed by the construction or installation process. This item shall also include other work and operations that must be performed, or for expenses incurred, before beginning work on the various Contract items on the project site. It shall also include any spot digging to verify existing utility locations, and any spot digging required at proposed connection and intersection locations. It shall also include pre -construction costs which are necessary direct costs to the project and are of a general nature rather than directly attributable to other pay items under the Contract. Periodic payments will be made in proportion to the amount of work accomplished, as determined by the 01 22 13'- Measurement and Payment 01 22 13-2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 Owner, and will be full compensation for mobilization, including all materials, labor, and incidentals necessary to perform the work. Construction required for the Addition and Alterations to Vehicle Storage Building, and all related construction. Work completed under this item shall be measured and paid for at the lump sum (LS) price bid for Addition and Alterations to Vehicle Storage Building and all related construction, as shown on the plans, or as directed by the Owner or Engineer, and accepted by the City. Payment shall be full compensation for all materials, equipment, tools, labor, and incidentals necessary to complete the Additions and Alterations to Vehicle Storage Building and all related construction. Construction required for the Materials Storage Building and all related construction. Work completed under this item shall be measured and paid for at the lump sum (LS) price bid for Construction required for the Materials Storage Building and all related construction, as shown on the plans, or as directed by the Owner or Engineer, and accepted by the City. Payment shall be full compensation for all materials, equipment, tools, labor, and incidentals necessary to complete installation tests and reports for Construction required for the Materials Storage Building and all related construction. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION 0122 13 01 22 13 -Measurement and Payment 01 22 13-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas SECTION 01 26 00 CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 2015-092 JUNE 2017 1.01 SUMMARY A. Section Includes: 1. Minor changes in the Work. 2. Proposal request. 3. Work Change Directive. B. Related Sections: 1. SECTION 00 73 00 — GENERAL CONDITIONS. 2. Supplementary Conditions. 1.02 MINOR CHANGES IN THE WORK A. Engineer will advise Contractor of minor changes in Work not involving an adjustment to Contract Price or Contract Times as authorized by the SECTION 00 73 00 — GENERAL CONDITIONS, Subparagraph 9.05 by issuing Field Orders. 1.03 PROPOSAL REQUEST A. Owner -Initiated Proposal Requests: 1. ENGINEER may issue a Proposal Request, including detailed descriptions of proposed changes in the Work that may require adjustment to the Contract Price or the Contract Time. i a. If necessary, the description will include supplemental or revised Drawings and Specifications. b. Proposal Requests issued by ENGINEER are for information only. Do not consider them instructions either to stop Work in progress or to execute the proposed change. 2. CONTRACTOR shall submit cost proposal, including any request for an extension in Contract Times, within 14 days of receipt of Proposal Request. 3. In order to facilitate checking of CONTRACTOR's proposals for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of cost including labor, materials, and Subcontracts. Labor and materials shall be itemized in a manner acceptable to the Engineer. Where major cost items are Subcontracts, they shall be itemized also. Document each proposal for a change in cost or time with sufficient data to support computations, including the following: a. Include list of quantities of Products, labor, and equipment required or eliminated and unit costs, with total amount of purchases and credits to be made. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. c. Indicate amounts for insurance and bonds. d. Indicate amounts for Contractor's overhead and profit. e. Include justification for any change in Contract Time. f. Include credit for deletions from Contract, similarity documented. 01 26 00 Contract Mod Procedures 01 2600-1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 g. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. (1) Use available total float before requesting an extension of the Contract Time. 4. On Owner's approval of a proposal request, Engineer will issue Change Orders for signatures by Owner and Contractor as provided in the SECTION 00 73 00 —GENERAL CONDITIONS. a. Upon execution of a Change Order, Contractor shall promptly revise Construction Progress Schedule and Schedule of Values accordingly. 1.04 WORK CHANGE DIRECTIVE A. Engineer may issue a Work Change Directive, signed by Owner and Engineer, including detailed descriptions of changes, and identifying method for determining any change in Contract Price or Contract Time, instructing Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Contractor shall promptly execute the change. 2. Work Change Directives shall be issued on Owner's standard form. B. Contractor shall maintain detailed records for changes in the Work performed on a time and material basis. 1. Submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. C. Engineer will issue Change Order CONDITIONS. D. Upon execution of a Change Order, Contractor shall promptly revise Construction Progress Schedule and Schedule of Values for signatures by Owner and Contractor as provided in DOCUMENT 00 73 00 — GENERAL CONDITIONS accordingly. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION 0126 00 0l 26 00 Contract Mod Procedures 01 2600-2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 01 29 00 PAYMENT PROCEDURES PART1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Schedule of values. 2. . Applications for payment. B. Related Sections: SECTION 00 73 00 — GENERAL CONDTIONS. 1.02 APPLICATIONS FOR PAYMENT A. Format: As approved by Owner. B. Payment Period: As specified under SECTION 00 73 00 — GENERAL CONDITIONS Article 14. C. Preparation of Applications: 1. Present required information in typewritten form. 2. Execute application by signature of authorized officer of Contractor's firm. 3. Indicate dollar value in each column of each line item for portion.of Work completed through the last day of the application period, and for products properly stored in accordance with the Contract Documents through the last - day of the previous application period. 4. Round off dollar values to nearest dollar. 5. Complete every entry on form. 6. Indicate each authorized Change Order as separate items on continuation sheet. a. List by appropriate Change Order Number. b. Indicate dollar value breakdown of each Change Order by each applicable Project Manual Section. D. Submittal Procedure: 1. Comply with SECTION 00 73 00 - GENERAL CONDITIONS Article 14. 2. Submit 5 copies of each Application for Payment. 3. Submit an updated Construction Progress Schedule with each Application for Payment. 4. Submit waivers of mechanics liens from Contractor, Subcontractors, sub - subcontractors, and Material and Equipment Suppliers for amounts certified by Engineer for construction period covered by previous application for payment. a. Submit on form acceptable to Owner. 5. Substantiating data: a. When Owner or Engineer requires substantiating information to support Contractor's application for payment, submit data justifying dollar amounts which are in question. b. Provide 1 copy of data with cover letter for each copy of Application for Payment. (1) Indicate application number and date. (2) List each item in question by continuation sheet identification. 0l 29 00 Payment Procedures 01 2900- 1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 6. Submit application for final payment in accordance with SECTION 00 73 00 — GENERAL CONDITIONS Article 14. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION 0129 00 0l 29 00 Payment Procedures 01 29 00- 2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 01 30 00 ADMINISTRATIVE REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Preconstruction meeting. B. Progress meetings. C. Construction progress schedule. D. Submittals for review, information, and project closeout. E. Number of copies of submittals. F. Submittal procedures. .G. Request for information. 1.02 RELATED REQUIREMENTS A. Section 01 33 00 - Submittal Procedures. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PRECONSTRUCTION MEETING A. Architect Engineer will schedule a meeting after Notice of Award. B. Attendance Required: 1. Owner. 2. Architect Engineer. 3. Contractor. C. Agenda: 1. Execution of Owner -Contractor Agreement. 2. Submission of executed bonds and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors, list of Products, schedule of values, and progress schedule. 5. Designation of personnel representing the parties to Contract and Architect Engineer. 6. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 7. Scheduling. D. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect Engineer, Owner, participants, and those affected'by decisions made. 3.02 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the Work at maximum weekly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: Job superintendent, major Subcontractors and suppliers, Owner, Architect Engineer, as appropriate to agenda topics for each meeting. D. Agenda: 1. Review minutes of previous meetings. 2. Review of Work progress. 3. Field observations, problems, and decisions. 4. Identification of problems that impede, or will impede, planned progress. 5. Review of submittals schedule and status of submittals. 6. Maintenance of progress schedule. ADMINISTRATIVE REQUIREMENTS ' 1 013000-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 7. Corrective measures to regain projected schedules. 8. Planned progress during succeeding work period. 9. Coordination of projected progress. 10. Maintenance of quality and work standards. 11. Effect of proposed changes on progress schedule and coordination. 12. Other business relating to Work. E. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect Engineer, Owner, participants, and those affected by decisions made. 3.03 CONSTRUCTION PROGRESS SCHEDULE A. Within 10 days after date established in Notice to Proceed, submit preliminary schedule . B. If preliminary schedule requires revision after review, submit revised schedule within 10 days. C. Within 7 days after review of preliminary schedule, submit draft of proposed complete schedule for review. 1. Include written certification that major Subcontractors have reviewed and accepted proposed schedule. D. Within 7 days after joint review, submit complete schedule. E. Submit updated schedule with each Application for Payment. 3.04 SUBMITTALS FOR REVIEW A. When the following are specified in individual sections, submit them for review: 1. Product data. 2. Shop drawings. 3. Samples for selection. 4. Samples for verification. 5. Submittals as requested by Architect Engineer. 6. Other types as indicated. B. Submit to Architect Engineer for review for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. C. Samples will be reviewed only for aesthetic, color, or finish selection. D. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article below and for record documents purposes described in Section 01 78 00 - Closeout Submittals. 3.05 SUBMITTALS FOR INFORMATION A. When the following are specified in individual sections, submit them for information: 1. Design data. 2. Certificates: 3. Test reports. 4. Inspection reports. 5. Manufacturer's instructions. 6. Manufacturer's field reports. 7. Other types indicated. B. Submit for Architect Engineer's knowledge as contract administrator or for Owner. No action will be taken. 3.06 SUBMITTALS FOR PROJECT CLOSEOUT A. Submit Correction Punch List for Substantial Completion. B. Submit Final Correction Punch List for Substantial Completion. C. When the following are specified in individual sections or otherwise required, submit them at project closeout: 1. Project record documents. 2. Operation and maintenance data. ADMINISTRATIVE REQUIREMENTS 01 3000-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 3. Warranties. 4. Bonds: 5. Other types as indicated. D. Submit for Owner's benefit during and after project completion. 3.07 NUMBER OF COPIES OF SUBMITTALS A. Documents for Review: 1. Small Size Sheets, Not Larger Than 8-1/2 x 11 inches: Submit the number of copies that Contractor requires, plus two copies that will be retained by Architect Engineer. B. Documents for Information: Submit two copies. C. . Documents for Project Closeout: Make one reproduction of submittal originally reviewed. Submit one extra of submittals for information. D. Samples: Submit the number specified in individual specification sections', one of which will be retained by Architect Engineer. 1. After review, produce duplicates. 2. Retained samples will not be returned to Contractor unless specifically so stated. 3.08 SUBMITTAL PROCEDURES -- SEE SECTION 01 33 00 - SUBMITTAL PROCEDURES 3.09 REQUEST FOR INFORMATION A. Use AIA Document G716-2004 Request for Information. A copy follows the end of this section. END OF SECTION ADMINISTRATIVE REQUIREMENTS 01 3000-3 I This page was intentionally left blank for duplex printing. WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 01 32 00 PROJECT MEETINGS, SCHEDULES, AND REPORTS PART1- GENERAL 1.01 Summary: This Section includes the following administrative and procedural requirements: A. Project Meetings: 1. Preconstruction conference. 2. Progress meetings. B. Schedules and Reports: I. Comply with GENERAL CONDITIONS C. Related Work Specified Elsewhere: 1. For Schedules: SECTION 01 32 10. 1.02 PROJECT MEETINGS: A. Preconstruction Conference: 1. Engineer will conduct a meeting within 20 days after the Effective Date of the Agreement, to review items stated in the following agenda and to establish a working understanding between the parties as to their relationships during performance of the Work. 2. Preconstruction conference shall be attended by: a. Contractor and his superintendent. b. Engineer and Resident Project Representative if any. c. Representative(s) of Owner. d.. At Engineer's option, representatives of principal Subcontractors and Suppliers. 3. Meeting Agenda: a. Construction schedules. b. Critical Work sequencing. c. Designation of responsible personnel. d. Project coordination. e. Procedures and Processing of: (1) Field decisions. (2) Substitutions. (3) Submittals. (4) Change Orders. (5) Applications for Payment. (6) Proposal Requests. (7) Contract Closeout. (8) Requests for Interpretation. (9) Field Orders. (10) Work Change Directives. f. Procedures for testing. g. Procedures for maintaining record documents. h. Use of Premises: (1) Office, work, and storage areas. (2) Owner's requirements. i. Construction facilities, controls, and construction aids. j. Temporary utilities. k. Safety and first-aid. 01 32 00 Project Mtgs, Sched, and Reports 01 32 00 — 1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 1. Security. m. Requirements for start-up of equipment. n. Inspection and acceptance of equipment put into service during construction period. o. Distribution of Contract Documents 4. Location of Meeting: At or near the Project Site. 5. Reporting: a. Within 7 working days after the meeting, Engineer will prepare and distribute minutes of the meeting to Owner and Contractor. b. Contractor shall provide copies to Subcontractors and major Suppliers. B.. Progress Meetings: 1. Engineer shall schedule and conduct monthly meetings, or at other intervals as requested by Owner. Representatives of the Engineer, Resident Project Representative, and Contractor shall be present at each meeting. With Engineer's concurrence, Contractor may request attendance by representatives of Subcontractors, Suppliers, or other entities concerned with current program or involved with planning, coordination, or performance of future activities. All participants in the meeting shall be familiar with the Project and authorized to conclude matters relating to the Work. a. Contractor and each Subcontractor represented shall be prepared to discuss the current construction progress report and any anticipated future changes to the schedule. 2. Location of Meetings: At or near Project Site. 3. Reporting: a. Within 7 working days after each meeting, Engineer shall prepare and distribute minutes of the meeting to Owner and Contractor. b. Contractor shall distribute copies to principle Subcontractors and Suppliers. PART 2 - PRODUCTS — Not Applicable. PART 3 - EXECUTION — Not Applicable. END OF SECTION 0132 00 0l 32 00 Project Mtgs, Sched, and Reports 01 3200-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas SECTION 01 32 10 SCHEDULE PART I Z GENERAL 1.01 SUMMARY 2015-092 JUNE 2017 A. This Section includes procedural requirements for preparation, submittal, and updating of Contractor's construction progress schedules. B. Related Work: 1. Documents affecting work of this Section include, but are not limited to: General Conditions, Supplementary Conditions, and Sections in Division I of these Specifications. 2. SECTION 01 29 00 — Payment Procedures. 3. SECTION 01 32 00 — Project Meetings, Schedules, and Reports. 1.02 FORMAT A. Prepare .Schedules as a Gantt chart with separate bar for each major portion of Work or operation, identifying first workday of each week. B. Sequence of Listings: The chronological order of the start of each item of Work. C. Scale and Spacing: To provide space for notations and revisions. D. Sheet Size: Minimum multiples of 8-1/2 x 11 inches. 1.03 CONTENT A. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. The schedule shall clearly indicate the sequence of construction for the various items that involve either existing and/or potentially relocated utilities. This schedule shall have the least negative impact on the adjacent property owners and provide an orderly sequence that will produce the least disruptive action for utilities and their customers. B. Identify work of separate stages and other logically grouped activities. C. Provide sub -schedules to define critical portions of the entire Schedule. D. Show accumulated percentage of completion of each item, and total percentage of Work completed, as of the cut-off date for each monthly pay estimate. 1.04 SUBMITTALS A. Submit a finalized construction progress schedule within fifteen (15) days after date of Notice of Award or at least seven (7) days prior to the pre -construction conference, 01 32 10 Schedule 01 32 10-1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 whichever occurs first. After review, resubmit required revised data within ten (10) days. B. Submit monthly revisions with each pay estimate in the number of opaque reproductions that Engineer requires, plus two copies, which will be retained by Engineer. 1.05 REVISIONS TO SCHEDULES A. Indicate progress of each activity to date of submittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.06 DISTRIBUTION A. Distribute copies of reviewed Schedules to project site file, Subcontractors, suppliers, and other concerned parties. B. Instruct recipients to promptly report, in writing, problems anticipated by projections indicated in Schedules. PART 2 - PRODUCTS: NOT APPLICABLE PART 3 --EXECUTION: NOT APPLICABLE END OF SECTION 0132 10 01 32 10 Schedule t . 01 32 10-2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 01 32 50 CONSTRUCTION PHOTOGRAPHS PART1- GENERAL 1.01 SUMMARY: A. This Section specifies administrative and procedural requirements for construction photographs. 1.02 SUBMITTALS: A. Submit photographs, tapes, films and electronic media as specified in PART 3 — this Section. ' 1.03 QUALITY ASSURANCE: A. Photographs may be taken by Contractor personnel provided the photographs are of sufficient quality, clarity, and content to adequately indicate the status and detail of the Work. If the quality and detail of the photographs taken by Contractor personnel is not adequate to clearly show the condition of the Work, the Contractor shall retain the services of a qualified and established commercial photographer experienced in construction photography. Engineer will make the final determination of the adequacy of the photographs. B. Audiovisual tapes or digital recordings may be taken by Contractor personnel provided they are of sufficient quality, clarity, and content to adequately and clearly indicate the status and detail of the Work as well as conditions before and after the construction activities. If the quality and detail of the recordings is not adequate to clearly show the condition and detail of the Work as well as conditions before and after the construction activities, Contractor. shall retain the services of an established professional electrographer experienced in the production of color audio/video tape documentation of the construction industry. Engineer will make the final determination of the adequacy of the tapes and recordings. PART 2- PRODUCTS 2.01 PHOTOGRAPHIC REQUIREMENTS: Specified in PART 3, this Section. PART 3 - EXECUTION 3.01 PROGRESS SITE PHOTOGRAPHS: A. Contractor shall be responsible for photographs of the Site to show the existing and general progress of the Work. Engineer will advise as to which views are of interest.. Photographs shall be taken of the following areas and at the following times. 1. Existing Site conditions before Site work is started: Number of views shall be adequate to cover the Site. 2. Progress of the Work from clearing throughout construction. There shall be four (4) different views taken no more than five days before the date of the periodic Payment Application. 3. Finished Project after completion of Work. Number of views shall be adequate to show the finished Work.' 4. If Project is not completed during the Contract Times or authorized extensions, photographs shall continue to be taken at no increase in Contract Price. 01 32 50 Construction Photographs 01 3250-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 B. Construction photographs may be either photographic prints or digital images. C. Photographic Prints: . 1. All prints shall be color, smooth glossy finish, 5" x 7" in size taken with full frame 35 mm camera, and inserted into archival quality polypropylene photographic binder pages punched for insertion into a standard 3 -ring binder. Provide binders identified by Contract name and Contract number. D. Digital Images: 1. Submit a complete set of digital image electronic files with each submittal of photographic prints. a. Provide images in JPEG format, with minimum sensor size of 3.0 megapixels. b. Submit images that have same aspect ratio as the sensor, uncropped. E. Print Negatives: 1. Negatives for 5" x 7" prints shall be protected by roll in negative sleeves. Negative sleeves shall be identified with Contract name and Contract number, date of exposure, roll number, or other general identifying information, and name of Contractor. F. Identification: 1. Identify each photographic print on the reverse side with a label which contains the Contract name and Contract number, date of exposure, and description of view. Prints shall also bear the photographer's name or trademark. 2. Identify electronic media with date digital photographs were taken. Provide a separate reference document which contains the Contract name and Contract number, date of exposure, and description of each referenced view. G. Provide three prints of each view. H. Deliver prints and electronic media files to Engineer. ` I. Deliver photographic negatives to Engineer. 3.02 AUDIO / VIDEO TAPE RECORDINGS: A. Audio / video recordings shall be made of the entire Site showing the condition of the Site or terrain previous to any alterations by Contractor and before disturbing of the Site is started. Existing utilities shall be marked and construction staking shall be in place before taping begins. A second audio / video recording shall be produced after completion of all construction operations, showing the same view or views as close as possible, to illustrate "before" and "after" conditions. This is the responsibility of Contractor. Three days' notice shall be given to Engineer and Owner prior to this Work to allow them to accompany electrographer. B. All required equipment, accessories, materials, and labor for the timely production of this documentation shall be arranged/furnished through Contractor. The audio / video system shall be capable of producing bright, sharp, clear visual images which render accurate colors free from imperfections and distortions that might obscure recorded information during playback. The simultaneous audio record shall be made directly onto the original tapes, and shall record narration of the electrographer clearly and audibly, with adequate volume, free from unnecessary interruptions and distortions that might eliminate recorded information during playback. 0l 32 50 Construction Photographs 01 3250-2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 C. Zone of Influence: Unless otherwise indicated by Engineer or Owner, the area which might be affected by the construction operations and, therefore, shall be documented in these tape recordings, shall be whichever of the following includes the greatest area. 1. All areas within the temporary construction right-of-ways and grading limits, as indicated on the Contract Drawings. 2. The permanent easement for the completed improvements, as indicated on the Contract Drawings. 3. All areas within 35 feet of the proposed improvements with an additional 20 feet of supplemental coverage in residential areas. 4. All areas within the Project Site. D. Audio / Video Tape Production Procedures: 1. It is required that the audio / video tape recordings be produced while actually walking the construction route or site - NOT through the use of wheeled vehicles. 2. All video tape recordings shall display digital information continuously; this information shall include the current time and date, showing the month, day, and year. This information shall be audibly acknowledged by the electrographer at appropriate times during recording sequences. 3. Each recording tape shall begin with a visual of the professional electrographer's name or business trademark, followed by the current date and time on digital display, plus audible (and visual, if possible) indication of Contract name and numbers, municipality, name of Contractor, and other pertinent information. Thereafter, each recording sequence shall begin with the current time and date, followed by the location of the electrographer, direction of view, and description of the scene being recorded. Continuous updates of this information, plus other pertinent comments, shall be given throughout the recording sequence. Such audio and video records shall include, but not be. limited to, conditions of existing pavement, curbs, sidewalks, driveways, culverts, headwalls, retaining walls, ditches, roadways, mailboxes, fences, trees, shrubs and landscaping, major structural conditions of residences and commercial buildings, fences, signs, headwalls, general terrain, and similar items. Particular and detailed attention shall be given to any defects noted, such as cracks, disturbed areas, damaged areas, or as may be required by Engineer. 4. Representatives of Engineer and Contractor shall accompany the electrographer during recording sessions, to assist with location of the alignment and areas of construction activity, and identification of items and conditions to be recorded. 5. All recordings shall be completed during periods of adequate lighting and visibility. Sufficient lighting must be available to provide proper illumination of shadowed areas, and proper exposure adjustments shall be made where required. No taping shall be completed during precipitation, mist, fog, or when more than 10% of the ground surface has snow cover. 6. Houses and buildings shall be identified visually by house number, when visible, in such a manner that structures of the proposed system, i.e., manholes on a sewer system and hydrants on a water system, may be located by reference. 01 32 50 Construction Photographs 01 3250-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 7. Original audio / video tape recordings shall be furnished to Owner and a copy furnished to Engineer before the start of any construction. One copy shall be retained by Contractor. 8. Any portion of the videotape recording not conforming to the Specifications will be rejected. 9. Any taped coverage not acceptable to Owner shall be refilmed at no additional cost to Owner within five (5) days after notification of taping inadequacy. E. Ownership and Authenticity of Original Tapes: 1. All original audio / video tape recordings shall become the property of Owner, plus one duplicate of each shall be provided to Engineer. Each tape shall be provided in a protective sleeve or case, identified as to Contract name and number, production date of original recording, name of Contractor, and electrographer's name or trademark. A legible copy of the log shall be included. 3.03 ADDITIONAL PHOTOGRAPHS: A. From time to time Engineer may issue requests for additional photographs, in addition to periodic photographs specified. Additional photographs will be paid for by Change Order, and are not included in the Contract Price or an Allowance. 1. Engineer will give the photographer 3 days' notice, where feasible. 2. In emergency situations, the photographer shall take additional photographs within 24 hours of Engineer's request. 3. Circumstances that could require additional photographs include, but are not limited to: a. Substantial Completion of a major phase or component of Work. b. Owner's or Engineer's request for special publicity photographs. c. Special events planned at Project Site. d. Immediate follow-up when on-site events result in construction damage or losses. e. Photographs to be taken at fabrication locations away from Project Site. f. Extra record photographs at time of final acceptance. END OF SECTION 0132 50 0l 32 50 Construction Photographs 01 3250-4 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 0140 00 QUALITY REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Contractor's quality -assurance and quality -control procedures, except for Owner's structural tests and special inspections as required in Section 01 45 33 - Special Inspections. B. References and standards. C. Quality assurance submittals. D. Mock-ups. E. Control of installation. F. Tolerances. G. Inspection services. H. Manufacturers' field services. 1.02 RELATED REQUIREMENTS A. Document 00 72 00 - General Conditions: Inspections and approvals required by public authorities. B. Section 01 30 00 - Administrative Requirements: Submittal procedures. C. Section 01 60 00 - Product Requirements: Requirements for material and product quality. 1.03 REFERENCE STANDARDS A. ASTM C1021 - Standard Practice for Laboratories Engaged in Testing of Building Sealants; l 2008 (Reapproved 2014). B. ASTM C1077 - Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation; 2014. C. ASTM C1093 - Standard Practice for Accreditation of Testing Agencies for Masonry; 2013. D. ASTM D3740 - Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction; 2012a. E. ASTM E329 - Standard Specification for Agencies Engaged in Construction Inspection and/or' Testing; 2014a. F. ASTM E543 - Standard Specification for Agencies Performing Nondestructive Testing; 2013. 1.04 QUALITY ASSURANCE A. Geotechnical Consultant Qualifications: 1. Registered Engineer with the Testing Agency for soils. 1.05 SUBMITTALS A. Testing Agency Qualifications: 1. Prior to start of Work, submit agency name, address, and telephone number, and names of full time registered Engineer and responsible officer. B. Design, Data: Submit for Architect Engineer's knowledge as contract administrator for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents, or for Owner's information. C. Test Reports: After each test/inspection, promptly submit two copies of report to Architect Engineer and to Contractor. 1. Include: a. Date issued. b. Project title and number. j c. Name of inspector. QUALITY REQUIREMENTS 01 4000-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 ' d. Date and time of sampling or inspection. e. Identification of product and specifications section. f. Location in the Project. g. Type of test/inspection. h. Date of test/inspection. i. Results of test/inspection. j. Conformance with Contract Documents. k. When requested by Architect Engineer, provide interpretation of results. 2. Test report submittals are for Architect Engineer's knowledge as contract administrator for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents, or for Owner's information. D. Certificates: When specified in individual specification sections, submit certification by the manufacturer and Contractor or installation/application subcontractor to Architect Engineer, in quantities specified for Product Data. 1. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. 2. Certificates may be recent or previous test results on material or product, but must be acceptable to Architect Engineer. E. Manufacturer's Instructions: When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, for the Owner's information. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. F. 'Manufacturer's Field Reports: Submit reports for Architect Engineer's benefit as contract administrator or for Owner. 1. Submit report in duplicate within 30 days of observation to Architect Engineer -for information. 2. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents. G. Erection Drawings: Submit drawings for Architect Engineer's benefit as contract administrator or for Owner. 1. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents. 2. Data indicating inappropriate or unacceptable Work may be subject to action by Architect Engineer or Owner. 1.06 REFERENCES AND STANDARDS A. For products and workmanship specified by reference to a document or documents not included in the Project Manual, also referred to as reference standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard of date of issue current on date of Contract Documents, except where a specific date is established by applicable code. C. Obtain copies of standards where required by product specification sections. D. Maintain copy at project site during submittals, planning, and progress of the specific work, until Substantial Completion. E. Should specified reference standards conflict with Contract Documents, request clarification from Architect Engineer before proceeding. F. Neither the contractual relationships, duties, or responsibilities of the parties in Contract nor those of Architect Engineer shall be altered from the Contract Documents by mention or inference otherwise in any reference document. QUALITY REQUIREMENTS 01 4000-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 1.07 TESTING AND INSPECTION AGENCIES 2015-092 JUNE 2017 A. Contractor shall employ and pay for services of an independent testing agency to perform specified testing and inspection. B. Exception: Structural tests and other special inspections as required in Section 01 45 33 C. Employment of agency in no way relieves Contractor of obligation to perform Work in accordance with requirements of Contract Documents. D. Contractor Employed Agency: 1. Testing agency: Comply with requirements of ASTM E329, ASTM E543, ASTM C1021, ASTM C1077, and ASTM C1093. 2. Inspection agency: Comply with requirements of ASTM D3740 and ASTM E329. 3. Testing Equipment: Calibrated at reasonable intervals either by NIST or using an NIST established Measurement Assurance Program, under a laboratory measurement quality assurance program. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Architect Engineer before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Have Work performed by persons qualified to produce required and specified quality. F. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. 3.02 MOCK-UPS A. Tests shall be performed under provisions identified in this section and identified in the respective product specification sections. B. Assemble and erect specified items with specified attachment and anchorage devices, flashings, seals, and finishes. C. Accepted mock-ups shall be a comparison standard for the remaining Work. D. Where mock-up has been accepted by Architect Engineer and is specified in product specification sections to be removed, protect mock-up throughout construction, remove mock-up and clear area when directed to do so by Architect Engineer. 3.03 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Architect Engineer before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place. 3.04 TESTING AND INSPECTION A. See individual specification sections for testing and inspection required. QUALITY REQUIREMENTS 014000-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 ' B. Testing Agency Duties: 1. Provide qualified personnel at site. Cooperate with Architect Engineer and Contractor in performance of services. 2. Perform specified sampling and testing of products in accordance with specified standards. 3. Ascertain compliance of materials and mixes with requirements of Contract Documents. 4. Promptly notify Architect Engineer and Contractor of observed irregularities or non-conformance of Work or products. 5. Perform additional tests and inspections required by Architect Engineer. 6. Submit reports of all tests/inspections specified. C. Limits on Testing/Inspection Agency Authority: 1. Agency may not release, revoke, alter, or enlarge on requirements of Contract Documents 2. Agency may not approve or accept any portion of the Work. 3. Agency may not assume any duties of Contractor. 4. Agency has no authority to stop the Work. D. Contractor Responsibilities: 1. Deliver to agency at designated location, adequate samples of materials proposed to be used that require testing, along with proposed mix designs. 2. Cooperate with laboratory personnel, and provide access to the Work . 3. Provide incidental labor and facilities: a. To provide access to Work to be tested/inspected. b. To obtain and handle samples at the site or at source of Products to be tested/inspected. c. To facilitate tests/inspections. d. To provide storage and curing of test samples. 4. Notify Architect Engineer and laboratory 24 hours prior to expected time for operations requiring testing/inspection services. 5. Employ services of an independent qualified testing laboratory and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. 6. Arrange with Owner's agency and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. E. Re -testing required because of non-conformance to specified requirements shall be performed by the same agency on instructions by Architect Engineer. F. Re -testing required because of non-conformance to specified requirements shall be performed by the same agency on instructions by Architect Engineer. Re -testing required because of non-conformance to specified requirements shall be paid for by Contractor. 3.05 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to initiate instructions when necessary. B. Submit qualifications of observer to Architect Engineer 30 days in advance of required observations. 1. Observer subject to approval of Architect Engineer. C. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. 3.06 DEFECT ASSESSMENT A. Replace Work or portions of the Work not conforming to specified requirements. B. If, in the opinion of Architect Engineer, it is not practical to remove and replace the Work, Architect Engineer may direct an appropriate remedy or adjust payment. END OF SECTION QUALITY REQUIREMENTS 01 4000-4 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 QUALITY REQUIREMENTS 014000-5 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 01 42 16 DEFINITIONS AND STANDARDS PART1- GENERAL 1.01 SUMMARY: A. Definitions: 1. Basic contract definitions used in the Contract Documents are defined in the GENERAL CONDITIONS. Definitions and explanations are not necessarily either complete or exclusive, but are general for the Work. 2. General Requirements are the provisions or requirements of DIVISION 1 Sections, and which apply to the entire Work of the Contract. B. Related Information Specified Elsewhere: Specification standards and associations applicable to the Work are specified in each Section. 1.02. SPECIFICATION FORMAT AND CONTENT EXPLANATIONS: A. Specification Format: The Specifications are organized into two (2) major divisions of CONTRACT DOCUMENTS and TECHNICAL SPECIFICATIONS. B. Specification Content: 1. These Specifications apply certain conventions in the use of language and the intended meaning of certain terms, words, and phrases when used in particular situations or circumstances. These conventions are explained as follows: a. Imperative and Streamlined Language: These Specifications are written in imperative and abbreviated form. This imperative language of the technical Sections is directed at the Contractor, unless specifically noted otherwise. Incomplete sentences shall be completed by inserting "shall," "the Contractor shall," and "shall be," and similar mandatory phrases by inference in the same manner as they are applied to notes on the Drawings. The words "shall be" shall be supplied by inference where a colon (:) is used within sentences or phrases. Except as worded to the contrary, fulfill (perform) all indicated requirements whether stated imperatively or otherwise. b. Specifying Methods: The techniques or methods of specifying requirements varies throughout text, and may include "prescriptive," "compliance with standards," "performance," "proprietary," or a combination of these. The method used for specifying one unit of Work has no bearing on requirements for another unit of Work. c. Overlapping and Conflicting Requirements: Where compliance with two or more industry standards or sets of requirements is specified, and overlapping of those different standards or requirements establishes different or conflicting minimums or levels of quality, notify Engineer for a decision as specified in GENERAL CONDITIONS. d. Abbreviations: Throughout the Contract Documents are abbreviations implying words and meanings which shall be appropriately interpreted. Specific abbreviations have been established, principally for lengthy technical terminology and in conjunction with coordination of Specification requirements with notations on Drawings and in schedules. These are normally defined at first instance of use. Organizational and, association names and titles of general standards are also abbreviated. 01 42 16 Definitions & Standards 01 42 16-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 C. Assignment of Specialists: In certain instances, Specification text requires that specific Work be assigned to specialists in the operations to be performed. These specialists shall be engaged for performance of those units of Work, and assignments are requirements over which Contractor has no choice or option. These assignments shall not be confused with, and are not intended to interfere with, enforcement of building codes and similar regulations governing the Work, local trade and union jurisdictions, and similar conventions. Nevertheless, final responsibility for fulfillment of Contract requirements remains with Contractor. D. Trades: Except as otherwise specified or indicated, the use of titles such as "carpentry" in Specification text, implies neither that the Work must be performed by an accredited or unionized tradesperson of corresponding generic name (such as "carpenter"), nor that specified requirements apply exclusively to work by tradespersons of that corresponding generic name. 1.03 DRAWING SYMBOLS: A. Except as otherwise indicated, graphic symbols used on Drawings are those symbols recognized in the construction industry for purposes indicated. Refer instances of uncertainty to Engineer for clarification. 1.04 INDUSTRY STANDARDS: A. Applicability of Standards: Except where the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents. Such standards are made a part of the Contract Documents by reference and are stated in each Section. 1. Referenced standards, referenced directly in Contract Documents or by governing regulations, Have precedence over nonreferenced standards which are recognized in industry for applicability to the Work. 2. Where compliance with an industry standard is required, standard in effect shall be as stated in GENERAL CONDITIONS. 3. Where an applicable code or standard has been revised and reissued after the date of the Contract Documents and before performance of Work affected, the Engineer will decide whether to issue a Change Order to proceed with the updated standard. 4. In every instance the quantity or quality level shown or specified shall be the minimum to be provided or performed. The actual installation may comply exactly, within specified tolerances, with the minimum quantity or quality specified, or it may exceed that minimum within reasonable limits. In complying`with these requirements, indicated numeric values are minimum or maximum values, asfioted, or appropriate for the context of the requirements. Refer instances of uncertainty to the Engineer for a decision before proceeding. 5. Each entity engaged in construction on the Project is required to be familiar with industry standards applicable to that entity's construction activity. Copies of applicable standards are not bound with the Contract Documents. a. Where copies of standards are needed for performance of a required construction activity, Contractor shall obtain copies directly from the publication source. B. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. Where such acronyms or abbreviations are used in the 01 42 16 Definitions & Standards 01 42 16-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 Specifications or other Contract Documents, they mean the recognized name of the trade association, standards generating organization, authority having jurisdiction, or other entity applicable to the context of the text provision. PART 2 - PRODUCTS — Not Applicable. PART 3 - EXECUTION — Not Applicable. END OF SECTION 0142 16 0l 42 16 Definitions & Standards 01 42 16-3 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 0145 33 SPECIAL INSPECTIONS PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, may apply to this Section. B. Section 01 40 00 - Quality Requirements. Requirements for Contractor performed independent tests and inspections that are normally Contractor's responsibility and are not specifically indicated within the requirements of this section. 1.02 SUMMARY A. This Section includes administrative and procedural requirements required for compliance with the International Building Code, Chapter 17, Special Inspections and Tests. B. Special inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with Construction Document requirements. 1. Specific quality -assurance and quality -control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's other quality -assurance and quality -control procedures that facilitate compliance with the construction document requirements. 3. Requirements for Contractor to provide quality -assurance and quality -control services required by Architect Engineer, Owner, or authorities having jurisdiction are not limited by provisions of this section. C. The Owner will engage one or more qualified special inspectors and / or testing agencies to conduct special inspections and tests specified in this section and related sections and as maybe specified in other divisions of these specifications. D. Refer to Statement of Special Inspections and forms following the end of this section for the inspection and testing requirements and forms to be utilized by the contractor and inspectors as described in Article ". E. Related Sections include but are not limited to the following: 1. 014000 (01400) - Quality Requirements 2. 032000 (03200) - Concrete Reinforcing 3. 033000 (03300) - Cast -in -Place Concrete 4. 061000 (06100) - Rough Carpentry 5. 061500 (06150) - Wood Decking 6. 061753 (06173) - Shop -Fabricated Wood Trusses 7. 061800 (06181) - Glued -Laminated Construction 8. 133419 (13121) - Metal Building Systems 9. 312323 (02316) - Fill 1.03 RELATED STANDARDS A. ASTM E 329 - Standard Specification for Agencies Engaged in Construction Inspection and/or Testing; 2013 B. ICC (IBC) - International Building Code; 2012. C. SEAoAR SI GL 02 - 01/01/2014; Arkansas Special Inspections Guidelines; www.SEAoAR.org. D. ASCE 7 - Minimum Design Loads for Buildings and Other Structures; 2010 SPECIAL INSPECTIONS 01 4533-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 1.04 DEFINITIONS 2015-092 JUNE 2017 ' A. Approved Agency: An established and recognized agency regularly engaged in conducting tests or furnishing inspection services, when such agency has been approved by the building official. B. Construction Documents: Written, graphic and pictorial documents prepared or assembled for describing the design, location and physical characteristics of the elements of a project necessary for obtaining a building permit. Construction Documents include all supplemental instructions, sketches, addenda, and revisions to the drawings and specifications issued by the registered design professional beyond those issued for a building permit. C. Designated Seismic System: Those architectural, electrical and mechanical systems and their components that require design in accordance with Chapter 13 of ASCE 7 and for which the component importance factor, Ip, is greater than 1 in accordance with Section 13.1.3 of ASCE 7. D. Registered Design Professional in Responsible Charge: The individual that prepares the Statement of Special Inspections including a Schedule of Special Inspection Services as part of the general requirements Section 1704 of the Building Code. The Registered Design Professional for special inspections is typically the project architect. The architect will take input from the structural, mechanical and electrical engineers and act as the overall Registered Design Professional in Responsible Charge of preparing the Statement of Special Inspections. E. Shop Drawings / Submittal Data: Written, graphic and pictorial documents prepared and / or assembled by the contractor based on the Construction Documents. F. Special Inspector: A qualified person who demonstrating competence, to the satisfaction of the code enforcement official and registered design professional in responsible charge, for inspection of the particular type of construction or operation requiring special inspection. The special inspector shall be a licensed professional engineer or engineering intern or a qualified representative from the testing agency. G. Special Inspection, Continuous: The full-time observation of work requiring special inspection by an approved special inspector who is present in the area where the work is being performed. H. Special Inspection, Periodic: The part-time or intermittent observation of work requiring special inspection by an approved special inspector who is present in the area where the work has been or is being performed and at the completion of the work. I. Testing Agency: A qualified materials testing laboratory under the responsible charge of a licensed professional engineer, approved by the code enforcement official and the registered design professional in responsible charge, to measure, examine, test, calibrate, or otherwise determine the characteristics or performance of construction materials and verify confirmation with construction documents. 1.05 QUALITY ASSURANCE A. Testing Agency Qualifications: 1. Minimum qualifications of inspection and testing agencies and their personnel shall comply with ASTM E 329 Standard Specification for Agencies in the Testing and / or Inspection of Materials Used in Construction. a. Inspectors and individuals performing tests shall be certified for the work being performed as outlined in the appendix of the ASTM E329. Certification by organizations other than those listed must be submitted to the Building Official for consideration before proceeding with work. 2. In addition to these requirements, local jurisdiction may have additional requirements. It is the responsibility of the testing and inspection agencies to meet local requirements and comply with local procedures. 1.06 CONFLICTING REQUIREMENTS, REPORTS, AND TEST RESULTS A. General: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the SPECIAL INSPECTIONS 01 4533-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of. Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 most stringent requirement. Refer uncertainties and requirements that are different, but apparently equal, to the registered design professional in responsible charge for a decision before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum1provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to the registered design profession in responsible charge for a decision before proceeding. C. The special inspector's reports and testing agencies results shall have precedence over reports and test results provided by the Contractor. D. Where a conflict exists between the Construction Documents and approved shop drawings / submittal data, the Construction Documents shall govern, unless the approved shop drawings / submittal data are more restrictive. All conflicts shall be brought to the attention of the Registered Design Professional in Responsible Charge. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION 3.01 SPECIAL INSPECTOR (TESTING AGENCIES) RESPONSIBILITIES A. The Special Inspectors shall: 1. Notify the Contractor of their presence and responsibilities at the job site. 2. Observe assigned work for which they are responsible for conformance with the plans and specifications and approved submittals for work designed by the Contractor. 3. Report nonconforming items to the immediate attention of the Contractor for correction. 4. Write a discrepancy report about each nonconforming item containing: a. Description and exact location. b. Reference to applicable drawings and specifications. c. Resolution or corrective action taken and the date. 5. If the discrepancies are not corrected, the discrepancies shall be brought to the attention of the Building Official and to the Registered Design Professional In Responsible Charge prior to the completion of that phase of the work. 6. Provide special inspection reports directly to the Design Professional, the Contractor and the Building Official at the intervals indicated on the Statement of Special Inspections. The reports should: a. Describe the special inspection and tests made, with locations. b. Indicate nonconforming items and their resolution. c. List unresolved items and parties notified. d. Itemize any changes authorized by the Design Professional. 7. Initial and date the "Date Completed" box in the Schedule of Special Inspection Services as the inspection and testing activities are completed. 8. Submit a final signed report stating that all required special inspections and testing were fulfilled and reported and that any outstanding discrepancies have been corrected. 3.02 CONTRACTOR'S RESPONSIBILITY " r A. The Contractor shall be familiar with Chapter 17 of the International Building Code. B. The Contractor shall coordinate the inspection and testing services with the progress of the work. The Contractor shall provide sufficient notice to allow proper scheduling of all personnel. The Contractor shall provide safe access for performing inspection and on site testing. C. The Contractor shall provide and maintain project schedules to the Owner; Registered Design Professionals and testing and inspecting agencies. Project schedules shall indicate milestones and durations of time for materials requiring structural tests and special inspections, including retesting or reinspections required. , SPECIAL INSPECTIONS 014533-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas D. Notify special inspectors 72 hours prior to expected time for operations requiring testing/inspection services. 2015-092 JUNE 2017 ' E. Provide Special Inspectors direct access to the approved plans and specifications for the project, including modifications. F. Deliver samples for testing when needed. G. Cooperate with special inspectors, and provide access to the Work . H. Provide incidental labor and facilities: 1. To provide access to Work to be tested/inspected. 2. To obtain and handle samples at the site or at source of Products to be tested/inspected. 3. To facilitate tests/inspections. 4. To provide storage and curing of test samples. I. Employ services of an independent qualified testing laboratory and pay for additional samples, tests, and inspections required by Contractor beyond specified special inspection requirements. J. Arrange with Owner's agency and pay for additional samples, tests, and inspections required by Contractor beyond specified special inspection requirements. K. Maintain the Schedule of Special Inspection Services at the project site and submit a copy to the Design Professional and the Building Official when all the services are complete. L. The Contractor shall repair and / or replace work that does not meet the requirements of the Construction Documents. 1. Contractor shall engage an engineer / architect to prepare repair and / or replacement procedures. 2. Engineer / architect shall be registered in the state in which the project is located. Engineer shall be acceptable to the Registered Design Professional in Responsible Charge, Building Official, and Owner. 3. Procedures shall be submitted for review and acceptance by the Registered Design Professional in Responsible Charge, Building Official, and Owner before proceeding with corrective action. ` M. The Contractor shall be responsible for costs of: 1. Re -testing and re -inspection of materials, work, and / or products that do not meet the requirements of the Construction Documents and shop drawings / submittal data. 2.• Review of proposed repair and / or replacement procedures by the Registered Design Professional in Responsible Charge and the inspectors and testing agencies. 3. Repair or replacement of work that does not meet the requirements of the Construction Documents. N. The Contractor shall submit Fabricator's Certificates of Compliance for approved fabricators to the Registered Design Professional in Responsible Charge and Building Official after completion of fabrication. O. The Contractor shall submit Manufacturer's Certificates of Compliance, specific to the project location, for all mechanical and electrical equipment indicated to be seismically qualified. P. The Contractor shall maintain one copy of all required manufacturer's equipment Certificates of Compliance, for special inspector's use, at the jobsite. Q. The Contractor shall maintain one copy of all shop drawings indicating seismic restraint design for all designated seismic systems, for special inspector's use, at the jobsite. 3.03 INSPECTION AND TESTING A. Inspection and Testing shall be in accordance with the attached Schedule of Special Inspection Services. B. Reference related specifications for the minimum level of inspections and testing. Provide additional inspections and testing as necessary to determine compliance with the construction drawings and as required by reference standards indicated in IBC Chapter 17. SPECIAL INSPECTIONS 01 4533-4 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 3.04 SCHEDULES AND FORMS (INCLUDED FOLLOWING THE END OF THIS SECTION) A. STATEMENT OF SPECIAL INSPECTIONS. 1. The Statement of Special Inspections is included as an attachment to this section. This form provides the general project information. It identifies the project location, the architect of record, the structural, mechanical, and electrical engineers, the Registered Design Professional in Responsible Charge, and Special Inspection Requirements for Seismic or Wind Resistance. 2. The Contractor shall submit the Statement of Special Inspections with the application for the building permit and have the Building Official sign, date, and shall add the building permit number to the statement. The Contractor shall send a copy of the completed document to the Architect Engineer, Owner, Building Official, and keep a copy in the job site office. B. SCHEDULE OF SPECIAL INSPECTION SERVICES. 1. The Schedule of Special Inspection Services is included as an attachment to this section. This form provides a detailed and itemized list of which special inspection activities are required for the specific project and which individuals, firm, or agency will be performing the special inspection services associated with each required task. 2. The Contractor shall maintain the schedule at the project site. When an individual special inspection task in the schedule is completed for the last time on the project and the special inspector performed their final review, inspection, or test of that item for the project, the special inspector shall initial and date the cell in the "Completed" column adjacent to the task. The schedule shall be maintained by the Contractor at the project site. 3. At the conclusion of the project a copy of the Schedule of Special Inspection Services form with the initials and date in the "Completed" column for each task.relevant to the project shall be submitted, by the Contractor, to the Design Professional in Responsible Charge and the Building Official for comparison with the Final Reports of Special Inspections. C. FINAL REPORT OF SPECIAL INSPECTIONS. 1. The form for the final report of Special Inspections is included as an attachment to this section. This form is submitted by each inspector when all the special inspection requirements they are responsible for on the project have been fulfilled and all noted deficiencies have been corrected. Each special inspector corresponding to an agent number in the Schedule of Special Inspection Services will be required to complete a copy of this form. 2. The special inspectors shall provide 3 bound copies of the special inspection interim reports with the final report of special inspections serving as the cover sheet. The copies shall be submitted to the. Design Professional in Responsible Charge and Building Official within 2 weeks of completion of the special inspection program. The special inspection program will not be considered complete until forms from all agents have been submitted and received. D. CONTRACTOR'S STATEMENT OF RESPONSIBILITY. 1. The form for the Contractor's Statement of Responsibility is included as an attachment to this section. 2. Each contractor responsible for the construction or fabrication of a seismic force resisting system, designated seismic system or component, listed in the Statement of Special Inspections - Requirements for Seismic Resistance, shall submit a written statement of responsibility to the Building Official and Design Professional in Responsible Charge prior to the commencement of work on the system or component. 3. Each contractor responsible for the construction or fabrication of a main wind force resisting system or a wind force resisting component listed in the Statement of Special Inspections - Requirements for Tornado Resistance, shall submit a written statement of responsibility to the Building Official and Design Professional in Responsible Charge prior to the commencement of work on the system or component. 4. Contractor's Statements of Responsibility shall be submitted to the Design Professional in Responsible Charge for approval along with the design submittal for the associated work. SPECIAL INSPECTIONS 014533-5 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 ' E. FABRICATOR'S CERTIFICATE OF COMPLIANCE. 1. The form for the approved Fabricator's Certificate of Compliance is included as an ' attachment to this section. 2. Each approved fabricator that is exempt from Special Inspection of shop fabrication and implementation procedures per section 1704.2.5.2 of the Building Code must submit Fabricator's Certificate of Compliance at the completion of fabrication to the Contractor. ' 3. The Contractor shall submit Fabricator's Certificates of Compliance for approved fabricators to the Design Professional in Responsible Charge and the Building Official. F. MINIMUM SPECIAL INSPECTOR QUALIFICATIONS. ' 1. This document is included as an attachment to this section. 2. This document lists the Structural Engineers Association of Arkansas (SEAoAR)'s recommended minimum qualifications for special inspectors. 3. The final approval of an inspector shall be determined by the building official. ' G. OTHER SPECIAL INSPECTION REPORT AND NOTICE FORMS. 1. Forms for Special Inspection Reports and Discrepancy Notices are included as attachments to this section. END OF SECTION SPECIAL INSPECTIONS 014533-6 STATEMENT OF SPECIAL INSPECTIONS (Completed by the Registered Design Professional in Responsible Charge) PROJECT: City of Fayetteville Water and Sewer Operations Center Additions and Alterations LOCATION: Fayetteville, AR PERMIT APPLICANT: APPLICANT'S ADDRESS: ARCHITECT OF RECORD: Greq Cockmon STRUCTURAL ENGINEER OF RECORD: Jonathan Story MECHANICAL ENGINEER OF RECORD: N/A ELECTRICAL ENGINEER OF RECORD: Pamela McElrath REGISTERED DESIGN PROFESSIONAL IN RESPONSIBLE CHARGE: Gren Cockmon This Statement of Special Inspections is submitted in accordance with Section 1704.3 of the 2012 Arkansas Fire Prevention Code. It includes a Schedule of Special Inspection Services applicable to the above -referenced Project as well as the identity of the individuals, agencies, or firms intended to be retained for conducting these inspections. If applicable, it includes Requirements for Seismic Resistance and/or Requirements for Tornado Resistance. Are Requirements for Seismic Resistance included in the Statement of Special ❑ Yes ® No Inspections? Are Requirements for Tornado Resistance included in the Statement of Special El Yes ® No Inspections? The Special Inspector(s) shall keep records of all inspections and shall furnish interim inspection reports to the Building Official and to the Registered Design Professional in Responsible Charge at a frequency agreed upon by the Design Professional and the Building Official prior to the start of work. Discrepancies shall be brought to the immediate attention of the Contractor for correction. If the discrepancies are not corrected, the discrepancies shall be brought to the attention of the Building Official and the Registered Design Professional in Responsible Charge prior to completion of that phase of work. A Final Report of Special Inspections documenting required special inspections and corrections of any discrepancies noted in the inspections shall be submitted to the Building Official and the Registered Design Professional in Responsible Charge at the conclusion of the project. Frequency of interim report submittals to the Registered Design Professional in Responsible Charge: _Weekly —Bi -Weekly ✓ Monthly , ) Other; specify: The Special Inspection program does not relieve the Contractor of the responsibility to comply with the Contract Documents. Jobsite safety and means and methods of construction are solely the responsibility of the Contractor. Statement of Special Inspections Prepared by: Jonathan Sto 8/5/2015 jigype or t name nature Dat Building Official's Acceptance: Signature Date Permit Number: Frequency of interim report submittals to the Building Official: _Monthly _Bi- Monthly _Upon Completion Other; specify: page A 1 SCHEDULE OF SPECIAL INSPECTION SERVICES PROJECT (Completed by the Registered Design Professional in Responsible Charge) APPLICABLE TO THIS PROJECT MATERIAL / ACTIVITY SERVICE k —IN EXTENT AGENT` DATE COMPLETED 1705.2 Structural Steel Construction 1. Review the material test reports and certificates as listed in AISC 360- Submittal review Y Each submittal 10, Section N3.2 for compliance with the construction documents 2. Material verification of structural Shop (3) and field inspection Y Periodic steel 3. Anchor Rods and other Embedment(s) (Verify diameter, Field inspection Y Continuous grade, type, length, embedment. See 1705.3 for anchors) 4. Verify member locations, braces, stiffeners, and application of joint Field inspection Y Periodic details at each connection comply with construction documents 6. Structural steel bolting: Shop (3) and field inspection a. Inspection tasks Prior to Bolting (Observe, or perform tasks for each bolted connection, in Y Observe or Perform accordance with QA tasks listed in as noted (4) AISC 360-10, Table N5.6-1) b.lnspection tasks During Bolting (Observe the QA tasks listed in Y Observe (4) AISC 360-10, Table N5.6-2) 2) Snug -tight joints Y Periodic c. Inspection tasks After Bolting (Perform tasks for each bolted connection in accordance with QA Y Perform (4) tasks listed in AISC 360, Table N5.6-3) 1705.3 Concrete Construction 1. Inspection of reinforcing steel Field inspection Y Periodic placement 4. Inspection of anchors and Periodic or as reinforcing steel post -installed in required by the hardened concrete: Per research Field inspection Y research report issued reports requirements by an approvedsource 5. Verify use of approved design mix Shop (3) and field inspection Y Periodic 6. Fresh concrete sampling, perform slump and air content tests and Shop (3) and field inspection Y Continuous determine temperature of concrete 7. Inspection of concrete placement Shop (3) and field inspection Y Continuous for proper application techniques 8. Inspection for maintenance of specified curing temperature and Shop (3) and field inspection Y Periodic techniques 12. Inspection of formwork for shape, Field inspection Y Periodic lines, location and dimensions 13. Concrete strength testing and Field testing and review of verification of compliance with laboratory reports Y Periodic construction documents 1705.6 Soils SEAoAR SI GL 02 — 01/01/2014 at of B2 SCHEDULE OF SPECIAL INSPECTION SERVICES PROJECT (Completed by the Registered Design Professional in Responsible Charge) APPLICABLE TO THIS PROJECT MATERIAL / ACTIVITY SERVICE YIN EXTENT AGENT- DATE COMPLETED 1. Verify materials below shallow foundations are adequate to achieve Field inspection Y Periodic the design bearing capacity. 2. Verify excavations are extended to proper depth and have reached Field inspection Y Periodic proper material. 3. Perform classification and testing Field inspection Y Periodic of controlled fill materials. 4. Verify use of proper materials, densities, and lift thicknesses during Field inspection Y Continuous placement and compaction of compacted fill 5. Prior to placement of controlled fill, observe subgrade and verify that site Field inspection Y Periodic has been prepared properly ' INSPECTION AGENTS FIRM ADDRESS TELEPHONE NO. 1. TO BE APPROVED BY THE A/E FIRM. 2. 3. 4. 5. Notes: 1. The inspection and testing agent(s) shall be engaged by the Owner or the Owner's Agent, and not by the Contractor or Subcontractor whose work is to be inspected or tested. Any conflict of interest must be disclosed to the Building Official prior to commencing work. The qualifications of the Special Inspector(s) and/or testing agencies are subject to the approval of the Building Oficial and/or the Design Professional. 2. The list of Special Inspectors may be submitted as a separate document, if noted so above. 3. Special Inspections as required by Section 1704.2.5 are not required where the fabricator is approved in accordance with IBC Section 1704.2.5.2 4. Observe on a random basis, operations need not be delayed pending these inspections. Perform these tasks for each welded joint, bolted connection, or steel element. 5. NDT of welds completed in an approved fabricators shop may be performed by that fabricator when approved by the AHJ. Refer to AISC 360, N7. Circle "Yes" or "No" as appropriate and date this document below: Are Requirements for Seismic Resistance included in the Statement of Special Inspections? No Are Requirements for Tomado Resistance included in the Statement of Special Inspections? No DATE: 8/5/2015 SEAoAR SI GL 02— 01/01/2014 B2 of B2 FINAL REPORT OF SPECIAL INSPECTIONS (Completed by each Special Inspector) PROJECT: LOCATION: PERMIT APPLICANT: APPLICANT'S ADDRESS: ARCHITECT OF RECORD: STRUCTURAL ENGINEER OF RECORD: MECHANICAL ENGINEER OF RECORD: ELECTRICAL ENGINEER OF RECORD: REGISTERED DESIGN PROFESSIONAL IN RESPONSIBLE CHARGE: To the best of my information, knowledge, and belief, which are based upon observations or diligent supervision of our inspection services for the above -referenced Project, I hereby state that the special inspections or testing required for this Project, and designated for this Agent in the Schedule of Special Inspection Services, have been completed in accordance with the Contract Documents and approved design revisions. The Special Inspection program does not relieve the Contractor of the responsibility to comply with the Contract Documents. Jobsite safety and means and methods of construction are solely the responsibility of the Contractor. Interim reports submitted prior to this final report and numbered to form a basis for, and are to be considered an integral part of this final report. The following discrepancies that were outstanding since the last interim report dated have been corrected: (Attach 8 X'5c 11 " continuation sheet(s) if required to complete the description of corrections) Prepared By: Special Inspection Agent/Firm Type or print name of Special Inspector Signature Date SEA oAR S1 GL 02 — 01/01/2014 page A4 Contractor's Statement of Responsibility Each contractor responsible for the construction or fabrication of a main wind- or seismic force -resisting system, designated seismic system or a wind- or seismic - resisting component listed in the Statement of Special Inspections (Requirements for Seismic or Tornado Resistance) must submit a Statement of Responsibility, in accordance with the Building Code, Section 1704.4. Project: Contractor's Name: Address: License No.: Description of building systems and components included in Statement of Responsibility: Contractor's Acknowledgement of Special Requirements I hereby acknowledge that I have received, read, and understand the Statement of Special Inspections and Special Inspection program: I hereby acknowledge that control will be exercised to achieve conformance with the approved construction documents. Name and Title (type or print) Signature Date Contractor's Provisions for Quality Control Procedures for exercising control within the contractor's organization, the method and frequency of reporting and distribution of reports is attached to this Statement. Identification and qualifications of the person(s) exercising such control and their position(s) in the organization are attached to this Statement SEA oAR SI GL 02 — 01/01/2014 page C 1 Fabricator's Certificate of Compliance Each approved fabricator that is exempt from Special Inspection of shop fabrication and implementation procedures per section 1704.2.5.2 of the Building Code must submit Fabricator's Certificate of Compliance at the completion of fabrication. Project: Fabricator's Name: Address: Certification or Approval Agency: Certification Number: Date of Last Audit or Approval: Description of structural members and assemblies that have been fabricated: I hereby certify that items described above were fabricated in strict accordance with the approved construction documents. Name and Title (type or print) Signature Date Attach copies of fabricator's certification or building code evaluation service report and fabricator's quality control manual. SEA oAR SI CL 02 — 01/01/20/4 page C2 MINIMUM SPECIAL INSPECTOR QUALIFICATIONS Minimum Qualifications refer to key at end of Table Category of Testing and Inspection Shop Inspection Field Testing Review /Inspection Submittals Review Testing, Certification, & Lab Reports 1704.2.5 Inspection of Fabricators Pre-cast concrete A, C, E Structural steel construction C, F, G Wood construction A, N Cold formed metal construction A, N 1705.2 & 1705.11.1 Steel! Construction Welding C, F, G C, F, G A A High strength bolting, inspection of steel frame joint details A, C A A 1705.2.2, 1705.10.2 & 1705.11.3 Steel Construction other than Structural Steel Welding C, F, G C, F, G A A Screw attachment, bolting, anchoring and other fastening A, C A A 1705.3 & 1705.12.1 Concrete Construction Reinforcing placement, cast-in-place bolts, post installed anchors, A, C, H concrete and shotcrete placement and curing operations Pre-stressing steel installation A, C, D, E Erection of re-cast concrete members A, C, H, Concrete field testin A, C, H, 1, J Review certified mill reports and design mixes A Verify use of required design mix A, C, H, 1, J Pre-stressed re-tensioned) concrete force application A, C, E Post-tensioned concrete force application A, C, D, H Review of in-situ concrete strength, prior to stressing of tendons in post-tensioned concrete and prior to removal of shores and forms A, C, D from beams and structural slabs Reinforcing steel weldability, reinforcing welding, weld filler material C, F, G 1705.4 Masonry Review f',,, prior to construction A Mortar joint construction, grout protection and placement, materials proportion, type/size/location of reinforcement, structural elements, anchorage, and connectors A, C, K Sampling/testing of grout/mortar specimens A, C, K Observe preparation of masonry prisms for testing of compressive strength of masonry, f',„ A, C, K Inspection of welding of reinforcing steel C, F, G 1705.6 Soils Observe site preparation, fill placement and testing of compaction for compliance with the construction documents for the project A, C, I, R Observe and test bearing materials below shallow foundations for ability to achieve design bearing capacity A, L Reviewcompaction testing for compliance with the construction documents for the project A (Table continued on next page) SEA oAR S1 GL 02 —01/01/2014 EI MINIMUM SPECIAL INSPECTOR QUALIFICATIONS (continued) Category of Testing and Inspection Minimum Qualifications (refer to key at end of Table). Shop Inspection Field Testing /Inspection Review Submittals Review Testing, Certification, & Lab Reports 1705.5,1705.10.1 & 1705.11.2 Wood Construction Observe structural panel sheathing, size of framing members, fastener diameter and length, number of fastener lines, and spacing of fastener lines and fasteners for compliance with construction documents for the project A, N 1705.7, 1705.8 & 1705.9 Driven Deep, Cast -in-place Deep, and Helical Pile Foundations Observe installationA, L, I Observe load tests A, I 1705.10.3 Wind Resisting Components Inspect roof cladding A, B, C Inspect wall cladding A, B, C 1705.11.4 Designated Seismic Systems Examine designated seismic systems requiring seismic qualification and verify that the label, anchorage or mounting conform to the certificate of com liance A A A 1705.11.5 & 1705.11.7 Architectural Components Inspection of exterior cladding, non -load bearing walls, veneer, access floors and storage racks A, B A, B A, B 1705.11.6 & 1705.12.3 Mechanical and Electrical Components Inspection of anchorage of mechanical and electrical components A A A 1705.13 Sprayed Fire -Resistant Materials Observe surface conditions, application, average thickness and density ofapplied material, and cohesive/adhesive bond A, C 1705.14 Mastic and intumescent fire-resistant coatings Observe application compliance with AWCI 12-B A, C 1705.15 Exterior Insulation and Finish Systems Inspect EIFS systems A, B, C, M .1705.16 Fire-resistant penetrations and joints Inspection of Penetration firesto s A, C, P Inspection of Fire-resistant joints stems A, C, P IF11705.17 Smoke Control See Requirements of Building Code Section [F] /705.17.2. (Table continued on next page) SEA oAR Sl GL 02 —0//0//20/4 E2 MINIMUM SPECIAL INSPECTOR QUALIFICATIONS (continued) KEY: A. Arkansas Professional Engineer (AR PE) competent in the specific task area or graduate of accredited engineering/engineering technology program under the direct supervision of an AR PE. B. Arkansas Registered Architect (AR RA) competent in the specific task area or graduate of accredited architecture/architecture technology program under the direction of an AR RA. C. International Code Council (ICC) Special Inspector Certification specific to the particular material and testing methodology applicable to each Category of Testing and Inspection listed in the table. D. Post -tensioning Institute (PTI) Certification, Level 2. E. Pre -stressed Concrete Institute (PCI) Plant Quality Personnel Certification — Level 111. F. American Welding Society (AWS) Certified Welding Inspector (CWI) or AWS Certified Associate Welding Inspector working under the direct on-site supervision of a CWI. G. American Society for Nondestructive Testing (ASNT) Level 11 certification, or a Level 111 certification if previously certified as a Level II in the particular material and testing methodology applicable to each Category of Testing and Inspection listed in the table. H. American Concrete Institute (ACI) Concrete Construction Special Inspector. 1. National Institute for Certification in Engineering Technologies (NICET) Level 11 or higher certification specific to the particular material and testing methodology applicable to each Category of Testing and Inspection listed in the table. J. ACI Concrete Field Testing Technician with Grade I certification or Center for Training Transportation Professionals (CTTP) Certified Concrete Field Testing Technician. K. National Concrete Masonry Association (NCMA) Certified Concrete Masonry Testing Technician. L. NICET Certified Engineering Technologist (CT) competent in the specific task area. M. Association of the Wall and Ceiling Industry (AWCI) EIFS Inspector Certification. N. International Code Council (ICC) Commercial Building Inspector Certification. O. International Code Council (ICC) Mechanical Inspector Certification. P. Inspector has passed either the Underwriters Laboratory (UL) Firestop Contractor Program Examination or the Factory Mutual (FM) Firestop Examination. Q. Pre -stressed Concrete Institute (PCI) Certified Field Auditor R. Center for Training Transportation Professionals (CTTP) Certified Soil Testing Technician. Notes: 1. The Special Inspector shall meet one of the minimum qualifications listed for the applicable Category of Testing and Inspection. 2. Materials testing shall be done by an Approved Testing Agency meeting the requirements of the Building Code Section 1703 and ASTM E 329'. SEA oAR Sl GL 02 —01/01/2014 E3 SPECIAL INSPECTION REPORT (Completed by Special Inspector) PROJECT NAME / ADDRESS: DATE OF INSPECTION: INSPECTION TYPE(S) COVERAGE F_]CONTINUOUS ❑ PERIODIC TIME BEGINNING INSPECTION: TIME ENDING INSPECTION: DESCRIBE INSPECTIONS MADE, INCLUDING LOCATIONS: LIST TESTS MADE: LIST ITEMS REQUIRING CORRECTIONS, CORRECTIONS OF PREVIOUSLY LISTED ITEMS AND PREVIOUSLY LISTED UNCORRECTED ITEMS: PROVIDE COPIES OF DISCREPANCY NOTICES: COMMENTS: TO THE BEST OF MY KNOWLEDGE, WORK INSPECTED WAS IN ACCORDANCE WITH THE APPROVED DESIGN DRAWINGS, AND SPECIFICATIONS, EXCEPT AS NOTED ABOVE. PRINTED FULL NAME NOTE BY "SPECIAL INSPECTOR" OR PROVIDE NAME OF TESTING AGENCY SIGNED: DATE: CERTIFICATION: NUMBER: One copy of this report to remain at job site with the contractor for review upon request. SEAoAR S/ GL 02— 01/01/2014 page D1 DISCREPANCY NOTICE No. SPECIAL INSPECTION DISCREPANCY NOTICE (Completed by Special Inspector) PROJECT NAME / ADDRESS: INSPECTION TYPE(S) COVERAGE CONTINUOUS F_� PERIODIC AREA INSPECTED TYPE OF INSPECTION APPLICABLE DRAWING SHEET NUMBER(S) AND/OR SPECIFICATION SECTION: NOTICE DELIVERED TO: 0 CONTRACTOR 0 ENGINEER/ARCHITECT 0 OWNER DATE: TIME: MAKE THE FOLLOWING CORRECTIONS AND SECURE INSPECTION APPROVAL PRIOR TO PROCEEDING WITH THIS'PHASE OF THE WORK. PRINTED FULL NAME NOTE BY "SPECIAL INSPECTOR" OR PROVIDE NAME OF TESTING AGENCY SIGNED: DATE: CERTIFICATION: NUMBER: DATE RE -INSPECTED AND APPROVED AND SIGNATURE OF SPECIAL INSPECTOR: One copy of this report to remain at job site with the contractor for review upon request. SEAoAR SI GL 02 — 01/01/2014 page D2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas SECTION 01 53 00 TEMPORARY BARRIERS AND CONTROLS PART1- GENERAL 1.01 SUMMARY: A. This Section includes General Requirements for: 1. Safety and protection of Work. 2. Safety and protection of existing property. 3. Barriers. 4. Security. 5. Environmental controls. 6. Access roads and parking areas. 7. Traffic control and use of roadways. 8. Railroad service. B. Related Work Specified Elsewhere: 1. Temporary Utilities and Facilities: SECTION 01 56 00. PART 2 - PRODUCTS — Not Applicable. PART 3 - EXECUTION 3.01 SAFETY AND PROTECTION OF WORK AND PROPERTY: A. General: 2015-092 JUNE 2017 1. Provide for the safety and protection of the Work as set forth in GENERAL CONDITIONS. Provide protection at all times against rain, wind, storms, frost, freezing, condensation, or heat so as to maintain all Work and Equipment and Materials free from injury or damage. At the end of each day, all new Work likely to be damaged shall be appropriately protected. 2: Notify Engineer immediately at any time operations are stopped due to conditions which make it impossible to continue operations safely or to obtain proper results. 3. Construct and maintain all necessary temporary drainage and do all pumping necessary to keep excavations, floors, pits, trenches, manholes, and ducts free of water. B. Property Other than Owner's: 1. Provide for the safety and protection of property as set forth in the GENERAL CONDITIONS. Report immediately to the owners thereof and promptly repair damage to existing facilities resulting from construction operations. 2. Names and telephone numbers of representatives of agencies and utilities having jurisdiction over streets and utilities in the Work area can be obtained from Engineer for the agencies listed below. Concerned agencies or utilities shall be contacted a minimum of 24 hours prior to performing Work, closing streets and other traffic areas, or excavating near underground utilities or pole lines. a. Water. b. Gas. c. Sanitary sewers. d. Storm drains. e. Pipeline companies. 01 53 00 Temp Barriers & Controls 01 5300-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas f. Telephone. g. Electric. h. Municipal streets. i. State highways. 2015-092 JUNE 2017 j. City engineer. k. Fire. I. Police. Operation of valves or other appurtenances on existing utilities, when required, shall be by or under the direct supervision of the owning utility. Where fences are to be breached on private property, the owners thereof shall be contacted and arrangements made to ensure proper protection of any livestock or other property thus exposed. The applicable requirements specified for protection of the Work shall also apply to the protection of existing property of others. Before acceptance of the Work by Owner, restore all property affected by Contractor's operations to the original or better condition. 3.02 BARRIERS: A. General: 1. Furnish, install, and maintain suitable barriers as required to prevent public entry, protect the public, and to protect the Work, existing facilities, trees, and plants from construction operations. Remove when no longer needed or at completion of Work. 2. Materials may be new or used, suitable for the intended purpose, but shall not violate requirements of applicable codes and standards or regulatory agencies. 3. Barriers shall be of a neat and reasonable uniform appearance, structurally adequate for the required purposes. 4. Maintain barriers in good repair and clean condition for adequate visibility. Relocate barriers as required by progress of Work. 5. Repair damage caused by installation and restore area to original or better condition. Clean the area. B. Tree and Plant Protection: 1. Preserve and protect existing trees and plants at the Site which are designated to remain and those adjacent to the Site. 2. Provide temporary barriers around each, or around each group of trees and plants. Unless indicated or specified otherwise, construct to a height of 6 feet around trees, and to a height to adequately protect plants. 3. Consult with Engineer and remove agreed -on roots and branches which will interfere with construction. Employ qualified tree surgeon to remove and to treat cuts. 4. Protect root zones of trees and plants as follows: a. Do not allow vehicular traffic or parking. b. Do not store materials or products. c. Prevent dumping of refuse or chemically injurious materials or liquids. d. Prevent puddling or continuous running water. 5. Carefully supervise excavating, grading and filling, and subsequent construction operations to prevent damage. 0l 53 00 Temp Barriers & Controls 01 5300-2 do WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas . 2015-092 JUNE 2017 6.- Remove and replace, or suitably repair, trees and plants which are damaged or destroyed due to construction operations, and which were designated to remain. 3.03 ENVIRONMENTAL CONTROLS: A. Noise Control: OSHA requirements shall be adhered to for this contract. B. Dust Control: 1. 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. 2. Clean interior spaces prior to the start of finish painting and continue cleaning on an as -needed basis until painting is finished. 3. Schedule operations so that dust and other contaminants resulting from cleaning process will not fall on wet or newly -coated surfaces. C. Water and Erosion Control: 1. Provide methods to control surface water to prevent damage to the Project, the Site, or adjoining properties. 2. Plan and execute construction and earthwork by methods to control surface drainage from cuts and fills, and from borrow and waste disposal areas, to prevent erosion and sedimentation. a.. Hold the areasof bare soil exposed at one time to a minimum. b. Provide temporary control measures such as berms, dikes, and drains. 3. Control fill, grading, and ditching to direct surface drainage away from excavations, pits, tunnels, and other construction areas; and to direct drainage to proper runoff. 4. Provide, operate, and maintain hydraulic equipment of adequate capacity to control surface and groundwater. 5. Dispose of drainage water in a manner to prevent flooding, erosion, or other damage to any portion of the Site or to adjoining areas. 6. Provide temporary drainage where the roofing or similar waterproof deck construction is completed prior to the connection and operation of the permanent drainage piping system. 7. Comply with all other requirements indicated or specified. D. Debris Control and Clean -Up: 1. Keep the premises free at all times from accumulations of debris, waste materials, and rubbish caused by construction operations and employees. Responsibilities shall include: a. Adequate trash receptacles about the Site, emptied promptly when filled. b. Periodic cleanup to avoid hazards or interference with operations at the Site and to maintain the Site in a reasonably neat condition. c. The keeping of construction materials such as forms and scaffolding neatly stacked. d. Immediate cleanup to protect the Work by removing splattered concrete, asphalt, oil, paint, corrosive liquids, and cleaning solutions from walls, floors, and metal surfaces before surfaces are marred. 2. Prohibit overloading of trucks to prevent spillages on access and haul routes. Provide periodic inspection of traffic areas to enforce requirements. 0l 53 00 Temp Barriers & Controls 01 5300-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 3. Dumpster: a. Contractor will provide a third party dumpster procured (only) from the City of Fayetteville Recycling and Trash Collection Division. 4. Final cleanup is specified in SECTION 01 78 00 - CONTRACT CLOSEOUT. E. Pollution Control: 1. Provide methods, means, and facilities required to prevent contamination of soil, water, or atmosphere by the discharge of hazardous or toxic substances from construction operations. 2. Provide equipment and personnel, perform emergency measures required to contain any spillages, and remove contaminated soils or liquids. Excavate and dispose of any contaminated earth off -Site in approved locations, and replace with suitable compacted fill and topsoil. 3. Take special measures to prevent harmful substances from entering public waters, sanitary, or storm sewers. 4. Adhere to the Spill Prevention Control and Countermeasures Plan (SPCCP) requirements as stated in 40 CFR Part 112. 3.04 ACCESS ROADS AND PARKING AREAS: A. New Temporary On -Site Roads and Parking Areas: 1. Locate roads, drives, walks, and parking facilities to provide access to construction offices, mobilization, Work, storage areas, and other areas required for execution of the Contract. a. Consult with Engineer regarding any desired deviation therefrom. b. Size of parking facilities shall be adequate to provide for needs of Contractor's personnel, Resident Project Representatives, and visits to Site by Engineer and Owner. 2. Provide access for emergency vehicles. Maintain driveways a minimum of 15 feet wide between and around combustible materials in storage and mobilization areas. 3. Maintain traffic areas free of excavated materials, construction equipment, snow, ice, and debris. 4. Construct temporary bridges and culverts to span low areas and allow unimpeded drainage. 5. Keep fire hydrants and water control valves free from obstruction and accessible for use. 6. Construction: a. Clear areas required. b. Fill, compact, and grade areas as necessary to provide suitable support for vehicular traffic under anticipated loadings. Materials and construction shall be as indicated or specified. c. Provide for surface drainage of facilities and surrounding areas. d. Maintain roads, walks, and parking areas in a sound, clean condition. Repair or replace portions damaged during progress of Work. 7. Removal: a. Completely remove temporary materials and construction when construction needs can be met by use of permanent installation, unless construction is to be integrated into permanent construction. Remove 0l 53 00 Temp Barriers & Controls 01 5300-4 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 and dispose of compacted materials to depths required by various conditions to be met in completed Work. b. Restore areas to original, better, or specified condition at completion of Work. 3.05 TRAFFIC CONTROL AND USE OF ROADWAYS: A. Traffic Control: 1. The Contractor shall plan and execute the work so that interference with the flow of traffic and the passage of pedestrians will be the minimum possible. 2. The Contractor shall be responsible for making provisions for the safe and free passage of persons and vehicles by, over, or around the work until the project is completed. Such provisions shall be satisfactory with the Owner and State, County and local authority having jurisdiction in the area of work. 3. Provide, operate, and maintain equipment, services, and personnel, with traffic control and protective devices, as required to expedite vehicular traffic flow on haul routes, at Site entrances, on -Site access roads, and parking areas. This includes traffic signals and signs, flagmen, flares, lights, barricades, and other devices or personnel as necessary to adequately protect the public. 4. Remove temporary equipment and facilities when no longer required. Restore grounds to original, better, or specified condition when no longer ' required. 5. When required by the State, County or local authority that traffic be maintained.over any construction work in a public or private highway, street, road, or other vehicle traffic path, and such traffic cannot be' maintained on the alignment of the original roadbed or pavement, the Contractor shall, at his own expense, provide and/or construct and maintain a detour around the work. Such detours shall be satisfactory to the Owner and to State, County, or local authority. The Contractor shall provide and maintain all barricades, signs, torches, lights and markers around the work as may be required by the various agencies having jurisdiction in the work area. The Contractor shall also provide qualified flagmen to direct traffic while working upon a highway, street or road over which traffic must pass. 6. Excavated areas within the traffic lanes of highways, streets or roads and pedestrian walkways shall be backfilled as soon as possible and the area opened to traffic. 7. Bridge over open trenches where necessary to maintain traffic. 8. Consult with governing authorities to establish public thoroughfares which will be used as haul routes and Site access. All operations shall meet the approval of owners or agencies having j urisdiction. 9. The Contractor shall obtain permission from the applicable State, County or local authority(ies) before closing or obstructing any public highway, street or road. This shall include, but not necessarily be limited to, coordination , with Fire Departments, 911 services, and other emergency services. 10. The Contractor shall make the same provisions as described above for the passage of vehicular and pedestrian traffic between private property and public highways, streets and roads or other provisions that are satisfactory to the Owner and the property owners involved. 0l 53 00 Temp Barriers & Controls 01 5300-5 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 B. Maintenance of Roadways: 1. Repair roads, walkways, and other traffic areas damaged by operations. Keep traffic areas as free as possible of excavated materials and maintain in a manner to eliminate dust, mud, and hazardous conditions. 2. All operations and repairs shall meet the approval of owners or agencies havingj urisdiction. 3.06 RAILROAD SERVICE: A. Maintenance: 1. Schedule operations and exercise care to avoid any interruption to continuous service over the railroads within or adjacent to the Work area. 2. Before transporting Equipment and Materials across railroad tracks or performing Work within any railroad right-of-way, obtain permission or any necessary permits from the railroads. 3. The Work shall be subject to all supervision, inspection, and other conditions required by the affected railroads. END OF SECTION 0153 00 0l 53 00 Temp Barriers & Controls 01 5300-6 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 01 56 00 TEMPORARY UTILITIES AND FACILITIES PART1- GENERAL 1.01 SUMMARY: A. This Section includes requirements of a temporary nature not normally incorporated into final Work. It includes the following: 1. Utility services. 2. Construction and support facilities. 3. Construction aids. 4. Safety and health. 5. Fire protection. B. Related Work Specified Elsewhere: 1. Temporary Barriers and Controls: SECTION 01 53 00. 1.02 REFERENCES: A. American National Standards Association (ANSI): 1. A10 Series — Safety Requirements for Construction and Demolition: B. National Electrical Contractors Association (NECA): 1. Electrical Design Library —Temporary Electrical Facilities. C. National Fire Protection Association (NFPA): 1. 10 — Portable Fire Extinguishers. 2. 70 —National Electrical Code. 3. 241 — Safeguarding Construction, Alterations, and Demolition Operations. D. National Electrical Manufacturers Association (NEMA). E. Underwriters Laboratories (UL). 1.03 SUBMITTALS: A. Temporary Utilities: Submit reports of tests, inspections, meter readings, and similar procedures performed on temporary utilities. B. Implementation and Termination Schedule: Submit a schedule indicating implementation and termination of each temporary utility within 15 days of the date established for commencement of the Work. 1.04 QUALITY ASSURANCE: A. Regulations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction, including but not limited to: 1. Building Code requirements. 2. Health and safety regulations. 3. Utility company regulations. 4. Police, Fire Department, and rescue squad rules. 5. Environmental protection regulations. B. Standards: 1. Comply with NFPA 10 and 241, and ANSI A10 Series standards "Temporary Electrical Facilities." 2. Comply with NEMA, NECA, and UL standards and regulations for temporary electric service. Install service in compliance with NFPA 70. 01 56 00 Temp Utilities & Facilities 01 5600-1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.05 PROJECT CONDITIONS: A. Temporary Utilities: Prepare a schedule indicating dates for implementation and termination of each temporary utility. At the earliest feasible time, when acceptable to Owner, change over from use of temporary service to use of the permanent service. B. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Take necessary fire prevention measures. Do not overload facilities, or permit them to interfere with progress. Do not allow hazardous, dangerous, unsanitary conditions, or public nuisances to develop or persist on the Site. PART 2 - PRODUCTS 2.01 MATERIALS AND EQUIPMENT: A. Provide new materials and equipment. If acceptable to Engineer, undamaged previously used materials and equipment in serviceable condition may be used. Provide materials and equipment suitable for the use intended, of capacity for required usage, and meeting applicable codes and standards. Comply with requirements of the TECHNICAL SPECIFICATIONS. B. Water: Provide potable water approved by local health authorities. C. Water Hoses: Provide 3/4 -inch (19 -mm), heavy-duty, abrasion -resistant, flexible rubber hoses 100 feet (30 m) long, with pressure rating greater than the maximum pressure of the water distribution system. Provide adjustable shutoff nozzles at hose discharge. D. Electrical Outlets: Provide properly configured, NEMA -polarized outlets to prevent insertion of 110- to 120V plugs into higher voltage outlets. Provide receptacle outlets equipped with ground -fault circuit interrupters, reset button, and pilot light for connection of power tools and equipment. E. Electrical Power Cords: Provide grounded extension cords. Use hard -service cords where exposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths of electric cords if single lengths will not reach areas where construction activities are in progress. Do not exceed safe length -voltage ratio. F. Lamps and Light Fixtures: Provide general service incandescent lamps of wattage required for adequate illumination. Provide guard cages or tempered -glass enclosures where exposed to breakage. Provide exterior fixtures where exposed to moisture. G. Heating Units: Provide temporary heating units that have been tested and labeled by UL, FM, or another recognized trade association related to the type of fuel being consumed. H. Fire Extinguishers: Provide hand -carried, portable, UL -rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide hand -carried, portable, UL -rated, Class ABC, dry -chemical extinguishers or a combination of extinguishers of NFPA-recommended classes for the exposures. Comply with NFPA 10 and NFPA 241 for classification, extinguishing agent, and size required by location and class of fire exposure. 01 56 00 Temp Utilities & Facilities 01 5600-2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 PART 3 - EXECUTION 3.01 TEMPORARY UTILITIES: A. General: 1. Engage the appropriate local utility company to install temporary service or connect to existing service: Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with utility company recommendations. 2. Provide adequate utility capacity at each stage of construction. Prior to availability of temporary utilities at the site, provide trucked -in services as required for start-up of construction operations. 3. Obtain and pay for temporary easements required to bring temporary utilities to the Project Site, where the Owner's permanent easement cannot be used for that purpose. 4. Furnish, install, and maintain temporary utilities required for adequate construction, safety, and security. Modify, relocate, and extend systems as Work progresses. Repair damage caused by installation or use of temporary facilities. Grade the areas of Site affected by temporary installations to required elevations and grades, and clean the area. Remove on completion of Work or until service or facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 5. The types of temporary construction utilities and facilities required include, but not by way of limitation, water distribution, drainage, dewatering equipment, enclosure of Work, heat, ventilation, electrical power distribution, lighting, hoisting facilities, stairs, ladders, and roads. 6. Inspect and test each service before placing temporary utilities in use. Arrange for required inspections and tests by governing authorities, and obtain required certifications and permits for use. 7. Materials used for temporary service shall not be used in the permanent system unless so specified or acceptable to Engineer. 3.02 TEMPORARY ELECTRICITY AND LIGHTING: A. New Service: 1. Arrange with utility company and provide service required for power and lighting. 2. Connect temporary service in a manner directed by utility company officials. Provide separate meter for metering of power used by all entities authorized to be at or perform Work at the Project Site. 3. The electric service shall be of sufficient capacity and characteristics for the various construction tools, machinery, lights, heating and air conditioning, pumps, and other tools required by Contractor and his Subcontractors. 4. Provide weatherproof, grounded, power distribution system sufficient to accommodate construction operations requiring power, use of power tools, electrical heating, and lighting. Provide overload protection. Locate multiple outlets spaced so that entire area of construction can be reached by power tools on a single extension cord of 100 -foot maximum length. Supply power for electric welding, if any, from either temporary power distribution system or by engine -driven, power -generator sets at Contractor's option. 5. Provide all necessary temporary wiring, panelboards, switches, outlets, and other devices so that power and lighting is available throughout the 01 56 00 Temp Utilities & Facilities 01 5600-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 construction area. Include meters, transformers, overload protection disconnects, automatic ground fault interrupters, and main distribution switch gear. Include overcurrent protection on all conductors of the temporary system. Provide adequate artificial lighting for all areas of Work when natural light is not adequate for Work. a. Sufficient light shall be provided for general construction areas and floor areas, with additional sufficient lighting for specific tasks and to meet safety requirements. B. Use of Existing System: I . Owner's existing system shall not be used for temporary electricity. C. Use of Permanent System: 1. Prior to use of permanent system (facilities being constructed by Contractor) for construction purposes, obtain written permission of Owner. 2. Maintain permanent system as specified for temporary facilities. D. Costs of Installation and Operation: 1. Pay fees and charges for permits and applications. 2. Pay costs of installation, maintenance, removal of temporary services, and restoration of any permanent facilities used. 3. Pay costs of electrical power used. 4. Obtain and pay costs for temporary easements required across properties other than that of Owner. 3.03 TEMPORARY WATER: A. New Service: 1. Arrange with utility service company to provide water for construction purposes. 2. Connect service to water main in a manner directed by utility company officials. Provide with meter and shut off valve near connection to the water main. 3. Size water service to provide adequate volume for all anticipated construction uses, and to maintain minimum required pressure. 4. Install piping with outlets located so that water is available throughout the construction area. 5. Prevent freezing of water distribution system. Maintain hose connections and out valves in leakproof condition. 6. Sterilize temporary water piping prior to use. B. Use of Existing System: 1. Owner's existing system may be used for temporary water. 2. Make connections to existing facilities to provide water for construction purposes. a. Water Source: Make connections to Owner's service located at point indicated or where instructed by Owner. 3. Modify, supplement, and extend system as necessary to meet temporary water requirements -and prevent overloading of existing system. 4. Regulate system to prevent interference with Owner's usage. 0l 56 00 Temp Utilities & Facilities 01 5600-4 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 C. Use of Permanent System: 1. Prior to use of permanent system for construction purposes, obtain written permission of Owner. 2. Prior to Use of System for Drinking Water: a. Disinfect piping. b. Obtain inspection and approval of governing authority. D. Costs of Installation and Operation: 1. Pay all costs for installation, maintenance, and removal. 2. Pay all costs for water used. 3.04 TEMPORARY SANITARY FACILITIES: A. Contractor -Furnished Facilities: 1. Furnish, install, and maintain temporary sanitary facilities for use through construction period. Remove on completion of Work. 2. Provide for all construction workers under this Contract and representatives . at the Site. 3. Toilet facilities shall be of the chemical, aerated recirculation, or combustion type, properly vented, and fully enclosed with a glass- fiber -reinforced polyester shell or similar nonabsorbent material. 4. Water and sewer connected facilities may be installed to extent permitted by governing regulations. a. Provide lavatories, mirrors, urinals (where applicable), and water closets in water and sewer connected units. Provide only potable water at lavatories. Provide individual compartments for water closets where the unit is intended for occupancy by more than one person. Provide suitable enclosure with nonabsorbent sanitary finish materials and adequate heat, ventilation and lighting. b. Provide separate toilet facilities for male and female construction personnel as required. 5.. Wash Facilities: Install potable water -supplied wash facilities at locations convenient to construction personnel involved in the handling of compounds and materials where wash-up is necessary to maintain a safe, healthy and sanitary condition. Where recommended or required by governing authorities and regulations or recognized standards provide emergency safety showers, emergency eye -wash fountains, showers, and similar facilities. Dispose of drainage properly. Supply soap and other cleaning compounds appropriate for each condition. 6. Drinking Water Fixtures: Provide containerized tap -dispenser type drinking water units. Provide drinking water fountains if piped potable water is reasonably accessible from permanent or temporary lines. 7. Supply and.maintain toilet tissue, paper towels, paper cups and similar disposable materials as appropriate for each facility. Provide appropriate covered waste containers for used material. B. Use of Existing Facilities: 1. Not applicable. 3.05 DUMPSTER: A. General: Contractor will provide a third party dumpster procured (only) from the City of Fayetteville Recycling and Trash Collection Division. 01 56 00 Temp Utilities & Facilities 01 5600-5 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 3.06 SEWERS AND DRAINAGE: 2015-092 JUNE 2017 A. General: Where sewers or drainage facilities are not available for discharge of effluent, provide containers to remove and dispose of effluent off the Site in a lawful manner. If existing sewers are available for temporary drainage near the Site prior to completion of permanent sewers, provide temporary connections to remove effluent that can be lawfully discharged into the sewers. If existing sewers cannot be used for discharge, provide drainage ditches, dry wells, waste stabilization ponds, and similar discharge facilities to remove effluent that can be lawfully discharged .in that manner. B. Connect temporary sewers to the municipal sewer systems in the manner directed by the sewer department officials. C. Maintain temporary sewers and drainage facilities in a clean, sanitary condition. Following heavy usage, restore to normal conditions promptly. Provide and maintain temporary earthen embankments and similar barriers in and around construction excavations and subgrade construction, sufficient to prevent flooding by runoff of storm water from heavy rain storms. 3.07 TEMPORARY CONSTRUCTION AIDS: A. General: 1. Provide construction aids and equipment required by personnel and to . facilitate the execution of the Work; scaffolds, staging, ladders, stairs, ramps, runways, platforms, railings, hoists, cranes, chutes, and other such facilities and equipment. 2. Materials may be new or used, must be suitable for the intended purpose, and meet the requirements of applicable codes, regulations, and standards. 3. When permanent stair framing is in place, provide temporary treads, platforms, and railings for use by construction personnel. 3.08 TEMPORARY SAFETY AND HEALTH: A. General: Contractor shall be responsible for development of safety and health programs for personnel at Project Site as specified in the GENERAL CONDITIONS. 3.09 TEMPORARY FIRE PROTECTION: A. General: 1. Contractor shall be responsible for development of a fire prevention and protection program for all Work under this Contract. 2. The program shall comply with the applicable provisions for safety and protection as set forth in the GENERAL CONDITIONS and with applicable parts of the NFPA 10 and 241. 3. Locate fire extinguishers where convenient and effective for their intended purpose, but not less than one extinguisher on each floor at or near such usable stairwell. 4. Store combustible materials in containers in fire -safe locations. 5. Maintain unobstructed access to fire extinguishers, fire hydrants, temporary fire protection facilities, stairways, and other access routes for fighting fires. Prohibit smoking in hazardous fire exposure areas. 6. Provide supervision of welding operations and similar sources of fire ignition. 01 56 00 Temp Utilities & Facilities 01 5600-6 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 Post warning and instructions at each extinguisher location, and instruct construction personnel on proper use of extinguishers and other available facilities at Project Site. Post local fire department telephone number on or near each telephone instrument at Project Site. B. Permanent Fire Protection: 1. Complete each fire protection facility at earliest reasonable date, place into operation, and make ready for emergency use. 2. Instruct personnel at Site on availability and proper use. 3.10 INSTALLATION AND REMOVAL: A. Relocation: Relocate construction aids as required by progress of construction, storage limitations, or Work requirements and to accommodate requirements of Owner and other contractors at the Site. B. Removal: Remove temporary materials, equipment, and services when construction needs can be met and.allowed by use of permanent construction, or at completion of the Project. C. Repair: Clean and repair damage caused by installation or by use of temporary facilities. I.- Remove foundations and underground installations for construction aids. 2. Grade the areas of the Site affected by temporary installations to required elevations and clean the area. END OF SECTION 0156 00 01 56 00 Temp Utilities & Facilities 01 5600-7 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 01 60 00 PRODUCT REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. General product requirements. B. Transportation, handling, storage and protection. C. Product option requirements. D. Substitution limitations and procedures. E. Maintenance materials, including extra materials, spare parts, tools, and software. 1.02 REFERENCE STANDARDS A. NFPA 70 -National Electrical Code; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. 1.03 SUBMITTALS A. Proposed Products List: Submit list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. 1. Submit within 15 days after date of Agreement. 2. For products specified only by reference standards, list applicable reference standards. B. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. C. Shop Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. D. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. 1. For selection from standard finishes, submit samples of the full range of the manufacturer's standard colors, textures, and patterns. E. Indicate utility and electrical characteristics, utility connection requirements, and. location of utility outlets for service for functional equipment and appliances. PART 2 PRODUCTS 2.01 NEW PRODUCTS A. Provide new products unless specifically required or permitted by the Contract Documents. B. Where all other criteria are met, Contractor shall give preference to -products that: 1. If used on interior, have lower emissions, as defined in Section 01 61 16. 2. If wet -applied, have lower VOC content, as defined in Section 01 61 16. 3. Have a published GreenScreen Chemical Hazard Analysis. C. Provide interchangeable components of the same manufacture for components being replaced. D. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes, and materials indicated. Size terminal lugs to NFPA 70, include lugs for terminal box. 2.02 PRODUCT OPTIONS A. Products Indicated by Reference Standards or by Description Only: Use any product meeting those standards or description. B. Products Indicated by Naming One or More Manufacturers and "No Substitutes" indicated: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Indicated by Naming One or More Manufacturers with or without a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. PRODUCT REQUIREMENTS 01 6000-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 ' D. Products indicated in the color and finish schedules or drawing notes; including color, shade, hue, translucence, opacity, pattern, or texture; establish the Basis of Design. Use the Basis of Design. Submit a request for substitution for any product not indicated. 2.03 MAINTENANCE MATERIALS A. Furnish extra materials, spare parts, tools, and software of types and in quantities specified in individual specification sections. . B. Deliver to Project site; obtain receipt prior to final payment. PART 3 EXECUTION 3.01 SUBSTITUTION PROCEDURES A. Instructions to Bidders specify time restrictions for submitting requests for substitutions during the bidding period. Comply with requirements specified in this section. B. Architect Engineer will consider requests for substitutions only within 30 days after date of Agreement, for products other than metal wall and roof panels. C. Products indicated in the color and finish schedules or drawing notes; including color, shade, hue, translucence, opacity, pattern, or texture; establish the Basis of Design. Use the Basis of Design. Submit a request for substitution for any product not named. D. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. E. A request for substitution constitutes a representation that the submitter: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the substitution as for the specified product. 3. Will coordinate installation and make changes to other Work that may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension that may subsequently become apparent. 5. Will reimburse Owner and Architect Engineer for review or redesign services associated with re -approval by authorities. F. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. G. Substitution Submittal Procedure: 1. Submit one electronc pdf file and one hard copy of the pdf of request for substitution for consideration. Limit each request to one proposed substitution. 2. Use form 01 60 01 or other form acceptable to Architect Engineer. 3. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 4. The Architect Engineer will notify Contractor in writing of decision to accept or reject request. 3.02 TRANSPORTATION AND HANDLING A. Package products for shipment in manner to prevent damage; for equipment, package to avoid loss of factory calibration. B. If special precautions are required, attach instructions prominently and legibly on outside of packaging. C. Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials. D. Transport and handle products in accordance with manufacturer's instructions. E. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. PRODUCT REQUIREMENTS 01 6000-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 F. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. G. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage, and to minimize handling. H. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 3.03 STORAGE AND -PROTECTION A. Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. B.. Store and protect products in accordance with manufacturers' instructions. C. Store with seals and labels intact and legible. D. . Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product. E. For exterior storage of fabricated products, place on sloped supports above ground. F. Provide bonded off-site storage and protection when site does not permit on-site storage or protection. G. Protect products from damage or deterioration due to construction operations, weather, precipitation, humidity, temperature, sunlight and ultraviolet light, dirt, dust, and other contaminants. H. Comply with manufacturer's warranty conditions, if any. I. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to prevent condensation and degradation of products. J. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. K. Prevent contact with material that may cause corrosion, discoloration, or staining. L. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. M. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SECTION PRODUCT REQUIREMENTS 01 6000-3 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 01 60 01 SUBSTITUTION REQUEST FORM TO: CROMWELL ARCHITECTS ENGINEERS (THROUGH A PRIME BIDDER OR CONTRACTOR) ATTENTION: MICHAEL MCCURRY, ASSOC AIA <MMCURRY@CROMWELL.COM> 101 S Spring Street, Suite 100, Little Rock, AR 72201 (501) 372-2900 SECTION PARAGRAPH DESCRIPTION SPECIFIED ITEM: PROPOSED SUBSTITUTE: Attach complete description, designation, catalog or model number, spec data sheet, and other technical data, including laboratory tests if applicable. In addition to data, include a side-by-side comparison of each element of the specified product and the proposed substitution. The Architect Engineer must be able to clearly and quickly compare all aspects of the two products. Insufficient information for review may be cause for rejection of proposed substitution. Burdon of proof is proposer's responsibility. Approved substitution will only be issued by Addendum or other official Modification. FILL IN BLANKS BELOW: 1. Will substitution affect dimensions indicated on drawings? 2. Will substitution affect wiring, piping, ductwork, etc., indicated on drawings? 3. Differences between proposed substitution and specified item? 4. What affect will substitution have on other trade contractors? 5. What affect will substitution have on Project Construction Schedule? 6. If necessary, will the undersigned pay for Architect Engineer's cost, required to revise working drawings, caused by substitution? 7. Manufacturer's warranties of specified items and proposed items are: [ ] Same [ ] Different (explain) SUBMITTED BY: I REVIEW COMMENTS Firm Address: I Signature: Date: By: Date: Telephone: Fax: [ ] Incomplete Information [ ] Approved [ J Approved As Noted (see attached copy) [ ] Not Approved [ ] Received Too Late Remarks: SUBSTITUTION REQUEST FORM 01 6001 -1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS PART1 GENERAL 1.01 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Requirements for alterations work, including selective demolition. C. Pre -installation meetings. D. Cutting and patching. E. Cleaning and protection. F. Starting of systems and equipment. G. Demonstration and instruction of Owner personnel. 2015-092 JUNE 2017 H. Closeout procedures, including Contractor's Correction Punch List, except payment procedures. I. ' General requirements for maintenance service. 1.02 RELATED REQUIREMENTS A. Section 01 10 00 - Summary: Limitations on working in existing building; continued occupancy. B. Section 01 30 00 - Administrative Requirements: Submittals procedures, Electronic document submittal service. C. Section 01 40 00 - Quality Requirements: Testing and inspection procedures. D. Section 01 78 00 - Closeout Submittals: Project record documents, operation and maintenance data, warranties and bonds. E. Section 01 79 00 - Demonstration and Training: Demonstration of products and systems to be commissioned and where indicated in specific specification sections 1.03 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Cutting and Patching: Submit written request in advance of cutting or alteration that affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. 5. Work of Owner or separate Contractor. C. Project Record Documents: Accurately record actual locations of capped and active utilities. 1.04 PROJECT CONDITIONS A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. B. Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air -borne dust from dispersing into atmosphere and over adjacent property. C. Noise Control: Provide methods, means, and facilities to minimize noise produced by construction operations. D. Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. Comply with federal, state, and local regulations. 1.05 COORDINATION A. Coordinate'scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. EXECUTION AND CLOSEOUT REQUIREMENTS 01 7000-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 B. Verify that utility requirements and characteristics of new operating equipment are compatible with building utilities. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements, supports, and installation of mechanical and electrical work that are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D. Coordinate completion and clean-up of work of separate sections. PART 2 PRODUCTS 2.01 PATCHING MATERIALS A. New Materials: As specified in product sections; match existing products and work for patching and extending work. B. Type and Quality of Existing Products: Determine by inspecting and testing products where necessary, referring to existing work as a standard. C. Product Substitution: For any proposed change in materials, submit request for substitution described in Section 01 60 00 - Product Requirements. PART 3 EXECUTION 3.01 STRUCTURAL WORK A. Do not cut -and -patch structural work in a manner resulting in a reduction of load -carrying capacity or load/deflection ratio. Submit proposal and request and obtain Architect Engineer's approval before proceeding with cut -and -patch of structural work. 3.02 VISUAL/QUALITY LIMITATIONS A. Do not cut -and -patch work exposed to view, exterior and interior, in a manner resulting in noticeable reduction of visual qualities and similar qualities, as judged by Architect Engineer. B. Engage the original installer/fabricator or, if not available, an acceptable equivalent entity, to perform cutting and patching. C. Refinish entire surfaces to match adjacent finishes. For continuous surfaces, refinish to nearest intersection. For an assembly, refinish the entire unit. . 3.03 LIMITATION ON APPROVALS A. Architect Engineer's approval to proceed with cutting and patching does not waive right to later require removal/replacement of work found to be cut -and -patched in an unsatisfactory manner, as judged by Architect Engineer. , 3.04 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over -ordering or misfabrication. E. Verify that utility services are available, of the correct characteristics, and in the correct locations. F. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of work. Beginning of cutting or patching means acceptance of existing conditions. EXECUTION AND CLOSEOUT REQUIREMENTS 01 7000-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 3.05 PREPARATION 2015-092 JUNE 2017 A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.06 PREINSTALLATION MEETINGS A. When required in individual specification sections, convene a preinstallation meeting at the site prior to commencing work of the section. B. Require attendance of parties directly affecting, or affected by, work of the specific section. C. Notify Architect Engineer four days in advance of meeting date. D. Prepare agenda and preside at meeting: 1. Review conditions of examination, preparation and installation procedures. 2. Review coordination with related work. E. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect Engineer, Owner, participants, and those affected by decisions made. 3.07 GENERAL INSTALLATION REQUIREMENTS A. Accomplish the Work, including products, equipment, and systems; complete and functional; ready for operation. B. Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. C. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. D. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. E. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. F. Make neat transitions between different surfaces, maintaining texture and appearance. 3.08 ALTERATIONS A. Drawings showing existing construction and utilities are based on casual field observation and existing record documents only. 1. Verify that construction and utility arrangements are as shown. 2. Report discrepancies to Architect Engineer before disturbing existing installation. 3. Beginning of alterations work constitutes acceptance of existing conditions. B. Keep areas in which alterations are being conducted separated from other areas that are still occupied. C. Remove existing work as indicated and as required to accomplish new work. 1. Remove items indicated on drawings. 2. Relocate items indicated on drawings. 3. Where new surface finishes are to be applied to existing work, perform removals, patch, and prepare existing surfaces as required to receive new finish; remove existing finish if necessary for successful application of new finish. 4. Where new surface finishes are not specified or indicated, patch holes and damaged surfaces to match adjacent finished surfaces as closely as possible. rr D. Services (Including but not limited to HVAC and Electrical): Remove, relocate, and extend existing systems to accommodate new construction. 1. Maintain existing active systems that are to remain in operation; maintain access to equipment and operational components; if necessary, modify installation to allow access or provide access panel. EXECUTION AND CLOSEOUT REQUIREMENTS 01 7000-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 2. Where existing systems or equipment are not active and Contract Documents require reactivation, put back into operational condition; repair supply, distribution, and equipment as required. 3. Where existing active systems serve occupied facilities but are to be replaced with new services, maintain existing systems in service until new systems are complete and ready for service. a. Disable existing systems only to make switchovers and connections; minimize duration of outages. b. Provide temporary connections as required to maintain existing systems in service. 4. Verify that abandoned services serve only abandoned facilities. 5. Remove abandoned pipe, ducts, conduits, and equipment ; remove back to source of supply where possible, otherwise cap stub and tag with identification; patch holes left by removal using materials specified for new construction. E. Protect existing work to remain. 1. Prevent movement of structure; provide shoring and bracing if necessary. 2. Perform cutting to accomplish removals neatly and as specified for cutting new work. 3. Repair adjacent construction and finishes damaged during removal work. F. Adapt existing work to fit new work: Make as neat and smooth transition as possible. 1. When existing finished surfaces are cut so that a smooth transition with new work is not possible, terminate existing surface along a straight line at a natural line of division and make recommendation to Architect Engineer. 2. Where removal of partitions or walls results in adjacent spaces becoming one, rework floors, walls, and ceilings to a smooth plane without breaks, steps, or bulkheads. 3. Where a change of plane of 1/4 inch or more occurs in existing work, submit recommendation for providing a smooth transition for Architect Engineer review and request instructions. , G. Patching: Where the existing surface is not indicated to be refinished, patch to match the surface finish that existed prior to cutting. Where the surface is indicated to be refinished, patch so that the substrate is ready for the new finish. H. Refinish existing surfaces as indicated: 1. Where rooms or spaces are indicated to be refinished, refinish all visible existing surfaces to remain to the specified condition for each material, with a neat transition to adjacent finishes. 2. If mechanical or electrical work is exposed accidentally during the work, re-cover and refinish to match. I. Clean existing systems and equipment. J. Remove demolition debris and abandoned items from alterations areas and dispose of off-site; do not burn or bury. K. Do not begin new construction in alterations areas before demolition is complete. L. Comply with all other applicable requirements of this section. 3.09 CUTTING AND PATCHING A. Whenever possible, execute the work by methods that avoid cutting or patching. B. See Alterations article above for additional requirements. ' C. Perform whatever cutting and patching is necessary to: 1. Complete the work. 2. Fit products together to integrate with other work. ' 3. Provide openings for penetration of mechanical, electrical, and other services. 4. Match work that has been cut to adjacent work. 5. Repair areas adjacent to cuts to required condition. , 6. Repair new work damaged by subsequent work. 7. Remove samples of installed work for testing when requested. EXECUTION AND CLOSEOUT REQUIREMENTS . I 01 7000-4 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 8. Remove and replace defective and non -conforming work. D. Execute work by methods to avoid damage to other work, and which will provide appropriate surfaces to receive patching and finishing. At in place work (new or existing), minimize damage and restore to original or specified condition. E. Employ original installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. F. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval. G. Restore work with new products in accordance with requirements of Contract Documents. H. Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. I. At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids with fire rated material , to full thickness of the penetrated element. J. Patching: 1. Finish patched surfaces to match finish that existed prior to patching. On continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. 2. Match color, texture, and appearance. 3. Make neat transitions. Where new work abuts or aligns with existing, perform a smooth and even transition. 4. Repair patched surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching work. If defects are due to condition of substrate, repair substrate prior to repairing finish. K. Visual/Quality Limitations 1. Do not cut -and -patch work exposed to view, exterior and interior, in a manner resulting in noticeable reduction of visual qualities and similar qualities, as judged by Architect Engineer. 2. Engage the original installer/fabricator or, if not available, an acceptable equivalent entity, to perform cutting and patching. 3.10 PROTECTION OF INSTALLED WORK A. Protect installed work from damage by construction operations. B. Provide special protection where specified in individual specification sections. C. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. D. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. E. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. G. Remove protective coverings when no longer needed; reuse or recycle plastic coverings if possible. 3.11 SYSTEM STARTUP A. Coordinate schedule for start-up of various equipment and systems. B. Notify Architect Engineer and owner seven days prior to start-up of each item. C. Verify that each piece of equipment or system has been checked for proper lubrication, drive rotation, belt tension, control sequence, and for conditions that may cause damage. D. Verify tests, meter readings, and specified electrical characteristics agree with those required by the equipment or system manufacturer. EXECUTION AND CLOSEOUT REQUIREMENTS 01 7000-5 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 ' E. Verify that wiring and support components for equipment are complete and tested. F. Execute start-up under supervision of applicable Contractor personnel and manufacturer's representative in accordance with manufacturers' instructions. G. When specified in individual specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to start-up, and to supervise placing equipment or system in operation. H. Submit a written report that equipment or system has been properly installed and is functioning correctly. 3.12 DEMONSTRATION AND INSTRUCTION A. See Section 01 79 00 - Demonstration and Training. 3.13 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. B. Testing, adjusting, and balancing HVAC systems: See Section 23 05 93 - Testing, Adjusting, and Balancing for HVAC. 3.14 FINAL CLEANING A. Execute final cleaning prior to final project assessment. B. Use cleaning materials that are nonhazardous. C. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces, D. Remove all labels that are not permanent. Do not paint or otherwise cover fire test labels or nameplates on mechanical and electrical equipment. E. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the surface and material being cleaned. F. Clean filters of operating equipment. 3.15 CLOSEOUT PROCEDURES A. Make submittals that are required by governing or other authorities. 1. Provide copies to Architect Engineer and Owner. B. Accompany Project Coordinator on preliminary inspection to determine items to be listed for completion or correction in the Contractor's Correction Punch List for Contractor's Notice of Substantial Completion. C. Notify Architect Engineer when work is considered ready for Architect Engineer's Substantial Completion inspection. D. Submit written certification containing Contractor's Correction Punch List, that Contract Documents have been reviewed, work has been inspected, and that work is complete in accordance with Contract Documents and ready for Architect Engineer's Substantial Completion inspection. E. Owner will occupy all of the building. F. Conduct Substantial Completion inspection and create Final Correction Punch List containing Architect Engineer's and Contractor's comprehensive list of items identified to be completed or corrected and submit to Architect Engineer. G. Correct items of work listed in Final Correction Punch List and comply with requirements for access to Owner -occupied areas. H. Notify Architect Engineer when work is considered finally complete and ready for Architect Engineer's Substantial Completion final inspection. I. Complete items of work determined by Architect Engineer listed in executed Certificate of Substantial Completion. EXECUTION AND CLOSEOUT REQUIREMENTS 01 7000-6 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 3.16 MAINTENANCE A. Provide service and maintenance of components indicated in specification sections. B. Maintenance Period: As indicated in specification sections or, if not indicated, not less than one year from the Date of Substantial Completion or the length of the specified warranty, whichever is longer. C. Examine system components at a frequency consistent with reliable operation. Clean, adjust, and lubricate as required. D. Include systematic examination, adjustment, and lubrication of components. Repair or replace parts whenever required.. Use parts produced by the manufacturer of the original component. E. Maintenance service shall not be assigned or transferred to any agent or subcontractor without prior written consent of the Owner. END OF SECTION EXECUTION AND CLOSEOUT REQUIREMENTS 01 7000-7 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 01 78 00 CLOSEOUT SUBMITTALS PART1 GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. B. Operation and Maintenance Data. C. Warranties and bonds. 1.02 RELATED REQUIREMENTS A. Section 00 72 00 - General Conditions: Performance bond -and labor and material payment bonds, warranty, and correction of work. B. Section 01 30 00 - Administrative Requirements: Submittals procedures, shop drawings, product data, and samples. C. Section 01 70 00 - Execution and Closeout Requirements: Contract closeout procedures. D. Individual Product Sections: Specific requirements for operation and maintenance data. E. Individual Product Sections: Warranties required for specific products or Work: 1.03 SUBMITTALS A. Project Record Documents: Submit documents to Architect Engineer with claim for final Application for Payment. B. Operation and Maintenance Data: 1. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Architect Engineer will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by Owner, submit completed documents within ten days after acceptance. 3. Submit one copy of completed documents 15 days prior to final inspection. This copy will be reviewed and returned after final inspection, with Architect Engineer comments. Revise content of all document sets as required prior to final submission. 4. Submit two sets of revised final documents in final form within 10 days after final inspection. C. Warranties and Bonds: 1. For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance. 2. Make. other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. CLOSEOUT SUBMITTALS 01 7800-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 ' D. Record information concurrent with construction progress. E. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number.. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications. F. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured depths of foundations in relation to finish first floor datum. 2. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 4. Field changes of dimension and detail. 5. Details not on original Contract drawings. 3.02 OPERATION AND MAINTENANCE DATA A. Source Data: For each product or system, list names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts. B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information. C. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings. D. Typed Text: As required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions. 3.03 OPERATION AND MAINTENANCE DATA FOR MATERIALS AND FINISHES A. For Each Product, Applied Material, and Finish: 1. Product data, with catalog number, size, composition, and color and texture designations. ' 2. Information for re -ordering custom manufactured products. B. Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents and methods, precautions against detrimental cleaning agents and methods, and ' recommended schedule for cleaning and maintenance. C. Moisture protection and weather -exposed products: Include product data listing applicable reference standards, chemical composition, and details of installation. Provide recommendations for inspections, maintenance, and repair. D. Additional information as specified in individual product specification sections. E. Where additional instructions are required, beyond the manufacturer's standard printed instructions, have instructions prepared by personnel experienced in the operation and maintenance of the specific products. 3.04 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS A. For Each Item of Equipment and Each System: 1. Description of unit or system, and component parts. 2. Identify function, normal operating characteristics, and limiting conditions. 3. Include performance curves, with engineering data and tests. 4. Complete nomenclature and model number of replaceable parts. B. Where additional instructions are required, beyond the manufacturer's standard printed instructions, have instructions prepared by personnel experienced in the operation and maintenance of the specific products. CLOSEOUT SUBMITTALS , 01 7800-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 C. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; typed. D. Include color coded wiring diagrams as installed. E. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut -down, and emergency instructions. Include summer, winter, and any special operating instructions. F. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and trouble shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. G. Provide servicing and lubrication schedule, and list of lubricants required. H. Include manufacturer's printed operation and maintenance instructions. I. Include sequence of operation by controls manufacturer. J. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. K. Provide control diagrams by controls manufacturer as installed. L. Provide Contractor's coordination drawings, with color coded piping diagrams as installed. M. Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. N. Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. O. Include test and balancing reports. P. Additional Requirements: As specified in individual product specification sections. 3.05 ASSEMBLY OF OPERATION AND MAINTENANCE MANUALS A. Assemble operation and maintenance data into durable manuals for Owner's personnel use, with data arranged in the same sequence as, and identified by, the specification sections. B. Where systems involve more than one specification section, provide separate tabbed divider for each system. C. Binders: Commercial quality, 8-1/2 by 11 inch three D side ring binders with durable plastic covers; 2 inch maximum ring size. When multiple binders are used, correlate data into related consistent groupings. D. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; identify title of Project; identify subject matter of contents. E. Project Directory: Title and address of Project; names, addresses, and telephone' numbers of Architect Engineer, Consultants, Contractorand subcontractors, with names of responsible parties. F. Tables of Contents: List every item separated by a divider, using the same identification as on the divider tab; where multiple volumes are required, include all volumes Tables of Contents in each volume, with the current volume clearly identified. G. Dividers: Provide tabbed dividers for each separate product and system; identify the contents on the divider tab; immediately following the divider tab include a description of product and major component parts of equipment. H. Text: Manufacturer's printed data, or typewritten data on 24 pound paper. I. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. 3.06 WARRANTIES AND BONDS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for CLOSEOUT SUBMITTALS 01 7800-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas e 2015-092 ' JUNE 2017 items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co -execute submittals when required. D. Retain warranties and bonds until time specified for submittal. E. Manual: Bind in commercial quality 8-1/2 by 11 inch three D side ring binders with durable plastic covers. F. Cover: Identify each binder with typed or printed title WARRANTIES AND BONDS, with title of Project; name, address and telephone number of Contractor and equipment supplier; and name of responsible company principal. G. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project Manual, with each item identified with the number and title of the specification section in which specified, and the name of product or work item. H. Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing. Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal. END OF SECTION CLOSEOUT SUBMITTALS 01 7800-4 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 03 20 00 CONCRETE REINFORCING PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SECTION INCLUDES A. Reinforcing steel for cast -in-place concrete. B. Supports and accessories for steel reinforcement. 1.03 RELATED REQUIREMENTS A. Section 01 45 33 - Code -Required Special Inspections: Code required special tests and inspections. B. Section 03 30 00 - Cast -in -Place Concrete. 1.04 REFERENCE STANDARDS A. ACI 301 - Specifications for Structural Concrete; 2010 (Errata 2012). B. ACI SP -66 - ACI Detailing Manual; 2004. C. ASTM A615/A615M - Standard Specification for Deformed and Plain Carbon Steel Bars for Concrete Reinforcement; 2015. D. ASTM Al064/A1064M - Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete; 2015. E. CRSI (DA4) - Manual of Standard Practice; 2009. 1.05 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Comply with requirements of ACI SP -66. Include bar schedules, shapes of bent bars, spacing of bars, location of splices, and mechanical splices and connections. Show additional reinforcing required to hold reinforcing in place. C. Plans shall be at 1/8" = 1'-0" or larger scale. D. Shop drawings shall be reviewed and stamped by the general contractor prior to submittal. Incomplete shop drawings and shop drawings that have not been reviewed by the general contractor will be returned without review by the architect/engineer. E. Manufacturer's Certificate: Certify that reinforcing steel and accessories supplied for this project meet or exceed specified requirements. 1.06 QUALITY ASSURANCE A. Perform work of this section in accordance with ACI 301. PART 2 PRODUCTS 2.01 REINFORCEMENT A. General 1. Steel shall have a recycle content of a minimum of 95%. 2. Where possible, use materials manufactured and/or fabricated within a 500 mile radius of the project site. B. Reinforcing Steel: ASTM A615/A615M, Grade 60 (60,000 psi). 1. Deformed billet -steel bars. 2. Unfinished. C. Deformed Bar Anchors: Deformed Bar Anchors, A496, minimum yield strength 75 KSI D. Steel Welded Wire Reinforcement (WWR): Plain type; ASTM A1064/A1064M. CONCRETE REINFORCING 032000-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 1. Form: Flat Sheets. 2. Mesh Size and Wire Gage: As indicated on drawings. .2015-092 ' JUNE 2017 E. Reinforcement Accessories: 1. Tie Wire: Annealed, minimum 16 gage, 0.0508 inch. 2. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for adequate support of reinforcement during concrete placement. 3. Provide plastic components for placement within 1-1/2 inches of weathering surfaces. 2.02 RE -BAR SPLICING: A. Coupler Systems: Mechanical devices for splicing reinforcing bars; capable of developing 125% of the full steel reinforcing design strength in tension and compression. 2.03 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI (DA4) - Manual of Standard Practice. B. Welding of reinforcement is not permitted. C. Locate reinforcing splices not indicated on drawings at point of minimum stress. D. Deformed Bar Anchors: The anchors are welded to plates in accordance with Chapter 7 of AWS D1.1, using a stud welding gun. Do not fillet weld deformed bar anchors. PART 3 EXECUTION 3.01 PLACEMENT A. Place, support and secure reinforcement against displacement. Do not deviate from required position. All reinforcing bars shall be supported and wired together to prevent displacement by construction loads or the placing of concrete beyond the tolerances noted below. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials which reduce or destroy bond with concrete. C. Do not displace or damage vapor barrier. D. Accommodate placement of formed openings. E. Conform to drawings for concrete cover over reinforcement. F. Placement Tolerances: Bars should be placed to the following tolerances: Concrete cover to formed surface: plus or minus 1/4 inchMinimum spacing between bars: 1/2 inchCrosswise of members: plus or minus 2 inchesLengthwise of members: plus or minus 2 inches Bars may be moved as necessary to avoid interference with other reinforcing steel, conduits , or embedded items. If bars are moved more than one bar diameter, or enough to exceed the above tolerances, the resulting arrangement of bars shall be subject to approval by the Architect/Engineer. G. Grouting of dowels into existing concrete shall be done with cement based non -shrink grout mixed and installed as required by the manufacturer's instructions. 3.02 FIELD QUALITY CONTROL A. An independent testing agency, as specified in Section 01 45 33 - Code -Required Special Inspections, will inspect installed reinforcement for conformance to contract documents before concrete placement. END OF SECTION CONCRETE REINFORCING 032000-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 SECTION 03 30 00 CAST -IN-PLACE CONCRETE PART 1 GENERAL 1.01 SECTION INCLUDES A. Concrete formwork. B. Floors and slabs on grade. C. Concrete footings and foundation walls. D. Joint devices associated with concrete work. E. Post -installed anchors F. Concrete curing. 1.02 RELATED REQUIREMENTS A. Section 01 45 33 - Code -Required Special Inspections: Code required special tests and inspections. B. Section 03 20 00 - Concrete Reinforcing. C. Section 07 92 00 - Joint Sealants: Products and installation for sealants for saw cut joints and isolation joints in slabs. D. Section 07 90 05 - Joint Sealers: Sealants for saw cut joints and isolation joints in slabs. E. Section 09 05 61 - Common Work Results for Flooring Preparation: Remediation of slabs with excessive moisture or pH. 1.03 REFERENCE STANDARDS A. ACI 117 - Standard Specifications for Tolerances for Concrete Construction and Materials; 2010. B. ACI 211.1 - Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete; 1991 (Reapproved 2009). C. ACI 301 - Specifications for Structural Concrete; 2010 (Errata 2012). D. ACI 302.1 R - Guide for Concrete Floor and Slab Construction; 2004 (Errata 2007). E. ACI 304R - Guide for Measuring, Mixing, Transporting, and Placing Concrete; 2000. F. ACI 305R - Hot Weather Concreting; 2010. G. ACI 306R - Cold Weather Concreting; 2010. H. ACI 308R - Guide to Curing Concrete; 2001 (Reapproved 2008). I. ACI 318 - Building Code Requirements for Structural Concrete and Commentary; 2011. J. ACI 347R - Guide to Formwork for Concrete; 2014. K. ACI 355.2 - Evaluating the Performance of Post -Installed Mechanical Anchors in Concrete;American Concrete Institute International; 2007. L. ASTM C33/C33M - Standard Specification for Concrete Aggregates; 2013. M. ASTM C39/C39M - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens; 2015a. N. ASTM C94/C94M - Standard Specification for Ready -Mixed Concrete; 2015. O. ASTM C109/C109M - Standard Test Method for Compressive Strength of Hydraulic Cement Mortars (Using 2 -in. or (50 -mm) Cube Specimens); 2013. P. ASTM C143/C143M - Standard Test Method for Slump of Hydraulic -Cement Concrete; 2012. Q. ASTM C150/C150M - Standard Specification for Portland Cement; 2015. R. ASTM C171 - Standard Specification for Sheet Materials for Curing Concrete; 2007. S. ASTM C260/C260M - Standard Specification for Air -Entraining Admixtures for Concrete; 2010a. CAST -IN-PLACE CONCRETE 033000-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 T. ASTM C494/C494M - Standard Specification for Chemical Admixtures for Concrete; 2013. U. ASTM C618 - Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete; 2015. V. ASTM C881/C881M - Standard Specification for Epoxy -Resin -Base Bonding Systems for Concrete; 2014. W. ASTM C1059/C1059M - Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete; 2013. X. ASTM C1107/C1107M - Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Nonshrink); 2014. Y. ASTM D1751 - Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types); 2004 (Reapproved 2013). Z. ASTM El54/E154M - Standard Test Methods for Water Vapor Retarders Used in Contact with Earth Under Concrete Slabs, on Walls, or as Ground Cover; 2008a (Reapproved 2013). AA. ASTM C 1602/C1602M - Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete; 2012 AB. ASTM E1643 - Standard Practice for Selection, Design, Installation and Inspection of Water Vapor Retarders Used in Contact with Earth or Granular Fill Under Concrete Slabs; 2011. AC. ASTM E1745 - Standard Specification for Plastic Water Vapor Retarders Used in Contact with Soil or Granular Fill under Concrete Slabs; 2011. AD. COE CRD -C 572 - Corps of Engineers Specifications for Polyvinylchloride Waterstop; 1974. AE. NSF 61 - Drinking Water System Components - Health Effects; 2014 (Errata 2015). AF. NSF 372 - Drinking Water System Components - Lead Content; 2011. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Submit manufacturers' data on manufactured products showing compliance with ' specified requirements and installation instructions. 1. For curing compounds, provide data on method of removal in the event of incompatibility with floor covering adhesives. C. Mix Design: Submit proposed concrete mix designs. 1. Indicate proposed mix designs complies with requirements of ACI 301, Section 4 - Concrete Mixtures. 2. Submit mix design for each concrete mix. Submit alternate design mixtures when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. Include manufacturer's data for admixtures included in the mix. Include suppliers data and tests for aggregates and cementitious materials including portland cement, fly ash, and ground granulated blast -furnace slag as applicable. D. Samples: Submit samples of underslab vapor retarder to be used. E. Manufacturer's Installation Instructions: For concrete accessories, indicate installation procedures and interface required with adjacent construction. F. Project Record Documents: Accurately record actual locations of embedded utilities and components that will be concealed from view upon completion of concrete work. G. Concrete delivery ticket: Submit a sample concrete delivery ticket in accordance with the requirements of ANSI/ASTM C94 -03a "Standard Specification for Ready -Mix Concrete." H. Concrete test results: Submit copies of all concrete test results signed by the testing laboratory. I. Concrete Installers and Finishers Qualifications: Submit documentation for ACI certification for concrete flatwork finishers. CAST -IN-PLACE CONCRETE 033000-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 J. Testing Agency Qualifications: Submit qualifications for testing laboratory including certification for field testing technicians and laboratory testing technicians. 1.05 QUALITY ASSURANCE A. Perform work of this section in accordance with ACI 301 and ACI 318. 1. Maintain at least one copy of each document on site. B. Follow recommendations of ACI 305R when concreting during hot weather. C. Follow recommendations of ACI 306R when concreting during cold weather. D. Testing Agency Qualifications: an independent testing and inspection lab, acceptable to the Architect/Engineer, shall perform specified tests and inspections. The testing lab shall be qualified according to ASTM C 1077 and ASTM E 329 for testing indicated. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP -01 or an equivalent certification program. 2. 'Personnel performing laboratory tests shall be ACI -certified Concrete Strength Testing Technician and Concrete Laboratory Testing Technician - Grade I. Testing Agency laboratory supervisor shall be an ACI -certified Concrete Laboratory Testing Technician - Grade II. E. Concrete Installers and Finishers Qualifications: Concrete flatwork shall be performed utilizing high quality techniques conforming to American Concrete Institute Standards in ACI Publication CP -10, Concrete Flatwork Technician and Flatwork Finisher, and ACI Publication CCS -1, Concrete Craftsman Series, Slabs on Grade. 1. All concrete placing and finishing shall be performed by a crew lead by at least one ACI certified Flatwork Finisher or ACI certified Technician. 2. All concrete placing and finishing shall be performed by a crew lead by at least two personnel both of whom are an ACI certified Flatwork Finisher or an ACI certified Technician. F. Concrete Manufacturer: Furnish concrete from a plant complying with the requirements of ASTM C94, Sections 8 & 9 with a current certificate from the National Ready Mixed Concrete Association. G. Mix Design Engineer: Licensed to practice engineering in the state where the project is located with a minimum of 3 years experience in preparing concrete mix designs. H. Cooperate with the Testing Agency and any special inspectors and provide them with free access to the work. I. For floor slabs, verify concrete admixtures and sealants used are compatible with the applicable designated floor coverings and adhesives. PART 2 PRODUCTS 2.01 FORMWORK A. Formwork Design and Construction: Comply with guidelines of ACI 347 to provide formwork that will produce concrete complying with tolerances of ACI 117. B. Form Materials: Contractor's choice of standard products with sufficient strength to withstand hydrostatic head without distortion in excess of permitted tolerances. 1. Form Facing for Exposed Finish Concrete: Contractor's choice of materials that will provide smooth, stain -free final appearance. 2. Earth Cuts: Do not use earth cuts as forms for vertical surfaces. Natural rock formations that maintain a stable vertical edge may be used as side forms. 3. Form Coating: Release agent that will not adversely affect concrete or interfere with application of coatings. 4. Form Ties: Cone snap type that will leave no metal within 1-1/2 inches of concrete surface. 5. CAST -IN-PLACE CONCRETE 033000-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2.02 REINFORCEMENT A. Comply with requirements of Section 03 20 00 - Concrete Reinforcing. 2.03 CONCRETE MATERIALS 2015-092 ' JUNE 2017 A. Cement: ASTM C150, Type I - Normal Portland type. 1. Acquire all cement for entire project from same source. B. Fine and Coarse Aggregates: ASTM C 33, Class 3M. 1. Provide aggregates from a single source with documented service record data of at least 10 years' satisfactory service in similar applications and service conditions using similar aggregates and cementitious materials. Stockpile aggregates in a manner that will prevent segregation or contamination with other materials or other size aggregates. Alkali -Silica Reactive (ASR) aggregates are not allowed. C. Fly Ash: ASTM C618, Class C or F. D. Water: Potable, clean and not detrimental to concrete, conforming to ASTM C 1602/C1602M. 2.04 ADMIXTURES A. Chemical Admixture Manufacturers: 1. Euclid. 2. Sika. 3. WR Grace. 4. BASF Corporation —Admixture Systems. 5. Substitutions: See Section 01 60 00 - Product Requirements. B. Do not use chemicals that will result in soluble chloride ions in excess of 0.1 percent by weight of cement. C. Air Entrainment Admixture: ASTM C260/C260M. D. High Range Water Reducing and Retarding Admixture: ASTM C494/C494M Type G. E. High Range Water Reducing Admixture: ASTM C494/C494M Type F. F. Water Reducing and Accelerating Admixture: ASTM C494/C494M Type E. G. Water Reducing and Retarding Admixture: ASTM C494/C494M Type D. H. Accelerating Admixture: ASTM C494/C494M Type C. I. Retarding Admixture: ASTM C494/C494M Type B. J. Water Reducing Admixture: ASTM C494/C494M Type A. K. Store admixtures to avoid contamination, evaporation, or damage. Protect liquids from freezing or other adverse temperatures. Agitate all admixtures used in form of suspension or non stable solutions prior to use. Follow manufacturer's directions. 2.05 ACCESSORY MATERIALS A. Underslab Vapor Retarder: Complying with ASTM E1745, Class A; with a water vapor permeance ratings of 0.04 perms or less when tested in accordance with ASTM E 154 and stated by manufacturer as suitable for installation in contact with soil or granular fill under concrete slabs. The use of single ply polyethylene is prohibited. 1. Accessory Products: Vapor retarder manufacturer's recommended tape, adhesive, mastic, prefabricated boots, etc., for sealing seams and penetrations in vapor retarder. a. Where void forms are used, use tape which also mechanically bonds the vapor retarder to the bottom of the concrete slab, per the manufacturer's instructions. 2. Products: a. Insulation Solutions, Inc; Viper VaporCheck II 15 -mil (Class A): www.insulationsolutions.com. b. Stego Industries, LLC; Stego Wrap Vapor Barrier 15 -mil (Class A): www.stegoindustries.com. c. W.R. Meadows, Inc.; PERMINATOR Class A - 15 mils: www.wrmeadows.com. CAST -IN-PLACE CONCRETE 033000-4 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 d. VoidForm Products, Inc.; SureWrap 15 mil: www.voidform.com e. Raven Industries; VaporBlock VB15: www.vaporblock.com f. Substitutions: See Section 01 60 00 - Product Requirements. B. Non -Shrink Cementitious Grout: Premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents. 1. ASTM C1107/C1107M; Grade A, B, or C. 2. Minimum Compressive Strength at 28 Days, ASTM C109/C109M: 7,000 pounds per square inch. 3. Flowable Products: a. Five Star Products, Inc; Five Star Fluid Grout 100: www.fivestarproducts.com. b. US MIX Co.; US Spec MP Grout: www.usspec.com . c. BASF Corporation - Construction Systems; MasterFlow 928: www.buildingsystems.basf.com. d. Substitutions: See Section 01 60 00 - Product Requirements. 4. Low -Slump, Dry Pack Products: a. Five Star Products, Inc; Five Star Grout: www.fivestarproducts.com. b. US MIX Co.; US Spec MP Grout: www.usspec.com . c. BASF Corporation - Construction Systems; MasterFlow 100: www.buildingsystems.basf.com. d. Substitutions: See Section 01 60 00 - Product Requirements. C. Capillary Water Barrier/Granular Fill: Clean mixture of crushed stone or crushed or uncrushed gravel; ASTM D 448, Size 57, with 100 percent passing a 1-1/2 inch sieve and 0 to 5 percent passing a No. 8 sieve. D. Post -Installed Anchors 1. Mechanical Anchors: Tested and qualified for use in accordance with ACI 355.2 and ICC -ES AC193 for cracked and uncracked concrete recognition. Acceptable products include: a. SIMPSON STRONG -TIE "TITEN-HD" and "TITEN HD ROD HANGER" (ICC -ES ESR -2713) b. SIMPSON STRONG -TIE "STRONG -BOLT 2" (ICC -ES ESR -3037) c. HILTI "KWIK HUS -EZ" and "KWIK HUS -EZ I" SCREW ANCHOR (ICC -ES ESR -3027) d. HILTI "KWIK BOLT -TZ" EXPANSION ANCHOR (ICC -ES ESR 1917) e. HILTI "HDA UNDERCUT' (ICC -ES ESR -1546) f. HILTI "HSL -3" EXPANSION ANCHOR (ICC -ES ESR -1545) g. POWERS "POWER -STUD+ SD2" (ICC -ES ESR -2502) h. POWERS "WEDGE -BOLT+" (ICC -ES ESR -2526) 2. Adhesive Anchors: Tested and qualified for use in accordance with ICC -ES AC308 for cracked and uncracked concrete recognition. Acceptable products include: a. SIMPSON STRONG -TIE "SET -XP" (ICC -ES ESR -2508) b. HILTI "HIT-HY 200 SAFESET FAST CURE" (ICC -ES ESR -3187) c. HILTI "HIT -RE 500 -SD SLOW CURE" (ICC -ES ESR -2322) d. POWERS "PEI 000+" (ICC -ES ESR -2583) e. Steel anchor element shall be Hilti HAS -E, ASTM F1554 Grade 36, or ASTM A193, Grade B6, B8, or 68M continuously threaded rod. 3. Substitution requests for products other than those specified shall be submitted by the Contractor to the Architect Engineer along with calculations that are prepared and sealed by a registered professional engineer licensed in the State in which the project is located. The calculations shall demonstrate that the substituted product is capable of achieving the pertinent equivalent performance values (minimum) of the specified product using the appropriate design procedures and/or standard(s) as required by the building code. 2.06 BONDING AND JOINTING PRODUCTS A. Latex Bonding Agent: Non-redispersable acrylic latex, complying with ASTM C1059/C1059M, Type II. CAST -IN-PLACE CONCRETE 033000-5 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 B. Epoxy Bonding System: 1. Complying with ASTM C881/C881M and of Type required for specific application. C. Waterstops: PVC, complying with COE CRD -C 572. 1. Configuration: As indicated on the drawings. 2. Products: a. VINYLEX Corporation; RB -316: www.vinylex.com. b. Substitutions: See Section 01 60 00 - Product Requirements. D. Waterstops: Bentonite and butyl rubber, complying with NSF 61 and NSF 372. 1. Configuration: As indicated on drawings. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, with a minimum cross-section of 3/4 inch by 3/4 inch at concrete elements with a minimum dimension 8 inches and greater and 3/4 inch by 3/8 inch at concrete elements with a minimum dimension of less than 8 inches. 2. Products: a. Volclay Waterstop-RX by Colloid Environmental Technologies Company b. Conseal CS -231 by Concrete Sealants Inc ac. Swellstop by Greenstreak d. Hydro -Flex by Henry Company e. Substitutions: See Section 01 60 00 - Product Requirements. E. Reglets: Formed steel sheet, galvanized, with temporary filler to prevent concrete intrusion during placement. 1. Size: As indicated on drawings. F. Slab Isolation Joint Filler: 1/2 inch thick, height equal to slab thickness, with removable top section that will form 1/2 inch deep sealant pocket after removal. 1. Material: ASTM D1751, cellulose fiber. G. Slab Contraction Joint Device: Preformed linear strip intended for pressing into wet concrete to provide straight route for shrinkage cracking. 1. Products: a. W.R. Meadows, Inc; Speed -E -Joint: www.wrmeadows.com. ' b. Substitutions: See Section 01 60 00 - Product Requirements. H. Slab Construction Joint Devices: Combination keyed joint form and screed, galvanized steel, with minimum 1 inch diameter holes for conduit or rebars to pass through at 6 inches on center; ribbed steel stakes for setting. 1. Provide removable or non -removable plastic cap based on slab exposure, floor finish and manufacturer's recommendations. Removable plastic caps shall form a minimum 3/8" wide bd 1/2" deep void for sealant. ' 2. Height: To suit slab thickness. 1. Sealant and Primer: As specified in Section 07 90 05 - Joint Sealers. J. Semirigid Joint Filler: Two -component, semirigid, 100 percent solids, epoxy resin with a Type A ' shore durometer hardness of 80 or aromatic polyurea with a Type A shore durometer hardness range of 90 to 95, according to ASTM D 2240. 2.07 CURING MATERIALS A. Curing Compound, Naturally Dissipating: Clear, water-based, liquid membrane -forming compound; complying with ASTM C309. 1. Application: Use at floors scheduled to receive thin finish system or stain. 2. Product dissipates within 4 to 6 weeks. 3. Verify compatibility with final finish. B. Curing and Sealing Compound, High Gloss: Liquid, membrane -forming, clear, non -yellowing acrylic; complying with ASTM C1315 Type 1 Class A. ' 1. Application: Use at concrete slabs exposed in final construction but not scheduled to receive polishing or stain and not subject to wheel traffic such as forklifts or pallet jacks. CAST -IN-PLACE CONCRETE 033000-6 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 2. A minimum of 2 coats are required. The first coat for curing and the second coat for sealing after all construction debris is removed. 3. Vehicle: Water-based. 4. Solids by Mass: 25 percent, minimum. 5. VOC Content: OTC compliant. C. Penetrating Liquid floor Treatment: Clear, chemically reactive, waterborne solution of inorganic silicate or siliconate materials and proprietary components; odorless; colorless; that penetrates, hardens, and densities concrete surfaces. Acceptable products include: 1. Conspec Marketing & Manufacturing Co; Intraseal 2. Curecrete Distribution Inc.; Ashford Formula 3. Euclid Chemical Company; Euco Diamond Hard 4. L&M Construction Chemicals, Inc.; Seal Hard 5. Meadows, W.R., Inc.; Liqui-Hard 6. Nox-Crete Products Group, Kinsman Corporation; Duranox 7. US Mix Products Company; Industraseal 8. BASF Corporation - Construction Systems; MasterKure HD 200 WB D. Moisture -Retaining Sheet: ASTM C171. 1. Regular curing paper; white curing paper, clear polyethylene, white polyethylene, or white burlap -polyethylene sheet. t E. Water: Potable, not detrimental to concrete. 2.08 CONCRETE MIX DESIGN A. Proportioning Normal Weight Concrete: Comply with ACI 211.1 recommendations. B. Concrete Strength: Establish required average strength fbr each type of concrete on the basis of field experience or trial mixtures, as specified in ACI 301. 1. For trial mixtures method, employ independent testing agency acceptable to Architect Engineer for preparing and reporting proposed mix designs. C. Admixtures: Add acceptable admixtures as recommended in ACI 211.1 and at rates recommended or required by manufacturer. D. For floor slabs, verify components of mix design are compatible with the flooring materials and adhesives. E. Normal Weight Concrete: 1. Water -Cement Ratio: As indicated in Concrete Mixture Schedule. 2. Air Content, when determined in accordance with ASTM C231: As indicated in Concrete Mixture Schedule for mixes where Air -entrainment is required. 3. Maximum Slump: As indicated in Concrete Mixture Schedule before the addition of any water reducing admixture, but no more than 8 inches after the addition of any water reducing admixture. Higher slumps may be acceptable in self consolidating concrete or flowing concrete applications with the approval of the Architect Engineer. 4. Maximum Aggregate Size: As indicated in Concrete Mixture Schedule. 5. Fly Ash Content: Maximum 25 percent of cementitious materials by weight. Maximum 10 percent for slabs. 2.09 MIXING A. Transit Mixers: Comply with ASTM C94/C94M. B. Mixing Time: Mix and place concrete within 1 1/2 hours of initial batching of the concrete. When the air temperature is between 85 and 90 degrees F reduce the maximum time between batching and placing the concrete to 75 minutes. When the air temperature is above 90 degrees F reduce the batching and placing time to 60 minutes. Longer mix times may be possible with the use of appropriate admixtures but only with written approval of admixture manufacturer(s) and Architect/Engineer. C. Addition of Water at Job Site: Unless the delivery ticket states the amount of water that can be added without exceeding the design water cement ratio and the slump of the mix, water cannot CAST -IN-PLACE CONCRETE 033000-7 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 be added at the job site. Addition of water above the design water/cement ratio shall be cause for rejection of the concrete. PART 3 EXECUTION 3.01 EXAMINATION A. Verify lines, levels, and dimensions before proceeding with work of this section. 3.02 PREPARATION A. Formwork: Comply with requirements of ACI 301. Design and fabricate forms to support all applied loads until concrete is cured, and for easy removal without damage to concrete. B. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete., Chamfer exterior corners and edges of permanently exposed concrete. Comply with Division 1 requirements for certified wood used for formwork and disposal of construction waste. C. Verify that forms are clean and free of rust before applying release agent. 1. Where as -cast finishes are required do not use materials on the face of the form that will impart a stain to the concrete. Where the finished surface is required to be coated, the material applied to the form surfaces shall be compatible with the type of coating to be used. D. Coordinate placement of embedded items with erection of concrete formwork and placement of form accessories. E. Where new concrete is to be bonded to previously placed, concrete, prepare existing surface by cleaning with steel brush and applying bonding agent in accordance with manufacturer's instructions. 1. Use epoxy bonding system for bonding to damp surfaces, for structural load-bearing applications, and where curing under humid conditions is required. 2. Use latex bonding agent only for non -load-bearing applications. F. Interior Slabs: Install vapor retarder under interior slabs per ASTM E 1643 and the manufacturer's written instructions. Lap joints minimum 6 inches. Seal joints, seams and penetrations watertight with manufacturer's recommended products and follow manufacturer's written instructions. Use manufacturer's recommended pipe boot and tape to seal vapor retarder to all pipes, conduits, and other elements that penetrate slabs -on -grade. Repair damaged vapor retarder before covering per manufacturer's instructions. 1. Extend vapor retarder over footings and seal to foundation wall, grade beam, or slab at an elevation consistent with the top of the slab or terminate at impediments such as water stops or dowels. Seal around penetrations such as utilities and columns in order to create a monolithic membrane between the surface of the slab and moisture sources below the slab as well as at the slab perimeter. 2. Vapor Retarder Over Granular Fill: Install compactible granular fill before placing vapor retarder as shown on the drawings. Do not use sand. 3.03 PLACING CONCRETE A. Do not add water to concrete during delivery at Project site unless amount that can be added without exceeding the water/cement ratio is stated on the delivery ticket. If water is allowed to be added it must be introduced and mixed inside the transit mixer drum for 5 minutes or 70 revolutions before the concrete leaves the truck. B. Place concrete in accordance with ACI 304R. 1. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of. weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. Do not use vibrators to transport concrete inside of forms. C. Place concrete for floor slabs in accordance with ACI 302.1R. CAST -IN-PLACE CONCRETE 033000-8 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 1. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel of section is complete. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. D. Notify Architect Engineer not less than 24 hours prior to commencement of placement operations. E. Maintain records of concrete placement. Record date, location, quantity, air temperature, and test samples taken. F. Ensure reinforcement, inserts, waterstops, embedded parts, and formed construction joint devices will not be disturbed during concrete placement. G. Place concrete continuously without construction (cold) joints wherever possible; where construction joints are necessary, before next placement prepare joint surface by removing .laitance and exposing the sand and sound surface mortar, by sandblasting or high-pressure water jetting. H. Finish floors level and flat, unless otherwise indicated, within the tolerances specified below. I. Cold Weather: When the temperature is below 40 degrees F maintain concrete temperature between 50 and 70 degrees F for the required curing period. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen'materials. Do not use calcium chloride, salt, or other materials containing antifreeze agents. Do not use chemical accelerators unless approved by the Architect/Engineer and included in the mix designs. Follow recommendations of ACI 306R. J. Hot Weather: When the temperature is over 85 degrees F, maintain the concrete below 90 degrees F at the time of placement. Make arrangements for installation of windbreaks, shading, fog spraying, sprinkling, ponding, or other protective measures to protect the concrete. Fog spray forms, steel reinforcement, and subgrade just before placing concrete. Keep the subgrade uniformly moist without standing water, soft spots, or dry areas. Follow recommendations of ACI 305R. K. 3.04 SLAB JOINTING , A. Locate joints as indicated on the drawings. B. Anchor joint fillers and devices to prevent movement during concrete placement. C. Isolation Joints: Use preformed joint filler with removable top section for joint sealant, total height equal to thickness of slab, set flush with top of slab. 1. Install wherever necessary to separate slab from other building members, including columns, walls, equipment foundations, footings, stairs, manholes, sumps, and drains. D. Load Transfer Construction and Contraction Joints: Install load transfer devices as indicated; saw cut joint at surface as indicated for contraction joints. 1. Form weakened -plane contraction joints in layout indicated. Provide keyed joints at construction joints and where indicated. Other joints may be keyed joints or sawn joints. E. Saw Cut Contraction Joints: Saw cut joints before concrete begins to cool, within 4 to 12 hours after placing; use 3/16 inch thick blade and cut at least 1 inch deep but not less than one quarter (1/4) the depth of the slab. 1. Saw joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut joints in concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. F. Construction Joints: Where not otherwise indicated, use metal combination screed and key form, with removable top section for joint sealant. Install per manufacturer's recommendations. 3.05 FLOOR FLATNESS AND LEVELNESS TOLERANCES A. An independent testing agency, as specified in Section 01 40 00 - Quality Requirements, will inspect finished slabs for conformance to specified tolerances. CAST -IN-PLACE CONCRETE 033000-9 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 B. Maximum Variation of Surface Flatness: 1. Exposed Concrete Floors: 1/4 inch in 10 ft. 2. Under Seamless Resilient Flooring: 1/4 inch in 10 ft. 3. Under Carpeting: 1/4 inch in 10 ft. C. Correct the slab surface if tolerances are less than specified. D. Correct defects by grinding or by removal and replacement of the defective work. Areas requiring corrective work will be identified. Re -measure corrected areas by the same process 3.06 JOINTS - OTHER THAN SLABS A. General: Construction joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect/Engineer. 1. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. 2. Form keyed joints as indicated. 3. Space vertical joints in walls as indicated or at 20 foot maximum on center if not indicated. 4. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3.07 CONCRETE FINISHING A. Repair surface defects, including tie holes, immediately after removing formwork. B. Unexposed Form Finish: Rub down or chip off fins or other raised areas 1/4 inch or more in height. C. Exposed Form Finish: Rub down or chip off and smooth fins or other raised areas 1/4 inch or more in height. Provide finish as follows: 1. Smooth Rubbed Finish: Wet concrete and rub with carborundum brick or other.abrasive, not more than 24 hours after form removal. D. Concrete.Slabs: Finish to requirements of ACI 302.1R, and as follows: 1. Surfaces to Receive Thick Floor Coverings: "Wood float" as described in ACI 302.1 R; thick floor coverings include quarry tile, ceramic tile, and terrazzo with full bed setting system. 2. Surfaces to Receive Thin Floor Coverings: "Light steel -troweled" as described in ACI 301.1 R; thin floor coverings include carpeting, resilient flooring, seamless flooring, thin set quarry tile, and thin set ceramic tile. 3. Decorative Exposed Surfaces: "Normal steel -troweled" as described in ACI 302.1 R; use steel -reinforced plastic trowel blades instead of steel blades to avoid black -burnish marks; decorative exposed surfaces include surfaces to be stained or dyed, pigmented concrete, surfaces to be polished, and all other slab surfaces. a. Steel -Reinforced Plastic Trowel Blade Manufacturer: Wagman Metal Products, Inc: www.wagmanmetal.com. 4. Other Surfaces to Be Left Exposed: "Steel trowel' as described in ACI 302.1 R, minimizing burnish marks and other appearance defects. E. In areas with floor drains, unless noted otherwise, maintain floor elevation at walls; pitch surfaces uniformly to drains as indicated on drawings. 3.08 CURING AND PROTECTION A. Comply with requirements of ACI 308R. Immediately after placement, protect concrete from premature drying, excessively hot or cold temperatures, and mechanical injury. B. Maintain concrete with minimal moisture loss at relatively constant temperature for period necessary for hydration of cement and hardening of concrete. 1. Normal concrete: Not less than 7 -days. C. Formed Surfaces: Cure by moist curing with forms in place for full curing period. CAST -IN-PLACE CONCRETE 03 30 00-10 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 D. Slabs on grade exposed in final construction and subject to wheel traffic (such as forklifts or pallet jacks): The floor shall be sealed with a penetrating liquid floor treatment. Curing shall be accomplished by damp curing, sheet curing, or a dissipating curing compound compatible recommended by the penetrating liquid floor treatment. Preparation of the slab and application of the penetrating liquid floor treatment shall be per the manufacturer's instructions. E. Protection of work: Protect all work from damage from concreting operations. Protect completed concrete as follows: 1. Finished Surfaces: Protect from damage from rain. Keep surfaces clean and free from oil, grease, dirt, or other foreign matter and protect from damage by construction equipment, materials, etc. Do not permit heavy traffic on finished floor for a minimum of 7 days after it is placed. Install barriers and if necessary maintain a watchman to enforce this requirement. Do not cut pipe on slabs to be exposed in final construction. Diaper all equipment working over slabs to receive stain to prevent oil leakage. 2. Protection of Footings Against Freezing: Cover completed work at footing level with sufficient temporary or permanent cover as required to protect footings and adjacent subgrade against possibility of freezing; maintain cover for time period as necessary. 3.09 REMOVAL AND REUSING FORMS A. Removal of forms: 1. Formwork not supporting the weight of the concrete, such as sides of beams, walls, column, and other similar part of the work, may be removed after cumulatively curing at not less than 50 degrees F for 24 hours after placing concrete provided the concrete is sufficiently hard to not be damaged by form removal operations, and provided curing and protection operations are maintained. 2. Formwork supporting the weight of the concrete, such as beam, soffits, and slabs, may not be removed in less than 14 days after the concrete is placed and until concrete has attained 80 percent of its minimum compressive strength at 28 days. B. Reusing forms: 1. Clean and repair surfaces of forms to be reused in work. Split, frayed, delaminated or otherwise damaged form facing material will not be acceptable for exposed surfaces. Apply new form release agent. 2. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by the Architect/Engineer. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling -In: Fill-in holes and openings left in concrete structures for passage of work by other trades, unless otherwise shown or directed, after work of other trades is in place. Mix, place, and cure concrete as here -in specified, to blend with in-place construction. B. Curbs: Provide monolithic finish to interior curbs by stripping forms while concrete is still green and steel -troweling surfaces to a hard, dense finish with corners, intersections and terminations slightly rounded. C. Post -installed anchors: 1. Shall only be used where specified on the construction documents. The contractor shall obtain approval from the Architect/Engineer prior to installing post -installed anchors in place of missing or misplaced cast -in-place anchors. 2. Care shall be taken in placing post -installed anchors to avoid conflicts with existing rebar. 3. Hole shall be drilled and cleaned in accordance with the manufacturer's written instructions. 4. Provide continuous or periodic inspection for all adhesive and mechanical anchors per the product's applicable ICC -ES Evaluation Report (ICC -ES ESR). 5. Contact manufacturer's representative for the initial training for installation of and for product related questions and availability. Call SIMPSON STRONG -TIE at (800) 999-5099. Call HILTI at (800) 423-6587. Call POWERS at (800) 423-6587. CAST -IN-PLACE CONCRETE 033000-11 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 ' City of Fayetteville, Fayetteville, Arkansas JUNE 2017 6. The contractor shall arrange an anchor manufacturer's representative to provide on-site installation training for all of their anchoring products specified.The Architect Engineer ' must receive documented confirmation that all of the contractor's personnel who install anchors are trained prior to the commencement of.installing anchors. 3.11 JOINT FILLER ' A. Slab on Grade Control Joint Filler: At keyed construction joints, sawn joints, and tooled joints fill the control joint as follows: 1. Slabs exposed to view in final construction: Remove the cap at keyed control joints, clean the joint and fill the void with semi-rigid joint filler. Install in accordance with ' manufacturer's written instructions. 2. Slabs to be covered with tile: Remove the cap at keyed control joints, clean the joint, and fill the joint and any spalls or other slab imperfections with non -shrink grout or a concrete ' patching material a minimum of 56 days after the slab has been poured. 3.12 FIELD QUALITY CONTROL A. An independent testing agency shall perform field quality control tests, as specified in Section ' 01 45 33 - Special Inspections. B. Provide free access to concrete operations at project site and cooperate with appointed firm. C. Submit proposed mix design of each class of concrete to inspection and testing firm for review , prior to commencement of concrete operations. D. Tests of concrete and concrete materials may be performed at any time to ensure conformance with specified requirements. ` E. Compressive Strength Tests: ASTM C39/C39M. 1. Samples for strength tests of each class of concrete placed each day shall be taken not less than once a day, nor less than once for each 150 cu yd of concrete, nor less than once for each 5000 sq ft of surface area for slabs or walls 2. A strength test shall be the average of the strengths of at least two 6 by 12 in. cylinders or at least three 4 by 8 in. cylinders made from the same sample of concrete and tested at 7 and 28 days. Test additional cylinders at 56 days if the average 28 day strength is less than the specified design strength. 3. Take one additional test cylinder set during cold weather concreting, cured on job site under same conditions as concrete it represents. F. Perform one slump test for each set of test cylinders taken, following procedures of ASTM C 143/C 143 M. G. Perform one air contest test in accordance with ASTM C 231 for each strength test of concrete. H. Determine temperature, unit weight, and yield of concrete sample for each strength test in accordance with ASTM C138. 3.13 DEFECTIVE CONCRETE A. Test Results: The testing agency shall report test results in writing to Architect Engineer and Contractor within 24 hours of test. B. Defective Concrete: Concrete not conforming to required lines, details, dimensions, tolerances or specified requirements. C. Repair or replacement of defective concrete will be determined by the Architect Engineer. The cost of additional testing shall be borne by Contractor when defective concrete is identified. D. Do not patch, fill, touch-up, repair, or replace exposed concrete except upon express direction of Architect Engineer for each individual area. E. Repair of Formed Surfaces: Surface defects include color and texture irregularities, crack, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. Cut out honeycombs, rock pockets, and voids more than 1/2 inch in any dimension in solid concrete. Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush coat holes and voids CAST -IN-PLACE CONCRETE 033000-12 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 with bonding agent. Fill and compact with patching mortar before the bonding agent has dried. Remove and replace concrete defective surfaces if defects cannot be repaired to satisfaction of Architect/Engineer. F. Repair of Unformed Surfaces: Test unformed surfaces, such as monolithic slabs, for smoothness and verify surfaced plan to tolerances specified for each surface and finish. Correct -high areas by grinding after concrete has cured at least 14 days. Correct low areas immediately after completion of surface finishing operations by cutting out low areas and replacing with fresh concrete. Finish repaired areas to blend into adjacent concrete. 3.14 PROTECTION A. Do not permit traffic over unprotected concrete floor surface until fully cured. 3.15 CONCRETE MIXTURE SCHEDULE A. Use: Reinforced Footings and Walls 1. Compressive Strength (fc) Minimum at 28 Days, PSI: 3000 2. Aggregate Size Maximum, inches (Note: 1): 1-1/2 3. Slump Limit, inches: 4 4. Water to Cement (w/c) Ratio Maximum: 0.48 5. Air Content, percent: 5.5 B. Use.: Interior Slab -on -Grade 1. Compressive Strength (fc) Minimum at 28 Days, PSI: 3500 2. Aggregate Size Maximum, inches (Note: 1): 1 3. Slump Limit, inches: 4 4. Water to Cement (w/c) Ratio Maximum: 0.48 5. Air Content, percent: None C. Use: Exterior Slabs and Pads 1. Compressive Strength (fc) Minimum at 28 Days, PSI: 3000 2. Aggregate Size Maximum, inches (Note: 1): 1 3. Slump Limit, inches: 4 4. Water to Cement (w/c) Ratio Maximum: 0.40 5. Air Content, percent: 6 6. Floor/Slab Finish: Broom finish D. Notes: 1. Maximum size of coarse aggregates: Comply with ACI 301 for minimum clearance between reinforcing bars, sides of forms, and slab or topping thickness (except in unbonded topping maximum aggregate size shall not exceed one-quarter topping thickness). 2. Air Content, when determined in accordance with ASTM C231: As indicated in Concrete Mixture Schedule for mixes where Air -entrainment is required. 3. Maximum Slump: As indicated in Concrete Mixture Schedule before the addition of any water reducing admixture, but no more than 8 inches after the addition of any water reducing admixture. Higher slumps may be acceptable in self consolidating concrete or flowing concrete applications with the approval of the Architect Engineer. END OF SECTION CAST -IN-PLACE CONCRETE 03 30 00-13 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 05 50 00 METAL FABRICATIONS PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SECTION INCLUDES A. Shop fabricated steel items. 1.03 RELATED REQUIREMENTS A. Section 01 45 33 - Special Inspections: Code required special tests and inspections. B. Section 03 30 00 - Cast -in -Place Concrete: Placement of metal fabrications in concrete. C. Section 051200 - Structural Steel: Structural steel column anchor bolts. Field Quality Control. D. Section 09 90 00 - Painting and Coating: Paint finish. 1.04 REFERENCE STANDARDS A. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2014. B. ASTM A53/A53M - Standard Specification for Pipe, Steel, Black and Hot -Dipped, Zinc -Coated, Welded and Seamless; 2012. C. ASTM Al23/A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products; 2015. D. ASTM Al53/A153M - Standard Specification for Zinc Coating,(Hot-Dip) on Iron and Steel Hardware; 2009. E. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength; 2014. F. ASTM A325M - Standard Specification for Structural Bolts, Steel, Heat Treated 830 MPa Minimum Tensile Strength (Metric); 2014. G. ASTM A572/A572M - Standard Specification for High -Strength Low -Alloy Columbium -Vanadium Structural Steel; 2007. H. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination; 2012. I. AWS D1.101.1 M - Structural Welding Code - Steel; 2015. J. SSPC-Paint 15 - Steel Joist Shop Primer/Metal Building Primer; 1999 (Ed. 2004). K. SSPC-Paint 20 - Zinc -Rich Primers (Type I, "Inorganic," and Type II, "Organic"); 2002 (Ed. 2004). L. SSPC-SP 2 - Hand Tool Cleaning; 1982 (Ed. 2004). 1.05 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and type of fasteners, and accessories. Include erection drawings, elevations, and details where applicable. 1. Indicate welded connections using standard AWS A2.4 welding symbols. Indicate net weld lengths. , C. Welders' Certificates: Submit certification for welders employed on the project, verifying AWS qualification within the previous 24 months. METAL FABRICATIONS 055000-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 ' JUNE 2017 PART 2 PRODUCTS 2.01 MATERIALS - STEEL A. General: Steel shapes and plates used on the project shall be manufacturered using a minimum of 90% recycled materials. Steel sheet used on the project shall be manufacturered using a minimum of 20% recycled materials. B. Steel Sections: ASTM A36/A36M or ASTM A572/A572M Grade 50. C. Plates: ASTM A 36. D. Pipe: ASTM A53/A53M, Grade B Schedule 40, black finish. E. Bolts, Nuts, and Washers: ASTM A325 (ASTM A325M), Type 1, galvanized to ASTM Al53/A153M where connecting galvanized components. F. Welding Materials: AWS D1.1/D1.1M; type required for materials being welded. G. Shop and Touch -Up Primer: SSPC-Paint 15, complying with VOC limitations of authorities having jurisdiction. H. Touch -Up Primer for Galvanized Surfaces: SSPC-Paint 20, Type I - Inorganic, complying with VOC limitations of authorities having jurisdiction. . 2.02 FABRICATION A. Fit and shop assemble items in largest practical sections, for delivery to site. B. Fabricate items with joints tightly fitted and secured. C. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. D. Exposed Mechanical Fastenings: Flush countersunk screws or bolts; unobtrusively located; consistent with design of component, except where specifically noted otherwise. E. Supply components required for anchorage of fabrications. Fabricate anchors and related components of same material and finish as fabrication, except where specifically noted otherwise. 2.03 FABRICATED ITEMS A. Bollards: Steel pipe, concrete filled, crowned cap, as detailed; prime paint finish. B. Plates Not Attached to Structural Framing: For support of metal decking; prime paint finish. C. Door Frames for Overhead Door Openings: Channel sections; prime paint finish. 2.04 FINISHES - STEEL A. Prime paint all steel items. 1. Exceptions: Do not prime surfaces in direct contact with concrete, where field welding is required, and items to be covered with sprayed fireproofing. B. Prepare surfaces to be primed in accordance with SSPC-SP2. C. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. D. Prime Painting: One coat. E. Galvanizing of Structural Steel Members: Galvanize after fabrication to ASTM A123/A123M requirements. F. Galvanizing of Non-structural Items: Galvanize after fabrication to ASTM A123/A123M requirements. 2.05 FABRICATION TOLERANCES A. Squareness: 1/8 inch maximum difference in diagonal measurements. B. Maximum Offset Between Faces: 1/16 inch. C. Maximum Misalignment of Adjacent Members: 1/16 inch. D. Maximum Bow: 1/8 inch in 48 inches. METAL FABRICATIONS 055000-2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 METAL FABRICATIONS 055000-3 E. Maximum Deviation From Plane: 1/16 inch in 48 inches. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. 3.02 PREPARATION A. Clean and strip primed steel items to bare metal where site welding is required. B. Supply setting templates to the appropriate entities for steel items required to be cast into concrete or embedded in masonry. C. I Remove all erection angles and plates and grind welds smooth where the steel will be exposed in the final construction. 3.03 INSTALLATION A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Provide for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Field weld components indicated . D. Perform field welding in accordance with AWS D1.1/D1.1 M. E. Obtain approval prior to site cutting or making adjustments not scheduled. F. After erection, prime welds, abrasions, and surfaces not shop primed or galvanized, except surfaces to be in contact with concrete. 3.04 TOLERANCES A. Maximum Variation From Plumb: 1/4 inch per story, non -cumulative. B. Maximum Offset From True Alignment: 1/4 inch. C. Maximum Out -of -Position: 1/4 inch. 3.05 FIELD QUALITY CONTROL A. See Section 051200 (05120) - Structural Steel Framing. An independent testing agency acceptable to the Architect/Engineer shall perform special inspections and tests, as specified in Section 014533 (01410) Special Inspections. END OF SECTION METAL FABRICATIONS 055000-3 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 06 10 00 ROUGH CARPENTRY PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 RELATED REQUIREMENTS A. Section 01 45 33 - Special Inspections: Code required special tests and inspections. B. Section 03 30 00 - Cast -in -Place Concrete: Setting anchors in concrete. C. Section 07 25 00 - Weather Barriers: Water -resistive barrier over sheathing. D. Section 07 62 00 - Sheet Metal Flashing and Trim: Sill flashings. 1.03 REFERENCE STANDARDS A. AFPA (WFCM) - Wood Frame Construction Manual for One- and Two -Family Dwellings; American Forest and Paper Association; 2012. B. ASTM Al53/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. C. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2015. D. AWPA U1 - Use Category System: User Specification for Treated Wood; 2012. E. PS 1 - Structural Plywood; 2009. F. PS 20 - American Softwood Lumber Standard; 2010. G. SPIB (GR) - Grading Rules; 2014. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Samples: For rough carpentry members that will be exposed to view, submit two samples, x inch in size illustrating wood grain, color, and general appearance. 1.05 DELIVERY, STORAGE, AND HANDLING A. General: Cover wood products to protect against moisture. Support stacked products to prevent deformation and to allow air circulation. 1.06 WARRANTY A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements. PART 2 PRODUCTS 2.01 GENERAL REQUIREMENTS A. Dimension Lumber: Comply with PS 20 and requirements of specified grading agencies. 1. If no species is specified, provide any species graded by the agency specified; if no grading agency is specified, provide lumber graded by any grading agency meeting the specified requirements. 2. Grading Agency: Any grading agency whose rules are approved by the Board of Review, American Lumber Standard Committee (www.aisc.org) and who provides grading service for the species and grade specified; provide lumber stamped with grade mark unless otherwise indicated. B. Lumber fabricated from old growth timber is not permitted. 2.02 DIMENSION LUMBER FOR CONCEALED APPLICATIONS A. Grading Agency: Southern Pine Inspection Bureau, Inc. (SPIB). B. Sizes: Nominal sizes as indicated on drawings, S4S. ROUGH CARPENTRY 061000-1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 C. Moisture Content: Kiln-dryor MC15. D. Stud Framing (2 by 2 through 2 by 6 ): 1. Species: Southern Pine. 2. Grade: No. 2. E. Joist, Rafter, and Small Beam Framing (2 by 6 through 4 by 16 ): 1. Species: Southern Pine. 2. Grade: No. 2. F. Miscellaneous Framing, Blocking, Nailers, Grounds, and Furring: 1. Lumber: S4S, No. 2 or Standard Grade. 2. Boards: Standard or No. 3. 2.03 EXPOSED DIMENSION LUMBER A. Grading Agency: Southern Pine Inspection Bureau, Inc. (SPIB). B. Sizes: Nominal sizes as indicated on drawings. C. Surfacing: S4S. D. Moisture Content: Kiln -dry or MCI 5. 2.04 CONSTRUCTION PANELS A. Roof Sheathing: Oriented strand board wood structural panel; PS 1. 1. Grade: Structural 1 Sheathing. 2. Bond Classification: Exposure 1. 3. Performance Category: 1/2 PERF CAT. 4. Span Rating: 32/16. 5. Edges: Square. 6. Exposure Time: Sheathing will not delaminate or require sanding due to moisture absorption from exposure to weather for up to 500 days. 7. Warranty: Manufacturer's standard lifetime limited warranty against manufacturing defects and that panels will not delaminate or require sanding due to moisture absorption damage from exposure to weather for up to the stated period. ' B. Wall Sheathing: Plywood, PS 1, Grade C -D, Exposure I, 5/8 inch thickness. C. Other Applications: 1. Plywood Concealed From View But Located Within Exterior Enclosure: PS 1, C -C Plugged or better, Exterior grade. 2. Plywood Exposed to View But Not Exposed to Weather: PS 1, A -D, or better. 3. Other Locations: PS 1, C -D Plugged or better. 2.05 ACCESSORIES A. Fasteners and Anchors: 1. Metal and Finish: Hot -dipped galvanized steel per ASTM A 153/A 153M for high humidity and preservative -treated wood locations, unfinished steel elsewhere. 2. Drywall Screws: Bugle head, hardened steel, power driven type, length three times thickness of sheathing. 3. Anchors: Expansion shield and lag bolt type for anchorage to solid masonry or concrete. B. Die -Stamped Connectors: Hot dipped galvanized steel, sized to suit framing conditions. 1. For contact with preservative treated wood in exposed locations, provide minimum G185 galvanizing per ASTM A653/A653M. C. Sill Flashing: As specified in Section 07 62 00. ' D. Water -Resistive Barrier: As specified in Section 07 25 00. E. Termite Shield: Galvanized sheet steel, 0.06 inch thick. ROUGH CARPENTRY 061000-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2.06 FACTORY WOOD TREATMENT 2015-092 JUNE 2017 A. Treated Lumber and Plywood: Comply with requirements of AWPA U1 - Use Category System for wood treatments determined by use categories, expected service conditions, and specific applications. 1. Preservative -Treated Wood: Provide lumber and plywood marked or stamped by an ALSC-accredited testing agency, certifying level and type of treatment in accordance with AWPA standards. B. Preservative Treatment: 1. Preservative Pressure Treatment of Lumber Above Grade: AWPA U1, Use Category UC3B, Commodity Specification A using waterborne preservative to 0.25 Ib/cu ft retention. a. Kiln dry lumber after treatment to maximum moisture content of 19 percent. b. Treat lumber exposed to weather. c. Treat lumber in contact with roofing, flashing, or waterproofing. d. Treat lumber in contact with masonry or concrete. e. Treat lumber less than 18 inches above grade. f. Treat lumber in other locations as indicated. 2. Preservative Pressure Treatment of Lumber in Contact with Soil: AWPA U1, Use Category UC4A, Commodity Specification A using waterborne preservative to 0.4 Ib/cu ft retention. a. Preservative for Field Application to Cut Surfaces: As recommended by manufacturer of factory treatment chemicals for brush -application in the field. ` b. Restrictions: Do not use lumber or plywood treated with chromated copper arsenate (CCA) in exposed exterior applications subject to leaching. PART 3 EXECUTION 3.01 PREPARATION A. Where wood framing bears on cementitious foundations, install full width sill flashing continuous over top of foundation, lap ends of flashing minimum of 4 inches and seal. B. Install sill gasket under sill plate of framed walls bearing on foundations; puncture gasket cleanly to fit tightly around protruding anchor bolts. C. Coordinate installation of rough carpentry members specified in other sections. 3.02 INSTALLATION -GENERAL A. Select material sizes to minimize waste. B. Reuse scrap to the greatest extent possible; clearly separate scrap for use on site as accessory components, including: shims, bracing, and blocking. C. Where treated wood is used on interior, provide temporary ventilation during and immediately after installation sufficient to remove indoor air contaminants. 3.03 FRAMING INSTALLATION A. Set structural members level, plumb, and true to line. Discard pieces with defects that would lower required strength or result in unacceptable appearance of exposed members. B. Make provisions for temporary construction loads, and provide temporary bracing sufficient to maintain structure in true alignment and safe condition until completion of erection and installation of permanent bracing. C. Install structural members full length without splices unless otherwise specifically detailed. D. Comply with member sizes, spacing, and configurations indicated, and fastener size and spacing indicated, but not less than required by applicable codes and AFPA Wood Frame Construction Manual. E. Construct double joist headers at floor and ceiling openings and under wall stud partitions that are parallel to floor joists; use metal joist hangers unless otherwise detailed. F. Frame wall openings with two or more studs at each jamb; support headers on cripple studs. ROUGH CARPENTRY 061000-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 3.04 BLOCKING, NAILERS, AND SUPPORTS 2015-092 JUNE 2017 A. Provide framing and blocking members as indicated or as required to support finishes, fixtures, specialty items, and trim. B. In walls, provide blocking attached to studs as backing and support for wall -mounted items, unless item can be securely fastened to two or more studs or other method of support is explicitly indicated. C. Where ceiling -mounting is indicated, provide blocking and supplementary supports above ceiling, unless other method of support is explicitly indicated. 3.05 ROOF -RELATED CARPENTRY A. Coordinate installation of roofing carpentry with deck construction, framing of roof openings, and roofing assembly installation. B. Provide wood curb at all roof openings except where prefabricated curbs are specified and where specifically indicated otherwise. Form corners by alternating lapping side members. 3.06' INSTALLATION OF CONSTRUCTION PANELS A. Subflooring/Underlayment Combination: Glue and nail to framing, staples are not permitted. B. Roof Sheathing: Secure panels with long dimension perpendicular to framing members, with ends staggered and over firm bearing. 1. At long edges use sheathing clips where joints occur between roof framing members. 2. Nail panels to framing; staples are not permitted. C. Wall Sheathing: Secure with long dimension perpendicular to wall studs, with ends over firm bearing and staggered, using nails, screws, or staples. 1. Place water -resistive barrier horizontally over wall sheathing, weather lapping edges and ends. D. Wall Sheathing and Roof Sheathing with Laminated Water -Resistive Barrier and Air Barrier: Secure to studs as recommended by manufacturer. 1. Install with laminated water -resistive and air barrier on exterior side of sheathing. 2. Do not bridge building expansion joints; cut and space edges of panels to match spacing of structural support elements. 3. Use only mechanically attached and drainable EIFS and exterior insulation with wall sheathing with laminated water -resistive and air barrier. 4. Apply manufacturer's standard seam tape to joints between sheathing panels. Use tape gun or hard rubber roller as recommended by manufacturer. 3.07 SITE APPLIED WOOD TREATMENT A. Apply preservative treatment compatible with factory applied treatment at site -sawn cuts, ' complying with manufacturer's instructions. B. Allow preservative to dry prior to erecting members. 3.08 FIELD QUALITY CONTROL A. Special Inspectors shall perform field inspection and testing in accordance with Section 014533 3.09 TOLERANCES A. Framing Members: 1/4 inch from true position, maximum. B. Variation from Plane (Other than Floors): 1/4 inch in 10 feet maximum, and 1/4 inch in 30 feet maximum. ' 3.10 CLEANING A. Waste Disposal: Comply with the requirements of Section 01 74 19. 1. Comply with applicable regulations. , 2. Do not burn scrap on project site. 3. Do not burn scraps that have been pressure treated. ROUGH CARPENTRY ' 061000-4 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 4. Do not send materials treated with pentachlorophenol, CCA, or ACA to co -generation facilities or "waste -to -energy' facilities. B. Do not leave any wood, shavings, sawdust, etc. on the ground or buried in fill. C. Prevent sawdust and wood shavings from entering the storm drainage system. END OF SECTION ROUGH CARPENTRY 061000-5 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 06 17 53 SHOP -FABRICATED WOOD TRUSSES PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SECTION INCLUDES A. Shop fabricated wood trusses for roof framing. B. Bridging, bracing, and anchorage. C. Truss to truss metal connectors and truss hold-down clips and anchors. D. Preservative treatment of wood. 1.03 RELATED REQUIREMENTS A. Section 01 45 33 - Special Inspections: Code required special tests and inspections. B. Section 06 10 00 - Rough Carpentry: Material requirements for blocking, bridging, plates, and miscellaneous framing. 1.04 REFERENCE STANDARDS A. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2015. - B. AWPA U1 - Use Category System: User Specification for Treated Wood; 2012. C. TPI 1 - National Design Standard for Metal-Plate=Connected Wood Truss Construction; 2007 and errata. D. TPI DSB-89 - Recommended Design Specification for Temporary Bracing of Metal Plate Connected Wood Trusses; 1989. 1.05 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Manufacturer's data sheets on plate connectors, bearing plates, metal truss connectors, and metal bracing components. C. Shop Drawings: Show truss configurations, sizes, spacing, size and type of plate connectors, cambers, framed openings, bearing and anchor details, truss to girder truss connection details, and bridging and bracing. 1. Include identification of engineering software used for design. 2. ; Provide shop drawings including truss erection plans and truss to truss connector plans stamped or sealed by design engineer licensed in the state of Arkansas. 3. Submit design calculations in the form of individual truss calculation sheets. 1.06 QUALITY ASSURANCE A. Truss Design, Fabrication, and Installation: In accordance with TPI 1, TPI DSB-89, and BCSI 1. B. Designer Qualifications: Perform design by or under direct supervision of a Professional Structural Engineer experienced in design of this Work and licensed in the State of Arkansas. C. Fabricator Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years of documented experience. D. Provide Special Inspectors with access to fabrication plant to facilitate inspection. Provide notification of commencement and duration of shop fabrication in sufficient time to allow inspection. E. The special inspector shall verify that the fabricator maintains detailed fabrication and quality . control procedures that provide a basis for inspection control of the workmanship and the fabricator's ability to conform to approved construction documents and referenced standards. SHOP -FABRICATED WOOD TRUSSES 061753-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 The special inspector shall review the procedures for completeness and adequacy relative to the code requirements for the fabricator's scope of work. 1.07 DELIVERY, STORAGE, AND HANDLING A. Handle and erect trusses in accordance with TPI BCSI 1. B. Store trusses in vertical position resting on bearing ends. 1.08 FIELD MEASUREMENTS A. Verify that field measurements are as indicated. PART2 PRODUCTS 2.01 MANUFACTURERS A. Truss Plate Connectors: 1. Alpine Engineered Products, Inc: www.alpeng.com. 2. MiTek Industries, Inc: www.mii.com. 3. Truswal Systems: www.truswal.com. 4. Substitutions: See Section 01 60 00 - Product Requirements. 2.02 TRUSSES A. Wood Trusses: Designed and fabricated in accordance with TPI 1 and TPI DSB-89 to achieve structural requirements indicated. 1. Connectors: Steel plate. 2. Structural Design: Comply with applicable code for structural loading criteria. Comply with design loads as indicated on drawings. B. Metal Truss Anchors and Connectors: Galvanized steel sheet truss tie -downs and connectors sized to support loads as determined by the truss shop drawings unless indicated otherwise on the drawings. Provide products by one of the following or an approved equal: 1. Simpson Strong -Tie: www.simpsonanchors.com 2. K C Metal Products, Inc: www.kcmetals.com 2.03 MATERIALS A. Lumber: 1. Lumber used for truss members shall be in accordance with published values of lumber rules writing agencies approved by board of review of American Lumber Standards Committee. Lumber used shall be identified by grade mark of a lumber inspection bureau or agency approved by the American Lumber Standards Committee, and shall be the size, species, and grade as shown on the Truss Design Drawings. All truss members shall be at a minimum 2x4 and No. 2 Grade. 2. Moisture Content: Between 7 and 19 percent at time of fabrication. 3. Adjustment of value for duration of load or conditions of use shall be in accordance with National Design Specifications for Wood Construction (NDS). 4. Lumber fabricated from old growth timber is not permitted. B. Steel Connectors: Hot -dipped galvanized steel sheet, ASTM A 653/A 653M Structural Steel (SS) Grade 33/230, with G90/Z275 coating; die stamped with integral teeth; thickness as required, but not less than 20 gauge. C. Truss Bridging: Type, size and spacing recommended by truss manufacturer. 2.04 ACCESSORIES A. Wood Blocking: As specified in Section 06 10 00. B. Fasteners: Electrogalvanized steel, type to suit application. C. Metal Truss Anchors and Connectors: Electrogalvanized steel sheet formed to fit the required profile and sized for applicable loads. SHOP -FABRICATED WOOD TRUSSES 061753-2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 2.05 WOOD TREATMENT A. Treated Lumber and Plywood: Comply with requirements of AWPA U1 - Use Category System for wood treatments determined by use categories, expected service conditions, and specific applications. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field measurements are as indicated. B. Verify that supports and openings are ready to receive trusses. 3.02 PREPARATION A. Coordinate placement of bearing items. 3.03 ERECTION A. Install trusses in accordance with manufacturer's instructions and TPI DSB-89 and TPI BCSI 1; maintain a copy of each TPI document on site until installation is complete. B. Set members level and plumb, in correct position. C. Make, provisions for erection loads, and for sufficient temporary bracing to maintain structure plumb, and in true alignment until completion of erection and installation of permanent bracing. D. Do not field cut or alter structural members without approval of Architect Engineer. E. Install permanent bridging and bracing. F. Install headers and supports to frame openings required. G. Frame openings between trusses with lumber in accordance with Section 06 10 00. H. Coordinate placement of decking with work of this section. I. After erection, touch-up galvanized surfaces with zinc primer. 3.04 SITE APPLIED WOOD TREATMENT A. Treat all site -sawn cuts of pressure -treated wood using same type of treatment (i.e. preservative or fire -retardant). B. Apply treatment in accordance with manufacturer's instructions. 3.05 FIELD QUALITY CONTROL A. Special Inspectors shall perform field inspection and testing in accordance with Section 01 45 33 Special Inspections. B. The truss manufacturer or their qualified representative shall visit the project site and inspect the trusses and accessories in place and shall provide specific written directions as to any deficiencies in the trusses or accessories and/or truss installation. After the deficiencies are corrected the truss manufacturer shall provide written certification that the trusses are installed as required and that all permanent bracing is installed as required. 3.06 TOLERANCES A. Framing Members: 1/2 inch maximum, from true position. r, END OF SECTION SHOP -FABRICATED WOOD TRUSSES - 061753-3 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 06.18 00 GLUED -LAMINATED CONSTRUCTION PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SECTION INCLUDES A. Glue laminated wood beams. B. Steel hardware and attachment brackets. 1.03 RELATED REQUIREMENTS A. Section 01 45 33 - Special Inspections: Code required special tests and inspections. B. Section 01 61 16 - Volatile Organic Compound (VOC) Content Restrictions. 1.04 REFERENCE STANDARDS A. AITC 117 -Standard Specifications for Structural Glued Laminated Timber of Softwood Species; 2010. B. 'AITC A190.1 - American National Standard for Wood Products - Structural Glued Laminated Timber; 2007. C. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2014. D. ASTM Al23/A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products; 2015. E. ASTM Al53/A153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. F. ASTM A325 - Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength; 2014. G. ASTM A325M - Standard Specification for Structural Bolts, Steel, Heat Treated 830 MPa Minimum Tensile Strength (Metric); 2014. H. ASTM A563 - Standard Specification for Carbon and Alloy Steel Nuts; 2007a (Reapproved 2014). I. ASTM A563M - Standard Specification for Carbon and Alloy Steel Nuts [Metric]; 2007. J. ASTM D2559 - Standard Specification for Adhesives for Bonded Structural Wood Products for Use Under Exterior Exposure Conditions; 2012a. K. AWPA U1 - Use Category System: User Specification for Treated Wood; 2012. L. AWS D1.1/D1.1 M - Structural Welding Code - Steel; 2015. M. RIS (GR) - Standard Specifications for Grades of California Redwood Lumber; 2000. N. SPIB (GR) - Grading Rules; 2014.- 1.05 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide technical data on wood preservative materials, application technique and resultant performance information. C. - Shop Drawings: Indicate framing system, sizes and spacing of members, loads and cambers, bearing and anchor details, bridging and bracing, framed openings . 1. Submit design calculations if requested. GLUED -LAMINATED CONSTRUCTION 061800-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 1.06 QUALITY ASSURANCE 2015-092 JUNE 2017 A. Manufacturer/Fabricator Qualifications: Company specializing in manufacture of glue laminated structural units with three years of documented experience, and certified by AITC in accordance with AITC A190.1. B. Erector Qualifications: Company specializing in erection of products of the type specified with 3 years documented experience, and approved by manufacturer. C. Provide Special Inspectors with access to fabrication plant to facilitate inspection. Provide notification of commencement and duration of shop fabrication in sufficient time to allow inspection. D. The special inspector shall verify that the fabricator maintains detailed fabrication and quality control procedures that provide a basis for inspection control of the workmanship and the fabricator's ability to conform to approved construction documents and referenced standards. The special inspector shall review the procedures for completeness and adequacy relative to the code requirements for the fabricator's scope of work. 1.07 DELIVERY, STORAGE, AND HANDLING ' A. Protect members to AITC requirements for not wrapped. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Glued -Laminated Structural Units: 1. Sentinel Structures, Inc: www.sentineistructures.com. 2. Structural Wood Corporation: www.structural-wood.com ' 3. Unit Structures: www.unitstructures.com. 4. Western Wood Structures, Inc: www.westernwoodstructures.com. 5. Substitutions: See Section 01 60 00 - Product Requirements. ' 2.02 GLUED -LAMINATED UNITS A. Glued -Laminated Units: Fabricate in accordance with AITC 117 Industrial grade. 1. Verify dimensions and site conditions prior to fabrication. ' 2. Cut and fit members accurately to length to achieve tight joint fit. 3. Fabricate member with camber built in. 4. Do not splice or join members in locations other than those indicated without permission. 5. After end trimming, seal with penetrating sealer in accordance with AITC requirements. ' 2.03 MATERIALS A. Lumber: Softwood lumber conforming to SPIB grading rules with 12 percent maximum moisture content before fabrication. ' 1. Design for the following values: a. Bending (Fb): 2400 psi. b. Tension Parallel to Grain (Ft): 2400 psi. ' c. Compression Parallel to Grain (Fc): 2400 psi. d. Compression Perpendicular to Grain Bottom (Fc1): 740 psi. e. Compression Perpendicular to Grain Top (Fc1): 740 psi f. Horizontal Shear (Fv): 175 psi. ' g. Modulus of Elasticity (E): 1,700,000 psi. 2. Glue laminated members shall be Southern Pine, Combination 24F -V5, in accordance with AITC 117. ' 3. Lumber fabricated from old growth timber is not permitted. B. Steel Connections and Brackets: ASTM A36/A36M weldable quality, galvanize per ASTM A123/A123M. C. Hardware: ASTM A 307 hex bolts and ASTM A 563 (ASTM A 563M) nuts, primed except where ' designated to be galvanized, matching washers. GLUED -LAMINATED CONSTRUCTION 061800-2 d WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 GLUED -LAMINATED CONSTRUCTION 061800-3 D. Laminating Adhesive: Tested for wet/exterior service in accordance with ASTM D2559. E. Wood Sealer: manufacturer's standard wood sealer. F. Bearing Plate Anchors: Bolts or ballistic fasteners for anchorage to steel. G. Metal Primer: manufacturer's standard lead-free primer. 2.04 WOOD TREATMENT A. Factory -Treated Lumber: Comply with requirements of AWPA U1 - Use Category System for pressure impregnated wood treatments determined by use categories, expected service conditions, and specific applications. B. Shop treat wood materials in accordance with manufacturer's instructions. 2.05 FABRICATION A. Fabricate glue laminated structural members in accordance with AITC Architectural grade. B. Glue laminated trusses shall be shop fabricated and assembled. C. Welding: Perform welding in accordance with AWS D1.1/D1.1M. D. Verify dimensions and site conditions prior to fabrication. E. Cut and fit members accurately to length to achieve tight joint fit. F. Fabricate member with camber built in. G. Do not splice or join members in locations other than those indicated without permission. H. Fabricate steel hardware and connections with joints neatly fitted, welded, and ground smooth. I. After end trimming, seal with penetrating sealer in accordance with AITC requirements. J. Factory Finishing of Members: As selected by Architect Engineer from manufacturer's available selection. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that supports are ready to receive units. B. Verify sufficient end bearing area. 3.02 PREPARATION A. Coordinate placement of bearing items. 3.03 ERECTION A. Lift members using protective straps to prevent visible damage. B. Set structural members level and plumb, in correct positions or sloped where indicated. C. Provide temporary bracing and anchorage to hold members in place until permanently secured. D. Fit members together accurately without trimming, cutting, splicing, or other unauthorized modification. E. Swab and seal the interior wood surfaces of field drilled holes in members with primer. 3.04 FIELD QUALITY CONTROL A. Special Inspectors shall perform field inspection and testing in accordance with Section 01 45 33 Special Inspections. 3.05 TOLERANCES A. . Framing Members: 1/2 inch maximum from true position. END OF SECTION GLUED -LAMINATED CONSTRUCTION 061800-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 SECTION 07 21 00 THERMAL INSULATION PART1 GENERAL 1.01 SECTION INCLUDES A. Batt insulation in exterior wall, ceiling, and roof construction. 1.02 REFERENCE STANDARDS A. ASTM C665 - Standard Specification for Mineral -Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing; 2012. B. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2015a. C. ASTM E136 -Standard Test Method for Behavior of Materials in a Vertical Tube Furnace At 750 Degrees C; 2012. 1.03 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. ' Product Data: Provide data on product characteristics, performance criteria, and product limitations. C. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. D. Manufacturer's Installation Instructions: Include information on special environmental conditions required for installation and installation techniques. 1.04 FIELD CONDITIONS �. A. Do not install insulation adhesives when temperature or weather conditions are detrimental to successful installation. PART 2 PRODUCTS 2.01 BATT INSULATION MATERIALS A. Glass Fiber Batt Insulation: Flexible preformed batt or blanket, complying with ASTM C665; friction fit. 1. Combustibility: Non-combustible, when tested in accordance with ASTM E136, except for facing, if any. 2. Manufacturers: a. CertainTeed Corporation: www.certainteed.com. b. Johns Manville: www.jm.com. c. Owens Corning Corporation: www.ocbuildingspec.com. 3. Substitutions: See Section 01 60 00 - Product Requirements. B. Mineral Fiber Batt Insulation: Flexible or semi-rigid preformed batt or blanket, complying with ASTM C665; friction fit; unfaced flame spread index of 0 (zero) when tested in accordance with ASTM E84. 1. Smoke Developed Index: 450 or less, when tested in accordance with ASTM E84. C. Flexible Blanket Insulation: Thin profile insulation that conforms to complex shapes, unlaced; flame spread index of 5 (five) and smoke development index of 10 (ten) when tested in accordance with ASTM E84. 2.02 ACCESSORIES J A. Tape joints of rigid insulation in accordance with roofing and insulation manufacturers' instructions. B. Insulation Fasteners: Impaling clip of unfinished steel with washer retainer and clips, to be adhered to surface to receive insulation, length to suit insulation thickness and substrate, capable of securely and rigidly fastening insulation in place. C. Insulation Fasteners: Appropriate for purpose intended and approved by roofing manufacturer. THERMAL INSULATION 0721 00-1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 D. Adhesive: Vapor retarder type, trowel consistency; fire retardant, compatible with insulation and substrate, conforming to the following: PART,3 EXECUTION 3.01 EXAMINATION A. Verify that substrate, adjacent materials, and insulation materials are dry -and that substrates are ready to receive insulation and adhesive. B. Verify substrate surfaces are flat, free of honeycomb, fins, irregularities, or materials or substances that may impede adhesive bond. 3.02 BATT INSTALLATION A. Install insulation and vapor retarder in accordance with manufacturer's instructions. B. Install in exterior wall and roof spaces without gaps or voids. Do not compress insulation. C. Trim insulation neatly to fit spaces. Insulate miscellaneous gaps and voids. D. Fit insulation tightly in cavities and tightly to exterior side of mechanical and electrical services within the plane of the insulation. 3.03 PROTECTION A. Do not permit installed insulation to be damaged prior to its concealment. END OF SECTION THERMAL INSULATION 0721 00-2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 07 42 13 PREFORMED METAL ROOF AND WALL PANELS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Architectural roofing system of factory preformed steel R -panels for both wall and roof panels. B. Fastening system. C. Ice and water shield underlayment D. Factory finishing. E. Accessories and miscellaneous components. 1.02 RELATED REQUIREMENTS A. Section 06 10 00- Rough Carpentry. B. Section 07 90 05 - Joint Sealers: Field -installed sealants. 1.03 REFERENCE STANDARDS A. AISI - American Iron and Steel Institute. ' B. ASCE 7 - Minimum Design Loads for Buildings and Other Structures, 2005. C. ASTM A 653/A 653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2005a. D. ASTM C 1177/C 1177 M -Standard Specification for Glass Mat Gypsum Substrate for Use as Sheathing; 2004. E. ASTM C 1289 - Specification for Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board. F. ASTM 1592 - Standard Test Method for Structural Performance of Sheet Metal Roof and Siding Systems by Uniform Static Air Pressure Difference G. ASTM D 1970 - Standard Test Method for Self -Adhering Polymer Modified Bituminous Sheet Materials Used as Steep Roofing Underlayment for Ice Dam Protection; 2001. H. ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2005. I. ASTM E 1646 - Standard Test Method for Water Penetration of Exterior Metal Roof Panel Systems by Uniform Static Air Pressure Difference; 1995 (Reapproved 2003). J. FM DS 1-28 - Wind Loads to Roof Systems and Roof Deck Securement; Factory Mutual Insurance Company, current edition. K. FM DS 1-29 - Loss Prevention Data 1-29, Roof Deck Securement and Above Deck Roof Components , current edition. L. FM DS 1-31 - Loss Prevention Data 1-31, Metal Roofing Systems, current edition. M. MBMA (RSDM) Metal Roofing Systems Design Manual; current edition. N. NRCA ML104 - The NRCA Roofing and Waterproofing Manual; Fifth Edition, with interim updates. O. SMACNA (ASMM) - Architectural Sheet Metal Manual; current edition. P. UL 580 - Standard for Tests for Uplift Resistance of Roof Assemblies, current edition.. 1.04 GENERAL REQUIREMENTS A. Architectural metal R panel roof and wall systems which has a factory color finished galvalume with exposed fasteners, tape sealant at seams, attached through ice and water shield underlayment to wood deck substrate. Roof panel profile shall be have 36" cover width with 4 ribs of 1.25' in height. The Contractor shall furnish a commercially available roofing system which satisfies the specified design and additional requirements contained herein. The roofing system shall be provided by the Contractor as a complete system, as tested and approved in PREFORMED METAL ROOF AND WALL PANELS 074213-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 accordance with UL 580 Class 90 Uplift. Roof panels, components, transitions, accessories, and assemblies shall be supplied by the same roofing system manufacturer. 1.05 DESIGN REQUIREMENTS A. Wind Uplift Resistance: 1. The required uplift resistance of the roof assembly shall be calculated in accordance with ASCE 7 and IBC Current Edition Building Code requirements. Metal roof panel assembly shall resist the wind loads as determined by ASCE 7, IBC Building Code and FM 1-75, with a factor of safety appropriate for the material holding the anchor. 2. The roof assembly shall be designed in accordance with UL 580 and system shall be ASTM 1592 tested and approved to resist the indicated loads. Non -tested assemblies shall not be installed. B. Performance Requirements: 1. Wind Uplift: The installed roof assembly shall conform to the roof slope, resist the uplift pressures indicated and shed water to the outside of the exterior. The Contractor shall furnish a commercially available roofing system which satisfies all specified requirements. 2. Impact Resistance: Factory -painted sheet shall withstand direct and reverse impact in accordance with UL 2218 Class 4. 1.06 SUBMITTALS A. Product Data: Manufacturer's specifications, standard profile sheet and data sheets on each product to be used, including: 1. Summary of test results, indicating compliance with specified requirements. 2. Storage and handling requirements and recommendations. 3. Installation methods. 4. Specimen warranty. B. Shop Drawings: Include layouts of roof panels, details of edge and penetration conditions, spacing and type of connections, flashings, underlayments, and special conditions. 1. Show work to be field -fabricated or field -assembled. C. Selection Samples: For each roofing system specified, submit color chips representing manufacturer's full range of available colors and patterns. D. Verification Samples: For each roofing system specified, submit samples of minimum size 12 inches square, representing actual roofing metal, thickness, profile, color, and texture. 1. Include typical panel joint in sample. 2. Include typical fastening detail. E. Test Reports: Indicate compliance of preformed metal roofing system to specified requirements. 1.07 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in the manufacture of roofing systems similar to those required for this project, with not less than 5 years of documented experience. B. Manufacturer's Technical Representative: The manufacturer's technical representative shall provide inspections during the installation of the roof system. This representative shall be thoroughly familiar with the products to be installed, installation requirements and practices, and with all special considerations required in the geographical area where construction will take place. The representative shall perform field inspections, at least once per week during the roof panel installation. C. Installer Qualifications:: The metal roof system installer shall either be approved, authorized, or licensed, in writing by the roof system manufacturer, to install twenty (20yr) year no -dollar -limit warranty roof systems. D. Perform work in accordance with SMACNA Architectural Sheet Metal Manual, NRCA and MBMA requirements along with standard details, as well as the roofing manufacturer's written instructions. PREFORMED METAL ROOF AND WALL PANELS 074213-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 E. Preliminary Roofing Conference: Before starting work, conduct conference at Project site. Review methods and procedures related to roof removal and installation of metal roof panels including, but not limited to, the following: 1. Meet with Owner, Contractor, metal truss provider, Architect, metal roof panel Installer, . metal roof panel manufacturer's representative, if applicable for warranty purposes, and installers whose work interfaces with or affects metal roof panels including installers of roof accessories and roof -mounted equipment. 2. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. 3. Review methods and procedures related to metal roof panel installation, including manufacturer's written instructions. 4. Examine substrate conditions for soundness and compliance with requirements, including flatness and attachment to structural members. 5. Review structural loading limitations during and after roofing. 6. Review flashings, special roof details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that will affect metal roof panels. 7. Review governing regulations and requirements for insurance, certificates, and testing and inspecting if applicable. 8. Review temporary protection requirements for metal roof panels during and after installation. 9. Review roof observation and repair procedures after metal roof panel installation. 10. Review stored material and access requirements for executing the work. 1.08 DELIVERY, STORAGE, AND HANDLING A. Provide strippable plastic protection on prefinished roofing panels for removal just prior to installation. B. Store roofing panels on project site as recommended by manufacturer to minimize damage to panels prior to installation. 1.09 WARRANTY A. Material Warranty: The Contractor shall warrant that the materials and accessories furnished in accordance with these specifications shall remain free from defects in material and workmanship for a period of five (5) years from date of Substantial Completion. B. Finish Warranty: Provide manufacturer's special warranty covering failure of factory -applied exterior finish on metal roof panels and agreeing to repair or replace panels that show evidence of finish degradation, including significant fading, chalking,cracking, or peeling within specified warranty period of 20 year period from date of Substantial Completion. 1. Exposed Panels Finish - deterioration includes the following: a. Color fading more than 5 hunter units when tested according to ASTM D 2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D 4214. c. Cracking, checking, peeling or failure of paint to adhere to a bare metal. C. Weathertight Warranty: Contractor shall provide weathertight warranty against water penetration of the metal roof and wall panel system, including panels, flashing, soffit panels, panel side joint and trim conditions, securement of components and assemblies and roof flashings, penetration flashings, mastic, closures, and sealants for a period of 5 years from date of substantial completion. The limit of liability shall be NO DOLLAR LIMIT and not prorated. D. Special Warranty: Provide 5 -year extended labor warranty on any soffit that becomes loose or damaged by wind uplift. PART2-PRODUCTS 2.01 MANUFACTURERS A. Manufacturer: Wall and Roof design is based on R -Panel, as manufactured by IMETCO. www.imetco.com. PREFORMED METAL ROOF AND WALL PANELS 074213-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 ' JUNE 2017 B. Substitutions: See Section 01 60 00 - Product Requirements. Materials, accessories, and testing specified shall establish the minimum level of quality, performance, dimension, and appearance required of any substitution. 2.02 ARCHITECTURAL ROOF PANELS A. Performance Requirements: Provide complete engineered system complying with specified requirements and capable of remaining weathertight while withstanding anticipated movement of substrate and thermally induced movement of roofing system. B. Assembly shall include roof panels, clips, fasteners, connectors, bearing plates and miscellaneous accessories required for a complete installation tested for conformance to the following minimum standards: 1. Overall: Complete weathertight system tested and approved in accordance with ASTM E 1592. 2. Wind Uplift: To resist pressures indicated on Drawings. 3. Miami Dade Approval NOA# 13-1024.02 (roof) and NOA# 14-0102.07 (wall) 4. Texas Windstorm: RC -284 5. Thermal Movement: Design system to accommodate without deformation anticipated thermal movement over ambient temperature range of 56 degrees C (100 degrees F). C. Metal Roofing: Factory -formed panels with factory -applied finish. 1. Steel Panels: a. Zinc -coated steel conforming to ASTM A A792 (50ksi steel); minimum AZ55. b. Steel Thickness: Minimum 24 gauge. 2. Profile: R -Panel, 36" coverage, ribs 12"o.c., rib height 1.25. 3. Texture: Smooth, with striations. 4. Length: Full length of roof slope, without lapped horizontal joints. 5. Width: Maximum panel coverage of 12 inches. 2.03 ATTACHMENT SYSTEM A. Concealed System: Provide manufacturer's standard stainless steel or nylon -coated aluminum concealed anchor clips designed for specific roofing system and engineered to meet performance requirements, including anticipated thermal movement. 2.04 PANEL FINISH A. Fluoropolymer Coating System (Kynar 500 PVDF resin based); color and gloss as selected from manufacturer's standards. 1. Color: Galvalume. 2.05 ACCESSORIES AND MISCELLANEOUS ITEMS A. Provide all components required per the Drawings and the metal roof system manufacturer's approved shop drawings for a complete metal roof system to include panels, panel clips, bearing plates, fasteners, trim/flashings, fascias, ridge, closures, sealants, fillers and any other required items. B. Miscellaneous Sheet Metal Items: Provide flashings, gutters, downspouts, trim, moldings, closure strips, preformed crickets, caps, and equipment curbs of the same material, thickness, and finish as used for the roofing panels and as indicated in Section 07620 - Sheet Metal Flashing and Trim. Items completely concealed after installation may optionally be made of stainless steel. C. Rib and Ridge Closures: Provide prefabricated, close -fitting components of steel with corrosion resistant finish, closed -cell synthetic rubber, neoprene, or PVC, or combination steel and closed -cell foam. D. Sealants: Elastomeric type containing no oil or asphalt. 1. Exposed sealant must cure to rubber -like consistency. 2. Concealed sealant must be non -hardening type. 3. Seam sealant must be factory -applied, non -skinning, non-drying type. PREFORMED METAL ROOF AND WALL PANELS 074213-4 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 E. Underlayment: Grace Construction Products Ice and Water Shield HT self adhering. F. Flashing and Trim: Formed from 0.024 -inch- thick, zinc -coated (galvanized) steel sheet or aluminum -zinc alloy -coated steel sheet prepainted with coil coating. Provide flashing and trim as required to seal against weather and to provide finished appearance. Locations include, but are not limited to, eaves, rakes, corners, bases, framed openings, ridges, fasciae, and fillers. Finish flashing and trim with same finish system as adjacent metal roof panels. G. Gutters and Downspouts: Provide smooth sheet metal, color to be select by A/E: 1. Gutters: Formed from 0.024 -inch- thick, zinc -coated (galvanized) steel sheet prepainted with coil coating. Fabricate in minimum 96 -inch- long sections, sized according to SMACNA's "Architectural Sheet Metal Manual." Furnish gutter supports spaced 36 inches o.c., fabricated from same metal as gutters. Finish gutters to match roof fascia and rake trim. Provide profile as indicated on drawings. 2. Downspouts: Formed from 0.024 -inch- thick, zinc -coated (galvanized) steel sheet or aluminum -zinc alloy -coated steel sheet prepainted with coil coating; in 10 -foot -long sections, complete with formed elbows and offsets. Finish downspouts to match gutters. Provide profile as indicated on drawings. H. Soffits: IMETCO SP Series, .032 Aluminum, fully vented. Finish shall be Fluoropolymer Coating System (Kynar 500 PVDF resin based); color and gloss as selected from manufacturer's standards. I. Pipe flashings shall be pre -molded EPDM rubber with metal collar as provided by the metal roofing manufacturer. J. Snow guards shall be fabricated from 6061 T6 aluminum and attached to panel ribs with aluminum clamps and stainless steel set screws tested for load -to -failure results. Snow guard attachment shall not penetrate the roof system. S5! ColorGardT"" by Dynamic Fastener, Inc., or equal. 1. Furnish aluminum snow and ice clip designed to retard the migration of snow and ice; Model SnoClip II as manufactured by S-5 Attachment Solutions; www.s-5.com. K. Fasteners: Self -tapping screws, bolts, nuts, self-locking rivets and bolts, end -welded studs, and other suitable fasteners designed to withstand design loads. 1. Use stainless-steel fasteners for exterior applications and galvanized steel fasteners for interior applications. 2. Provide exposed fasteners with heads matching color of panel by means of plastic caps or factory -applied coating. 3. Provide metal-backed neoprene washers under heads of exposed fasteners bearing on weather side of panels. 4. Locate and space exposed fasteners in true vertical and horizontal alignment. Use proper tools to obtain controlled uniform compression for positive seal without rupture of neoprene washer. L. Miscellaneous Accessories: Provide pre -formed jacks and miscellaneous items as required for a complete system as recommended by the roofing manufacturer. 2.06 FABRICATION A. Panels: Fabricate panels and accessory items at factory, using manufacturer's standard processes as required to achieve specified appearance and performance requirements. Panning of panel ends is required at ridge, hip and headwall conditions. B. Joints: Factory -install captive gaskets, sealants, or separator strips at panel joints to provide weathertight seals, eliminate metal -to -metal contact, and minimize noise from panel movements. C. Material shall be in-line leveled prior to roll forming the panel profile. D. Where possible, roll form panels in continuous lengths, full length of detailed runs. E. Standard panel length shall be no more than 50 feet long (for longer length availability, contact manufacturer). . PREFORMED METAL ROOF AND WALL PANELS 074213-5 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 F. Fabricate trim/flashing and accessories to detailed profiles. G. Fabricate trim/flashing from same material as panel. PART 3 EXECUTION 3.01 EXAMINATION A. Inspection: 1. The installer shall examine the building to verify that the structure is ready for roofing installation. 2. Field -check dimensions and check support alignment with a fault string or wire. Support misalignment will cause panel "oil -canning." 3. Verify substrate conditions are acceptable for product installation. Deck deflections which show up after panels are installed may require removal and replacement. Roof deck and roof panels shall be true and on plane 4. Do not proceed until unsatisfactory conditions are corrected. 3.02' PREPARATION A. Coordinate roofing work with provisions for roof drainage, and installation of flashing, trim, penetrations, and other adjoining work to assure that the completed roof will be free of leaks. B. Remove protective film from surface of roof panels immediately prior to installation. Strip film carefully, to avoid damage to prefinished surfaces. C. Separate dissimilar metals by applying a bituminous coating, self -adhering rubberized asphalt sheet, or other permanent method approved by roof panel manufacturer. D. Where metal will be in contact with wood or other absorbent material subject to wetting, seal joints with sealing compound and apply one coat of heavy -bodied bituminous paint. 3.03 INSTALLATION A. Overall: Install roofing system in accordance with approved shop drawings and panel manufacturer's instructions and recommendations, as applicable to specific project conditions. Anchor all components of roofing system securely in place while allowing for thermal and structural movement. 1. Install roofing system with concealed clips and fasteners, set on bearing plates, as recommended by manufacturer for specific circumstances and uplift rating. 2. Minimize field cutting of panels. Where field cutting is absolutely required, use methods that will not distort panel profiles. Use of torches for field cutting is absolutely prohibited. 3. Installation shall meet specified requirements and be in accordance with the manufacturer's installation instructions, technical manual, and approved shop drawings, following NRCA RWM and SMACNA ASMM criteria, the most stringent applies. B. Accessories: Install all components required for a complete roofing assembly, including flashings, gutters, downspouts, trim, moldings, closure strips, p caps, , rib closures, ridge h closures, pre -formed roof jacks, and similar roof accessory items. C. Roof Panels: Install panels in strict accordance with manufacturer's instructions, minimizing transverse joints except at junction with penetrations. Form weathertight seams D. Underlayment: Install self -adhering sheet underlayment, wrinkle free, on roof sheathing under sheet metal roofing. Apply primer if required by underlayment manufacturer. Comply with temperature restrictions of underlayment manufacturer for installation; use primer rather than nails for installing underlayment at low temperatures. Apply over entire roof, in shingle fashion to shed water, with end laps of not less than 6 inches staggered 24 inches between courses. Overlap side edges not less than 3-1/2 inches. Extend underlayment into gutter trough. Roll laps with roller. Cover underlayment within 14 days. Install in accordance to written manufacturer's instructions. 3.04 DAMAGED MATERIAL AND CLEANING A. Damage caused by the manufacturer or roof panel systems contractor shall be repaired or replaced. PREFORMED METAL ROOF AND WALL PANELS 074213-6 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 B. The general contractor shall inspect and approve each completed roof area and be responsible for protecting finished work from damage by other trades. C. The roof and wall panel systems contractor shall remove all protective materials and labels from the roof components as they are installed. D. The general contractor shall be responsible for final cleaning of the roof panel system due to any conditions that occur after the roof panel systems contractor has completed an area. Cleaning is to be done in accordance with the manufacturer's instructions. END OF SECTION PREFORMED METAL ROOF AND WALL PANELS 074213-7 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 07 90 05 JOINT SEALERS PART GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SECTION INCLUDES A. Sealants and joint backing. 1.03 REFERENCE STANDARDS A. ASTM C834 - Standard Specification for Latex Sealants; 2010. B. ASTM C919 - Standard Practice for Use of Sealants in Acoustical Applications; 2012. C. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2011. D. ASTM C1193 - Standard Guide for Use of Joint Sealants; 2011a. E. ASTM D1056 - Standard Specification for Flexible Cellular Materials --Sponge or Expanded Rubber; 2007. F: SCAQMD 1168 - South Coast Air Quality Management District Rule No.1'168; current edition; www.aqmd.gov. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate the work with other sections referencing this section. 1.05 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Samples: Submit two samples, 6 x 1/2 inch in size illustrating sealant colors for selection. C. Manufacturer's Installation Instructions: Indicate special procedures. 1.06 QUALITY ASSURANCE , , A. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum three years documented experience. B. Applicator Qualifications: Company specializing in performing the work of this section with minimum three years experience. 1.07 FIELD CONDITIONS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.08 WARRANTY A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements. B. Correct defective work within a five year period after Date of Substantial Completion. C. Warranty: Include coverage for installed sealants and accessories which fail to achieve airtight seal, exhibit loss of adhesion or cohesion, or do not cure. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Silicone Sealants: 1. Bostik Inc: www.bostik-us.com. 2. Momentive Performance Materials, Inc (formerly GE Silicones): www.momentive.com. 3. Pecora Corporation: www.pecora.com. 4. BASF Construction Chemicals -Building Systems: www.chemrex.com. B. Acrylic Emulsion Latex Sealants: ti JOINT SEALERS 079005-1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 1. Bostik Inc; Product Chem -Calk 600: www.bostik-us.com. 2. Pecora Corporation; Product AC -20: www.pecora.com. 3. BASF Construction Chemicals -Building Systems: www.chemrex.com. C. Polyurethane Sealants: 1. Bostik Inc: www.bostik-us.com. 2. Pecora Corporation; Product AC -20: www.pecora.com. 3. BASF Construction Chemicals -Building Systems: www.chemrex.com. 2.02 SEALANTS A. Sealants and Primers - General: Provide only products having lower volatile organic compound (VOC) content than required by South Coast Air Quality Management District Rule No. 1168. B. General Purpose Exterior Sealant: Polyurethane; ASTM C920, Grade NS, Class 25, Uses M, G, and A; single component. 1. Color: Standard colors matching finished surfaces. C. General Purpose Interior Sealant: Acrylic emulsion latex; ASTM C834, Type OP, Grade NF single component, paintable. 1. Applications: Use for: a. Interior wall and ceiling control joints., b. Joints between door frames and wall surfaces. c. Other interior joints for which no other type of sealant is indicated. D. Interior Floor Joint Sealant: Polyurethane, self -leveling; ASTM C920, Grade P, Class 25, Uses T, M and A; single component. E. Concrete Paving Joint Sealant: Polyurethane, self -leveling; ASTM C920, Class 25, Uses T, t, M and A; single component. 1. Color: Gray. 2. Applications: Use for: a. Joints in sidewalks and vehicular paving. F. Silicone Sealant: ASTM C920, Grade NS, Class 25, Uses NT, A, G, M, O; single component, solvent curing, non -sagging, non -staining, fungus resistant, non-bleeding. 1. Color: Standard colors matching finished surfaces. 2. Movement Capability: Plus and minus 25 percent. 3. Service Temperature Range: -65 to 180 degrees F. 4. Shore A Hardness Range: 15 to 35. 2.03 ACCESSORIES A. Primer: Non -staining type, recommended by sealant manufacturer to suit application. B. Joint Cleaner: Non -corrosive and non -staining type, recommended by sealant manufacturer; compatible with joint forming materials. C. Joint Backing: Round foam rod compatible with sealant; ASTM D 1056, sponge or expanded rubber; oversized 30 to 50 percent larger than joint width. D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces are ready to receive work. B. Verify that joint backing and release tapes are compatible with sealant. 3.02 PREPARATION A. Remove loose materials and foreign matter that could impair adhesion of sealant. B. Clean and prime joints in accordance with manufacturer's instructions. C. Perform preparation in accordance with manufacturer's instructions and ASTM C1193. JOINT SEALERS 079005-2 0 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 D. Protect elements surrounding the work of this section from damage or disfigurement. 3.03 INSTALLATION A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. B. Perform installation in accordance with ASTM C1193. C. Perform acoustical sealant application work in accordance with ASTM C919. D. Measure joint dimensions and size joint backers to achieve width -to -depth ratio, neck dimension, and surface bond area as recommended by manufacturer, except where specific dimensions are indicated. E. Install bond breaker where joint backing is not used. F. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. G. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. H. Tool joints concave. 3.04 CLEANING A. Clean adjacent soiled surfaces. 3.05 PROTECTION OF FINISHED WORK A. Protect sealants until cured. END OF SECTION JOINT SEALERS 079005-3 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 07 95 13 EXPANSION JOINT ASSEMBLIES PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide joint assembly profiles, profile dimensions, available colors and finish. C. Shop Drawings: Indicate joint and splice locations, miters, layout of the work, effected.adjacent construction and anchorage locations. D. Samples: Submit two samples, illustrating profile, dimension, color, and finish selected. E. Manufacturer's Installation Instructions: Indicate rough -in sizes and required tolerances for item placement. F. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. .1. See Section 01 60 00 for additional provisions. PART 2 PRODUCTS 2.01 EXPANSION JOINT COVER ASSEMBLIES A. Expansion Joint Cover Assemblies -General: Factory -fabricated and assembled; designed to completely fill joint openings, sealed to prevent passage of air, dust, water, smoke; suitable for traffic expected. 1. Joint Dimensions and Configurations: As indicated on drawings. 2.02 MATERIALS A. Resilient Seals: 1. For Vehicular Traffic Applications: Neoprene, no PVC; Shore A hardness of 40 to 50 Durom eter. 2. Color: Gray. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that joint preparation and dimensions are acceptable and in accordance with manufacturer's requirements. 3.02 INSTALLATION A. Install components and accessories in accordance with manufacturer's instructions. B. Align work plumb and level, flush with adjacent surfaces. C. Rigidly anchor to substrate to prevent misalignment. 3.03 PROTECTION A. Do not permit traffic over unprotected floor joint surfaces. END OF SECTION EXPANSION JOINT ASSEMBLIES 079513-1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 13 34 19 METAL BUILDING SYSTEMS PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SECTION INCLUDES A. Manufacturer -engineered, shop -fabricated structural steel building frame. B. Insulated Metal roof panels including gutters and downspouts and roof mounted equipment curbs. 1.03 RELATED REQUIREMENTS A. Section 01 45 33 - Special Inspections: Code required special tests and inspections. B. Section 05 50 00 - Metal Fabrications. C. Section 07 21 00 - Thermal Insulation. D. Section 07 42 13 - Preformed Metal Roof and Wall Panels: For Material Storage Building. E. Section 07 90 05 - Joint Sealers: Sealing joints between accessory components and wall system. F. Section 09 90 00 - Painting: Field painting. 1.04 REFERENCE STANDARDS A. AISC 360 - Specification for Structural Steel Buildings; 2010. B. AISI S100 - North American Specification for the Design of Cold -Formed Steel Structural Members; American Iron and Steel Institute; 2012. C. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2014. D. ASTM A307 - Standard Specification for Carbon Steel Bolts, Studs, and Threaded Rod 60 000 PSI Tensile Strength; 2014. E. - ASTM A500/A500M - Standard Specification for Cold -Formed Welded and Seamless Carbon Steel Structural Tubing in Rounds and Shapes; 2013. F. ASTM A501 /A501 M - Standard Specification for Hot -Formed Welded and Seamless Carbon Steel Structural Tubing; 2014. G. ASTM A529/A529M - Standard Specification for High -Strength Carbon -Manganese Steel of Structural Quality; 2014. H. ASTM A572/A572M - Standard Specification for High -Strength Low -Alloy Columbium -Vanadium Structural Steel; 2015. I. ASTM A992/A992M - Standard Specification for Structural Steel Shapes; 2011 (Reapproved 2015). J. ASTM C1107/C1107M - Standard Specification for Packaged Dry, Hydraulic -Cement Grout (Nonshrink); 2014. K. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination; 2012. L. AWS D1.1/D1.1 M - Structural Welding Code - Steel; 2015. M. IAS AC472 - Accreditation Criteria for Inspection Programs for Manufacturers of Metal Building Systems; 2012. N. FM DS 1-28 - Wind Design; FM Global; 2012. ; O. FM DS 1-29 - Loss Prevention Data 1-29, Roof Deck Securement and Above Deck Roof Components; FM Global; 2010. METAL BUILDING SYSTEMS 133419-1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 P. MBMA (MBSM) - Metal Building Systems Manual; Metal Building Manufacturers Association; 2012. Q. NRCA (ML104) -The NRCA Roofing and Waterproofing Manual; 5th edition, with interim updates. R. UL 580 -. Standard for Tests for Uplift Resistance of Roof Assemblies; Current Edition, Including All Revisions. 1.05 ADMINISTRATIVE REQUIREMENTS A. Preinstallation Meeting: Convene one week before starting work of this section. 1.06 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedure's. B. Product Data: Provide data on profiles, component dimensions, fasteners. C. Design Information: Submit a copy (For Information Only) of the Design Information portion of the Metal Building Manufacturer contract prior to preparation of shop drawings. D. Shop Drawings: Indicate assembly dimensions, locations of structural members, connections; wall and roof system dimensions, panel layout, general construction details, anchorages and method of anchorage, installation, and structural calculations; framing anchor bolt settings, sizes, and locations from datum, foundation loads; indicate welded connections with AWS A2.4 welding symbols; indicate net weld lengths. Shop drawings shall be signed and sealed by a professional engineering licensed to practice in the state where the project is located. E. Structural Calculations: Include design criteria, loads, deflection, building drift, foundation loads, and loads on lateral load resisting system. Calculations shall be signed and sealed by a professional engineer licensed to practice in the state where the project is located. F. Samples: Submit two samples of precoated metal panels for each color selected, 24x24 inch in size illustrating color and texture of finish. G. Manufacturer's Instructions: Indicate preparation requirements, anchor bolt placement. H. Erection Drawings: Indicate members by label, assembly sequence, and temporary erection bracing. I. Manufacturer Qualification Statement: Provide documentation showing metal building manufacturer is accredited under IAS AC472. 1. Include statement that manufacturer designs and fabricates metal building system as integrated components and assemblies, including but not limited to primary structural members, secondary members, joints, roof, and wall cladding components specifically designed to support and transfer loads and properly assembled components form a complete or partial building shell. J. Project Record Documents: Record actual locations of concealed components and utilities. 1.07 QUALITY ASSURANCE A. Design structural components, develop shop drawings, and perform shop and site work under direct supervision of a Professional Structural Engineer experienced in design of this Work. 1. Design Engineer Qualifications: Licensed in the state where the project occurs. 2. Conform to applicable code for submission of design calculations and reviewed shop and erection drawings as required for acquiring permits. 3. Cooperate with regulatory agency or authority and provide data as requested. B. Perform work in accordance with AISC 360 and MBMA (MBSM). C. Perform welding in accordance with AWS D1.1/D1.1M. D. Manufacturer Qualifications: Company specializing in the manufacture of products similar to those required for this project. 1. Not less than 3 years of documented experience 2. Accredited by IAS in accordance with IAS AC472. METAL BUILDING SYSTEMS 133419-2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 E. Erector Qualifications: Company specializing in performing the work of this section with minimum 3 years documented experience. 1.08 WARRANTY A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements. B. Correct defective Work within a five year period after Date of Substantial Completion! The Contractor shall warrant that the materials, accessories and labor furnished in accordance with these specifications shall remain free from defects in material and workmanship for a period of five (5) years from date of Substantial Completion. C. Provide 20 year manufacturer warranty for prefinished panels. 1. Include coverage for exterior pre -finished surfaces to cover pre -finished color coat against chipping, cracking or crazing, blistering, peeling, chalking, or fading. Include coverage for weather tightness of building enclosure elements after installation. D. Roof Waterproofing Warranty: Manufacturer agrees to repair or stop any roof leaks attributable to defects in the metal roofing assembly which includes workmanship, roof panels, fasteners, connectors, ,equipment curbs, roof securement components and assemblies and roof flashings, penetration flashings, mastic, closures, and sealants. The manufacturer's limit of liability shall be NO DOLLAR LIMIT and not prorated. Warranty period shall extend for a period of 20 years from the date of Substantial Completion, the first 5 years of which are warranted by the Contractor. E. Prefinished Metal Panel Finish Warranty: Provide manufacturer's special warranty covering failure of factory -applied exterior finish on metal panels and agreeing to repair or replace panels that show evidence of finish degradation, including significant fading, chalking, cracking, or peeling within specified warranty period of 20 year period from date of Substantial Completion. PART 2 PRODUCTS 2.01 METAL BUILDING SYSTEMS A. Primary Framing: Rigid frame of rafter beams and columns, canopy beams, intermediate columns, braced end frames, and end wall columns, and wind bracing. B. Secondary Framing: Purlins, Girts, Eave struts, Flange bracing, Sill supports, and Clips, and other items detailed. C. Wall System: Preformed metal panels of vertical profile, with sub -girt framing/anchorage assembly, insulation, and liner sheets, and accessory components. D. Roof System: Steel deck and preformed metal panels oriented parallel to slope, with sub -girt framing/anchorage assembly and insulation, and accessory components. 2.02 MATERIALS - FRAMING A. Structural Steel Members: ASTM A992/A992M, A36 or A572. B. Structural Tubing: ASTM A500/A500M, Grade B cold -formed. C. Plate or Bar Stock: ASTM A 529/A 529M, Grade 50 or A36 or A572 Grade 50. D. Anchor Bolts: ASTM A 36 or F 1554 Grade 36, unprimed. E. Bolts, Nuts, and Washers: ASTM A325 (ASTM A325M). F. Welding Materials: Type required for materials being welded. G. Primer: Manufacturer's standard lead and chromate free primer meeting VOC requirements of authorities having jurisdiction. H. Grout: ASTM C1107/C1107M, Non -shrink type, premixed compound consisting of non-metallic aggregate, cement, water reducing and plasticizing agents, capable of developing minimum compressive strength of 2400 psi in two days and 7000 psi in 28 days. 2.03 MATERIALS - WALLS AND ROOF A. General: Provide roofing panels, wall panels, and siding sheets formed to general profile or configuration of existing building. Roof panels shall be IMETCO Series 300 Standing Seam METAL BUILDING SYSTEMS 133419-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 Roofing and the wall panels shall be IMETCO 7.2 Style Rib panel, provided compliance with requirements, products of other manufacturers may also be acceptable. Provide flashings, closers, fillers, metal expansion joints, ridge covers, fascias, and other sheet metal accessories, factory formed of same material and finish as roofing and siding. Color: Silver Platinum. B. Roof Covering And Supports: The roof construction shall carry an Underwriters Laboratories Construction (Uplift) classification of not less than Class 1-75. 1. Roof Panels: a. The exposed metal roof covering shall be either 24 gage (minimum) commercially pure aluminum -coated or zinc -coated steel panels or 24 gage (minimum) color -coated galvanized steel panels, and of such configuration to provide the specified load carrying capabilities and deflection requirements of this specification. Roof panels shall be of "standing -seam interlocking" design and secured to the purlins with a concealed structural fastening system. The concealed system shall provide minimal through penetration of the exposed roofing surface and allow the roof covering to move independently of any differential thermal movement by the structural framing system. Except at the concealed fasteners, there shall be no thermal contact of the roof panels with the supporting purlin. The standing seams shall have a factory - applied, non -hardening sealant, and the seams shall be continuously locked or crimped together by mechanical means during erection. Roof panels with lap -type side (longitudinal) joints and exposed structural fasteners shall not be considered acceptable. Maximum panel width shall match existing. b. Roof panels shall be fastened to the purlins with a concealed clip or backing device of steel having a protective metallic coating. Through penetration of the roofing surface by exposed fasteners shall occur only at terminal locations of the roof panels. Such fasteners shall be stainless steel or aluminum screws, bolts or rivets, with weather -seal washers. Carbon steel shank fasteners with vinyl or stainless steel -capped heads shall be acceptable also. c. Deflection of the roof panel shall not exceed L/240 of its span when supporting the applicable vertical live loads previously described. d. Roof panels shall match existing panels in, gauge, color, texture, and width. 1) Concealed Finish: Apply pretreatment and manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with a minimum total dry film thickness of 0.5 mil (0.013 mm). e. Panel Sealants: 1) Sealant Tape: Pressure -sensitive, 100 percent solids, gray polyisobutylene compound sealant tape with release -paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch (13 mm) wide and 1/8 inch (3 mm) thick. (a) Joint Sealant: ASTM C 920; elastomeric polyurethane, polysulfide, or silicone sealant; of type, grade, class, and use classifications required to seal joints in metal roof panels and remain weathertight; and as recommended in writing by metal roof panel manufacturer. (b) Butyl -Rubber -Based, Solvent -Release Sealant: ASTM C 1311. 2. Purlins: a. The purlin's configuration, thickness and spacing shall be the building manufacturer's standard for the condition provided all design criteria, including deflection, is met or exceeded. The purlin bracing system shall comply with AISI or AISC Specification as applicable. b. The deflection of the purlin shall not exceed L/180 of its span when supporting the applicable vertical live loads previously described and any collateral loads required. 3. Roof Jacks and Curbs: a. Openings, 8" or smaller, may be flashed and sealed to the roof panel by jacks, providing complete structural support and weathertightness is maintained. Material shall be either of metal with a protective metallic coating or of an EPDM material with an aluminum sealing ring base. METAL BUILDING SYSTEMS 133419-4 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 b. Openings, larger than 8", round or square, shall be framed with a welded metal base fabricated from 0.07" (minimum) thick aluminum or 16 gage (minimum) galvanized steel. The base and its appurtenance shall be supported by the roof purlins and header framing. The base shall have a minimum projection or 8" above the weather surface of the roof, and the configuration of the flanges shall match the roof panel. The flange -to -panel joint shall be sealed with a non -hardening sealant and fastened in such a manner to provide complete support and weathertightness. c. All curbs or jacks shall be integral component of the roofing system, designed and supplied by the roofing manufacturer. C. Wall Panels: 1. Roof panels shall match existing with IMETCO 7.2 Rib panels in, gauge, color, texture, and width. 2. Metal wall panels shall be minimum 24 gauge painted Galvalume steel panel with concealed fasteners. 3. Color: Silver Platinum. D. Roof and Wall Finishes: 1. Metallic -Coated Steel Sheet Prepainted with Coil Coating: Steel sheet metallic coated by, the hot -dip process and prepainted by the coil -coating process to comply with ASTM A 755/A 755M. 2. Zinc -Coated (Galvanized) Steel Sheet: ASTM A 653/A 653M, G90 (Z275) coating designation; structural quality. 3. Aluminum -Zinc Alloy -Coated Steel Sheet: ASTM A 792/A 792M, Class AZ50 coating designation, Grade 40 (Class AZM150 coating designation, Grade 275); structural quality. 4. High -Performance Organic Finish: Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 5. Fluoropolymer Two -Coat System: Manufacturer's standard two -coat, thermocured system consisting of specially formulated inhibitive primer and fluoropolymer color topcoat containing not less than 70 percent polyvinylidene fluoride resin by weight; color coat and gloss as selected from manufacturer's standards to match existing as selected by AE. ; complying with physical properties and coating performance requirements of AAMA 2605, except as modified below: a. (a) Humidity Resistance: 2000 hours. b. (b) Salt -Spray Resistance: 2000 hours. 2.04 SHEET METAL ACCESSORIES A. General: Unless otherwise indicated, provide coated steel accessories with coated steel roofing; aluminum accessories with aluminum roofing. B. Fasteners: Manufacturer's standard type, galvanized to comply with requirements of ASTM A 153/A 153M, finish to match adjacent surfaces when exterior exposed. C. Sealant: Manufacturer's standard type. D. Gutters: Formed in sections not less than 8'0" in length, complete with end pieces, outlet tubes, and special pieces that may be required. Join sections with riveted and soldered or sealed joints. Unless otherwise indicated, provide expansion type slip joint at center of runs. Furnish gutter supports spaced at 36" o.c., constructed of same metal as gutters. Provide standard bronze, copper, or aluminum wire ball strainers at each outlet. Finish to match roof fascia and rake. E. Downspouts: Formed in sections approximately 10'0" long, complete with elbows and offsets. Join sections with minimum 1 1/2" telescoping joints. Provide fasteners for top, bottom, and 5' 0" o.c. intermediately between, designed to securely hold downspouts not less than 1" away from walls. Finish to match wall panels. F. Ice and Snow Guards: Snow guards shall be fabricated from 6061 T6 aluminum and attached to panel ribs with aluminum clamps and stainless steel set screws tested for load -to -failure results. Snow guard attachment shall not penetrate the roof system. S5! ColorGardTm by Dynamic Fastener, Inc., or equal. METAL BUILDING SYSTEMS 133419-5 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 Furnish aluminum snow and ice clips designed to retard the migration of snow and ice; Model SnoClip II as manufactured by S-5 Attachment Solutions; or equal, www.s-5.com. Include all accessories. 2.05 THERMAL INSULATION A. Roof and Wall: 1. Providing a R -value of R-20, the insulation system shall be applied under the exposed metal roofing panels. Providing a R -value of R-19, the insulation system shall be applied behind the metal wall panels. 2. With blanket -type insulation, a thermal spacer (break) shall separate the roof support member from the roof panel, except at each concealed structural fastener. The spacer shall be of material having a R -value of not less than 8, a density of not less than 2 pcf and, if of a combustible material, shall be classified (ASTM E84) as having a flame spread rating no greater than 25. The blanket type insulation, of required thickness and density, should be placed over the roof support member. The vapor membrane shall always be placed nearest the interior of the building, whether it be exposed or non -exposed. All joints shall be lapped, taped or folded and stapled in accordance with the building manufacturer's standard. The vapor membrane shall have a perm rating of not more than 0.03. 3. Blanket Insulation: Insulation to meet ASTM C991, Type II, glass -fiber -blanket insulation with vapor retarder facing meeting ASTM C 1136 with permeance not greated than 0.02 perm with tested according to ASTM E96/E96M. Insulation shall be flexible, noncombustible fiberglass blankets vapor resistant membrane, unless otherwise indicated. The vapor resistant membrane shall be a foil scrim type and may be laminated to the insulation as a composite unit or added as a separate component of the insulation system. The above ceiling space is used as a return air plenum. The insulation and vapor membrane, if supplied as a laminated composite unit, shall carry an Underwriters Laboratories, Inc., (UL) Label fire hazard classification indicating a flame spread rating of 25 or less and a smoke developed rating of 50 or less, as a tested assembly. If supplied as separate components, each (tested separately) shall carry the previously specified fire hazard classification. 2.06 DESIGN CRITERIA ' A. Installed Thermal Resistance of Wall System: R value of 19. B. Installed Thermal Resistance of Roof System: R -value of 20. C. Design members to withstand dead load, collateral load, applicable snow load, seismic loads and design loads due to pressure and suction of wind calculated in accordance with applicable ' code and as indicated in the drawings. D. Design members and components to withstand FM 1-75 uplift rating in the field with enhanced uplift resistance at the perimeter, ridge, and corners as required by FM DS 1-28, and FM DS ' 1-29. E. Deflections shall be limited as follows: 1. Primary Framing: ' a. U240 for roof live load or snow load b. U180 for roof live load (or snow load) plus dead load c. L/240 for 10 -year wind load ' 2. Secondary Framing: a. U180 for roof live load or roof snow load. b. L/120 for roof dead load plus roof snow load; but not less than that required to maintain positive drainage for the greater of dead load plus 1/2 roof snow load or dead load plus 5 PSF. c. U120 for 10 -year wind load on walls and roof F. Horizontal drift of main frame shall not exceed H/200 times the height at the eave. Drift shall be based on columns assumed to be pinned. METAL BUILDING SYSTEMS 133419-6 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 G. Provide drainage to exterior for water entering or condensation occurring within wall or roof system. H. Permit movement of components without buckling, failure of joint seals, undue stress on fasteners or other detrimental effects, when subject to temperature range of 100 degrees F. I. Size and fabricate wall and roof systems free of distortion or defects detrimental to appearance or performance. J. For structural steel design, comply with AISC 360. K. For light gage steel design, comply with AISI S100. L. For welded connections, comply with AWS D1.1/D1.1 M and AWS A2.4. M. Fire and uplift ratings to comply with Underwriters Laboratories, Inc. and Factory Mutual tests and ratings as specified. 2.07 FABRICATION - FRAMING A. Fabricate members in accordance with AISC 360 for plate, bar, tube, or rolled structural shapes. B. Anchor Bolts: Formed with straight shank with a head or nut tack welded to the rod at the end to be embedded in concrete, assembled with template for casting into concrete. 2.08 FINISHES A. Framing Members: Clean, prepare, and shop prime. Do not prime surfaces to be field welded. B. Exterior Surfaces of Wall Components and Accessories: Precoated enamel on steel of 70% fluoropolymer finish,�color as indicated or as selected from manufacturer's standard range. C. Interior Surfaces of Wall Components and Accessories: Precoated enamel on steel of fluoropolymer finish, color as indicated or as selected from manufacturer's standard range. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that foundation, floor slab, mechanical and electrical utilities, and placed anchors are in correct position 3.02 ERECTION A. Framing: Erect structural framing true to line, level and plumb, rigid and secure. Level base plates to a true even plane with full bearing to supporting structures, set with double -nutted anchor bolts. Use a non -shrinking grout to obtain uniform bearing and to maintain a level base line elevation. Moist cure grout for not less than 7 days after placement. B. Eave Beams And Purlins: Provide rake or gable purlins with tight fitting closure channels and fascias. Locate and space eave beams to suit door and window arrangements and heights. C. Framed Openings: Provide shapes of proper design and size to reinforce opening and to carry loads and vibrations imposed, including equipment furnished under mechanical or electrical work. Securely attach to building structural frame. 3.03 ERECTION - FRAMING A. Erect framing in accordance with AISC 360. B. Provide for erection and wind loads. Provide temporary bracing to maintain structure plumb and in alignment until completion of erection and installation of permanent bracing. Locate braced bays as indicated. 4 C. Set column base plates with non -shrink grout to achieve full plate bearing. D. Do not field cut or alter structural members without approval. E. After erection, prime welds, abrasions, and surfaces not shop primed. METAL BUILDING SYSTEMS 133419-7 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 3.04 ERECTION - WALL AND ROOF PANELS 2015-092 JUNE 2017 A. General: Apply panels and associated items for neat and weathertight enclosure. Avoid "panel creep" or application not true to line. Protect factory finishes from damage. Apply all roofing in strict accordance with the manufacturer's written instructions. B. Install in accordance with manufacturer's instructions. C. Exercise care when cutting prefinished material to ensure cuttings do not remain on finish surface. D. Fasten cladding system to structural supports, aligned level and plumb. E. Locate end laps over supports. End laps minimum 2 inches. Place side laps over bearing. F. Provide expansion joints where indicated. G. Use concealed fasteners. H. Install sealant and gaskets, providing weather tight installation. 3.05 INSTALLATION - ACCESSORY COMPONENTS IN WALL SYSTEM A. Sheet Metal Accessories: Install gutters, downspouts, ventilators, louvers, and other sheet metal accessories in accordance with manufacturer's recommendations for positive anchorage to building and weathertight mounting. Adjust operating mechanism for precise operation. B. Thermal Insulation: Install in accordance with manufacturer's published directions, performed concurrently with installation of roof panels. 3.06 FIELD PAINTING A. Apply finish coating to factory -primed items as follows. Finish colors as selected by Architect Engineer. B. Cleaning And Touch -Up: Prior to application of finish coats, clean component surfaces of matter which could preclude paint bond. ' C. Touch-up abrasions, marks, skips or other defects to shop -primed surfaces with same type material as shop primer. D. Coordination: Provide finish coats which are compatible with prime paints used. Provide barrier ' coats over incompatible primers where required. Notify Architect Engineer in writing of anticipated problems using specified coatings with substrates primed by others. 3.07 TOLERANCES ' A. Framing Members: 1/4 inch from level; 1/8 inch from plumb. B. Siding and Roofing: 1/8 inch from true position. C. Structural steel shall be erected plumb, level and aligned, with a tolerance not exceeding a ' proportional error of 1 to 500. Other fabrication and erection tolerances are as stated in the Metal Building Manufacturer's Association's Low Rise Building Systems Manual, 1996 edition, "Common Industry Practices." 3.08 QUALITY CONTROL A. An independent testing and inspection agency acceptable to the Architect Engineer shall perform field quality control inspections and tests, as specified in Section 01 45 33 - Special Inspections. B. Testing agency shall conduct and interpret tests and state in each report whether test specimens comply with requirements, and specifically state any deviations therefrom. C. Visual Inspection Of Field Welding: Testing agency shall visually inspect field welding while the operators are making the welds and again after the work is completed. The welder or welding operator's identification mark shall be stamped on the steel so that the full and complete identity and history of the welding operation will be known. After the welding is completed, hand or power wire brush welds and thoroughly clean them before the inspector makes the check inspection. Inspect welds with magnifiers under strong, adequate light for surface cracking, METAL BUILDING SYSTEMS ' 133419-8 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 porosity, and slag inclusions; excessive roughness, unfilled craters, gas pockets, undercuts, overlaps, size, and insufficient throat and concavity. Inspect the preparation of groove welds for adequate throat opening and for snug positioning of back up bars. D. Field Welding: Inspect and.test during erection of structural steel as follows: 1. Certify welders and conduct inspections and tests as required. Record types and locations of defects found in work. Record work required and performed to correct deficiencies. 2. Perform visual inspection of all field welds. 3. Perform tests on welds not passing visual inspection as follows: a. Liquid Penetrant Inspection: ASTM E165. b. Magnetic Particle Inspection: ASTM E109; performed on root pass and on finished weld, Cracks or zones of incomplete fusion or penetration not acceptable. E. All column anchor bolts shall be visually inspected for size, quantity and completeness. F. Copy of the laboratory report shall be submitted to the Architect Engineer for review. G. Connections that are found unsatisfactory by the inspecting laboratory, shall be corrected as directed, at the Contractor's expense, and to the satisfaction of the inspector. A copy of the final report shall be submitted to the Architect Engineer for approval. 1. Correction of Defective Welds: Weld areas containing defects exceeding the standards of acceptance in AWS D1.1 shall be corrected in accordance with AWS D1.1 Section 3.7. Additional testing of the repaired areas shall be made at the Contractor's expense. If 20% or more of the tests of welds made by a given welder contain defects requiring repair, 100% radiographic inspection of that welder's work will be required at the Contractor's expense. 2. Connections shall not be covered or made inaccessible until the final approval is obtained. H. Metal Building Inspection: Arrange for metal building manufacturer's technical personnel to inspect installation on completion for warranty assurance and submit report to Architect Engineer. 1. Notify Architect Engineer and Owner's Representative 48 hours in advance of the date and time of inspection. 2. Inspections by metal building system manufacturer's technical personnel shall be at a minimum: start-up, 1/3 percent complete, 2/3 percent complete, and final completion. END OF SECTION METAL BUILDING SYSTEMS 133419-9 P This page was intentionally left blank for duplex printing. WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 26 00 10 ELECTRICAL GENERAL PROVISIONS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 WORK INCLUDED A. Work covered by this specification shall include furnishing all labor, materials, equipment and services required to construct and install the complete electrical system shown on accompanying plans and specified herein, and make final connections to all equipment. B. This work shall include: The general layout of the complete electrical system; arrangement of feeders, circuits, outlets, switches, controls, panelboards, transformers, service equipment, fixtures, and other work. No rough -in or connection, etc. for mechanical equipment shall be done until coordination is completed with Division 23. 1.03 RELATED WORK A. The Contractor shall be familiar with any work specified elsewhere in these specifications. Perform this work as specified herein. 1.04 LOCAL CONDITIONS A. Unless otherwise required or specified under another section of these specifications, cutting and patching will be performed by the Contractor. Division 26 shall furnish sketches showing locations and sizes of all openings, chases, etc. required for the installation of work. B. Division 26 shall furnish and locate sleeves and inserts required before floors and walls are built or he shall be responsible for the cost of cutting and patching required where such sleeves and inserts are not installed or where incorrectly located. Division 26 shall do all drilling required for installation of the hangers. C. No cutting shall be permitted to any of the structural members without the written permission of the Architect Engineer. D. Where openings are cut to permit installation of work, or cut to repair or remodel, any defects that may appear up to expiration of guarantee, patching shall be done by the trade whose work is disturbed, but shall be paid for by the Division cutting openings or causing the damage. E. Roof curbs for electrical openings shall be provided and flashed by the Contractor. Division 26 shall advise the Contractor as to size, location and details of curbs required. F. The Contractor shall furnish all foundations and supports required for electrical equipment. Division 26 shall furnish an approved layout of bases and supports to the Contractor. G. In general, all floor -mounted equipment shall be installed on raised concrete bases. Concrete bases shall be not less than 6 inches high unless otherwise noted, and shall be poured in forms built of new dressed lumber. Foundation corners shall be neatly chamfered by means of sheet metal or triangular wood strips nailed to the form. Foundation bolts shall be placed in forms when concrete is poured; bolts shall be correctly located by means of templates. Allow 1 inch below equipment bases for alignment and grouting. After grouting, the forms will be removed and the surface of the foundations shall be hand -rubbed with carborundum. H. Division 26 shall give full cooperation to other trades, furnishing, in writing, to the Architect Engineer, any information necessary to permit work of all trades to be installed satisfactorily and with the least possible interference or delay. I. Where work of this Division will be installed close to work of other trades, or where there is evidence that the work will interfere with work of other trades, the Division 26 shall assist in working out space conditions to make satisfactory adjustment. If the Contractor installs work before coordinating with other trades, he shall make necessary changes in his work to correct the condition without extra charge. ELECTRICAL GENERAL PROVISIONS 260010-1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 J. Keep work area clean at all times. Daily remove all scraps and debris from work area. 1.05 PERMITS AND INSPECTIONS A. Give all necessary notices; obtain all permits, and pay all governmental taxes, fees and other costs in connection with work; file all necessary plans; prepare all documents and obtain all necessary approvals of all governmental departments having jurisdiction; obtain required certificates of inspection for his work and deliver same to the Architect Engineer before request for acceptance and final payment of work. B. Contractor shall include in the work, without extra cost to the Owner, all labor, materials, services, apparatus, drawings, etc. in order to comply with all laws, ordinances, rules and regulations, whether or not shown on the drawings and/or in the specifications. 1.06 CODES AND STANDARDS A. The following specifications and standards, of issues listed below, but referred to thereafter by basic designation only, form part of these specifications: 1. National Electrical Code; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Amendments and Supplements. 2. National Electrical Safety Code. 3. National Fire Protection Association's Recommended Practices. 4. Local, City and State Codes and Ordinances. 5. Underwriters Laboratories, Inc. 6. Illuminating Engineering Society. 7. Institute of Electrical and Electronic Engineers. 8. Insulated Cable Engineers Association. 9. National Electrical Manufacturers Association. 10. American National Standards Institute. 11. American Society for Testing Materials. 12. State Fire Prevention Code. 13. Occupational Health Safety Act. 14. National Electrical Contractor Standards.. B. The latest specifications and standards available shall be used for the above. 1.07 REVIEW OF MATERIALS A. It is the intent of these specifications to establish quality standards of materials and equipment installed. Therefore, specific items are identified by manufacturer, trade name or catalog designation. B. Should the Contractor propose to furnish material and equipment other than that specified, he shall submit a written request for any or all substitutions to the Architect Engineer. Such request shall be alternatives to the original bid, and shall be submitted complete with descriptive (manufacturer, brand name, catalog number, etc.), and technical data for all items. The Contractor shall submit written answers to the following questions for each substitution request: 1. Is the substitution of equal, greater or less quality than the design requirements? 2. If of less quality, what is the difference in value? 3. If of equal or better quality, what are the advantages to the Owner in accepting the substitution at no change in contract price? C. Where such substitutions alter the design or space requirements indicated on the drawings, the Contractor shall include all items of cost for the revised design and include cost of all applicable trades involved. D. Acceptance or rejection of the proposed substitutions shall be subject to the approval of the Architect Engineer. If requested by the Architect Engineer, the Contractor shall submit for inspection samples of both the specified and proposed substitute items. E. In all cases where substitutions are permitted, the Contractor shall bear any extra cost of I evaluating the equality of the material and the equipment to be installed. ELECTRICAL GENERAL PROVISIONS 260010-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 F. The Contractor shall submit to the Architect Engineer detailed dimensioned shop drawings covering all items of electrical equipment. No equipment should be put into manufacture or ordered until these shop drawings or brochures have been approved by the Architect Engineer. G. The Contractor shall submit 5 copies of the shop drawings to the Architect Engineer for comment or correction. H. In the event resubmittal is required, the Contractor shall revise the shop drawings as directed by the Architect Engineer. The Contractor shall then resubmit 5 copies of the corrected shop drawings to the Architect Engineer for final approval. I. As soon as practicable and within 30 days after award of contract, and before beginning fabrication of material or installation of equipment, the Contractor shall submit a complete schedule of materials, equipment, apparatus and appurtenances proposed for installation and/or use in this project to the Architect Engineer for approval. J. This schedule shall be in the form of a bill of materials and shall include manufacturer's names, catalog numbers, diagrams and other descriptive data as required for approval. Submittal procedure shall be the same as specified above. K. Upon completion of the project, this Contractor shall prepare and deliver to the Architect Engineer one set of red -lined "RECORD SET" prints, showing actual installed locations of all electrical conduits, ducts and cables outside and inside of the buildings, including the location of all underground junction boxes, pull boxes, handholes and manholes. Make all necessary field measurements during the installation of the electrical work. 1.08 DEVIATIONS A. The Drawings, which constitute an integral part of the contract, shall indicate the general layout of the complete electrical systems; arrangement of feeders, circuits, outlets, switches, controls, panelboards, transformers, unit substations, service equipment, fixtures and other work. B. Field verification of scale dimensions on the drawings is directed since actual locations, distances and levels will be governed by actual field conditions. C. The Contractor shall check architectural, structural, plumbing, heating and ventilating to avert possible installation conflicts. Should drastic changes from original drawings be necessary to resolve such conflicts, the Contractor shall notify the Architect Engineer and secure written approval and agreement on necessary adjustments before the installation is started. D. The drawings may be superseded by later revised or detailed drawings or specification addenda prepared by the Architect Engineer, and the Contractor shall conform to all reasonable changes without extra cost to the Owner. All items not specifically mentioned in the specifications or noted on the drawings, but which are obviously necessary to make a complete working installation, shall be included. 1.09 SITE UTILITIES A. Locations and elevations of various utilities, included within the scope of this work, have been obtained from city and utility maps and/or other substantially reliable sources, and are offered separately from contract documents as a general guide only without guarantee as to accuracy. The Contractor shall examine the site and verify to his own satisfaction the locations and elevations of all utilities and shall adequately inform himself of their relations to the work before entering into contract. B. Voltage that appears on the drawings and elsewhere in these specifications has been obtained from the serving utility company. Before ordering equipment and starting the job, the Contractor shall verify the voltage with the utility company. If voltage differs from that noted on the drawings and in the specifications, the Architect Engineer shall be notified at once. If the Architect Engineer is not notified before equipment is ordered or construction is started, the Contractor shall provide an acceptable and operable system at no additional cost to the Owner. C. Exterior utilities shall include all conduit and appurtenances outside of the building or as shown on the plans. Unless otherwise noted, utilities shall include complete tie-in with utility lines at no extra cost to the Owner. The Contractor shall pay all costs required by utility company ELECTRICAL GENERAL PROVISIONS 260010-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 ' JUNE 2017 pertaining to construction and tie-in. Deposits required for permanent service shall be paid by the Owner. 1.10 ELECTRICAL LICENSE REQUIREMENT A. No person shall perform electrical work on the contract without possessing an Arkansas State Master or Journeyman License from the Arkansas State Electrical Examiners Board. All electrical work and apprentice electricians shall be supervised by a Master or Journeyman Electrician on a one to one ratio. B. All electricians shall have a copy of their license with them and shall be required to show it to an appropriate inspector upon request. PART 2 -PRODUCTS 2.01 GENERAL A. Each item of equipment furnished under these specifications is to be essentially the standard product of the manufacturer; however, component parts of equipment need not be products of one manufacturer. B. All material and equipment shall be new and of the best quality normally used in good commercial practice, being products of reputable manufacture. Each major component shall bear a name plate.stating name and address of the manufacturer and catalog number or designation. All materials shall be of the manufacturer's latest design standard, and bear Underwriters Laboratories, Inc. label and the manufacturer's trade mark. C. Where items of equipment and/or apparatus come under the following general headings; all of the equipment shall be from the same manufacturer: 1. Busways, circuit breakers, load centers, metering equipment, panelboards, safety switches, starters, substations, switchboards and switchgear. PART 3 - EXECUTION 3.01 GENERAL A. All electrical construction work shall be installed under the direction of a competent supervisor who will be at the job site at all times when electrical installations are being made. B. Installing Contractor will be held responsible for damage to other work resulting from negligence of his workmen. Such repairs shall be performed by the trade originally accomplishing the work but at the expense of Division 26. C. The Contractor shall utilize only competent and skillful workmen in handling and installing equipment specified. D. Installation shall be carried out in such a manner that the many components will function as a complete workable system including any accessories required to accomplish such installation. Equipment shall be left properly adjusted and in satisfactory working order. Work is to be executed in conformity with best acceptable standard practices with the equipment being installed to allow for maximum accessibility and best appearance. Installation shall be such that future installations and expansions can be made with a minimum of expenditure. E. Where possible, work must be scheduled for accomplishment during periods acceptable to the Owner, but when such scheduling is not feasible, work shall be executed at night or over weekends. No additional compensation will be allowed for overtime. F. Apparatus which is too large to permit access through stairways, doorways or shafts shall be brought to the job site by the Contractor involved and put in place before the closing of the structure. G. Division 26 shall be responsible for the protection of electrical 'apparatus from damage and the elements. This shall include the erection of temporaryshelters, cribbing, and the covering of apparatus in uncompleted areas of buildings with tarpaulins. Failure to comply with the foregoing by the Contractor to the satisfaction of the Architect Engineer will be sufficient cause for rejection of the piece of apparatus in question. ELECTRICAL GENERAL PROVISIONS 260010-4 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 H. Chases, recesses, and other openings required for the location of conduits or equipment in new construction shall be provided by the Contractor. Division 26 shall advise the Contractor of the size and locations, and furnish all necessary drawings required for his work in sufficient time to allow for provision of chase. I. After installation is complete, and at such time as the Architect Engineer may direct, the Contractor shall conduct an operating test for approval. Equipment shall be demonstrated to operate in accordance with the requirements of this specification. Test shall be performed in the presence of the Architect Engineer or authorized representative. Division 26 shall furnish instruments and personnel required for the test and Owner will furnish necessary electrical power. J. The Contractor shall furnish a written certificate guaranteeing materials, equipment and labor furnished to be free of defects for a period of 1 year; except where otherwise indicated, from and after the date of final acceptance of the work by the Owner, and further agrees that if defects appear within stipulated guaranty period same shall be replaced or made good without charge. 3.02 SEISMIC QUALIFICTION OF EQUIPMENT A. Provide manufacturer's certificate of compliance for the following equipment requiring seismic qualification in accordance with ASCE-7. 1. Transformers 2. Panel Boards 3. Circuit Breakers 4. Motor Starters 5. Switch Boards 6. Light Fixtures END OF SECTION ELECTRICAL GENERAL PROVISIONS 260010-5 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 26 05 01 MINOR ELECTRICAL DEMOLITION PART 1 GENERAL - NOT USED 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SECTION INCLUDES A. Electrical demolition. 1.03 RELATED REQUIREMENTS A. Section 01 70 00 - Execution and Closeout Requirements: Additional requirements for alterations work. PART 2 PRODUCTS - NOT USED 2.01 MATERIALS AND EQUIPMENT A. Materials and equipment for patching and extending work: As specified in individual sections. PART 3 EXECUTION 3.01 EXAMINATION A. Verify field measurements and circuiting arrangements are as shown on Drawings. B. Verify that abandoned wiring and equipment serve only abandoned facilities. C. Demolition drawings are based on existing record drawings. D. Report discrepancies to Architect Engineer before disturbing existing installation. E. Beginning of demolition means installer accepts existing conditions. 3.02 PREPARATION A. Disconnect electrical systems in walls, floors, and ceilings to be removed. B. Coordinate utility service outages with utility company and Owner. C. Provide temporary wiring and connections to maintain existing systems in service during construction. When work must be performed on energized equipment or circuits, use personnel experienced in such operations. D. Existing Electrical Service: Maintain existing system in service until new system is complete and ready for service. Disable system only to make switchovers and connections. Minimize outage duration. 1. Obtain permission from Owner at least 24 hours before partially or completely disabling system. 2. Make temporary connections to maintain service in areas adjacent to work area. 3.03 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Remove, relocate, and extend existing installations to accommodate new construction. B. Remove abandoned wiring to source of supply. C. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and floors, and patch surfaces. D. Disconnect abandoned outlets and remove devices. Remove abandoned outlets if conduit servicing them is abandoned and removed. Provide blank cover for abandoned outlets that are not removed. E. Disconnect and remove abandoned panelboards and distribution equipment. F. Disconnect and remove electrical devices and equipment serving utilization equipment that has been removed. MINOR ELECTRICAL DEMOLITION 260501-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 G. Disconnect and remove abandoned luminaires. Remove brackets, stems, hangers, and other accessories. H. Repair adjacent construction and finishes damaged during demolition and extension work. I. Maintain access to existing electrical installations that remain active. Modify installation or provide access panel as appropriate. J. Extend existing installations using materials and methods compatible with existing electrical installations, or as specified. 3.04 CLEANING AND REPAIR A. See Section 01 74 19 - Construction Waste Management and Disposal for additional requirements. B. Clean and repair existing materials and equipment that remain or that are to be reused. C. Panelboards: Clean exposed surfaces and check tightness of electrical connections. Replace damaged circuit breakers and provide closure plates for vacant positions. Provide typed circuit directory showing revised circuiting arrangement. END OF SECTION i MINOR ELECTRICAL DEMOLITION 260501 -2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 SECTION 26 05 19 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SECTION INCLUDES A. Single conductor building wire. B. Service entrance cable. C. 'Wiring connectors. D. Electrical tape.. E. Heat shrink tubing. F. Wire pulling lubricant. 1.03 RELATED REQUIREMENTS A. Section 26 05 26 - Grounding and Bonding for Electrical Systems: Additional requirements for grounding conductors and grounding connectors. B. Section 26 05 53 - Identification for Electrical Systems: Identification products and requirements. 1.04 REFERENCE STANDARDS A. ASTM B3 - Standard Specification for Soft or Annealed Copper Wire; 2013. B. ASTM B8 - Standard Specification for Concentric -Lay -Stranded Copper Conductors, Hard, Medium -Hard, or Soft; 2011. C. ASTM B33 - Standard Specification for Tin -Coated Soft or Annealed Copper Wire for Electrical Purposes; 2010 (Reapproved 2014). D. ASTM B787/13787M - Standard Specification for 19 Wire Combination Unilay-Stranded Copper Conductors for Subsequent Insulation; 2004 (Reapproved 2014). E. ASTM D3005 - Standard Specification for Low -Temperature Resistant Vinyl Chloride Plastic Pressure -Sensitive Electrical Insulating Tape; 2010. F. ASTM D4388 - Standard Specification for Nonmetallic Semi -Conducting and Electrically Insulating Rubber Tapes; 2013. . G. NECA 1 - Standard for Good Workmanship in Electrical Construction; 2010. H. NEMA WC 70 - Nonshielded Power Cable 2000 V or Less for the Distribution of Electrical Energy; 2009. I. NETA ATS - Acceptance Testing Specifications for Electrical Power Equipment and Systems; 2013. J. NFPA 70 - National Electrical Code; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. K. UL 44 - Thermoset -Insulated Wires and Cables; Current Edition, Including All Revisions. L. UL 83 - Thermoplastic -Insulated Wires and Cables; Current Edition, Including All Revisions. M. UL 486A -486B - Wire Connectors; Current Edition, Including All Revisions. N. UL 486C - Splicing Wire Connectors; Current Edition, Including All Revisions. O. UL 486D - Sealed Wire Connector Systems; Current Edition, Including All Revisions. P. UL 510 - Polyvinyl Chloride, Polyethylene, and Rubber Insulating Tape; Current Edition, Including All Revisions. Q. UL 854 - Service -Entrance Cables; Current Edition, Including All Revisions. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 1.05 ADMINISTRATIVE REQUIREMENTS 2015-092 t JUNE 2017 A. Coordination: 1. Coordinate sizes of raceways, boxes, and equipment enclosures installed under other sections with the actual conductors to be installed, including adjustments for conductor sizes increased for voltage drop. 2. Coordinate with electrical equipment installed under other sections to provide terminations suitable for use with the conductors to be installed. 3. Notify Architect Engineer of any conflicts with or deviations from the contract documents. Obtain direction before proceeding with work. 1.06 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturer's standard catalog pages and data sheets for conductors and cables, including detailed information on materials, construction, ratings, listings, and available sizes, configurations, and stranding. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. D. Project Record Documents: Record actual installed circuiting arrangements. Record actual routing for underground circuits. 1.07 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. . C. Product Listing Organization Qualifications: An organization recognized by OSHA as a Nationally Recognized Testing Laboratory (NRTL) and acceptable to authorities having jurisdiction. 1.08 DELIVERY, STORAGE, AND HANDLING A. Receive, inspect, handle, and store conductors and cables in accordance with manufacturer's instructions. , 1.09 FIELD CONDITIONS A. Do not install or otherwise handle thermoplastic -insulated conductors at temperatures lower than 14 degrees F, unless otherwise permitted by manufacturer's instructions. When installation below this temperature is unavoidable, notify Architect Engineer and obtain direction before proceeding with work. PART 2 PRODUCTS 2.01 CONDUCTOR AND CABLE APPLICATIONS A. Do not use conductors and cables for applications other than as permitted by NFPA 70 and product listing. B. Provide single conductor building wire installed in suitable raceway unless otherwise indicated, permitted, or required. C. Nonmetallic -sheathed cable is not permitted. D. Underground feeder and branch -circuit cable is not permitted. E. Service entrance cable is permitted only as follows: 1. Where not otherwise restricted, may be used: a. For overhead service drop, installed in raceway to service head. b. For underground service entrance, installed in raceway. 2. In addition to other applicable restrictions, may not be used: a. Where exposed to damage. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519-2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 F. Armored cable is not permitted. G. Metal -clad cable is not permitted. H. Manufactured wiring systems are not permitted. 2.02 CONDUCTOR AND CABLE GENERAL REQUIREMENTS A. Provide products that comply with requirements of NFPA 70. B. Provide products listed, classified, and labeled as suitable for the purpose intended. C. Provide new conductors and cables manufactured not more than one year'prior to installation. D. Unless specifically indicated to be excluded, provide all required conduit, boxes, wiring, connectors, etc. as required for a complete operating system. E. Comply with NEMA WC 70. F. Thermoplastic -Insulated Conductors and Cables: Listed and labeled as complying with UL 83. G. Thermoset -Insulated Conductors and Cables: Listed and labeled as complying with UL 44. H. Conductors for Grounding and Bonding: Also comply with Section 26 05 26. I. Conductor Material: 1. Provide copper conductors only. Aluminum conductors are not acceptable for this project. Conductor sizes indicated are based on copper. 2. Copper Conductors: Soft drawn annealed, 98 percent conductivity, uncoated copper conductors complying with ASTM B3, ASTM B8, or ASTM B787/B 787M unless otherwise indicated. 3. Tinned Copper Conductors: Comply with ASTM B33. J. Minimum Conductor Size: 1. Branch Circuits: 12 AWG. a. Exceptions: 1) 20 A, 120 V circuits longer than 75 feet: 10 AWG, for voltage drop. 2) 20 A, 120 V circuits longer than 150 feet: 8 AWG, for voltage.drop. 3) 20 A, 277 V circuits longer than 150 feet: 10 AWG, for voltage drop. 2. Control Circuits: 14 AWG. K. Where conductor size is not indicated, size to comply with NFPA 70 but not less than applicable minimum size requirements specified. L. Conductor Color Coding: 1. Color code conductors as indicated unless otherwise required by the authority having jurisdiction. Maintain consistent color coding throughout project. 2. Color Coding Method: Integrally colored insulation. a. Conductors size 4 AWG and larger may have black insulation color coded using vinyl color coding electrical tape. 3. Color Code: a. 208Y/120 V, 3 Phase, 4 Wire System: 1) Phase A: Black. 2) Phase B: Red. 3) Phase C: Blue. 4) Neutral/Grounded: White. b. Equipment Ground, All Systems: Green. c. For modifications or additions to existing wiring systems, comply with existing color code when existing code complies with NFPA 70 and is approved by the authority having jurisdiction. d. For control circuits, comply with manufacturer's recommended color code. 2.03 SINGLE CONDUCTOR BUILDING WIRE A. Manufacturers: 1. Copper Building Wire: LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas a. Cerro Wire LLC: www.cerrowire.com. b. Encore Wire Corporation: www.encorewire.com. c. Southwire Company: www.southwire.com. d. Substitutions: See Section 01 60 00 - Product Requirements. B. Description: Single conductor insulated wire. C. Conductor Stranding: 1. Feeders and Branch Circuits: a. Size 10 AWG and Smaller: Solid. b. Size 8 AWG and Larger: Stranded. 2. Control Circuits: Stranded. D. Insulation Voltage Rating: 600 V. 2015-092 JUNE 2017 E. Insulation: 1. Copper Building Wire: Type THHN/THWN or THHN/THWN-2, except as indicated below. a. Size 4 AWG and Larger: Type XHHW-2. b. Fixture Wiring Within Luminaires: Type TFFN/TFN for luminaires with labeled maximum temperature of 90 degrees C; Approved suitable type for luminaires with labeled maximum temperature greater than 90 degrees C. 2.04 SERVICE ENTRANCE CABLE A. Manufacturers: 1. Copper Service Entrance Cable: a. Cerro Wire LLC: www.cerrowire.com. b. Encore Wire Corporation: www.encorewire.com. c. Southwire Company: www.southwire.com. d. Substitutions: See Section 01 60 00 - Product Requirements. B. Service Entrance Cable for Above-Grouhd Use: NFPA 70, Type SE multiple -conductor cable listed and labeled as complying with UL 854, Style R. C. Service Entrance Cable for Underground Use: NFPA 70, Type USE single -conductor cable listed and labeled as complying with UL 854, Type USE -2, and with UL 44, Type RHH/RHW-2. D. Conductor Stranding: Stranded. E. Insulation Voltage Rating: 600 V. 2.05 WIRING CONNECTORS A. Description: Wiring connectors appropriate for the application, suitable for use with the conductors to be connected, and listed as complying with UL 486A-4868 or UL 486C as applicable. B. Connectors for Grounding and Bonding: Comply with Section 26 05 26. C. Wiring Connectors for Splices and Taps: 1. Copper Conductors Size 8 AWG and Smaller: Use twist -on insulated spring connectors. 2. Copper Conductors Size 6 AWG and Larger: Use mechanical connectors or compression connectors. D. Wiring Connectors for Terminations: 1. Provide.terminal lugs for connecting conductors to equipment furnished with terminations designed for terminal. lugs. 2. Provide compression adapters for connecting conductors to equipment furnished with mechanical lugs when only compression connectors are specified. 3. Where over -sized conductors are larger than the equipment terminations can accommodate, provide connectors suitable for reducing to appropriate size, but not less than required for the rating of the overcurrent protective device. 4. Provide motor pigtail connectors for connecting motor leads in order to facilitate disconnection. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519-4 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 5. Copper Conductors Size 8 AWG and Larger: Use -mechanical connectors or compression connectors where connectors are required. 6. Stranded Conductors Size 10 AWG and Smaller: Use crimped terminals for connections to terminal screws. 7. Conductors for Control Circuits: Use crimped terminals for all connections. E. Do not use insulation -piercing or insulation -displacement connectors designed for use with conductors without stripping insulation. F. Do not use push -in wire connectors as a substitute for twist -on insulated spring connectors. G. Twist -on Insulated Spring Connectors: Rated 600 V, 221 degrees F for standard applications and 302 degrees F for high temperature applications; pre -filled with sealant and listed as complying with UL 486D for damp and wet locations. H. Mechanical Connectors: Provide bolted type or set -screw type. I. Compression Connectors: Provide circumferential type or hex type crimp configuration. J. Crimped Terminals: Nylon -insulated, with insulation grip and terminal configuration suitable for connection to be made. 2.06 WIRING ACCESSORIES A. Electrical Tape: 1. Vinyl Color Coding Electrical Tape: Integrally colored to match color code indicated; listed as complying with UL 510; minimum thickness of 7 mil; resistant to abrasion, corrosion, and sunlight; suitable for continuous temperature environment up to 221 degrees F. 2. Vinyl Insulating Electrical Tape: Complying with ASTM D3005 and listed as complying with UL 510; minimum thickness of 7 mil; resistant to abrasion, corrosion, and sunlight; conformable for application down to 0 degrees F and suitable for continuous temperature environment up to 221 degrees F. 3. Rubber Splicing Electrical Tape: Ethylene Propylene Rubber (EPR) tape, complying with ASTM D4388; minimum thickness of 30 mil; suitable for continuous temperature environment up to 194 degrees F and short-term 266 degrees F overload service. 4. Electrical Filler Tape: Rubber -based insulating moldable putty, minimum thickness of 125 mil; suitable for continuous temperature environment up to 176 degrees F. 5. Varnished Cambric Electrical Tape: Cotton cambric fabric tape, with or without adhesive, oil -primed and coated with high-grade insulating varnish; minimum thickness of 7 mil; suitable for continuous temperature environment up to 221 degrees F. 6. Moisture Sealing Electrical Tape: Insulating mastic compound laminated to flexible, all-weather vinyl backing; minimum thickness of 90 mil. B. Heat Shrink Tubing: Heavy -wall, split -resistant, with factory -applied adhesive; rated 600 V; suitable for direct burial applications; listed as complying with UL 486D. C. Wire Pulling Lubricant: Listed; suitable for use with the conductors or cables to be installed and suitable for use at the installation temperature. 1. Manufacturers: a. 3M: www.3m.com. b. American Polywater Corporation: www.polywater.com. c. Ideal Industries, Inc: www.idealindustries.com. d. Substitutions: See Section 01 60 00 - Product Requirements. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that interior of building has been protected from weather. B. Verify that work likely to damage wire and cable has been completed. C. Verify that raceways, boxes, and equipment enclosures are installed and are properly sized to accommodate conductors and cables in accordance with NFPA 70. D. Verify that field measurements are as shown on the drawings. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519-5 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 E. Verify that conditions are satisfactory for installation prior to starting work. 3.02 PREPARATION A. Clean raceways thoroughly to remove foreign materials before installing conductors and cables. 3.03 INSTALLATION A. Circuiting Requirements: 1. Unless dimensioned, circuit routing indicated is diagrammatic. 2. When circuit destination is indicated and routing is not shown, determine exact routing required. 3. Arrange circuiting to minimize splices. 4. Include circuit lengths required to install connected devices within 10 ft of location shown. 5. Maintain separation of Class 1, Class 2, and Class 3 remote -control, signaling, and power -limited circuits in accordance with NFPA 70. 6. Maintain separation of wiring for emergency systems in accordance with NFPA 70. 7. Circuiting Adjustments: Unless otherwise indicated, when branch circuits are shown as separate, combining them together in a single raceway is not permitted. 8. Common Neutrals: Unless otherwise indicated, sharing of neutral/grounded conductors among single phase branch circuits of different phases installed in the same raceway is not permitted. Provide dedicated neutral/grounded conductor for each individual branch circuit. B. Install products in accordance with manufacturer's instructions. C. Install conductors and cable in a neat and workmanlike manner in accordance with NECA 1. D. Installation in Raceway: 1. Tape ends of conductors and cables to prevent infiltration of moisture and other contaminants. 2. Pull all conductors and cables together into raceway at same time. 3. Do not damage conductors and cables or exceed manufacturer's recommended maximum pulling tension and sidewall pressure. 4. Use suitable wire pulling lubricant where necessary, except when lubricant is not recommended by the manufacturer. E. Exposed Cable Installation (only where specifically permitted): 1. Route cables parallel or perpendicular to building structural members and surfaces. 2. Protect cables from physical damage. F. Paralleled Conductors: Install conductors of the same length and terminate in the same manner. G. Secure and support conductors and cables in accordance with NFPA 70 using suitable supports and methods approved by the authority having jurisdiction. Provide independent support from building structure. Do not provide support from raceways, piping, ductwork, or other systems. 1. Installation Above Suspended Ceilings: Do not provide support from ceiling support system. Do not provide support from ceiling grid or allow conductors and cables to lay on ceiling tiles. 2. Installation in Vertical Raceways: Provide supports where vertical rise exceeds permissible limits. H. Install conductors with a minimum of 12 inches of slack at.each outlet. I. Where conductors are installed in enclosures for future termination by others, provide a minimum of 5 feet of slack. J. Neatly train and bundle conductors inside boxes, wireways, panelboards and other equipment enclosures. K. Group or otherwise identify neutral/grounded conductors with associated ungrounded conductors inside enclosures in accordance with NFPA 70. L. Make wiring connections using specified wiring connectors. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519-6 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 1. Make splices and taps only in accessible boxes. Do not pull splices into raceways or make splices in conduit bodies or wiring gutters. 2. Remove appropriate amount of conductor insulation for making connections without cutting, nicking or damaging conductors. 3. Do not remove conductor strands to facilitate insertion into connector. 4. Clean contact surfaces on conductors and connectors to suitable remove corrosion, oxides, and other contaminates. Do not use wire brush on plated connector surfaces. 5. Mechanical Connectors: Secure connections according to manufacturer's recommended torque settings. 6. Compression Connectors: Secure connections using manufacturer's recommended tools and dies. M. Insulate splices and taps that are made with uninsulated connectors using methods suitable for the application, with insulation and mechanical strength at least equivalent to unspliced conductors. 1. Dry Locations: Use insulating covers specifically designed for the connectors, electrical tape, or heat shrink tubing. a. For taped connections, first apply adequate amount of rubber splicing electrical tape or electrical filler tape, followed by outer covering of vinyl insulating electrical tape. b. For taped connections likely to require re-entering, including motor leads, first apply varnished cambric electrical tape, followed by adequate amount of rubber splicing electrical tape, followed by outer covering of vinyl insulating electrical tape. 2. Damp Locations: Use insulating covers specifically designed for the connectors, electrical tape, or heat shrink tubing. a. For connections with insulating covers, apply outer covering of moisture sealing electrical tape. b. For taped connections, follow same procedure as for dry locations but apply outer covering of moisture sealing electrical tape. 3. Wet Locations: Use heat shrink tubing. N. Insulate ends of spare conductors using vinyl insulating electrical tape. O. Field -Applied Color Coding: Where vinyl color coding electrical tape is used in lieu of integrally colored insulation as permitted in Part 2 under "Color Coding", apply half overlapping turns of tape at each termination and at each location conductors are accessible. P. Identify conductors and cables in accordance with Section 26 05 53. Q. Unless specifically indicated to be excluded, provide final connections to all equipment and devices, including those furnished by others, as required for a complete operating system. 3.04 FIELD QUALITY CONTROL A. See Section 01 40 00 - Quality Requirements, for additional requirements. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.3.2. The insulation resistance test is required for all conductors. The resistance test for parallel conductors listed as optional is not required. 1. Disconnect surge protective devices (SPDs) prior to performing any high potential testing. Replace SPDs damaged by performing high potential testing with SPDs connected. D. Correct deficiencies and replace damaged or defective conductors and cables. END OF SECTION LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519-7 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville,. Fayetteville, Arkansas JUNE 2017 SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SECTION INCLUDES A. Grounding and bonding requirements. B. Conductors for grounding and bonding. C. Connectors for grounding and bonding. D. Ground bars. E. Ground rod electrodes. F. Ground plate electrodes. G. Ground access wells. 1.03 RELATED REQUIREMENTS A. Section 26 05 19 - Low -Voltage Electrical Power Conductors and Cables: Additional requirements for conductors for grounding and bonding, including conductor color coding. 1. Includes oxide inhibiting compound. B. Section 26 05 53 - Identification for Electrical Systems: Identification products and requirements. 1.04 REFERENCE STANDARDS A. IEEE 81 - IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Grounding System; 2012. B. NECA 1 - Standard for Good Workmanship in Electrical Construction; 2010. C. NEMA GR 1 - Grounding Rod Electrodes and Grounding Rod Electrode Couplings; 2007. D. NETA ATS - Acceptance Testing Specifications for Electrical Power Equipment and Systems; 2013. E. NFPA 70 - National Electrical Code; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. F. UL 467 - Grounding and Bonding Equipment; Current Edition, Including All Revisions. 1.05 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Verify exact locations of underground metal water service pipe entrances to building. 2. Coordinate the work with other trades to provide steel reinforcement complying with specified requirements for concrete -encased electrode. 3. Notify Architect Engineer of any conflicts with or deviations from the contract documents. Obtain direction before proceeding with work. B. Sequencing: 1. Do not install ground rod electrodes until final backfill and compaction is complete. 1.06 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements for submittals procedures. B. Product Data: Provide manufacturer's standard catalog pages and data sheets for grounding and bonding system components. C. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas D. Field quality control test reports. E. Project Record Documents: Record actual locations of grounding electrode system components and connections. 1.07 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. 2015-092 ' JUNE 2017 B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. 1.08 DELIVERY, STORAGE, AND HANDLING A. Receive, inspect, handle, and store products in accordance with manufacturer's instructions. PART2 PRODUCTS 2.01 GROUNDING AND BONDING REQUIREMENTS A. Existing Work: Where existing grounding and bonding system components are indicated to be reused, they may be reused only where they are free from corrosion, integrity and continuity are verified, and where acceptable to the authority having jurisdiction. B. Do not use products for applications other than as permitted by NFPA 70 and product listing. C. Unless specifically indicated to be excluded, provide all required components, conductors, connectors, conduit, boxes, fittings, supports, accessories, etc. as necessary for a complete grounding and bonding system. D. Where conductor size is not indicated, size to comply with NFPA 70 but not less than applicable minimum size requirements specified. E. Grounding System Resistance: 1. Achieve specified grounding system resistance under normally dry conditions unless otherwise approved by Architect Engineer. Precipitation within the previous 48 hours does not constitute normally dry conditions. 2. Grounding Electrode System: Not greater than 5 ohms to ground, when tested according to IEEE 81 using "fall -of -potential" method. 3. Between Grounding Electrode System and Major Electrical Equipment Frames, System Neutral, and Derived Neutral Points: Not greater than 0.5 ohms, when tested using "point-to-point" methods. F. Grounding Electrode System: 1. Provide connection to required and supplemental grounding electrodes indicated to form grounding electrode system.. a. Provide continuous grounding electrode conductors without splice or joint. b. Install grounding electrode conductors in raceway where exposed to physical damage. Bond grounding electrode conductor to metallic raceways at each end with bonding jumper. 2. Metal Underground Water Pipe(s): a. Provide connection to underground metal domestic and fire protection (where present) water service pipe(s) that are in direct contact with earth for at least 10 feet at an accessible location not more than 5 feet from the point of entrance to the building. b. Provide bonding jumper(s) around insulating joints/pipes as required to make pipe electrically continuous. c. Provide bonding jumper around water meter of sufficient length to permit removal of meter without disconnecting jumper. 3. Metal Building or Structure Frame: a. Provide connection to metal building or structure frame effectively grounded in accordance with NFPA 70 at nearest accessible location. 4. Concrete -Encased Electrode: GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 a. Provide connection to concrete -encased electrode consisting of not less than 20 feet of either steel reinforcing bars or bare copper conductor not smaller than 4 AWG embedded within concrete foundation or footing that is in direct contact with earth in accordance with NFPA 70. 5. Ground Ring: a. Provide a ground ring encircling the building or structure consisting of bare copper conductor not less than 2 AWG in direct contact with earth, installed at a depth of not less than 30 inches. b. Where location is not indicated, locate ground ring conductor at least 24 inches outside building perimeter foundation. c. Provide connection from ground ring conductor to: 1) Perimeter columns of metal building frame. 2) Ground rod electrodes located as indicated. 6. Ground Rod Electrode(s): a. Provide three electrodes in an equilateral triangle configuration unless otherwise indicated or required. b. Space electrodes not less than 10 feet from each other and any other ground electrode. c. Where location is not indicated, locate electrode(s) at least 5 feet outside building perimeter foundation as near as possible to electrical service entrance; where possible, locate in softscape (uncovered) area. d. Provide ground access well for each electrode. 7. Provide additional ground electrode(s) as required to achieve specified grounding electrode system resistance. 8. Ground Bar: Provide ground bar, separate from service equipment enclosure, for common connection point of grounding electrode system bonding jumpers as permitted in NFPA 70. Connect grounding electrode conductor provided for service -supplied system grounding to this ground bar. a. Ground Bar Size: 1/4 by 2 by 12 inches unless otherwise indicated or required. b. Where ground bar location is not indicated, locate in accessible location as near as possible to service disconnect enclosure. c. Ground Bar Mounting Height: 18 inches above finished floor unless otherwise indicated. `9. Ground Riser: Provide common grounding electrode conductor not less than 3/0 AWG for tap connections to multiple separately derived systems as permitted in NFPA 70. G. Service -Supplied System Grounding: 1. For each service disconnect, provide grounding electrode conductor to connect neutral (grounded) service conductor to grounding electrode system. Unless otherwise indicated, make connection at neutral (grounded) bus in service disconnect enclosure. 2. For each service disconnect, provide main bonding jumper to connect neutral (grounded) bus to equipment ground bus where not factory -installed. Do not make any other connections between neutral (grounded) conductors and ground on load side of service disconnect. H. Grounding for Separate Building or Structure Supplied by Feeder(s) or Branch Circuits: 1. Provide grounding electrode system for each separate building or structure. 2. Provide equipment grounding conductor routed with supply conductors. 3. For each disconnecting means, provide grounding electrode conductor to connect equipment ground bus to grounding electrode system. 4. Do not make any connections and remove any factory -installed jumpers between neutral (grounded) conductors and ground. I. Bonding and Equipment Grounding: 1. Provide bonding for equipment grounding conductors, equipment ground busses, metallic equipment enclosures, metallic raceways and boxes, device grounding terminals, and other normally non -current -carrying conductive materials enclosing electrical GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 ' JUNE 2017 conductors/equipment or likely to become energized as indicated and in accordance with NFPA 70. 2. Provide insulated equipment grounding conductor in each feeder and branch circuit raceway. Do not use raceways as sole equipment grounding conductor. 3. Where circuit conductor sizes are increased for voltage drop, increase size of equipment grounding conductor proportionally in accordance with NFPA 70. 4. Unless otherwise indicated, connect wiring device grounding terminal to branch circuit equipment grounding conductor and to outlet box with bonding jumper. 5. Terminate branch circuit equipment grounding conductors on solidly bonded equipment ground bus only. Do not terminate on neutral (grounded) or isolated/insulated ground bus. 6. Provide bonding jumper across expansion or expansion/deflection fittings provided to accommodate conduit movement. 7. Provide bonding for interior metal piping systems in accordance with NFPA 70. This includes, but is not limited to: a. Metal water piping where not already effectively bonded to metal underground water pipe used as grounding electrode. b. Metal gas piping. 8. Provide bonding for interior metal air ducts. 9. Provide bonding for metal building frame where not used as a grounding electrode. 10. Provide bonding for metal siding not effectively bonded through attachment to metal building frame. 11. Provide bonding and equipment grounding for pools and fountains and associated equipment in accordance with NFPA 70. 2.02 GROUNDING AND BONDING COMPONENTS A. General Requirements: 1. Provide products listed, classified, and labeled as suitable for the purpose intended. 2. Provide products listed and labeled as complying with UL 467 where applicable. B. Conductors for Grounding and Bonding, in Addition to Requirements of Section 26 05 26: 1. Use insulated copper conductors unless otherwise indicated. a. Exceptions: 1) Use bare copper conductors where installed underground in direct contact with earth. 2) Use bare copper conductors where directly encased. in concrete (not in raceway). 2. Factory Pre -fabricated Bonding Jumpers: Furnished with factory -installed ferrules; size braided cables to provide equivalent gauge of specified conductors. C. Connectors for Grounding and Bonding: 1. Description: Connectors appropriate for the application and suitable for the conductors and items to be connected; listed and labeled as complying with UL 467. 2. Unless otherwise indicated, use exothermic welded connections for underground, concealed and other inaccessible connections. a. Exceptions: 1) Use mechanical connectors for connections to electrodes at ground access wells. 3. Unless otherwise indicated, use mechanical connectors, compression connectors, or exothermic welded connections for accessible connections. a. Exceptions: 1) Use exothermic welded connections for connections to metal building frame. 4. Manufacturers - Mechanical and Compression Connectors: a. Burndy: www.burndy.com. b. Harger Lightning & Grounding: www.harger.com. c. Thomas & Betts Corporation: www.tnb.com. d. Substitutions: See Section 01 60 00 - Product Requirements. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526-4 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 5. Manufacturers - Exothermic Welded Connections: a. Burndy: www.burndy.com. b. Cadweld, a brand of Erico International Corporation: www.erico.com. c. ThermOweld, a brand of Continental Industries, Inc: www.thermoweld.com. d. Substitutions: See Section 01 60 00 - Product Requirements. D. Ground Bars: 1. Description: Copper rectangular ground bars with mounting brackets and insulators. 2. Size: As indicated. 3. Holes for Connections: As indicated or as required for connections to be made. 4. Manufacturers: a. Erico International Corporation: www.erico.com. b. Harger Lightning & Grounding: www.harger.com. c. ThermOweld, a brand of Continental Industries, Inc: www.thermoweld.com. d. Substitutions: See Section 01 60 00 - Product Requirements. E. • Ground Rod Electrodes: 1. Comply with NEMA GR 1. 2. Material: Copper -bonded (copper -clad) steel. 3. Size: 3/4 inch diameter by 10 feet length, unless otherwise indicated. 4. Where rod lengths of greater than 10 feet are indicated or otherwise required, sectionalized ground rods may be used. . 5. Manufacturers: a. Erico International Corporation: www.erico.com. b. Galvan Industries, Inc: www.galvanelectrical.com. c. Harger Lightning & Grounding: www.harger.com. d. Substitutions: See Section 01 60 00 - Product Requirements. F. Ground Plate Electrodes: 1. Material: Copper. 2. Size: 24 by 24 by 1/4 inches, unless otherwise indicated. 3. Manufacturers: a. Erico International Corporation: www.erico.com. b. Harger Lightning &. Grounding: www.harger.com. c. ThermOweld, a brand of Continental Industries, Inc: www.thermoweld.com. d. Substitutions: See Section 01 60 00 - Product Requirements. G. Ground Access Wells: 1. Description: Open bottom round or rectangular well with access cover for testing and inspection; suitable for the expected load at the installed location. 2. Size: As required to provide adequate access for testing and inspection, but not less than minimum size requirements specified. a. Round Wells: Not less than 8 inches in diameter. b. Rectangular Wells: Not less than 12 by 12 inches. 3. Depth: As required to extend below frost line to prevent frost upheaval, but not less than 10 inches. ' 4. Cover: Factory -identified by permanent means with word "GROUND". 5. Manufacturers: a. Erico International Corporation: www.erico.com:, b. Harger Lightning & Grounding: www.harger.com. c. ThermOweld, a brand of Continental Industries, Inc: www.thermoweld.com. d. Substitutions: See Section 01 60 00 - Product Requirements. H. Oxide Inhibiting Compound: Comply with Section 26 05 19. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526-5 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 ' JUNE 2017 PART 3 EXECUTION 3.01 EXAMINATION A. Verify that work likely to damage grounding and bonding system components has been completed. B. Verify that field measurements are as shown on the drawings. C. Verify that conditions are satisfactory for installation prior to starting work. 3.02 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install grounding and bonding system components in a neat and workmanlike manner in accordance with NECA 1. C. Ground Rod Electrodes: Unless otherwise indicated, install ground rod electrodes vertically. Where encountered rock prohibits vertical installation, install at 45 degree angle or bury horizontally in trench at least 30 inches (750 mm) deep in accordance with NFPA 70 or provide ground plates. 1. Outdoor Installations: Unless otherwise indicated, install with top of rod 6 inches below finished grade. D. Ground Plate Electrodes: Unless otherwise indicated, install ground plate electrodes at a depth of not less than 30 inches. I E. Make grounding and bonding connections using specified connectors. 1. Remove appropriate amount of conductor insulation for making connections without cutting, nicking or damaging conductors. Do not remove conductor strands to facilitate insertion into connector. 2. Remove nonconductive paint, enamel, or similar coating at threads, contact points, and contact surfaces. 3. Exothermic Welds: Make connections using molds and weld material suitable for the items to be connected in accordance with manufacturer's recommendations. 4. Mechanical Connectors: Secure connections according to manufacturer's recommended torque settings. 5. Compression Connectors: Secure connections using manufacturer's recommended tools and dies. F. Identify grounding and bonding system components in accordance with Section 26 05 53. 3.03 FIELD QUALITY CONTROL A. See Section 01 40 00 - Quality Requirements, for additional requirements. B. Inspect and test in accordance with NETA ATS except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.13. D. Perform ground electrode resistance tests under normally dry conditions. Precipitation within the previous 48 hours does not constitute normally dry conditions. E. Investigate and correct deficiencies where measured ground resistances do not comply with specified requirements. F. Submit detailed reports indicating inspection and testing results and corrective actions taken. END OF SECTION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526-6 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 26 05 29 HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SECTION INCLUDES A. Support and attachment components for equipment, conduit, cable, boxes, and other electrical work. 1.03 RELATED REQUIREMENTS A. Section 03 30 00 - Cast -in -Place Concrete: Concrete equipment pads. B. Section 05 50 00 - Metal Fabrications: Materials and requirements for fabricated metal supports. C. Section 26 05 34 - Conduit: Additional support and attachment requirements for conduits. D. Section 26 05 37 - Boxes: Additional support and attachment requirements for boxes. E. Section 26 51 00 - Interior Lighting: Additional support and attachment requirements for interior luminaires. F. Section 26 56 00,_- Exterior Lighting: Additional support and attachment requirements for exterior luminaires. 1.04 REFERENCE STANDARDS A. ASTM Al23/A123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and Steel Products; 2015. B. ASTM Al53/A153M - Standard Specification for Zinc Coating (Hqt-Dip) on Iron and Steel Hardware; 2009. C. ASTM 8633 - Standard Specification for Electrodeposited Coatings of Zincon Iron and Steel; 2013. D. MFMA-4 - Metal Framing Standards Publication; 2004. E. NECA 1 - Standard for Good Workmanship in Electrical Construction; 2010. F. NFPA 70 - National Electrical Code; Most Recent Edition'Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. G. UL 5B - Strut -Type Channel Raceways and Fittings; Current Edition, Including All Revisions. 1.05 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Coordinate sizes and arrangement of supports and bases with the actual equipment and components to be installed. 2. Coordinate the work with other trades to provide additional framing and materials required for installation. 3. Coordinate compatibility of support and attachment components with mounting surfaces at the installed locations. 4. Coordinate the arrangement of supports with ductwork, piping, equipment and other potential conflicts installed under other sections or by others. 5. Notify Architect Engineer of any conflicts with or deviations from the contract documents. Obtain direction before proceeding with work. B. Sequencing: 4 1. Do not install products on or provide attachment to concrete surfaces until concrete has fully cured in accordance with Section 03 30 00. 1.06 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 ' JUNE 2017 B. Product Data: Provide manufacturer's standard catalog pages and data sheets for metal channel (strut) framing systems, non -penetrating rooftop supports, and post -installed concrete and masonry anchors. C. Shop Drawings: Include details for fabricated hangers and supports where materials or methods other than those indicated are proposed for substitution. D. Evaluation Reports: For products specified as requiring evaluation and recognition by ICC Evaluation Service, LLC (ICC -ES), provide current ICC -ES evaluation reports upon request. E. Installer's Qualifications: Include evidence of compliance with specified requirements. F. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. 1.07 QUALITY ASSURANCE A. Comply with NFPA 70. B. Comply with applicable building code. C. Installer Qualifications for Field -Welding: As specified in Section 05 50 00. 1.08 DELIVERY, STORAGE, AND HANDLING A. Receive, inspect, handle, and store products in accordance with manufacturer's instructions. PART 2 PRODUCTS 2.01 SUPPORT AND ATTACHMENT COMPONENTS A. General Requirements: 1. Provide all required hangers, supports, anchors, fasteners, fittings, accessories, and hardware as necessary for the complete installation of electrical work. 2. Provide products listed, classified, and labeled as suitable for the purpose intended, where applicable. 3. Where support and attachment component types and sizes are not indicated, select in accordance with manufacturer's application criteria as required for the load to be supported. Include consideration for vibration, equipment operation, and shock loads where applicable. 4.. Do not use products for applications other than as permitted by NFPA 70 and product listing. 5. Do not use wire, chain, perforated pipe strap, or wood for permanent supports unless specifically indicated or permitted. 6. Steel Components: Use corrosion resistant materials suitable for the environment where installed. a. Indoor Dry Locations: Use zinc -plated steel or approved equivalent unless otherwise indicated. b. Outdoor and Damp or Wet Indoor Locations: Use galvanized steel, stainless steel, or approved equivalent unless otherwise indicated. c. Zinc -Plated Steel: Electroplated in accordance with ASTM B633. d. Galvanized Steel: Hot -dip galvanized after fabrication in accordance with ASTM Al23/A123M or ASTM Al 53/A153M. B. ` Materials for Metal Fabricated Supports: Comply with Section 05 50 00. C. Conduit and Cable Supports: Straps, clamps, etc. suitable for the conduit or cable to be supported. 1. Conduit Straps: One -hole or two -hole type; steel or malleable iron. 2. Conduit Clamps: Bolted type unless otherwise indicated. 3. Manufacturers: a. Cooper Crouse -Hinds, a division of Eaton Corporation: www.cooperindustries.com. b. Erico International Corporation: www.erico.com. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 c. O-Z/Gedney, a brand of Emerson Industrial Automation: www.emersonindustrial.com. d. Thomas & Betts Corporation: www.tnb.com. e. Substitutions: See Section 01 60 00 - Product Requirements. D. Outlet Box Supports: Hangers, brackets, etc. suitable for the boxes to be supported. 1. Manufacturers: a. Cooper Crouse -Hinds, a division of Eaton Corporation: www.cooperindustries.com. b. Erico International Corporation: www.erico.com. c. O-Z/Gedney, a brand of Emerson Industrial Automation: www.emersonindustrial.com. d. Thomas & Betts Corporation: www.tnb.com. e. Substitutions: See Section 01 60 00 - Product Requirements. E. Metal Channel (Strut) Framing Systems: Factory -fabricated continuous -slot metal channel (strut) and associated fittings, accessories, and hardware required for field -assembly of supports. 1. Comply with MFMA-4. 2. Channel (Strut) Used as Raceway (only where specifically indicated): Listed and labeled as complying with UL 5B. 3. Channel Material: a. Indoor Dry Locations: Use painted steel, zinc -plated steel, or galvanized steel. b. Outdoor and Damp or Wet Indoor Locations: Use galvanized steel. 4. Minimum Channel Thickness: Steel sheet, 12 gage, 0.1046 inch. 5. Minimum Channel Dimensions: 1-5/8 inch width by 13/16 inch height. 6. Manufacturers: a. Cooper B -Line, a division of Eaton Corporation: www.cooperindustries.com. b. Thomas & Betts Corporation: www.tnb.com. c. Unistrut, a brand of Atkore International Inc: www.unistrut.com. d. Substitutions: See Section 01 60 00 - Product Requirements. e. Source Limitations: Furnish channels (struts) and associated fittings, accessories, and hardware produced by a single manufacturer. F. Hanger Rods: Threaded zinc -plated steel unless otherwise indicated. 1. Minimum Size, Unless Otherwise Indicated or Required: a. Equipment Supports: 1/2 inch diameter. b. Busway Supports: 1/2 inch diameter. c. Single Conduit up to 1 inch (27mm) trade size: 1/4 inch diameter. d. Single Conduit larger than 1 inch (27mm) trade size: 3/8 inch diameter. e. Trapeze Support for Multiple Conduits: 3/8 inch diameter. f. Outlet Boxes: 1/4 inch diameter. g. Luminaires: 1/4 inch diameter. G. Non -Penetrating Rooftop Supports for Low -Slope Roofs: Steel pedestals with thermoplastic or rubber bases that rest on top of roofing membrane, not requiring any attachment to the roof structure and not penetrating the roofing assembly, with support fixtures as specified. 1. Base Sizes: As required to distribute load sufficiently to prevent indentation of roofing assembly. 2. Attachment/Support Fixtures: As recommended by manufacturer, same type as indicated for equivalent indoor hangers and supports. 3. Mounting Height: Provide minimum clearance of 6 inches under supported component to top of roofing. 4. Manufacturers: a. Cooper B -Line, a division of Eaton Corporation: www.cooperindustries.com. b. Erico International Corporation: www.erico.com. c. PHP Systems/Design: www.phpsd.com. d. Unistrut, a brand of Atkore International Inc: www.unistrut.com. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 e. Substitutions: See Section 01 60 00 - Product Requirements. H. Anchors and Fasteners: 1. Unless otherwise indicated and where not otherwise restricted, use the anchor and fastener types indicated for the specified applications. 2. . Concrete: Use preset concrete inserts, expansion anchors, or screw anchors. 3. Solid or Grout -Filled Masonry: Use expansion anchors or screw anchors. 4. Hollow Masonry: Use toggle bolts. 5. Hollow Stud Walls: Use toggle bolts. 6. Steel: Use beam clamps, machine bolts, or welded threaded studs. 7. Sheet Metal: Use sheet metal screws. 8. Wood: Use wood screws. 9. Plastic and lead anchors are not permitted. 10. Powder -actuated fasteners are not permitted. 11. Hammer -driven anchors and fasteners are not permitted. 12. Preset Concrete Inserts: Continuous metal channel (strut) and spot inserts specifically designed to be cast in concrete ceilings, walls, and floors. a. Comply with MFMA-4. b. Channel Material: Use galvanized steel. c. Minimum Channel Thickness: Steel sheet, 12 gage, 0.1046 inch minimum base metal thickness. d. Manufacturer: Same as manufacturer of metal channel (strut) framing system. 13. Post -Installed Concrete and Masonry Anchors: Evaluated and recognized by ICC Evaluation Service, LLC (ICC -ES) for compliance with applicable building code. 14. Manufacturers - Mechanical Anchors: a. Hilti, Inc: www.us.hilti.com. b. ITW Red Head, a division of Illinois Tool Works, Inc: www.itwredhead.com. c. Powers Fasteners, Inc: www.powers.com. d. Simpson Strong -Tie Company Inc: www.strongtie.com. e. Substitutions: See Section 01 60 00 - Product Requirements. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field measurements are as.shown on the.drawings. B. Verify that mounting surfaces are ready to receive support and attachment components. C. Verify that conditions are satisfactory for installation prior to starting work. 3.02 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install support and attachment components in a neat and workmanlike manner in accordance with NECA 1. C. Install anchors and fasteners in accordance with ICC Evaluation Services, LLC (ICC -ES) evaluation report conditions of use where applicable. D. Provide independent support from building structure. Do not provide support from piping, ductwork, or other systems. E. Unless specifically indicated or approved by Architect Engineer, do not provide support from suspended ceiling support system or ceiling grid. F. Unless specifically indicated or approved by Architect Engineer, do not provide support from roof deck. G. Do not penetrate or otherwise notch or cut structural members without approval of Structural Engineer. H. Equipment Support and Attachment: HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529-4 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 1. Use metal fabricated supports or supports assembled from metal channel (strut) to support equipment as required. 2. Use metal channel (strut) secured to studs to support equipment surface -mounted on hollow stud walls when wall strength is not sufficient to resist pull-out. 3. Use metal channel (strut) to support surface -mounted equipment in wet or damp locations to provide space between equipment and mounting surface. 4. Securely fasten floor -mounted equipment. Do not install equipment such that it relies on its own weight for support. I. Conduit Support and Attachment: Also comply with Section 26 05 34. J. Box Support and Attachment: Also comply with Section 26 05 37. K. Interior Luminaire Support and Attachment: Also comply with Section 26 51 00. L. Exterior Luminaire Support and Attachment: Also comply with Section 26 56 00. M. Preset Concrete Inserts: Use manufacturer provided closure strips to inhibit concrete seepage during concrete pour. N. Secure fasteners according to manufacturer's recommended torque settings. O. Remove temporary supports. P. Identify independent electrical component support wires above accessible ceilings (only where specifically indicated or permitted) with color distinguishable from ceiling support wires in accordance with NFPA 70. 3.03 FIELD QUALITY CONTROL A. See Section 01 40 00 - Quality Requirements, for additional requirements. B. Inspect support and attachment components for damage and defects. C. Repair cuts and abrasions in galvanized finishes using zinc -rich paint recommended by manufacturer. Replace components that exhibit signs of corrosion. D. Correct deficiencies and replace damaged or defective support and attachment components. END OF SECTION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529-5 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas SECTION 26 05 34 CONDUIT 2015-092 JUNE 2017 PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SECTION INCLUDES A. Galvanized steel rigid metal conduit (RMC). B. Intermediate metal conduit (IMC). C. Flexible metal conduit (FMC). D. Liquidtight flexible metal conduit (LFMC). E. Electrical metallic tubing (EMT). F. Rigid polyvinylchloride (PVC) conduit. G. Conduit fittings. H. Accessories. 1.03 RELATED REQUIREMENTS A. Section 03 30 00 - Cast -in -Place Concrete: Concrete encasement of conduits. B. Section 07 84 00 - Firestopping. C. Section 22 05 48 - Vibration Isolation and Seismic Control (For Seismic Bracing of Conduit, Equipment and Boxes) D. Section 26 05 26 - Grounding and Bonding for Electrical Systems. 1. Includes additional requirements for fittings for grounding and bonding. E. Section 26 05 29 - Hangers and Supports for Electrical Systems. F. Section 26 05 53 - Identification for Electrical Systems: Identification products and requirements. G. Section 26 21 00 - Low -Voltage Electrical Service Entrance: Additional requirements for electrical service conduits. 1.04 REFERENCE STANDARDS A. ANSI C80.1 - American National Standard for Electrical Rigid Steel Conduit (ERSC); 2005. B. ANSI C80.3 - American National Standard for Steel Electrical Metallic Tubing (EMT); 2005. C. ANSI C80.6 - American National Standard for Electrical Intermediate Metal Conduit (EIMC); 2005. D. NECA 1 - Standard for Good Workmanship in Electrical Construction; 2010. E. NECA 101 - Standard for Installing Steel Conduits (Rigid, IMC, EMT); 2013. F. NECA 111 - Standard for Installing Nonmetallic Raceways (RNC, ENT, LFNC); 2003. G. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable; 2012. H. NEMA RN 1 - Polyvinyl -Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit and Intermediate Metal Conduit; 2005. I. NEMA TC 2 - Electrical Polyvinyl Chloride (PVC) Conduit; 2013. J. NEMA TC 3 - Polyvinyl Chloride (PVC) Fittings for Use with Rigid PVC Conduit and Tubing; 2015. K. NFPA 70 - National Electrical Code; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. CONDUIT 260534-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 ' JUNE 2017 L. UL 1 - Flexible Metal Conduit; Current Edition, Including All Revisions. M. UL 6 - Electrical Rigid Metal Conduit -Steel; Current Edition, Including All Revisions. N. UL 360 - Liquid -Tight Flexible Steel Conduit; Current Edition, Including All Revisions. O. UL 514B - Conduit, Tubing, and Cable Fittings; Current Edition, Including All Revisions. P. UL 651 - Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings; Current Edition, Including All Revisions. Q. UL 797 - Electrical Metallic Tubing -Steel; Current Edition, Including All Revisions. R. UL 1242 - Electrical Intermediate Metal Conduit -Steel; Current Edition, Including All Revisions. 1.05 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Coordinate minimum sizes of conduits with the actual conductors to be installed, including adjustments for conductor sizes increased for voltage drop. 2. Coordinate the arrangement of conduits with structural members, ductwork, piping, equipment and other potential conflicts installed under other sections or by others. 3. Verify exact conduit termination locations required for boxes, enclosures, and equipment installed under other sections or by others. 4. Coordinate the work with other trades to provide roof penetrations that preserve the integrity of the roofing system and do not void the roof warranty. 5. Notify Architect Engineer of any conflicts with or deviations from the contract documents. Obtain direction before proceeding with work. B. Sequencing: 1. Do not begin installation of conductors and cables until installation of conduit is complete between outlet, junction and splicing points. 1.06 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements for submittals procedures. B. Product Data: Provide manufacturer's standard catalog pages and data sheets for conduits and fittings. C. Shop Drawings: 1. Indicate proposed arrangement for conduits to be installed.within structural concrete slabs, where permitted. 2. Include proposed locations of roof penetrations and proposed methods for sealing. D. Project Record Documents: Record actual routing for conduits installed underground, conduits embedded within concrete slabs, and conduits 2 inch (53 mm) trade size and larger. 1.07 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. , B. Multi -trade Coordination: In lieu of detailed shop drawings, the Contractor may conduct a pre -installation and coordination meeting, with follow-up meetings to coordinate routing of mechanical, fire protection and electrical elements. Locations and conflict resolutions shall be made during these meetings. Notify Architect -Engineer of meeting times and dates. Do not install any conduit until this meeting has taken place. 1.08 DELIVERY, STORAGE, AND HANDLING A. Receive, inspect, handle, and store conduit and fittings in accordance with manufacturer's instructions. PART 2 PRODUCTS 2.01 CONDUIT APPLICATIONS A. Do not use conduit and associated fittings for applications other than as permitted by NFPA 70 and product listing. CONDUIT. 260534-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 B. Unless otherwise indicated and where not otherwise restricted, use the conduit types indicated for the specified applications. Where more than one listed application applies, comply with the most restrictive requirements. Where conduit type for a particular application is not specified, use galvanized steel rigid metal conduit. C. Underground: 1. Under Slab on Grade: Use galvanized steel rigid metal conduit, PVC -coated galvanized steel rigid metal conduit, or rigid PVC conduit. 2. Exterior, Direct -Buried: Use galvanized steel rigid metal conduit, PVC -coated galvanized steel rigid metal conduit, or rigid PVC conduit. 3. Exterior, Embedded Within Concrete: Use galvanized steel rigid metal conduit, PVC -coated galvanized steel rigid metal conduit, or rigid PVC conduit. 4. Where rigid polyvinyl (PVC) conduit is provided, transition to galvanized steel rigid metal conduit where emerging from underground. 5. Where steel conduit is installed in direct contact with earth where soil has a resistivity of less than 2000 ohm -centimeters or is characterized as severely corrosive based on soils report or local experience, use corrosion protection tape to provide supplementary corrosion protection or use PVC -coated galvanized steel rigid metal conduit. 6. Where steel conduit emerges from concrete into soil, use corrosion protection tape to provide supplementary corrosion protection for a minimum of 4 inches on either side of where conduit emerges or use PVC -coated galvanized steel rigid metal conduit. D. Embedded Within Concrete: 1. Within Slab on Grade (within structural slabs only where approved by Structural Engineer): Use galvanized steel rigid metal conduit, PVC -coated galvanized steel rigid metal conduit, or rigid PVC conduit. 2. Within Slab Above Ground (within structural slabs only where approved by Structural Engineer): Use galvanized steel rigid metal conduit, PVC -coated galvanized steel rigid metal conduit, or rigid PVC conduit. 3. Where rigid polyvinyl (PVC) conduit is provided, transition to galvanized steel rigid metal conduit where emerging from concrete. E. Concealed Within Masonry Walls: Use galvanized steel rigid metal conduit or electrical metallic tubing (EMT). F. Concealed Within Hollow Stud Walls: Use galvanized steel rigid metal conduit or electrical metallic tubing (EMT). G. Concealed Above Accessible Ceilings: Use galvanized steel rigid metal conduit or electrical metallic tubing (EMT). H. Interior, Damp or Wet Locations: Use galvanized steel rigid metal conduit or intermediate metal conduit (IMC). I. Exposed, Interior, Not Subject to Physical Damage: Use galvanized steel rigid metal conduit or electrical metallic tubing (EMT). J. Exposed, Interior, Subject to Physical Damage: Use galvanized steel rigid metal conduit. 1. Locations subject to physical damage include, but are not limited to: a. Where exposed below 8 feet, except within electrical and communication rooms or closets. b. Where exposed below 20 feet in warehouse areas. K. Exposed, Exterior: Use galvanized steel rigid metal conduit or PVC -coated galvanized steel rigid metal conduit. L. Concealed, Exterior, Not Embedded in Concrete or in Contact With Earth: Use galvanized steel rigid metal conduit or intermediate metal conduit (IMC). M. Connections to Vibrating Equipment: 1. Dry Locations: Use flexible metal conduit. 2. Damp, Wet, or Corrosive Locations: Use liquidtight flexible metal conduit. CONDUIT 260534-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 3. Maximum Length: 6 feet unless otherwise indicated. 4. Vibrating equipment includes, but is not limited to: a. Transformers. b. Motors. N. Panelboard feeders: Use galvanized steel rigid metal conduit. O. Fished in Existing Walls, Where Necessary: Use flexible metal conduit. 2.02 CONDUIT REQUIREMENTS A. Electrical Service Conduits: Also comply with Section 26 21 00. B. Fittings for Grounding and Bonding: Also comply with Section 26 05 26. 2015-092 JUNE 2017 C. Provide all conduit, fittings, supports, and accessories required for a complete raceway system. D. Provide products listed, classified, and labeled as suitable for the purpose intended. E. Minimum Conduit Size, Unless Otherwise Indicated: 1. Branch Circuits: 3/4 inch (21 mm) trade size. 2. Branch Circuit Homeruns: 3/4 inch (21 mm) trade size. 3. Control Circuits: 1/2 inch (16 mm) trade size. 4. Flexible Connections to Luminaires: 1/2 inch (16 mm) trade size. 5. Underground, Interior: 1 inch (27 mm) trade size. 6. Underground, Exterior: 1 inch (27 mm) trade size. F. Where conduit size is not indicated, size to comply with NFPA 70 but not less than applicable minimum size requirements specified. 2.03 GALVANIZED STEEL RIGID METAL CONDUIT (RMC) A. Manufacturers: 1. Allied Tube & Conduit: www.alliedeg.com. 2. Republic Conduit: www.republic-conduit.com. 3. Wheatland Tube Company: www.wheatland.com. 4. Substitutions: See Section 01 60 00;- Product Requirements. B. Description: NFPA 70, Type RMC galvanized steel rigid metal conduit complying with ANSI C80.1 and listed and labeled as complying with UL 6. C. Fittings: 1. Manufacturers: a. Bridgeport Fittings Inc: www.bptfittings.com. b. O-Z/Gedney, a brand of Emerson Industrial Automation: www.emersonindustrial.com. c. Thomas & Betts Corporation: www.tnb.com. d. Substitutions: See Section 01 60 00 - Product Requirements. 2. Non -Hazardous Locations: Use fittings complying with NEMA FB 1 and listed and labeled as complying with UL 5148. 3. Material: Use steel or malleable iron. a. Do not use die cast zinc fittings. 4. Connectors and Couplings: Use threaded type fittings only. Threadless set screw and compression (gland) type fittings are not permitted. 2.04 INTERMEDIATE METAL CONDUIT (IMC) A. Manufacturers. - 1 . anufacturers:1. Allied Tube & Conduit: www.alliedeg.com. 2. Republic Conduit: www.republic-conduit.com. 3. Wheatland Tube Company: www.wheatiand.com. 4. Substitutions: See Section 01 60 00 - Product Requirements. B. Description: NFPA 70, Type IMC galvanized steel intermediate metal conduit complying with ANSI C80.6 and listed and labeled as complying with UL 1242. CONDUIT 260534-4 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 C. Fittings: 1. Manufacturers: a. Bridgeport Fittings Inc: www.bptfittings.com. b. O-Z/Gedney, a brand of Emerson Industrial Automation: www.emersonindustrial.com. c. Thomas & Betts Corporation: www.tnb.com. d. Substitutions: See Section 01 60 00 - Product Requirements. 2. Non -Hazardous Locations: Use fittings complying with NEMA FB 1 and listed and labeled as complying with UL 514B. 3. Hazardous (Classified) Locations: Use fittings listed and labeled as complying with UL 1203 for the classification of the installed location. 4. Material: Use steel or malleable iron. a. Do not use die cast zinc fittings. 5. Connectors and Couplings: Use threaded type fittings only. Threadless set screw and compression (gland) type fittings are not permitted. 6. More than Five Feet from Foundation Wall: a. In Dirt: Use rigid steel conduit. b. Under Road: Use rigid steel conduit. D. Slab Penetrations: 1. Vertical penetrations: Use rigid steel conduit. 2. Elbows: Use rigid steel conduit. E. Motor and other moving equipment connections: 1. Dry locations: Flexible steel conduit. 2. Damp locations: Liquid -tight flexible steel conduit. 2.05 FLEXIBLE METAL CONDUIT (FMC) A. Manufacturers: 1. AFC Cable Systems, Inc: www.afcweb.com. 2. Flex Tubes: www.flex-tubes.com 3. Electri-Flex Company: www.electriflex.com. 4. International Metal Hose: www.metalhose.com. 5. Substitutions: See Section 01 60 00 - Product Requirements. B. Description: NFPA 70, Type FMC standard wall steel flexible metal conduit listed and labeled as complying with UL 1, and listed for use in classified firestop systems to be used. C. Fittings: 1. Manufacturers: a. Bridgeport Fittings Inc: www.bptfittings.com. b. O-Z/Gedney, a brand of Emerson Industrial Automation: www.emersonindustrial.com. c. Thomas & Betts Corporation: www.tnb.com. d. Substitutions: See Section 01 60 00 - Product Requirements. 2. Description: Fittings complying with NEMA FB 1 and listed and labeled as complying with UL 5148. 3. Material: Use steel or malleable iron. a. Do not use die cast zinc fittings. 2.06 LIQUIDTIGHT FLEXIBLE METAL CONDUIT (LFMC) A. Manufacturers: ' 1. AFC Cable Systems, Inc: www.afcweb.com. 2. Electri-Flex Company: www.electriflex.com. 3. International Metal Hose: www.metalhose.com: 4. Substitutions: See Section 01 60 00 - Product Requirements. CONDUIT 260534-5 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 B. Description: NFPA 70, Type LFMC polyvinyl chloride (PVC) jacketed steel flexible metal conduit listed and labeled as complying with UL 360. C. Fittings: ' 1. Manufacturers: a. Bridgeport Fittings Inc: www.bptfittings.com. b. O-Z/Gedney, a brand of Emerson Industrial Automation: www.emersonindustrial.com. c. Thomas & Betts Corporation: www.tnb.com. d. Substitutions: See Section 01 60 00 - Product Requirements. 2. Description: Fittings complying with NEMA FB 1 and listed and labeled as complying with UL 514B. 3.' Material: Use steel or malleable iron. a. Do not use die cast zinc fittings. 2.07 ELECTRICAL METALLIC TUBING (EMT) A. Manufacturers: 1. Allied Tube & Conduit: www.alliedeg.com. 2. Republic Conduit: www.republic-conduit.com. 3. Wheatland Tube Company: www.wheatiand.com. 4. Substitutions: See Section 01 60 00 - Product Requirements. B. Description: NFPA 70, Type.EMT steel electrical metallic tubing complying with ANSI C80.3 and listed and labeled as complying with UL 797. C. Fittings: 1. Manufacturers: a. Bridgeport Fittings Inc: www.bptfittings.com. b. O-Z/Gedney, a brand of Emerson Industrial Automation: Www. emersonindustrial. com. c. Thomas & Betts Corporation: www.tnb.com. d. Substitutions: See Section 01 60 00 - Product Requirements. 2. Description: Fittings complying with NEMA FB 1 and listed and labeled as complying with UL 514B. 3. Material: Use steel or malleable iron. a. Do not use die cast zinc fittings. 4. Connectors and Couplings: Use compression (gland) or set -screw type. a. Do not use indenter type connectors and couplings. 5. Damp or Wet Locations (where permitted): Use fittings listed for use in wet locations. 2.08 NONMETALLIC CONDUIT A. Manufacturers: 1. Cantex Inc: www.cantexinc.com. 2. Carlon, a brand of Thomas & Betts Corporation: www.carlon.com. 3. JM Eagle: www.jmeagle.com. 4. Substitutions: See Section 01 60 00 - Product Requirements. B. Description: NFPA 70, Type PVC rigid polyvinyl chloride conduit complying with NEMA TC 2 and listed and labeled as complying with UL 651; Schedule 40 unless otherwise indicated, Schedule 80 where subject to physical damage; rated for use with conductors rated 90 degrees C. C. Fittings: 1. Manufacturer: Same as manufacturer of conduit to be connected. 2. Description: Fittings complying with NEMA TC 3 and listed and labeled as complying with UL 651; material to match conduit. 2.09 ACCESSORIES A. Corrosion Protection Tape: PVC -based, minimum thickness of 20 mil. CONDUIT 260534-6 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville; Arkansas 2015-092 JUNE 2017 B. Conduit Joint Compound: Corrosion -resistant, electrically conductive; suitable for use with the conduit to be installed. C. Solvent Cement for PVC Conduit and Fittings: As recommended by manufacturer of conduit and fittings to be installed. D. Pull Strings: Use nylon cord with average breaking strength of not less than 200 pound -force. E. Sealing Compound for Sealing Fittings: Listed for use with the particular fittings to befinstalled. F. Modular Seals for Conduit Penetrations: Rated for minimum of 40 psig; Suitable for the conduits to be installed. PART 3 EXECUTION 3.01' EXAMINATION A. Verify that field measurements are as shown on drawings. B. Verify that mounting surfaces are ready to receive conduits. C. Verify that conditions are satisfactory for installation prior to -starting work. 3.02 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install conduit in a neat and workmanlike manner in accordance with NECA 1. C. Install galvanized steel eigid metal conduit (RMC) in accordance with NECA 101. D. Install intermediate metal conduit (IMC) in accordance with NECA 101. E. Install PVC -coated galvanized steel rigid metal conduit (RMC) using only tools approved by the manufacturer. F. Install rigid polyvinyl chloride (PVC) conduit in accordance with NECA 111. G. Conduit Routing: 1. Unless dimensioned, conduit routing indicated is diagrammatic. 2. When conduit destination is indicated and routing is not shown, determine exact routing required. 3. Conceal all conduits unless specifically indicated to be exposed. 4. Conduits in the following areas may be exposed, unless otherwise indicated: a. Electrical rooms. .b. Mechanical equipment rooms. c. Within joists in areas with no ceiling. 5. Unless otherwise approved, do not route conduits exposed: a. Across floors. b. Across roofs. c. , Across top of parapet walls. d. Across building exterior surfaces. 6. Conduits installed underground or embedded in concrete may be routed in the shortest possible manner unless otherwise indicated. Route all other conduits parallel or perpendicular to building structure and surfaces, following surface contours where practical. 7. Arrange conduit to maintain adequate headroom, clearances, and access. 8. Arrange conduit to provide no more than the equivalent of four 90 degree bends between pull points. 9. Arrange conduit to provide no more than 150 feet between pull points. 10. Route conduits above water and drain piping where possible. 11. Arrange conduit to prevent moisture traps. Provide drain fittings at low points and at sealing fittings where moisture may collect. 12. Maintain minimum clearance of 6 inches between conduits and piping for other systems. 13. Maintain minimum clearance of 12 inches between conduits and hot surfaces. This includes, but is not limited to: CONDUIT 260534-7 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 ' a. Heaters. b. Hot water piping. c. Flues. 14. Group parallel conduits in the same area together on a common rack. H. Conduit Support: 1. Secure and support conduits in accordance with NFPA 70 and Section 26 05 29 using suitable supports and methods approved by the authority having jurisdiction. 2. Provide independent support from building structure. Do not provide support from piping, ductwork, or other systems. 3. Installation Above Suspended Ceilings: Do not provide support from ceiling support system. Do not provide support from ceiling grid or allow conduits to lay on ceiling tiles. 4. Use conduit strap to support single surface -mounted conduit. . a. Use clamp back spacer with conduit strap for damp and wet locations to provide space between conduit and mounting surface. 5. Use metal channel (strut) with accessory conduit clamps to support multiple parallel surface -mounted conduits. 6. Use conduit clamp to support single conduit from beam clamp or threaded rod. 7. Use trapeze hangers assembled from threaded rods and metal channel (strut) with accessory conduit clamps to support multiple parallel suspended conduits. 8. Where conduit support intervals specified in NFPA-70 and NECA standards differ, comply with the most stringent requirements. I. Connections and Terminations: 1. Use approved zinc -rich paint or conduit joint compound on field -cut threads of galvanized steel conduits prior to making connections. 2. Where two threaded conduits must be joined and neither can be rotated, use three-piece couplings or split couplings. Do not use running threads. 3. Use suitable adapters where required to transition from one type of conduit to another. 4. Provide drip loops for liquidtight flexible conduit connections to prevent drainage of liquid into connectors. 5. Terminate threaded conduits in boxes and enclosures using threaded hubs or double lock nuts for dry locations and raintight hubs for wet locations. 6. Where spare conduits stub up through concrete floors and are not terminated in a box or enclosure, provide threaded couplings equipped with threaded plugs set flush with finished floor. 7. Provide insulating bushings or insulated throats at all conduit terminations to protect conductors. 8. Secure joints and connections to provide maximum mechanical strength and electrical continuity. J. Penetrations: 1. Do not penetrate or otherwise notch or cut structural members, including footings and grade beams, without approval of Structural Engineer. 2. Make penetrations perpendicular to surfaces unless otherwise indicated. 3. Provide sleeves for penetrations as indicated or as required to facilitate installation. Set sleeves flush with exposed surfaces unless otherwise indicated or required. 4. Conceal bends for conduit risers emerging above ground. 5. Seal interior of conduits entering the building from underground at first accessible point to prevent entry of moisture and gases. 6. Provide suitable modular seal where conduits penetrate exterior wall below grade. 7. Where conduits penetrate waterproof membrane, seal as required to maintain integrity of membrane. 8. Make penetrations for roof -mounted equipment within associated equipment openings and curbs where possible to minimize roofing system penetrations. Where penetrations are necessary, seal as indicated or as required to preserve integrity of roofing system and CONDUIT 260534-8 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 maintain roof warranty. Include proposed locations of penetrations and methods for sealing with submittals. 9. Provide metal escutcheon plates for conduit penetrations exposed to public view. 10. Install firestopping to preserve fire resistance rating of partitions and other elements, using materials and methods specified in Section 07 84 00. K. Underground Installation: 1. Minimum Cover, Unless Otherwise Indicated or Required: a. Underground, Exterior: 24 inches. b. Under Slab on Grade: 12 inches to bottom of slab. 2. Provide underground warning tape in accordance with Section 26 05 53 along entire conduit length for service entrance where not concrete -encased. L. Embedment Within Structural Concrete Slabs (only where approved by Structural Engineer): 1. Include proposed conduit arrangement with submittals. 2. Maximum Conduit Size: 1 inch (27 mm) unless otherwise approved. 3. Secure conduits to prevent floating or movement during pouring of concrete. M. Concrete Encasement: Where conduits not otherwise embedded within concrete are indicated to be concrete -encased, provide concrete in accordance with Section 03 30 00 with minimum concrete cover of 3 inches on all sides unless otherwise indicated. N. Hazardous (Classified) Locations: Where conduits cross boundaries of hazardous (classified) locations, provide sealing fittings located as indicated or in accordance with NFPA 70. O. Conduit Movement Provisions: Where conduits are subject to movement, provide expansion and expansion/deflection fittings to prevent damage to enclosed conductors or connected equipment. This includes, but is not limited to: ' 1. Where conduits cross structural joints intended for expansion, contraction, or deflection. 2. Where calculated in accordance with NFPA 70 for rigid polyvinyl chloride (PVC) conduit installed above ground to compensate for thermal expansion and contraction. 3. Where conduits are subject to earth movement by settlement or frost. P. Condensation Prevention: Where conduits cross barriers between areas of potential substantial temperature differential, provide sealing fitting or approved sealing compound at an accessible point near the penetration to prevent condensation. This includes, but is not limited to: 1. Where conduits pass from outdoors into conditioned interior spaces. 2. Where conduits pass from unconditioned interior spaces into conditioned interior spaces. 3. Where conduits penetrate coolers or freezers. Q. Provide pull string in all empty conduits and in conduits where conductors and cables are to be installed by others. Leave minimum slack of 12 inches at each end. R. Provide grounding and bonding in accordance with Section 26 05 26. S. Identify conduits in accordance with Section 26 05 53. 3.03 FIELD QUALITY CONTROL A. See Section 01 40 00 - Quality Requirements, for additional requirements. B. Repair cuts and abrasions in galvanized finishes using zinc -rich paint recommended by manufacturer. Replace components that exhibit signs of corrosion. C. Where coating of PVC -coated galvanized steel rigid metal conduit (RMC) contains cuts or abrasions, repair in accordance with manufacturer's instructions. D. Correct deficiencies and replace damaged or defective conduits. 3.04 CLEANING A. Clean interior of conduits to remove moisture and foreign matter. CONDUIT 260534-9 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 3.05 PROTECTION 2015-092 JUNE 2017 A. ° Immediately after installation of conduit, use suitable manufactured plugs to provide protection from entry of moisture and foreign material and do not remove until ready for installation of conductors. END OF SECTION CONDUIT 1 26 05 34-10 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 26 05 37 BOXES PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SECTION INCLUDES A. Outlet and device boxes up to 100 cubic inches, including those used as junction and pull boxes. B. Cabinets and enclosures, including junction and pull boxes larger than 100 cubic inches. 1.03 RELATED REQUIREMENTS A. Section 08 31 00 - Access Doors and Panels: Panels for maintaining access to concealed boxes. B. Section 26 05 29 - Hangers and Supports for Electrical Systems. C. Section 26 05 34 - Conduit: 1. Conduit bodies and other fittings. 2. Additional requirements for locating boxes to limit conduit length and/or number of bends between pulling points. D. Section 26 27 26 - Wiring Devices: 1. Wall plates. 2. Additional requirements for locating boxes for wiring devices. E. Section 23 05 48 - Heating, Ventilation and Air -Conditioning (HVAC) Vibration Isolation And Seismic Restraint. 1.04 REFERENCE STANDARDS A. NECA 1 - Standard for Good Workmanship in Electrical Construction; 2010. B. NECA 130 - Standard for Installing and Maintaining Wiring Devices: 2010. C. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable; 2012. D. NEMA OS 1 - Sheet -Steel Outlet Boxes, Device Boxes, Covers, and Box Supports; 2013. E. NEMA OS 2 - Nonmetallic Outlet Boxes, Device Boxes, Covers and Box Supports; 2013. F. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum); 2014. G. NFPA 70 - National Electrical Code; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All -Applicable Amendments and Supplements. H. UL 50 - Enclosures for Electrical Equipment, Non -Environmental Considerations; Current Edition, Including All Revisions. I. UL 50E - Enclosures for Electrical Equipment, Environmental Considerations; Current Edition, Including All Revisions. J. UL 508A - Industrial Control Panels; Current Edition, Including All Revisions. K. UL 514A - Metallic Outlet Boxes; Current Edition, Including All Revisions. L. UL 514C - Nonmetallic Outlet Boxes, Flush -Device Boxes, and Covers; Current Edition, Including All Revisions. 1.05 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Coordinate the work with other trades to avoid placement of ductwork, piping, equipment, or other potential obstructions within the dedicated equipment spaces and working clearances for electrical equipment required by NFPA 70. BOXES 260537-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 2. Coordinate arrangement of electrical equipment with the dimensions and clearance requirements of the actual equipment to be installed. 3. Coordinate minimum sizes of boxes with the actual installed arrangement of conductors, clamps, support fittings, and devices, calculated according to NFPA 70. 4. Coordinate minimum sizes of pull boxes with the actual installed arrangement of connected conduits, calculated according to NFPA 70. 5. Coordinate the placement of boxes with millwork, furniture, devices, equipment, etc. installed under other sections or by others. 6. Coordinate the work with other trades to preserve insulation integrity. 7. Coordinate the work with other trades to provide walls suitable for installation of flush -mounted boxes where indicated. 8. Notify Architect Engineer of any conflicts with or deviations from the contract documents. Obtain direction before proceeding with work. 1.06 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturer's standard catalog pages and data sheets for cabinets and enclosures, boxes for hazardous (classified) locations, floor boxes, and underground boxes/enclosures. C. Project Record Documents: Record actual locations for pull boxes, cabinets and enclosures, floor boxes, and underground boxes/enclosures. 1.07 QUALITY ASSURANCE A. Conform to requirements of NFPA 70 (NEC). 1.08 DELIVERY, STORAGE, AND HANDLING A. Receive, inspect, handle, and store products in accordance with manufacturer's instructions. PART 2 PRODUCTS 2.01 BOXES A. General Requirements: 1. Do not use boxes and associated accessories for applications other than as permitted by NFPA 70 and product listing. 2. Provide all boxes, fittings, supports, and accessories required for a complete raceway system and to accommodate devices and equipment to be installed. 3. Provide products listed, classified, and labeled as suitable for the purpose intended. 4. Where box size is not indicated, size to comply with NFPA 70 but not less than applicable minimum size requirements specified. 5. Provide grounding terminals within boxes where equipment grounding conductors terminate. B. Outlet and Device Boxes Up to 100 cubic inches, Including Those Used as Junction and Pull Boxes: 1. Use sheet -steel boxes for dry locations unless otherwise indicated or required. 2. Use cast iron boxes or cast aluminum boxes for damp or wet locations unless otherwise indicated or required; furnish with compatible weatherproof gasketed covers. 3. Use cast iron boxes or cast aluminum boxes where exposed galvanized steel rigid metal conduit or exposed intermediate metal conduit (IMC) is used. 4. Use nonmetallic boxes where exposed rigid PVC conduit is used. 5. Use suitable concrete type boxes where flush -mounted in concrete. 6. Use suitable masonry type boxes where flush -mounted in masonry walls. 7. Use raised covers suitable for the type of wall construction and device configuration where required. 8. Use shallow boxes where required by the type of wall construction. 9. Do not use "through -wall" boxes designed for access from both sides of wall. BOXES ' 260537-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 10. Sheet -Steel Boxes: Comply with NEMA OS 1, and list and label as complying with UL 514A. 11. Cast Metal Boxes: Comply with NEMA FB 1, and list and label as complying with UL 514A; furnish with threaded hubs. 12. Nonmetallic Boxes: Comply with NEMA OS 2, and list and label as complying with UL 514C. 13. Boxes for Supporting Luminaires and Ceiling Fans: Listed as suitable for the type and weight of load to be supported; furnished with fixture stud to accommodate mounting of luminaire where required. 14. Boxes for Ganged Devices: Use multigang boxes of single -piece construction. Do not use field -connected gangable boxes. 15. Minimum Box Size, Unless Otherwise Indicated: a. Wiring Devices: 4 inch square by 1-1/2 inch deep (100 by 38 mm) trade size. 16. Wall Plates: Comply with Section 26 27 26. 17. Manufacturers: a. Cooper Crouse -Hinds, a division of Eaton Corporation: www.cooperindustries.com. b. Hubbell Incorporated; Bell Products: www.hubbell-rtb.com. c. Hubbell Incorporated; RACO Products: www.hubbell-rtb.com. d. O-Z/Gedney, a brand of Emerson Industrial Automation: www.emersonindustrial.com. e. Thomas & Betts Corporation: www.tnb.com. f. Substitutions: See Section 01 60 00 - Product Requirements. C. Cabinets and Enclosures, Including Junction and Pull Boxes Larger Than 100 cubic inches: 1. Comply with NEMA 250, and list and label as complying with UL 50 and UL 50E, or UL 508A. 2. NEMA 250 Environment Type, Unless Otherwise Indicated.- a. ndicated:a. Indoor Clean, Dry Locations: Type 1, painted steel. b. Outdoor Locations: Type 3R, painted steel. 3. Junction and Pull Boxes Larger Than 100 cubic inches: a. Provide screw -cover or hinged -cover enclosures unless otherwise indicated. 4. Finish for Painted Steel Enclosures: Manufacturer's standard grey unless otherwise indicated. 5. Manufacturers: a. Cooper B -Line, a division of Eaton Corporation: www.cooperindustries.com. b. Hoffman, a brand of Pentair Technical Products: www.hoffmanonline.com. c. Hubbell Incorporated; Wiegmann Products: www.hubbell-wiegmann.com. d. Substitutions: See Section 01 60 00 - Product Requirements. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field measurements are as shown on drawings. B. Verify that mounting surfaces are ready to receive boxes. C. Verify that conditions are satisfactory for installation prior to starting work. 3.02 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Perform work in a neat and workmanlike manner in accordance with NECA 1 and, where applicable, NECA 130, including mounting heights specified in those standards where mounting heights are not indicated. C. Arrange equipment to provide minimum clearances in accordance with manufacturer's instructions and NFPA 70. D. Unless otherwise indicated, provide separate boxes for line voltage and low voltage systems. E. Flush -mount boxes in finished areas unless specifically indicated to be surface -mounted. BOXES 260537-3 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 F. Unless otherwise indicated, boxes may be surface -mounted where exposed conduits are indicated or permitted. G. Box Locations: 1. Locate boxes to be accessible. Provide access panels in accordance with Section 08 31 00 as required where approved by the Architect. 2. Unless dimensioned, box locations indicated are approximate. 3. Locate boxes as required for devices installed under other sections or by others. a. Switches, Receptacles, and Other Wiring Devices: Comply with Section 26 27 26. 4. Locate boxes so that wall plates do not span different building finishes. 5. Locate boxes so that wall plates do not cross masonry joints. 6. Unless otherwise indicated, where multiple outlet boxes are installed at the same location at different mounting heights, install along a common vertical center line. 7. Do not install flush -mounted boxes on opposite sides of walls back-to-back. Provide minimum 6 inches horizontal separation unless otherwise indicated. 8. Acoustic -Rated Walls: Do not install flush -mounted boxes on opposite sides of walls back-to-back; provide minimum 24 inches horizontal separation. 9. Fire Resistance Rated Walls: Install flush -mounted boxes such that the required fire resistance will not be reduced. a. Do not install flush -mounted boxes on opposite sides of walls back-to-back; provide minimum 24 inches separation where wall is constructed with individual noncommunicating stud cavities or protect both boxes with listed putty pads. b. Do not install flush -mounted boxes with area larger than 16 square inches or such that the total aggregate area of openings exceeds 100 square inches for any 100 square feet of wall area. 10. Locate junction and pull boxes as indicated, as required to facilitate installation of conductors, and to limit conduit length and/or number of bends between pulling points in accordance with Section 26 05 34. 11. Locate junction and pull boxes in the following areas, unless otherwise indicated or approved by the Architect: a. Concealed above accessible suspended ceilings. b. Within joists in areas with no ceiling. c. Electrical rooms. d. Mechanical equipment rooms. H. Box Supports: 1. Secure and support boxes in accordance with NFPA 70 and Section 26 05 29 using suitable supports and methods approved by the authority having jurisdiction. 2. Provide independent support from building structure except for cast metal boxes (other than boxes used for fixture support) supported by threaded conduit connections in accordance with NFPA 70. Do not provide support from piping, ductwork, or other systems. 3. Installation Above Suspended Ceilings: Do not provide support from ceiling grid or ceiling support system. 4. Use far -side support to secure flush -mounted boxes supported from single stud in hollow stud walls. Repair or replace supports for boxes that permit excessive movement. I. Install boxes plumb and level. J. Flush -Mounted Boxes: 1. Install boxes in noncombustible materials such as concrete, tile, gypsum, plaster, etc. so that front edge of box or associated raised cover is not set back from finished surface more than 1/4 inch or does not project beyond finished surface. 2. Install boxes in combustible materials such as wood so that front edge of box or associated raised cover is flush with finished surface. BOXES 260537-4 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 3. Repair rough openings around boxes in noncombustible materials such as concrete, tile, gypsum, plaster, etc. so that there are no gaps or open spaces greater than 1/8 inch at the edge of the box. K. Install boxes as required to preserve insulation integrity. L. Install permanent barrier between ganged wiring devices when voltage between adjacent devices exceeds 300 V. M. Install firestopping to preserve fire resistance rating of partitions and other elements, using materials and methods specified in Section 07 84 00. N. Close unused box openings. O. Install blank wall plates on junction boxes and on outlet boxes with no devices or equipment installed or designated for future use. P. Provide grounding and bonding in accordance with Section 26 05 26. Q. Do not mount boxes back-to-back. 3.03 CLEANING A. Clean interior of boxes to remove dirt, debris, plaster and other foreign material. 3.04 PROTECTION A. Immediately after installation, protect boxes from entry of moisture and foreign material until ready for installation of conductors. END OF SECTION BOXES 260537-5 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-1 SECTION 26 05 53 J IDENTIFICATION FOR ELECTRICAL SYSTEMS PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SECTION INCLUDES A. Electrical identification requirements. B. Identification nameplates and labels. C. Wire and cable markers. - D. Conduit and raceway markers. E. Warning signs and labels. F. Warning label and signs. G. Underground line warning tapes. H. Instruction signs. 1.03 RELATED REQUIREMENTS A. Section 26 05 19 - Low -Voltage Electrical Power Conductors and Cables: Color coding for power conductors and cables 600 V and less; vinyl color coding electrical tape. 1.04 REFERENCE STANDARDS A. ANSI Z535.2 - American National Standard for Environmental and Facility Safety Signs; 2011. B. ANSI Z535.4 - American National Standard for Product Safety Signs and Labels; 2011. C. NFPA 70 - National Electrical Code; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. D. UL 969 - Marking and Labeling Systems; Current Edition, Including All Revisions. 1.05 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Verify final designations for equipment, systems, and components to be identified prior to fabrication of identification products. B. Sequencing: 1. Do not conceal items to be identified, in locations such as above suspended ceilings, until identification products have been installed. 2. Do not install identification products until final surface finishes and painting are complete. 1.06 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements for submittals procedures. B. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection,.examination, preparation and installation of product. C. Samples: For each type of label and sign to illustrate size, colors, lettering style, mounting provisions and graphic features of identification products. D. Identification Schedule: An index of nomenclature of electrical equipment and system components used in identification signs and labels. 1.07 QUALITY ASSURANCE A. Comply with requirements of the National Electrical Code - NFPA 70 (NEC). IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 1.08 FIELD CONDITIONS 2015-092 ' JUNE 2017 A. Do not install adhesive products when ambient temperature is lower than recommended by manufacturer. PART 2 PRODUCTS 2.01 IDENTIFICATION REQUIREMENTS A. Identification for Equipment: 1. Use identification nameplate to identify each piece of electrical distribution and control equipment and associated sections, compartments, and components. a. Panelboards: 1) Identify ampere rating. 2) Identify voltage and phase. 3) Identify power source and circuit number. Include location when not within sight of equipment. 4) Identify main overcurrent protective device. Use identification label for panelboards with a door. For power distribution panelboards without a door, use identification nameplate. 5) Use typewritten circuit directory to identify load(s) served for panelboards with a door. Identify spares and spaces using pencil. 6) For power panelboards without a door, use identification nameplate to identify load(s) served for each branch device. Do not identify spares and spaces. b. Enclosed'switches: 1) Identify voltage and phase. 2) Identify power source and circuit number. Include location when not within sight of equipment. 3) Identify load(s) served. Include location when not within sight of equipment. 2. Service Equipment: a. Use identification nameplate to identify each service disconnecting means. b. For buildings or structures supplied by more than one service, or any combination of branch circuits, feeders, and services, use identification nameplate or means of identification acceptable to authority having jurisdiction at each service disconnecting means to identify all other services, feeders, and branch circuits supplying that building or structure. Verify format and descriptions with authority having jurisdiction. c. Use identification nameplate at each piece of service equipment to identify the available fault current and the date calculations were performed. 3. Use voltage marker to identify highest voltage present for each piece of electrical equipment. 4. Use identification nameplate to identify equipment utilizing serie' ratings, where permitted, in accordance with NFPA 70. 5. Use identification nameplate to identify disconnect location for equipment with remote disconnecting means. 6. Use warning signs to identify electrical hazards for entrances to all rooms and other guarded locations that contain exposed live parts operating at 600 V nominal or less with the word message "DANGER; Electrical hazard; Authorized personnel only" or approved equivalent. 7. Use warning signs to identify electrical hazards for entrances to all buildings, vaults, rooms, or enclosures containing exposed live parts or exposed conductors operating at over 600 V nominal with the word message "DANGER; HIGH VOLTAGE; KEEP OUT'. 8. Use warning labels to identify electrical hazards for equipment, compartments, and enclosures containing exposed live parts or exposed conductors operating at over 600 V nominal with the word message "DANGER; HIGH VOLTAGE; KEEP OUT'. 9. Use warning labels, identification nameplates, or identification labels to identify electrical hazards for equipment where multiple power sources are present with the word message IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 "DANGER; Hazardous voltage; Multiple power sources may be present; Disconnect all electric power including remote disconnects before servicing" or approved equivalent. B. . Identification for Conductors and Cables: 1. Color Coding for Power Conductors 600 V and Less: Comply with Section 26 05 19. 2. Use identification nameplate or identification label to identify color code for ungrounded and grounded power conductors inside door or enclosure at each piece of feeder or branch -circuit distribution equipment when premises has feeders or branch circuits served by more than one nominal voltage system. 3. Use wire and cable markers to identify circuit number or other designation indicated for power, control, and instrumentation conductors and cables at the following locations: 2.02 IDENTIFICATION NAMEPLATES AND LABELS A. Identification Nameplates: 1. Materials: a. Indoor Clean, Dry Locations: Use plastic nameplates. b. Outdoor Locations: Use plastic, stainless steel, or aluminum nameplates suitable for exterior use. 2. Plastic Nameplates: Two -layer or three -layer laminated acrylic or electrically non-conductive phenolic with beveled edges; minimum thickness of 1/16 inch; engraved text. ' a. Exception: Provide minimum thickness of 1/8 inch when any dimension is greater than 4 inches. 3. Stainless Steel Nameplates: Minimum thickness of 1/32 inch; engraved or laser -etched text. 4. Aluminum Nameplates: Anodized; minimum thickness of 1/32 inch; engraved or laser -etched text. 5. Mounting Holes for Mechanical Fasteners: Two, centered on sides for sizes up to 1 inch high; Four, located at corners for larger sizes. B. Identification Labels: 1. Manufacturers: a. Brady Corporation: www.bradyid.com. b. Brother International Corporation: www.brother-usa.com. c. Panduit Corp: www.panduit.com. d. Substitutions: See Section 01 60 00 - Product. Requirem ents: 2. Materials: Use self-adhesive laminated plastic labels; UV, chemical, water, heat, and abrasion resistant. a. Use only for indoor locations. 3. Text: Use factory pre-printed or machine -printed text. Do not use handwritten text unless otherwise indicated. C. Format for Equipment Identification: 1. Minimum Size: 1 inch by 2.5 inches. 2. Legend: a. Equipment designation or other approved description. b. Other information as indicated. 3. Text: All capitalized unless otherwise indicated. 4. Minimum Text Height: a. Equipment Designation: 1/2 inch. b. Other Information: 1/4 inch. 5. Color: a. Normal Power System: White text on black background. D. Format for General Information and Operating Instructions: 1. Minimum Size: 1 inch by 2.5 inches. 2. Legend: Include information or instructions indicated or as required for proper and safe operation and maintenance. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 3. Text: All capitalized unless otherwise indicated. 4. Minimum Text Height: 1/4 inch. 5. Color: Black text on white background unless otherwise indicated. a. Exceptions: 1) Provide white text on red background for general information or operational instructions for emergency systems. 2) Provide white text on red background for general information or operational instructions for fire alarm systems. E. Format for Caution and Warning Messages: 1. Minimum Size: 2 inches by 4 inches. 2. Legend: Include information or instructions indicated or as required for proper and safe operation and maintenance. 3. Text: All capitalized unless otherwise indicated. 4. Minimum Text Height: 1/2 inch. 5. Color: Black text on yellow background unless otherwise indicated. F. Nameplate Inscription: 1. Nameplates must adequately describe the function or use of the particular equipment to which it is attached. Where nameplates are detailed on the drawings, inscription and size of leters shall be as shown. Nameplates for panelboards and switchboards shall include the panel designation, voltage and phase of the supply. Example: "Panel A, 277/480 v, 3-phase, 4 -wire". 2. The name of the machine on the motor nameplates for a particular machine shall be the same as the one used on all motor starters, disconnect and PB station nameplates for that machine. 3. Use 1-7/8 inch letters for identifying signs on enclosures containing high voltage equipment. Signs shall read "DANGER - HIGH VOLTAGE". 4. Warning signs (items 3 & 4 above) to be of standard manufacture, fabricated of 18 ga. steel, or heavier, with a porcelain enamel finish. Letters shall be red on white background. 2.03 WIRE AND CABLE MARKERS A. Manufacturers: 1. Brady Corporation: www.bradyid.com. 2. HellermannTyton: www.hellermanntyton.com. 3. Panduit Corp: www.panduit.com. 4. Seton Identification Products: www.seton.com/aec. 5. Substitutions: See Section 01 60 00 - Product Requirements. B. Markers for Conductors and Cables: Use wrap-around self-adhesive vinyl cloth, wrap-around self-adhesive vinyl self -laminating, heat -shrink sleeve, plastic sleeve, plastic clip -on, or vinyl split sleeve type markers suitable for the conductor or cable to be identified. C. Markers for Conductor and Cable Bundles: Use plastic marker tags secured by nylon cable ties. D. Legend: Power source and circuit number or other designation indicated. E. Text: Use factory pre-printed or machine -printed text, all capitalized unless otherwise indicated. F. Minimum Text Height: 1/8 inch. G. Color: Black text on white background unless otherwise indicated. 2.04 VOLTAGE MARKERS A. Manufacturers: 1. Brady Corporation: www.bradyid.com. 2. Brimar Industries, Inc: www.brimar.com. 3. Seton Identification Products: www.seton.com. 4. Substitutions: See Section 01 60 00 - Product Requirements. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-4 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 B. Markers for Conduits: Use factory pre-printed self-adhesive vinyl, self-adhesive vinyl cloth, or vinyl snap -around type markers. C. Markers for Boxes and Equipment Enclosures: Use factory pre-printed self-adhesive vinyl or self-adhesive vinyl cloth type markers. D. Minimum Size: 1. Markers for Equipment: 1 1/8 by 4 1/2 inches. E. Legend: 1. Markers for Voltage Identification: Highest voltage present. F. Color: Black text on orange background unless otherwise indicated. 2.05 WARNING SIGNS AND LABELS A. Manufacturers: 1. Brimar Industries, Inc: www.brimar.com. 2. Clarion Safety Systems, LLC: www.clarionsafety.com. 3. Seton Identification Products: www.seton.com. 4. Substitutions: See Section 01 60 00 - Product Requirements. B. Comply with ANSI Z535.2 or ANSI Z535.4 as applicable. C. Warning Signs: 1. Materials: a. Indoor Dry, Clean Locations: Use factory pre-printed rigid plastic or self-adhesive vinyl signs. b. Outdoor Locations: Use factory pre-printed rigid aluminum signs. 2. Rigid Signs: Provide four mounting holes at corners for mechanical fasteners. 3. Minimum Size: 7 by 10 inches unless otherwise indicated. D. Warning Labels: 1. Materials: Use factory pre-printed or machine -printed self-adhesive polyester or self-adhesive vinyl labels; UV, chemical, water, heat, and abrasion resistant; produced using materials recognized to UL 969. a. Do not use labels designed to be completed using handwritten text. 2. Machine -Printed Labels: Use thermal transfer process printing machines and accessories recommended by label manufacturer. 3. Minimum Size: 2 by 4 inches unless otherwise indicated. PART 3 EXECUTION 3.01 PREPARATION A. Clean surfaces to receive adhesive products according to manufacturer's instructions. 3.02 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install identification products to be plainly visible for examination, adjustment, servicing, and maintenance. Unless otherwise indicated, locate products as follows: 1. Surface -Mounted Equipment: Enclosure front. 2. Flush -Mounted Equipment: Inside of equipment door. 3. Free -Standing Equipment: Enclosure front; also enclosure rear for equipment with rear access. 4. Elevated Equipment: Legible from the floor or working platform. 5. Branch Devices: Adjacent to device. 6. Interior Components:, Legible from the point of access. 7. Boxes: Outside face of cover. 8. Conductors and Cables: Legible from the point of access. 9. Devices: Outside face of cover. C. Install identification products centered, level, and parallel with lines of item being identified. IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-5 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 D. Secure nameplates to exterior surfaces of enclosures using stainless steel screws and to interior surfaces using self-adhesive backing or epoxy cement. E. Install self-adhesive labels and markers to achieve maximum adhesion, with no bubbles or wrinkles and edges properly sealed. F. Secure rigid signs using stainless steel screws. G. Mark all handwritten text, where permitted, to be neat and legible. 3.03 FIELD QUALITY CONTROL A. See Section 01 40 00 - Quality Requirements, for additional requirements. B. Replace self-adhesive labels and markers that exhibit bubbles, wrinkles, curling or other signs of improper adhesion. C. Install wire, cable and underground markers per manufacturers' instructions. D. Install conduit, raceway and instructions signs parallel to lines and surrounding surfaces. Install instruction signs in a clearly visible location, straight and square to surroundings. END OF SECTION IDENTIFICATION FOR ELECTRICAL SYSTEMS 260553-6 . WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 26 27 26 WIRING DEVICES PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract,'including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SECTION INCLUDES A. Wall switches. B. Receptacles. C. Wall plates. 1.03 RELATED REQUIREMENTS A. Section 26 05 37 - Boxes. B. Section 26 05 53 - Identification for Electrical Systems: Identification products and requirements. C. Section 26 27 17 - Equipment Wiring: Cords and plugs for equipment. 1.04 REFERENCE STANDARDS A. FS W -C-596 - Connector, Electrical, Power, General Specification for; Federal Specification; Revision G, 2001. B. FS W -S-896 - Switches, Toggle (Toggle and Lock), Flush -mounted (General Specification); Federal Specification; Revision F, 1999. C. NECA 1 - Standard for Good Workmanship in Electrical Construction; 2010. D. NEMA WD 1 - General Color Requirements for Wiring Devices; 1999 (R 2010). E. NEMA WD 6 - Wiring Devices - Dimensional Specifications; 2012. F. NFPA 70 - National Electrical Code; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. G. UL 20 - General -Use Snap Switches; Current Edition, Including All Revisions. H. UL 498 - Attachment Plugs and Receptacles; Current Edition, Including All Revisions. I. UL 514D - Cover Plates for Flush -Mounted Wiring Devices; Current Edition, Including All Revisions. J. UL 943 - Ground -Fault Circuit -Interrupters; Current Edition, Including All Revisions. 1.05 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Coordinate the placement of outlet boxes with millwork, furniture, equipment, etc. installed under other sections or by others. 2. Coordinate wiring device ratings and configurations with the electrical requirements of actual equipment to be installed. 3. Coordinate the placement of outlet boxes for wall switches with actual, installed door swings. 4. Coordinate the installation and preparation of uneven surfaces, such as split face block, to provide suitable surface for installation of wiring devices. 5. Coordinate the core drilling of holes for poke -through assemblies with the work covered under other sections. 6. Notify Architect Engineer of any conflicts or deviations from the contract documents to obtain direction prior to proceeding with work. B. Sequencing: 1. Do not install wiring devices until final surface finishes and painting are complete. WIRING DEVICES 262726-1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 1.06 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturer's catalog information showing dimensions, colors, and configurations. C. Project Record Documents: Record actual installed locations of wiring devices. 1.07 QUALITY ASSURANCE A. Conform to requirements of NFPA 70 (NEC). B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. C. Products: Listed, classified, and labeled as suitable for the purpose intended. 1.08 DELIVERY, STORAGE, AND PROTECTION A. Store in a clean, dry space in original manufacturer's packaging until ready for installation. PART2 PRODUCTS 2.01 MANUFACTURERS A. Hubbell Incorporated: www.hubbell-wiring.com. B. Leviton Manufacturing Company, Inc: www.leviton.com. C. Lutron Electronics Company, Inc: www.lutron.com. D. Pass & Seymour, a brand of Legrand North America, Inc: www.legrand.us E. Source Limitations: Where possible, provide products for each type of wiring device produced by a single manufacturer and obtained from a single supplier. F. Source Limitations: Where wall controls are furnished as part of lighting control system, provide accessory matching receptacles and wallplates by the same manufacturer in locations indicated. 2.02 WIRING DEVICE APPLICATIONS A. Provide wiring devices suitable for intended use and with ratings adequate for load served. B. For single receptacles installed on an individual branch circuit, provide receptacle with ampere rating not less than that of the branch circuit. C, Provide weather resistant GFI receptacles with specified weatherproof covers for receptacles installed outdoors or in damp or wet locations. D. Provide GFI protection for receptacles installed within 6 feet of sinks. E. Provide GFI protection for receptacles installed in kitchens. F. Provide GFI protection forreceptacles serving electric drinking fountains. G. Unless noted otherwise, do not use combination switch/receptacle devices. 2.03 WIRING DEVICE FINISHES A. Provide wiring device finishes as described below unless otherwise indicated. B. Wiring Devices, Unless Otherwise Indicated: Ivory with ivory nylon wall plate. 2.04 WALL SWITCHES A. Manufacturers: 1. Hubbell Incorporated: www.hubbell-wiring.com. 2. Leviton Manufacturing Company, Inc: www.leviton.com. 3. Pass & Seymour, a brand of Legrand North America, Inc: www.legrand.us B. Wall Switches - General Requirements: AC only, quiet operating, general -use snap switches with silver alloy contacts, complying with NEMA WD 1 and NEMA WD 6, and listed as complying with UL 20 and where applicable, FS -W -S-896; types as indicated on the drawings. WIRING DEVICES 262726-2 1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas . 2015-092 JUNE 2017 Wiring Provisions: Terminal screws for side wiring and screw actuated binding clamp for back wiring with separate ground terminal screw. 2.05 RECEPTACLES A. Manufacturers: 1. Hubbell Incorporated: www.hubbell-wiring.com. 2. Leviton Manufacturing Company, Inc: www.leviton.com. 3. Lutron Electronics Company, Inc; Designer Style: www.lutron.com. 4. Pass & Seymour, a brand of Legrand North America, Inc: www.legrand.us B. Receptacles -General Requirements: Self -grounding, complying with NEMA WD 1 and NEMA WD 6, and listed as complying with UL 498, and where applicable, FS W -C-596; types as indicated on the drawings. 1. Wiring Provisions: Terminal screws for side wiring or screw actuated binding clamp for back wiring with separate ground terminal screw. 2. NEMA configurations specified are according to NEMA WD 6. 3. Hospital Grade Receptacles: Listed as complying with UL 498 Supplement SD, with green dot hospital grade mark on device face. C. Convenience Receptacles: 1. Standard Convenience Receptacles: Industrial specification grade, 20A, 125V, NEMA 5-20R; single or duplex as indicated on the drawings. D. GFI Receptacles: 1. GFI Receptacles: Provide with feed -through protection, light to indicate ground fault tripped condition and loss of protection, and list as complying with UL 943, class A. a. Provide test and reset buttons of same color as device. 2. Standard GFI Receptacles: Industrial specification grade, duplex, 20A, 125V, NEMA 5-20R, rectangular decorator style. 3. Weather Resistant GFI Receptacles: Industrial specification grade, duplex, 20A, 125V, NEMA 5-20R, rectangular decorator style, listed and labeled as weather resistant type complying with UL 498 Supplement SE suitable for installation in damp or wet locations. 2.06 WALL PLATES A. Manufacturers: 1. Hubbell Incorporated: www.hubbell-wiring.com. 2. Leviton Manufacturing Company, Inc: www.leviton.com. 3. Lutron Electronics Company, Inc: www.lutron.com. 4. Pass & Seymour, a brand of Legrand North America, Inc: www.legrand.us B. Wall Plates: Comply with UL 514D. 1. Configuration: One piece cover as required for quantity and types of corresponding wiring devices. 2. Size: Standard. 3. Screws: Metal with slotted heads finished to match wall plate finish. C. Nylon Wall Plates: Smooth finish, high -impact thermoplastic. D. Weatherproof Covers for Wet or Damp Locations: Gasketed, cast aluminum, with hinged lockable cover and corrosion -resistant screws; listed as suitable for use in wet locations while in use with attachment plugs connected and identified as extra -duty type. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field measurements are as shown on the drawings. B. Verify that outlet boxes are installed in proper locations and at proper mounting heights and are properly sized to accommodate devices and conductors in accordance with NFPA 70. C. Verify that wall openings are neatly cut and will be completely covered by wall plates. D. Verify that final surface finishes are complete, including painting. WIRING DEVICES 262726-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 ' JUNE 2017 E. Verify that floor boxes are adjusted properly. F. Verify that branch circuit wiring installation is completed, tested, and ready for connection to wiring devices. G. Verify that conditions are satisfactory for installation prior to starting work. 3.02 PREPARATION A. Provide extension rings to bring outlet boxes flush with finished surface. B. Clean dirt, debris, plaster, and other foreign materials from outlet boxes. 3.03 INSTALLATION A. Perform work in a neat and workmanlike manner in accordance with NECA 1 and, where applicable, NECA 130, including mounting heights specified in those standards unless otherwise indicated. B. Coordinate locations of outlet boxes provided under Section 26 05 37 as required for installation of wiring devices provided under this section. 1. Orient outlet boxes for vertical installation of wiring devices unless otherwise indicated. 2. Where multiple receptacles, wall switches, or wall dimmers are installed at the same location and at the same mounting height, gang devices together under a common wall plate. 3. Locate wall switches on strike side of door with edge of wall plate 3 inches from edge of door frame. Where locations are indicated otherwise, notify Architect Engineer to obtain direction prior to proceeding with work. C. Install wiring devices in accordance with manufacturer's instructions. D. Install permanent barrier between ganged wiring devices when voltage between adjacent devices exceeds 300 V. E. Where required, connect wiring devices using pigtails not less than 6 inches long. Do not connect more than one conductor to wiring device terminals. F. Connect wiring devices by wrapping conductor clockwise 3/4 turn around screw terminal and tightening to proper torque specified by the manufacturer. Where present, do not use push -in pressure terminals that do not rely on screw -actuated binding. G. Unless otherwise indicated, connect wiring device grounding terminal to branch circuit equipment grounding conductor and to outlet box with bonding jumper. H. Provide GFI receptacles with integral GFI protection at each location indicated. Do not use feed -through wiring to protect downstream devices. I. Install wiring devices plumb and level with mounting yoke held rigidly in place. J. Install wall switches with OFF position down. K. Install vertically mounted receptacles with grounding pole on top and horizontally mounted receptacles with grounding pole on left. L. Install wall plates to fit completely flush to wall with no gaps and rough opening completely covered without strain on wall plate. Repair or reinstall improperly installed outlet boxes or improperly sized rough openings. Do not use oversized wall plates in lieu of meeting this requirement. M. Install blank wall plates on junction boxes and on outlet boxes with no wiring devices installed or designated for future use. N. Do not install devices back-to-back. 3.04 FIELD QUALITY CONTROL A. See Section 01 40 00 - Quality Requirements, for additional requirements. B. Inspect each wiring device for damage and defects. WIRING DEVICES 262726-4 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 C. Operate each wall switch, wall dimmer, and fan speed controller with circuit energized to verify proper operation. D. Test each receptacle to verify operation and proper polarity. E. Test each GFCI receptacle for proper tripping operation according to manufacturer's instructions. F. Correct wiring deficiencies and replace damaged or defective wiring devices. 3.05 ADJUSTING A. Adjust devices and wall plates to be flush and level. 3.06 CLEANING A. Clean exposed surfaces to remove dirt, paint, or other foreign material and restore to match original factory finish. END OF SECTION WIRING DEVICES 262726-5 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 26 28 18 ENCLOSED SWITCHES PART GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01. Specification Sections, apply to this Section. .1.02 SECTION INCLUDES A. Enclosed safety switches. 1.03 RELATED REQUIREMENTS A. Section 26 05 26 - Grounding and Bonding for Electrical Systems. B. Section 26 05 29 - Hangers -and Supports for Electrical Systems. C. Section 26 05 53 - Identification for Electrical Systems: Identification products and requirements. 1.04 REFERENCE STANDARDS A. NECA 1 - Standard for Good Workmanship in Electrical Construction; 2010. B. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum); 2014. C. NEMA KS 1 - Heavy Duty Enclosed and Dead -Front Switches (600 Volts Maximum); 2013. D. NETA ATS - Acceptance Testing Specifications for Electrical Power Equipment and Systems; 2013. E. NFPA 70 - National Electrical Code; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. F. UL 50 - Enclosures for Electrical Equipment, Non -Environmental Considerations; Current Edition, Including All Revisions. G. UL 50E - Enclosures for Electrical Equipment, Environmental Considerations; Current Edition, Including All Revisions. H. UL 98 - Enclosed and Dead -Front Switches; Current Edition, Including All Revisions. I. UL 869A - Reference Standard for Service Equipment; Current Edition, Including All Revisions. 1.05 ADMINISTRATIVE REQUIREMENTS A.. Coordination: 1. Coordinate the work with other trades. Avoid placement of ductwork, piping, equipment, or other potential obstructions within the dedicated equipment spaces and within working clearances for electrical equipment required by NFPA 70. 2. , Coordinate arrangement of electrical equipment with the dimensions and clearance requirements of the actual equipment to be installed. 3. Verify with manufacturer that conductor terminations are suitable for use with the conductors to be installed. 4. Notify Architect Engineer of any conflicts with or deviations from the contract documents. Obtain direction before proceeding with work. 1.06 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturer's standard catalog pages and data sheets for enclosed switches and other installed components and accessories. C. Shop Drawings: Indicate outline and support point dimensions, voltage and current ratings, short circuit current ratings, conduit entry locations, conductor terminal information, and installed features and accessories. 1. Include dimensioned plan and elevation views of enclosed switches and adjacent equipment with all required clearances indicated. ENCLOSED SWITCHES 262818-1 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 2. Include wiring diagrams showing all factory and field connections. D. Field Quality Control Test Reports, E. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of product. F. Project Record Documents: Record actual locations of enclosed switches. G. Maintenance Data: Include information on replacement parts and recommended maintenance procedures and intervals. H. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. See Section 01 60 00 - Product Requirements, for additional provisions. 1.07 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. C. Product Listing Organization Qualifications: An organization recognized by OSHA as a Nationally Recognized Testing Laboratory (NRTL) and acceptable to authorities having jurisdiction. 1.08 DELIVERY, STORAGE, AND HANDLING A. Store in a clean, dry space. Maintain factory wrapping or provide an additional heavy canvas or heavy plastic cover to protect units from dirt, water, construction debris, and traffic. B. Handle carefully in accordance with manufacturer's written instructions to avoid damage to enclosed switch internal components, enclosure, and finish. 1.09 FIELD CONDITIONS A. Maintain ambient temperature between -22 degrees F and 104 degrees F during and after installation of enclosed switches. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Eaton Corporation; : www.eaton.com. B. General Electric Company; : www.geindustrial.com. C. Schneider Electric; Square D Products; : www.schneider-electric.us. D. Substitutions: See Section 01 60 00 - Product Requirements. E. Source Limitations: Furnish enclosed switches and associated components produced by the same manufacturer as the other electrical distribution equipment used for this project and obtained from a single supplier. 2.02 ENCLOSED SAFETY SWITCHES A. Description: Quick -make, quick -break enclosed safety switches listed and labeled as complying with UL 98; heavy duty; ratings, configurations, and features as indicated on the drawings. B. Provide products listed, classified, and labeled as suitable for the purpose intended. C. Unless otherwise indicated, provide products suitable for continuous operation under the following service conditions: 1. Altitude: Less than 6,600 feet. 2. Ambient Temperature: Between -22 degrees F and 104 degrees F. D. Horsepower Rating: Suitable for connected load. E. Voltage Rating: Suitable for circuit voltage. F. Short Circuit Current Rating: ENCLOSED SWITCHES 262818-2 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 •1. Provide enclosed safety switches, when protected by the fuses or supply side overcurrent protective devices to be installed, with listed short circuit current rating not less than the available fault current at the installed location as indicated on the drawings. G. Enclosed Safety Switches Used for Service Entrance: Listed and labeled as suitable for use as service equipment according to UL 869A. H. Provide with switch blade contact position that is visible when the cover is open. I. Conductor Terminations: Suitable for use with the conductors to be installed. J. Provide insulated, groundable fully rated solid neutral assembly where a neutral connection is required, with a suitable lug for terminating each neutral conductor. K. Provide solidly bonded equipment ground bus in each enclosed safety switch, with a suitable lug for terminating each equipment grounding conductor. L. Enclosures: Comply with NEMA 250, and list and label as complying with UL 50 and UL 50E. 1. Environment Type per NEMA 250: Unless otherwise indicated, as specified for the following installation locations: a. Indoor Clean, Dry Locations: Type 1. b. Outdoor Locations: Type 3R. 2. Finish for Painted Steel Enclosures: Manufacturer's standard, factory applied grey unless otherwise indicated. M. Provide safety interlock to prevent opening the cover with the switch in the ON position with capability of overriding interlock for testing purposes. N. Heavy Duty Switches: 1. Comply with NEMA KS 1. 2. Conductor Terminations: a. Provide mechanical lugs unless otherwise indicated. b. Provide compression lugs where indicated. c. Lug Material: Aluminum, suitable for terminating aluminum or copper conductors. 3. Provide externally operable handle with means for locking in the OFF position, capable of accepting three padlocks. a. Provide means for locking handle in the ON position where indicated. O. Provide the following features and accessories where indicated or where required to complete installation: 1. Hubs: As required for environment type; sized to accept conduits to be installed. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field measurements are as shown on the drawings. B. Verify that the ratings of the enclosed switches are consistent with the indicated requirements. C. Verify that mounting surfaces are ready to receive enclosed safety switches. D. Verify that conditions are satisfactory for installation prior to starting work. 3.02 INSTALLATION A. Install enclosed switches in accordance with manufacturer's instructions. B. Install enclosed switches securely, in a neat and workmanlike manner in accordance with NECA 1. C. Arrange equipment to provide minimum clearances in accordance with manufacturer's instructions and NFPA 70. D. Provide required supports in accordance with Section 26 05 29. E. Install enclosed switches plumb. ENCLOSED SWITCHES 262818-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 F. Except where indicated to be mounted adjacent to the equipment they supply, mount enclosed switches such that the highest position of the operating handle does not exceed 79 inches above the floor or working platform. G. Provide grounding and bonding in accordance with Section 26 05 26. H. Identify enclosed switches in accordance with Section 26 05 53. 3.03 FIELD QUALITY CONTROL A. See Section 01 40 00 - Quality Requirements, for additional requirements. B. Inspect and test in accordance with NETA ATS, except Section 4. C. Perform inspections and tests listed in NETA ATS, Section 7.5.1.1. D. Correct deficiencies and replace damaged or defective enclosed safety switches or associated components. 3.04 ADJUSTING A. Adjust tightness of mechanical and electrical connections to manufacturer's recommended torque settings. 3.05 CLEANING A. Clean dirt and debris from switch enclosures and components according to manufacturer's instructions. B. Repair scratched or marred exterior surfaces to match original factory finish. END OF SECTION ENCLOSED SWITCHES 262818-4 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 26 51 00 INTERIOR LIGHTING PART1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.02 SECTION INCLUDES A. Interior luminaires. B. Emergency lighting units. C. Ballasts and drivers. D. Fluorescent emergency power supply units.` E. Lamps. F. Luminaire accessories. 1.03 RELATED REQUIREMENTS A. Section 26 05 37 - Boxes. B. Section 26 09 23 - Lighting Control Devices: Automatic controls for lighting including occupancy sensors, outdoor motion sensors, time switches, outdoor photo controls, and daylighting controls. C. Section 26 27 26 - Wiring Devices: Manual wall switches and wall dimmers. D. Section 26 56 00 - Exterior Lighting. 1.04 REFERENCE STANDARDS A. ANSI C78.379 - American National Standard for Electric Lamps -- Reflector Lamps -- Classification of Beam Patterns; 2006. B. ANSI C82.1 - American National Standard for Lamp Ballast - Line Frequency Fluorescent Lamp Ballast; 2004. C. ANSI C82.11 - American National Standard for Lamp Ballasts - High Frequency Fluorescent Lamp Ballasts - Supplements; 2011. D. IEEE C62.41.2 - Recommended Practice on Characterization of Surges in Low -Voltage (1000 V and less) AC Power Circuits; 2002 (Cor 1, 2012). E. NECA 1 - Standard for Good Workmanship in Electrical Construction; 2010. F. NECA/IESNA 500 - Standard for Installing Indoor Commercial Lighting Systems; 2006. G. NECA/IESNA 502 - Standard for Installing Industrial Lighting Systems; 2006. H. NEMA 410 - Performance Testing for Lighting Controls and Switching Devices with Electronic Drivers and Discharge Ballasts; 2011. I. NFPA 70 - National Electrical Code; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. J. UL 935 - Fluorescent -Lamp Ballasts; Current Edition, Including All Revisions. K. UL 1598 - Luminaires; Current Edition, Including All Revisions. 1.05 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Coordinate the installation of luminaires with mounting surfaces installed under other sections or by others. Coordinate the work with placement of supports, anchors, etc. required for mounting. Coordinate compatibility of luminaires and associated trims with mounting surfaces at installed locations. INTERIOR LIGHTING 2651 00-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas . 2015-092 JUNE 2017 Coordinate the placement of luminaires with structural members, ductwork, piping, equipment, diffusers, fire suppression system components, and other potential conflicts installed under other sections or by others. Notify Architect Engineer of any conflicts or deviations from the contract documents to obtain direction prior to proceeding with work. 1.06 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Shop Drawings: 1. Indicate dimensions and components for each luminaire that is not a standard product of the manufacturer. 2. Provide photometric calculations where luminaires are proposed for substitution upon request. C. Product Data: Provide manufacturer's standard catalog pages and data sheets including detailed information on luminaire construction, dimensions, ratings, finishes, mounting requirements, listings, service conditions, photometric performance, installed accessories, and ceiling compatibility; include model number nomenclature clearly marked with all proposed features. 1. Lamps: Include rated life, color temperature, color rendering index (CRI), and initial and mean lumen output. 2. Fluorescent Emergency Power Supply Unit: Include list of compatible lamp configurations and associated lumen output. D. Certificates for Dimming Ballasts: Manufacturer's documentation of compatibility with dimming controls to be installed. E. Operation and Maintenance Data: Instructions for each product including information on replacement parts. F. Maintenance Materials: Furnish the following for Owner's use in maintenance of project. 1. See Section 01 60 00 - Product Requirements, for additional provisions. G. Project Record Documents: Record actual connections and locations of luminaires and any associated remote components. 1.07 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. 1.08 DELIVERY, STORAGE, AND PROTECTION A. Receive, handle, and store products according to NECA/IESNA 500 (commercial lighting), NECA/IESNA 502 (industrial lighting), and manufacturer's written instructions. B. Keep products in original manufacturer's packaging and protect from damage until ready for installation. 1.09 FIELD CONDITIONS A. Maintain field conditions within manufacturer's required service conditions during and after installation. 1.10 WARRANTY A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements. B. Provide two year manufacturer warranty for all linear fluorescent ballasts. C. Provide five year pro -rata warranty for batteries for emergency lighting units. PART 2 PRODUCTS 2.01 LUMINAIRE TYPES A. Furnish products as indicated in luminaire schedule included on the drawings. INTERIOR LIGHTING 2651 00-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 B. Substitutions: See Section 01 60 00 - Product Requirements, except where individual luminaire types are designated with substitutions not permitted. 2.02 LUMINAIRES A. Provide products that comply with requirements of NFPA 70. B. Provide products that are listed and labeled as complying with UL 1598, where applicable. C. Provide products that comply with requirements of NFPA 70 and NFPA 101. D. Provide products listed, classified, and labeled as suitable for the purpose intended. E. Provide products complying with Federal Energy Management Program (FEMP) requirements. F. Unless otherwise indicated, provide complete luminaires including lamp(s) and all sockets, ballasts, reflectors, lenses, housings and other components required to position, energize and protect the lamp and distribute the light. G. Unless specifically indicated to be excluded, provide all required conduit, boxes, wiring, connectors, hardware, supports, trims, accessories, etc. as necessary for. a complete operating system. H. Provide products suitable to withstand normal handling, installation, and service without any damage, distortion, corrosion, fading, discoloring, etc. I. Fluorescent Luminaires: 1. Provide ballast disconnecting means complying with NFPA 70 where required. 2.03 BALLASTS AND DRIVERS A. Manufacturers: 1. General Electric Company/GE Lighting: www.gelighting.com. 2. Osram Sylvania: www.sylvania.com. 3. Philips Lighting Electronics/Advance: www.advance.philips.com. 4. Substitutions: See Section 01 60 00 - Product Requirements. 5. Manufacturer Limitations: Where possible, for each type of luminaire provide ballasts produced by a single manufacturer. 6. Where a specific manufacturer or model is indicated elsewhere in the luminaire schedule or on the drawings, substitutions are not permitted unless explicitly indicated. B. All Ballasts: 1. Provide ballasts containing no polychlorinated biphenyls (PCBs). 2. Minimum Efficiency/Efficacy: Provide ballasts complying with all current applicable federal and state ballast efficiency/efficacy standards. C. Fluorescent Ballasts: ` 1. All Fluorescent Ballasts: Unless otherwise indicated, provide high frequency electronic ballasts complying with ANSI C82.11 and listed and labeled as complying with UL 935. a. Inrush Current: Not exceeding peak currents specified in NEMA 410. b. Input Voltage: Suitable for operation at voltage of connected source, with variation tolerance of plus or minus 10 percent. c. Total Harmonic Distortion: Not greater than 20 percent. d. Power Factor: Not less than 0.95. e. Ballast Factor: Normal ballast factor between 0.85 and 1. 15, unless otherwise indicated. f. Thermal Protection: Listed and labeled as UL Class P, with automatic reset for integral thermal protectors. g. Sound Rating: Class A, suitable for average ambient noise level of 20 to 24 decibels. h. Lamp Compatibility: Specifically designed for use with the specified lamp, with no visible flicker. i. Lamp Operating Frequency: Greater than 20 kHz, except as specified below. j. Lamp Current Crest Factor: Not greater than 1.7. k. Lamp Wiring Method: INTERIOR LIGHTING 2651 00-3 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2.04 LAMPS 2015-092 t JUNE 2017 1) Programmed Start Ballasts: Provide parallel or series/parallel wired where available; otherwise series wired is acceptable. I. Provide automatic restart capability to restart replaced lamp(s) without requiring resetting of power. m. Provide end of lamp life automatic shut down circuitry for T5 and smaller diameter lamp ballasts. n. Surge Tolerance: Capable of withstanding characteristic surges according to IEEE C62.41.2, location category A. o. Electromagnetic Interference/Radio Frequency Interference (EMI/RFI) Limits: Comply with FCC requirements of CFR, Title 47, Part 18, for Class A, non -consumer application. p. Provide high efficiency T8 lamp ballasts certified as NEMA premium. q. Ballast Marking: Include wiring diagrams with lamp connections. A. Manufacturers: 1. General Electric Company/GE Lighting: www.gelighting.com. 2. Osram Sylvania: www.sylvania.com. 3. Philips Lighting Company: www.lighting.philips.com. 4. Substitutions: See Section 01 60 00 - Product Requirements. 5. Manufacturer Limitations: Where possible, provide lamps produced by a single manufacturer. B. Lamps - General Requirements: 1. Unless explicitly excluded, provide new, compatible, operable lamps in each luminaire. 2. Verify compatibility of specified lamps with luminaires to be installed. Where lamps are not specified, provide lamps per luminaire manufacturer's recommendations. 3. Minimum Efficiency: Provide lamps complying with all current applicable federal and state lamp efficiency standards. 4. Color Temperature Consistency: Unless otherwise indicated, for each type of lamp furnish products which are consistent in perceived color temperature. Replace lamps that are determined by the Architect Engineer to be inconsistent in perceived color temperature. C. Linear Fluorescent Lamps: Wattage and bulb type as indicated, with base type as required for luminaire. 1. Low Mercury Content: Provide lamps that pass the EPA Toxicity Characteristic Leaching Procedure (TCLP) test for characteristic hazardous waste. 2. T8 Linear Fluorescent Lamps: a. Correlated Color Temperature (CCT): 3,500 K unless otherwise indicated. b. Color Rendering Index (CRI): Not less than 80. c. Average Rated Life: Not less than 20,000 hours for an operating cycle of three hours per start. 3. T5 Linear Fluorescent Lamps: a. Correlated Color Temperature (CCT): 3,500 K unless otherwise indicated. b. Color Rendering Index (CRI): Not less than 80. c. Average Rated Life: Not less than 20,000 hours for an operating cycle of three hours per start. D. Lamp Types: As specified for each fixture. 2.05 ACCESSORIES A. Stems for Suspended Luminaires: Steel tubing, minimum 1/2" size, factory finished to match luminaire or field -painted as directed. B. Threaded Rods for Suspended Luminaires: Zinc -plated steel, minimum 1/4" size, field -painted as directed. C. Provide accessory plaster frames for luminaires recessed in plaster ceilings. INTERIOR LIGHTING 2651 00-4 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field measurements are as shown on the drawings. B. Verify that outlet boxes are installed in proper locations and at proper mounting heights and are . properly sized to accommodate conductors in accordance with NFPA 70. C. Verify that suitable support frames are installed where required. D. Verify that branch circuit wiring installation is completed, tested, and ready for connection to luminaires. E. Verify that conditions are satisfactory for installation prior to starting work. 3.02 PREPARATION A. Provide extension rings to bring outlet boxes flush with finished surface. B. Clean dirt, debris, plaster, and other foreign materials from outlet boxes. 3.03 INSTALLATION A. Coordinate locations of outlet boxes provided under Section 26 05 37 as required for installation of luminaires provided under this section. B. Install products according to manufacturer's instructions. C. Install luminaires securely, in a neat and workmanlike manner, as specified in NECA 1 (general workmanship), NECA 500 (commercial lighting), and NECA 502 (industrial lighting). D. Install luminaires plumb and square and aligned with building lines and with adjacent luminaires. E. Suspended Luminaires: 1. Unless otherwise indicated, specified mounting heights are to bottom of luminaire. 2. Install using the suspension method indicated, with support lengths and accessories as required for specified mounting height. 3. Provide minimum of two supports for each luminaire equal to or exceeding 4 feet in length, with no more than 4 feet between supports. 4. Install canopies tight to mounting surface. 5. Unless otherwise indicated, support pendants from swivel hangers. r F. Wall -Mounted Luminaires: Unless otherwise indicated, specified mounting heights are to center of luminaire. G1. Install fixtures securely, in a neat and workmanlike manner, as specified in NECA. 500 (commercial lighting). H. Install accessories furnished with each luminaire. I. Make wiring connections to branch circuit using building wire with insulation suitable for temperature conditions within fixture; use flexible conduit. J. Bond .products and metal accessories to branch circuit equipment grounding conductor. K. Install lamps in each luminaire. 3.04 FIELD QUALITY CONTROL A. See Section 01 40 00 - Quality Requirements, for additional requirements. B. Inspect each product for damage and defects. C. Perform field inspection in accordance with Section 01 40 00. D. Operate each luminaire after installation and connection to verify proper operation. E. Correct wiring deficiencies and repair or replace damaged or defective products. Repair or replace excessively noisy ballasts as determined by Architect Engineer. INTERIOR LIGHTING 2651 00-5 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 ' JUNE 2017 3.05 ADJUSTING A. Aim and position adjustable luminaires to achieve desired illumination as indicated or as directed by Architect Engineer. Secure locking fittings in place. B. Aim and adjust fixtures as indicated. C. Position exit sign directional arrows as indicated. 3.06 CLEANING A. Clean surfaces according to NECA 500 (commercial lighting), NECA 502 (industrial lighting), and manufacturer's instructions to remove dirt, fingerprints, paint, or other foreign material and restore finishes to match original factory finish. B. Clean electrical parts to remove conductive and deleterious materials. C. Remove dirt and debris from enclosures. D. Clean finishes and touch up damage. 3.07 CLOSEOUT ACTIVITIES A. See Section 01 78 00 - Closeout Submittals, for closeout submittals. . B. See Section 01 79 00 - Demonstration and Training, for additional requirements. C. Demonstration: Demonstrate proper operation of luminaires to Architect Engineer, and correct deficiencies or make adjustments as directed. D. Just prior to Substantial Completion, replace all lamps that have failed . 3.08 PROTECTION A. Protect installed luminaires from subsequent construction operations. END OF SECTION INTERIOR LIGHTING 2651 00-6 WATER SEWER OUTBUILDING IMPROVEMENTS 2015-092 City of Fayetteville, Fayetteville, Arkansas JUNE 2017 SECTION 32 31 13 CHAIN LINK FENCES AND GATES PART 1- GENERAL 1.01 SCOPE A. Any damage to any existing chain link fencing shall be repaired in accordance with this section. B. Any damage to any other existirig fencing shall be made with materials specified in this section. 1.02 GENERAL A. Like items of materials provided hereunder shall be the end products of one manufacture in order to achieve standardization for appearance, maintenance, and replacement. B. 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 A. 'Submittals during construction shall be made in accordance with, Division 1, GENERAL REQUIREMENTS 1.04 REFERENCE STANDARDS A. Specification of Metallic -Coated Steel Chain Link Fence Fabric, published by Chain Link Fence Manufactures Institute, Washington, DC 20036 PART 2- MATERIALS 2.01 GENERAL A. The use of a manufactures name and model or catalog number is for the purpose of establishing the standard of quality and general configuration desired only. Produces of other manufactures will be considered in accordance with the General Conditions. B. New materials and products of recognized, reputable manufactures shall be used. Rerolled, or re -galvanized materials are not acceptable C. All materials shall be hot -dip galvanized after fabrication. Posts and other appurtenances shall have a minimum zinc coating of 1.2 ounces per square foot of surface. D. Aluminum -coated fabric and Wire may be substituted for the galvanized fabric and wire. Aluminum coating shall be not less than 0.40 ounce per square foot, complying with ASTM A 491, Class II 2.02 FABRIC A. Chain link fence fabric, six foot in height, woven of No9 gauge wire in 2 inch diamond -mesh pattern, salvages, twisted and barbed, galvanized after weaving with 1.2 ounce zinc coating conforming to ASTM A 392. B. Replacement fabric shall match the height of the original fence fabric. 2.03 POSTS A. Federal Specification RR -F-191, fence, posts, gates, and accessories, except as hereinafter modified. Standards lengths for setting in ground or in concrete as required for conditions shown. 2.04 LINE POSTS A. Use galvanized 2'/ -inch outside diameter, Schedule 40 steel pipe, weight 3.65 pounds per linear foot. 2.05 END, CORNER, ANGLE, AND PULL POSTS A. For end, corner, angle, and pull posts, use 2.875 -inch outside diameter standard weight steel pipe, weight 5.79 pounds per linear foot. CHAIN LINK FENCES AND GATES 323113-1 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2.06 POST TOPS 2015-092 JUNE 2017 A. Post tops shall be pressed steel, or malleable iron, designed as a weather tight closure cap for tubular posts. Provide one cap for each post, unless equal protection is afforded by combination post top cap and barbed wire supporting arm where barbed wire is required. Where top rail is used, provide tops to permit passage of top rail. 2.07 TENSION WIRE A. Tension wire shall be zinc -or aluminum -coated coil spring steel wire not less than No. 7 -gauge (0.177 inch in diameter). Provide tie clips of manufacturer's standard as approved for attaching the wire to the fabric, at intervals not exceeding 24 inches. 2.08 STRETCHER BARS A. Stretcher bars shall be one-piece lengths equal to full height of fabric with a minimum cross-section of 3/16 inch by % inch. Provide one stretcher bar for each gate and end post and two for each corner and pull post. 2.09 STRETCHER BAR BANDS A. Bar bands shall be heavy -pressed steel, spaced not over 15 inches on center to secure stretcher bars to tubular end, corner, pull, and gate posts. 2.10 TOP RAIL A. Not less than 18 -foot long tubular street, 1 5/8 -inch outside diameter, weight 2.27 pounds per linear foot. Couplings to be outside -sleeve type and at least 6 inches long. Provide springs at one coupling in five to permit expansion in rail as recommended by the manufacturer. Top rail to extend through line post tops to form continuous brace from end to end of each stretch of fence. 2.11 BRACES A. Brace pipe shall be of the same material as the top rail and shall be installed midway between the top rail and extend from the terminal post to the first adjacent line post. Braces shall be securely fastened to the posts by heavy -pressed steel and malleable fittings, then securely trussed from line post to base of terminal post with a 3/8 -inch truss rod and tightener. 2.12 FITTINGS A. Malleable steel, cast iron, or pressed steel, as required. Fittings to include extension arms for barbed wire, stretcher bars and clamps, clips, tension rods, brace rods, hardware, fabric bands and fastenings, and all accessories. Provide 45 -degree bracket type supports to accommodate three strands of barbed wire. 2.13 BARBED WIRE A. Four -point pattern with two strands of No. 12 1/2 gauge wire, and 1 -inch barbs 5 inches apart. Zinc -coated barbed wire shall conform to ASTM A 121; aluminum -coated barbed wire to ASTM A 585. 2.14 CONCRETE A. Materials as specified in Section 3600, CAST IN PLACE CONCRETE. Proportions shall be 1:2:4. Compressive strength shall not be less than 2,000 psi at 28 days. 2.15 FARM FENCE POSTS A. Repair farm fences utilizing "T" type steel posts with equivalent steel posts. B. Utilize 4 -inch minimum diameter pressure treated posts to repair existing fences utilizing wood posts. If existing posts are larger diameter, replace with equally sized new pressure treated posts PART 3- EXECUTION 3.01 INSTALLATION A. Installation of fencing shall meet the requirements of ASTM F 567. CHAIN LINK FENCES AND GATES 3231 13-2 WATER SEWER OUTBUILDING IMPROVEMENTS City of Fayetteville, Fayetteville, Arkansas 2015-092 JUNE 2017 B. Erect fencing in straight lines between angle points by skilled mechanics experienced in this type of construction. Erect in accordance with the manufacturer's recommendations as approved with these Specifications. Post holes shall be a minimum depth of 3 feet below finished grade. Holes for line posts shall be 9 inches in diameter.` Holes for gate, corner and pull posts shall be 16 inches in diameter. Space posts not more than 10 feet on centers and in true lines. Set posts plumb and posts to a depth of 2 feet 10 inches. Fill remainder of hole with concrete to extend around the posts to a point 2 inches above finished grade. The top surface shall have a crown watershed finish. After concrete has set, install accessories. Fasten chain link fabric to end posts with stretcher bars and clamps and to line posts and top rail with wire or bands at approximately 14 -inch centers and 24 -inch centers, respectively. The top rail of the fence shall be at the top of fabric. Install three' strands of barbed wire on the brackets, tighten, and secure at each bracket. Brace gate postsdiagonally to adjacent line posts to ensure stability. Hang gates and adjust all hardware so that gates operate satisfactorily from open or closed position. C. Repair/replace farm or lawn fencing with new posts as specified spaced on 10ft maximum centers. Use the specified barbed wire for barbed wire fences. Repair woven wire fences with. equivalent galvanized woven wire. 3.02 CLEANUP A. Upon completion of the fence installation, clean up all waste material resulting from the operation. 3.03 PAYMENT A. No separate payment will be made for any fence replacement and /or repairs that may be required to existing fence during the pipe laying process. END OF SECTION CHAIN LINK FENCES AND GATES 323113-3