Loading...
HomeMy WebLinkAbout13-20 RESOLUTIONF FAYErr y O V 4RKANSPS 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Resolution: 13-20 File Number: 2019-0940 BID #19-52 DC SPARKS: A RESOLUTION TO AWARD BID #19-52 AND AUTHORIZE A CONTRACT WITH DC SPARKS CONSTRUCTION, LLC FOR TRADE PACKAGES 1,2,7,8,9 AND 10 FOR CONSTRUCTION OF THE FLEET VEHICLE WASH FACILITY, TO APPROVE A DEDUCTIVE CHANGE ORDER NO. 1 TO THE CONTRACT WITH DC SPARKS CONSTRUCTION, LLC TO REFLECT DECREASED SCOPE OF WORK FROM THE CONTRACT AND REDUCE THE TOTAL CONTRACT COST TO $380,231.20 AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $26,000.00 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 #19-52 and authorizes Mayor Jordan to sign a contract with DC Sparks Construction, LLC for Trade Packages 1,2,7,8,9, and 10 for construction of the Fleet Vehicle Wash Facility, and further approves a project contingency in the amount of $26,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Deductive Change Order No. 1 to the contract with DC Sparks Construction, LLC to reflect decreased scope of work from the contract and reduce the total contract cost to $380,231.20. PASSED and APPROVED on 1/7/2020 Page 1 Printed on 119120 File Number 2019-0940 Resolution 13-20 Attest: 0111 1 R 1ri1.,��� 4 o •-9C Kara Paxton, City Clerk Treasu ,•��.` /V COO Page 2 Printed on 119120 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2019-0940 Agenda Date: 1/7/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A. 14 BID #19-52 DC SPARKS: A RESOLUTION TO AWARD BID #19-52 AND AUTHORIZE A CONTRACT WITH DC SPARKS CONSTRUCTION, LLC FOR TRADE PACKAGES 1,2,7,8,9 AND 10 FOR CONSTRUCTION OF THE FLEET VEHICLE WASH FACILITY, TO APPROVE A DEDUCTIVE CHANGE ORDER NO. 1 TO THE CONTRACT WITH DC SPARKS CONSTRUCTION, LLC TO REFLECT DECREASED SCOPE OF WORK FROM THE CONTRACT AND REDUCE THE TOTAL CONTRACT COST TO $380,231.20 AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $26,000.00 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 # 19-52 and authorizes Mayor Jordan to sign a contract with DC Sparks Construction, LLC for Trade Packages 1,2,7,8,9, and 10 for construction of the Fleet Vehicle Wash Facility, and further approves a project contingency in the amount of $26,000.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby authorizes Mayor Jordan to sign Deductive Change Order No. 1 to the contract with DC Sparks Construction, LLC to reflect decreased scope of work from the contract and reduce the total contract cost to $380,231.20. City of Fayetteville, Arkansas Page 1 Printed on 11812020 City of Fayetteville Staff Review Form 2019-0940 Legistar File ID 1/7/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Wade Abernathy 12/20/2019 FACILITIES MANAGEMENT (140) Submitted By Submitted Date Division / Department Action Recommendation: Approval of Bid 19-52 contract with DC Sparks Construction LLC, for trade packages 1,2,7,8,9 & 10 in the amount of $399,403.20, and a deductive change order #1 in the amount of $19,172, for a new contract price of $380,231.20, and approve a project contingency of 7% in the amount $26,000. 9700.770.1920-5804.00 Account Number 18021.1 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? NA Budget Impact: Building Cost Fund Fleet Wash Facility Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 1,308,000.00 $ 890,269.97 $ 417,730.03 $ 380,231.20 $ 37,498.83 V20180321 Purchase Order Number: Previous Ordinance or Resolution # 115-19 Change Order Number: Original Contract Number: Approval Date: Comments: Obligated funds reflect anticipated approval of 2019-0939 contract. ;. CITY OF FAYETTEVILLE ARKANSAS MEETING OF JANUARY 7, 2020 TO: Mayor and City Council THRU: Paul Becker, Chief Financial Officer Terry Gulley, Director of Transportation Sara Glen, Superintendent Fleet Services CITY COUNCIL MEMO FROM: Wade Abernathy, Facilities & Building Projects Manager DATE: 12/20/19 SUBJECT: Bid 19-52 Contract for Trade Packages 1,2,8,9 &10 with DC Sparks Construction LLC, for Fleet Vehicle Wash Facility. RECOMMENDATION: Staff recommends approval of the contract with DC Sparks Construction in the amount of $399,403.20 for trade packages 1,2,7,8,9 &10 and a deductive change order #1 in the amount of $19,172 for a new contract amount of $380,231.20, and approve a project contingency of $26,000. BACKGROUND: On 3/5/19 council approve a contract with deMx architecture to provide architectural services for the new fleet vehicle wash facility. On 5/7/19 council approved the purchase of the car wash equipment with Whiting system, Inc. of Alexander Arkansas DISCUSSION: For cost saving measures, the city is serving as the Construction Manager on this project. Purchasing advertised and received bids for several trade packages requir4ed for the completions. This contract is for trad packages 1 Site Work, 2 Site Utilities, 7 Plumbing, 8 Electrical, 9 Mechanical, and 10 building specialties. BUDGET/STAFF IMPACT: Funds are available from 9700.7700.1920-5804.00 project 18021.1. An unencumbered project contingency of 7% Attachments: Contract Change Order Appendix A & B. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 City of Fayetteville, AR r ` CITY Contract for: Bid 19-52, Construction — Fleet Truck Wash F AY E i T E V I L L E Contract 2 of 3 for this project A R K A N S*$ Vendor: DC Sparks Construction, LLC Term: Single Project, Trade Packages 1, 2, 7, 8, 9 and 1.0 This contract executed this 20th day of December 2020, between the City of Fayetteville, Arkansas (City), 113 W Mountain,` Fayetteville, Arkansas, 72701 and DC Sparks Construction, LLC (DC Sparks). in consideration of the .mutual covenants contained herein, the parties agree as follows: 1. IAC Sparks at its own cost di id expense shall furnish all labor, materials, supplies,. machinery, equipment, tools, supervision, bonds) insurance, tax permits, and all other accessories and services necessary to complete `items bid per 'bid 19-52 as stated in DC Sparks bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid # 19-52, all included herein as if spelled out word for words Pricing shall remain firm for the entire contract period. 2. The City of Fayetteville shall pay for completion of each project based on prices indicated in DC Sparks bid proposal: Payments will be made after approval and acceptance of work and submission of invoice. Payments will be made approximately 30 days after receipt of invoice. The City reserves the right to -withhold retainage in an amount not to exceed state contract limitations. } 1 The Contract documents which comprise the contract between the City of Fayetteville and DC parks consist of this.Contract and the following documents attached hereto, and made a part hereof: A. Appendix Ai Bid form identified as Invitation to Bid 19-52 with the specifications and conditions typed thereon, inclusive of all Addenda issued B, Appendix B: DC Sparks' bid proposal and associated bid bond C. Appendix C: Bid tabulation for Bid 19-52 4. These Contract documents constitute the entire agreement between the City of Fayetteville and DC Sparks and may be modified only by a duly executed written instrument signed by the City of Fayetteville and DCSparks. 5. DC Sparks shall not assign its duties under the terms of this agreement. C. DC Sparks agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, against any and all claims for property damage, personal injury or death, arising from DC Sparks' performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 7. DC Sparks shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Any City of Fayetteville, AR Bid 19-52, Contract for Construction of Fleet Truck Wash, Trade Packages 1, 2, 7, 8, 9 and 10— DC Sparks Page 1 of 3 work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not. protected under Worker's Compensation Insurance, DC Sparks shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. The,premiuims for all insurance required herein shall be paid by DC Sparks. t 1. Workmen's Compensation: StatutoryAmount 2. Comprehensive General & Automobile Insurance $1;000,000 for each accident 3; Bodily Iniury Liability: $1,000,000 for each accident 4. Property Damage Liability: $1,000,000 aggregate. i S. The City u(Fayetteviile slIIH be tespuiisibfe (ut buildei's risk t;uvei age fu► Lhis piuject,. 9. bC Sparks shall furnish proof of licensure as required by all local and state agencies.. I 10. This contract may be terminated by the City of Fayetteville or DC Sparks with 30 calendar days written notice.. 11. This contract shall be effective for this project through completion for the following trade packages as identified in Sid 19-52 fora total not to exceed price of $399,403.20 US DOLLARS which is inclusive of the following breakdown: a. Trade Package 1 of 10, Sitework for $119,987.70 US DOLLARS b. Trade Package 2 of 10, Site Utilities for $41,158.95 US DOLLARS c. Trade Package 7 oir 10, Plumbing for $57,235.50 US DOLLARS d. Trade Package 8 of 10, Electrical for $66,412.50 US DOLLARS e. Trade Package 9 of 10, Mechanical for $34,527.15 US DOLLARS f. Trade Package. 10 of 10, Specialty for $80,081.40 US DOLLARS 12. Project Bonding: Performance and payment bonding. After execution of this contract by all parties, DC _ggk shall provide a 100% separate perfcirii ante and payment bond from a bonding company, licensed to do business in the state of Arkansas, to the City of Fayetteville after being file marked at the Washington County Circuit Clerk's Office. Bonds shall be provided within ten (10) calendar days after contract has been fully executed. All bonds shall be listed with the U.S. Treasury Department listing of approved surety's (T -List) and shall be rated A+ minimum by A. M. Best. 13. Freedom of Information Act: City of Fayetteville 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 City of Fayetteville, AR Bid 19-52, Contract for Construction of Fleet Truck Wash, Trade Packages 1, 2, 7, 8, 9 and 10— DC Sparks Page 2 of 3 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 photo coping costs pursuant to the FOIA maybe assessed for this compliance. 14. Changes in.scope or priceChanges, modifications, or amendments in scope, price or fees to this contract shall not bc,allo%` cd without a prior formall contract amendment approved by the Mayor and the :Fayetteville City'Coun 1cil in advance of the change in scope, cost or fees. i 15. Jurisdiction: Legal jurisdiction to resolve any disputes shall be Washington County, Arkansas, with Arkansas law applying to the case: 16. ArbitrationZMediation: The City will not agree to be forced to mediate or arbitrate any dispute. 17. Interest charges for late payments_ by the City: The City of Fayetteville does NOT agree to any interest or -penalty for "untimely" payments. The City will pay all 'invoices within 30 calendar days of accepted Invoice: 18. Lien: Waivers: The contractor shall ensure that the City of Fayetteville receives lien waivers -from all material s. opliers, subcohb�actors, and sub-subc:orriracturs. DC Sparks shall have each subcontr8CLor and sub -subcontractor land material supplier execute a Written receipt evidencing prior to comment'ement of the work of the subcontractor or material supplier. WITNESS OUR HANDS THIS DAY OF I V' 2020. CITY OF FAYAEVILI<E, �✓ DC SPARKS CONSTRUCTION, LLG rr e • rr �, • DANIEL SPARKS,. PRESIDENT Al I ES'1 �����ERK %4,,0 A I.I ESI(if applicable): .�J.• G1TY •.• �.' r�t/�•�.w t1'TI Kara Paxton, City Clerk _ FA yE7T '3gpmpany Secretary F 17�'i' S •� 17062 Harmon Road •� Date Signed,. © t" .,L'•SP •� `� Business Address Fayetteville, AR 72704 City, State & Zip Code Date Signed: 12/20/2019 City of Fayetteville, AR Bid 19-52, Contract for Construction of Fleet Truck Wash, Trade Packages 1, 2, 7, 8, 9 and 10 •- DC Sparks Page 3 of 3 Project Title: Construction of Fle Owner: City of Fayetteville, Arka Contractor; DC Sparks Construct City Purchase Order #: To be.isst City Contract #: To, be Issued The following changes are h Additions: N/A Deletions[Reductions: • Site Work • Site Utilities i Fibergiass catwalk in lieu *- _TOTAL DEDUCTIONS Justification: Scope reduction to bring the Additional Information: I This Change Order is inclusive of 11 i scope of work. Change Order is t f City of Fayetteville, Arkansas CONTRACT CHANGE ORDER #1 19-52, Construction — Fleet Truck Wash Truck Wash Inc. after City Council Approval of initial Contract and this Change Order City Council Approval of initial Contract and this Change Order made to the contract documents:. ($4;968) ($1,704) steel ($19;172) ll project within budget. Juctibn in performance and payment bonds associated with the decreased ng executed in unification with contract award. Change to Contract Time: The contract time will not be modified as a result of this change order: City of Fayetteville, AR Bid 19-52, Contract for Construction of Fleet Truck Wash, Trade Packages 1, 2, 7, &, 9 and 10— UC Sparks Change Order .1. Page 1 of 2 Contract price prior to thi' Change Order $399,403:20 Decrease in Contract Price resulting from this Change Order ($19,172) - Revised Contract Price, including this Change Order $380,231.20 ,APPROVALS REQUIREM To be effective,, this change order must be approved by the City if it changes -the scope of objective of the project, including.scope of work modifications, or as my otherwise be required under the contract documents; WITNESS OUR. WANDS THE. ATTEST: Kara Paxton, City Clerk Date Signed: �r _ d10 Y OF �a h od 2020, DC SPARKS CONSTRUCTION, LLC sem DANIEL SPARKS, PRESIDENT Date Signed: 12/20/201:9 City of Fayetteville, AR Bid 19-52, Contract for Construction of Fleet Truck Wash, Trade Packages 1, 2, 7, 8, 9 and 10 — DC Sparks Change Order 1 Page 2 of 2 • City of Fayetteville, Arkansas :, :'A C I TY OF Purchasing Division — Room 306 113 W. Mountain FAY'E T T E V I L L E Fayetteville, AR 72701 tor ARKANSAS Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf):479.521.1316 INVITATION TO BID INVITATION TO BID: Bid 19-52: Construction Trade Packages #01-#10 — Fleet Truck Wash DEADLINE: Thursday, November 14, 2019 before 2:00: 0 PM, Local Time PRE-BID: Tuesday, October 29, 2019 @ 10:00 AM Ro City Hall DELIVERY LOCATION: Room 306 — 113 W. Mountai ,t: tteville, AR 72701 PURCHASING AGENT: Les McGaugh, Imcgaugh@fay 'II r.gov DATE OF ISSUE AND ADVERTISEMENT: Tuesd�Q'� . 22 and 29, 2019 INVITAT N BID Bid 19-52, Construction Tra e Pac age # Fleet Truck Wash No late bids will be accepted. Bids shall be su i ed4n sealed - s labeled with the name and address of the bidder. All bids shall be submitted i a r ce with .nr.ched City of Fayetteville specifications and bid documents attached hereto. Each bid � required fi 'n every blank and shall supply all information requested; failure to do so may be ilio .Aasis of reje to \NOTI riliblik LL BIDDERS: All vendors intendin g SHALL r ster .s a plan holder by notifying Les McGaugh, via e-mail at ImcRaugh@fa ettevi - v. When registeri as a plan holder, vendors shall submit primary contact information including name of con , primary contact, phone number, fax number, and physical address. FAILURE TO REGISTER AS A PLAN HOLDER CAN R SULT 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: 241 total pages FILE#2: PROJECT DRAWINGS: 52 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://fayetteville-ar.gov/bids Bidder shall assume all responsibility for receiving updates and any addenda issued to this project by monitoring http://fayetteville-ar.gov/bids. Failure to acknowledge addenda issued as instructed could result in bid rejection. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 1 of 240 Project Manual ,,,‘:--, , ,,, ter' , „is '&•1 . c(6` CITY OF FA.Y ETT \,E 4Cr*ARK isi., FAYE . E, , 1 of ARK*, A , . 6.\ sg Co �i ction rade Packages #01-#10 : Fayetteville Fleet Truck Wash BID # 19-52 Date: October 22, 2019 City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 2 of 240 CITY OF VRKNAsvcLE AAProject Check List This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Information is shown below only as a matter of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. 5%Bid Bond of the amount bid accompanied by required documentation (P ofl,ttorney, etc.) - In lieu of a bid bond,the bidder may submit a cashier's check from b k located in the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of e ctive alternates). Cashiers checks shall be made payable to the City of Fayetteville, AR. I ��' All addenda shall be signed, acknowledged, and submitte o appropriate forms (submitting the actual addendums or marking acknowledgement on other bid p All line items shall be appropriately filled out and xten to reveal th me item price as well as the total bid price. Total base bid should be calculated in the pro ' space. *sift, Cie All pages provided with signature ' e appro isi tb igned, dated accordingly, and included with submitted bid documents All bid documents shall be ell* . 'n a sealed • - to the address listed below before the stated deadline on the coversheet of the bi . II . .s should b_ot. ered with the name of the bidder (contractor) on the sealed envelope as well as t bidders kansas CA.116 t.: s License Number. ♦4R;4\ i o t ,AR Pu hasing DivisionFayeteville Suite 306 113 W. Mountain Fayetteville, AR 72702 CONTRACTOR NAME: ARKANSAS CONTRACTORS LICENSE NUMBER: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 3 of 240 City of Fayetteville Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Advertisement City of Fayetteville,Arkansas INVITATION TO BID Bid 19-52, Construction— Fleet Truck Wash The City of Fayetteville is accepting bids from properly licensed and authorized firms for subcontractor packages as listed below. Questions should be addressed to Les McGaugh, Purchasing Agent at Imcgaugh@fayetteville- ar.gov or by calling (479) 575-8220. All bids shall be submitted in a sealed envelope or package labeled with th- .id number and trade package number as listed below. All bids shall be received by Thursday November 14 <,9`' Akre 2:00 PM, local time at the City of Fayetteville, Purchasing Division — Room 306, 113 West Mou a , Si eet, Fayetteville, AR 72701. A public bid opening will be conducted shortly after the deadline at Cit . o late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected ' ttk Trade Packages: A\ 1 Bid 19-52,Package 01:Sitework 'Bid 19-52,Package 02:Utilities Nal Bid 19-52,Package 03:Building Concrete—Concrete Aprons Bid 19-52,Package 04:PEMB Bid 19-52,Package 05:PEMB Erection Bid 19-52,Package 06:Overhead Doors <0(11/ Bid 19-52,Package 07:Plumbing Bid 19-52,Package 08:Electrical Bid 19 52,Package 09:Mechanical 0)/ ,44( 41411. 1 Bid 19-52,Package 10:Specialty Bidding documents and pla s shall obtained ity of Fayetteville Purchasing Division electronically. No partial sets shall be issued. �ii' s may als. ,..._ r- e onl at the Fayetteville Purchasing Division. Addendum notifications and updat\V holder li•'i* "'N I be posted on the City's website at http://fayetteville- ar.gov/bids . 41R? All vendors intending on bidding SHALL register as a plan holder by notifying Les McGaugh, via e-mail. 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. A non-mandatory Pre-Bid meeting will be held Tuesday October 29, 2019 at 10:00 AM in Room 326 of City Hall. All interested parties are encouraged to attend. Each bid shall be accompanied by a cashier's check from a bank doing business in the State of Arkansas or a corporate bid bond in an amount not less than five (5) percent of the amount bid. A State of Arkansas City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 4 of 240 Contractor's License is required for all bid and license shall be valid at the time of bid deadline. 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 of Fayetteville reserves the right to waive irregularities, reject bids, and postpone the award of any Contract for a period of time which shall not exceed beyond sixty (60) days from the bid opening date. City of Fayetteville By: Les McGaugh, Purchasing Agent P: 479.575.8220 Email: Imcgaugh@fayetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479)521-1316 Date of Advertisement: 10.22.19 and 10.29.19 to• 0.1 irlS • CP • <0(1/.1 &.44v 1\° 6c1\ <b• City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 5 of 240 City of Fayetteville Bid 19-52, Construction Trade Packages#01410—Fleet Truck Wash Bid Form Contract Time: BID FORM Combination Pricing — List combination packages . ( ) Base Bid $ Performance & Payment Bond Premium (Amount or Percentage) $ ***Note: Please be advised that for Combination Pricing to be co sidered,applicable individual Trade Contracts MUST be filled out as well,includi elates. Failure to do so will deem the bidders Combination Pricing non-responsive. - tent of Combination Pricing is to capture discounts through the award of mul ' ckages*** lk ***Alternates as defined in Trade Bid Packag otdendum*** Trade Contract 01 - Sitework 00 Base Bid ISZPIII$ Performance &Bond (Amount or Percentagh &4, $ Trade Contract 02 — Si e ' ' ies ic\ Base Bid .0 $ Performance &Bond (Amount r rcentage) . 1(:: $ Trade Contr uildin Concrete and Concrete Aprons Base Bid $ Performance & Bond (Amount or Percentage) $ Trade Contract 04 — Pre-Engineered Metal Building_ Base Bid $ Performance & Bond (Amount or Percentage) $ Alternate#1 delete metal wall liner panels at interiors $ City of Fayetteville,AR I Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 6 of 240 Trade Contract 05 — Pre- Engineered Metal Building Erection Base Bid $ Performance & Bond (Amount or Percentage) $ Alternate#1 install PVC Trusscore Panels at interior walls and ceilings $ Trade Contract 06 — Overhead Doors Base Bid -coiling overhead door $ Performance & Bond (Amount or Percentage) $ Alternate#1 sectional overhead door with track rip .4)Ls% Trade Contract 07 — Plumbing \S(61111$Base Bid Performance &Bond (Amount or Percentage) $ CP Trade Contract 08 — Electric Iimir Base Bid .` Performance &Bond (Amount or Percenta $ Trade Contract 0 - Nhecha Base Bid • $ Performance &B..' nt or Percenta ) $ Trade Contract 10 — Specialty Base Bid (steel fabricated stair, walkway and grates and installation) $ Performance &Bond (Amount or Percentage) $ Alternate#1 (Fiberglass reinforced stair, walkway and grates and installation) $ UNIT PRICING ON NEXT SHEET: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10- Fleet Truck Wash Page 7 of 240 **BID BONDS SHALL NOT BE LESS THAN 5% THE SUM OF ALL INDIVIDUAL BIDS GIVEN OR 5% THE SUM OF COMBINATION BID.** ** BIDS SHALL BE AWARDED BASED ON CONSIDERATION OF INDIVIDUAL PACKAGES OR COMBINED PACKAGES FOR OVERALL LOWEST AMOUNT. ** UNIT PRICING (As Defined on Trade Bid Package or Addendum) UNIT PRICE#1 Undercut and fill $ UNIT PRICE 142 Drilled pier per Linear Foot $ ALL BIDDERS SHALL COMPLETE THE "TECHNICAL SPECIFIC` a "LECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THE PROVIDED "TE SPECIFICATION" FORM • IN A COMPLETED FORMAT CAN RESU � REJECTION. Bids shall be submitted on this bid form in its entirety AND a ri, • nied •,;•escri.tive literature on the products being bid. The City reserves the right to award this bi., bas: the City '- interest at the time of product order. The manufacturer shall provi st p►ed dr from a licensed engineer or archit e Sta rkansas. I • 6 ZNI91 City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 8 of 240 EXECUTION OF BID- Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature,deviation shall be documented and certified by the manufacturer as a regular production option. Upon signing this Bid,the bidder certifies that: 1. He/she has read and agrees to the requirements set forth in this proposal, including specifications,terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. The Bidder can and will comply with all specifications and requirements for d ' ery, documentation and support as specified herein. 4. I, as an officer of this organization, or per the attached letter of author' a , m duly authorized to certify the information provided herein is accurate and true. 5. Bidder shall comply with all State and Federal Equal Ophand Non-Discrimination requirements and conditions of employment in addition to all federal, state, al laws. 0 6. Bidder shall disclose any possible conflict of intere with he City of Faye ville, including, but not limited to, any relationship with any City of Fayetteville employee. nse shall clos f a known relationship exists between any principal or employee of your firm anCity of Fayett-\itl e ee or elected City of Fayetteville official. t If no relationship exists, this should al e at in your r- s . Failure to disclose such a relationship may result in cancellation of a purchase a / o ct as a r . •ur response. 1.) NOK EL TIONSHIZ RELATNSHIP E se ) ex lain : p • 7. Bidder will per • ALUt rk in comp ce i all applicable trench safety standards set forth in Occupational Safety and .,10 , •nistration (OSHA art 1926—Subpart P—Excavations. Vrl 8. As A bidder on thi project,you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. a. Federal Executive Order(E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub-recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 9 of 240 Unsigned bids will be rejected.Items marked*are mandatory for consideration. *NAME OF FIRM: Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name *BUSINESS ADDRESS: *CITY: *STATE: *ZIP: *PHONE: FAX: *E-MAIL: *BY: (PRINTED NAME) *AUTHORIZED SIGNATURE: filt(C'tb* *TITLE: DUNS NUMBER: CAGEBER: *TAX ID NUMBER: ` Acknowledge Addendums: 40 ;f41) Addendum No. Dated: Acknc :ed by: _ Addendum No. Date . c ledged by: Addendum No. Nokcknowledged by: Addendum No. Dated: Acknowledged by: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 10 of 240 City of Fayetteville Bid 17-44, Construction Trade Package#1-Sitework—Fayetteville Fleet Truck and Car Wash Instructions to Bidders PART ONE- DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the General Conditions have the meanings assigned to them in the General Conditions. Certain additional terms used in these Instructions to Bidders have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2 Bidder - one who submits a Bid directly to City of Fayetteville as distinct from a sub-bidder, which submits a bid to a Bidder. 1.3 Issuing Office - the office from which the Bidding Documents are to tOiospyled and where the bidding procedures are to be administered. C.0) 1.4 Successful Bidder - the lowest, responsible, and responsivB' whom the City of Fayetteville (on the basis of the City of Fayetteville's evaluation as hereinaft vided) makes an award. i, PART TWO-COPIES OF BIDDING DOCUMENTS OCI\ 2.1 Complete sets of the Bidding Documents in t nu ber and fort deposit sum, if any, stated in the Advertisement for Bids may be obtained from th suingcf ' (Il 2.2 Complete sets of Bidding Docum s m ee used i . :•�'Fing Bids. Neither City of Fayetteville nor Architect assumes any responsi y r errors . interpretations resulting from the use of incomplete sets of Bidding D 40 . 0 2.3 City of Fayetteville and it in makint .. -s of Bidding Documents available on the above terms do so only for the rpose o obtaining : . • the Work and do not confer a license or grant for any other use. �• PART THREE- EXA '�/� N'OF SITE AND CO TRACT DOCUMENTS 3.1 Bidders are advised that the Drawings and Specifications are on file at the City of Fayetteville Purchasing Division, and shall constitute all of the information which the City of Fayetteville shall furnish. No other information given or sounding made by the City of Fayetteville or any official thereof, prior to the execution of said contract, shall ever become a part of, or change the contract, drawings, specifications and estimates, or be binding on City of Fayetteville. • Prior to submitting any Bid, Bidders are required to: read carefully the Specifications, contract, and Bonds; examine carefully all Drawings; visit the site of the Work to carefully examine local conditions; inform themselves by their independent research and sounding of the difficulties to be encountered, and all attending circumstances affecting the cost of doing the work, and the time specified for its completion; and obtain all information required to make an intelligent bid. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 11 of 240 3.2 Bidders shall rely exclusively upon their surveys, estimates, investigations, and other things which are necessary for full and complete information upon which the bid may be made and for which a contract is to be awarded.The Bid Form, providing for unit and lump sum prices bid by the Contractor, contains a statement that all bids are made with the full knowledge of the difficulties and conditions that may be encountered, the kind, quality and quantity of the plans, work to be done, excavation, and materials required and with full knowledge of the drawings, profiles, specifications, and estimates and all provisions of the contract and Bonds. 3.3 Bidders shall promptly notify Architect of all conflicts, errors, ambiguities, or discrepancies which Bidder has discovered in or between the Contract Documents and such other related documents. 3.4 Information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the site is based upon info ..,:tion and data furnished to City of Fayetteville and Architect by City of Fayetteville's of such Undergr' • • .cilities or others, and City of Q)bFayetteville and Architect do not assume responsibility for the a •r completeness thereof unless 1S it is expressly provided otherwise in the Supplementary Condi 3.5 On request, City of Fayetteville will provide each Bidder the site to conduct such examinations, investigations, explorations, tests, and studies as ea - er deems necessary for submission of a Bid. Bidder must fill all holes and clean up and res t l e to its conditions upon completion of such explorations, investigations, tests, and st ies. 3.6 Reference is made to the General Req ents for th • c�ti a ion of the general nature of work that is to be performed at the site b y .)yettevil Ners (such as utilities and other prime contractors) that relates to the w ich a By • e submitted. On request, and as available, e c City of Fayetteville will pro '• h Bidd- r xamination, access to or copies of Contract Documents (other than por ereof relate.I! i ice) for such work. 3.7 The submission of Bid wi onstitut 1 ontrovertible representation by Bidder that Bidder has complied with ever quirement th tic e 3, that without exception the Bid is premised upon performing a••� g the W re u ed by the Contract Documents and applying the specific means, me 41•1114, niques, segue es, or procedures of construction (if any) that may be shown or indicated or ' -ssly required by the Contract Documents, that Bidder has given Architect written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Contract Documents and that the written resolutions thereof by Architect are acceptable to Bidder, and that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. PART FOUR-AVAILABILITY OF LANDS FOR WORK AND WORK BY OTHERS 4.1 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 City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 12 of 240 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 City of Fayetteville unless otherwise provided in the Contract Documents. PART FIVE- INTERPRETATION OF CONTRACT DOCUMENTS AND ADDENDA 5.1 If any person contemplating submitting a bid for construction of the Work is in doubt as to the true meaning of any part of the proposed Contract Documents or finds discrepancies in or omissions from any part of the proposed Contract Documents, he should submit a written request for interpretation thereof to the Architect not later than seven days before the date set for bid opening. The person submitting the request shall be responsible for its prompt delivery. 5.2 Interpretation or correction of proposed Contract Documents will be made only by Addendum to all holders of Bidding Documents. Only questions answered by formal itten Addenda will be binding. Oral and other interpretations or clarifications will be without legal c . t�j of Fayetteville will not be responsible for any other explanations or interpretations of the p Contract Documents. 5.3 Addenda may also be issued to modify the Bidding A u n s as deemed advisable by City of Fayetteville. ic"\ 5.4 Bidder assumes all responsibility for checki -IV 's webs www.accessfayetteville.org for updates and addenda issued to this project. PART SIX-APPROXIMATE ESTIMATE OF QUANVolSsift,ot 6.1 The provided estimate of quantiti s roximat: . d shall be the basis for receiving unit price bids for each item but shall • 4c ii • : s se s as actual quantities that may be required for the completion of the prop•el ork. Howeve r• quantities, at the unit and lump sum prices bid for each item, shall determith- ount of (lb •id for comparison of Bids and aid in determining the low and responsive idder f the purp - arding the contract, and will be used as basis for fixing the amount of the r 'red Bonds. • PART SEVEN- PRICRtrib ` 7.1 Bidders must state a price for each item of work named in the Bid Form. Unit and Lump Sum prices shall include amounts sufficient for the furnishing of all labor, materials, tools, equipment, and apparatus of every description to construct, erect, and finish completely all of the work as called for in the Specifications or indicated on the Drawings. 7.2 Prices bid on the various items in the Bid Form shall bear a fair relationship to the cost of the work to be done. Bids which appear unbalanced and are deemed not to be in the best interest of City of Fayetteville may be rejected at the discretion of City of Fayetteville. 7.3 By submission of a Bid, Bidder represents that Bidder has considered the entire Project and the Work required, and has reviewed the Drawings and Specifications to verify the full scope of the Work. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 13 of 240 PART EIGHT- BID FORM 8.1 Bids are due as indicated in the Advertisement for Bids. 8.2 Bids must be made out in ink on the Bid Form included in these Bidding Documents. The unit price or lump sum bid for each item must be stated in figures and in words in the appropriate blank spaces provided on the Bid Form. The figures must be clear and distinctly legible so that no question can arise as to their intent and meaning. In case of a difference in the written words and figures, the amount stated in written words shall govern. 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. 8.3 Bids which are incomplete, unbalanced, conditional, or obscure or h contain additions not called for, erasures, alterations, or irregularities of any kind or which do n. o .Iy�with these Instructions to Bidders may be rejected as informal or non-responsive at the • . .. - City of Fayetteville. However, City of Fayetteville reserves the right to waive technicalities a ':90: ges, alterations, or revisions and to make the award in the best interest of City of Fayettevill 8.4 Address sealed bids to City of Fayetteville, and delive caddress given in the Advertisement for Bids on or before the day and hour set for openin' e V •. Enclos ompleted Bid Form and Project Manual in a sealed envelope bearing the title ,f th- •roject, the n e of the Bidder, Bidder's Arkansas Contractor's License Number, and the date an. our of th bid pening. If this sealed envelope is delivered by a public carrier, it must b ntained in a •t rr lope addressed to City of Fayetteville and the attention of the project e. I •Nhe sol: • N.nsibility of Bidder to see that the Bid is received on time. # 41(1\ 8.5 Acceptance of deductive alt r • bids is at th of Fayetteville's discretion, as best services the City of Fayetteville's interest. ch •uctive a .%te, if presented, will be provided on the Bid Form. The price of the Bid for ach de ctive alt !ill be the amount to be deducted from the price of the Total Base Bid if th . y of Fayet • le cts any of the alternates. The unit price amount for each alternate shal epi e as the u p e mount listed in the Bid. 8.6 No Bidder sh ulge the information in the Bid to any person whomsoever, except those having a partnership or other financial interest with him in the Bid, until after the bids have been opened. PART NINE-SIGNATURE ON BIDS 9.1 If the Bid is made by an individual, the firm name must be given, and the Bid Form signed by the individual or a duly authorized agent. If the Bid is made by a partnership, the firm name and the names of each member must be given, and the Bid signed by a member of the partnership, or a person duly authorized. If the Bid is made by a company or corporation, the company or corporate name must be given and the Bid signed by an officer or agent duly authorized. The corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 14 of 240 9.2 All names must be typed or printed in black ink below the signature. 9.3 The address and telephone number for communications regarding the Bid must be shown. 9.4 Powers of attorney, properly certified, for agents and others to sign Bids must be in writing and filed with City of Fayetteville. 9.5 The Bid shall also contain a signed acknowledgment of receipt of all Addenda. PART TEN- BID SECURITY 10.1 A five percent (5%) bid security, in the form of a bid bond, or cashier's check from a bank located in the State of Arkansas, as stated in the Advertisement For Bids, shall acco ny each bid. Bid bonds for the difference in price between low bidder and second low bidder sha o acceptable. The Successful Bidder's security will be retained until City of Fayetteville rece' ICA Agreement and required Bonds and Certificates of Insurance. If the Successful Bidder f ecute and deliver the Agreement and furnish the required contract security within fifteen a�a ter the Notice of Selection, City of Fayetteville may annul the Notice of Selection and the B' y of that Bidder will be forfeited. 10.2 The City of Fayetteville reserves the right to r - ecurity • e Successful Bidder enters into the Contract or until sixty (60) days after bid eni , whichever i ooner. Cash equivalent security of the second and third low bidder may be exchan or an e 'vale bid bond after bid tabulations are <0 complete or thirty (30) days after bid ing,w hichev is\ e . PART ELEVEN - PERFORMANCE BOND AND BOND elk 11.1 Prior to signing the Agree , ontractor srnish a surety performance Bond and a payment Bond, equal to one hund pe - nt of the 'r.' act price. 11.2 Contractor shall pa expenses`` o ion with the obtaining of said Bonds. The Bonds shall be conditioned t .tfor shall fa u erform the contract and shall pay all indebtedness for labor and materi. . d or performe in the construction of such alterations and additions as prescribed in this contra W 11.3 The surety company issuing the Bonds must be a solvent company on the "Surety Companies Annual List" issued by the U.S. Department of the Treasury, and the Bonds are not to be issued in an amount greater than the underwriting limitations for the surety company as set out therein. 11.4 In Arkansas, prevailing law requires that performance and payment Bonds on public works contracts shall be executed by a resident local agent who is licensed by the Insurance Commissioner to represent the surety company executing said Bonds and filing with such Bonds his Power of Attorney as his authority. The mere countersigning of the Bonds will not be sufficient. 11.5 The date of the Bonds, and of the Power of Attorney, must not be prior to the date of the contract. At City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 15 of 240 least two originals of the Bonds shall be furnished, each with Power of Attorney attached. 11.6 Bonds are to be approved by City of Fayetteville. If any Bonds contracted for become unsatisfactory or unacceptable to City of Fayetteville after the acceptance and approval thereof, Contractor, upon being notified to that effect, shall promptly execute and furnish acceptable Bonds in the amounts herein specified. Upon presentation of acceptable Bonds, the unsatisfactory Bonds may be canceled at the discretion of Contractor. 11.7 The bonds shall be presented to the City after being file marked at the Washington County Circuit Clerk's Office. Multiple copies of the original bonds may be necessary for filing purposes. PART TWELVE-CONTRACT TIME 12.1 The number of days within which, or the dates by which the Work is tte substantially completed and also completed and ready for final payment is outlined in the Bid For.Nil PART THIRTEEN - LIQUIDATED DAMAGES <6. 13.1 Provisions for liquidated damages, if any, are set forth ircftti Form. PART FOURTEEN-SUBCONTRACTORS SUPPLIERS AND 14.1 Contractor shall not assign or sublet all or any p f this con act ithout the prior written approval of City of Fayetteville nor shall Contract low such sue ♦i1 a o to commence work until approval of workman's compensation insuranc d u itliability ;,�ce as may be required. Approval of each subcontract by City of Fayetteville o manne .- Contractor from any obligations as set out in the Drawings, Specificatio corm , and Bo . PART FIFTEEN-SUBSTITUTE AND1V E AL" ITEMig 15.1 Any reference to a icular bra r ufacture is in an effort to establish an acceptable level of quality for thi . . Brands o a cturers that are included in a bid that are of at least equal quality, siz- itito fication as to w t has been specified, will be acceptable for consideration. PART SIXTEEN -COMPLIANCE WITH STATE LICENSING LAW 16.1 A Contractor's License is required to bid this project, however, prior to executing the agreement with the City of Fayetteville, the Contractor shall be licensed in accordance with the requirements of Act 150, Arkansas Acts of 1965, the "Arkansas State Licensing Law for Contractors" for bids in excess of$20,000. PART SEVENTEEN -QUALIFICATIONS AND RESPONSIBILITY OF BIDDERS 17.1 To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit within five days after bid opening, upon City of Fayetteville's or Architect's request, detailed written evidence such as financial data, present commitments, and other such data as may be called for. Each Bid must contain City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 16 of 240 evidence of Bidder's qualification to do business in the State of Arkansas. PART EIGHTEEN - DISQUALIFICATIONS OF BIDDERS 18.1 Any one or more of the following may be considered as sufficient for the disqualification of bidders and the rejection of Bids. 18.2 More than one Bid Form for the same work from an individual, firm, partnership, or corporation under the same or different names. 18.3 Evidence of collusion among bidders. Participants in such collusion may receive no recognition as bidders for any future work. 18.4 Unbalanced Bid Forms in which the prices for some items are out of 'eportion to the prices for other • items, or changes written in, or amendments by letter, or failure to .. - . Unit price for each item of work for which a bid price is required by the Bid Form, or f include all required contract documents. 18.5 Lack of competency as revealed by the financial t, experience, plant, and equipment statements submitted. Lack of responsibility as sh past work judged from the standpoint of workmanship and progress. 18.6 Uncompleted work which, in the judgment of f Fayette 'Ile, ight hinder or prevent the prompt completion of additional work if awar411 18.7 Being in arrears on existing cont , • itigation"Niefty of Fayetteville, or having defaulted on a previous contract. PART NINETEEN- PENIN OPENING OF BIP\ 19.1 Bids will be opened read alou( • t t e place where Bids are to be submitted in a room to be designated b + etteville t rs. the bid opening. An abstract of the amounts of the base Bids and m:if ates (if any) wil 3e made available to Bidders after the opening of Bids. PART TWENTY-CONSIDERATION OF BIDS 20.1 After the bids are opened and read, the quantities will be extended and totaled in accordance with the bid prices of the accepted Bids. This review of the Bids will confirm the low bidder. 20.2 In evaluating Bids, City of Fayetteville will consider the qualifications of 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 Selection. 20.3 City of Fayetteville 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 City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 17 of 240 Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Supplementary Conditions. City of Fayetteville also may consider the operating costs, maintenance requirements, performance data, and guarantees of major items of materials and equipment proposed for incorporation in the Work when such data is required to be submitted prior to the Notice of Selection. PART TWENTY-ONE- RIGHT TO REJECT BIDS 21.1 City of Fayetteville reserves the right to reject any and all Bids, to waive technicalities, and to advertise for new bids. All Bids are subject to this reservation. City of Fayetteville reserves to itself the right to decide which shall be deemed the lowest responsive and responsible Bid. Due consideration will be given to the reputation,financial ability, experience and equipment of the Bidder. 21.2 City of Fayetteville also reserves the right to waive informalities not i lying price, time or changes in the Work and to negotiate contract terms with the Successful Bidder C PART TWENTY-TWO-AWARDING OF CONTRACT ctb* , 22.1 City of Fayetteville reserves the right to withhold the awdf a contract a reasonable period of time from the date of opening bids, not to exceed sixty iCisi except with the consent of the Successful Bidder. The awarding of a contract upon a sucIt shall giv idder no right to action or claim against City of Fayetteville upon the contract ntil t e contract is duced to writing and signed by the contracting parties. The letting of a contract s of be co plet until the contract is executed and the necessary Bonds approved. ` PART TWENTY-THREE- RETAINAGE <09/.1 i� 23.1 Provisions concerning retai /d Contracto i hts to deposit securities in lieu of retainage are set forth in the Agreement. f\ IQ 1 PART TWENTY-FOUR-SIGN OF AGREET i449• 24.1 When City ille gives a NoNce of Selection to the Successful Bidder, it will be accompanied by the number o lir igned counterparts of the Agreement as indicated in the Supplementary Conditions, with all other written Contract Documents attached. Within ten (10) days thereafter, Contractor shall sign and deliver the required number of counterparts of the Agreement and attached documents to City of Fayetteville with the required Bonds & Certificate of Insurance. Within ten (1.0) days thereafter City of Fayetteville shall deliver one fully signed counterpart to Contractor. PART TWENTY-FIVE- MATERIALS GUARANTY 25.1 Before any contract is awarded Bidder may be required to furnish a complete statement of the origin, composition, or manufacture of any or all materials proposed to be used in the construction of the Work, together with samples, which may be subjected to tests provided for in the Specifications to determine their quality and fitness for the Work. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 18 of 240 PART TWENTY-SIX- FAMILIARITY WITH LAWS 26.1 Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Contractor will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. PART TWENTY-SEVEN -ADDITIONAL LAWS AND REGULATIONS Bidders' attention is called to the following laws and regulations which may have an impact on the Work and on the preparation of the Bid. �� 27.1 Americans with Disabilities Act. 27.2 Storm water discharge regulations, enacted under thetItc Yater Act and administered by the ik Arkansas Department of Environmental Quality (ADEQ4CI a general permits program. Contractor may be required to obtain coverage under general p R 001000 prior to commencing work at the .site. 27.3 Arkansas Act 291 of 1993, dealing with excavati fety, ign into aw on March 1, 1993. PART TWENTY-EIGHT—PAST EXPERIENCE R IR D ` 28.1 All bidders shall have past ex•- ier� j providi ila work as described for this project. The City of Fayetteville reserves the ri: tr• eject for ina�te experience. A minimum of four (4) references are required. 1\ . 6 End of Section <;> 09 City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 19 of 240 City of Fayetteville Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash General Terms and Conditions 1. SUBMISSION OF BID& BID EVALUATION: a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing 1 Division. c. Bids shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville, Purchasing Division, Room 306, 113 W. Mountain, Fayetteville,AR 72701. The name, address of the firm and Bid, RFP, or RFQ number shall be on the outside of the packaging as well as on any packages enclosed in shipping containers or boxes. X%4,4% d. The City will not be responsible for misdirected bids.Vend. o d call the Purchasing Office at 479.575.8220 to ensure correct receipt of bidding docum -re .rior to opening time and date listed on the bid form. e. Bidders shall have experience in providing pr s nd/or services of the same or similar nature. f. Bidder is advised that exceptions to an of thOms contai this bid must be identified in its response to the bid. Failure to do so ad the Ci y to Clare any such term non- negotiable. Proposer's desire to ke exception to* otiable term will not disqualify it from consideration for award. g. Local time is defined as th ayettevi sas on the due date of the deadline. Bids shall be received befor the i as show th atomic clock located in the Purchasing Division Office. h. Bids will be evaluawarded . on the best interest of the City of Fayetteville.The City reserves the ':ht to a and bids • -i -ntirety, none, or by line item. 2. WRITTEN REQUESTSSFIllb RPRETAT V'..7' LARIFICATION: 4psNo oral interpr., : ill be made to a firms as to the meaning of specifications or any other contract documents. All q .ns pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the bid. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. 3. DESCRIPTION OF SUPPLIES AND SERVICES: Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 20 of 240 • 4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. 5. COSTS INCURRED BY BIDDERS: \•.11 All expenses involved with the preparation and submission of bids to t e it or any work performed in connection therewith, shall be borne solely by the bidder(s). No pa ill be made for any responses received, or for any other effort required of, or made by, the b s for to contract commencement. 6. CONFLICT OF INTEREST: a. The bidder represents that it presently has nr j rr t and all acquire no interest, either direct or indirect, which would conflict in any ann , th the pe ce or services required hereunder, as provided in City of Fayet ill ode Sec •on 3 26 titled "Authority of City Employee to Contract with the C ". • b. All bidders shall promptly n. • L Naugh, • \ asing Agent, in writing, of all potential conflicts of interest for any , •e ive busi ciation, interest, or other circumstance which may influence tb ppy. •. influen - der's judgment or quality of services being provided. Such writt fication shall A:, i the prospective business association, interest or circumstance,the turf which tm-,:y,•-r may undertake and request an opinion to the City as to wheth- the as iation, in w_ circumstance would, in the opinion of the City, constitute a aiiflict of inte i re. into by the bidder.The City agrees to communicate with the opinion - r first-class mail within thirty days of receipt of not' - 7. WITHDRAWL OF P• OSAL: A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the Purchasing Division. 8. LATE PROPOSAL OR MODIFICATIONS: Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted.The City will not be responsible for misdirected bids. Bidders should call the Purchasing Division at (479) 575-8220 to insure receipt of their submittal documents prior to opening time and date listed. 9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 21 of 240 a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. b. 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. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder,the bidder agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire tuy4knder this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative an , ju.i I branches, political subdivisions (counties, local district school boards, community colle: q . cipalities, counties, or other public agencies or authorities), which may desire to purchase n 4-rms and conditions of the contract. 11. COLLUSION: cl\ The Proposer, by affixing his or her signature to thi . .10 agreesollowing: "bidder certifies that his or her bid is made without previous understant 'ng, a reement, or c nection with any person, firm or corporation making a proposal for the same item(s) . . or sed-vi and s in all respects fair, without outside control, collusion, fraud, or other illegal action.' ` 12. RIGHT TO AUDIT, FOIA,AND JURISDICI '1 ff a. The City of Fayettevill- ese e privil f diting a vendor's records as such records relate to purchases .It. -n the City any vendor. b. Freedom of Inforrid�'on -ct: City co it s and documents prepared while performing City contractual ark are s bject to iiii '. sas Freedom of Information Act. If a Freedom of Informatjpn elk -quest is •i, -. . a to the City of Fayetteville, the (Contractor) will do every, .wile to provia the documents in a prompt and timely manner as prescribed in the :'7!r s reedom of Info ation Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photoc. - /mg costs pursuant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. 13. CITY INDEMNIFICATION: The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City. 14. VARIANCE FROM STANDARD TERMS&CONDITIONS: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 22 of 240 All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. 15. ADA REQUIREMENT FOR PUBLIC NOTICES&TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 17. PAYMENTS AND INVOICING: 41 The bidder must specify in their bid the exact company name and a r ich must be the same as p Y p Y invoices submitted for payment as a result of award of this bid F h he successful bidder is responsible for immediately notifying the Purchasing Division of any corn e change, which would cause invoicing to change from the name used at the time of the ' i bid. Payment will be made within thirty days of invoice received.The City of Fayetteville is ver ah rthy F •• will not pay any interest, fees, or penalty for untimely payments. Payments can be p ices -. rough biAl ' acceptance of Visa at no additional costs to the City for expedited payment • ice ing.The ity w not agree to any nonrefundable deposit or retainer that would remain prop ty of the •idder.v e hourly work actually performed by the bidder would not justify such fee. 411 The City will pay the awarded bidder nit pric ed on invoicing. Progress payments will be made after approval and accepta e o, and su io of invoice. Payments will be made within 30 days of accepted invoice. 18. CANCELLATION: 11\ a. The City rese• -s the right • ca - is ontract without cause by giving thirty (30) days prior notice t• : q. ractor in * . . the intention to cancel or with cause if at any time the Con 40• . ' s to fulfill or ab +e by any of the terms or conditions specified. b. Failure 401 e contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. 19. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 23 of 240 a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work,the bidder shall disclose such intent in the bid submitted as a result of this bid. b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty(30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first.The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vend ^or 4q work of this type, which may develop during the contract period.This is not an exclusive contracr T ty specifically reserves the right to concurrently contract with other companies for similar work . • s such an action to be in the City's best interest. In the case of multiple-term contracts, this r si 40. all apply separately to each item. 21. LOBBYING: Lobbying of selection committee members, City of Fayet��' mployees, or elected officials regarding request for proposals, request for qualifications, bi• :,r ,'SLP acts, du ,W •- pendency of bid protest, by the bidder/proposer/protestor or any member of . e bit •er's/propose 4./protector's staff, and agent of the bidder/proposer/protestor, or any person employes . • .ny lea tity a iliated with or representing an organization that is responding to the req for roposal, -• es or qualification, bid or contract, or has a pending bid protest is strictly prohibi it e ?on adv:el •nt or on a date established by the City of Fayetteville and shall be prohibited un I an aware . or the protest is finally resolved by the City of Fayetteville; provided, howev of erein s . oh sit a prospective/bidder/proposer from contacting the Purchasing Divisi ddress situa s uch as clarification and/or questions related to the procurement process. For p se this pro. % lo bying activities shall include but not be limited to, influencing or attempti • to infl nce actio . 4-action in connection with any request for proposal, request for qualificatio .,• or contra1: direct or indirect oral or written communication or an attempt to obtai •o . persons a o e titles specified in this provision. Such actions may cause any request for pr. . west for qualific ion, bid or contract to be rejected. 22. ADDITIONAL REQU'MENTS: The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 24. INTEGRITY OF BID DOCUMENTS: City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 24 of 240 Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder,whether intentional or otherwise, will constitute grounds for rejection of such response.Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 25. OTHER GENERAL CONDITIONS: a. Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shal binding unless embodied in the contract. .1 b. Prices shall include all labor, materials, overhead, profit, insuran , ng, freight, etc., to cover the products and services presented.Sales tax shall not be include n id price. Applicable Arkansas sales tax laws will apply when necessary but will not be consider cc of this project. c. Each bidder should state the anticipated number of da the date of receipt of an order for delivery of services to the City of Fayetteville. d. Bidders must provide the City with their bids si ned an employe aving legal authority to submit bids on behalf of the bidder.The entire cost of p ring in ovidi g responses shall be borne by the bidder. .1 ` e. The City reserves the right to requ y itional inft Aup on it deems necessary from any or all bidders after the submission deadli . f. The request for bid is not to �' . strued as an contract, or a commitment of any kind; nor does it commit the city to pay an •asts incurga adder in preparation. It shall be clearly understood that any costs incurred by th roposer• - ding to this request for proposal is at the bidder's own risk and expense as st of doing sins h- City of Fayetteville shall not be liable for reimbursementt t poser for p nse so incurred, regardless of whether or not the proposal is accepted g. If products, co nents, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. h. NOTE: Any uncertainties shall be brought to the attention to Les McGaugh immediately via telephone (479.575.8220) or e-mail (Imcgaugh@fayetteville-ar.gov). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all bidders to be on equal bidding terms. i. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Les McGaugh, City of Fayetteville, Purchasing Agent via e-mail (Imcgaugh@fayetteville-ar.gov) or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 25 of 240 part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. j. Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to properly respond to this bid.The bid is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements, but is not intended to limit a bid's content or to exclude any relevant or essential data. k. Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. I. The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. Isehe successful bidder assigns all or any part of any monies due or to become due under this on t, the Instrument of assignment shall contain a clause substantially to the effect that is at the right of the assignee in and to any monies due or to become due to the successful bid s e subject to prior liens of all persons,firms, and corporations for services rendered or ma i supplied for the performance of the services called for in this contract. m. The successful bidder's attention is directed to th a( 160 t II appy. •le Federal and State laws, municipal ordinances, and the rules and regula ns . authoritie 7 I :jurisdiction over the services shall apply to the contract throughout, and they ' deemed .o be cluded in the contract as though written out in full herein.The successful . der shall kee• Iti, --rself fully informed of all laws, ordinances and regulations of the Fete I, tatNand mu,' .•�•vernments or authorities in any manner affecting those engaged or employ • •r ding the • _ -s or in any way affecting the conduct of the services and of all orders and decree of .odies or t un having any jurisdiction or authority over same. If any discrepancy or inconsi. ould be dis- P e in these Contract Documents or in the specifications herein refe • . i, relation t' . h law, ordinance, regulation, order or decree, s/he shall herewith report the ar in writing - INP Fayetteville. 26. INVOICING:All i�of hall be pr e'�'! the City with the minimum information listed below. a. City P that ordere the materials or services b. Ord-Iriip c. Deliver ate or the date of services d. Name of the City Employee that requested or picked up the goods, materials, or service e. Bid Number that applies to the purchase and invoices.Amounts in the bid shall match invoicing. 27. ATTACHMENTS TO BID DOCUMENTS: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 26 of 240 City of Fayetteville Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. B. Code of Federal Regulations (CFR)Title 40 1. Part 112—Oil Pollution Prevention 2. Part 302— Designation, Reportable Quantities, and Notification 3. • Part 450—Construction and Development Point Source Catego 41 C. City of Fayetteville, Arkansas Drainage Criteria Manual, Latest E.• ..C,) D. US Fish and Wildlife Service (USFWS) Endangered SpeciN0 a: Bald and Golden Eagle Protection Act. E. Any other applicable Federal, State or localr u :�:i, , ordina or other existing requirement of environmental compliance associated with c stru . activities. 1.2 SUMMARY 4 ` A. This Section includes the followier ) ail"' 1. Environmental compli. ce. c\ 2. Environmental requi 0 . 3. Recording keepin e 4. Sediment an erosio ontrol. 99 5. Final stabiliz • ISrilliP 1.3 DEFINITIO ` A. Best Management Practices (BMP): Schedules of activities, prohibition of practices, maintenance procedures, and other management practices to prevent or reduce the pollution of water of the State. Includes treatment requirements, operating procedures, and practices to control site runoff, spillage or leaks, sludge or waste disposal, or drainage from raw material storage. Can be structural including rip-rap check dams and sedimentation basins, or non-structural including material storage practices. B. Operator: For the purposes of environmental compliance the Operator shall be the Contractor. The Contractor shall be in responsible charge of the limits of construction for the entire duration of construction. C. Owner: City of Fayetteville, Fayetteville, Arkansas City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 27 of 240 D. Final Stabilization: Native perennial vegetative cover with a density of 80% of the native background vegetation cover for the area is established for all non-impervious areas. 1.4 SUBMITTALS A. Product Data: For the following: 1. Silt Fence 2. Wattles 3. Topsoil 4. Rip-Rap 5. Grass seed 6. Tree preservation materials 7. Other Manufactured BMP's ww B. Sediment Control Plan Revisions as necessary to include change , r off, or modifications to the following; 1. Structural erosion and sediment controls. 2. Surface disturbance. 3. Concrete Wash-out area. �� 4. Materials stockpile areas. ‘?)*O 5. Staging areas. 6. Contractor field office location. CP 7. Employee restroom location. •zsalftwiS?Plii* 8. Chemical storage location. ww 9. Location of any unpermitt o si l ils disp r as that will be included in coverage with this project. C. Dewatering Sediment Con i'• n: Plans sho� g�ocation and controls for site excavation dewatering sediment control system ✓ D. Designation of Res Bible Party + 1 E. Designation • ,\ oordinator. 1. Che -4pentory Log, with Materials Safety Data Sheets (MSDS) 2. Oil/fuel ventory Log 3. Waste Disposal Log 4. Spill Log F. Weekly project site inspection reports. G. BMP Contractor experience list and reference contact information. H. Certified Arborist credentials. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 28 of 240 i 1.5 QUALITY ASSURANCE A. The Contractor and any Subcontractor performing the installation or maintenance of the BMP system shall participate in an Environmental Compliance pre-construction conference. 1. The Contractor shall designate a single point of contact staff member as the Responsible Party for completion and submittal of the inspection reports. The Contractor shall submit to the Engineer any changes to the Responsible Party. B. The Contractor shall exhibit experience in the installation and maintenance of structural BMP's and will have completed a minimum of 5 BMP installations of similar size and scope to this project within the last 5 years. 1. Experience shall be verified with a project listing and reference contact information. C. The Contractor shall designate a single point of contact staff me ber as the Spill Coordinator for completion of oil storage inventories and maintenance of material t ata sheets (MSDS) for all materials stored onsite. 1. Oil storage record keeping requirements shall be as note et), FR. D. The Contractor shall provide a Certified Arborist for all tri ii Ig' totoexisting trees that are to remain as a part of this project. cil\ E. Contractor shall warranty the work for Enviro netmplianc 1.6 PROJECT CONDITIONS •4., • A. This project is located at 1720 s g Ave. ject is adjacent to local City roadways. All surrounding traffic shall be uninte ru ed by con u 'on activities. A vicinity maps is included in the Drawings. Contractor sh ect the adjZ reams from pollution by sediment or chemical pollutant. B. The projects site located in a regi lip t United States and Arkansas where karst geology has created sub-surfat- '►, is that m ountered on any project. There are NOT known sub-surface voids at or ► ; NL proposed to tions for this project. C. There are �# nown endangered species or habitat at or nearby the proposed locations for this project. D. There are NOT known cultural or historical sites at or nearby the proposed locations for this project. E. Contractor shall be responsible for day-to-day compliance with the Stormwater Construction Permit and all other applicable environmental requirements. F. Existing facilities located adjacent to the project site are active facilities owned and operated by the City of Fayetteville that will remain in service at all times for the duration of the construction project. The Contractor shall coordinate with the Owner for access in and out of the construction areas and to maintain access at all times to the in service equipment and facilities. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 29 of 240 G. Information provided for existing utility locations and sizes is based on a recent field marking of the approximate utility locations that was then surveyed to be included in the Drawings. Contractor shall field verify all locations, depths, and sizes of existing utilities prior to any BMP construction or surface disturbance. H. Protect existing utilities, buildings, and infrastructure to remain. 1.7 PROJECT ENVIRONMENTAL COMPLIANCE A. Contractor shall maintain project environmental compliance as set forth in these Specifications and as required by all applicable Local, State and Federal regulations. 1.8 PROJECT ENVIRONMENTAL REQUIREMENTS t1 A. Contractor shall field verify locations of existing utilities. , Za B. The Contractor shall protect Water of the State and Wat ` S from contamination by sediment or pollutants from this project. 1. The SWPPP or Sediment Control Plan Drawing r e t a minimum starting point for mitigation of potential erosion caused by the propos d r ction .vities. The Contractor shall modify, revise, add or remove additional BMP' as n sary to m compliance with water quality standards and the ADEQ stormwater di a permit. 2. All unpermitted areas associate with this projecti offsite spoils disposal areas shall be included as project area. tr cto*shall up• total and disturbed project areas as needed. The Contractor s a e cost of ilp mit Modifications required by ADEQ. 3. Contractor shall select, ins II plement, n maintain BMP's at the construction site that minimize or eliminatants in story' discharges, as necessary to maintain compliance with all applicabl a ality Stan-moi 4. All structural BM sfal be cons ''.. n accordance with the Drawings, Specifications and the Fayetteville, ansas Drain e :0'a ; anual. • C. The Contr.- rotect air q ality from contamination by smoke or other air borne pollutants from this . jb 1. No bur _ shall be permitted as a part of this project. D. The Contractor shall protect endangered species and their habitat from impact from this project. 1. If endangered species are encountered the Contractor shall notify the Owner and Engineer and request authorization for continuance of work. 2. The Contractor shall comply with recommendations from USFWS for the protection and mitigation of impacts to threatened or endangered species. E. The Contractor shall protect cultural and historic sites from impact from this project. 1 1. If cultural or historic sites, remains or artifacts are encountered the Contractor shall notify the Owner and Engineer and request authorization for continuance of work. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 30 of 240 I F. The Contractor shall protect karst geologic sub-surface voids from impact from this project. 1. Karst geologic sub-surface voids are encountered the Contractor shall notify the Owner and Engineer and request authorization for continuance of work. G. Contractor shall maintain adequate restroom facilities for staffing levels that are clean and routinely maintained. 1. Restroom facilities shall not be located next to chemical storage or waste disposal areas. 2. Restroom facilities shall be maintained by a certified waste hauler. H. Contractor shall maintain a chemical storage area with onsite chemical inventory in accordance with the CFR. 1. Contractor shall provide Engineer with a copy of any storage documentation or other compliance material that are required by the CFR. I. Contractor shall maintain a concrete wash out area for disposal of co tevastes. J. Contractor shall maintain trash facilities for all construction ref - 1. Construction debris shall be sorted and recorded fo ikit : in LEED related record keeping. 2. Non-construction waste shall be collected in a de t� waste container and disposed of off- site in accordance with all Local, State, Federalcn er applicable regulations. K. Contractor shall maintain a stabilized constr n�i ance an.ty,. . .revent and/or clean up offsite tracking of water, dirt, rock, or any construct n de ris. L. Contractor shall maintain adequate s . izedonsite p tisk I staff. M. Contractor shall minimize the t distur `any one time to the minimum required for ongoing construction activities. 1. Areas that will not s • ...Zed for constien for a period of fourteen (14) days or longer shall be temporarily or r "ntly stab' N. Contractor shall ize water trucks er means, as necessary, for control of onsite dust generation. + . 4<?? T -- PART 2- PRODUCTS 2.1 SILT FENCE A. Silt Fence shall be 100% polyester geotextile fabric specifically designed for use as silt fence and conforming to the AHTD Specification Section 625 of the 2003 Standard Specifications for Highway Construction: Type 3 or Type 4. 1. Products shall be listed or approved for the AHTD QLS list of accepted products for use on Arkansas Highway project. B. Silt fence shall be reinforced with maximum 4"x4" wire fabric, 14 gauge. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 31 of 240 C. Silt fence shall be anchored with 1.331b/LF steel. 1. Minimum post length shall be 4-feet. 2. Maximum post spacing shall be 6-feet. 2.2 TEMPORARY EROSION CONTROL MATTING A. TBD 2.3 TEMPORARY EROSION CONTROL WATTLE A. Densely packed all natural wood fiber in a tubular shaped woven outer netting, 100% biodegradable, with manufacturer rated field longevity of the outer netting of minimum 1 year. The filler wood fiber will not reduce in volume, but become a composted soil material pa l of being raked into the surrounding vegetative cover. Cli 41 B. Outer netting—woven biodegradable mesh maximum openi " ebi. C. Inner filling 100%— inert seed free wood fiber D. Dry Density—Min. 7 lb/ft E. Wet Density—Min. 15 lb/ftCPC\\° F. Manufactured length—Minimum 10 c G. Manufactured diameter— Minim " ic•\ a‘41. 146' H. Recommended Products: 1. Silt Sock 12", as u�0 red by Fl vironmental Services of Branson, MO. 2. Or equal. • 2.4 PERMANEN., ;( CONTROL ING v. A. Semi-perma 1r machine woven coconut bristle coir mat made from twisted coir twines, 100% biodegradable, with manufacturer rated field longevity of 4-6years minimum. Matting shall have open weave to allow for seeding over the installed mat. Matting shall conform to the following specifications. 1. Straw materials shall not allowed for permanent erosion control matting. B. Weight— Minimum 29 oz/SY ASTMD 3776 , C. Tensile Strength 1. Wet a. Machine Direction - Minimum 17761bs/ft ASTMD 4595* b. Cross Direction— Minimum 9361bs/ft* City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 32 of 240 2. Dry a. Machine Direction— Minimum 20241bs/ft* , b. Cross Direction— Minimum 11601bs/ft* D. Elongation at failure wet 1. Machine Direction—52%* • 2. Cross Direction—24%* E. Open area—Minimum 38% Calculated F. Thickness— Minimum 0.35 inch ASTMD 1777 G. Recommended shear stress—5113s/SF H. Recommended flow— 16fps �� I. Recommended Maximum Slope— 1:1 J. Minimum twine count/foot—39x18 \Syr K. Recommend Products: 1. BioD-Mat 90, as manufactured by Rolank In ; I nal, I f Stockbride, GA. 2. Or equal. • 2.5 PERMANENT EROSION CONTROL WA .1 ` A. Densely packed coconut coir bris i lindrical knotted outer netting, 100% biodegradable, with manufacturer rated fi- • lox � y of the netting of minimum 2 years. The filler mattress coir fiber will not reduce i tot , e, but beco part of the soil with time. Wattle shall conform to the following specificatiII 1. Straw mater ,Is shall t be alto E -• • isermanent erosion control wattles. B. Outer nettin t< i notted, . red from minimum 90Ibs strength machine spun bristle coir twines. C. Inner filling— 0% coconut fiber (mattress coir) D. Density—Minimum 9lbs/ft3 E. Unit Weight— Minimum 7lbs/ft F. Manufactured length—Minimum 10ft G. Manufactured diameter— Minimum 12" H. Recommended Products: 1. BioD-Roll 30H, as manufactured by Rolanka International, Inc. of Stockbridge, GA. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 33 of 240 2. Or equal. 2.6 SEDIMENT TRAP A. Sediment traps shall be constructed in accordance with standard design principles and submitted for approval by the Engineer. 1. Approved design guidance may be obtained from the City of Fayetteville, Arkansas Drainage Criteria Manual, Latest Edition at: http://www.fayetteville-ar.gov/696/Drainage-Criteria-Manual 2.7 VELOCITY DISSIPATION DEVICES A. Velocity dissipation devices shall comply with Caltrans Storm Water ality Handbooks, Construction Site Best Management Practices Manual, Section 3 —Outlet Protec . ity Dissipation Devices SS- 10. B. Rip-Rap—Minimum 12" nominal diameter. \SI). p p C. Straw bales are not allowed for use as energy dissipatidices. 2.8 CHECKDAMS 0° IZIIIIIIIP A. Rip-rap—See Specification Section 0 —EARTHWO `ele, B. Manufactured — 10" Triangular as man by Triangular Silt Dike Co., Inc. of Luther, Oklahoma r C. Straw bales are not alloQy as cher,, 2.9 STABILIZED COVSTAlic ION ENTR IQ A. Geotextil- ►reinforcement atting: See Specification Section 312000— Earthmoving. B. Rip-rap: 3" diameter crushed washed limestone. 2.10 TEMPORARY STABILIZATION A. Mulch B. Grass seed— Perennial native grass seem mix. a. 20 percent Annual Ryegrass (Lolium multiflorum) City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 34 of 240 2.11 FINAL STABILIZATION A. Topsoil—4" minimum. B. Grass Sod— Bermuda 2" solid sod. 2.12 TURFGRASS SOD A. Turfgrass Sod: Certified complying with TPI's "Specifications for Turfgrass Sod Materials" in its "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture, strongly rooted, and capable of vigorous growth and development when planted. B. Turfgrass Species: Tifway Bermuda grass (Cynodan dactylon 'Tifway') C. Turfgrass Species: Superior sod grown from certified, high gual tuft of known origin or from plantings of certified grass seedlings or stolons. 1. Assure satisfactory genetic identity and purity. Icrii%?› 2. Assure over-all high quality qua ity and freedom fromxi s weeds or an excessive amount of other crop and weedy plants at time of harvest. O 2.13 TOPSOIL Cr) fits. • A. Topsoil: ASTM D 5268, pH range .5 ,, minim AIN ercent organic material content; free of stones 1 inch or larger in any di d other .`T'•us materials harmful to plant growth. 1. Topsoil Source: Reu ( .ce soil stoc 7 n-site. Verify suitability of stockpiled surface soil to produce tops . 6 surface 4.; - F roots, plants, sod, stones, clay lumps, and other extraneous mater aarmful to •A. 1119.wth. 41/ a. SuNpl:044; with imp • - • anufactured topsoil from off-site sources when quantities Nii tient. 2. Topsoi urce: Import topsoil or manufactured topsoil from off-site sources. Obtain topsoil displaced from naturally well-drained construction or mining sites where topsoil occurs at least 4 inches deep; do not obtain from bogs or marshes. 2.14 INORGANIC SOIL AMENDMENTS A. Lime: ASTM C 602, agricultural limestone containing a minimum of 80 percent calcium carbonate equivalent. B. Sulfur: Granular, biodegradable, containing a minimum of 90 percent sulfur, with a minimum of 99 percent passing through No. 6 sieve and a maximum of 10 percent passing through No. 40 sieve. City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 35 of 240 C. Iron Sulfate: Granulated ferrous sulfate containing a minimum of 20 percent iron and 10 percent sulfur. D. Aluminum Sulfate: Commercial grade, unadulterated. E. Perlite: Horticultural perlite, soil amendment grade. F. Agricultural Gypsum: Finely ground, containing a minimum of 90 percent calcium sulfate. G. Sand: Clean, washed, natural or manufactured, free of toxic materials. 2.15 ORGANIC SOIL AMENDMENTS , fisii A. Compost: Well-composted, stable, and weed-free organic matter H range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 percent passing through 1-• • ale; soluble salt content of 5 to 10 decisiemens/m. B. Peat: Sphagnum peat moss, partially decomposed, finel • er granular texture, with a pH range of 3.4 to 4.8. C. Peat: Finely divided orgranular texture, with a .ii•�of 6 t. .5, containingpartiallydecomposed p � ` p moss peat, native peat, or reed-sedge peat n g a wate TJ% sing capacity of 1100 to 2000 percent. • D. Wood Derivatives: Decomposed, ni o n-treated sa, :s*, round bark, or wood waste; of uniform texture, free of chips, stones, stic , soil oxic mat:420 E. Manure: Well-rotted, unl- he4iip le or c a ure containing not more than 25 percent by volume of straw, sawdus 41Itk ther beddin: rials; free of toxic substances, stones, sticks, soil, weed seed, and materi 4 r to plant 0 . 2.16 FERTILIZER • sZa9 A. Bonemeal:' 6 ercial, raw or steamed, finely ground; a minimum of 4 percent nitrogen and 10 percent phos. oric acid. B. Superphosphate: Commercial, phosphate mixture, soluble; a minimum of 20 percent available phosphoric acid. C. Commercial Fertilizer: Commercial-grade complete fertilizer of neutral character, consisting of fast- and slow-release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1. Composition: 1 lb/1000 sq. ft. of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 36 of 240 D. Slow-Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water-insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. 2.17 MULCHES A. Straw Mulch: Provide air-dry, clean, mildew- and seed-free, salt hay or threshed straw of wheat, rye, oats, or barley. B. Peat Mulch: Sphagnum peat moss, partially decomposed, finely divided or granular texture, with a pH range of 3.4 to 4.8. C. Peat Mulch: Finely divided or granular texture, with a pH ran cSi►t 7.5, containing partially decomposed moss peat, native peat, or reed-sedge peat and W, a water-absorbing capacity of 1100 to 2000 percent. D. Compost Mulch: Well-composted, stable, and wee ganic pe � ga c matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 n passing through 1-inch sieve; soluble salt content of 2 to 5 deciSiemens/m. E. City of Fayetteville Mulch: Course grade i • al mulch pro ct available from the Fayetteville Compost Facility located on Armstron oad. c( • 2.18 CONCRETE WASH-OUT r) li\& A. A concrete wash-out shall1(:) er tight holeank or basin, constructed of any material, and lined with min. 20 mil plastic eti to contai•y rete wastes. 2.19 SWPPP POSTIN 6 . l °11419 A. A plastic o49. ise waterproof traditional mailbox, or other such device, shall be constructed onsite for use as the permanent site location for storage of the SWPPP and sediment control Drawings. Mailbox shall have letters "SWPPP" on two sides. PART 3- EXECUTION 3.1 PREPARATION A. Contractor shall field verify location, depth, and size of existing utilities prior to construction of BMP's or surface disturbance. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 37 of 240 B. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused g by construction of BMP's. C. Existing vegetated areas may be utilized as buffer zones to filter sheet flow runoff from adjacent construction activities. The Contractor shall prevent disturbance to vegetated buffer zones. 1. If a vegetated zone becomes over loaded with sediment or is otherwise disturbed by construction activities an alternative BMP shall be required. D. •Existing topsoil may be collected and stockpiled onsite for use in final stabilization. Contractor shall protect stockpiled topsoil with temporary vegetation and mulch. 3.2 BMP'S GENERAL A. Construct sediment traps and velocity dissipation devices first, fol edby perimeter controls and check dams. 1. Perimeter controls shall consist at a minimum of silt fen tle, or combination of the two, as approved by Engineer. B. Limit the extent of disturbance to the minimum r . e at any time for ongoing construction activities. C. Perimeter controls shall remain installed an mai Qd until fi st ilization of thep ortions of the site upslope from the control. • D. Flow diversion shall be constructe t e "slope si limits of construction to prevent runoff from entering the construction a E. Accumulated sediment sh *trio ically re' rfom all BMP's to maintain performance. F. Damaged BMP's shall ba d immed. ft o maintain full site stormwater runoff control. roj G. Disturbed areas t re no long e as construction areas shall be temporarily or permanently •stabilized ac .r ese speci ti n . H. Sediment t energy dissipation devices, and check dams shall be used in areas that receive concentrated V ows. 1. Silt fence shall not be used to control concentrated flows. 3.3 SILT FENCE •A. Silt fence shall be constructed parallel with the contours and shall include "wings". 1. Silt fence wings shall be 10-foot long sections of the continuous silt fence constructed at a 45- degree angle pointing up-slope at each end of each run of silt fence. B. Silt fence utilized as a perimeter control where the boundary line is perpendicular to the contour shall be constructed with multiple levels, each level parallel to the contours. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 38 of 240 C. Silt fence shall be trenched into the subgrade soil a minimum of 6-inches. D. Silt fence support posts shall be anchored a minimum of 18-inches into subgrade soils. E. Silt fence shall be stretched and securely fastened to the support posts with wire fasteners, staples, or clips. F. Silt fence fabric shall be on the upslope side of support posts. G. Silt fence shall be constructed at the bottom of each slope and at the boundary of the limits construction. H. Construct silt fence to eliminate concentrated flows. I. Silt fence shall be replaced, as required by the Engineer, after a maxim service life of 6 months. 3.4 EROSION CONTROL MATERIALS GENERAL 4) A. Place erosion control materials on finished grades free of r, rost, snow, or uce. li B. On prepared finished grades, place permanent eros' t of materials under topsoil. C. Place materials starting at the top of slope rkin wn, or the s earn end of flow areas working downstream. 1. Key in upper edge of materials ' soil a minim it 6" continuous. Anchor at intervals as recommended by the manuf c r r. 41 ` a. Anchor with 2" x 2" 2" Ion anchor stakes with nail or hook to catch material. , D. Place erosion control m ti i t, then w , en blocks. E. Place materials co 'nuous across flo <0..s, tagger joints and overlap as recommended by material manufacturer..` etel* � ,ac F. Erosion C. ting 1. Remo 74cpse rocks, roots and other obstructions. Apply soil amendments and seed mix as required, see Landscape Specifications. 2. Key in upper edge of material and unroll downstream laying matting loosely over the ground. 3. Push matting into soils to ensure good continuous matting to soil contact. 4. Construct permanent erosion control matting a minimum of 2ft past top of bank or top of slope. 5. Anchor matting with minimum 8" long steel stakes, or minimum 12" long wooden stakes at spacing intervals as recommended by manufacturer for slope and application. 6. Place anchors in a staggered pattern 7. Overlap edges of adjacent mats a minimum of 12 inches. Anchor overlapping seam with a two rows of anchors spaced 6-inches apart. 8. Complete matting installation by burying the end of the mat in a key slot; minimum 6" x 6", anchor with 12" long wooden stakes. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 39 of 240 G. Erosion Control Wattle 1. Construct permanent erosion control wattles as continuous barriers at tops and toes of slopes. 2. Construct permanent erosion control wattles at each outlet or inlet and at 30ft intervals along concentrated flow areas. a. Wattles in flow areas shall extent up side slopes to a point where flow must overtop wattle to pass it. 3. Construct wattle on top of erosion control matting, as shown. 4. Anchor wattles every 3ft with minimum 24" long wooden wedges with a nail on the top to secure wattle to the ground. 5. Or as recommended by the manufacturer. 3.5 INLET PROTECTION A. Construct approved inlet protection around all new storm water syst inl 41s. 1. Inlet protection shall prevent turbid water from entering theater system. Cy 3.6 SEDIMENT TRAP S A. Sediment traps shall be required for concentrated disc 41e0 that drain a total of 10 acres or more. B. Sediment traps shall be maintained free of aOd materi each storm event of 1-inch or more rainfall depth, or after 1/3 of the capac of e trap has be filled. C. Sediment traps shall be constructed0 uti ed for . It I g of water from dewatering activities associated with project excavatio 3.7 ENERGY DISSIPATION DEVI / eici\ 1411, A. Energy dissipation devih e constr. 11at all concentrated discharge locations. 3.8 CHECK DAMS 4 6 , s• A. Check da se anchored into e ground a minimum of 6-inches. I B. Check dams shall impound water upstream of the dam location and shall direct a concentrated discharge from the middle point. 1. Construct such that the center point elevation is the low point, and is a minimum of 1-foot below the elevation of the two ends of the check dam. 3.9 CONCRETE WASH-OUT A. The concrete wash-out shall be maintained such that no spills of concrete waste occur. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 40 of 240 B. Concrete wash-out shall be periodically emptied of accumulated concrete waste to prevent spillage due to accumulated material or stormwater. 3.10 WASTE AND CHEMICAL STORAGE AREAS A. The Contractor shall maintain waste and chemical storage area free of trash and debris in accordance with all applicable laws, ordinances, regulations, and best management practices. B. The Contractor shall report to the Engineer and Owner in writing any chemical spills or release of hazardous materials that occurs onsite, as required by CFR. C. The Contractor shall post appropriate signage and warning for waste and chemical storage areas. D. Secondary containment shall be provided, as required,for bulk chem I storage. E. In the event of a spill the Contractor shall immediately take . r a ures necessary to contain and clean up the spill. At a minimum all soil material that is cont. i4 •. shall be excavated and disposed of in accordance with all applicable environmental regu . • -emoved soil shall be replaced with uncontaminated material, as approved by Engineer. 3.11 STABILIZED CONSTRUCTION ENRANCE O A. Construct a driveway entrance for construction affic t)pa mina es or minimizes off-site tracking of mud, dirt, debris, and other sedimen . B. Construct stabilized entrance in a e with S ion Section 02300—Earthwork. 0C. Stabilized construction en ' hall be maifree of accumulated mud and dirt. Contractor ee shall excavate and repl ro.• -ay mater uired. D. Contractor shall m. .tain suffici t e e and manpower to quickly and effectively clean up off- site tracking of+� ti tion sedi 3.12 TEMPORARY'':ILZATION A. Disturbed areas that are not shown to be a part of active construction for 14 days or longer on the Contractor's Construction Schedule shall be temporarily stabilized. B. Mulch: Hand spread a minimum thickness of 12-inches of mulch over area. C. Grass seed: Lightly mulch and over seed area to be temporarily stabilized with Bermuda or other approved grass seed. City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 41 of 240 3.13 FINAL STABILIZATION A. Complete all grading and disturbance activities. B. Construct 6" of topsoil at all disturbed areas. 1. Loosen subgrade a. Scarify, and loosen to a minimum of 4 inches in newly graded areas and above trench. b. Scarify, and loosen to a minimum of 6 inches in areas where subgrade has not been altered by construction. 2. Remove stones larger than 1-1/2" in any dimension and sticks, roots, trash, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 3. Apply recommended fertilizer directly to subgrade before loosening. 4. Thoroughly blend topsoil off-site before spreading or spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend. 5. Do not spread topsoil if subgrade is frozen, muddy, or excessi t!% 6. Minimally compact topsoil. 7. Grade topsoil to a smooth, uniform surface plane wit •• uniformly fine texture. Grade to within plus or minus 1" of finish grading, see P . R and rake, remove ridges, and fill depressions to meet finish grades. Limit finish a ' to areas that can be planted in the immediate future. C. Spread 6" of mulch. Hand rake mulch into to of tte unifo ness. D. Construct solid sod at all disturbed areas, or as n ed ort ns. 1. Moisten prepared planting ar a befs-e plant' s ii is dry. Water thoroughly and allow surface to dry before plant' . D create m •• il. SODDING 2. Lay sod within 24 hours of ve ti g. Do .d if dormant or if ground is frozen or muddy. 3. Lay sod to form a soCit;)ye tightly oints. Butt ends and sides of sod; do not stretch or overlap. Stag ertrips or p set joints in adjacent courses. Avoid damage to subgrade or sod installatio mp and roll lightly to ensure contact with subgrade, eliminate air ,ockets, nd form •i, surface. Work sifted soil or fine sand into minor cracks betweerypi: •f sod; re . - .- s to avoid smothering sod and adjacent grass. a. Aii, • . oss angle o . opes exceeding 1:3. b. n +r sod on slope exceeding 1:6 with wood pegs or steel staples spaces as r• ,, mended by sod manufacturer but not less than 2 anchors per sod strip to prevent slippage. 4. Saturate sod with fine water spray within two hours of planting. During first week after planting, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches (38 mm) below sod. 5. Maintain and establish sod by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth lawn. Provide materials and installation the same as those used in the original installation. 6. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 1/3 of grass height. Remove no more than 1/3 of grass-leaf growth in initial or subsequent mowings. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 42 of 240 7. SATISFACTORY LAWNS a. Satisfactory Sodded Lawn: At end of maintenance period, a healthy, well-rooted, even- colored, viable lawn has been established, free of weeds, open joints, bare areas, and surface irregularities. b. Use specified materials to reestablish lawns that do not comply with requirements and continue maintenance until lawns are satisfactory. E. Final stabilization shall be determined by the Engineer. Final stabilization is required prior to Final Acceptance of the project. F. Contractor shall maintain responsibility for watering and maintaining permanent vegetative cover for a period of one (1) month after Final Acceptance of the project. G. After Final Stabilization has been achieved, the Contractor shall re�all BMP's from the site and repair any areas that are disturbed during the removal. ♦% co) 3.14 FIELD QUALITY CONTROL 6* A. The Responsible Party shall perform a weekly site rough and perform inspections of all structural BMP's. B. Site inspection reports shall be provided i wri 'n to Owne ngineer at monthly progress meetings. "1111".. 3.15 PROTECTION6.,q, ` A. Contractor shall protect B ' 1ttd pair or r t em as necessary during the entire duration of construction activities. B. Contractor shall pr tect all site the and fuel storage. • 3.16 WARRAN ` A. The Contract shall warranty the work for environmental compliance for a period of time as required to achieve final stabilization. B. In the event of an environmental regulatory non-compliance incident(s) that results in a fine or penalty assessed against the Owner, the Contractor shall be liable for payment of said fines(s) or penalties. 1. The Contractor shall provide the Engineer and Owner with all pertinent information required for any non-compliance event. C. Contractor shall maintain responsibility for watering and maintaining permanent vegetative cover for a period of one (1) month after Final Acceptance of the project, or until final stabilization is achieved, whichever occurs later. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 43 of 240 D. Slow-Release Fertilizer: Granular or pelleted fertilizer consisting of 50 percent water-insoluble nitrogen, phosphorus, and potassium in the following composition: 1. Composition: 20 percent nitrogen, 10 percent phosphorous, and 10 percent potassium, by weight. 2.17 MULCHES A. Straw Mulch: Provide air-dry, clean, mildew- and seed-free, salt hay or threshed straw of wheat, rye, oats, or barley. B. Peat Mulch: Sphagnum peat moss, partially decomposed, finely divided or granular texture, with a pH range of 3.4 to 4.8. C. Peat Mulch: Finely divided or granular texture, with a pH ran; oft 7.5, containing partially decomposed moss peat, native peat, or reed-sedge peat and a water-absorbing capacity of 1100 to 2000 percent. D. Compost Mulch: Well-com osted stable, and wee ganic p p � matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight; 100 n passing through 1-inch sieve; soluble salt content of 2 to 5 deciSiemens/m. E. City of Fayetteville Mulch: Course grade lc' al mulch pro ct available from the Fayetteville Compost Facility located on Armstron oad. •` 2.18 CONCRETE WASH-OUT <0 � � A. A concrete wash-out shallter tight holank or basin, constructed of any material, and lined with min. 20 mil plasticeti to contai^� rete wastes.tt ‘ 2.19 SWPPP POSTI ,6 1 49 1 A. A plastic o 41114pise waterproof traditional mailbox, or other such device, shall be constructed onsite for use as the permanent site location for storage of the SWPPP and sediment control Drawings. Mailbox shall have letters "SWPPP" on two sides. PART 3- EXECUTION 3.1 PREPARATION A. Contractor shall field verify location, depth, and size of existing utilities prior to construction of BMP's or surface disturbance. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 37 of 240 B. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by construction of BMP's. C. Existing vegetated areas may be utilized as buffer zones to filter sheet flow runoff from adjacent construction activities. The Contractor shall prevent disturbance to vegetated buffer zones. 1. If a vegetated zone becomes over loaded with sediment or is otherwise disturbed by construction activities an alternative BMP shall be required. D. Existing topsoil may be collected and stockpiled onsite for use in final stabilization. Contractor shall protect stockpiled topsoil with temporary vegetation and mulch. 3.2 BMP'S GENERAL A. Construct sediment traps and velocity dissipation devices first, fol edby perimeter controls and check dams. 1. Perimeter controls shall consist at a minimum of silt fen tle, or combination of the two, as approved by Engineer. B. Limit the extent of disturbance to the minimum r eil►at any time for ongoing construction activities. C. Perimeter controls shall remain installed an mai a ed until fi st ilization of thep ortions of the site upslope from the control. D. Flow diversion shall be constructe e uslope si i limits of construction to prevent runoff from entering the construction a E. Accumulated sediment shp -io ically re' . - - from all BMP's to maintain performance. F. Damaged BMP's shall b pa d immecr.0 o maintain full site stormwater runoff control. 0G. Disturbed areas t re no long e as construction areas shall be temporarily or permanently • stabilized ac •re4 ese specs ' ti n . H. Sediment Ali energy dissipation devices, and check dams shall be used in areas that receive concentrated ows. 1. Silt fence shall not be used to control concentrated flows. 3.3 SILT FENCE A. Silt fence shall be constructed parallel with the contours and shall include "wings". 1. Silt fence wings shall be 10-foot long sections of the continuous silt fence constructed at a 45- degree angle pointing up-slope at each end of each run of silt fence. B. Silt fence utilized as a perimeter control where the boundary line is perpendicular to the contour shall be constructed with multiple levels, each level parallel to the contours. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 38 of 240 C. Silt fence shall be trenched into the subgrade soil a minimum of 6-inches. D. Silt fence support posts shall be anchored a minimum of 18-inches into subgrade soils. E. Silt fence shall be stretched and securely fastened to the support posts with wire fasteners, staples, or clips. F. Silt fence fabric shall be on the upslope side of support posts. G. Silt fence shall be constructed at the bottom of each slope and at the boundary of the limits construction. H. Construct silt fence to eliminate concentrated flows. I. Silt fence shall be replaced, as required by the Engineer, after a maxi m service life of 6 months. 3.4 EROSION CONTROL MATERIALS GENERAL nc:) A. Place erosion control materials on finished grades free of c rost, snow, or uce. B. On prepared finished grades, place permanent eros t of materials under topsoil. C. Place materials starting at the top of slope rkin wn, or the s earnend of flow areas working downstream. 1. Key in upper edge of materials ' soil a minim it 6" continuous. Anchor at intervals as recommended by the manuf c r r. *1 ` a. Anchor with 2" x 2" 2" Ion anchor stakes with nail or hook to catch material. ' D. Place erosion control m ti i t, then w , en blocks. E. Place materials co .nuous cross flo % s, tagger joints and overlap as recommended by material manufacturer.. feig.i. F. Erosion C.IIPAiting 1. Remo 'dose rocks, roots and other obstructions. Apply soil amendments and seed mix as required, see Landscape Specifications. 2. Key in upper edge of material and unroll downstream laying matting loosely over the ground. 3. Push matting into soils to ensure good continuous matting to soil contact. 4. Construct permanent erosion control matting a minimum of 2ft past top of bank or top of slope. 5. Anchor matting with minimum 8" long steel stakes, or minimum 12" long wooden stakes at spacing intervals as recommended by manufacturer for slope and application. 6. Place anchors in a staggered pattern 7. Overlap edges of adjacent mats a minimum of 12 inches. Anchor overlapping seam with a two rows of anchors spaced 6-inches apart. 8. Complete matting installation by burying the end of the mat in a key slot; minimum 6" x 6", anchor with 12" long wooden stakes. City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10—Fleet Truck Wash • Page 39 of 240 G. Erosion Control Wattle 1. Construct permanent erosion control wattles as continuous barriers at tops and toes of slopes. 2. Construct permanent erosion control wattles at each outlet or inlet and at 30ft intervals along concentrated flow areas. a. Wattles in flow areas shall extent up side slopes to a point where flow must overtop wattle to pass it. 3. Construct wattle on top of erosion control matting, as shown. 4. Anchor wattles every 3ft with minimum 24" long wooden wedges with a nail on the top to secure wattle to the ground. 5. Or as recommended by the manufacturer. 3.5 INLET PROTECTION A. Construct approved inlet protection around all new storm water syst inIkts. 1. Inlet protection shall prevent turbid water from entering theor a er system. 3.6 SEDIMENT TRAP le' A. Sediment traps shall be required for concentrated disc 4k11,4 that drain a total of 10 acres or more. B. Sediment traps shall be maintained free ofOd materi each storm event of 1-inch or more rainfall depth, or after 1/3 of the capac of e trap has be filled. C. Sediment traps shall be constructed utilized for ♦ It I g of water from dewatering activities associated with project excavatio 0 3.7 ENERGY DISSIPATION DEVI , acy\ A. Energy dissipation devih e constr. . at all concentrated discharge locations. 3.8 CHECK DAMS • A. Check da 414 45e•anchored into e ground a minimum of 6-inches. B. Check dams shall impound water upstream of the dam location and shall direct a concentrated discharge from the middle point. 1. Construct such that the center point elevation is the low point, and is a minimum of 1-foot below the elevation of the two ends of the check dam. 3.9 CONCRETE WASH-OUT A. The concrete wash-out shall be maintained such that no spills of concrete waste occur. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 40 of 240 B. Concrete wash-out shall be periodically emptied of accumulated concrete waste to prevent spillage due to accumulated material or stormwater. II 3.10 WASTE AND CHEMICAL STORAGE AREAS A. The Contractor shall maintain waste and chemical storage area free of trash and debris in accordance with all applicable laws, ordinances, regulations, and best management practices. B. The Contractor shall report to the Engineer and Owner in writing any chemical spills or release of hazardous materials that occurs onsite, as required by CFR. C. The Contractor shall post appropriate signage and warning for waste and chemical storage areas. D. Secondary containment shall be provided, as required, for bulk chem I storage. E. In the event of a spill the Contractor shall immediately take acures necessary to contain and iCi clean up the spill. At a minimum all soil material that is cont. 'ea-. shall be excavated and disposed of in accordance with all applicable environmental reguIPlio . -emoved soil shall be replaced with uncontaminated material, as approved by Engineer. IcoN\ 3.11 STABILIZED CONSTRUCTION ENRANCE C) A. Construct a driveway entrance for construction affic ta mina es or minimizes off-site tracking of mud, dirt, debris, and other sedimen . .1 B. Construct stabilized entrance in a e with S ion Section 02300—Earthwork. C. Stabilized construction en el, hall be maifree of accumulated mud and dirt. Contractor ile shall excavate and rept ro.•. ay mater uired. D. Contractor shall m. stain suffici t e e and manpower to quickly and effectively clean up off- site tracking o tion sedi 3.12 TEMPORARY':ILZATION A. Disturbed areas that are not shown to be a part of active construction for 14 days or longer on the Contractor's Construction Schedule shall be temporarily stabilized. B. Mulch: Hand spread a minimum thickness of 12-inches of mulch over area. C. Grass seed: Lightly mulch and over seed area to be temporarily stabilized with Bermuda or other approved grass seed. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash , Page 41 of 240 3.13 FINAL STABILIZATION A. Complete all grading and disturbance activities. B. Construct 6" of topsoil at all disturbed areas. 1. Loosen subgrade a. Scarify, and loosen to a minimum of 4 inches in newly graded areas and above trench. b. Scarify, and loosen to a minimum of 6 inches in areas where subgrade has not been altered by construction. 2. Remove stones larger than 1-1/2" in any dimension and sticks, roots, trash, rubbish, and other extraneous matter and legally dispose of them off Owner's property. 3. Apply recommended fertilizer directly to subgrade before loosening. 4. Thoroughly blend topsoil off-site before spreading or spread topsoil, apply soil amendments and fertilizer on surface, and thoroughly blend. 5. Do not spread topsoil if subgrade is frozen, muddy, or excessi t.. 6. Minimally compact topsoil. 7. Grade topsoil to a smooth, uniform surface plane wit +• uniformly fine texture. Grade to within plus or minus 1" of finish grading, see P . R and rake, remove ridges, and fill depressions to meet finish grades. Limit finish a ' to areas that can be planted in the immediate future. 1SiC. Spread 6" of mulch. Hand rake mulch into to of t( ate unifo ness. D. Construct solid sod at all disturbed areas, or as n ed ort ns. 1. Moisten prepared planting ar a befy�re plant' s it is dry. Water thoroughly and allow surface to dry before plant .i. D create m •• il. SODDING 2. Lay sod within 24 hours of ve ting. Do •d if dormant or if ground is frozen or muddy. 3. Lay sod to form a so ' aye tightly oints. Butt ends and sides of sod; do not stretch or overlap. Stag er trips or p set joints in adjacent courses. Avoid damage to subgrade or sod in nstallatio mp and roll lightly to ensure contact with subgrade, eliminate ai ,ockets, nd form -.(4) surface. Work sifted soil or fine sand into minor cracks betweerypi: •f sod; re :u, - .- s to avoid smothering sod and adjacent grass. a. Aii .• oss angle o . opes exceeding 1:3. b. VFAirr sod on slope exceeding 1:6 with wood pegs or steel staples spaces as r- . , mended by sod manufacturer but not less than 2 anchors per sod strip to prevent slippage. 4. Saturate sod with fine water spray within two hours of planting. During first week after planting, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches (38 mm) below sod. 5. Maintain and establish sod by watering, fertilizing, weeding, mowing, trimming, replanting, and other operations. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth lawn. Provide materials and installation the same as those used in the original installation. 6. Mow grass as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than 1/3 of grass height. Remove no more than 1/3 of grass-leaf growth in initial or subsequent mowings. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 42 of 240 7. SATISFACTORY LAWNS a. Satisfactory Sodded Lawn: At end of maintenance period, a healthy, well-rooted, even- colored, viable lawn has been established, free of weeds, open joints, bare areas, and surface irregularities. b. Use specified materials to reestablish lawns that do not comply with requirements and continue maintenance until lawns are satisfactory. E. Final stabilization shall be determined by the Engineer. Final stabilization is required prior to Final Acceptance of the project. F. Contractor shall maintain responsibility for watering and maintaining permanent vegetative cover for a period of one (1) month after Final Acceptance of the project. G. After Final Stabilization has been achieved, the Contractor shall re ove all BMP's from the site and repair any areas that are disturbed during the removal. 3.14 FIELD QUALITY CONTROL c(?). A. The Responsible Party shall perform a weekly site rough and perform inspections of all structural BMP's. B. Site inspection reports shall be provided i wri n to Owne ngineer at monthly progress meetings. "'"‘"' 3.15 PROTECTION ` A. Contractor shall protect B ' ;144pair or r em as necessary during the entire duration of construction activities. B. Contractor shall pr tect all site the and fuel storage. • 3.16 WARRAN A. The Contract shall warranty the work for environmental compliance for a period of time as required to achieve final stabilization. B. In the event of an environmental regulatory non-compliance incident(s) that results in a fine or penalty assessed against the Owner, the Contractor shall be liable for payment of said fines(s) or penalties. 1. The Contractor shall provide the Engineer and Owner with all pertinent information required for any non-compliance event. C. Contractor shall maintain responsibility for watering and maintaining permanent vegetative cover for a period of one (1) month after Final Acceptance of the project, or until final stabilization is achieved, whichever occurs later. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 43 of 240 END OF SECTION 003143 DOCUMENT 003132-GEOTECHNICAL DATA 3.17 GEOTECHNICAL DATA A. This Document with its referenced attachments is part of the Procurement and Contracting Requirements for Project. They provide Owner's information for Bidders' convenience and are intended to supplement rather than serve in lieu of Bidders' own investigations. They are made available for Bidders' convenience and information but are not a warranty of existing conditions. This Document and its attachments are not part of the Contract Documents. B. Soil-boring data for Project, obtained by McClelland Consulting En ' e ,r'i c., dated June 16, 2016, is available for viewing at the office of Engineer. C. A geotechnical investigation report for Project, prepar lelland Consulting Engineers, Inc., , dated June 16, 2016, is available for viewing at the offic neer. D. Related Requirements: O 1. Document 002000 "Instructions to Bi rs" or the Bi der responsibilities for examination of Project site and existing conditions. • END OF DOCUMENT 003132 <09', 0 01010 SUMMARY OF WORK Noy ISe:5111Q PART 1-GENERAL • 6 1(\ 1.1 PROJECT DESC'*I Package 01: Si•ork - The scope of work consists of all work associated with site excavation, backfill, and grading in preparation for a new building. This will include sub base for paving by Owner, Storm Drain and Bio Swale concrete inlet. Package 02: Utilities -The scope of work consists of all work associated with installation of Utilities from utility sources to the proposed Building. Relocation of portion of exiting forced main will be performed by Owner. Package 03: Building Concrete -The scope of work consists of all work associated with forming, pouring, curing, and finishing building foundation, trenches, underground water retention tanks, and floor slabs Package 04: PEMB -The scope of work consists of all Design, Fabrication, and Delivery of Pre-Engineered Metal Building. Provide an alternate price to delete metal wall panels. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 44 of 240 Package 05: PEMB Erection -The scope of work consists of complete Assembly of Pre Engineered Metal Building, metal Building Panels, Roof and all trim for complete Building. This Package also includes Procurement and installation of Trusscore PVC panel liners Package 06: Overhead Doors— Provide and install Motorized Overhead Doors. Install remote operation in coordination with remote operation for Owner's Wash Equipment as installed by others. Base Bid includes coiling overhead door. Alternate price is sectional overhead door. Package 07: Plumbing- The scope of work consists of all work associated with underslab and interior building plumbing and coordination with Owner's Vehicle Wash Equipment as installed by others Package 08: Electrical- The scope of work consists of all electrical Work associated with the project including lighting, panels, and outlet. Coordinate with Owner's Car Wash Equipment. Package 09: Mechanical-The scope of work consists of all mechanical work associated with this project. This includes but is not limited to procurement and installation of infra-red heaters and gas powered heaters, louvers and vents. A. Package 10: Specialty- The scope of work consists of all wo associated with procurement, fabrication, and installation of Stair and catwalk, trench drain gra , •Iollards. Provide Alternate Bid For Fiberglass Stair and Catwalk and Grates. 1.2 CONTRACTOR USE OF PREMISES C5C.\\S(16* A. General: During the construction period t Con actor shall ha controlled and coordinated use of the facilities as agreed upon by the Owner. e Cod rac is se of the site shall be limited and coordinated with the Owner on a d asis after 5. 4 VI n eekends. Contractor shall keep work area as neat as possible and <• et r Nrk are. . Nginal condition as portions of Work are completed. All work will be put ley end of d. . 7.1P ork area will be cleaned. 1.3 OWNER OCCUPANCY Of 0 A. Owner Occupan duringlA/ork: The hall occupy the building throughout the Work provided that such occu does no • e with completion of the Work. Work will be scheduled in coordinati • ner. Wo I b performed in a way that protects the safety of building occupa es. PART 2- PRODUCTS(Not Applicable) PART 3- EXECUTION 3.1 RESPONSIBILITY • A. The General Contractor is responsible for scheduling and coordination of orderly work, the proper supply of manpower, equipment and supplies, the safety conditions of the Project and the compliance with all safety and health regulations and codes. ' City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 45 of 240 024100 SELECTIVE DEMOLITION PART 1-GENERAL 1.1 SUMMARY: A. Selective demolition work, complete, as indicated, specified, and required for new work, including removal and disposal of demolished materials and capping of existing utilities. B. Removal, protection, and storage of items designated to be reused. C. Removal of existing windows and insertion of new windows should all be executed through exterior means, while interior work in City Hall is continuous. Specific timing and scheduling should be coordinated with Owner and Architect prior to start die. 41 1.2 SUBMITTALS: Comply with Section 01300. A. Before commencing selective demolition work, sub t r review and approval of the Architect, a schedule showing the commencement, order mpletion dates for the various parts of 0 this work. Include details for dust, noise and rtight protection. B. Before starting any work relating to e ting tilities that temporarily discontinue service or access to existing and adjacent buildin , tify the chite t 72 hours in advance and obtain approval before proceeding wi ork. Do not s c or disrupt service without Architect's prior approval. tip (7411(4\ 1.4 PROJECT CONDITIONS: A. Condition of Stru "'an e r assu-qb o responsibility for actual condition of items or portions of structure be de lished. ISrilliP B. Salva SIPIIIP. e6\ 1. s indicated to be removed, and not designated for Owner's salvage or for reuse, may be salvaged by the Contractor. Transport salvaged items from site as they are removed. Storage or sale of removed items on site will not be permitted. C. Protections: 1. Provide protective measures as required to protect personnel and general public from injury due to selective demolition work. 2. Provide interior and exterior shoring, bracing, and support to prevent movement, settlement, and collapse of structure or element to be demolished, and adjacent facilities and work to remain. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10- Fleet Truck Wash Page 46 of 240 3. Coordinate with authority regarding the closing of sidewalks and streets 4. Provide adequate fire protection in accordance with local Fire Department requirements. 5. Cover and protect existing floors, equipment, fixtures, and other items to remain from soiling or damage during demolition work. 6. Provide temporary weather protection during interval between demolition and removal of existing construction on exterior surfaces, and installation of new construction to insure that no water leakage or damage occurs to structure of the existing area. D. Damages: Promptly repair, to the satisfaction of the Architect and Owner damages caused to contents by demolition work or due to insufficiency of protecti provided, at no cost to Owner. Replace damaged work, as directed by the Architect, if repair° Clsfactory. E. Traffic: Conduct selective demolition operations an x:41 removal in a manner to ensure minimum interference with roads, streets, walks, a or adjacent occupied or used facilities. F. Explosives: Use of explosives will not be per • G. Environmental Controls: Use water spr klin temporary en osures, and other suitable methods to limit dust and dirt rising and scatterin it too we pra icable level. Comply with governing regulations pertaini en i onmen •{mot c on. PART 2—PRODUCTS(Not Applicable) exc\ PART 3- EXECUTION Os ' 3.1 DEMOLITION: Provi e select demoli . dicated and as required for new work. A. Proce-•imatic ma r. such methods as required to complete work in accordance wit : "1' ,e n schedule an overning regulations. B. Demolish concrete and masonry in small sections. Cut concrete and masonry at junctures with construction to remain using power-driven masonry saw or hand tools; do not use power driven impact tools. 3.2 DISPOSAL OF DEMOLISHED MATERIALS: Remove debris, rubbish, and other materials resulting from demolition operations as the work progresses. Transport and legally dispose of materials off site. Burning of debris will not be permitted on site. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 47 of 240 3.3 CLEAN UP AND REPAIR: A. Upon completion of selective demolition work, remove tools, equipment and demolished materials from site. Remove protections and leave interior areas broom clean. B. Repair demolition performed in excess of that required. Return structures and surfaces to remain to condition existing prior to commencement of selective demolition work. Repair construction or surfaces soiled or damaged by selective demolition work. SECTION 015000-TEMPORARY FACILITIES AND CONTROLS Part 1-GENERAL 1.0 RELATED DOCUMENTS C� G Drawings and general provisions of the Contract, includin - I.nd Supplementary Conditions and other Division 01 Specification Sections, apply to this Sect 1.2 SUMMARY A. Section includes requirements for tempora util , support itis and security and protection facilities. • E. Related Requirements: ♦� ` 1. Section 011100"Summary W k" for wo r rictions and limitations on utility interruptions. 2. Section 011800 "Pro' qty Sources" ponsibilities for temporary facilities and controls for projects utilizi i le contrac 3. Section 312319 "( te ing" for i .t of ground water at Project site. 1.3 USE CHARG •,\Z5b IPA" ISriliP A. General: In 9t.7 on and removal of and use charges for temporary facilities shall be included in the Contract Sum unless otherwise indicated. Allow other entities engaged in the Project to use temporary services and facilities without cost, including, but not limited to, Architect, Engineer testing agencies, and authorities having jurisdiction. F. Sewer Service: Pay sewer-service use charges for sewer usage by all entities for construction operations. G. Water Service: Pay water-service use charges for water used by all entities for construction operations. H. Electric Power Service: Pay electric-power-service use charges for electricity used by all entities for construction operations. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 48 of 240 1.4 INFORMATIONAL SUBMITTALS A. Site Utilization Plan: Show temporary facilities, temporary utility lines and connections, staging areas, construction site entrances, vehicle circulation, and parking areas for construction personnel. I. Implementation and Termination Schedule: Within 15 days of date established for commencement of the Work, submit schedule indicating implementation and termination dates of each temporary utility. J. Project Identification and Temporary Signs: Show fabrication and installation details, including plans, elevations, details, layouts, typestyles, graphic elements, and message content. K. Comply with requirements of Specifications Sections L. Fire-Safety Program: Show compliance with requirements of NFPA 241 and authorities having jurisdiction. Indicate Contractor personnel responsible for managemeof Ire-prevention program. M. Moisture- and Mold-Protection Plan: Describe procedures ans for protecting materials and construction from water absorption and damage and mold. N. Dust- and HVAC-Control Plan: Submit coordination dra ''• ' narrative that indicates thedust- and HVAC-control measures proposed for use, propos-. •ca 'ons, and proposed time frame for their operation. Include the following: • 1. Locations of dust-control partitions ate ase of w rk. 2. HVAC system isolation schemati rawing. • 3. Location of proposed air-filtr t n ystotvi discha 4. Waste-handling procedur 5. Other dust-control measure . C61.5 QUALITY ASSURANCE 1\ 0. Electric Service: C ly with N , and UL standards and regulations for temporary electric service. Inst sed comply 70. P. Tests and I ions: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.6 PROJECT CONDITIONS Q. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 49 of 240 PART 4- PRODUCTS 4.1 MATERIALS A. Chain-Link Fencing: Minimum 2-inch (50-mm), 0.148-inch- (3.8-mm-) thick, galvanized-steel, chain-link fabric fencing; minimum 6 feet (1.8 m) high with galvanized-steel pipe posts; minimum 2-3/8-inch- (60- mm-) OD line posts and 2-7/8-inch- (73-mm-) OD corner and pull posts, with 1-5/8-inch- (42-mm-) OD top rails. B. Portable Chain-Link Fencing: Minimum 2-inch (50-mm), 0.148-inch- (3.8-mm-) thick, galvanized-steel, chain-link fabric fencing; minimum 6 feet (1.8 m) high with galvanized-steel pipe posts; minimum 2- 3/8-inch- (60-mm-) OD line posts and 2-7/8-inch- (73-mm-) OD corner and pull posts, with 1-5/8-inch- (42-mm-) OD top and bottom rails. Provide concrete bases for supporting posts. C. Fencing Windscreen Privacy Screen: Polyester fabric scrim with gr.. fdr attachment to chain link fence, sized to height of fence, in color selected by Architect fr. • "-.facturer's standard colors. III D. Wood Enclosure Fence: Plywood, 6 feet (1.8 m) high, f Swi h four 2-by-4-inch (50-by-100-mm) rails, with preservative-treated wood posts spaced not n 8 feet (2.4 m) apart. E. Polyethylene Sheet: Reinforced, fire-resistive e.6i it (0.2 minimum thickness, with flame- spread rating of 15 or less per ASTM E 84 an pass. : I FPA 701 thod 2. F. Dust-Control Adhesive-Surface Walk- Mats: Provid fid . imum 36 by 60 inches (914 by 1524 mm). G. Insulation: Unfaced mineral-fibe la ket, mane, ic from glass, slag wool, or rock wool; with maximum flame-spread an c - evelopede s of 25 and 50, respectively. 4.2 TEMPORARY FACI IES 11\ 9 A. Field Offices % 'refabrica bile units with serviceable finishes, temperature controls, and four). . quate for nor I loading. B. Common-Use ield Office: Contractor shall provide a common-use field office of sufficient size to accommodate needs of Owner, Architect, Construction Manager, and construction personnel office activities and to accommodate Project meetings specified in other Division 01 Sections. Keep office clean and orderly. Furnish and equip offices as follows: 1. Furniture required for Project-site documents including file cabinets, plan tables, plan racks, and bookcases. 2. Conference room of sufficient size to accommodate meetings of 10 individuals. Provide electrical power service and 120-V ac duplex receptacles, with no fewer than one receptacle on each wall. Furnish room with conference table, chairs, and 4-foot- (1.2-m-) square tack and marker boards. 3. Drinking water and private toilet. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 50 of 240 4. Heating and cooling equipment necessary to maintain a uniform indoor temperature of 68 to 72 deg F (20 to 22 deg C). 5. Lighting fixtures capable of maintaining average illumination of 20 fc (215 lx) at desk height. C. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. 1. Store combustible materials apart from building. 4.3 EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. B. HVAC Equipment: Unless Owner authorizes use of permanent &F . . iif Siem, provide vented, self- contained, liquid-propane-gas or fuel-oil heaters with individual ermostatic control. 1. Use of gasoline-burning space heaters, open-flam e , or salamander-type heating units is prohibited. ` 2. Heating Units: Listed and labeled for type of f - ei consumed, by a qualified testing agency acceptable to authorities having jurisdic . , . arked f . tended location and ), 3. Permanent HVAC System: If Owner aut oriz e of perma n VAC system for temporary use during construction, provide filter with of 8 at e ch re rn-air grille in system and remove at end of construction and n HVAC sys \ uired in Section 017700 "Closeout Procedures." .1 C. Air-Filtration Units: Primary an e ondary HA- .ter-equipped portable units with four-stage filtration. Provide single s 0 c9Pemergencytp Configure to run continuously. PART 5- EXECUTION N . 6 09 5.1 TEMPORA '4410:..HIES, GENERAL A. Conservation: oordinate construction and use of temporary facilities with consideration given to conservation of energy, water, and materials. Coordinate use of temporary utilities to minimize waste. 1. Salvage materials and equipment involved in performance of, but not actually incorporated into, the Work. See other Sections for disposition of salvaged materials that are designated as Owner's property. 5.2 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 51 of 240 1. Locate facilities to limit site disturbance as specified in Section 011000 "Summary." B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 5.3 TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. 1. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services. B. Sewers and Drainage: Provide temporary utilities to remove effluent lawfully.[ la 1. Connect temporary sewers to municipal system as directed b till lies having jurisdiction. C. Water Service: Install water service and distribution pipin i • es and pressures adequate for construction. D. Sanitary Facilities: Provide temporary toilets, wash fac ie nd drinking water for use of construction personnel. Comply with requirements of authorir w ing ju • diction for type, number, location, operation, and maintenance of fixtures and f. i i ie . 1. E. Temporary Heating and Cooling: Provide tern wary Ike � an cooling required by construction activities for curing or drying of co ed 4nstallatio f r protecting installed construction from wor adverse effects of low temperat s or • umidit equipment that will not have a harmful effect on completed installations e ents bei I ed. 1. Provide temporary i - , ification s when required to reduce ambient and substrate moisture levels t vel quired t. 46installation or application of finishes and their proper curing or dry' g. F. Isolation of WIN,: in Occupi 'es: Prevent dust, fumes, and odors from entering occupied areas. 1. Prior to mmencing work, isolate the HVAC system in area where work is to be performed. a. Disconnect supply and return ductwork in work area from HVAC systems servicing occupied areas. b. Maintain negative air pressure within work area using HEPA-equipped air-filtration units, starting with commencement of temporary partition construction, and continuing until removal of temporary partitions is complete. 2. Maintain dust partitions during the Work. Use vacuum collection attachments on dust-producing equipment. Isolate limited work within occupied areas using portable dust-containment devices. 3. Perform daily construction cleanup and final cleanup using approved, HEPA-filter-equipped vacuum equipment. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 52 of 240 G. Electric Power Service: Provide electric power service and distribution system of sufficient size, capacity, and power characteristics required for construction operations. 1. Install electric power service overhead unless otherwise indicated. H. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections, and traffic conditions. 1. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. I. Telephone Service: Provide temporary telephone service in common-use facilities for use by all construction personnel. Install WiFi cell phone access equipment and one land-based telephone line(s) for each field office. 1. At each telephone, post a list of important telephone numbed a. Police and fire departments. b. Ambulance service. \S(?)' c. Contractor's home office. d. Contractor's emergency after-hours tel number. e. Architect's office. f. Construction Manager's home o ce. g. Engineers' offices. .1SrirliP h. Owner's office. •� i. Principal subcontract ' iel home 5.4 SUPPORT FACILITIES INSTA_r• c IOtics\ rico, A. General: Comply with t e Ilo' ing: 1. Provide ionion for to ffices, shops, and sheds located within construction area or withi� m) of buil g Ines that is noncombustible according to ASTM E 136. Comply 1 wit '"h' • `tel. 2. Mainta'' pport facilities until Architect schedules Substantial Completion inspection. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas adequate for construction operations. Locate temporary roads and paved areas as indicated on Drawings. 1. Provide dust-control treatment that is nonpolluting and nontracking. Reapply treatment as required to minimize dust. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 53 of 240 C. Temporary Use of Planned Permanent Roads and Paved Areas: Locate temporary roads and paved areas in same location as permanent roads and paved areas. Construct and maintain temporary roads and paved areas adequate for construction operations. Extend temporary roads and paved areas, within construction limits indicated, as necessary for construction operations. 1. Coordinate elevations of temporary roads and paved areas with permanent roads and paved areas. 2. Prepare subgrade and install subbase and base for temporary roads and paved areas according to Section 312000 "Earth Moving." 3. Recondition base after temporary use, including removing contaminated material, regrading, proof-rolling, compacting, and testing. 4. Delay installation of final course of permanent hot-mix asphalt pavement until immediately before Substantial Completion. Repair hot-mix asphalt base-course pavement before installation of final course according to Section 321216 "Asphalt Paving." \i• D. Traffic Controls: Comply with requirements of authorities having ' di ion. eek 1. Protect existing site improvements to remain inclu•'i• ur pavement, and utilities. 2. Maintain access for fire-fighting equipment and a - M ire hydrants. E. Parking: Provide temporary parking areas for const perso nel. F. Dewatering Facilities and Drains: Compl wit requirement of Specification Section 312319 Dewatering. Maintain Project site, excavations, cons4rNiE) n fr e of water. 1. Dispose of rainwater in a ul Siler that �� result in flooding Project or adjoining properties or endanger pe ork or ry facilities. 2. Remove snow and ice reit to mini•.• ac umulations. OP G. Project Signs: Provide P• ' s as indi.4 authorized signs are not permitted. 1. Identificatio ':ns: Provid Pro It e ification signs as indicated on Drawings. 2. Temporal , • Providelivirw as indicated and as required to inform public and indiv# I e- ng entrance Project. a. P'ide temporary, directional signs for construction personnel and visitors. 3. Maintain and touch up signs so they are legible at all times. H. Waste Disposal Facilities: Comply with requirements specified in Section 017419 "Construction Waste Management and Disposal." • I. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction. Comply with progress cleaning requirements in Section 017300 "Execution." J. Lifts and Hoists: Provide facilities necessary for hoisting materials and personnel. City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 54 of 240 1. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities. K. Temporary Stairs: Until permanent stairs are available, provide temporary stairs where ladders are not adequate. L. Temporary Use of Permanent Stairs: Use of new stairs for construction traffic will be permitted, provided stairs are protected and finishes restored to new condition at time of Substantial Completion. 5.5 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities. �41 1. Where access to adjacent properties is required in order - . protection of existing facilities, 0 obtain written permission from adjacent property own ess property for that purpose. B. Environmental Protection: Provide protection, operate ary facilities, and conduct construction as required to comply with environmental regulatio• , • hat minimize possible air, waterway, and subsoil contamination or pollution or other un i illt - ects. 1. Comply with work restrictions specified S ion 011 0 "S mary." 2. Comply with requirements spec. ' d in Section 00� ironmental Compliance." C. Temporary Erosion and Sedi io ontrol: P �.�.,,• measures to prevent soil erosion and discharge of soil-bearing water r o and airb•, e -u to undisturbed areas, adjacent waterways, and to adjacent properties v,�lkways, acc• ; • site map and details. 1. Comply with requ' e specified • v'.•.n 311000 "Site Clearing." 2. Verify that flows wa er redir-c om construction areas or generated by construction activity do n. enter o cross tr-;14 p t-protection zones. 3. Inspect, .4ep I. d mainta: , • - and sedimentation-control measures during construction until ' vegetation is been established. 4. Clea M r, and restore adjoining properties and roads affected by erosion and sedimentation from P '. ct site during the course of Project. 5. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal. D. Stormwater Control: Comply with requirements of authorities having jurisdiction. Provide barriers in and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy rains. E. Tree and Plant Protection: Comply with requirements specified in Section 015639 "Temporary Tree and Plant Protection." City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 55 of 240 F. Tree and Plant Protection: Install temporary fencing located as indicated or outside the drip line of trees to protect vegetation from damage from construction operations. Protect tree root systems from damage, flooding, and erosion. G. Pest Control: Engage pest-control service to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests and to perform extermination and control procedures at regular intervals so Project will be free of pests and their residues at Substantial Completion. Perform control operations lawfully, using materials approved by authorities having jurisdiction. H. Site Enclosure Fence: Before construction operations begin,furnish and install site enclosure fence in a manner that will prevent people from easily entering site except by entrance gates. 1. Extent of Fence: As required to enclose entire Project site or portion determined sufficient to accommodate construction operations. 2. Maintain security by limiting number of keys and rest( distribution to authorized personnel. Furnish one set of keys to Owner. I. Security Enclosure and Lockup: Install temporary encloseund partially completed areas of construction. Provide lockable entrances to prevent uNorized entrance, vandalism, theft, and similar violations of securit . Lock entrances at end of kda . Y , Y J. Barricades, Warning Signs, and Lights: Comp t f PP iremen thorities having jurisdiction for erecting structurally adequate barricades, in din arning signs d lighting. K. Temporary Egress: Maintain tempo egress from x' in ccupied facilities as indicated and as required by authorities having juri i i L. Covered Walkway: Erect protectiv ered wal y r passage of individuals through or adjacent to Project site. Coordinate wi ance gates, r cilities, and obstructions. Comply with regulations of authorities having ju is nd requ. indicated on Drawings. 1. Provide over -ad dec ing, ro ; closure walls, handrails, barricades, warning signs, exit signs, lig+ s and wel : walkways, and similar provisions for protection and safe pass ` 2. Pain. : r aintain appearance of walkway for duration of the Work. M. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weathertight enclosure for building exterior. 1. Where heating or cooling is needed and permanent enclosure is incomplete, insulate temporary enclosures. N. Temporary Partitions: Provide floor-to-ceiling dustproof partitions to limit dust and dirt migration and to separate areas occupied by Owner from fumes and noise. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 56 of 240 1. Construct dustproof partitions with gypsum wallboard with joints taped on occupied side, and fire-retardant-treated plywood on construction operations side. 2. Construct dustproof partitions with two layers of 6-mil (0.14-mm) polyethylene sheet on each side. Cover floor with two layers of 6-mil (0.14-mm) polyethylene sheet, extending sheets 18 inches (460 mm) up the sidewalls. Overlap and tape full length of joints. Cover floor with fire- retardant-treated plywood. a. Construct vestibule and airlock at each entrance through temporary partition with not less than 48 inches (1219 mm) between doors. Maintain water-dampened foot mats in vestibule. 3. Where fire-resistance-rated temporary partitions are indicated or are required by authorities having jurisdiction, construct partitions according to the rated assemblies. 4. Insulate partitions to control noise transmission to occupied ariiii‘ 5. Seal joints and perimeter. Equip partitions with gasketed di doors and security locks where openings are required. 6. Protect air-handling equipment. 7. Provide walk-off mats at each entrance through tont r rtition. 0. Temporary Fire Protection: Install and maintain temp r re-protection facilities of types needed to protect against reasonably predictable and contrcla - ire lo s. Comply with NFPA 241; manage fire-prevention program. 1. Prohibit smoking in construction areas. mply yyi ditional limits on smoking specified in other Sections. 2. Supervise welding operatico stion-typ- rary heating units, and similar sources of fire ignition according to re ire nts of a -s having jurisdiction. 3. Develop and superv. ro rall fire-0 tion and -protection program for personnel at Project site. Revi w with loca : .-.artment and establish procedures to be followed. Instruct personn ods and . . ,ures. Post warnings and information. 4. Provide tem .rary st ndpipes A . .-s for fire protection. Hang hoses with a warning sign stating ttiat tik are for , tion purposes only and are not to be removed. Match hose size • o\ ize and equ wit suitable nozzles. 5.6 MOISTURE AN MOLD CONTROL A. Contractor's Moisture-Protection Plan: Describe delivery, handling, storage, installation, and protection provisions for materials subject to water absorption or water damage. 1. Indicate procedures for discarding water-damaged materials, protocols for mitigating water intrusion into completed Work, and replacing water-damaged Work. 2. Indicate sequencing of work that requires water, such as sprayed fire-resistive materials, plastering, and terrazzo grinding, and describe plans for dealing with water from these operations. Show procedures for verifying that wet construction has dried sufficiently to permit installation of finish materials. City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 57 of 240 3. Indicate methods to be used to avoid trapping water in finished work. B. Exposed Construction Period: Before installation of weather barriers, when materials are subject to wetting and exposure and to airborne mold spores, protect as follows: 1. Protect porous materials from water damage. 2. Protect stored and installed material from flowing or standing water. 3. Keep porous and organic materials from coming into prolonged contact with concrete. 4. Remove standing water from decks. 5. Keep deck openings covered or dammed. C. Partially Enclosed Construction Period: After installation of weather barriers but before full enclosure and conditioning of building, when installed materials are still subject to infiltration of moisture and ambient mold spores, protect as follows: 1. Do not load or install drywall or other porous materials c onents, or items with high organic content, into partially enclosed building. 2. Keep interior spaces reasonably clean and protecte$4440flit er damage. 3. Periodically collect and remove waste containing ceor other organic matter. 4. Discard or replace water-damaged material. 5. Do not install material that is wet. 6. Discard and replace stored or installed en at begins; - mold. 7. Perform work in a sequence that allow et aterials deq Ite time to dry before enclosing the material in gypsum board or other interioriinishe5� D. Controlled Construction Period: ce?ing and .-N of the building enclosure but prior to the full operation of permanent HVA s s, maint; - ows: 1. Control moisture ant 0 dity inside b •y maintaining effective dry-in conditions. 2. Use temporary err- ent HVm to control humidity within ranges specified ified for installed and stored terials. 3. Comply wit anufactur ' n instructions for temperature, relative humidity, and expos e Q limits. a. .,:scopic materials that may support mold growth, including wood and gypsum-based pr.ducts, that become wet during the course of construction and remain wet for 48 hours are considered defective and require replacing. b. Measure moisture content of materials that have been exposed to moisture during construction operations or after installation. Record readings beginning at time of exposure and continuing daily for 48 hours. Identify materials containing moisture levels higher than allowed. Report findings in writing to Architect. c. Remove and replace materials that cannot be completely restored to their manufactured moisture level within 48 hours. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 58 of 240 5.7 OPERATION,TERMINATION,AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. C. Temporary Facility Changeover: Do not change over from using temporary security and protection facilities to permanent facilities until Substantial Completion. D. Termination and Removal: Remove each temporary facility when ne forts service has ended, when it has been replaced by authorized use of a permanent facility, or n h9n Substantial Completion. Complete or, if necessary, restore permanent construction t ave been delayed because of interference with temporary facility. Repair damaged W , n exposed surfaces, and replace construction that cannot be satisfactorily repaired. \0 1. Materials and facilities that constitute temp• fa ilities are property of Contractor. Owner reserves right to take possession of Pro' is tocation s 2. Remove temporary roads and paved eas of intended or acceptable for integration into permanent construction. Where area is nded for nds pe development, remove soil and aggregate fill that do not c y with requ" 11e or fill or subsoil. Remove materials contaminated with road oil s h t .c. other .,•c mical compounds, and other substances that might impair growth t aterials ' . .. Repair or replace street paving, curbs, and sidewalks at temporar enter , as req . - • b authorities having jurisdiction. 3. At Substantial Co �.l- •n, repair, r:# e, and clean permanent facilities used during construction per . O ply wit c eaning requirements specified in Section 017700 "Closeout Pr cedure • 1411119 1 END OF SECTION 0 #t\ SECTION 033000-CA -PLACE CONCRETE PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 59 of 240 1.2 SUMMARY A. Section includes cast-in-place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes, for the following: 1. Footings. 2. Foundation walls. 3. Slabs-on-grade. 4. Suspended slabs. 5. Concrete toppings. 6. Building frame members. 7. Building walls. 1.3 DEFINITIONS \•41 A. Cementitious Materials: Portland cement alone or in combina , • one or more of the following: ca) blended hydraulic cement, fly ash and other pozzolans, grou :e lated blast-furnace slag, and silica fume; subject to compliance with requirements. "NIC.\\11° 1.4 ACTION SUBMITTALSletlit.' A. Product Data: For each type of product indic d • B. Steel Reinforcement Shop Drawings: PI ing,ilrawings .1s4ail fabrication, bending, and placement. Include bar sizes, lengths, mata g , bar sch.% ., stirrup spacing, bent bar diagrams, bar arrangement, splices and laps, ch cal conn ti s, tie spacing, hoop spacing, and supports for concrete reinforcement. 0) ne) 1.5 INFORMATIONAL BMITS A. Material Certiff‘ r each of ing, signed by manufacturers: illP 1. Cern- : s materials. 2. Admixtu es. 3. Form materials and form-release agents. 4. Steel reinforcement and accessories. 5. Fiber reinforcement. 6. Waterstops. 7. Curing compounds. 8. Floor and slab treatments. 9. Bonding agents. 10. Adhesives. 11. Vapor retarders. 12. Semirigid joint filler. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 60 of 240 13. Joint-filler strips. 14. Repair materials. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer who employs on Project personnel qualified as ACI- certified Flatwork Technician and Finisher and a supervisor who is an ACI-certified Concrete Flatwork Technician. B. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. C. Testing Agency Qualifications: An independent agency, qualified according to ASTM C 1077 and ASTM E 329 for testing indicated. \it'll 1. Personnel conducting field tests shall be qualified as Arete Field Testing Technician, 0 Grade 1, according to ACI CP-1 or an equivalent certific •• �' •gram. 2. Personnel performing laboratory tests shall b� -certified Concrete Strength Testing Technician and Concrete Laboratory Testing Te !Nom - Grade I. Testing Agency laboratory supervisor shall be an ACI-certified Concrete tory Testing Technician - Grade II. D. Source Limitations: Obtain each type or cl s of e entitious e al of the same brand from the same manufacturer's plant, obtain aggregat single s rce, nd obtain admixtures from single source from single manufacturer. • E. ACI Publications: Comply wit wing u dified by requirements in the Contract Documents: 1. ACI 301, "Specific do o Structura e," 2. ACI 117, "Specifics r Tolera . ', Concrete Construction and Materials." F. Concrete Testngice: En alified independent testing agency to perform material evaluation i design con to mixtures. 1.7 DELIVERY, STO AGE,AND HANDLING A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending and damage. Avoid damaging coatings on steel reinforcement. B. Waterstops: Store waterstops under cover to protect from moisture, sunlight, dirt, oil, and other contaminants. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 61 of 240 PART 2- PRODUCTS 2.1 FORM-FACING MATERIALS A. Smooth-Formed Finished Concrete: Form-facing panels that will provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number of joints. 1. Plywood, metal, or other approved panel materials. B. Rough-Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. C. Forms for Cylindrical Columns, Pedestals, and Supports: Metal, glass-fiber-reinforced plastic, paper, or fiber tubes that will produce surfaces with gradual or abrupt irre arities not exceeding specified formwork surface class. Provide units with sufficient wall thickn relsist plastic concrete loads without detrimental deformation. D. Pan-Type Forms: Glass-fiber-reinforced plastic or formIcestiffened to resist plastic concrete loads without detrimental deformation. E. Void Forms: Biodegradable paper surface, tr-.t:teo oistu esistance, structurally sufficient to support weight of plastic concrete and other uper ..sed loads. F. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4.b` ' ch, minimum. G. Rustication Strips: Wood, metal, C lob ter strips - -�9 for ease of form removal. 10, H. Form-Release Agent: Com.•-rcl rmulate - elease agent that will not bond with, stain, or adversely affect concrete illit.-s and will no p it subsequent treatments of concrete surfaces. 1. Formulate fo m-rele agent w. hibitor for steel form-facing materials. I. Form Ties: Fa icated, r or snap-off metal or glass-fiber-reinforced plastic form ties designed . `�' eral pressure f fresh concrete on forms and to prevent spalling of concrete on removal. �V 1. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. 2. Furnish ties that, when removed, will leave holes no larger than 1 inch in diameter in concrete surface. 3. Furnish ties with integral water-barrier plates to walls indicated to receive dampproofing or waterproofing. 2.2 STEEL REINFORCEMENT A. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 62 of 240 B. Epoxy-Coated Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed bars, ASTM A 934/A 934M, epoxy coated, with less than 2 percent damaged coating in each 12-inch bar length. C. Stainless-Steel Reinforcing Bars: ASTM A 955/A 955M, Grade 60, Type 304, deformed. D. Steel Bar Mats: ASTM A 184/A 184M, fabricated from ASTM A 615/A 615M, Grade 60, deformed bars, assembled with clips. E. Plain-Steel Wire: ASTM A 82/A 82M, as drawn. F. Deformed-Steel Wire: ASTM A 496/A 496M. G. Epoxy-Coated Wire: ASTM A 884/A 884M, Class A, Type 1 coated, as-drawn, plain-steel wire, with less than 2 percent damaged coating in each 12-inch wire length. H. Plain-Steel Welded Wire Reinforcement: ASTM A 185/A 185M, pl rbated from as-drawn steel wire into flat sheets. I. Deformed-Steel Welded Wire Reinforcement: ASTM A 4911<tk flat sheet. J. Galvanized-Steel Welded Wire Reinforcement: A 185/A 185M, plain, fabricated from galvanized-steel wire into flat sheets. 0 K. Epoxy-Coated Welded Wire Reinforcement: TM 884/A 8 4M, lass A coated, Type 1, plain steel. • 2.3 REINFORCEMENT ACCESSORIES rit. ` A. Joint Dowel Bars: ASTM A 615/A , Grade •I, •lai -steel bars, cut true to length with ends square and free of burrs. Cb r B. Epoxy-Coated Joint Dove e rs: ASTM . qb 615M, Grade 60, plain-steel bars, ASTM A 775/A 775M epoxy coated. , • C. Epoxy RepAgi v4 : Liquid, t -part, epoxy repair coating; compatible with epoxy coating on reinforce R417• complying with ASTM A 775/A 775M. D. Zinc Repair Material: ASTM A 780, zinc-based solder, paint containing zinc dust, or sprayed zinc. E. Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire, plastic, or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1. For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI Class 2 stainless-steel bar supports. 2. For epoxy-coated reinforcement, use epoxy-coated or other dielectric-polymer-coated wire bar supports. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-1410— Fleet Truck Wash Page 63 of 240 3. For zinc-coated reinforcement, use galvanized wire or dielectric-polymer-coated wire bar supports. 2.4 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1. Portland Cement: ASTM C 150, Type I,. Supplement with the following: a. Fly Ash: ASTM C 618, Class F or C. b. Ground Granulated Blast-Furnace Slag: ASTM C 989, Grade 100 or 120. B. Silica Fume: ASTM C 1240, amorphous silica. \e'S C. Normal-Weight Aggregates: ASTM C 33, Class 3M coarse a:,, ` or better, graded. Provide aggregates from a single source with documented service re • • : a of at least 10 years' satisfactory service in similar applications and service conditions filar aggregates and cementitious materials. 1. Maximum Coarse-Aggregate Size: 1-1/2 itch 46 inal. 2. Fine Aggregate: Free of materials with ,elet= ..s reactivit ali in cement. D. Lightweight Aggregate: ASTM C 330, 1-inch nominal ma4i gregate size. E. Water: ASTM C 94/C 94M and p be.V ` 0), eiciN 2.5 ADMIXTURES A. Air-Entraining Admixtur:TM C 260 All B. Chemical Admixt % Provide :*' -s certified by manufacturer to be compatible with other admixture •\ will not conibute water-soluble chloride ions exceeding those permitted in hardened ,Vp:e. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C 494/C 494M,Type A. 2. Retarding Admixture: ASTM C 494/C 494M, Type B. 3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. 4. High-Range, Water-Reducing Admixture: ASTM C 494/C 494M,Type F. 5. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494/C 494M,Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type II. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 64 of 240 2.6 WATERSTOPS A. Flexible PVC Waterstops: CE CRD-C 572, for embedding in concrete to prevent passage of fluids through joints. Factory fabricate corners, intersections, and directional changes. 1. Profile: Flat, dumbbell with center bulb. 2. Dimensions: 6 inches by 3/8 inch thick; nontapered. B. Self-Expanding Butyl Strip Waterstops: Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/4 by 1 inch. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Carlisle Coatings & Waterproofing, Inc.; MiraSTOP. b. CETCO; Volclay Waterstop-RX. cilluit)citio4N c. Concrete Sealants Inc.; Conseal CS-231. d. Greenstreak; Swellstop. (bb I e. Henry Company, Sealants Division; Hydro-Flex citt,f. JP Specialties, Inc.; Earth Shield Type 20. 2.7 VAPOR RETARDERS CP \72:11). A. Sheet Vapor Retarder: Polyethylene s et, ASTM D 439\ than 10 mils thick. 2.8 CURING MATERIALS <0 ilicktil' A. Absorptive Cover: AAS ®82, Class lap cloth made from jute or kenaf, weighing approximately 9 oz./sq. w dry. B. Moisture-Retainin ver: AST 7 ye ylene film or white burlap-polyethylene sheet. e C. Water: Po 44%, 11 D. Clear, Water ' ne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, 18 to 25 percent solids, nondissipating, certified by curing compound manufacturer to not interfere with bonding of floor covering. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. BASF Construction Chemicals - Building Systems; Kure-N Seal W. b. ChemMasters; Safe-Cure Clear. c. Conspec by Dayton Superior; High Seal. d. Dayton Superior Corporation; Safe Cure and Seal 0-19). e. Edoco by Dayton Superior; Spartan Cote WB II 20 Percent. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 65 of 240 f. Euclid Chemical Company (The), an RPM company; Diamond._Clear VOX_;. Clearseal WB STD. g. Kaufman Products, Inc.; SureCure Emulsion. h. Lambert._Corporation-Glazecote Sealer-20. i. L&M Construction Chemicals, Inc.; Dress & Seal WB. j. Meadows, W. R., Inc.; Vocomp-20. k. Metalcrete Industries; Metcure 0800. I. Nox-Crete Products Group; Cure & Seal 200E. m. Symons by Dayton Superior; Cure &Seal 18 Percent E. n. Vexcon Chemicals, Inc.; Starseal 0800. 2.9 RELATED MATERIALS A. Expansion- and Isolation-Joint-Filler Strips: ASTM D 1751, asphalt-sat rated cellulosic fiber. B. Semirigid Joint Filler: Two-component, semirigid, 100 percent solico" IS polyurea with a Type A ii shore durometer hardness range of 90 to 95 per ASTM D 2240. C. Dovetail Anchor Slots: Hot-dip galvanized-steel sheets than 0.034 inch thick, with bent tab anchors. Temporarily fill or cover face opening of slot o esent intrusion of concrete or debris. 2.10 REPAIR MATERIALS OCS IS?111111P A. Repair Underlayment: Cement-base olymer-modified veling product that can be applied in thicknesses from 1/8 inch and that c fehered a •:: match adjacent floor elevations. qb 1. Cement Binder: ASTM C <00 rtland ce e .r hydraulic or blended hydraulic cement as defined in ASTM C 2 . / ®® 2. Primer: Product f layment urer recommended for substrate, conditions, and application. 3. Aggregate: ell-gra ed, wash , 1/8 to 1/4 inch or coarse sand as recommended by underlaweqr. nufactur 4. Com.Aha ength: N less than 4100 psi at 28 days when tested according to AST N / 109M. B. Repair Overlayment: Cement-based, polymer-modified, self-leveling product that can be applied in thicknesses from 1/4 inch and that can be filled in over a scarified surface to match adjacent floor elevations. 1. Cement Binder: ASTM C 150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of topping manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by topping manufacturer. City of Fayetteville,AR • Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 66 of 240 4. Compressive Strength: Not less than 5000 psi at 28 days when tested according to ASTM C 109/C 109M. 2.11 CONCRETE MIXTURES, GENERAL A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. 1. Use a qualified independent testing agency for preparing and reporting proposed mixture designs based on laboratory trial mixtures. B. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: 1. Fly Ash: 25 percent. 2. Combined Fly Ash and Pozzolan: 25 percent. 3. Ground Granulated Blast-Furnace Slag: 50 percent. 4. Combined Fly Ash or Pozzolan and Ground Granul c las -Furnace Slag: 50 percent portland cement minimum, with fly ash or pozzolan not ex 25 percent. 5. Silica Fume: 10 percent. 6. Combined Fly Ash, Pozzolans, and Sil' F 35 p with fly ash or pozzolans not exceeding 25 percent and silica fume n t exc e ing 10 perc t. 7. Combined Fly Ash or Pozzolans, Groun anulated last- urnace Slag, and Silica Fume: 50 percent with fly ash or pozzol not exceedi X nt and silica fume not exceeding 10 percent. .1 C. Limit water-soluble, chloride-ion c tin hardel�d'Zbncrete to 0.30 percent by weight of cement. D. Admixtures: Use admix r c rding toe,"turer's written instructions. 1. Use high-ra e wat r-reduci ,,.% ture in concrete, as required, for placement and workability. 2. Use •r\ ing and reta ing admixture when required by high temperatures, low humidity, or o 'W erse placement c nditions. 3. Use wa -reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water- cementitious materials ratio below 0.50. 2.12 CONCRETE MIXTURES FOR BUILDING ELEMENTS A. Footings: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 3000 psi at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.58. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 67 of 240 3. Slump Limit: 4 inches, or 8 inches for concrete with verified slump of 2 to 4 inches before adding high-range water-reducing admixture or plasticizing admixture, plus or minus 1 inch. 4. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery. B. Foundation Walls: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 3000 psi at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.58. 3. Slump Limit: 4 inches, or 8 inches for concrete with verified slump of 2 to 4 inches before adding high-range water-reducing admixture or plasticizing admixture, plus or minus 1 inch. 4. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery. C. Slabs-on-Grade: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 3000 psi at 28 days. \041 2. Minimum Cementitious Materials Content: 470 lb/cu. yd. ci) 3. Slump Limit: 4 inches, plus or minus 1 inch. 4. Air Content: 6 percent, plus or minus 1.5 percent a p elivery. 5. Air Content: Do not allow air content of trowel-finis ors to exceed 3 percent. D. Suspended Slabs: Proportion normal-weight concr: ure as follows: , 1. Minimum Compressive Strength: 300 si a : days. 2. Minimum Cementitious Materials Conte 0 Ib/cu. . 3. Slump Limit: 4 inches, plus or s 1 inch. •` 4. Air Content: 6 percent, plus r i u f5 perce mint of delivery. 5. Air Content: Do not allowt t of tro ed floors to exceed 3 percent. E. Suspended Slabs: Proport' li ?tura' lightw j ncrete mixture as follows: 1. Minimum Compr ss Strength: Il ►.i at 28 days. 2. Calculated E librium Uni We lb 1 I lb/cu. ft., plus or minus 3 lb/cu. ft. as determined by ASTM C 3. Slu Abut nches, plus o inus 1 inch. 4. Air 1► 6 percent, plus or minus 2 percent at point of delivery for nominal maximum aggrega size greater than 3/8 inch. 5. Air Content: 7 percent, plus or minus 2 percent at point of delivery for nominal maximum aggregate size 3/8 inch or less. 6. Air Content: Do not allow air content of trowel-finished floors to exceed 3 percent. F. Building Frame Members: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi at 28 days. 2. Maximum Water-Cementitious Materials Ratio: .058. 3. Slump Limit: 4 inches, or 8 inches for concrete with verified slump of 2 to 4 inches before adding high-range water-reducing admixture or plasticizing admixture, plus or minus 1 inch. 4. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 68 of 240 G. Building Walls: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.58. 3. Slump Limit: 4 inches, or 8 inches for concrete with verified slump of 2 to 4 inches before adding high-range water-reducing admixture or plasticizing admixture, plus or minus 1 inch. 4. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery. 2.13 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2.14 CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver con cif cording to ASTM C 94/C 94M, and furnish batch ticket information. . 1. When air temperature is between 85 and 90 de e mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is ab e deg F, reduce mixing and delivery time to 60 minutes. 0 B. Project-Site Mixing: Measure, batch, anmi concret ma rials and concrete according to ASTM C 94/C 94M. Mix concrete materials in appropriate - ype batch machine mixer. 1. For mixer capacity of 1 cu. . or Itr, conti +�- xing at least 1-1/2 minutes, but not more than 5 minutes after ingre t e in mix- : .= any part of batch is released. 2. For mixer capacity la tf� O.cu. yd., . e mixing time by 15 seconds for each additional 1 cu. yd.. 3. Provide batch tisf each ba ischarged and used in the Work, indicating Project identificatio name a d numb- mixture type, mixture time, quantity, and amount of water ad4le cord appr t- .cation of final deposit in structure. R?\ PART 3- EXECUTION 3.1 FORMWORK A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347 as abrupt or gradual, as follows: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 69 of 240 1. Class A, 1/8 inch for smooth-formed finished surfaces. 2. Class B, 1/4 inch for rough-formed finished surfaces. D. Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. 1. Install keyways, reglets, recesses, and the like, for easy removal. 2. Do not use rust-stained steel form-facing material. F. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in finished concrete surfaces. Provide and secure units to su port screed strips; use strike-off templates or compacting-type screeds. G. Provide temporary openings for cleanouts and inspection poe interior area of formwork is inaccessible. Close openings with panels tightly fitted to for securely braced to prevent loss of it concrete mortar. Locate temporary openings in forms at o icuous locations. se H. Chamfer exterior corners and edges of permanentl e concrete. I. Form openings, chases, offsets, sinkages, ke ays r glets, bloc , reeds, and bulkheads required in the Work. Determine sizes and locations fr des prov' ing ch items. • J. Clean forms and adjacent surfaces t re eivAconcret Ni e chips, wood, sawdust, dirt, and other debris just before placing concre . K. Retighten forms and bra ' I ore placin te,eas required, to prevent mortar leaks and maintain proper alignm nt. L. Coat contact sur ces of orms w' -release agent, according to manufacturer's written liZ instructions, b�for cing reinfa .� 3.2 EMBEDDED A. Place and secure anchorage devices and other embedded items required for adjoining work that is attached to or supported by cast-in-place concrete. Use setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 1. Install anchor rods, accurately located, to elevations required and complying with tolerances in Section 7.5 of AISC's "Code of Standard Practice for Steel Buildings and Bridges." 2. Install reglets to receive waterproofing and to receive through-wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. 3. Install dovetail anchor slots in concrete structures as indicated. City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 70 of 240 3.3 REMOVING AND REUSING FORMS A. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete. Concrete has to be hard enough to not be damaged by form-removal operations and curing and protection operations need to be maintained. 1. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. 2. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. B. Clean and repair surfaces of forms to be reused in the Work. Split, f ayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed ces Apply new form-release agent. C. When forms are reused, clean surfaces, remove fins and I it cid tighten to close joints. Align and secure joints to avoid offsets. Do not use patched fs�for exposed concrete surfaces unless approved by Architect. ic"\ 3.4 SHORES AND RESHORES CP A. Comply with ACI 318 and ACI 301 for ign, installati. !an oval of shoring and reshoring. 1. Do not remove shoring or s i ntil me u fit tt of slab tolerances is complete. B. In multistory construction, nes oring or r g over a sufficient number of stories to distribute loads in such a manner h oor or m- . II be excessively loaded or will induce tensile stress in concrete members ut ufficient tt%: inforcement. C. Plan sequenceof pa,.val of sh eshore to avoid damage to concrete. Locate and provide adequate r support co ruc ion without excessive stress or deflection. 3.5 VAPOR RETAR ERS A. Sheet Vapor Retarders: Place, protect, and repair sheet vapor retarder according to ASTM E 1643 and manufacturer's written instructions. 1. Lap joints 6 inches and seal with manufacturer's recommended tape. 3.6 STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 71 of 240 1. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. 1. Weld reinforcing bars according to AWS D1.4/D 1.4M, where indicated. D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. E. Install welded wire reinforcement in longest practicable lengths onr s ports spaced to minimize sagging. Lap edges and ends of adjoining sheets at least one me s n . Offset laps of adjoining sheet widths to prevent continuous laps in either direction. La s with wire. l} F. Epoxy-Coated Reinforcement: Repair cut and damageecy coatings with epoxy repair coating according to ASTM D 3963/D 3963M. Use epoxy coat tAei wire ties to fasten epoxy coated steel reinforcement. G. Zinc-Coated Reinforcement: Repair cut and ama zinc coatin 1 zinc repair material according P p to ASTM A 780. Use galvanized steel wire ties ten zinc- ate teel reinforcement. 3.7 JOINTS eiv, ` A. General: Construct joints t ton ith fac ndicular� to surface plane of concrete. B. Construction Joints: I II trength ppearance of concrete are not impaired, at locations indicated or as al). oved b rchitect. 1. Place join "Itndicular t inforcement. Continue reinforcement across construction join ►otherwise ind ted. Do not continue reinforcement through sides of strip place '-I, of floors and slabs. 2. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. 3. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width from a beam-girder intersection. 4. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs. 5. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. C. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least 1/3 of concrete thickness as follows: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 72 of 240 1. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch- wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. D. Isolation Joints in Slabs-on-Grade: After removing formwork, install joint-filler strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. 1. Extend joint-filler strips full width and depth of joint, terminating flush with finished concrete surface unless otherwise indicated. 2. Terminate full-width joint-filler strips not less than 1/2 inch or more than 1 inch below finished concrete surface where joint sealants, specified in Section 079200 "Joint Sealants," are indicated. 3. Install joint-filler strips in lengths as long as practicable. ere more than one length is required, lace or clip sections together. E. Doweled Joints: Install dowel bars and support assemblies ' where" indicated. Lubricate or asphalt coat one-half of dowel length to prevent concret di o one side of joint. 3.8 WATERSTOPS OC\ A. Flexible Waterstops: Install in construction ints nd at other j is indicated to form a continuous diaphragm. Install in longest lengths practic . Suppor and rotect exposed waterstops during • progress of the Work. Field fabri joints in wto according to manufacturer's written instructions. .1 B. Self-Expanding Strip Waterstops: tall in co tr tion joints and at other locations indicated, according to manufacture cefr ..ten instructi esive bonding, mechanically fastening, and firmly pressing into place. InsI i .►:est leng icable. 3.9 CONCRETE PLACE !lb est le A. Before pl verify tha installation of formwork, reinforcement, and embedded items is complete an t required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Architect. C. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. 1. Do not add water to concrete after adding high-range water-reducing admixtures to mixture. D. 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. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 73 of 240 If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures and in a manner to avoid inclined construction joints. 2. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. 3. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. E. Deposit and consolidate concrete for floors and slabs in a conti us operation, within limits of construction joints, until placement of a panel or section is complet 4N 1. Consolidate concrete during placement operations so o e is thoroughly worked around reinforcement and other embedded items and into er 2. Maintain reinforcement in position on chairs duri cc to placement. 3. Screed slab surfaces with a straightedge and stri o o correct elevations. 4. Slope surfaces uniformly to drains where req eit 5. Begin initial floating using bull floats r .ar+ to form rm and open-textured surface plane, before excess bleedwater appe. o► the surf e. not further disturb slab surfaces before starting finishing operatio s. • F. Cold-Weather Placement: Comp with 366.1 an. ows. Protect concrete work from physical damage or reduced strength that u e cause . , freezing actions, or low temperatures. 1. When average hi h ... . tempera !expected to fall below 40 deg F for three successive days, maintain d re. oncrete lit, e temperature within the temperature range required by ACI 301. 2. Do not t�se n materi erials containing ice or snow. Do not place concrete on froze ik r on subgr e c n aining frozen materials. 3. Do 4 Icium chloride, alt, or other materials containing antifreeze agents or chemical accele All unless otherwise specified and approved in mixture designs. G. Hot-Weather Placement: Comply with ACI 301 and as follows: 1. Maintain concrete temperature below 90 deg F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 74 of 240 3.10 FINISHING FORMED SURFACES A. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed-surface irregularities. 1. Apply to concrete surfaces not exposed to public view. B. Smooth-Formed Finish: As-cast concrete texture imparted by form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defects. Remove fins and other projections that exceed specified limits on formed-surface irregularities. 1. Apply to concrete surfaces exposed to public view, to receive a rubbed finish, or to be covered with a coating or covering material applied directly to concrete. w C. Rubbed Finish: Apply the following to smooth-formed finished as- s rite where indicated: 1. Smooth-Rubbed Finish: Not later than one day after oval, moisten concrete surfaces and rub with carborundum brick or another abrasiv producing a uniform color and texture. Do not apply cement grout other than that creat rubbing process. 2. Grout-Cleaned Finish: Wet concrete surface p ly grout of a consistency of thick paint to coat surfaces and fill small holes. Mix •15 •rtland '.- - t to one and one-half parts fine sand with a 1:1 mixture of bonding dmi ure and wat. . Add white portland cement in amounts determined by trial patches s r of dry out -ill match adjacent surfaces. Scrub grout into voids and remove s grout. Who hitens, rub surface with clean burlap and keep surface damp by f r ht least Ns. 3. Cork-Floated Finish: Wet surfac pply a stiff grout. Mix one part portland cement and one par ine� with a • i ure of bonding agent and water. Add white portland cement in nts determi y trial patches so color of dry grout will match adjacent surfaces o ess grou lb ids by grinding surface. In a swirling motion, finish surface with . cork f t. D. Related Unforty aces: A walls, horizontal offsets, and similar unformed surfaces .1 adjacent Alp ,� surfaces, strik off smooth and finish with a texture matching adjacent formed surfaces. �� e final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unles otherwise indicated. 3.11 FINISHING FLOORS AND SLABS A. General: Comply with ACI 302.1R recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Float Finish: Consolidate surface with power-driven floats or by hand floating if area is small or inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 75 of 240 1. Apply float finish to surfaces to receive trowel finish. C. Trowel Finish: After applying float finish, apply first troweling and consolidate concrete by hand or power-driven trowel. Continue troweling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings. 1. Apply a trowel finish to surfaces exposed to view or to be covered with resilient flooring, carpet, ceramic or quarry tile set over a cleavage membrane, paint, or another thin-film-finish coating system. 2. Finish and measure surface so gap at any point between concrete surface and an unleveled, freestanding, 10-ft.- long straightedge resting on two high spots and placed anywhere on the surface does not exceed 1/8 inch. D. Broom Finish: Apply a broom finish to exterior concrete platfor s ramps, and elsewhere as indicated. (?)* 1. Immediately after float finishing, slightly roughen ,a '' ked surface by brooming with fiber- bristle broom perpendicular to main traffic rout inate required final finish with Architect before application. 3.12 MISCELLANEOUS CONCRETE ITEMS COP ISZPIIIIIIP A. Filling In: Fill in holes and openin s e in ,zpncrete INts after work of other tradesis in place unless otherwise indicated. a and cur , as specified, to blend with in-place construction. Provide other misce n us concr ' g indicated or required to complete the Work. B. Curbs: Provide monolithic to interior - ,. stripping forms while concrete is still green and by steel-troweling surface3 tea ?rd, den e with corners, intersections, and terminations slightly rounded. ♦ C. Equipment : •e oundation rovi e machine and equipment bases and foundations as shown on Drawi 1FA t nchor bolts fo machines and equipment at correct elevations, complying with diagrams or < r< elates from manufacturer furnishing machines and equipment. D. Steel Pan Stairs: Provide concrete fill for steel pan stair treads, landings, and associated items. Cast-in inserts and accessories as shown on Drawings. Screed, tamp, and trowel finish concrete surfaces. 3.13 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 301 for hot-weather protection during curing. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 76 of 240 B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. D. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. E. Cure concrete according to ACI 308.1, by one or a combination of the following methods: 1. Moisture Curing: Keep surfaces continuously moist for not ss4han seven days with the following materials: Cii) a. Water. b. Continuous water-fog spray. c(?)* c. Absorptive cover, water saturated, and kliCw 1TCinuously wet. Cover concrete surfaces and edges with 12-inch lap over adjaceptive covers. 00 2. Moisture-Retaining-Cover Curing: Co er c crete surfac with moisture-retaining cover for curing concrete, placed in widest prac e width, ith ides and ends lapped at least 12 inches, and sealed by water, :.if tape or a • .v ure for not less than seven days. Immediately repair any hol . t::ar tiuring c iod using cover material and waterproof tape. a. Moisture cure .a .- moisture-re covers to cure concrete surfaces to receive floor coverings. b. Moisture cure r use m• taining covers to cure concrete surfaces to receive penetr g liquid floe tr-IV nt . c. Cu‘ l to surfac- 've floor coverings with either a moisture-retaining cover or i compound th. the manufacturer certifies will not interfere with bonding of floor ng used on Project. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. a. Removal: After curing period has elapsed, remove curing compound without damaging concrete surfaces by method recommended by curing compound manufacturer unless manufacturer certifies curing compound will not interfere with bonding of floor covering used on Project. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 77 of 240 4. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 3.14 JOINT FILLING A. Prepare, clean, and install joint filler according to manufacturer's written instructions. 1. Defer joint filling until concrete has aged at least three months. Do not fill joints until construction traffic has permanently ceased. B. Remove dirt, debris, saw cuttings, curing compounds, and sealers f joonts; leave contact faces of joint clean and dry. Cs)� C. Install semirigid joint filler full depth in saw-cut joints and 2 inches deep in formed joints. Overfill joint and trim joint filler flush with top of joint aft ening. 3.15 CONCRETE SURFACE REPAIRS14\ Niii A. Defective Concrete: Repair and patch def ive reas wh n a roved by Architect. Remove and replace concrete that cannot be repaired and pa ched tq is approval. B. Patching Mortar: Mix dry-pack c in ())tar, coof one part portland cement to two and one-half parts fine aggregate pas g . 16 sie , ;only enough water for handling and placing. C. Repairing Formed Surface face defects i u e color and texture irregularities, cracks, spalls, air bubbles, honeycombs, k ets, fins ' . . er projections on the surface, and stains and other discolorations tha annot remove. . ing. 1. Immediat- I form re , . out honeycombs, rock pockets, and voids more than 1/2 inc - imension to s 'd concrete. Limit cut depth to 3/4 inch. Make edges of cuts perpe • ar to concrete surface. Clean, dampen with water, and brush-coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form-tie voids with patching mortar or cone plugs secured in place with bonding agent. 2. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 78 of 240 D. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. 1. Repair finished surfaces containing defects. Surface defects include spalls, popouts, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. 2. After concrete has cured at least 14 days, correct high areas by grinding. 3. Correct localized low areas during or immediately after completing surface finishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. 4. Correct other low areas scheduled to receive floor coverings with a repair underlayment. Prepare, mix, and apply repair underlayment and primer acc ing to manufacturer's written instructions to produce a smooth, uniform, plane, and leve Feather edges to match adjacent floor elevations. 5. Correct other low areas scheduled to remain exposed air topping. Cut out low areas to ensure a minimum repair topping depth of 1/4 inc at adjacent floor elevations. Prepare, mix, and apply repair topping and primer accor. manufacturer's written instructions to produce a smooth, uniform, plane, and level s -. 6. Repair defective areas, except random ••' i • singl s 1 inch or less in diameter, by cutting out and replacing with fresh c cre . 'emove de tive areas with clean, square cuts and expose steel reinforcement with at a 3/4-inc clea nce all around. Dampen concrete surfaces in contact with patchi•. oncrete and ing agent. Mix patching concrete of same materials and mixtur .s :r.•,i al conc ept without coarse aggregate. Place, compact, and finish to ble •jacent f . oncrete. Cure in same manner as adjacent concrete. 7. Repair random crac • single holes :OP r less in diameter with patching mortar. Groove top of cracks andt o . oles to • oncrete and clean off dust, dirt, and loose particles. Dampen cle.ned co rete surf 711F., apply bonding agent. Place patching mortar before bonding age...,:as dried. ,• • tc ing mortar and finish to match adjacent concrete. Keep patched t ••- inuously ' . t least 72 hours. I E. Perform st .;,. :I repairs of concrete, subject to Architect's approval, using epoxy adhesive and patching mort.r. F. Repair materials and installation not specified above may be used, subject to Architect's approval. 3.16 FIELD QUALITY CONTROL A. Testing and Inspecting: Engage a qualified testing and inspecting agency to perform tests and inspections and to submit reports. B. Concrete Tests: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 79 of 240 1. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mixture exceeding 5 cu. yd., but less than 25 cu. yd., plus one set for each additional 50 cu. yd. or fraction thereof. 2. Testing Frequency: Obtain at least one composite sample for each 100 cu. yd. or fraction thereof of each concrete mixture placed each day. a. When frequency of testing will provide fewer than five compressive-strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 3. Slump: ASTM C 143/C 143M; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 4. Air Content: ASTM C 231, pressure method, for normal-weig concrete; ASTM C 173/C 173M, volumetric method, for structural lightweight concrete; one r IN ch composite sample, but not less than one test for each day's pour of each concrete to . 5. Concrete Temperature: ASTM C 1064/C 1064M; one urly when air temperature is 40 deg F and below and when 80 deg F and above, an to or each composite sample. 6. Unit Weight: ASTM C 567, fresh unit weight of st t ightweight concrete; one test for each composite sample, but not less than one test for pour of each concrete mixture. 7. Compression Test Specimens: ASTM C 3 0 a. Cast and laboratory cure two set f t o standa d cyl der specimens for each composite sample. • b. For tilt-up concrete an p t-tovsioning •,\ , cast and field cure two sets of two standard cylinder spn each com sample. 1:8. Compressive-Streng ste M C 39 Q; test one set of two laboratory-cured specimens at 7 days and one e o specime days. a. Test o-- set o :13 o field-f Illi, ecimens at 7 days and one set of two specimens at 28 days. dik b. A. . 1‘?* ive-streng es s all be the average compressive strength from a set of two 4) -ns obtained fro same composite sample and tested at age indicated. 9. When strength of field-cured cylinders is less than 85 percent of companion laboratory-cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protecting and curing in-place concrete. 10. Strength of each concrete mixture will be satisfactory if every average of any three consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. 11. Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 80 of 240 concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 12. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. 13. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42/C 42M or by other methods as directed by Architect. 14. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 15. Correct deficiencies in the Work that test reports and inspections indicate do not comply with the Contract Documents. Ii1kii C. Measure floor and slab flatness and levelness according to ASTM Ei�Plin 48 hours of finishing. 0 END OF SECTION 033000 ir\ISS(?)* SECTION 033150-GROUTS PART 1-GENERAL CPN - • lefial* ♦1 1.1 RELATED DOCUMENTS 6,,*4 E. Drawings and general prov.: c.sOf e Contr., dingiGeneral and Supplementary Conditions and ' Division 1 Specification e :e s apply to t ` .•n. lb 1.1 SUMMARY 4..6 F. This Sectio: .; - s grouts includ Zaill9: 1. Cem-�.'11p ut. 2. Non-sh grout. 3. Epoxy grout. 5.8 SUBMITTALS A. Product Data: For each type of product indicated. B. Sustainable Design Submittals: 1. Product Data: For recycled content, indicating postconsumer and preconsumer recycled content and cost. City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 81 of 240 • C. Certified test results verifying compliance with the compressive strength, shrinkage and expansion requirements and manufacturer's literature containing instructions and recommendations on the mixing, handling, placement and appropriate uses for each type of non-shrink and epoxy grout. D. Fine Aggregate Gradation. E. Concrete strength test results and mix design used from a record of past performance, or the laboratory trial mix designs and results, and the mix design proposed for each cementitious mixture and use under this contract, in accordance with ACI 301 "Specifications for Structural Concrete." 1. Test records shall consist of data that is not more than 12 months old. 2. Indicate amounts of mixing water to be withheld for later addition at the Project site. F. Qualification Data: For testing agency. G. Material Test Reports: For the following, from a qualified testing a cy, indicating compliance with requirements: 1. Aggregates. Include service record data or laboratory e r sults if service record is not available, indicating absence of deleterious expansio oncrete due to alkali aggregate reactivity. 2. Non-shrink grout. 3. Epoxy grout. iti‘\St H. Material Certificates: For each of the followin , gr-Wy manuf 1. Cementitious materials. 2. Non-shrink grout. 3. Epoxy grout. ` 4. Admixtures. Zill% ail.' I. Field quality-control test and ins inspp reports. J. Ready Mix Concrete (C e(1ut): so 1. Provide delivery is or ready-. TO crete (cement grout) with each batch before unloading at the Proje. site, or weigh -erii s -rtificate per ASTM C94, and each delivery ticket shall have thee.EL. informat '-cified in Section 033000 "Cast-In-Place Concrete." op 2. Wate •. • the plant s account for moisture in the aggregate. If water is added on the job, - total water co ent shall not exceed the water to cementitious materials ratio conte 1:1F he approved design mix. 3. Keep records showing time and place of each pour (placement) of concrete cement grout, together with transit-mix delivery slips certifying the contents of the pour (placement). 4. Furnish two (2) delivery tickets/records to Engineer for each batch. 5.9 QUALITY ASSURANCE A. Manufacturer's Qualifications for Cement Grout: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 82 of 240 B. Testing Agency Qualifications: An independent agency, furnished by Owner, 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. C. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from one source, and obtain admixtures through one source from a single manufacturer. Cementitious material, aggregate and admixtures for cement grout shall be of the same source used for cast-in-place concrete. D. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design cement-grout mixture. PART 6- PRODUCTS G � 6.1 MANUFACTURERS ir\\SCT A. In other Part 2 articles where titles below intr % ., the fo requirements apply to product selection: 1. Available Products: Subject to complian require ents products that may be incorporated into the Work include, but are limited to, prod ified. 2. Available Manufacturers: S b c to,'omplian requirements, manufacturers offering products that may be inco e to the • I ude, but are not limited to, manufacturers specified. 6.2 CONCRETE MATERIALS 1\ A. Cementitious Mat : Use the f'. m ntitious materials, of the same type, brand, and source, throughout Pretjfk 1. Por ,it ent: Domestic •Nnforming to ASTM C150, Type I/II, Type III, gray. Cement may be supp7,1r ed with the following: a. F Ash:ASTMC618, ClassC. 2. Comply with Section 033000, "Cast-In-Place-Concrete". B. Fine Aggregate: ASTM C33. 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. Aggregates shall be free of any materials or substances with deleterious reactivity to alkali in cement. Aggregates for cement grout shall be provided from the same source as aggregate for the cast-in-place concrete. C. Water: ASTM C94 and potable. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 83 of 240 6.3 ADMIXTURES A. Air-Entraining Admixture: ASTM C260 and as follows: 1. The air-entraining agent shall comply with the requirements of ASTM C260 "Standard Specification for Air-Entraining Admixtures for Concrete," and shall be added to the mixing water in solution. The Contractor shall submit evidence based on tests made in a recognized laboratory to show that the air-entraining admixture conforms to the requirements of the latest revision (ASTM C260) for seven and 28 day compressive and flexural strengths and resistance to freezing and thawings, except as provided in the following paragraph. Tests for bleeding, bond strength and volume change will not be required. Tests may be made upon samples taken from a quantity submitted by the Contractor for use on the project or upon samples submitted and certified by the manufacturer as representative of the admixture to be supplied. a. An exception to the requirements in the preceding pe his the case of admixtures which are manufactured by neutralizing Vinsol resi ustic soda (sodium hydroxide). When the Contractor proposes to use such an •c 0 re he shall submit a certification concerning the admixture in the following for "This is to certify that the product (tr.•- m ) as manufactured and sold by the (company) is an aqueous soluti f .1 resin as been neutralized with sodium hydroxide. The ratio diu droxide t in of resin is one part of sodium hydroxide to (number) of Vins resi . The percentage of solids based on the residue dr' at 105° C. is No other additive or chemical agent is present in th. I ions b. When the Contracto pr poses to s n air-entraining admixture which has been .� previously app site shall subrtification stating that the admixture is the same as that pre 'o a proved. I .....re ixture offered for use is essentially the same (with only mino erence in • `-rr ration) as another previously approved material, a certifi . ion wil be req -: ing that the product is essentially the same as the appro Ill •mixture go other admixture or chemical agent is present. c. Ai e • .r to or at y time during construction, the Engineer may require that the m ture selected by t e Contractor be further tested to determine its effect upon the s gth of the concrete. When so tested, seven day compressive strength of concrete made with the cement and aggregates in the proportions to be used in the work shall be not less than 90 percent of the strength of concrete made with the same materials and with the same cement content and consistency but without the admixture. d. The percentage reduction in strength shall be calculated from the average strength of at least five standard 6-inch by 12-inch cylinders of each type of concrete. Specimens shall be made and cured in the laboratory in accordance with the requirements of the latest revision of ASTM C192 and shall be tested in accordance with the requirements of the latest revision of ASTM C39. 2. Available Products: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 84 of 240 a. MB-AE 90; BASF Construction Chemicals—Admixture Systems. b. Or equal. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Retarding Admixture: ASTM C 494/C 494M,Type B. 3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M,Type D. 4. High-Range, Water Reducing Admixture: ASTM C 494/C 494M,Type F. 5. High-Range, Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M,Type II. 6.4 CEMENT GROUT MIXTURE \its% A. Prepare design mixture proportioned on the basis of laboratoryi mi ture or field test data, or both, according to ACI 301. Submit proposed mixture design to Engi review. 1. Use a qualified independent testing agency for a and reporting proposed mixture designs based upon laboratory trial mixtures. B. Cementitious Materials: Limit percentage, by wei'AL. ceme titious materials other than Portland cement in concrete and cement grout as foil 1. Fly Ash, 15 percent. C. Admixtures: All materials other tha •rtland ceme .40 nd aggregates, and the specified air- entraining admixture that are a.. d o tie concr cement grout, shall be subject to the permission of the Engineer. If < . . ,. .ved, us ures according to manufacturer's written instructions. 1. Use water reducin , '• -range wat - ing or plasticizing admixture in concrete, as required, for plac e a r • workabi�' 2. Use water-reduci g� d retardin: -•111 re when required by high temperatures, low humidity, or other adv- e placement co s. 3. Use wattar- •.► 'ng admi `�y ' sumped concrete, concrete for heavy-use slabs, concrete requi t •.atertight, a concrete with a water-cementitious materials ratio below 0.50. D. Minimum co essive strength: 2000 psi at 28 days. E. Minimum cementitious material of 846 pounds (9 bags) per cubic yard of cement grout. F. Air content: ASTM C94, 5 percent, plus or minus 1.5 percent at point of delivery. G. Aggregate shall be fine aggregate meting the requirements of ASTM C 33. H. Water - cementitious material ratio. The Contractor shall submit a proposed mix design to the Engineer for review. The amount of water shall be the minimum amount of water necessary to make a workable mixture. I. Slump: 4 inches, plus or minus 1.0 inch. 1 City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 85 of 240 6.5 NON-SHRINK GROUT A. Non-shrink grout: Shall conform to the USACOE (Corps of Engineers) Specification for Non-shrink Grout, CRD-621 and as follows: 1. Non-shrink grout shall be a prepackaged, inorganic, non-gas-liberating, non-metallic, cement- based premixed product requiring only the addition of water for the required consistency. 2. Manufacturer's instructions shall be printed on each bag or other container in which the materials are packaged. 3. The chemical formulation of the non-shrink grout shall be as recommended by the non-shrink grout manufacturer for the specific application. 4. Available products: a. BASF Building Systems, MasterFlow 713 Plus. b. Or equal. 6.6 EPDXY GROUT \...1 A. Epoxy Grout: Non-shrink 100percent solids system. The epox shall have 3 components: resin, p Y Y p rep hardener and specially blended aggregate, all premeas an repackaged. The resin component shall not contain any non-reactive diluents. Variation of ent ratios is not permitted. 1. The chemical formulation of the epoxy grout a e as recommended by the epoxy grout manufacturer for the specific application. 2. Manufacturer's instructions shall be te0 each c ' r in which the materials are packaged. 3. Creep shall be less than 0.005 in./in. wh este , p ST C 1181. The tests shall be at 70°F and 140°F with a load of 400 p . 4. Linear shrinkage shall be I h .080% an 41116• al expansion less than 17x10 in./in./°F when tested per ASTM C 5 5. Compressive strengt allo inimu • . 2, 00 psi after seven days when tested per ASTM C 579, Method B. OP 6. Bond strength to t a oncrete • •- greater than 2,000 psi when tested per ASTM C 882. 7. Epoxy grout shal p the the% . patibility test per ASTM C 884 when overlayed on Portland ce • ,t concrete. 8. Determi I. strength "IP 1. lus of elasticity per ASTM D 638. The tensile strength shall not . n 1,700 psi ant the modulus of elasticity shall not be less than 1.8x106 psi. 9. Dete p gel time and peak exothermic temperature per ASTM D 2471. Peak exothermic temper. re shall not exceed 100°F when a specimen 6 inches in diameter by 12 inches high is used. Gel time shall be at least 150 minutes. 10. The grout shall be suitable for supporting precision machinery subject to high impact and shock loading in industrial environments while exposed to elevated temperature as high as 150°F, with a load of 1,200 psi. 11. Available Products a. ITW Philadelphia Resins, Escoweld 7505E with 7530 aggregate. b. Or equal. B. Epoxy Primer: Lead free, chrome free, rust inhibitive, two-component epoxy primer specifically designed for use on metal substrates and in conjunction with epoxy grout products. 1. Available Products: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 86 of 240 a. ITW Philadelphia Resins, ESCOWELD 1014E Rust Inhibitive Epoxy primer. b. Or equal. C. Epoxy Bonding Compound: ASTM C 881, two-component epoxy adhesive capable of humid curing and bonding to damp surfaces. 1. Available Products: a. Sika Chemical Corporation, Sikadur 32 Hi-Mod. b. Euclid Chemical Company, Euco Epox 452. c. Or equal. D. Non-Epoxy Bonding Compound: Non-epoxy compound rewettable for up to 10 days and shall have the following minimum performance properties: Tensile Bond Strength ASTM C-932 385 psi Flexural Bond Strength ASTM C-78 603 psi Shear Bond Strength ASTM C-1042 740 psi \„,41 1. Available Products: a. Larsen Products, Weldcrete. b. Or equal. E. Nonbond filler for sleeves: Where indicated. 1. Available Products: a. ITW Philadelphia Resins, ESCOW D 75 6. b. Or equal. F. Epoxy Grout Liquid: �1 6s1:crilIP 1. Available Products: ++�� a. ITW Philadelphia, EXC D 7502E d75 E. b. Or equal. PART 7- EXECUTION 1\°)Iejogl< • 7.1 CEMENT F. '` A. Place cement out topping over concrete slabs where indicated in the drawings. The finish surface of the structural slab below the topping cement grout shall be a heavy broom finish. The finish surface of the cement grout shall be a smooth steel trowel finish. 7.2 NON-SHRINK GROUT A. Non-Shrink Grout: 1. Used for repair of holes and defects and at locations indicated where epoxy grout is not indicated. Execution shall follow manufacturer's recommendations. 2. Baseplates and equipment, as indicated. Execution shall follow manufacturer's recommendations. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 87 of 240 7.3 EPDXY GROUT A. Epoxy Grout: Used to embed anchor bolts and reinforcing steel set in grout, specific machinery base plates, as indicated, and at other locations as indicated. Execution shall follow manufacturer's recommendation. 7.4 FIELD QUALITY CONTROL A. Testing: Owner will engage a qualified testing agency to perform field tests and inspections and prepare test reports. B. Field Test: 1. Compression test specimens will be taken during construction from the first placement of each type of grout and at intervals thereafter selected by th Engineer to insure continued compliance with these specifications. The specimens will aeN by the qualified testing agency. 2. Compression tests and fabrication of specimens for ce ut and non-shrink grout will be performed in accordance with ASTM C 109. A set o t e specimens will be made for testing at 7-days, 28-days, and each additional time period opriate. 3. Compression tests and fabrication of specimens r y grout will be performed in accordance with ASTM C 579. A set of three (3) specir ill be made for testing at 7-days, and each earlier time period as appropriate. 4. Grout which fails to meet requirement 's su ect to remov nd replacement. END OF SECTION 033150 SECTION 05 5000-METAL FABRICATIONS A LANEO 1(sos-4,, PART 1-GENERAL Oy i V 1.1 SUMMARY: Metal f bricatio and misc s metal work, complete, including: A. Miscellarl\ tal steel a ts, anchors, plates, angles, etc. B. Anch gles, bolts, expansion shields for items in this section only, and other accessories shown in details and/or required for the complete installation of all Work. 1.2 RELATED WORK SPECIFIED IN OTHER SECTIONS A. Cast-In-Place Concrete, Section 03300. B. Refer to Sections 01030 Alternates and 00300 Bid Form. 1.3 SUBMITTALS: Comply with Section01300. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 88 of 240 A. Product Data: Submit for products used in miscellaneous metal fabrications, including paint products and grout. B. Shop Drawings: Submit shop drawings for the fabrication and erection of all assemblies of metal fabrications and miscellaneous metal work. Include plans, elevations, sections, and details of fabrications and their connections. Show anchorage and accessory items. Provide templates for anchors and bolts specified for installation under other sections. 1.4 PROJECT CONDITIONS: A. Filed Measurements: 1. Check actual locations of walls and other construction to which metal fabrications must fit, by accurate field measurements before fabrication, w recorded measurements on final shop drawings. Coordinate fabrication schedule nstruction progress to avoid delay of work. 2. Where field measurements cannot be m out delaying work, guarantee dimensions and proceed with fabrication roducts without field measurements. Coordinate construction to ensure th I opening dimensions correspond to guaranteed dimensions. Allow for tri and fitting. 1.5 COORDINATION: Coordinate work with work othe trades. PART 2- PRODUCTS bt\e4 2.1 MATERIALS: A. Metal Surfaces, Ge al:jde ma • ith smooth, flat surfaces, unless otherwise indicated. For met..., ications ex•d o view in the completed work, provide materials without seam maro marks, r^-.0, rade names, or blemishes. 2.2 FERROUS METALS: "" �� • A. Ste:3i ; apes and Bars: STM 36 W',s 2.3 FASTENERS: A. Steel Bolts and Nuts:ASTM A 307, Grade A.High Strength bolts: ASTM A 325. Hot-dip galvanize all items in accordance with ASTM A 153. B. Expansion Bolts and Wedge Anchors: Ramset "Trubolt" or Hilti "Kwik Bolt". C. Adhesive anchors: Hilti "HIT HY150", injection adhesive anchor. D. Expansion Shields: F.S. FF-S-325. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 89 of 240 E. Anchor Bolts: ASTM F 1554, Grade 36. Furnish and deliver to site, anchor bolts and other items to be embedded in concrete. Provide necessary shop details and diagrams for concrete forms and, if required, provide templates to insure proper and accurate locations and settling of anchor bolts. F. Eyebolts: ASTM A 489. G. Machine Screws: ASME B18.6.3. H. Lag Bolts: ASME B18.2.1 I. Toggle Bolts:Tumble-Wing type F.S. FF-B-588 type, class, and style as required. J. Wood Screws: Flat head, ASME B18.6.1. &*N K. Lock Washers: F.S. DD-S-325. L. Plain Washers: Round, ASME B18.22.1 \I q)* 2.4 WELDING RODS AND ELECTRODES: Select in accord it AWS specifications for metal alloy to be welded. 2.5 MISCELLANEOUS ITEMS: Furnish bent or othe e custom fabri ated angles, bolts, plates, z-clips, • anchors, hangers, dowels, and otherIlaneous ste skp s required for framing and supporting work and for anchoring or securincrk oNcrete structures. Straightbolts and other stock rough hardware items are specifie c on 06106 2.6 PAINT: cb ' 0 A. Shop Paint: ad fre , alkyd pri mec 10-99, Southern Coatings Enviro- Guard 1-2900 or approved e meeting ( •r ce requirements of F.S. TT-P-86, and passing ASTM B 117 after Primer s-*te. ust be compatible with finish coats of paint. Coordinate sel- .41, etal primer wit finish paint requirements specified in Section 09900. W B. Galvanizing Repair Paint: High zinc dust content paint for regalvanizing weld in steel work, complying with SSPC-Paint 20. C. Bituminous Paint: Cold-Applied asphalt mastic complying with SSPC-Paint 12 except containing no asbestos fibers. 2.7 NON SHRINK NONMETALLIC GROUT: Master Builders "Masterflow 713", Euclid "Euco N.S. Grout", L&M "Crystex", or U.S. Grout "Five Star Grout". Sonneborn "Sonogrout", or W.R. Meadows "Sealtight 588 Grout". 2.8 FABRICATION, GENERAL: City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 90 of 240 1 A. Shop Assembly: Preassemble items in shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Use connections that maintain structural value of joined pieces. B. Workmanship: Use materials of size and thickness shown or, if not shown, of required size and thickness to produce strength and durability in finished product. Work to dimensions shown or accepted on shop drawings, using proven details of fabrication and support. Use type of materials shown or specified for various components of work. C. Cut, drill and punch metals cleanly and accurately. Remove burrs and ease exposed edges to a radius of approximately 1/32" unless otherwise shown. D. Form bent-metal corners to smallest radius possible without sirs extra grain separation or otherwise impairing work. E. Form exposed work true to line and level with ac r e es and surfaces and straight sharp edges. F. Weld corners and seams continuously, comp 416 h AW ecommendations. 1. Use materials and methods tha in ize disto tion nd develop strength and corrosion resistance of base metals. o 41 2. Obtain fusion with d t or overl . 3. Remove welding flu m diately 4. At exposed eons, finish re welds and surfaces smooth and blended so no roughnes h ter finishi-=:.., ,, ,. ontour of welded surface matches that of adjacent surface. G. Form ex. os • •nnection a irline joints, flush and smooth, using concealed fasteners wher�-�:�:M :le. Use ex, fasteners of type shown or, if not shown, Phillips flat-head (cou '-a,k screws or bolts,unless otherwise indicated. Locate joint where least conspicuous. H. Fabricate seams and other connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. I. Cut reinforce, drill and tap metal fabrications as indicated to receive finish hardware, screws, and similar items. J. Provide for anchorage of type shown, coordinated with supporting structure. Fabricate and space anchoring devices to provide adequate support for intended use. K. Shop Painting: City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 91 of 240 1. Shop paint miscellaneous metal work, except concealed metal work, members or portions of members to be embedded in concrete or masonry, surfaces and edges to be field welded, anodized aluminum, and galvanized surfaces, unless otherwise specified. 2. Remove scale, rust and other deleterious materials before applying shop coat. Clean off heavy rust and loose mill scale in accordance with SSPC SP-2 or SSPC SP-3. 3. Remove oil, grease and similar contaminants in accordance with SSPC SP-1. 4. Immediately after surface preparation, brush or spray on primer in accordance with manufacturer's instructions, and at rate to provide uniform dry film thickness of 2.0 mils for each coat. Use painting methods which will result in full coverage of joints, corners, edges, and exposed surfaces. 2.8 MISCELLANEOUS METAL FABRICATIONS: ww A. Steel Supports" Provide steel lintels, channels, braces, angl , a5 indicated and assembled as detailed. Secure all connections to provide rigid sukik r all items required including supports not specifically specified in other sections. letti, PART 3- EXECUTION 3.1 PREPARATION: OiC"\\It A. Coordinate and furnish anchorages, ttin drawings, di ams, templates, instructions, and directions for installation of anchorage , . udiv co crete inserts, sleeves, anchor bolts, and miscellaneous items have int anchors th. t e imbedded in concrete or masonry construction. Coordinate d 'vry f uc�h items • B. Set sleeves in concre itl�t flush w. is surface elevations; protect sleeves from water and concrete entry. 3.2 INSTALLATION: 11\ • A. Faste .1! • ace Cons-NZ/9iProvide anchorage devices and fasteners where necessary for miscellaneousetal fabrications to in-place construction; include threaded fastens .6r concrete and masonry inserts, toggle bolts, through-bolts, lag bolts, wood screws, and other connections as required. B. Cutting, Fitting, Placement: Perform cutting, drilling and fitting required for installation. Set metal fabrication accurately in location, alignment and elevation; with edges and surfaces level, plumb, true, and free of rack; measured from established lines and levels. C. Field Welding: Comply with AWS Code for procedures of manual shielded metal-arc welding, appearance and quality of welds made, methods used in correcting welding work, and the following: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 92 of 240 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. At exposed connections, finish exposed welds and surfaces smooth and blended so that no roughness shows after finishing and contour of welded surface matches those adjacent. D. Setting Loose Plates: 1. Clean concrete masonry bearing surfaces of bond-reducing materials, and roughen to improve bond surfaces. Clean bottom of surface bearing plates. 2. Set loose leveling and bearing plates on wedges, or other adjustable devises. After bearing members have been positioned and plumbe tighten anchor bolts. Do not remove wedges or shims, but if protruding, cut o u th edge of bearing plate before packing with grout. 3.3 TOUCH-UP SHOP PAINTING: Immediately after erection, ‘ field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas w. material as used for shop painting. Use galvanizing repair paint on damaged galvanized surfa 0 END OF SECTION 05 5000- METAL FABRICATIONS ANDLANEOU MET CLOT Section 06600 PVC PANELS (09/.1 rico,PART 1 GENERAL Ofi.7.'<"\&. 1.1 SECTION INCLUDES 1\ A. Plastic w tl� els. ICriC1( B. Plastic c panels. 1.2 RELATED SECTIONS 1.3 REFERENCES A. Canadian Food Inspection Agency (CFIA) Approval B. ASTME 84- Standard Test Method for Surface Burning Characteristics of Building Materials. C. ASTM D4226- Standard Test Method for Impact Resistance D. ASTM G21- Standard Test Method Standard Practice for Determining Resistance of City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 93 of 240 Synthetic Polymeric Materials to Fungi E. City of Los Angeles Research Report: RR 26036 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. C. Shop Drawings:Submit plan, section and elevation drawings to�gpir the actual construction of each unit type specified, and to depict pro. at chment and installation techniques. Coordinate locations with thos4 'ted on the contract drawings. ISit D. Verification Samples: For each finish product s • two s mples representing actual product, color, and patterns. 0 1.5 QUALITY ASSURANCE •` i,4„1( — A. Manufacturer Qualification rim roducts `eTmanufactured and supplied by a single manufacturer. B. Installer Qualification W ." cts shall bee) d by a single installer with a minimum of five years demonstrates -nce in i Vg products of the same type and scope as specified. ®® lb C. Mock-U p•Pr go. a mock-u, 1uation of surface preparation techniques and applic<4)1 �;. manship. 1. Fi 4,reas designated by Architect. 2. Do of proceed with remaining work until workmanship, color, and sheen are approved by Architect. 3. Refinish mock-up area as required to produce acceptable work. 1.6 DELIVERY, STORAGE,AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installatio n. B. Store materials in clean, dry area indoors in accordance with manufacturer's instructions. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 94 of 240 C. Store panels flat. 1.7 PROJECT CONDITIONS A. Maintain environmental conditions (temperature, humidity, and ventilation) within limits recommended by manufacturer for optimum results . Do not install products under environmental conditions outside manufacturer's absolute limits. Panels should be installed at temperatures that are within 40F degrees of operating temperature B. Cold Temperatures - Do NOT install panels at temperature at or below 32F degrees. 1.8 WARRANTY A. At project closeout, provide to Owner or Owner's Representati an phxecuted copy of the manufacturer's standard limited warranty against manufact in efect, outlining its terms, conditions, and exclusions from coverage. 1. Ter m: Limited Lifetime. fr‘\Sdi?).1. PART 2 PRODUCTS 2.1 MANUFACTURERSChiC)‘ — • -444Y111111* A. Parent Manufacturer : MSW PI , In . Located at: 140 Minto Road P eroi) N NOG �ne:(888) 418-4679 Fax: (866) 457-9859 B. Partner Manufactu r Dlymers, I 0 Located at: 1057 Sth Vail A ontebello, CA 90640 Email : info n`,•sw.lastics. - Ift Website ♦ 74 plastics .c` C. Substit : Not permitted. 2.2 PVC WALL PANELS A. Product: TrusscoreTM PVC Interlocking Liner Panel 1. Descri ption: Tongue-and-groove, rib-reinforced wall panels with nailing fins. 2. Material: PVC; 100 percent virgin 3. Outside Sur face: Flat. 4. Width : 16inches. 5. Thickness: 1/2 inch. 6. Weight 0.8 pounds per square foot 7. Food processing facilities : CFIA approved and compliant with FDA and USDA guidelines . City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 95 of 240 8. Surface Burning Characteristics, ASTM E 84:Class A a. Flame Spread Index :10. b. Smoke Developed Index: 400. 9. Color: White 10. Corrosion proof 11. Waterproof, Nonporous 2.3 PVC CEILING PANELS A. Product:TrusscoreTM PVC Interlocking Liner Panel 1. Descri ption:Tongue-and-groove, rib-reinforced wall panels with nailing fins. 2. Material: PVC 3. Outside Surface: Flat. 4. Width: 16" &.1 5. Thickness: 1/2 inch. 6. Weight: 0.8 pounds per square foot 7. Food processing facilities: CFIA approved and corn h FDA and USDA guidelines . 8. Surface Burning Characteristics, ASTM E 84: ClaNe a. Flame Spread Index :10. b. Smoke Developed Index: 400. oci\ 9. Color: White 0 10. Corrosion proof 11. Waterproof, Nonporous .se.i:Sr I' (OCI 1/1 6 2.4 ACCESSORIES „,,rn„ , c:rf44 A. Product:TrusscoreTC im 1. Descri p ..n: J Tri , Outsid; 14 e nside Cove, Base Trim, H Divider and F-Channel. 2. Mat•ri. , 100 pe "lip `�'in 3. 4R> ' e PART 3EXECUTION 3.1 EXAMINATION A. Do not begin installation until substrates have been properly prepared . B. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. 3.2 PREPARATION A. Clean surfaces thoroughly prior to installation. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 96 of 240 B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 3.3 INSTALLATION A. Install wall and ceiling panels in accordance with manufacturer's instructions at locations indicated on the Drawings. B. Install wall and ceiling panels plumb, level,square,flat, and in proper alignment. C. Install trim in accordance with manufacturer's instructions. D. Ceiling Panels:Anchor ceiling panels with fasteners in accordance with manufacturer's instructions \es% E. Wall Panels:Anchor wall panels with construction adhesive teners in accordance with manufacturer's instructions. \S F. Fasteners: 1. Fastening into Wood or Metal: Stainles or Zinc coated, 1 inch, No. 10 pancake head scr ew. 2. Fastening into Masonry: Stainless Tapcon 16-i h x 1-1/4 inch screws. 3. Install fasteners in pre-pu d holes 16 i R� inches (406mm - 610mm) on center into screw flan . 41 4. Ensure screw flange lay lat ainst su c , ween screw head and su bstrate, not deformed aroun.0 --eheads. 5. Do not reces cr- i . eads int., ins. 6. Ensure fasteners a not exp • 7. Sta pies: o not use. • G. Cutti 43.- 1. F . t panels as necessary in accordance with manufacturer's instructions. 2. Ensure cuts are straight, square, and do not damage panels. 3.4 CLEANING ANDADJUSTMENT A. Clean with a mild detergent or soap scum remover. B. Where detergents do not work, low pressure washers with mild soap and a soft cloth may be used. C. Multi-purpose cleaners may be used, provided they are PVC compatible . Spot test material in an inconspicuous location prior to cleaning . City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-1410—Fleet Truck Wash I Page 97 of 240 D. Do not use of abrasive cleaners. E. Repair minor damages to finish in accordance with manufacturer's instructions and as approved by Architect. F. Where damage cannot be repaired, remove and replace damaged Work in accordance with manufacturer's instructions. 3.5 PROTECTION ' A. Protect installed products until completion of project. END OF SECTION 06600 Section 06800 WASH BAY PLATFORMS AND GRATES to.a\1,4% toki PART 1—GENERAL 1.01 RELATED DOCUMENTS OICI\C;61- A. Drawings and general provisions of Contract, nclu ng General a upplementary Conditions Specifications apply to the Writing Spe ' ion Secti 1.02 SUMMARYZ11/1 ` A. The following Fiber Reinfor -• P�,�, Compo `- • Pultex® Structural Prof j:: eative Pultru • PROForm Structural:"Be.AT• Reinfor,it• ics • PROGrid & PROGrat-"•-dford Rein ' lastics 1.03 SCOPE OF WORD 6 ' ilkow A. Furnish al . `terial and equipment to fabricate FRP Wash Bay Platforms Displayed on the drawing and pecified herein. B. Furnish all labor, material and equipment to fabricate FRP Trench Grates 1.04 QUALITY ASSURANCE A. A reputable and qualified manufacturer of demonstrated ability that has routinely engaged inthe manufacture of FRP Wash Bay Platforms would furnish the material specified. B. Substitution of any components or modification of systems will be made only when approved By the Architect or Engineer. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 98 of 240 Qualification is limited to experienced manufacturer and fabricators producing FRP Wash Bay Platforms or similar to that indicated for this project, with adequate production capacity, so as to not delay the work. C. In addition to requirements of the specification, comply with manufacturer's instructionsand recommendations for work. 1.05 DESIGN CRITERIA A. The design of FRP Wash Bay Platforms, including connections, will be accordance with the governing building codes and standards, as applicable. B. Loading shall be 75 lbs. per square foot with load of L/360 1.06 SUBMITTALS A. Drawing of all FRP Wash Bay Platform will be submitted to the E i er for approval in accordance with the necessary requirement of each specific j B. Manufacturers catalog of data displaying: 1. Dimension spacing and constructi or ducts. 2. Design tables, with span lengt lection limits, under various uniform and concentrated loads 3. Construction materials C. Detail drawings displaying • IS?111111IP 41 6Sil". . 1. Dimensions of FRP Wash Bayr . 2. Type, layout, dimensions, fast er and locat n . 3. Sectional assembly 4. Location and identif 0 marked 1.07 SHIPPING AND STO E INST UCTION�� • A. All systems ,•- s and struc res wi I be factory fabricated and assembled to the best practical s 1ra transportation. All material ." . equipment necessary for the fabrication and installation of the FRP Wash Bay Platforms to be stored, during, and after shipment in a manner to prevent cracking, twisting, bending, breaking, chipping or damage of any kind of material, or equipment, including ultraviolet damage. Any material, which in the opinion of the engineer, becomes damaged as to be unfit for use, will be promptly removed from work site, and the Contractor will receive no compensation for the damaged material or its removal. B. Identify all materials, Items, and fabrications for installation and field assembly. 1. PART 1—PRODUCT GENERAL City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 99 of 240 A. Material used in the manufacturing of FRP Wash Bay Platforms the best quality and free from any defects and imperfections that may affect the performance of the finished product. B. All material will be of type and quantity specified; where quality is not specified, It will be the best of the respective types and application for the intended purpose. C. All standard FRP Wash Bay Platforms in the summary section will be manufactured using the pultrusion manufacturing process, with either thermoset polyester resin, including flammability and ultraviolet (UV) inhibitor additive.A synthetic surface veil will be the outermost layer of the exterior surface.The fiber reinforced polymer composites profiles will achieve a class 1 flammability rating (< 25) per ASTM E84 test method. (Thermoset polyester resin and viynl ester resins are available without flame retardant and UV inhibitor additives.) D. In highly corrosive environments, all cut ends, holes and abrasions of fiber reinforced polymer composites products will be sealed with a compatible resin coating to prevent intrusion of moisture where applicable. E. Pit Covers, exposed to weather, will contain an ultraviolet inhibitor. 4,1 \it F. All exposed surfaces will be smooth and true to form tiX.C.) G. Fiberglass handrail will be a 2-rail handrail with m-shape oo late: 1. 1 3/4" x 1 3/4"x 1/4" x 1/4" square tube (safet ) as posts and extensions. 2. All posts will be plugged solid at bottom. 3. 2" x 2" x 1/8" square tube (safety yellow or t d mid rail 4. 316 SS 3/16" diameter rivets as mechani eners. H. Regular Duty Grates are 2" Thick •th 2"x2"x2" scut`• onfiguration and are 71%open. 1. Color to be selected by archit c • I. "ProGrid" High Load Capacit e e 2"x1" tb are 48%open 1. Color to be selected by archit c 0 J. Manufacturers 11\°1) 1. Ultra Fibergla. ystems Mil au I. 14)461-5051 or Fax(414)461-5015 2. Or approN . 2.02 PULTEX® STRU1g` PROFILES A. Structural pr. iles will be manufactured with a premium grade polyester resin with fire retardant additive to meet Class I flame rating of ASTM E84 and the self extinguishing requirement of ASTM D635. All structural profiles will contain a UV inhibitor. B. Manufactured by the pultrusion process. C. Structural fiber reinforced polymer composites member composition will consist of a glass fiber reinforced polyester or vinyl ester matrix, approximately 50% resin-to-glass ratio. A synthetic surface veil will be the outermost layer of the exterior surfaces. Continuous glass strand roving will be internally used for transverse strength. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 100 of 240 PART 3 EXECUTION 2.03GRATING &TREADS A. Manufacturer: 1. PROGrid & PROGrate®Bedford Reinforced Plastics 2. Approved Equal B. Material 1. Premium polyester UV inhibited resin with continuous filament reinforcement. 2. Resin rich exterior surface free of air bubbles and dry glass. 4. Self extinguishing in accordance with ASTM D635. 5. Flame spread of 25 or less in accordance with ASTM E84. C. Provide surface with skid resistant finish. /...\,,,N D. Molded Grating &Treads E. Molded &treads will be manufactured with a premium gro ter resin with fire retardant additive to meet Class I flame rating of ASTM E84 and the self e � i l4ing requirement of ASTM D635. All structural profiles will contain a UV inhibitor. 2.04INSTALLATION CP ISI41111P • A. In an atmospheric or other non-corr iv en8oment i 1 mend not sealing any drilled holes or cut edges B. In an highly corrosive environmen i ecomme) ing all field cut and drilled edges,holes and abrasions with a catalyzed eempatible wi riginal resin as recommended by the manufacturer.The seali edges wil premature fraying at the field cut edge. N PART 4 INSPECTION AN4Tb, 1 ."%19 1 A. The engine:.40' ave the right to inspect all test all to-be-furnished material underthese specifications for to transportation from the point of manufacture. B. All labor, power, materials, equipment and appurtenances required for the contractor at no cost to owner would furnish testing. End of Section 06800 SECTION 08 33 00 ROLLING SERVICE DOORS 1.1 SUMMARY A. Section Includes: motorized overhead rolling doors. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 101 of 240 B. Related Sections: 1. 05 50 00 Metal Fabrications. Door opening jamb and head members 2. Division 26. Electrical wiring and conduit, fuses, disconnect switches, connection of operator to power supply, and installation of control station and wiring C. Products That May Be Supplied, But Are Not Installed Under This Section: 1. Control Station 1.2 SYSTEM DESCRIPTION A. Design Requirements: 1. Wind Loading: a. Doors to withstand up to 20 PSF design wind load b. Supply doors to be operational up to 20 PSF maAiumw ind load 2. Cycle Life: Cis) ) a. Standard construction for normal use of cycles per day maximum, and a life cycle expectancy of up to 50,000 1.3 SUBMITTALS I� A. Reference Section 01 33 00 Submittal P • TGP submit owing items: 1. Product Data 2. Shop Drawings • 3. Quality Assurance/Cont- ubmittals: a. Provide proo • m Nurer IS'o ••:N1►. 015 registration b. Provide pros a 1 ufactur ."' taller qualifications- see 1.4 below c. Provid arvf. . rer's in io instructions 4. If it is not sp • ied prod # pp y certificate of compliance to specification 5. Clos-•ut Sub tals: a. �.eration aa ance Manual ` acument st g installed materials comply with this specification Warranty doc entation 1.4 QUALITY ASSURANCE A. Qualifications: 1. Manufacturer Qualifications: ISO 9001:2015 registered and a minimum of five years' experience in producing doors of the type specified 2. Installer Qualifications: Manufacturer's approval 1.5 DELIVERY STORAGE AND HANDLING A. Follow manufacturer's instructions 1.6 WARRANTY City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 102 of 240 A. Standard Warranty:Two years from date of shipment against defects in material and workmanship. B. C. Maintenance: Submit for owner's consideration and acceptance of a maintenance service agreement for installed products. PART 2 PRODUCTS 2.1 MANUFACTURER A. Manufacturer: Cookson: 1901 S. Litchfield Road, Goodyear, AZ 85338 Telephone: (800) 294-4358 B. Alternates: 1. Cornell 2. Clopay Building Products c>, 2.2 PRODUCT INFORMATION A. Model: ESD10 2.3 MATERIALSr� A. Curtain: \Srbb.c 1. Slats: a. Galvanized Steel: No. 5F ( fished wit Galv Nex'"'Coating System), Grade 40 steel, ASTM A 6 Ivanized ste •i c a ing. Gauge as required to meet performanc ui .r ts. 2. Finish: a. Galva -;""C,a ' Syste k olors): 1) ♦:1� A 653 galvae� base coating treated with dual process rinsing Naa.- is in pre^% .n for chemical bonding baked-on base coat and rchitect' -d baked-on polyester enamel finish coat • 6B. Endlo ` ' Alt- 1!� each secured •th two%" (6.35 mm) rivets. Fabricate interlocking sections with high s Ir. h nylon—available to 21'5" width Provide endlocks/windlocks as required to meet specified wind load. I C. Bottom Bar 1. Configuration: a. Extruded Aluminum (Standard to 21'4" opening width): Extruded aluminum alloy 6063-T5 2. Finish: a. Aluminum: [Mill] D. Guides: 1. Fabrication: City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 103 of 240 a. [Structural steel] angles. Provide windlock bars as required, removable bellmouths, and bottom bar stoppers of same material. 2. Finish: A. Hot-dip Galvanized:ASTM A 123, Grade 85 zinc coating, hot-dip galvanized after fabrication E. Counterbalance Shaft Assembly: 1. Barrel: Steel pipe capable of supporting curtain load with maximum deflection of 0.03 inches per foot (2.5 mm per meter) of width 2. Spring Balance: Oil-tempered, heat-treated steel helical torsion spring assembly designed for proper balance of door to ensure that maximum effort to operate will not exceed 25 lbs. (110 N). Provide wheel for applying and adjusting spring torque F. Brackets: . Fabricate from minimum 3/16 inch (5 mm) steel plate with pSttiforitly lubricated ball or roller bearings at rotating support points to support counterbal t assembly and form end closures 111S1* 1. Finish: a. Hot-dip Galvanized:ASTM A 1 e 85 zinc coating, hot-dip galvanized after fabrication 0 typos., • G. Hood: [Galvanized steel] with reinfor op and botto •N . rovide intermediate support brackets as required. (0 1. Finish: a. Galva-15 oating System c Colors): 1) A ' A 653 :F: 0 ized base coating treated with dual process rinsing gents in m ion for chemical bonding baked-on base coat and Arch' 's cted baked-on polyester enamel finish coat • H. We. •t'.Nping: 1. om Bar: Replaceable, bulb-style, compressible EDPM gasket extending into guides 2. Guides: Vinyl strip sealing against fascia side of curtain 3. Hood: Neoprene/rayon baffle to impede air flow above coil 4. Lintel Seal: Nylon brush seal fitted at door header to impede air flow 2.4 OPERATION A. Motor-Continuous Use- Model SGHN4(Super Duty Gear Head NEMA 4/12) Operator: a. UL Listed NEMA 4/12 rated b. The operator must not extend above or below the door coil when mounted front-of-coil. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 104 of 240 c. Totally Enclosed Non-Ventilated gear head operator(s) with powder coated steel mounting plates rated (1/2) to (1-1/2) hp as recommended by door manufacture for size and type of door, 120Volts, Single Phase. d. Provide complete with electric motor and factory pre-wired motor control terminals, maintenance free solenoid actuated brake, emergency manual chain hoist provided up to 2 hp and control station(s). e. Motor shall be high starting torque, industrial type, with overload protection. f. Primary speed reduction shall be heavy-duty gears running in grease or oil bath with mechanical braking to hold the door in any position. g. When equipped, the emergency manual chain hoist assembly is automatically disengaged when motor is energized. A disconnect chain shall not be required to engage or release the manual chain hoist. h. Operator drive and door driven sprockets shall be provided with minimum#50 roller chain. i. Operator drive and door driven sprockets shall be providedth minimum #50 roller chain. j. Operator shall be capable of driving the door at a speed o� /1 per second or as recommended for door size. k. Fully adjustable, driven linear screw type cam limit echanism shall synchronize the operator with the door.The motor shall be rem without affecting the limit switch settings. I. The electrical contractor shall mount the s ation(s) and supply the appropriate disconnect switch, all conduit and w. . ° r e overh110,•sor wiring instructions. m. Stainless Steel Corrosion Resistant ish withstand lo pressure direct spray 6s.i... 1. Control Stations: a. Surface moun : " Close/S u buttons with keyed lock-out, not masterkeyab A 4 2. Control Oper tion • b. Mo ry Contac .__ I 9 a' L325-201 'o p nt Entrapment Protection for Motor Operation. 4c ? Continuously anitored, wireless sensing/weather edge seal extending full width of door bottom bar. Contact before door fully closes shall cause door to immediately stop downward travel and reverse direction to the fully opened position. 3. Sensing/Weather Edge: a. Electric sensing edge device: Automatic sensing switch within neoprene or rubber astragal extending full width of door bottom bar. Contact before door fully closes shall cause door to immediately stop downward travel and automatically reverse direction to the fully opened position. Provide a wireless sensing edge connection to motor operator eliminating the need for a physical traveling electric cord connection between bottom bar sensing edge device and motor operator. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 105 of 240 2.4 ACCESSORIES A. Locking: 1. None PART 3 EXECUTION 3.1 EXAMINATION A. Examine substrates upon which work will be installed and verify conditions are in accordance with approved shop drawings B. Coordinate with responsible entity to perform corrective work on unsatisfactory substrates C. Commencement of work by installer is acceptance of substrate 3.2 INSTALLATION A. Install door and operating equipment with necessary h bfo-, anchors, inserts, hangers and supports B. Follow manufacturer's installation instructions \AP 3.3 ADJUSTING A. Following completion of installation, inc • related ork b others, lubricate, test, and adjust doors for ease of operation, fr m warp, twi \di o tion 3.4 CLEANING A. Clean surfaces soile• ,: k as recom by manufacturer B. Remove surplus eri. .nd debr ; b e site 3.5 DEMONSTRATION 0 A. De -_• ` proper operatio to Owner's Representative B. Instru -Tr'ner's Representative in maintenance procedures END OF SECTION 08330 SECTION 08360 SECTIONAL OVERHEAD DOORS PART 1 GENERAL 1.1 SECTION INCLUDES City of Fayetteville,AR Bid 19-52, Construction Trade Packages 1401-#10— Fleet Truck Wash Page 106 of 240 A. Insulated Steel Doors B. Track and Framing C. Hardware 1.2 RELATED SECTIONS A. Section 05500—Metal Fabrications: - Steel framed door openings. B. Section 06100— Rough Carpentry: Wood framing and blocking for door opening. C. Division 16 Sections: Electrical service and connections for powereperi ors. 1.3 REFERENCES Co) 1 A. ASTM A 653/A 653M—Specification for Steel Sheet, Zine (Galvanized) or Zinc-Iron Alloy- Coated (Galvannealed) by the Hot-Dip Process. cl\ 1 B. ASTM B 209/209M—Specification for Alum. :f luminu - Sheet and Plate. C. ASTM B 221/221M—Specification for Alumi and Alum um- loy Extruded Bars, Rods, Wire, Profiles and Tubes. D. ANSI/DASMA 102-2011. (0(1/.% 6 1.4 SUBMITTALS 0) 4\ ' A. Submit under prevision Section I. :1. B. Product D. Y: 1101 acturer's se- s on each product to be used, including: -: 1. i-„ 'Asa. ib instructions a recommendations. Irliilt 2. Sto 4fr and handling requirements and recommendations. 3. Instal ation methods. 4. Operation and maintenance data. 5. Nameplate data and ratings for motors. C. Shop Drawings: Include opening dimensions and required tolerances, connection details, anchorage ' spacing, hardware locations, and installation details. D. Selection Samples: For each finish product specified, two complete sets of color chips representing manufacturer's full range of available colors and patterns. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 107 of 240 E. Verification Samples: For each finish product specified, two samples, minimum size 6 inches (150 mm) square, representing actual product, color, and patterns. 1.5 WIND PERFORMANCE REQUIREMENTS A. Design doors to withstand positive and negative wind loads as calculated in accordance with applicable governing building codes. 1.6 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in manufacturing the types of doors specified in this section with minimum five years documented experience. B. Installer Qualifications: Installation to be by qualified dealer in acco ncg with the manufacturer's installation instructions. Cs) '1 1.7 DELIVERY, STORAGE,AND HANDLING c(1). A. Store products in manufacturer's unopened packagi tMeady for installation. 1.8 PROJECT CONDITIONS0 A. Maintain environmental conditions (temper , humidit and ventilation)within limits recommended by manufacturer ftimum result •�Q nstall products under environmental conditions outside manufactur ' ab o t limits. ` 1.9 WARRANTY Ick\ (1 A. Paint nt finish: 10 year v a gainst r .1110ough from cracking, checking or peeling of the paint finish. 4. 6 PART 2 PRODUCTS \ ICe11119 ic2.1 MANUFACTUR A. Acceptable Manufacturer: Entrematic; 165 Carriage Court, Winston-Salem, NC 27105. ASD.Tel: (800) 503-3667. Fax: (336) 251-1851. Email:MarketingDept@amarr.com Website: www.amarr.com. B. Substitutions: Not permitted. C. Requests for substitutions will be considered in accordance with provisions of Section 01600. • 2.2 OVERHEAD DOORS-GENERAL City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 108 of 240 A. Provide each door with door sections, brackets, tracks, counterbalance mechanisms and hardware to suit the opening and headroom available. B. Hardware: 1. Minimum of 14 gauge galvanized steel hinges and 13 gauge galvanized steel track brackets. 2. Rollers have 10 ball bearings with casehardened inner and outer races. 3. Sliding end stile locking device provided with spring-loaded bolt for inside operation only. 4. Doors 16 feet 4 inches (5102 mm) and wider provided with double end hinges and stiles and long stem rollers. C. Track: 2 inches (51 mm) or 3 inches (76 mm) as required. 1. Vertical Track: a. 2 inch vertical track 17 or 19-gauge minimum galvaniz steel, inclined using adjustable brackets to assure weather tight closure at the jamb b. 3 inch vertical track 12-gauge minimum galvaniz; ; nclined using adjustable tapered reverse angle to assure a weather tig ll,it e at the jambs. 2. Horizontal tracks a. 2 inch 16-gauge minimum galvanized st1� orced with 13-gauge galvanized steel angles as required by door size and .� b. 3 inch 12-gauge minimum galv e cVir1, reinfo ith 11-gauge galvanized steel angles 3. Provide standard lift track as indicate . irsi,„,„ 4. Provide vertical lift track as ' ate s 5. Provide high lift track as ' I a 6. Provide follow-the- roo c t cks as in 1101. 7. Provide low headr Vol as indic D. Spring Counterbalan or springs ;%1or counter-balance mounted on a continuous cross header shaft. S. ings tome oil tem .-tical wound and custom computed for each door. Cable drums to be di: t aluminu 1 ed lift cable to provide minimum safety factor of five to one. Spri .♦ ..,v O , one. with A vs A A 102-2011 as follows: 1. , t ,Nycle Spring: 10,t I0 cycles. 2. HigTer le Spring: 25,000 cycles. 3. High Cycle Spring: 50,000 cycles. 4. High Cycle Spring: 100,000 cycles. E. Handle: Galvanized steel step plate/lift handle provided on inside and outside of bottom section. F. Lock: Standard interior sliding end stile lock with hole to receive padlock. 1. Lock: 5 pin cylinder lock interior lock bar and outside key. G. Mounting: Continuous reverse angle mounting for steel jambs. H. Mounting: Bracket mounting for wood jambs. City of Fayetteville,AR• Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 109 of 240 I. Exhaust port: Installed in bottom sections. Connecting tube from vehicles by others. 2.3 COMMERCIAL STEEL DOORS A. Amarr 2402 (formerly Model 2400) commercial heavy-duty ribbed steel door with smooth exterior finish. 1. Door Size: As indicated on the Drawings. 2. Door Sections: 2 inches (51 mm)thick roll formed from commercial quality hot dipped galvanized 24 gauge steel per A653-94. a. Each section to have two deep ribs and six shallow ribs and a tongue and groove joint for a weather tight seal between sections. b. End and intermediate stiles to be formed from 0.042 inch (1.1 mm) 19 gauge minimum galvanized steel and engineered for quick hardware at hment through prepunched extruded holes. c. All stiles to be fastened to the section using the T' - C joining system. 3. Finish: Door exterior to be pre-painted steel consisti : .,i of dipped galvanized coating applied to the base metal, a 0.2 mil baked on prit and an 0.8 mil baked on polyester top coat. The interior coat to be 0.2 mil primer fVN .3 mil white top coat. a. Exterior Color: As selected from Stan- . • •fors. 4. Insulation: CFC-free expanded polys -To ) insulat ' h a vinyl faced or steel backer on door interior. a. Calculated door section R-value .0 and U- lue o 0.143. • 5. SuperFlex flexible impact se s. a. Flexible impact bo s ' nlup to 1 . m) in lieu of the standard bottom section. b. Flexible imp. bo nd (1) f i pact intermediate section up to 12'2" (3.7m) in lieu ofth:et •ard bottom i n and standard intermediate section. 6. Operation a. Mar ual Ope tion: Cha' I b. ElerAk, Motor Op 'o ovide UL listed electric operator, size and type as • ► ended by u c rer. Operator shall meet UL325-2010 requirements for N. nuous monitori of safety devices. Primary Monitored Entrapment Protection Entrapment Protection: (Required for momentary contact including radio control operation) (a) Photoelectric sensors monitored to meet UL 325-2010. 2) Ancillary Entrapment Protection (optional, used to supplement primary entrapment protection or basic constant-pressure-to-close): (a) Pneumatic Sensing Edge up to 22' (b) Retro-Reflective photo sensor - 3) Operator Control Mounting: (a) Surface Mount 4) Operator Control Operation (a) Push-button and key operated control stations with open, close, and stop buttons. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash • Page 110 of 240 5) Operator Control Location (a) Both interior and exterior location 6) Special Operation: (a) Card reader control 2.4 FABRICATION 1. Standard maximum width: Amarr 2402 (formerly Model 2400) up to 30 feet 2 inches width (9.2m). a. Galvanized struts (truss bars): Provide on all doors 14 feet 3 inches (4.3 m) and wider to prevent deflection of no more than 1/120 of the spanned width when in the open position 2. Standard maximum height: Amarr 2402 (formerly Model 2400) up to 24 feet 1 inch height (7.3m). PART 3 EXECUTION �•% 3.1 EXAMINATION <6* A. Do not begin installation until substrates have been prepared. cric‘ B. Verify wall openings are ready to receive w :--ning di . ns and tolerances are within specified limits. 3.2 PREPARATION A. Clean surfaces thoroughly priolation.lib : &. 411t414"IP B. Prepare opening to per I,ect �installati .70 soar unit to perimeter air and vapor barrier seal. 3.3 INSTALLATION 1\ 19 A. Install in a oioS ith manu u r instructions. Doors to be interior face mounted on a prepay B. Anchor assembly to wall construction and building framing without distortion. C. Securely brace door tracks suspended from structure. Secure tracks to structural members or solid backing only. D. Fit and align door assembly, tracks and operating hardware. E. Install perimeter weatherstripping. F. Adjust door assembly to smooth operation and in full contact with weatherstripping. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 111 of 240 3.4 CLEANING A. Clean doors, frames and glass. B. Remove labels and visible markings. 3.5 PROTECTION A. Protect installed products until completion of project. B. Touch-up, repair or replace damaged products before Substantial Completion. END OF SECTION 08360 Section 131200 PART 1- GENERAL 4.\\S:(1- • 1.01 DESCRIPTION ON A. Work Included: Furnish, deliver, and ere e-enine ed m tal building components shown on drawings and conforming to th peications B. Furnish building design of rer reg aged in fabrication of pre-engineered structures. , 1.02 RELATED DOCUMENTS A. Applicable p- ...ns of the e , Conditions of the Contract (General, Supplementary, and other nALIM , Drawings, e i tions, Addenda issued prior to the execution of the Con 4, r documents li d in the Agreement and Modifications issued after the execution of the "7 act shall apply to this Section. The general requirements for this work are located in Division of the Specifications. 1.03 SUBMITTALS AND SUBSTITUTIONS A. In accordance with Section 01 3000. 1. Furnish Shop Drawings, for review by Architect showing necessary fabrication details, fittings, fastenings, foundation reactions for all load cases, anchorage and erection details. In addition to provisions of the General Conditions, prepare Shop Drawings by or under the supervision of a registered professional engineer. Do not use reproductions, in any form, of the Contract Drawings for Shop Drawings. Furnish electronic documents for review. Submit related shop drawings together; partial submittals will not be accepted. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 112 of 240 Furnish mill certificates on foreign steel proposed for use and not produced within the continental USA. Include with mill certificates certified copies of mill test reports giving names and locations of mills and shops, and chemical analysis and physical properties of steel required for this project. 2. All drawings and calculations shall bear the stamp of a structural engineer licensed in the state of Arkansas. B. Substitutions will not be considered prior to the award of the General Contract. C. Submit roofing manufacturer's inspection report after each of the three (3) required warranty inspections. Report must contain the following: 1. A detailed description of all non-conforming work. 2. Manufacturer's recommended method of correction. 3. Color photographic documentation of non-conforming rk. 4. Color photographic documentation of subsequent ac� trk. 5. Drawings, Diagrams or Detail furnished by the ins.- the jobsite visit. 6. Instructions and conditions for re-inspection an, ..4 Bance of warranty. 1.04 REFERENCE STANDARDS IS\\* A. Conform to latest edition of the followi a re wher "cable to structural design of building: 1. "Recommended Design Practices ual", Late t Edit on - Metal Building Manufacturer's Association. 2. "Manual of Steel Co t ci:•r",latest Erb,. merican Institute of Steel Construction 3. "Cold Formed Stee i anual", 14Plition -American Iron and Steel Institute. 4. "Aluminum Co. truuti anual" st dition -The Aluminum Association. 5. "Code for W: n Building Co tion", Latest Edition -American Welding Society. 1.05 DESIGN LOADS A. Gener. •• sign loads u e, wind, and dead loads. Other loads, whether of static, dyn- : netic nature, ar considered auxiliary loads. B. Refer to 're-Engineered metal building notes on Structural Drawings for Roof Live Load, Roof Dead Load, Superimposed Roof Dead Load, Roof Deflections, Perimeter Wall Deflections, Drift Under Wind Loading and other loading requirements. C. Certification: 1. Submit letter from metal building manufacturer certifying that the building proposed will be furnished to meet or exceed all the above design load criteria and that all structural design will be in strict conformance with that prescribed in the MBMA "Design Practices Manual". 2. After awarding of Contract, submit complete structural analysis prepared by metal building manufacturer to Architect upon request for same. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 113 of 240 1.06 GUARANTEES A. Provide manufacturer's guarantee for exterior color finish for a period of 20 years against blistering, peeling, cracking, flaking, checking, chipping and excessive color change and chalking. Color change not to exceed 5 N.B.S. units (per ASTM D-2244.64T) and chalking not less than rating of 8 per ASTM D-659. B. Installer: 1. Submit manufacturer's written two (2) year limited warranty providing panels to be free from defects in materials and workmanship, beginning from the date of substantial completion. 2. The installation contractor shall issue a separate two (2) year warranty against defects in installed materials and workmanship, beginning from th ate of substantial completion of the installation. exc.) PART 2- PRODUCTS 2.01 MANUFACTURERS A. Provide preengineered structural syste .,, . • of the g manufacturers or approved equal. 1. Varco Pruden 2. American 3. Ceco ` Approved 4. Butler Manufacturi �� 5. Nucoral& ' ex . 4*** 6. Apo eq 2.02 PREENGINEERED STRU URAL SYSTEM A. Primar s: Frames •st of welded up plate section columns and roof beams or tru -441L-1. -te with necess y splice plates for bolted field assembly. All bolts for field asse .47 primary framing will be high strength bolts as indicated on erection drawings. B. Beam and post endwall frames will consist of endwall corner posts, endwall roof beams, and endwall posts as required by design criteria. C. Exterior columns will be welded-up "H" sections or cold-formed "C" sections; interior columns will be "H" sections or tube columns. D. Connection of all major structural members will be made with A 325 high-tensile bolts through prepunched or predrilled holes for exact alignment 2.03 ROOF COVERING, SUPPORTS AND ACCESSORIES A. Provide "R" type standing seam roof panels, or approved equal with UL Class 90 rating and comply with ASTM E1592 Structural performance of sheet metal roof and siding by uniform City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 114 of 240 static air pressure difference. Roof panels to be 24 gauge (minimum) AZ50 "Galvalume" (ASTM A792) steel substrate in size shown. Configuration to provide specified load carrying capabilities and deflection requirements of this specification. Provide roof panels of"standing-seam interlocking" design secured to purlins with concealed structural fastening system. Provide con- cealed system allowing roof covering to move independently of any differential thermal movement by the structural framing system. No thermal contact allowed between roof panels and supporting purlin. Furnish standing seams with factory-applied, nonhardening sealant. Continuously lock or crimp seams together by mechanical means during erection. Roof panels with lap-type side (longitudinal)joints and exposed structural fasteners are not acceptable. B. Fasten roof panels to purlins with concealed steel clip or steel backing device having a protective metallic coating. Through penetration of roofing surface by exposed fasteners is not allowed. Ridge assembly to be manufacturer's standard for system used with concealed attachment. C. Roof Panel Deflection: Maximum L/180 of its span when sup ti 4plicable vertical live loads. (?). D. Purlins Configuration,Thickness, and Spacing: Use Ic manufacturer's standard, provided design criteria, including deflection, is met or ex ktil!c E. Finish for roof panels to be Kynar 500 b 44110 nyliden 'de (PVDF) coating, 70% resin formulation in color to be selected by chit t. 1. Primer is applied to 0.20-0.30 m .F.T. (Dr Im T ckness) and the topcoat at 1.0- 1.2 mils D.F.T ` 2.04 WALL AND SOFFIT (09/411 / 1(11\ A. Panels to be 24 gau: w ,imum)AZ50fume" (ASTM A792) steel substrate in size shown. Profile to be select fr: manufa .1 's standard shapes. B. Furnish pan ith side se o rlocking type. Lap seams are not acceptable. ♦ C. Fast y •. -l\to supports wit concealed clips, screws, or bolts to eliminate all exposed fasten_4W`xposed screws, bolts, or rivets will not be allowed for securing trim, fascias, gutters, and miscellaneous flashings to either wall or roof panels. All fasteners will be concealed type. D. Provide top, bottom, and intermediate panel closures, flashings,fascias, gutters, and trim using building manufacturer's standard components compatible with material furnished as wall panels. E. Girt Configuration and Thickness: Building manufacturer's standard provided design criteria, including deflection and girt spacing, is met. F. Finish for panels to be Kynar 500 based polyvinylidene fluoride (PVDF) coating, 70% resin formulation in color to be selected by Architect. . 1. Primer is applied to 0.20- 0.30 mils D.F.T. (Dry Film Thickness) and the topcoat at 1.0- City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 115 of 240 1.2 mils D.F.T 2.05 INSULATION SYSTEM A. Provide Certainteed MBI 202 glass insulation for metal buildings, or approved equal product as outlined in T.I.M.A. specification P.E.B. 202 in thickness shown. B. Provide thermal blocks or spacers to separate the roof purlin from roof panel except at concealed structural fasteners. Furnish spacer of material having density of not less than 2 pcf and, if combustible material,classified (ASTM E-84) as having flame spread rating no greater than 25. 2.07 FLASHING AND TRIM A. Flashing at the rake and high eave shall not compromise the integrity of the roof system by constricting movement due to thermal expansion and contractin. B. Panel manufacturer to supply flexible membranes if applicab C. Manufacture all trim and flashing from G-90 Galvan' or valume sheet steel to profiles shown. D. Finish for flashing and trim to be Kynar 500 b Q; •.lyviny ' ene fluoride (PVDF) coating, 70% resin formulation in color to be selecte y wect. 1. Primer is applied to 0.20- 0.30 . s D .T. (Dry Elm T .ckness) and the topcoat at 1.0- 1.2 mils D.F.T • 2.06 STRUCTURAL STEEL PRIMER <0(1/.1 ?S ic"\‘ A. Give all uncoated tr I 1 sh••Orust inhibitive (primer) paint which meets or exceeds Federal ifi ions TT-P •r submit certification that it conforms to a recognized authoritativ pecifica ion, suc 410 -feral or Military authority or the Structural Steel Painting Council.• 11111111* 2.07 FLASHING i A. Flashinkthe rake and high eave shall not compromise the integrity of the roof system by constricting movement due to thermal expansion and contraction. B. Panel manufacturer to supply flexible membranes if applicable. C. Manufacture all trim and flashing from G-90 Galvanized or Galvalume sheet steel to profiles shown. D. Finish for flashing and trim to be Kynar 500 based polyvinylidene fluoride (PVDF) coating, 70% resin formulation in color to be selected by Architect. 1. Primer is applied to 0.20- 0.30 mils D.F.T. (Dry Film Thickness) and the topcoat at 1.0- 1.2 mils D.F.T City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 116 of 240 PART 3—EXECUTION 3.01 GENERAL A. Deliver and erect the pre-engineered components accessories specified and complying with manufacturer's erection drawings and specifications B. Perform assembly and erection by the manufacturer's own crew or by an erector trained and authorized by the manufacturer with the erectors work being inspected and certified by the manufacturer. 3.02 ERECTION A. Bolt settings and other dimensions shall be held to a tolerance of 1/8-inch±. Use templates or other gaging devices to assure accurate spacing of anchor bolts. Bolt field connections unless otherwise required. 1. Set bases or sill members to obtain uniform bearing. A •r Find anchor bolts for securing members to concrete curb or structural stee u• frame shall be of black steel, set accurately to templates and of proper size to tely resist applicable design loads at the base. \S B. Wall Panels: Panels shall be applied with confi: do s shown. Supply panels in single lengths from base to eave with no horizontal join e the j ion of door units, louver panels, and similar openings. End laps for pant s sh. .- not less t r inches. Walls shall be closed at base and eave, and around doors, fra ,- •uvers, a d of r similar openings by flashings and/or formed closures to assur dequate wea h� ss. Flashing or stops will not be required where weather-close o p ved self �'• panels are used. C. Roof Panels: Roof panels sh b applied c figurations running in direction of roof slope. Supply panels with n , - s erse :• .t t junctions for roof openings and at roof ridge. ppY � joints �� Seal end-laps wit o. •i t sealant. . all be flashed and/or sealed at ridge, eaves, rakes, projections throu hh 1�of, and els- ' :s necessary to make roof weather tight. Flashing and/or caulk' shall be acc mp It i i a manner that will assure complete weather-tightness. • D. Fast:4a, . curing Roof a d Wall Panels: Fastening method, size and spacing shall be as spec' 4 asteners shall be non-corrosive and of design that will produce a weathertight connect .n. Clearly show fasteners and fastening method on shop and erection drawings. Exposed fasteners will not be allowed. E. Weatherproofing: Joints between exterior pre-engineered metal building components and other adjacent components and materials shall be designed for and shall receive sealing tapes, gaskets, sealant materials, metal flashing and other methods of sealing as required to provide weathertight joints. Color of sealing materials shall match adjacent metal building components. END OF SECTION 131200 City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 117 of 240 GENERAL MECHANICAL REQUIREMENTS SECTION 23 0100 PART 1-GENERAL 1.01 RELATED DOCUMENTS: A. Comply with the Conditions of the Contract, General and Supplementary Conditions, and any other applicable requirements contained herein or issued under separate cover. B. Perform other work related to or necessary for the mechanical installation in accordance with the applicable Specification Division or Section contained herein. C. In Mechanical Specification Sections, items under"RELATED WOR are.(isted for convenience only and are not guaranteed to be a complete listing of all applicabl w ��� 1.02 CODES, REGULATIONS AND STANDARDS: cZb A. Comply with the latest edition of applicable code :' c I g the following: s, 1. International Building Code 0 2. Arkansas State Plumbing Code 3. Arkansas State Gas Code • IS?IiiiiIP 4. Life Safety Code (NFPA .. N4114 5. National Electrical CP,e N"r 6. Arkansas State Fire • ve 1 i.n Code � 7. Arkansas Gas lir, •:e 8. Arkansas e lit ..l e 0 B. Comply with plicabl Regulativ li a ended, including the following: • 1. mi,, tate Depar ent o Health Regulations 2. IrAly t Arkansas Rule and Regulations for Energy Efficiency Standards for New Building struction 3. Arkansas Department of Labor Regulations 4. Occupational Safety and Health Act (OSHA) 5. Utility Company Regulations and Requirements 6. Other State and Federal Laws and Regulations 7. Local Ordinances C. Furnish products and perform installation conforming to the latest accepted Standards published by the following organizations: 1. Underwriter's Laboratories, Inc. (UL) 2. National Fire Protection Association (NFPA) City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 118 of 240 3. National Electrical Manufacturer's Association (NEMA) 4. American Society of Testing Materials (ASTM) 5. American National Standards Institute (ANSI) 6. Air Movement and Control Association (AMCA) 7. American Society of,Heating, Refrigerating and Air Conditioning Engineers (ASHRAE) 8. American Society of Mechanical Engineers (ASME) 9. American Water Works Association (AWWA) 10. American Refrigeration Institute (ARI) 11. American Gas Association (AGA) 12. Cast Iron Soil Pipe Institute (CISPI) 13. Midwest Insulation Contractors Association (MICA) 14. Sheet Metal and Air Conditioning Contractor's National Association (SMACNA) 15. Insurance Service Office (ISO) �� 16. Factory Insurance Association (FIA) 17. Factory Mutual (FM) 18. Institute of Boiler and Radiator Manufacturers(I 19. National Environmental Balancing Bureau (NEIN, 20. Associated Air Balance Council (AABC) 21. American Society of Sanitary Engineers 22. Plumbing and Drainage InstitutioI1ZNIP 23. National Sanitation Foundation ( SF) • D. In case of discrepancy or conflic ween Codes, '-gra s,Standards, Drawings and/or Specifications,the requirem t iel i ¶e high:Iii, uality of work shall govern. 1.03 ADMINISTRATIVE FEES: / c` 1 lc, A. Obtainn a d m aint II essary lic- is permits and inspections and pay all fees including taxes and penaltie if any, r uired by • •inistrative Authority. Refundable deposits will be paid by the Contract • 1.04 PRE-CONSTR ;4Y .:MITTALS: A. Submit for approval, Manufacturer's technical data sheets including performance specifications for all equipment and air devices shown on the schedules.Also provide data on all system accessories and all materials. Include all piping, ductwork and insulation materials.Accessories to be submitted on shall include valves and all piping accessories, and all duct accessories including extractors, turning vanes, control dampers and balancing dampers. B. Submit for approval, Contractor's original Shop Drawings of all assemblies of manufactured items including control diagrams. Submit all items called out in individual sections, in addition to those called for in this section. C. Indicate all pertinent dimensions on scale drawings necessary for clarity and or coordination of the City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 119 of 240 installation between trades. D. Provide complete electrical data and wiring diagrams. E. Make Submittals on all work contained in Division 15, Mechanical at one time except by special permission. F. Bind Submittals in durable cover(s)with contents conveniently organized and properly indexed with index tabs. G. Obtain approval on product manufacturers not specifically named prior to making submittals. H. Each Mechanical Section contains a listing of required Submittals only for convenience. I. Submit for approval a schedule of nameplates and manufactur si-ieets and ShopDrawings on special supports and seals. J. Provide performance data on all substituted items torts rate equality to those scheduled. Include all sound level, rpm,velocity and other datokI .t1�Japplicable. K. Submit proposed changes in ducts, pipes cOent lay o re ordering or fabrication as stated below under"Intent". *sift, 1.05 INTENT: 41 A. It is intended that the Contr.. • 1 vide a co- , nd operating mechanical system including all incidental items, and .•.net' necessa • .raper operation or customarily included even though each and eve 0111 I may not be i 4. ed. B. Th'e Drawing indicatee gener. ate equirements for equipment,fixtures, piping, ductwork, etc. Final lay will be goy d M' tual field conditions with all measurements verified at the site. C. I - all verify t a es ipment, ducts, pipes and all other components will fit in the spat 4It. . .•a before fabrica n or ordering. Contractor shall submit any proposed changes to the En,;41irr for approval before ordering or fabrication. C. It is intended that the mechanical installation be safe, reliable, energy efficient, and easily maintained with adequate provisions allowed for access to equipment. D. It is intended that the mechanical system operate quietly with noise levels below the criteria recommended for the application by ASHRAE. Provide corrective action as required to reduce objectionable noise or vibration. PART 2-PRODUCTS 2.01 PRODUCT REQUIREMENTS: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 120 of 240 A. Furnish only new standard products of a manufacturer regularly engaged in the production of said products. B. Support all products by service organizations with adequate spare parts inventory and personnel located reasonably close to the site. C. Where multiple units of the same type or class of products are required, provide all units of the same manufacturer. 2.02 PRODUCT HANDLING: 1 A. Store products in the original containers and shelter in a suitable environment at an approved location. Make readily accessible for inspections and inventory auntg. 2.03 PRODUCT SUBSTITUTIONS: G A. For products specified by generic reference standard, Zany product meeting such standard. B. For products specified by naming one or more ► •.. is or manufacturers, select any named. Submit request, in writing,for substitutio a¶ oduct or acturer not specifically named and obtain approval at least five workin ays rior to bid dat C. Provide all information required upport claim 'Aliu I ' of product proposed for substitution. Substitutions will be conside n i uivalent sty, efficiency, performance, size, weight, reliability, appearance, and aintena .'"'- specified product or manufacturer. D. Where approved proIt bstitutions al design, space requirements,electrical requirements, cortolis ti. • or etc., i a work necessary to provide a complete installation of quality equal o or be r than th i.' ould have been achieved with products or manufactur specified. • 2.04 MECHANICAL x " TION: W A. Identify each major component as to manufacturer's name, address, model number, serial number, and pertinent ratings on a durable plate attached to the component in a conspicuous place. B. Identify each major component as it is named on the Drawings or referred to herein with engraved nameplates made from laminated plastic sheets. 1. Furnish with white letters on black background except for other color coded requirements. 2. Provide appropriate size nameplates with information easily readable. 3. Submit for approval, a schedule of nameplates to be affixed to each major component. 4. Attach nameplates with approved adhesive on factory baked enameled surfaces only. Attach nameplates with proper screws on field painted and all other surfaces. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 121 of 240 C. Identify outdoor underground lines with continuous strip of plastic utility marker tape as manufactured by Seton stating at regular intervals "CAUTION (state utility) PIPE BELOW." Install one foot directly above pipe before backfilling to grade. 2.05 ANCHORS: A. Size anchors for minimum safety factor of two times recommended load. Use only corrosion resistant materials. B. In new concrete, use malleable iron inserts set prior to pouring concrete. C. In existing concrete or solid masonry, use Phillips"Redhead" expansion shields or Elcen self drilling expansion shields. Use power driven fasteners only for light loadXd h specific approval. D. In hollow masonry, use steel toggle bolts. �� E. On structural steel, use approved beam clamps or dir . F. In wood, use wood screws or lag screws or thr It with nuts and washers. G. In sheet metal, use self tapping sheet m al sc ws or machin olts with washers and nuts. H. In bar joists, use hanger rod bet boom ang • cu with washers and nuts. 2.06 HANGERS AND SUPPORTS: A. Generally, suppo < <••in accorda crio ANSI B31.1 and support ducts in accordance with SMACNA du constr ion stan B. Suppo •d steel and•dp- pe as follows: 1. sipe sizes 2" and smaller, use adjustable wrought steel ring or clevis hanger spaced at 5 feet on center with 3/8" steel hanger rod. 2. For pipe sizes 2-1/2"through 4", use adjustable wrought steel clevis spaced at 10 feet on center with 5/8" steel hanger rod. 3. Support high temperature pipe with pipe roller hangers to allow for expansion. C. Support cast iron soil pipe 4" and smaller with adjustable wrought steel ring or clevis hanger spaced at 5 feet on center with 5/8"steel hanger rod. D. Support PVC pipe with approved hangers at 4 feet on center. E. Provide trapeze hangers consisting of steel angles or channels with spacers and steel hanger rods City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 122 of 240 for multiple piping or duct runs. F. Provide copper plated hangers if in contact with copper piping. G. Provide 18 gauge galvanized saddles for insulated pipe and size hanger to accommodate pipe and insulation. • H. Use steel riser clamps for vertical piping support through floors. Provide steel bracket and wrought steel clamp for support from walls. I. Support ducts with steel bands,steel angles, or steel channels near each transverse joint. J. Support piping and ductwork on roof with pipe hangers that do not require roof penetrations, supplemental flashing or damage to roofing material.The system all consist�, of high-density polyethylene plastic bases,structural steel frame and pipe han supports as indicated below: C) a. Gas lines: (e). 1. Up to 2-1/2" model PP10 r 2. 3"to 8" model PS-1-2 ler. (5 b. Water lines (OD with ins ation 1. Up to 2- mo�I PP10Z:-)\- a d hanger c. Gas and wat c.4\ 1. � e 8" use mode-2-2 with clevis hanger. d. Ductwork: All duc o be mounted on model PPH-D supports. • 2.07 EQUIPMEN At' ;RAS VIIP‘ . W A. All roof mounted equipment where support is not specified elsewhere in this specification shall use model RTU-20 equipment supports. B. All roof supports shall be manufactured by Portable Pipe Hangers. 2.08 CONCRETE BASES: A. Provide concrete bases for floor mounted equipment indicated on the Drawings and all exterior equipment mounted on grade. Use proper cement-sand mix to achieve strength of 3000 psi after 28 days. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 123 of 240 B. Provide steel reinforcing bars as required and provide proper ties and support during pouring. C. Establish sizes of bases required to accommodate equipment. Generally, make bases extend 3" larger than equipment. D. Provide properly sized anchor bolts held in position with templates. Where anchor bolts cannot be held in sufficient alignment, provide adjustable bolts in pipe sleeves. E. Prior to pouring, set steel re-bar dowels in holes drilled in existing slab for proper anchorage of base. Install near each corner and at other intervals not to exceed 24 inches. F. Trowel finish and rub smooth. Form edges with 3/4" chamfer. 41 G. Grout bases for pumps and other vibrating equipment with rnk grout. 2.09 SLEEVES: \AS A. For pipes or round ducts through dry floors abo - • •d- or interior walls,form sleeves with 18 gauge galvanized sheet metal. Sleeves ar -.i .red in n • e rated dry wall construction nor slab on grade. B. For pipes through outside walls, . walls, concretotings or potentially wet floors, provide schedule 40 galvaniz e p. 44 sleeves integral waterstop in outside wall sleeves. C. For rectangular duct c'. :h walls or flosleeves with steel angles or channels or galvanized sheet ra . D. Extend sleev rough floo .n ab ve floor and seal watertight. For core drilled penetrate sting floor ... one inch angle rings set in sealant in lieu of sleeves. Make wall -- sh with wall. E. Size sleeves to allow for movement due to expansion and to provide for pipe insulation run continuous through sleeves. F. Where pipes or ducts pass through sleeves, completely fill space with insulation or approved fire barrier materials. Provide tight fitting escutcheon plates on both sides of wall sleeves as follows: 1. Galvanized sheet metal caps for ducts. 2. Galvanized or cad plated plates for pipes in mechanical spaces or unfinished areas. 3. Chrome plated brass for pipes in finished areas. 2.10 FLASHING AND SEALS: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 124 of 240 A. Where piping penetrates roof membrane, provide 30 inch square sheet of 5 lb/sq.ft. lead or 18 gauge copper. Extend flashing into top of open vent pipes one inch or provide flashing assembly or pitch pan as recommended by roofing manufacturer. B. Flash floor drains, except in slab on grade,with copper sheet flashing. Extend flashing under tile or floor finish to 6 inches up wall in showers or 2 feet from floor drain. Clamp flashing to auxiliary drain collar on floor drain. C. Provide curbs for all roof mounted equipment. Make curbs minimum of 4 inches above flood level of roof. Flash and counter flash with galvanized sheet metal, soldered and properly waterproofed. D. Where piping penetrates outside walls, make watertight with approved sealant orp rovide modular rubber seal designed for the purpose. f• .\41,.1 2.11 AIR FILTRATION Nial A. *?)* General-Air filter shall be equal to Camfil-Farr Aerop t 2 deep pleated media disposable type. Each filter shall consist of a synthetic media blend ' ting an electret charge; a welded wire media support grid, and a high wet-strength b board frame.The filter shall be rated by Underwriters Laboratories as Class 1. B. Filter Media— Filter media shall b lend of c ton a d synthetic fibers, multi-layered incorporating mechanical effici .The media • •a e o med in a radial pleat design to assure full utilization of the media . Nested i elk • ance with ASHRAE Standard 52.2-1999, the filter shall have a mini iency re alue (MERV) of 6. 2-inch -The filter fa �i W. shall not be I an 10 pleats per linear foot. Initial resistance at 500 feet per minN. of excee- ► ' .G. PART 3-EXECUTION1 ""49 , '' �� *�i • 6 3.01 MANUFACTU' IONS: A. Handle, install,connect,test, and operate all products, assemblies, and systems in accordance with manufacturer's recommendations. B. In case of conflicting requirements between the manufacturer's directions and the Contract Documents, obtain instructions before proceeding with the work. 3.02 INSPECTIONS: A. Arrange with the Administrative Authority for inspections of all work required and obtain approval prior to concealing or proceeding with the work. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 125 of 240 B. Give adequate notice before concealing any work for inspections by the Architect or Owner's representatives. Obtain instructions to proceed before concealing the work. 3.03 CLEANING: A. Keep the premises clean and free from debris,dirt, etc. B. Upon completion of the work,clean and polish all fixtures, equipment, etc. C. All ductwork shall be sealed during construction to prevent construction dust from entering ductwork. 3.04 WORKMANSHIP: A. Perform all work in accordance with the best practices of the tr .rovide a "neat" installation by mechanics skilled in their respective trades and properly . B. Accurately install piping,ductwork, and other equipmt,t, umb, level, and true to line with runs parallel or perpendicular to building lines. Make bolr6ffsets uniform.cilf C. Carefully perform all cutting, drilling, dig . , e . d patch .nish the disturbed area to the condition of adjoining or similar surface n an pproved man r. Do not cut any structural member without specific approval. Do no any elect al or echanical lines that may be • concealed. D. Conceal piping,ductwork, e n es,furri ove ceilings unless indicated otherwise. Flush mount equipme 104- in finish Is here possible. E. Coordinate with o r tr s work a- to a all work so that all systems and components can be easily maint . ed an n be re replacement in the future. • F. Provid- cik h II equipm- .. i. n.t locate components that must be serviced, maintained, or rept:-.lt .Ake hard ceilings. here these components absolutely must be above hard ceilings or in side w.ltr.rovide access doors equal to Acudor 5050. Provide fire rated access doors equal to Acudor FW5050 in fire rated ceilings or walls. 3.05 FLAME AND SMOKE CONSIDERATIONS: A. In ducts or other enclosures used for transporting environmental air, including return air plenums above ceilings, use only products conforming to NFPA and UL composite classifications not exceeding 25 for flame spread and 50 for smoke developed ratings. This requirement applies to all materials including adhesives,finishes, etc. B. Completely seal penetrations through fire and/or smoke rated walls, ceilings,floors, or other barriers for the passage of piping, ductwork, etc.with a UL listed material to preserve the City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 126 of 240 fire/smoke rating of the barrier. C. Provide approved fire dampers in air ducts penetrating fire barriers requiring a fire construction rating one hour or greater. Maintain access to fire damper fusible link. 3.06 FAN SHUTDOWN CONTROLS: A. Provide smoke detector in supply of units greater than or equal to 2000 CFM. If the entire area served by the unit is not protected by smoke detectors,then provide a smoke detector in the return also of units greater than 2000 CFM.The smoke detectors shall shut the unit down. Provide a smoke detector in the supply of any unit serving a building egress corridor, regardless of unit size. B. For system greater than 15000 CFM serving more than one floor, ovide smoke detector at each floor in return air duct prior to connect to the common return srior to connection any outside air duct. (e) C. If the building contains a fire alarm system,the smok &tors shall be furnished by fire alarm system supplier. The smoke detectors shall also siire alarm panel. If the building does not contain a fire alarm system,then provide remo c a ors in a readily visible location. (3 D. Mechanical contractor shall install the s oke/ e detector in e ductwork as appropriate.The controls contractor shall provide a set of ntact on e ou side of each unit to shut the unit • down, and the fire alarm contra shall wire det..t t contacts and to his own system. Mechanical contractor shall id s oke detec .iti ey are not provided by fire alarm contractor. icel\ E. In exhaust only syste smoke detec s hall not be required. 3.07 COORDINATION: 1\ IQ A. Coordi•..e chanical h he work of related trades to avoid interference's. Determine theof piping and ctwork prior to fabrication and the exact location of each outlet and equip 47connection prior to installation. B. Study the Architectural, Structural, Mechanical and Electrical Drawings, and Specifications including Shop Drawings and manufacturer's technical data sheets, and compare to actual site conditions and constraints. In case of conflicts or interference, obtain clarification or instructions before performing any work. C. Piping or equipment requiring slope or specific mounting elevations will generally have right of way over products whose elevations can be changed. D. Carefully plan the sequence of work as required to minimize disruptions and installation time. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 127 of 240 3.08 EQUIPMENT CONNECTIONS: A. Make all required utility connections to each item of equipment shown or specified including equipment furnished by Owner, and make operational. B. Connect overflows, relief discharges, blowdowns, drain valves, etc.with approved piping and extend to floor drains or other approved discharge points. C. Make all electrical connections to equipment including power supply and control wiring in accordance with Division 16, Electrical. 3.09 PROTECTION REQUIREMENTS: A. Locate existing utility lines and adequately identify and protect d g th execution of the work. B. Protect public and private property against damage. G C. Protect all work including building finishes against da ue to dirt,water, chemicals,frost, heat, handling,theft, etc. Keep openings in piping and and equipment closed with suitable plugs or caps during installation. D. Provide necessary warning devices, barr ades r coverings r uired for safety around moving parts, sharp objects or high temperature s es. 11.1/3.10 CHASES AND OPENINGS: ` A. Provide templates or •- ails ases an � r enings required through floors,walls, ceilings, etc.to accommodat- :• . • or ductwork. 3.11 TRENCHING AND BAC ILLING:� A. Excay. - t of trenche*. r-• ed depth and grade for proper slope with uniform and solid bea : ing. Do not lay k'pe on mud, rocks, or unstable soil. Remove unsuitable bearing materi.4r• backfill to proper depth with sand or other approved material. If limestone products are used, protect all copper piping from contact with the limestone using sealed insulation or approved sleeving material. B. After piping has been satisfactorily leak tested and approved, backfill trench to a depth of one foot above top of pipe with sand or fine pea gravel. Install continuous strip of plastic"CAUTION"tape over pipe and sand. Use suitable material for remaining backfill to finished grade,tamped to 95% compaction. C. Before beginning any trenching, locate and determine elevation of all affected piping. Verify that drain lines to be connected to are deep enough to allow sufficient slope before starting trenching. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 128 of 240 3.12 PIPING INSTALLATION: A. Erect piping without forcing or springing and allow for proper clearance and headroom. B. Provide for expansion and contraction with piped loops, changes in direction, or approved expansion couplings. C. Install all piping in a manner to prevent freezing. If necessary to install water piping in unheated spaces or outdoors above the frost line, provide electric heat tracing around pipe prior to insulating. 3.13 PAINTING: A. Paint ductwork, piping, equipment, etc. exposed in finished areas to match adjacent surfaces as soko directed. Paint items flat black or as directed if visible through gri n or other openings. B. Paint all exposed piping and equipment in mechanical spac orm appearance or identification as directed. c C. Paint ferrous piping, equipment, hangers, etc. exp o doors or subject to rusting,with one coat primer and two coats of approved exterior enaCIed paint. D. Not used. Co) IIIIIIIIIP E. Paint plywood backboards used o ting equ rix 3.14 LABELING lici\ A. For any fresh air vent.,415:° on the roo vents shall be properly marked with the word. "intake permane at - ed to th- 14 3.15 TESTING,ADJUS \ P ;ALANClNR s and other units with ceiling mounted diffusers): A. After s s are completed and fully operational, perform Testing,Adjusting, and Balancing(TAB) in accordance with procedures recommended in ASHRAE Systems volume,AABC Standards, and NEBB Standards on the following systems: 1. Supply Air System 2. Return Air System 3. Exhaust Air System 4. Outside Air System B. Furnish all test equipment,tools and instrumentation required for TAB. Submit proof of calibration when required. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 129 of 240 C. Before beginning TAB,submit forms to be used to the Engineer for approval or use the attached forms. D. Adjust fan speeds, dampers,valves, and other controls to achieve design ratings. Balance each air device or valve to within plus or minus 10 percent of indicated flow rates. Perform TAB for each possible mode of operation. E. Notify Engineer 24 hours prior to taking final readings and arrange for Engineer to be present for final readings. F. Obtain and record all measurements required for final TAB report. Include at least the following data: 1. Running amperes and voltage at each motor 3/4 horsepo r or larger. Indicate rpm and direction of rotation. 2. Air flow rates(cfm) at each supply air outlet, return + ide air intake. 3. Dry bulb air temperatures in each conditioned sp - 4) at entrance and exit of all coils with corresponding outside air temperature. c c refrigerant pressures at the same time. 4. Static pressures in each control zone relati doors and across each fan, air filter, major component, and major duct run. 00 G. TAB shall be performed by a qualified T spe alist approved the Engineer. 3.16 POST CONSTRUCTION SUBMITTALS: si A. Deliver special tools, lubrica , ther pro Illcessary for proper operation and maintenance of the m ar- o stems. B. Deliver spare part ca for und- qiiii•r echanical Sections contained herein or on the Drawings. C. Submi d cord Docu is n cating all changes from the Contract Documents made during con• 401` D. Submit Certificates of Final Inspections from the Administrative Authority. E. Per the State Energy Code, prior to issuance of a certificate of occupancy submit Operation and Maintenance Manuals covering all phases of equipment and systems provided. Include complete spare parts data with current prices and sources of supply. Include copy of manufacturing data sheets, shop drawings required in pre-construction submittals, HVAC system control maintenance and calibration information,wiring schematics, controls sequence descriptions and set points, and a complete written narrative of how each system is intended to operate. F. Submit extended warranties in excess of the standard one year warranty where required by other Mechanical Sections contained herein or on the Drawings. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 130 of 240 G. Submit TAB report on approved record forms. 3.17 INSTRUCTIONS TO OWNER: A. Provide competent instruction to Owner's personnel covering operation and maintenance of all mechanical systems. Provide specialized instruction by manufacturer's technical representatives when required. B. Provide close out documents to owner per Section 15785. END OF SECTION 23 0100 MECHANICAL INSULATION SECTION 23 07 00 ♦� PART 1-GENERAL 1.01 WORK INCLUDED: ACC(' A. Interior air duct acoustical thermal liner 1S? B. Exterior duct wrap insulation C )N C. Refrigerant piping insulation ` D. Cooling condensate drain ins ati n (741(11\. 1.02 RELATED WORK: A. Section 23 0 10 General Mecha l'e irements B. Secti .. Low Pressur uctwork and Accessories 1.03 SUBMITTALS: A. Submit Manufacturer's Data Sheets on each type of insulation to be used. 1.04 QUALITY ASSURANCE: A. Perform installation in accordance with MICA, Commercial and Industrial Insulation Standards. B. Follow manufacturer's directions on adhesive application,fastener spacing, etc. PART 2- PRODUCTS City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 131 of 240 2.01 MATERIALS: A. Glass fiber type equal to Owens-Corning Fiberglass 23ASJ\SSL for 1/2" and greater thickness. 1. K-factor no greater than 0.24 2. Jacket permeance no greater than 0.02 perms. 3. Self sealing laps on longitudinal and transverse joints of all service jacket. 4. . J-M "Zeston" PVC fitting covers over Fiberglass inserts for valves and fittings. Provide 25/50 flame/smoke rating when used in air plenums. B. Flexible elastomeric pipe insulation equal to Armstrong"Armaflex"for 1/2" and less thickness. 1. Use proper adhesive. �� 2. Use sheets cut and molded around valves and fittings. 3. Do not use in air plenums unless 25/50 flame/smok C. Acoustical Fiberglass interior duct liner with 1-1/2 lb.tilt and coated face. Meet UL 181 on erosion tests and NFPA 90A on flame/smoke ratin c\ D. Flexible Fiberglass exterior duct wrap eq • 5. ISrilliP 1. K-factor no greater than 0.3. 2. 3/4 lb. density. 3. Foil reinforced kraft(FR or barrier. ` illw E. Foam/vinyl safety covers fo supply Ili Ito Plumberex"Handy-Shield." 1. White vinyl c.Tv. er insulatin: f�ri finer. 2. Locking st wit• -closeabl- t ng strips and weep seam. 3. Mee ederal .4.19.4 ANSI A117-1-1980. • PART 3-EXECUTION 3.01 INSTALLATION: A. Successfully perform all leak tests prior to applying insulation. B. Provide approved coating of mastic over piping insulation jackets installed underground and make waterproof and puncture resistant. C. Insure surfaces are clean and dry prior to installing insulation. D. Neatly finish insulation at hangers or other protrusion. Seal vapor barrier joints in duct wrap with FRK duct tape. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 132 of 240 E. Ducts 18" upstream and 30" downstream from electric resistance and fuel burning heaters located within duct system will be wrapped externally with fiberglass duct wrap. (See Specification Section 15250, Mechanical Insulation Part 2-2.01-D) F. All supply and return air systems installed in any unconditioned space shall be insulated with a minimum of 2"thickness,3/4 density wrap, or 1"thickness, 1-1/2 lb density liner. 3.02 INSULATION SCHEDULE: See drawings for insulation schedule. END OF SECTION 23 07 00 HVAC LOUVERS AND AIR DISTRIBUTION &.1 SECTION 23 30 00 PART 1—GENERAL 1.01 WORK INCLUDED: C5C\ :?)t' A. Low and medium pressure sheet metal ctw k including pl ums •B. Air devices including louvers an per ` C. Other duct accessories 11 <0 1.02 RELATED WORK: Of qb6C\ A. Section 23 0 00 GENERAL MEC = �' •EQUIREMENTS Mr B. Sectio01\ bVAClnsul a 1.03 SUBMITTALS: A. Submit Manufacturer's Data Sheets on air devices, dampers, louvers,flexible duct, take-off fittings and other manufactured items. B. Submit Shop Drawings of ductwork layouts,fittings and air devices prior to installation of ductwork. 1.04 QUALITY ASSURANCE: A. Fabricate ductwork in compliance with SMACNA Duct Construction Standards and NFPA 90A. B. Provide kitchen grease ducts in compliance with NFPA 96. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 133 of 240 1 PART 2-PRODUCTS 2.01 SHEET METAL DUCTS: A. Use galvanized steel lock forming quality with 1.25 ounces per square foot zinc coating on each side. B. Use rivets or sheet metal screws for fasteners. C. Use proper water and fire resistant sealant. 2.02 AIR DEVICES: A. Furnish and install items as scheduled on the Drawings. 41 B. Provide ceiling mounted devices compatible with ceiling C. Provide storm proof type louvers with heavy gaug sh on outside. Field paint as directed. D. Provide insulated low energy motorized -ft pers fo outdoor air intakes as scheduled. 2.03 DUCTWORK ACCESSORIES: \ectanular A. Provide double thickness airf 'l p ng vane elbows. Perforated, internally insulated blades shall be us is 20" an b B. Provide 16 gauge al 04. steel balancid mpers with quadrants or adjustment rod and lock screw where requ fe , oper TA 9 C. Fabricate spl' dampers u ickness sheet metal with streamlined shape. Provide ♦ . exteri. .dpi t rod and s e . D. Wher- 7r d duct takes off from rectangular duct, provide high efficiency take off and butterfly volume samper.Take off fitting shall be manufactured with 1"flange, 3/4"x 14" neoprene gasket, and eccentric adaptor with 45°transition on upstream side. E. Provide flexible connections of neoprene coated flameproof fabric tightly crimped into metal edging strips. Attach to ductwork and equipment with sheet metal screws. F. Provide access doors at duct and at ceiling where required for maintenance and inspection. Fabricate of galvanized steel with gaskets and quick fastening locking devices. Provide double thickness insulated door in insulated ductwork. G. When indicated on Drawings, provide type B fire damper of the curtain type with fusible link with City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 134 of 240 90%free area of duct. Select fusible link for 160°F unless shown otherwise. Provide access doors at all fire dampers. PART 3-EXECUTION 3.01 FABRICATION: A. Provide proper duct reinforcing with angles or cross breaks per SMACNA Standard, insulate per Section 23 07 00. B. Lap metal ducts in direction of air flow. C. Make transitions gradually with divergence no greater than 30°. D. Rigidly construct ducts with tight joints free from vibration, ratt , AeiNoise. Audible leaks shall be sealed with approved sealant. (?›. E. Construct plenums of galvanized panels suitably rein &and diagonally braced. 3.02 INSTALLATION: C1P A. Use flexible duct(5 feet or less)for final nne ion to supply devices only in lay-in ceilings. Connect with strap or clamp. Do not use turn duct • B. Use flexible fabric connectio a e ash and air 46\g device. C. Verify locations requir of, and m u ments to coordinate with architectural features, lighting fixtures, etc. D. Adjust air de 'ces for per thro t e and direction prior to air balancing. E. Provid-.;t her two lin , r t gular elbows or 15 feet of lined, rectangular, straight duct bet 400:- pply and retur onnection of all forced air units and the first diffuser runout conne . to the trunk duct. F. Seal all longitudinal and transverse joints with mastic type duct tape per the current State Mechanical Code and the current State Energy Code. G. Provide leak testing of all duct systems as required by the current State Mechanical Code and the current State Energy Code. END OF SECTION 23 30 00 City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 135 of 240 HVAC FANS SECTION 23 34 00 PART 1-GENERAL 1.01 WORK INCLUDED: A. Centrifugal cabinet fans B. Fan accessories 1.02 RELATED WORK: A. Section 23 0100 GENERAL MECHANICAL REQUIREMENTS elot,‘0, B. Section 23 30 00 HVAC LOUVERS AND AIR DISTRIBUTSII6 1.03 SUBMITTALS: 01(.4\ A. Submit Manufacturer's Data Sheets on fans nd accessorie Indicate operating point(s) on fan curve and noise data. PART 2-PRODUCTS <09 2.01 SCHEDULED ITEMS: Ie A. Provide fans and ss s as schec 11110 in the Drawings or equal. Equivalent fan substitutions shall not incr ase hor ower or el for specified air volume. B. Provid- ai‘ le of acco o t g static pressure variations of plus or minus 10%. C. Provi.-wr stable sheaves and belt guards on belt driven fans. D. Provide guards or safety screens on exposed blades or wheels. E. Statically and dynamically balance fans for minimum vibration. Resiliently mount centrifugal wheels. F. Provide rattle free backdraft dampers with lined edges except for kitchen hood exhauster. G. Provide roof curb, birdscreen, and cord and plug disconnect for roof mounted fans except kitchen hood exhauster. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 136 of 240 H. Provide solid state speed controller for direct driven fans where indicated or required to achieve specified performance. PART 3-EXECUTION 3.01 INSTALLATION: A. Follow manufacturer's directions. Verify correct rotation of fan wheels. B. Provide shutdown controls per Section 23 0100. 3.02 BALANCING: A. Balance each fan to specified flow rate for the actual static press . Aust or replace sheaves on belt drives or adjust speed controls. Provide balancing damper ejuired. END OF SECTION 23 34 00 GAS FIRED UNIT HEATERS .1.‘ C.'(.6* SECTION 23 55 33 PARTI-GENERAL COPN • „,,,IS?Nli* 1.01 WORK INCLUDED: .1 ` A. Unit heaters <81" B. Unit controls and fe ' ✓ices 0 C. Accessories • 1 .119 1.02 RELATED WOR A. Section 01 00 General Mechanical Requirements 1.03 SUBMITTALS: A. Submit Manufacturer's Data Sheets on each unit including all accessories. Clearly indicate optional features to be furnished. Include detailed instructions and dimensions. B. Submit extended warranties required herein. 1.04 QUALITY ASSURANCE: . City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 137 of 240 A. Furnish units complying with ANSI Standards for safety and efficiency and certified by AGA for outdoor applications. 1.05 EXTENDED WARRANTIES: A. Provide ten year unconditional parts warranty on heat exchangers. PART 2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Units scheduled on the Drawings are manufactured by Reznor, Hastings,Sterling and Trane Company. 2.02 INDOOR GAS FIRED UNIT HEATER: �•1, A. Provide units factory assembled, piped,wired and tested B. Provide gas-fired, indoor, power vented unit heat- . a unit shall be equipped for use with natural gas and 120 voltage phase power supp - heat exchanger shall be aluminized steel. Die-formed burners are constructed of a *n V eel and flared ports, burner air shutters and a stainless steel insert. C. The unit is to include a 24-volt c of transforme a - tage gas control system with a regulated combination redu a. t s ae and NI match-lit pilot. The unit is to include all required limit and safety co i uding a cut-off(ECO) device on units with manual pilots. Provide electro . sp�k . ition. D. All units must bea e A label. T6 u acturer of this equipment must have three (3) years experience.• E. Provid directiona v rs,threaded hangar connection, baked enamel finish. PART 3-EXECUTION 3.01 INSTALLATION: A. Provide watertight installation and connect ducts, natural gas piping, electrical power, and control wiring for proper operation. B. Hang unit with 1 inch diameter steel pipe. C. Provide double wall flue unit connection size. END OF SECTION 23 SS 33 City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 138 of 240 GAS FIRED INFRA-RED SPACE HEATERS SECTION 23 55 41 PART I-GENERAL 1.01 WORK INCLUDED: A. Burners B. Unit controls and safety devices C. Accessories 1.02 RELATED WORK: 6**1 A. Section 23 0100 General Mechanical Requirements (?) , 1.03 SUBMITTALS: \•N A. Submit Manufacturer's Data Sheets on e@ luding a sories. Clearly indicate optional features to be furnished. Include detail inst ctions and di nsions. B. Submit extended warranties re d herein. •` 1.04 QUALITY ASSURANCE: (0 �''�� A. Furnish units complyi ANSI Standar safety and efficiency and certified by AGA . B. The entire h ting system shall b `✓ 1. ♦ L ented Inf a iant Heater" conforming to ANSI Standard Z83.6(current rd). 2. s the seal of a nationally recognized testing laboratory. C. System performance: 1. Each unit will be supplied with a Stainless steel floating screen for higher surface temperature and safety. 2. Equipment manufacturer shall have been producing said radiant for a minimum of five years. 1.05 EXTENDED WARRANTIES: A. Provide a ten year limited warranty on burner(s), controls and reflectors.. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 139 of 240 I PART 2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS: A. Units scheduled on the Drawings are manufactured by Perfection Schwank, Roberts Gordon, Reflect-O-Ray, or Ray-Tec. 2.02 BURNERS: A. Burners shall be supplied with the following: 1. Regulator to be factory set at 6" W.C.for natural gas and 10.0" W.0 for propane gas. 2. 115 volt, 60 Hz AC power requirements. 3. ON/OFF service switch mounted on or adjacent to each&sl 2.03 SYSTEM CONTROLS: 1(0. A. System controls shall be supplied with the following: ici\ 1. Burners supplied with prewired c o l volt, 61 -.wer supply for each burner. 2. Provide shielded thermostat wh e sh n on Drawin: *sift, PART 3-EXECUTION 3.01 INSTALLATION: <01/4, /� A. Provide watertight in .'b *o and connedts, natural gas piping, electrical power and control wiring for properrat.- .,,,\ '9 B. Hang unit wi 8" rods, b cl and#2 welded wire chains. • C. Pro .0 acturer's recom ended clearances to combustibles. D. All gas pipe connections to the heater(s) must be sealed with a gas pipe compound resistant to liquefied petroleum gases. E. Installation of a drip leg in the gas supply line going to each heater is required to minimize the possibility of any loose scale or dirt within the gas supply line from entering the heater's control system. F. When checking for gas leaks, do not use an open flame. Use a soap and water solution. G. For gas supply line pressures in excess of 1/2 psig, consult the factory or your local representative for recommendations. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 140 of 240 H. Installation of a 1/8" N.P.T. Plugged tapping is required upstream of each heater to allow test gauge connection. END OF SECTION 23 55 41 GENERAL ELECTRICAL REQUIREMENTS SECTION 26 0100 PART 1-GENERAL 1.01 RELATED DOCUMENTS: \fr.% A. Comply with the Conditions of the Contract, General and Stary Conditions, and any other applicable requirements contained herein or issued and to cover. c B. Perform other work related to or necessary forth tI installation in accordance with the applicable Specification Division or Section con ' erein. C. In Electrical Specification Sections, item nde "RELATED WO " are listed for convenience only and are not guaranteed to be a complete ' g of il a icabl work. 1.02 CODES, REGULATIONS,AND STANDAR<0 ` A. Comply with the lates iti40 pplicabl s cluding the following: 1. lnternatio Bui . g Code 2. Life S fety Cocom(NEPA 1 n9 3. Nati lectrical C FPA 70) 4. tat4crevention e B. Comp applicable Regulations as amended, including the following: 1. State Department of Health Regulations 2. Rules and Regulations for Energy Efficiency Standards for New Building Construction 3. State and Federal Department of Labor Regulations 4. Occupational Safety and Health Act (OSHA) 5. Utility Company Regulations and Requirements 6. Other State and Federal Laws and Regulations 7. Local Ordinances 8. State Department of Education Minimum Schoolhouse Construction Standards C. Furnish products and perform installation conforming to the latest accepted Standards published by City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 141 of 240 the following organizations: 1. Underwriter's Laboratories, Inc. (UL) 2. National Fire Protection Association (NFPA) 3. National Electrical Manufacturer's Association (NEMA) 4. American Society of Testing Materials (ASTM) 5. American National Standards Institute (ANSI) 6. Institute of Electrical and Electronic Engineers(IEEE) 7. Insulated Power Cable Engineer's Association (IPCEA) 8. Certified Ballast Manufacturer(CBM) 9. Electrical Testing Laboratories (ETL) 10. Illuminating Engineering Society(IES) 11. Insurance Service Office (ISO) 12. Factory Insurance Association (FIA) 13. Factory Mutual (FM) tomp.,\,4% 14. National Sanitation Foundation (NSF) Nosi 15. Electronic Industry Association/Telecommunicati stry Association (EIA/TIA) D. In case of discrepancy or conflict between Codes, ; -:. ans, Standards, Drawings and/or Specifications,the requirement yielding the hi:- ) quality of work shall govern. 1.03 PERMITS AND ADMINISTRATIVE FEES: 011 ISZIIIIP A. Obtain and maintain all necessa- enses, permit .wi p ction certificates and pay all fees including connection fees,to s .n . n�lties, if. ired by the Administrative Authority. Refundable deposits will be e Owne 1.04 PRE-CONSTRUCTION SUBMITT0 A. Refer to eac Electric Section f. aii of required Submittals under that Section. Refer to Section enti hop Drawi P t ata, and Samples for submittal procedure and requir-• e.„1/4 404,, B. Submi .pproval, Manufacturer's technical data sheets including performance specifications for all equipment, major materials, and other manufactured items. Obtain approval on product manufacturers not specifically named prior to making submittals. C. Submit for approval, Contractor's original Shop Drawings of all assemblies of manufactured items including complete wiring diagrams. Indicate all pertinent dimensions on scale drawings necessary for clarity and for coordination of the installation between trades. D. Submit for approval, a schedule of nameplates and test report forms. E. Bind Submittals in durable cover(s)with contents conveniently organized and properly indexed. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 142 of 240 F. Make Submittals on all work contained in Division 16, Electrical, at one time except by special permission. 1.05 TEMPORARY LIGHTING AND POWER: A. Provide general and task lighting for construction activity as required for adequate illumination. Provide minimum of 5 footcandles general illumination for all work and egress areas and 30 footcandles on task such as wall being painted. Protect lamps with wire guards or tempered glass enclosures where exposed to breakage. Provide exterior type fixtures where exposed to weather or moisture. Provide local switching to allow lights to be turned off in patterns to conserve energy. B. Install temporary lighting to fulfill security and protection requirements without having to operate the entire temporary lighting system. \0.1 C. Provide general purpose electrical outlets and special outle • ired for construction activities. Provide circuits of proper sizes, characteristics and ratin `. it, h use required. Install wiring overhead and risers vertically where least exposed to re. Provide rigid steel conduit to protect wiring on grade,floors, decks or other areas expo dssible damage. ctik D. Provide 20 amp,4-gang receptacle outle , q0d with g - ault circuit interrupters, reset button and pilot light,spaced that a 100 oot e tension cord c reach each area of work. Use only grounded extension cords. Use "hard-se ords"whe exp sed to abrasion and traffic. E. Provide warning signs at po r ut tat are o - t` n 20 amp, 125 volt. Provide outlets of proper NEMA configuration e 0 volt, si ree phase outlets are required. 0), 1.06 INTENT: 1\ 46 A. It is intende t the Contr de a complete and operating electrical system including all incide 1' d connect c ssary for proper operation or customarily included even tho d every item m y not be indicated. B. The Drawings indicate the general layout requirements for equipment,fixtures, conduit, devices, etc. Final layout will be governed by actual field conditions with all measurements verified at the site. C. Conduit and wiring shown on the Drawings are diagrammatic unless noted otherwise, and are intended to indicate switching and branch circuit arrangements, phase balance, and general wiring connection requirements. D. It is intended that the electrical installation be safe, reliable, energy efficient, and easily maintained with adequate provisions for access to equipment. City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 143 of 240 E. It is intended that the electrical system operate quietly with noise levels below the criteria recommended for the application by NEMA. Provide corrective action as required to reduce objectionable hum or vibration. Acoustically insulate between outlet boxes in common wall serving different rooms. F. The Drawings indicate diagrammatically the number and function of the conductors required for the conduit routing as shown. The Contractor has the option of changing the routing or combining circuits in one conduit run, providing the installation does not interfere with work of other trades, the system functions as intended,the ampacity of the conductors is derated in accordance with the NEC, and none of the loads require a dedicated circuit or isolated ground. Indicate actual conduit routing and conductor arrangement on record drawings. Neutrals for circuits serving non-linear loads are considered a current carrying conductor. G. Lighting and general purpose 20-ampere branch circuits may sha common neutral, provided each branch circuit is derived from a different phase leg. Isolat r 'I'll as well as circuits serving non-linear loads and those served with ground faul ' eakers must have their own neutral or isolated ground. Branch circuits serving comp,, - •Qi. I have a separate neutral for each circuit. Panelboards servings mostly computer loads sI .ve a double neutral feeder. H. "Home runs" are indicated on the Drawings wi s from the branch circuit outlets pointing in the general direction of the panelboards h ey conn:`., • plete with the panelboard and circuit designations. Continue"home ru s"to e designated .ne boards as though the conduit runs were shown in their entirety. PART 2-PRODUCTS <09/4 ` . .41 Iil.1' 2.01 PRODUCT REQUIREMENTS: l� Val A. Furnish only new�c.la roducts ^41 anufacturer regularly engaged in the production of said products. B. Suppo alk ts by servi r n ations with adequate spare parts inventory and personnel -14loca � ably close to th site. C. Where multiple units of the same type or class of products are required, provide all units of the same manufacturer. 2.02 PRODUCT HANDLING: A. Store products in the original containers and shelter in a suitable environment at an approved location. B. Make products readily accessible for inspections and inventory accounting. 2.03 PRODUCT SUBSTITUTIONS: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 144 of 240 A. For products specified by generic reference standard,select any product meeting such standard. B. For products specified by naming one or more products or manufacturers,select any named. Submit request for substitution of any manufacturer not specifically named and obtain approval prior to bidding. C. Provide all information required to support claim of"equality" of product proposed for substitution. Substitutions will be considered only if equivalent in quality, efficiency, performance, size,weight, reliability, appearance, and ease of maintenance to the specified product or manufacturer. D. Where approved product substitutions alter the design, space requirements, electrical requirements, connections, cooling loads, or etc., include all work necessary to provide a complete installation of quality equal to or better than that which would ha been achieved with products of manufacturers as specified. Cit) .1 2.04 PRODUCT APPLICATION: <6. A. Furnish products that are UL listed for their intend d environment. For example, use only rain tight products suitable for wet locations wto led outdoors or where indicated on the • Drawings to be weatherproof(WP). 43 PART 3-EXECUTION • 44.1S?PlilliP 3.01 MANUFACTURER'S DIRECTIONS: ` A. Handle, install, conne es Irmiloperate d cts, assemblies, and systems in accordance with manufacturer's reco ations. B. In case of co lictinggrr uiremen n the manufacturer's directions and the contract documents, in instructic .e proceeding with the work. • 3.02 INSPECTIONS: ` A. Arrange with the Administrative Authority for inspections of all work required and obtain approval prior to concealing or proceeding with the work. B. Give adequate notice before concealing any work for inspections by the Owner's representatives. Obtain instructions to proceed before concealing the work. 3.03 CLEANING: A. Keep the premises clean and free from debris, dirt, and etc. B. Upon completion of the work, clean and polish all fixtures, equipment, and etc. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 145 of 240 3.04 WORKMANSHIP: A. No person shall perform electrical work on the contract without possessing a Master orJourneyman License from the State Electrical Examiners Board.All electrical work and apprentice electricians shall be supervised by a Master or Journeyman Electrician on a one to one ratio. B. Perform all work in accordance with the best practices of the trade and provide a "neat" installation by technicians skilled in their respective trades and properly licensed. C. Accurately install conduit, and other equipment plumb, level, and true to line with runs parallel or perpendicular to building lines. Make bends or offsets uniform. D. Carefully perform all cutting, drilling, digging, and etc., and patch refinish the disturbed area to the condition of adjoining or similar surfaces in an approved m e . dnot cut any structural member without specific approval. Do not cut any electric anical lines that may be concealed. E. Conceal conduit in chases,furrings, or above ceili f • indicated otherwise. Flush mount equipment where shown in finished walls wher . 'b e. 3.05 FLAME AND SMOKE CONSIDERATIONS: 611111 lel I tisp • A. In ducts or other enclosures us transporting • o ntal air, including return air plenums above ceilings, use only prot c f rhi ing to UL composite classifications not exceeding 25 for flame spre for smo oped ratings, or install in conduit or approved enclosure. This requir en�a es to all is including signal cable insulation jackets, finishes, and etc. 1111 B. Completely s al penetllations ma.- :h fire and/or smoke rated walls,ceilings,floors, or other barriers fort ssage of c i a L listed material to preserve the fire/smoke rating of the barrier 4lIZ?3.06 COORDINATIO . A. Coordinate the electrical work with the work of related trades to avoid interference. Determine the exact route of conduit prior to fabrication and the exact location of each outlet and equipment enclosure prior to installation. B. Study the Architectural, Structural, Mechanical and Electrical Drawings, and Specifications including Shop Drawings and manufacturer's technical data sheets, and compare to actual site conditions and constraints. In case of conflicts or interference, obtain clarification or instructions before performing any work. C. Piping or equipment requiring slope or specific mounting elevations will generally have right of way City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 146 of 240 over conduit and other products whose elevations can be changed. D. Carefully plan the sequence of work as required to minimize disruptions and installation time. 3.07 EQUIPMENT CONNECTIONS: A. Make all required electrical connections to each item of equipment shown or specified including equipment furnished by Owner, and make operational. 3.08 PROTECTION REQUIREMENTS: A. Locate existing utility lines and adequately identify and protect during the execution of the work. B. Protect public and private property against damage. \•41 C. Protect all work including building finishes against damage . . t,water, chemicals,frost, heat, handling,theft, and etc. Keep openings in conduit and e r4t t closed with suitable plugs or caps during installation. D. Provide necessary warning devices, barricades, erings required for safety around exposed "live" parts or high temperature surfaces 3.09 CHASES AND OPENINGS: • +, A. Provide templates or details r h e Ad other qiiNgs required through floors,walls, ceilings, and etc.to accommodate c B. Provide any necessa g or drillin feuired openings, and patch and refinish as directed. 3.10 PAINTING: 11\ A. Painti sfl erformed i c nce with the painting section of these specifications. B. Paint conduit, equipment, and etc. exposed in finished areas to match adjacent surfaces as directed. C. Paint conduit flat black, or as directed, if visible through grilles or other openings. D. Paint all exposed conduit and equipment on outside of building or in equipment rooms for uniform appearance or identification as directed. E. Paint plywood backboards used for mounting equipment prior to installing equipment. F. Touch-up scratches in factory finished surfaces with an approved paint to match the surface. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 147 of 240 3.11 TESTING AND ADJUSTING: A. Test the completed electrical systems and prove free from short circuits, poor connections, and improper grounding. B. Maintain on the premises a first class voltmeter, ammeter, milli-ohmmeter, and meggar insulation tester in proper calibration and provide test measurements as required. 1. Meggar all 600 volt rated wiring at 1000 volts minimum before applying power. Prove resistance in excess of 10 megohms. 2. Test metal conduit and grounds for continuity and prove resistance less than one ohm to farthest outlet from system ground. 3. Test system ground to earth per the NEC. \•41 C. Align, adjust, calibrate, and test all systems to assure safe a Wr operation. D. Verify proper taps on motors and transformers for rattpc ormance. 3.12 POST CONSTRUCTION SUBMITTALS: C3C\ A. Deliver special tools, and other products ece ary for proper eration and maintenance of the electrical systems. ♦ B. Deliver spare parts as called r n r ?Mer Elect .`i't ions contained herein or on the Drawings. C. Submit Project Recor c, indicati ch nges from the Contract Documents made during construction. D. Submit Certi ates ofllinal Inspe m the Administrative Authority. E. Submi i and Maint n anuals covering all phases of equipment and systems pro :.Q: de complete s re parts data with current prices and sources of supply. Include copy o ufacturing data sheets and shop drawings required in pre-construction submittals. F. Submit extended warranties in excess of the standard one year warranty where required by other Electrical Sections contained herein or on the Drawings. G. Assemble all post construction documents for electrical system in 3-ring binder(s)with divider tabs labeled and properly indexed.Submit the number of sets and arranged as required by Architect. H. Submit all closeout documents in accordance with Division 1 of these specifications. 3.13 INSTRUCTIONS TO OWNER: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 148 of 240 I! A. Provide competent instruction to Owner's personnel covering operation and maintenance of all electrical systems. Provide specialized instruction by manufacturer's technical representatives when required. 3.14 USE OF EQUIPMENT: A. The contractor shall not use the permanent electrical system for construction activity except by special permission. B. If permitted,the contractor's use of any equipment shall not reduce warranty time specified for the equipment. C. If permitted, lamps, ballasts and other such items used during construction shall be replaced by the contractor prior to acceptance if used for more than 5%of theirIit d life. 3.15 GENERAL WARRANTY: toKCii A. Warrant the electrical installation against defects in p s and/or workmanship for a period of one (1)year from the date of substantial completi; aordance with architect's specifications. B. Provide all labor, replacement parts, services,t Aii- - ,.• tation, and incidental costs necessary for the proper operation of all electrical systems inite warrant\lp. •.d. C. Make good any damage to the building or nds or of r eq ipment resulting from defects in products and/or workmanship g the warrant io END OF SECTION 26 0100 <0 icil\ GROUNDING AND BONDING FOR ELE:O O.ALSYSTEMS 0 SECTION 26 05 2611414%lb 09 PART 1-GENERAL . 6 1.01 WORK INCLU r0 W :\ A. Equipment grounding and bonding B. System grounding C. Transformer secondary grounding 1.02 RELATED WORK: A. Section 26 0100 General Electrical Requirements B. Section 26 05 33 Boxes and Enclosures City of Fayetteville,AR , Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 149 of 240 1.03 SUBMITTALS: A. Submit certified test report of grounding electrode resistance. PART 2-PRODUCTS 2.01 GROUNDING ELECTRODES: A. Provide 5/8 inch x 10 feet"copperweld" ground rods and accessories as required to achieve proper system ground. 2.02 GROUNDING WIRES: A. Provide insulated grounding conductors and jumpers sized in a' .r.. with the NEC but no smaller than#12 AWG. Identify with continuous green ins .. • with green tape at each termination. � , PART 3-EXECUTION 3.01 INSTALLATION: A. Bond the entire metal raceway system inc g conduit, oxes, enclosures, equipment frames, motor housings,and etc. Syste be mechanic • i ctrically continuous throughout installation. ` ill B. Bond grounding cond or ti# duit at ti'ia ce and exit from that conduit containing only the grounding condu,e C. Install grounding] er .m -gill us ings to equipment grounding bars. Bond grounding bars and lug o house , except isolated ground is indicated. • D. Install ounding co c r all raceway systems. E. Bond ounding wires to each box and enclosure through which they pass, except where an isolated ground is indicated. • F. Where an isolated grounding (IG) system is indicated, maintain electrical isolation between the grounding conductors and the metal raceway system from the grounding terminals of IG receptacles back to the system grounding point. G. Install grounding electrode in accordance with the NEC. Prior to connecting to system, measure ground resistance under"normal dry weather" conditions. If the electrode to ground resistance is not less than 25 ohms, install additional grounding electrode as required by the NEC. H. Establish the system ground (grounding bar) at the service entrance. Bond this bar to all of the City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 150 of 240 following: 1. Metal raceway system. 2. Grounding conductors, including those for isolated grounding systems. 3. The service entrance neutral conductor. Keep neutral conductors isolated from ground throughout electrical system except at the system ground. 4. The grounding electrode. 5.' Domestic water service pipe. Provide grounding jumper across water meter connections. 6. The building steel including steel reinforcing in concrete foundations and steel frames as applicable. 7. Interior metal gas piping. I. Ground neutrals derived from dry-type transformers to building steel or domestic cold water pipe in accordance with the NEC, and bond to the metal raceway system. eepwneutral conductors isolated from ground throughout the transformer's secondary distributi s m except at the derived source. END OF SECTION 26 05 26 c RACEWAYS SECTION 26 05 31 PART 1-GENERAL C P‘ -41 SZ I I 1.01 WORK INCLUDED: <09/.11 A. Conduit and fittings /?11114119196C\&. B. W i rewaYs C. Sleeves 6 ♦ D. Seal<o\ S 1.02 RELATED WORK: A. Section 26 0100 General Electrical Requirements B. Section 26 05 32 Wires and Cables C. Section 26 05.51 Supporting Devices D. Section 26 05 53 Electrical Identification _ 1.03 SUBMITTALS: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10-Fleet Truck Wash Page 151 of 240 A. Submit Manufacturer's data sheets on each manufactured assembly such as special fittings, modular seals,fire-stop material, and etc. 1.04 QUALITY ASSURANCE: A. Use only materials that are UL listed for the application and that bear the UL label. PART 2-PRODUCTS 2.01 CONDUIT AND FITTINGS: A. Rigid Metal Conduit(RMC): w. 1. Heavy wall steel pipe, hot dipped galvanized inside an u , el with ends factory threaded prior to galvanizing (except at terminations). 2. Use only steel or malleable iron fittings. 3. Use box connectors with "biting"type lockn insulated bushings where wire is larger than#8 AWG. Provide approved watertig h in wet locations. 4. Use threaded couplings or approved ur. 5. Use factory elbows, long sweep ere •_ able. Pro ertight"LB"fittings with gasketed covers where required. • B. Electrical Metallic Tubing(EMT) th ters"condui \ plies to EMT): 1. Zinc electroplated in e out, ant i• readless ends. 2. Use set screw gill,- feeings where ro►: ed in walls, ceilings, etc., and use watertight and concrete t. h i. and ring - . .ion fittings where exposed or in concrete. 3. Use box actors with "b. i pe locknuts. Use insulated bushings where wire is larger than AWG. • C. Non- t\ duit(NMC): ;i111114' 1. edule 40 polyvinyl chloride (PVC) electrical conduit with smooth straight ends. 2. Use couplings and connectors of same material as conduit, and joined with solvent-cement specifically manufactured for the purpose. 3. Use only RMC or IMC elbows with PVC-NMC adapters. PVC-NMC elbows are not acceptable unless specifically allowed on the Drawings. 4.- Use PVC-NMC box connectors only where allowed, such as for floor boxes. D. Liquidtight Flexible Metal Conduit (LFMC): 1. Electroplated steel tubing with extruded PVC jacket equal to"sealtight." 2. Use steel or malleable iron LFMC box connectors with insulated throats and a threaded City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 152 of 240 grounding cone. F. Flexible Metal Conduit(FMC): 1. Electroplated steel tubing equal to"Greenfield." 2. Use steel or malleable iron FMC box connectors with insulated throats and of type that threads into conduit convolutions. G. Rigid Aluminum Conduit(RAC) 1. Heavy wall aluminum pipe with factory threaded ends. 2. Conduit and fittings shall comply with ANSI C80.5 Use factory elbows, long sweep where possible 2.02 WIREWAYS: ••1 Nal A. Provide wireways properly sized to accommodate the co .r or as shown on the Drawings. B. Provide wireways of code gauge steel with baked e nish. Furnish all necessary hardware and accessories. 2.03 SLEEVES: CP A. Provide Schedule 40 galvanized I pipe sleeves A t a commodate the outside dimension of conduit. ` B. Provide integral water V1 n sleeve de walls. 2.04 SEALS: 11\ A. Where cond enetrates r ane, provide flashing assembly or pitch pan as • recompier\ roofing ma a u r. B. Wher- •:uit penetrates outside walls, make watertight with approved sealant or provide modular rubber seal designed for the purpose. C. Use conduit sealing compound equal to "Ductseal" or use approved modular sealing fittings to seal between conductors and conduit where conduit passes from warm to cold spaces, as well as from the outside. • D. Use 3M "Fire Barrier" or non-shrinking grout to seal between the conduit and sleeve through fire/smoke barriers. PART 3- EXECUTION City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 153 of 240 3.01 CONDUIT APPLICATIONS: A. Use RMC for the following applications: 1. Above grade and exposed outdoors 2. Wet locations 3. Risers from under slab or underground, including underground elbows 4. Locations subject to mechanical injury. B. Use EMT for above ground, inside, dry locations not subject to mechanical injury. C. Use NMC for underground or under slab only. D. Use LFMC for the final connection to motors,transformers and o r adustable or vibrating equipment exposed in finished areas or installed in wet or dam c . E. Use FMC for the final connection to adjustable or vibrati 10'6 ent in dry, unfinished locations and to lighting fixtures and any other equipment in la ilings. Maximum length of any runs shall be six(6)feet except by special permission. ca 3.02 INSTALLATION: A. Size raceways for the number,AWG, and of conduc rs to e installed therein in accordance with the NEC, but no smaller th "for omeru ate' r branches. B. Install conduit in standard 1 gths exc e a shorter section is required. Make required field cuts squ- - aryii until a.. • s re removed. Field cut threads required for RMC shall be coated with . inc dust cont:'~a Ivanizing repair compound with high electrical conductivity. C. Make field b in EMT wi: a ved bending machine or device, and make free from kinks, dents, • •NI surfaces. IF. se ds in RMC are not allowed. Do not exceed 90° in any indi 01Sd nor exceed 36i°of total bends or elbows in any one conduit run. D. Maintain at least 6 inches clearance between conduit and hot piping or equipment. E. Where conduit crosses a building expansion joint, provide a junction box on each side of the joint and connect with a slack section of FMC, or provide approved expansion fitting with integral ground jumper. F. The diameter of conduit installed in structural slabs shall not exceed 20%of the thickness of the slab, and shall be installed as close to the center plane of the slab as possible. G. Provide sleeves for conduit through masonry or concrete walls,foundation walls, or concrete beams prior to laying up or pouring. Make wall sleeves flush with wall. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 154 of 240 H. Provide sleeves for conduit through structural slabs above grade prior to pouring. Make floor sleeves extend one inch above floor and seal watertight. For core drilled penetrations in existing floors, provide one inch angle rings or escutcheons set in sealant in lieu of floor sleeves. Where outlets serving different rooms are mounted back-to-back or side-by-side in the same wall, sound insulate the boxes from each other with batt insulation. If the boxes are connected to each other through conduit, seal the conduit(after wiring)with "Ductseal." J. The Drawings indicate diagramatically branch circuits and feeders required. Install conduit runs to accommodate the wiring requirements. 3.03 EMPTY CONDUIT SYSTEMS: A. Where indicated on the Drawings, provide empty conduit of type s specified herein for future installation of wire or cable. f" B. Leave fish wire or rope in conduit with proper labels atta ir"\\0 END OF SECTION 26 05 31 WIRES AND CABLES SECTION 26 05 32 PART 1-GENERAL 1.01 WORK INCLUDED: </i)( A. Power wiring and ns, 600 vol B. Control and al wiring and co 110 r • C. Misc e aterials 1.02 RELATED WORK: A. Section 26 0100 General Electrical Requirements B. Section 26 05 31. RACEWAYS C. Section 26 05 51 Supporting Devices D. Section 26 05 53 Electrical Identification City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 155 of 240 • 1.03 SUBMITTALS: A. Submit Manufacturers data sheets for fixture whips and for each type of wiring connector proposed for use. PART 2-PRODUCTS 2.01 POWER WIRING AND CONNECTORS: A. For service entrance,feeders and branch circuits, use single conductor annealed copper with 600- volt code type THHN insulation for above ground dry locations and dual rated THHN/THWN insulation for wet locations or underground or under slab locations unless noted otherwise. B. For lighting fixture whips, it is permissible to use code type MC ca will copper conductors and metal jacket with wire gauge and type complying with the NEC f wire. Maximum length of fixture whips shall be 6 feet and shall include integral green ' grounding conductor. C. Minimum wire size is#12 AWG except for fixture whi dere developed distance from panelboard to first outlet exceeds the following, i inimum size to#10 AWG. 1. 65 ft.for 120 volt circuits OIS111111' 2. 115 ft.for 208-240 volt circuits 3. 150 ft.for 277 volt circuits 4. 265 ft.for 480 volt circu' ` .4"" D. #12 and#10 AWG wire use (ng, rece nd other non-vibrating equipment may be solid conductor. All o •- wi cluding • c nnecting to motors,transformers, and special grounding systems s :: tranded con . E. Make splices requ in and#1e 00., wire with insulated "Scotchlok"connectors. F. Make splice ' Iwirree#8 A o er with approved crimp-on or bolted pressure connectors • with s - i It-on insul p . G. The vo and temperature ratings of the connector insulator shall be at least equal to that required of the conductor insulation. H. Furnish wire with color coding conforming to the following: Conductor 250V or Less 480V/277V Phase A Black Brown Phase B Red Orange Phase C Blue Yellow Neutral White Gray . Ground Green Green City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 156 of 240 Color coding may be solid or striped-colored insulation. Colored plastic tape may be used at terminations on#8 AWG and larger conductors with black insulation. 2.02 CONTROL AND SIGNAL WIRING AND CONNECTORS: A. Use stranded annealed copper conductors with insulation suitable for the purpose. i B. For applications, 50 volts and greater, use#14 AWG minimum size conductor with 600 volt insulation and approved for the application. C. For power limited wiring and less than 50 volts, use#18 AWG minimum size conductor except for multi-conductor cable recommended or required by the system manufacturer. D. For power limited wiring in air plenums, use type CLP, CMP or F oi?in conduit for signal, communication,or fire alarm, respectively. E. For power limited wiring not in air plenums or installeVicn n uit and used for fire alarm and detection systems, use type FPL. aLicli\ F. Make splices required in#14 through #1 i- ,, i• with in "Scotchlok"connectors. G. Make splices required in#16 AWG and s wire with sula ed crimp-on terminals screw connected to numbered termin ips, or use ap o‘ a e connectors. H. Provide RG-6 coax cable wit ' connec cable where shown. 2.03 MISCELLANEOUS MATERIALS: KanOroof IIP A. Where requi d, use ire lubrica . •:pound suitable for the wire insulation and conduit and that doesno den nor b e sive. Do not use on wiring for isolated power systems. B. Use iff# e that is flame r ardant and cold and weather resistant equal to Scotch#33. PART 3-EXECUTION 3.01 INSTALLATION: A. Thoroughly clean conduit prior to pulling-in wires. Do not install wire until the raceway can be maintained in a dry condition. B. Use non-metallic pulling ropes attached to the conductors by means of woven basket grips or pulling eyes. Pull all conductors for a conduit run in together in such a manner as to avoid damage to the conductors, insulation, or conduit. d City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 157 of 240 C. Neatly trim and nest multiple conductors and cables in boxes and enclosures and hold in place with "tie-wraps." Where conductors terminate in panelboards, arrange conductors to be perpendicular or parallel to circuit breaker line-up. D. Make splices and terminations mechanically and electrically secure. Splices shall only be made in a suitable accessible junction box. E. Where multiple paralleled conductor make-ups are indicated on the Drawings for large feeders, the conductors shall be identical in length,gauge, code type, and etc., and shall be terminated exactly alike. END OF SECTION 26 05 32 BOXES AND ENCLOSURES cl>.1 SECTION 26 05 33 PART 1-GENERAL 1.01 WORK INCLUDED: A. Junction and pull boxes CP‘ B. Outlet boxes • C. Enclosures (09/ 1.02 RELATED WORK: (174c4\ A. Section 2 -- 6 0100 er ectncal R +;�cents B. Section 26 0 Wires and• e C. Sect.•� . �9►51 Supporting D ices D. Section 26 05 53 Electrical Identification 1.03 SUBMITTALS: A. Submit Manufacturer's data sheets on special enclosures. PART 2-PRODUCTS 2.01 JUNCTION AND PULL BOXES: A. In dry locations, provide boxes of code gauge steel with galvanized or baked enamel finish and with City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 158 of 240 bolted or screw attached covers. B. In damp or wet locations, provide cast metal type FS or FD boxes with gasketed covers. For underground locations, provide Quazite composition type boxes with watertight gasketed covers. 2.02 OUTLET BOXES: A. In dry locations, provide outlet boxes of code gauge galvanized steel. Install concealed outlet boxes so that work is flush with finished surfaces with no gaps. B. In unplastered masonry walls, use 3 1/2" deep solid or sectional type boxes with square corners. C. For empty conduit system outlets, provide 4" square boxes with single gang adapter ring unless noted otherwise. \it'll D. For surface mounted lighting fixtures and equipment, provi agonal boxes with rings except where smaller boxes are required for fixtures or equipm . • E. Provide Hubbell PFBRG boxes for floor outlets. Fu flush bronze cover with flip lids or concentric plugs as applicable. Provide type of ompatible with floor finish. F. Provide galvanized extension rings, plas r rin ,fixture studs, nd etc. as required by conditions. G. In damp or wet locations, provi st metal •type ♦�F xes with gasketed covers and watertight flip lids as require d i . ` 2.03 ENCLOSURES: / ics\ A. Provide code gau t7ra. closures %la ed enamel finish as manufactured by Hoffman to facilitate the stallati of multi .onents such as small motor starters, contactors, equipment cols, and et B. Fur ' °�_:1�inged door and ptive fasteners. PART 3-EXECUTION 3.01 INSTALLATION: A. Properly size boxes in accordance with the NEC to accommodate the number and size of conductors and conduits entering the boxes. B. Size enclosures to adequately accommodate the equipment with space for wiring and maintenance. C. Provide junction or pull boxes to facilitate pulling or splicing of conductors so that no one conduit run will exceed the allowable bends of 360°. City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 159 of 240 D. Outlet boxes installed in structural slabs shall be of the proper depth to avoid bends in conduit from the center plane of the slab. E. All boxes shall be accessible at all times. Provide approved access panels where required to maintain accessibility. F. Close any unused knockouts or openings in boxes or enclosures with suitable caps or covers. G. Wall switch boxes for room lights and other devices shall be installed within 8 inches of door jamb except by special permission. END OF SECTION 26 05 33 WIRING DEVICES \,*1 SECTION 26 05 34 PART 1-GENERAL 1.01 WORK INCLUDED: 4� A. Wall switches B. Receptacles 4<0(1/ C. Cover plates '<"\ 41SrliiP D. Power poles I\ E. Lighting con s • 1.02 RELATED WOR A. Section 0100 General Electrical Requirements B. Section 26 05 32 Wires and Cables C. Section 26 05 51 Supporting Devices C. Section 26 05 53 Electrical Identification 1.03 SUBMITTALS: A. Submit Manufacturer's data sheets on each type of device proposed for use. City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 160 of 240 PART 2-PRODUCTS: 2.01 WALL SWITCHES: A. Provide single pole, double pole,three way,four way, pilot light, and etc.,toggle or key operated as indicated on the Drawings. B. Furnish switches of the mechanically silent type rated for 120/277 volts, 20 amperes,with fluorescent or incandescent loads. Use high capacity silver alloy for switch contacts. C. The color of switch handles shall be as directed by the Architect. D. Furnish switches equal to Hubbell Specification Grade Series HBL 2 switches with screw terminals cii s and an approved grounding device. 2.02 RECEPTACLES: c(6* A. For general use convenience receptacles, use NE , back and side wire, equal to Hubbell Specification Grade Series HBL 5352 for duplex :L 5251 which is a NEMA 5-15R for simplex receptacle. VP B. For ground fault circuit interrupter(GFCI) tacles, us NE 5-20R, back and side wired with test and reset push buttons. Se point at • 5 m a C r nt. Furnish device equal to Hubbell specification Grade Series GF 3 2. C. Where hospital grade - ep are indi - us NEMA 5-20R,with back wired terminals and a steel central support : A -cross the fac-ritify all hospital grade receptacles with a green dot on the face and Uelr-- .s such. • . E e Arrow Hart Series 8300. D. Where safet e receptac re cated, use NEMA 5-15R,with back wired terminals and a mech.•'c ck device t re e inserting object into only one terminal. Furnish device equal to A .l TR82. E. Where isolated ground receptacles are indicated, use NEMA 5-20R with ground terminal isolated from mounting plate. Identify isolated ground receptacles with an orange triangle on the face and UL labeled as such. Furnish device equal to Hubbell Series IG 5362. F. Where clock hanger outlets are indicated, use NEMA 5-15R Specification Grade equal to Hubbell Series HBL 5235. G. For special purpose receptacles for appliances or other equipment, provide NEMA type compatible with plug configuration of appliance. Furnish Specification Grade or better. H. The color of receptacle face plates shall be as directed by the Architect unless shown otherwise. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-1410— Fleet Truck Wash Page 161 of 240 Furnish emergency power receptacles with red face plates. 2.03 COVER PLATES: A. Furnish cover plates equal to Leviton 860 Series plastic of color to match device face unless shown otherwise or Leviton 840 series in 302 stainless steel where indicated. Nylon cover plates will not be allowed. B. Gang groups of wall switches and/or receptacles installed in multi-gang boxes under one continuous cover.Wall dimmer switches shall not be ganged unless otherwise indicated on drawings. C. For outdoor or other wet location receptacles subject to long term or permanent continuous unattended use, provide weatherproof enclosure,the integrity of which is not compromised when the attachment plug is inserted, per NEC 410-57 (b). Cover shall IN;:i:plu to Carlon E9U Series. PART 3-EXECUTION eXcli 3.01 INSTALLATION: A. Adjust switches and receptacles to mount flus umb. B. Provide cover plates that fit the devices cure and complet cover wall openings. Properly fill and patch oversized wall openings. For o r recepta es, p vide covers with orientation to match receptacle installation, i. , rtical covers f rti eceptacles and horizontal covers for horizontal receptacles. C. Properly identify red e••-rg7 ower re le with plastic nameplates or directly engraved in the red cover plate. I e with the lettMERGENCY" and the "panelboard and circuit number"supplyinIe D. For outlets pty cond s such as telephone, television, computer terminals, and etc., r plates c. ,".a . with outlet and cable/connector to be installed. Provide bla• elates on all unu• -d outlets. END OF SECTION 26 05 34 SUPPORTING DEVICES SECTION 26 05 51 PART 1-GENERAL 1.01 WORK INCLUDED: A. Anchors City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 162 of 240 B. Hangers and supports C. Plywood backboards D. Concrete bases 1.02 RELATED WORK: A. Section 26 0100 General Electrical Requirements B. Section 26 05 32 Wires and Cables C. Section 26 05 51 Supporting Devices D. Section 26 05 53 Electrical Identification �.1 Nami 1.03 SUBMITTALS: <6. A. Submit for approval Contractor's shop drawings in n hape and dimensions of plywood backboards and concrete bases when necessar arity and coordination with other trades. PART 2-PRODUCTS: 2.01 ANCHORS: A. Size anchors for minimum s or of tw commended load. Use only corrosion resistant materials. B. In new concrete, ma ble iron i i ; set prior to pouring concrete. C. In existini c to or solid o se Phillips"Redhead" expansion shields or Elcen self-drilling expan . Use powe i n asteners only for light loads and with specific approval. ith D. In hol . asonry, use steel toggle bolts. E. On structural steel, use approved beam clamps or direct weld. F. In wood, use wood screws or lag screws or through-bolt with nuts and washers. G. In sheet metal, use self tapping sheet metal screws or machine bolts with washers and nuts. H. In bar joists, use threaded hanger rod between bottom angles secured with washers and nuts. 2.02 HANGERS AND SUPPORTS: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 163 of 240 A. For multiple conduit runs, use trapeze hangers consisting of P-1000"Unistrut" channels with pipe clamps and steel hanger rods where suspended. Anchor"Unistrut"to wall where multiple runs are wall mounted. B. Support individual conduits with malleable iron one-hole conduit clamps, steel two-hole pipe straps, or split ring steel conduit clamps. Wire, perforated iron strap, or steel one-hole clamps will not be acceptable. C. For free standing boxes and enclosures, provide steel angle frame constructed to prevent any strain on conduits entering box. D. Support conduit through floors with steel riser clamps. E. Support conduit on flat roofs with 4"x4"x2' redwood blocks with el straps loosely clamped to conduit, or a pipe supporting assembly approved by the roofin a cturer. F. Support outlet boxes occurring in lay-in ceilings with app Jr :r hangers clamped to ceiling grid to prevent any weight from bearing on ceiling tile. \o, G. Where hospital grade receptacles or multi-gan : boxes occur in metal stud walls, provide "caddy bar" hanger spanned between stI — h outle '+ -curely bolted to bar hanger. Single outlet boxes may be attached to t e ste I stud with ap. •ved spring steel brackets. H. Support lighting fixtures and othquipment loc \ n y- n ceilings with#12 gauge galvanized steel hanger wire attached t I. o )) orners . I. Support conductors in -rticol eways w'.• r ved split-wedge type cable supports. Support multiple conductors 0:iproved cable S is and "tie-wraps." J. Where calle or on tN!drawing communications cable supports equal to B-line 4" cable hooks with latch retairittip • 2.03 PLYWOOD B A !('.' 'D6: W A. Use softwood plywood conforming to PS-1 of the American Plywood Association for the intended application. Generally, provide 3/4"thickness for backboards. 2.04 CONCRETE BASES: A. Provide concrete bases for floor mounted equipment indicated on the Drawings and all exterior equipment mounted on grade. Use proper cement/sand mix to achieve strength of 3000 psi after 28 days. B. Provide steel reinforcing bars as required and provide proper ties and support during pouring. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 164 of 240 C. Provide properly sized anchor bolts held in position with templates. Where anchor bolts cannot be held in sufficient alignment, provide adjustable bolts in pipe sleeves. PART 3-EXECUTION 3.01 INSTALLATION: A. Install anchors in accordance with manufacturer's recommendations but sized to accommodate at least twice the actual load. Oversized holes that may weaken the installation will not be acceptable. B. Support all boxes and equipment enclosures directly by the building structure independently of the conduit. C. Support conduit independently by the building structure at intervals complying with the NEC. Do ' not support conduit from piping, ductwork, or suspended ceiling gers. D. Support conduit without sagging to provide drainage of conde iq E. Permanently and securely support conduit, boxes,and e before installing any wiring. F. Provide plywood backboards for all equipment m. • . masonry or concrete walls. Provide backboards for any type wall for installation of ' e enclosures or products such as contactors, timers, motor starters, automatic contro l- .>e equip nd etc. Generally, size backboards to accommodate the equip ent p s a 3" border all sides. G. Establish sizes of concrete base uired to acco ;• '.a quipment. Generally, make bases extend 3" larger than equipn o a siJes. Prigs,'. ring on existing slab,set steel re-bar dowels in holes drilled in exi ' I for prop 7174rage of base. Install near each corner and at other intervals not to ee41•2 . ches. Tr fin sh and rub smooth. Form edges with 3/4" chamfer. END OF SECTION 26 05 51 I\ ELECTRICAL IDENTIFIC IC6ii°1111941QS SECTION 26 05 53 PART 1-GENERAL 1.01 WORK INCLUDED: A. Equipment nameplates B. Name tags C. Circuit directories D. Utility marker tape City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 165 of 240 E. Self-adhering labels F. Wire markers 1.02 RELATED WORK: A. Section 26 0100 General Electrical Requirements 1.03 SUBMITTALS: A. Submit for approval, Manufacturer's data sheets on each manufactured identifying device. B. Submit for approval, a schedule of nameplates to be affixed to ea item.. 1.04 QUALITY ASSURANCE: 411) A. Approved manufacturers are Seton and Brady. PART 2-PRODUCTS „F 2.01 NAMEPLATES: • A. Identify each major component controller(ex ig witches) as it is named on the Drawings with engraved nameplates fr ainated eets equal to Seton Style 2060. 1. Furnish with w•' e le't on black ro nd except for other color coded requirements. 2. Provide ap r.: size namepla th information easily readable. Generally,furnish 3/4" high es - -s with 3/1% ers for major equipment such as switchboards, pane oards, nsformer-iy• " high nameplates with 1/4" letters for minor equipment such .sconnect s .ntactors, starters, emergency power receptacles and etc. B. Ide \ocation of each nderground utility by providing an engraved brass nameplate equal to Set le EBS permanently attached on the outside wall directly above conduit where it enters building. 1. Furnish 1" high nameplate of.025" or greater thickness. 2. Indicate the type of utility such as "electric service entrance" or"telephone service entrance." 2.02 NAMETAGS: A. Identify each outlet box of empty conduit system by affixing a write-on vinyl name tag equal to Seton Style PTOB to each end of pull wire installed in each conduit. Indicate purpose of empty outlet box such as "telephone"with location of pull wire termination such as "main terminal board." City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 166 of 240 B. Identify conductors terminated in junction box or outlet box intended for future connection. Provide write-on vinyl name tags indicating panelboard and circuit number or location of source. 2.03 CIRCUIT DIRECTORIES: A. Fill out circuit directory cards for cardholder slots inside panelboard doors. Provide typewritten directory indicating function and location served for each circuit used. B. Identify undesignated spare circuit breakers by writing the word "spare" in soft pencil in the blank for that circuit number. Leave blank the description line for uninstalled circuit breakers (spaces). C. Identify circuits feeding battery backup emergency or exit lighting fixtures. 2.04 UTILITY MARKER TAPE: �41 A. For all conduit or direct burial cable installed undergroun : tside of building, provide continuous plastic tape directly above underground s I B. Provide orange or red tape with contrasting let regular intervals equal to Seton No. 210 Series. C. For multiple underground conduit runs, p ' e two stri of m rking tape; one over each outside conduit. ` <09/.1 2.05 LABELS: ,4 , lc\ A. Identify each junctio igpF :nd conduit ex e in equipment rooms or accessible above lay-in ceilings or behindes -.ors with ,.. nent self-adhering orange labels equal to Seton "Opti-Code."• ' B. Indica - vot ass such as1P' volts" or the type of signal cable installed therein such as "tel:.' . 1. 2.06 WIRE MARKERS: A. Provide permanent self-adhesive wire markers on each conductor in panelboards or other equipment enclosures. B. Indicate the circuit number or terminal number to which the wire is connected. PART 3-EXECUTION 3.01 INSTALLATION: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 167 of 240 A. Attach nameplates with approved adhesive on plastic surfaces and factory baked enameled surfaces only. Attach nameplates with proper screws on all other surfaces. B. Where shown, identify emergency system receptacles as to panelboard and circuit number supplying them. C. Install nameplates identifying utility service entrance 6" above finished grade. D. Attach name tags to pull wires or conductors with nylon cord or other approved method. E. Install typewritten circuit directories in appropriate card slots. F. Install continuous strip of utility marker tape 12" above conduit or direct burial cable it is identifying. Do not backfill to grade until tape installation is approved. G. Install identifying labels on conduit where it enters or leave r floor and at other intervals not to exceed 20 feet. H. Install wire markers so that information is easily vi • \IS END OF SECTION 26 05 53 CF) DISCONNECT SWITCHES <Oil ` li:cr4P SECTION 26 18 13 4� PART 1-GENERAL 1.01 WORK INCLUDED: A. Fused d' ed discon s it es 1.02 RELATED WOR . A. Section 26 0100 General Electrical Requirements B. Section 26 05 32 Wires and Cables C. Section 26 05 51 Supporting Devices D. Section 26 05 53 Electrical Identification 1.03 SUBMITTALS: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 168 of 240 A. Submit Manufacturer's data sheets on each type of disconnect switch proposed for use. PART 2-PRODUCTS 2.01 DISCONNECT SWITCHES: A. For applications requiring 30-1200 amperes rating or for any two or three pole application, provide NEMA type "HD" (heavy duty) horsepower rated disconnects with enclosures suitable for the applications, such as NEMA 3R for outdoor installations. 1. Provide interlock to prevent door operating with switch in "ON" position. 2. Furnish with grounding block. 3. Provide for padlocking switch in "OFF" position. 4. Furnish with terminals UL listed for 75°C wires. 5. Provide Class R,J, or L fuse provisions as applicable for f s'tches. Provide feature to reject Class H fuses. 6. Furnish with factory baked enamel finish. <6. B. For fractional horsepower 120 volt motors with in erload protection, as well as other 120 volt equipment protected at 20 amperes or les ecification grade single pole switch in outlet box with minimum ratings as follows: 1. Horsepower rated for one horsep • feillittP 2. 120/277 AC volts 3. 20 amperes <09/ &+'. PART 3-EXECUTION 0)# 0411(4\ 3.01 INSTALLATION: 1\ A. Provide disc ct switch f c d appliance or motor load indicated on the Drawings or requir-•t C. Install c n ight of and within 50 feet maximum of equipment it serves. IIPAi B. Install "' pere rated switches with center 4 feet above floor. END OF SECTION 26 18 13 SURGE PROTECTION DEVICES SECTION 26 23 01 PART 1. GENERAL 1.1 SECTION INCLUDES City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 169 of 240 A. SPDs for electrical power service at the Main Switchboard and Distribution Panels B. Provide external SPDs where possible. 1.2 SUBMITTALS A. Submit under provisions of Section 26 0100. B. Submit shop drawings of catalog data with complete description of materials and performance data. C. Submit a single impulse surge current test report issued by a nationally recognized testing facility & an ANSI/IEEE Category C3 (20KV, 10KA) life cycle test report.The test reports should demonstrate that each SPD unit can withstand, in its installed configuration, th s ecified values (up to 200K transient amps per mode) without failure of any internal compon MSVs, wiring, printed circuit board,fusing and disconnect). Zfr*D. Substitutions are permitted as long as they meet the s e . requirements. it 1.3 COMPLIANCE REQUIREMENTS ENS\ A. UL 1449, 3rd Edition listing as a Type 1 SP hWKA nomi arge current. B. UL 1283 listing for EMI/RFI filters PART 2. PRODUCTS 40%(1/1si,„ 2.1 MATERIALS AND EQUIPMEN 4� 0 A. Raceway and Fitting I teel Gond. specified in other sections. B. 4 i able`: Si ctor Type THHN, stranded copper, as specified in other yb secti sArs�\ C. Ire for Main Switchboard (>1200 amps): SPD shall protect in all seven modes for a wye configuration (L-N, L-G, all phases & N-G). Tested surge current capacity of 200,000 amps per protection mode (L-N & L-G). SPD shall be a Current Technology Model CGP200. Use a 100-amp breaker in the panel for connection to the bus. D. SPD for Main Switchboard (400A— 1200A): SPD shall protect in all seven modes for a wye configuration (L-N, L-G, all phases & N-G). Tested surge current capacity of 150,000 amps per protection mode (L-N & L-G). SPD shall be a Current Technology Model CGP150. Use a 100-amp breaker in the panel for connection to the bus. E. SPD for Main Switchboard (<400A): SPD shall protect in all seven modes for a wye configuration (L- N, L-G, all phases & N-G). Tested surge current capacity of 100,000 amps per protection mode (L-N City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 170 of 240 & L-G). SPD shall be a Current Technology Model CGP100. Use a 100-amp breaker in the panel for connection to the bus. F. SPD for Branch Panel: SPD shall protect in all seven modes for a wye configuration (L-N, L-G, all phases & N-G).Tested surge current capacity of 60,000 amps per protection mode (L-N & L-G). SPD shall be a Current Technology Model CGP60. Use a 60-amp breaker in the panel for connection to the bus. G. Each SPD unit shall be capable of surviving at least the following Category C3 (20KV, 10KA) impulses without failing or degrading the UL 1449 surge suppression rating more than 10%: Main Switchboard (>1200A) 6,500 impulses Main Switchboard (400A- 1200A) 5,500 impulses Main Switchboard (<400A) 4,500 impulses 6,, Branch Panel 3,500 impulses etH. Diagnostic Monitoring System: Each SPD shall include alarm system, Form C Contacts, a surge counter and phase indicator lig 2.2 WARRANTY 0 A. The SPD system shall have a FIFTEEN YEARit produc warr ty from date of shipment against transient failure, when installed in c mpliance with a.p . national/local electrical codes and manufacturer's installation manu . ` PART 3. EXECUTION. o�� os3.1 INSTALLATION A. Install in strict acco nce wit the ma to u 's printed instructions. • .41A\ ISelliliP B. Have .` . .ry-authorized representative inspect installation and verify that the SPD system is working to factory specifications before building final inspection. C. The contractor shall fire seal all raceway openings between each SPD and the electrical gear it is protecting to prevent any air born particles from migrating to the electrical gear. D. Do not perform insulation resistance tests of the distribution wiring equipment with the TVSS installed. Disconnect before conducting insulation resistance tests, and reconnect immediately after the testing is over. END OF SECTION 26 23 01 City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 171 of 240 CIRCUIT BREAKER DISTRIBUTION PANELS SECTION 26 2413 PART 1-GENERAL 1.01 WORK INCLUDED: A. Distribution panelboards rated 225 through 1200 amperes. B. Circuit breakers and accessories. 1.02 RELATED WORK: A. Section 26 0100 Electrical Requirements caljoit.1 B. Section 26 05 51 Supporting Devices C. Section 26 05 53 Electrical Identification irl\\Sebt' D. Section 26 05 26 Grounding CPN 1.03 SUBMITTALS: • 41S?Pillill'' A. Submit Manufacturer's data e is o .)ch pane .. c and each type of circuit breaker proposed for use. Submit schedule o v name p : panelboard circuit directories. 1.04 QUALITY ASSURANCE: Of A. Approved M- ufactur'�r's are Sq '- semens, G.E and Cutler-Hammer for comparable and competitive 4 ,4 uct lines a li -. Additions to existing panelboards shall be made with circuit • break . .. %•ssories fro e a e manufacturer as the existing panelboard. 4z? PART 2- PRODUCTS 2.01 PANELBOARDS: A. Furnish with distributed phase sequence type bussing with approved plating. Provide circuit breaker connections as scheduled on the Drawings. B. Furnish with wiring terminals UL listed for 75°C and for copper wire. C. Enclose bus assembly in galvanized steel cabinet of required gauge and gutter sizes. D. Provide "dead front" construction of code gauge steel with flush doors, concealed hinges, and flush City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 172 of 240 cylinder tumbler-type locks. Key all panelboard locks in the building alike and also key like any existing panelboards where possible. E. Provide fronts of same size as the cabinets. F. Provide solid neutral terminal block that is isolated from the cabinet unless used for a service entrance panelboard. G. Provide a grounding terminal block that is bonded to the cabinet plus an additional isolated block if used for an isolated grounded panelboard. H. Furnish panelboards with either a main circuit breaker(MCB) or main lugs only(MLO) as scheduled on the Drawings. \0.1 I. Provide molded case circuit breakers of quick-make, quick- rmal-magnetic type with trip indication and common trip on all multi-pole breakers. J. Provide UL listed HACR type circuit breakers for H q ment marked for use with HACR type circuit breakers. 0 K. Where shown, provide shunt trip type ci uit eakers with co clearing contacts and auxiliary relays as required. ♦ Asia,,, L. Rate each panelboard in acc nc 't111UL Stan.: 6` i for the integrated equipment short circuit rating indicated on the pan es. Whe' ' 1"s provided, each branch breaker shall have the required interrupt'•.• caaa ' (AIC). : qay se provided with lower rated AIC branch breakers as long as t 111) -cognized an.Orsi•. combinations of the series connected interrupting ratings meet the r1ire ' tegrated ,gb,ment short circuit rating indicated on the panel schedules. M. Panelb•re equal t u e type I-Line with circuit breaker types compatible with mo �($r,\gement,trip ra 'rigs, interrupting capacity, and etc. PART 3-EXECUTION 3.01 INSTALLATION: A. Where floor mounted, mountanelboards on concrete housekeeping pad. p p g B. Support and identify as specified in "Related Work", Paragraph 1.02 contained herein. END OF SECTION 26 24 13 City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 173 of 240 i LIGHTING SECTION 26 50 00 PART 1-GENERAL 1.01 WORK INCLUDED: A. Work under this section includes furnishing and installing the following: 1. Interior and exterior lighting fixtures with lamps, ballasts, accessories and mounting hardware. 2. Exit signs and emergency lighting units with lamps, battery including automatic charger, controls, accessories and mounting hardware. 3. Exterior fixture poles including mast arms, brackets, anch oltt, concrete bases, accessories and mounting hardware. 1 B. The term "fixture" in this section shall pertain to lighting � .r luminaires. 1.02 RELATED WORK: r — A. Section 26 0100 General Electrical Requi e IMP B. Section 26 05 31 Raceways • 44:SrIIIIIP C. Section 26 05 32 Wires and (VI ` D. Section 26 05 51 Sup in ces for E al ystems 1.03 SUBMITTALS: A. Submit manihikurer's pro., .a eets on each fixture scheduled, arranged in order of fixture designs ete with th ire .w g: 1. ription of fixture including dimensions, materials,finishes and verification of indicated parameters. State total connected fixture watts and power factor. 2. Ballast manufacturer and model including electrical and energy efficiency data. 3. Lamp manufacturer and model number with ANSI code including rated watts, lumens, lamp life and color temperature. 4. Photometric data of fixture assembly with lamp/ballast combination as specified. B. Submit schedule of extra materials as required in paragraph 1.06 below including quantities of each type to be furnished to the owner upon substantial completion. 1.04 QUALITY ASSURANCE: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 174 of 240 A. All fixtures shall be listed and labeled as defined in article 100 of the NEC by a testing agency acceptable to the authorities having jurisdiction and marked for its intended use. Fixtures installed in damp or wet locations shall be listed and labeled as such. B. The manufacturer shall have a qualified responsive service organization with a proven record of successful in-service performance and contractor support during installation and warranty period. 1.05 SPECIAL WARRANTY A. Submit a warranty, mutually executed by manufacturer and installer agreeing to replace defective materials or workmanship within five (5)years from date of substantial completion for the items specified below. This warranty is in addition to, and not a limitation of other rights and remedies the owner may have under the Contract Documents. 1. Electronic ballasts \,4N 2. Rechargeable batteries 3. Metal parts exhibiting corrosion 4. Metal or plastic parts exhibiting color fading,No , cracking or peeling. B. Replace any and all lamps, ballasts and fuses th:: ithin twelve(12) months from date of substantial completion. This is in additio t : i ck of"E terials" described below. 1.06 EXTRA MATERIALS •ziow A. Furnish and deliver to the 0 e e r materials rt. g the installed products as described below, packaged for storag r erly lab ribing contents. Furnish at least one of each type and rating. 1. Lamps: 5 f ac 0 of eac,.00 and rating installed. 2. Balla s: 1 for ch 100 0 : i.e and rating installed. 3. Glas lastic lens d r` rs: 1 for each 100 of each type and rating installed. • PART 2-PRODUCTS4R?\ 2.01 FIXTURES AND COMPONENTS: A. Comply with the following.UL Standards as applicable: 1. UL 8750 LED Lighting Fixtures 2. UL 1572, High Intensity Discharge Lighting Fixtures 3. UL 1571, Incandescent Lighting Fixtures 4. UL 1574,Track Lighting Systems B. Fixtures shall be furnished with all mounting and suspension accessories, brackets, covers and hardware for a complete operating installation in the intended location and mounting City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 175 of 240 configuration. C. Metal parts shall be corrosion resistant and shall be rigidly formed and supported to prevent warping and sagging. D. Doors,frames and other access trim shall be smooth operating,free of light leaks and capable of relamping without tools. 1. Provide spring loaded latches for fluorescent troffer doors. 2. Design to prevent doors,frames, diffusers and other components from falling accidentally during relamping or under operating conditions. 3. Use resilient non-hardening gaskets to seal damp or wet location fixture doors or to prevent light leaks. \e'S E. Sheet metal surfaces required to be painted shall be painte. . .brication using non-yellowing, non-fading paint. Reflecting surfaces shall have minimu - a .nce values as follows: 1. White surfaces: 90 percent \P 2. Specular surfaces:95 percent N- 3. Diffusing specular surfaces: 85 p tO F. Lenses, diffusers, covers and globes shal e 1 percent virgi cry is plastic or annealed crystal glass. • 4. 1. Plastic diffusers shall ig I h'istant t.taiNing or other changes due to aging, exposure to heat an - olet radi. 2. Nominal lens t " kne�is fluores • o'ers shall be .125" minimum. OP G. Indirect fixtures s be igned for % rm brightness on the ceiling and free from "hot spots" when install in acco ance wit cturer's recommendations. Optical efficiency of indirect fixtures hall 5 percent e • H. Wir VANnnectors within e fixture shall have insulation suitable for the voltage, current and tempe IF e to which it will be subjected. Lamp sockets shall comply with UL 542. 2.02 LED LIGHT FIXTURES: A. General requirements shall include the following: 1. Comply with UL 8750, LED LfIGHT FIXTURES. 2.03 HIGH INTENSITY DISCHARGE(H.I.D.) LAMP BALLASTS: A. General requirements shall include the following: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 176 of 240 1. Comply with UL 1029, High Intensity Discharge Lamp Ballasts. 2. Magnetic constant wattage autotransformer(CWA)type or regulator, high power factor type unless scheduled otherwise on the drawings. If pulse start type is scheduled, it shall specifically match the lamp supplied. 3. Contain no PCB's. 4. Open circuit operation will not reduce average life. S. Reliable operation in temperature environments from -200 F to 13011F. 6. Power factor of greater than 90 percent. 7. Universal voltage taps to field adapt to the available voltage. 8. Sound rating"A"for interior fixtures and "A or B"for exterior fixtures. B. Auxiliary, instant-on quartz system, where scheduled on the drawings, shall have the following features: ffirioe% 1. Automatically switch quartz lamp on whe ' is initially energized and after momentary power outages occur. 2. Automatically turn off quartz lamp Alitsio mp reaches approximately 60 percent full light output. 3. Power for quartz lamp shall b- _ . ied from ballast assembly regardless of ballast rated input voltage so that separ u V power . 's not required. C. Instant restrike device,where scheduled e drawin shall aintain ignitor with a self- • contained rechargeable battery eci fled abov ns restarting after power outage. 2.04 LAMPS: <0 ici\ A. General requirement,{ , .e the flowing 1. Com y with A rd C78 series applicable to each type of lamp. 2. Comply wi e o es including current revisions. 3. •` amps of sp ie t pe shall be the product of a single manufacturer. 4. R70) All lamps use in same area shall have similar color temperature unless scheduled rwise on the drawings. B. EXIT SIGNS: A. Furnish with the following features: 1.Comply with NFPA 101, Life Safety Code. 2.Comply with local requirements on sign color and letter size. . 3.Directional arrows as required by conditions. 4.Internally lighted signs shall use light emitting diodes (LED) lamps with 70,000 hours minimum rated lamp life. B. Emergency power units shall have the following features: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 177 of 240 1. Comply with UL 924, Emergency Lighting and Power Equipment. 2. Sealed maintenance-free nickel cadmium battery for minimum of 90 minutes of emergency operation without utility power. 3. Integral automatic two-rate battery charger. 4. Sealed transfer relay,test switch, indicator light and electronic controls to switch to battery supply when supply voltage drops to below 80%of nominal. 2.05 EMERGENCY LIGHTING UNITS: A. Self contained emergency lighting units shall have the following features: 1. Comply with UL 924, Emergency Lighting and Power Equipment. 2. Sealed maintenance-free battery with 1 ear nominal life and 5 year warranty. Size for minimum of 90 minutes operation. 3. Automatic two-rate battery charg- i aled transfer relay. 4. Test switch, indicator lights and I•'$) is controls to turn on lamp(s) when supply voltage drops to below 80%of ritt I. urn off lamp(s)when battery voltage approaches deep discharge level. toNc\ 2.06 POLES: A. General requirements are as follows: • 41S?IiiiiiP 1. Comply with AASHT -1 S Aard Sp ‘ns for Structural Supports for Highway Signs, Luminaries an i ignals. 2. Steel poles,w -. sc.- d, shall y ith ASTM A500, Grade B, carbon steel with minimum yie 1 '• .,000 psi. 3. Aluminum les, ere sche-1 s all comply with ASTM B 429, Standard Specifications of Al inum- oy Extru• • ural Pipe and Tube. Use 6063-T6 alloy for poles 16' or lis. 5052-H34 c.- rming to ASTM 13209 for poles over 16'. 4. • wind load n h .f 80 mph and 1.3 gust factor for total support assembly g pole, base, a hors,fixtures and appurtenances at the indicated heights above :e without undue deflection or whipping. 5. Provide internal wireway and underground cable entry. 6. Provide access hand hole near pole base. 7. Provide threaded grounding lug or bus bar accessible through hand hole. 8. Arm, brackets and tenon mount materials shall match the poles. 9. Provide factory applied finish as scheduled with color selected by Architect. B. Provide concrete foundations to support entire pole/fixture assembly under design wind load. 1. Use 3000 psi, 28-day concrete mixture complying with Division 3 Section "Cast-in-Place Concrete" of these specifications. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 178 of 240 2. Comply with details and manufacturer's recommendations for steel reinforcing, anchor bolts, hardware and grout. 3. Provide smooth finish with chamfered edges on exposed part of foundations. PART 3-EXECUTION 3.01 INSTALLATION: A. The Contractor shall study the finished conditions. 1. Furnish fixtures compatible with the type of ceiling or wall in which they are to be installed including all required mounting accessories. 2. Relocate any fixture which, after installation, is found to interfere with other equipment or is otherwise located to conflict with proper performance or intenance as intended. 3. Inspect each installed fixture for damage. Replace dam . -es and components. 4. Install lamps in each fixture. Verify normal operatio' 'E, odes. e B. Support and connect fixtures per manufacturer's rec ri.ations. 1. Final wiring connections to fixtures loc ay-in ceilings shall be through Flexible Metal Conduit(FMC) or MC cable whip 2. All light fixtures and lamps shall LED ype unless in ated otherwise on the plans. 3. Recessed fixtures installed in lay-i ng panels hall b provided with bar hangers attached to the T-bar gr' . :; d supported tk n urn of two#12 AWG galvanized steel hanger wires and sh s p. ) tkure wit' Ne on the ceiling panels. 4. Trim rings shall corn ..ver ope . weilings. 5. Exposed sides • urjo ounted ' s hall have no visible knock-out indentations. 6. Support susp: 6 . fixtures with angers, rods or aircraft cable per manufacturer's details. Witt . .ants are 4itor an 48", brace to limit sway. 3.02 CLEANING AND ADJUS ♦ �•; ` A. Up.- Tion of the work, oroughly clean and polish all fixtures inside and out, and clean all lamps. • methods and materials recommended by the manufacturer. Adjustable fixtures shall be carefully aimed and positioned in the presence of the Architect. END OF SECTION 26 50 00 SECTION 311000-SITE CLEARING AND DEMOLITION GENERAL City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 179 of 240 7.5 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 7.6 SUMMARY A. This Section includes the following: 1. Protecting existing trees to remain. 2. Removing existing trees, shrubs, groundcovers, plants and grass. 3. Clearing and grubbing. 4. Stripping and stockpiling topsoil. 5. Demolition and removal of buildings. 6. Removing above-and below-grade site improvements. 7. Disconnecting, capping or sealing, and abandoning site utilities pla. or removing site utilities, as indicated. ��► 8. Temporary erosion and sedimentation control measures. B. Related Sections include the following: \IS 1. Section 003143 "Environmental Compliance." 2. Section 312000"Earthwork" for soil materials va ng, backfilling, and site grading. 0 fCrit 7.7 DEFINITIONS • A. Demolish: Completely remove and ly dispose of 't elect material may be disposed of on- site, as directed by the Owner. `1 B. Recycle: Recovery of demolition w, or subsea nt rocessing in preparation for reuse. r C. Topsoil: Natural or c iv urface-so' ontaining organic matter and sand, silt, and clay particles; friable, pervi n lack or . .D•r shade of brown, gray, or red than underlying subsoil; reasonably free • ubsoil, clay lu et a. -I, and other objects more than 2 inches (50 mm) in diameter; and ire:• bsoil and ,-• , •ots, toxic materials, or other nonsoil materials. D. Tree Prot' ' • e: Area surrok ding individual trees or groups of trees to be protected during constructio • defined by the drip line of individual trees or the perimeter drip line of groups of trees, unless o erwise indicated. 7.8 MATERIALS OWNERSHIP A. Unless otherwise indicated, demolition waste designated by the Owner to be disposed of off-site becomes the property of the Contractor. Stripped topsoil and demolition waste designated by the Owner to be disposed of on-site shall remain the property of the Owner. 1. Contractor shall obtain approval from authorities having jurisdiction prior to any burning of any materials on-site. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 180 of 240 2. Contractor shall comply with all local, state and federal guidelines for disposal of waste materials offsite. Contractor shall provide any information or documentation required by the Engineer for materials disposed of offsite. B. Previously abandoned equipment, piping, appurtenances, historic items, relics, antiques, similar objects and other items of interest or value to the Owner that may be uncovered during demolition remain the property of the Owner. 1. Contractor shall carefully salvage in a manner to prevent damage and promptly return to Owner. 7.9 SUBMITTALS A. Photographs or videotape, sufficiently detailed, of existing conditions of trees and plantings, adjoining construction, and site improvements that might be misconstrued as damage caused by site clearing. B. Record drawings, according to Section "Contract Closeout," identifyir nc1accurately locating capped utilities and other subsurface structural, electrical, and mechanical on i ns. C. Copies of all applicable federal, state and local permits. <6. D. Proposed Protection Measures: Submit informationaldrawings, that indicates the p � including g , measures proposed for protecting individuals, prosed existing structures during clearing and excavation activities. Indicate proposed locations a • ructi., of barriers. 1. Adjacent Buildings/Structures: Detail s.:-cial ► ures proAI> . o protect adjacent buildings to remain. E. Schedule of Any Demolition Activitie dicate the fol 1. Detailed sequence of demo . 'o ,�ith star 6. ending dates for each activity. 2. Temporary interruption of •' vices. 3. Shutoff and capping or rero�t' of utility is . 0) 1 7.10 QUALITY ASSURANCE 7\ 9 1 A. Preinstallation•Co nce: Con o ence at Project site prior to initiating clearing activities. B. Regulator 0-\ments: Compl with governing EPA notification regulations before beginning demolition. 4 ►..ly with hauling and disposal regulations of authorities having jurisdiction. C. Standards: Comply with ANSI A10.6 and NFPA 241. D. Pre-Demolition Conference: Conduct conference at Project site. Review methods and procedures related to building demolition including, but not limited to, the following: 1. Inspect and discuss condition of construction to be demolished. 2. Review structural load limitations of existing structures. 3. Review and finalize demolition schedule and verify availability of demolition personnel, equipment, and facilities needed to make progress and avoid delays. 4. Review and finalize protection requirements. 5. Review procedures for noise control and dust control. 6. Review procedures for protection of adjacent buildings. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 181 of 240 7. Review items to be salvaged and returned to Owner. 7.11 PROJECT CONDITIONS A. Buildings/structures to be demolished will be vacated and their use discontinued before start of the Work. B. Buildings/structures immediately adjacent to demolition areas will be in use. Conduct building/structure demolition to minimize disruptions. 1. Provide not less than 2 days' notice of activities that will affect operations of adjacent roadways. 2. Maintain access to existing walkways, exits, and other facilities. C. Owner assumes no responsibility for buildings and structures to be demolished. 1. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. .1 D. On-site storage or sale of items or materials designated by the o be disposed of off-site is not permitted. E. Traffic: Minimize interference with adjoiningroads, e.alks and other occupied or � adjacentp used facilities during site-clearing operations. 1. Do not close or obstruct streets, walks, or fa djace- occupied or used facilities without permission from Owner, authorities ha ngju tion, an.* -er. 2. Provide alternate routes around clos:• or .bstructe tra is ways if required by authorities having jurisdiction. •` F. Salvable Improvements: Carefu e o( 1tems i . . �1 to be salvaged and store on Owner's premises where indicated. G. Utility Locator Service: Co,:illi .r shall enga t ty locator service for the Project area before site clearing. 1. All existing utilitie s II .e mark-• allb all. o surface disturbance. 2. The locationif existing underg % 'lities shown in the Drawings are approximate and based on the best al,, ation av . •d may not reflect all existing utilities in the Project area. The Contr:_ . •onsible fo oordinating with the utility companies for locating existing utilities „„„, prio Ire uction and for otection of services during construction. H. Existing Utilities: Contractor shall protect existing utilities. Damage of the existing utilities shall be repaired by the Contractor at no cost to the Owner. I. Do not commence site clearing operations until tree protection and temporary erosion and sedimentation control measures are in place. J. Do not commence site clearing operations until all applicable federal, state and local permits have been acquired. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 182 of 240 PART 8- PRODUCTS 8.1 SOIL MATERIALS A. Satisfactory Soil Materials: Requirements for satisfactory soil materials are specified in Section 031200 "Earthwork." 1. Obtain approved borrow soil materials off-site when satisfactory soil materials are not available on-site. PART 9- EXECUTION 9.1 PREPARATION A. Protect and maintain benchmarks and survey control points from d• cviott during construction. B. Locate and clearly flag trees and vegetated areas to remain or the ocated. iciC. Protect existing site improvements to remain from dama u g construction. 1. Restore damaged improvements to their origina on as acceptable to Owner. g p gp IN ' ''4* , 9.2 TEMPORARY EROSION AND SEDIMENTATION ONT 9 A. Provide temporary erosion and sedi tation control n4to prevent soil erosion and discharge of soil-bearing water runoff or ai o e 4yst to a.. ccoperties, waterways, and walkways, according to Section 003143 " •' o ntal Corn .�' -," the "Sediment Control Plan," in the Drawings and all applicable feder st e and loc ements. B. Inspect, repair, and main a t - ion and se tation control measures during construction until permanent vegetation establish C. Remove erosion a edimentati co fib a d restore and stabilize areas disturbed during removal. ♦ _ 9.3 DUST CO ''7 A. Use water mist and other suitable methods to limit spread of dust and dirt. Comply with governing environmental-protection regulations. Do not water when it may damage adjacent construction or create hazardous or objectionable conditions, such as ice, flooding, and pollution. 9.4 TREE PROTECTION A. Erect and maintain temporary fencing around tree protection zones before starting site clearing. Remove fence when construction is complete. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 183 of 240 9.5 UTILITIES A. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed. 1. Arrange with utility companies to shut off indicated utilities. 2. Cut off pipe or conduit a minimum of 24 inches below grade 3. Cap, valve, or plug and seal remaining portion of pipe or conduit after bypassing according to requirements of authorities having jurisdiction. B. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission. C. Excavate for and remove underground utilities indicated to be remov d. 41 9.6 CLEARING AND GRUBBING Ci A. Stockpile existing topsoils removed during clearing and g -site for reuse. B. Remove obstructions, trees, shrubs, grass, and ot r vegetation to permit installation of new construction. 1. Do not remove trees, shrubs, and othe ege indicate ain or to be relocated. 2. ' Cut minor roots and branches of trees dic ed to remain i a clean and careful manner where such roots and branches obstruct installa n of n*witruction. 3. Grub stumps and remove root , str ctions, a extending to a depth of 18 inches (450 mm) below exposed subgr . 4. Use only hand methods for i within ection zone. 5. Protect and trim exist'.t ttr� remain. C. Fill depressions cause �1 ing and . . operations with satisfactory soil material unless further excavation or e rt ork is indi -. 1. Place fill ma ial in horizo tal . )t exceeding a loose depth of 8 inches (200 mm), and compacta r to a de ` ,. -• . .l to adjacent original ground. I. 44 9.7 TOPSOILST' iG A. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials. 1. Remove subsoil andnonsoil materials from topsoil, including trash, debris, weeds, roots, and other waste materials. B. Stockpile topsoil materials where indicated on the Drawings, away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Cover to prevent windblown dust. Comply with Division 1 requirements and as follows: 1. Limit height of topsoil stockpiles if required by any permit. 2. Do not stockpile topsoil within tree protection zones. 3. Dispose of excess topsoil as specified for waste material disposal. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 184 of 240 9.8 DEMOLITION, GENERAL A. Remove existing above- and below-grade improvements as indicated and necessary to facilitate new construction. Work within limitations of governing regulations. 1. Above Grade: Proceed with demolition from top to bottom of existing structure. Complete 1 building demolition operations above each floor before disturbing supporting members on the next lower level. 2. Below Grade: Demolish foundation wall and other below-grade construction that is within footprint of new construction and extending 10 feet outside footprint indicated for new construction. a. Where new construction does not exist above demolition efforts, structure shall be demolished to a depth of 4 feet below final grade. 3. Contractor shall finish grade all disturbed areas according to the Site Grading Plan. 4. Contractor shall be responsible for all temporary retaining structures necessary for containment of extents of excavation necessary for demolition activities. 5. Owner shall not be responsible for damage to other structure s r It of demolition efforts. 1 B. Remove slabs, paving, curbs, guttersand aggregate base as in 1. Unless existing full-depth joints coincide with line o d o n, neatly saw-cut length of existing pavement to remain before removing existing pave . aw-cut faces vertically. 2. Paint cut ends of steel reinforcement in concrete in to prevent corrosion. 9.9 SITE RESTORATION CP ICe11111P A. Below-Grade Areas: • 1. Rough grade below-grade area r dyfoir furthe •Nik ion or new construction. 2. Completely fill below-grad r as voids re �, from building demolition operations with satisfactory soil materials, re ed puly: i . oncrete, or recycled pulverized masonry according to backfill r iron s in Sec . : 1 00 "Earthwork." 1 B. Site Grading: Uniformly ug ade are. .j :;- olished construction to a smooth surface, free from 1 1 irregular surface changes. rovide a i transition between adjacent existing grades and new grades. * Z°.> ISrl. 9.10 REPAIRS1(Z;) A. Promptly repair damage to adjacent buildings/structures caused by demolition operations. 9.11 DISPOSAL A. Disposal: Remove and dispose of offsite all surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris as determined by Owner. B. Disposal shall comply with all applicable federal, state and local requirements. END OF SECTION 311000 City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 185 of 240 SECTION 312000- EARTHWORK PART 10-GENERAL 10.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 10.2 SUMMARY A. This Section includes the following: \041 1. Preparing subgrades for foundations, slabs-on-grade, wal rents and lawns. 2. Excavating and backfilling for structures. 3. Subbase course for pavements. 4. Subsurface drainage course for pavements and ser infiltration systems. 5. Excavating and backfilling for utility trenches. chi1/4 ic)6. Permanent soil stabilization materials. co) 10.3 DEFINITIONS • dim.,,, IIIIIIP A. Backfill: Soil material, crushed ne a gate ma Itan concrete, or controlled low-strength material used to fill an excavation. 3 B. Initial Backfill: Backfill plac ide and over in a trench, including haunches to support sides of pipe. C. Final Backfill: Back ' laced over' ' is fil to fill a trench. • D. Pipe Bedd' ia : Course plac over the excavated subgrade in a trench before laying pipe. E. Borrow Soil: imported from off-site for use as fill or backfill as approved by Engineer. F. Drainage Backfill: Graded coarse aggregate material used to allow free flow of groundwater. G. Aggregate Drainage Course: Continuous layer of drainage backfill used to allow free flow of groundwater under a structure. H. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. I. Fill: Soil or rock materials used to raise existing grades. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 186 of 240 J. Rock: Naturally occurring mineral materials, igneous, metamorphic and sedimentary material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material that exceed 1/2 cu. yd. that cannot be excavated without systematic drilling, ram hammering, or blasting, when permitted. K. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks and similar, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. L. Subbase Course: Course placed between the subgrade and pavements, sidewalks, concrete slabs on grade, or footings. M. Subgrade: Surface or elevation remaining after completing excavation, or top surface of a fill or backfill immediately below subbase or topsoil materials. N. Utilities: On-site underground pipes, conduits, ducts, and cables, well as underground services within buildings. C) 41 0. AHTD Standard Specifications: "Standard Specifications for94.;y Construction, published by the 1(Arkansas State Highway and Transportation Department. 1. Edition of 2003. 2. Edition of 1996. akIc\ I. P. Blasting: Material-removal procedure utili ng - '.sive char of allowed unless otherwise approved by Engineer, Owner, and local auth. 't ,:ving juri icti • Q. Permanent Erosion Control Matting: chine w. - b nket used to provide erosion resistance while supporting growth and devm(ep, f vegetati to . ultimately biodegrade. R. Permanent Erosion Control A .ttl-: chine •. d cylindrical log of natural materials used to provide permanent protec iti . slope edges to terways while supporting growth and development of adjacent vegetation ul ately blot :l.e. S. Permanent Erosio .ntrol Bloc •• . hine woven blanket surrounding a dense coir of natural. materials used* _ se perma ift, or stream channel check dam while supporting growth <I4Zand devel•r." - adjacent vege tion and ultimately biodegrade. 10.4 SUBMITTALS A. Product Data: For the following: 1. Geotextile. 2. Controlled low-strength material, including design mixture. 3. Permanent erosion control materials. B. Samples: 12-by-12-inch (300-by-300-mm) Sample of subdrainage and separation geotextile. C. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 187 of 240 1. Classification according to ASTM D 2487 of each on-site and borrow soil material proposed for fill and backfill. 2. Laboratory compaction curve according to ASTM D 698 for each on-site and borrow soil material. 3. Gradation for each crushed stone material proposed for fill and backfill. 4. Laboratory compaction curve according to ASTM D-1557 for aggregate and crushed stone material proposed for fill and backfill. 5. California Bearing Ratio (CBR) test results for subgrade materials. D. Dewatering Plan: Plans showing location and controls for site excavation and stormwater dewatering systems. Contractor shall submit dewatering plan for review by Engineer in accordance with requirements of Specification Section 312319 Dewatering. E. Blasting Plan: If blasting is approved in writing. For record purposes; approved by authorities having jurisdiction, Owner and Engineer. F. Seismic Survey Report: For record purposes; from seismic survey anc . 411 G. Preexcavation Photographs or Videotape: Show existing coireii of adjoining construction and site improvements, including finish surfaces, which might be ►strued as damage caused by earthwork operations. Submit before earthwork begins. p H. Qualification Data: For testing agency. Coof5\ 10.5 QUALITY ASSURANCE • sim:SriliP 41 A. Blasting: Comply with applicable nts in N • it), "Explosive Materials Code," and prepare a blasting plan reporting the followilo 1. Types of explosive a' iti �of charge tit,:► -d in each area of rock removal, types of blasting mats, sequencef g opera , d procedures that will prevent damage to site improvements an i suctures on • •TO.ite and adjacent properties. 2. Seismograph onitoring uri it, ti : operations. • B. Seismic Surma \ : An indep dent testing agency, acceptable to authorities having jurisdiction, experienc- smic surveys and lasting procedures to perform the following services: 1. Report .es of explosive and sizes of charge to be used in each area of rock removal, types of blasting mats, sequence of blasting operations, and procedures that will prevent damage to site improvements and structures on Project site and adjacent properties. 2. Seismographic monitoring during blasting operations. C. Geotechnical Testing Agency Qualifications: The Contractor shall provide an independent testing agency qualified according to ASTM E 329 to conduct soil materials and rock-definition testing, as documented according to ASTM D 3740 and ASTM E 548. The qualified testing agency shall be acceptable to the Owner and Engineer. Further qualifications include: 1. Geotechnical Engineer licensed in the State of Arkansas. 2. The Contractor's qualified testing agency shall be approved in writing by the Engineer. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 188 of 240 10.6 PROJECT CONDITIONS A. The project site associated with this project is adjacent to an existing residential neighborhood. Contractor shall maintain access to any existing structures to remain. B. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated. 1. Notify Engineer not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Engineer's written permission. 3. Contact utility-locator service for area where Project is located before excavating. C. Demolish and completely remove from site existing underground utilities indicated to be removed. Coordinate with utility companies to shut off services if lines are activ . 411 D. Project Site Information: 1. Certain subsurface information has been obtained at, or i inity of, the Site of the Work. 410 2. Copies of such subsurface information will be iss e nl prospective Bidders who request such subsurface information and sign a receipt they 3. There is no express or implied guarantee as to e curacy or completeness of the subsurface information, nor of the interpretation th y the Owner, Engineer, or any of their representatives. 4. The subsurface information or copie the of do n t fo a part of this or any Contract Document issued by the Owner or Engine . • ii S. Each prospective Bidder shall a itstiwn inte . t n of subsurface information issued to it and shall, at its own expftoee m surveys ._, • _• estigations as it may deem necessary to evaluate conditions whicht perfor►r . `'_.,- the work. yy6. Reports used in prep g 'ontract r gents: a. In the prep ra`V' f the Con e• uments, the following reports of explorations and tests of sub ac- onditions .% contiguous to the Site of the Work were used: 1) e Sectio 003132 4, nical Data." 7. Contractgr make a. ,� . test borings and conduct other exploratory operations nece thwork at n`�ad.itional expense to Owner. 8. Ow of be responsibl for interpretation or conclusions drawn from this data. PART 11- PRODUCTS 11.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: ASTM D 2487 Soil Classification Groups GC, SC, and CL which have a liquid limit less than 40 or a combination of these groups. Local "hillside" cherty clay borrow with a liquid limit greater than 40 is acceptable, provided it is classified as GC and has less than 35 percent passing the No. 200 City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 189 of 240 sieve and has a CBR value equal to or greater than eight (8), and is approved for the specific application by the qualified testing agency and the Engineer. The borrow material should be free of debris, waste, frozen materials, vegetation, and other deleterious material. It should be free of rock fragments larger than 6 inches (150 mm) and the upper 18 inches of the backfill or subbase course should have a maximum particle size of 1.5 inches. C. Subbase Material: 1. Subbase material for foundations shall be Aggregate Base Course or Aggregate Drainage Course defined in paragraphs D and H below. 2. Subbase material for concrete floor slabs-on-grade shall be Granular Fill and Fine Graded Granular Material defined in paragraphs I and J below. D. Aggregate Base Course: Class 7 or Class 8 aggregate base course (ABC) as specified by Section 303 of the AHTD Standard Specifications. E. Engineered Fill: Borrow material as defined in Paragraph B above. \•41 F. Pipe Bedding Material: (.6* 1. Crushed limestone complying with Division 2, Sectio24-2.1 "Pipe Laying," as indicated. 2. Class 7 ABC for storm drainage, as indicated. �� g G. Drainage Backfill: Narrowly graded mixture u •-• limesto se-aggregate with 100 percent passing a 1-inch (25-mm) sieve and 0 to 5 pe ent assing a 3/4-i sieve. Alternatively, No. 57 stone (ASTM D448) may be used. • H. Aggregate Drainage Course: t is liking th .rements for the previously mentioned drainage backfill. I. Granular Fill: Clean mixtu (; L'rushed ston r shed or uncrushed gravel; ASTM D 448, Size 57, with 100 percent passi a - inch (3 sieve and 0 to 5 percent passing a No. 8 (2.36-mm) sieve. J. Fine-Graded G#.n i aterial: t.'1. ure of crushed stone, crushed gravel, and manufactured or natural sa FAD • 448; Size 1, with 100 percent passing a 3/8-inch (9.5-mm) sieve, 10 to 30 percent pa No. 100 (0.15-mm) sieve, and at least 5 percent passing a No. 200 (0.075-mm) sieve; complying wit deleterious substance limits of ASTM C 33 for fine aggregates. K. Filter Material: Narrowly graded mixture of natural or crushed gravel, or crushed stone and natural sand; ASTM D 448; coarse-aggregate grading Size 67; with 100 percent passing a 1-inch (25-mm) sieve and 0 to 5 percent passing a No. 4 (4.75-mm) sieve. L. Sand: ASTM C 33; fine aggregate, natural, or manufactured sand. M. Impervious Fill: Clayey gravel and sand mixture capable of compacting to a dense state. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 190 of 240 11.2 GEOTEXTILES A. Subsurface Drainage Geotextile: Nonwoven needle-punched geotextile, manufactured for subsurface drainage applications, made from polyolefins or polyesters; with elongation greater than 50 percent; complying with AASHTO M 288 and the following, measured per test methods referenced: 1. Survivability: Class 2; AASHTO M 288. 2. Grab Tensile Strength: 157 Ibf(700 N); ASTM D 4632. 3. Sewn Seam Strength: 142 lbf(630 N); ASTM D 4632. 4. Tear Strength: 56 lbf(250 N);ASTM D 4533. 5. Puncture Strength: 56 lbf(250 N); ASTM D 4833. 6. Apparent Opening Size: No. 70 (0.212-mm) sieve, maximum; ASTM D 4751. 7. Permittivity: 0.1 per second, minimum; ASTM D 4491. 8. UV Stability: 50 percent after 500 hours' exposure; ASTM D 4355. B. Filter Fabric Geotextile: Nonwoven needle-punched fabric, man `�'►� for subsurface drainage applications, made from polypropylene; with elongation grea �h 50 percent; complying with AASHTO M 288 and the following, measured per test method ced: 1. Survivability: Class 2; AASHTO M 288. 2. Grab Tensile Strength: 90 lbf(400 N); ASTM D 46 \i• 3. Tear Strength: 40 lbf(175 N); ASTM D 4533. 4. Puncture Strength: 55 lbf(240 N); AST (1.514) 4:0 5. Apparent Opening Size: No. 70 (0.212- sv-, maximu D 4751. 6. Permittivity: 2.1 per second, minimum; D 4491. 7. Flow Rate: 155 gal/min/ft2 (630 /min/m2); ASTNR 8. UV Stability: 70 percent after 5 0 our* exposur D 4355. C. Geogrid pavement subgrade re fo ement: Cti ous reinforcement grid of individual punch polypropylene cords fuseAuc le joint' heat. Grid shall have cords oriented in three C:1) directions, at 60-degre nom eachoA- 1. Rib pitch: 40mm tudinal, 40.. • :onal 2. Mid-rid dept 1.2mm diagonal, m ansverse 3. Mid-rid Acid mm diag.o. •.m transverse 4. Rib s - gular 5. Ape I ape: triangular 6. Junctio• iciency: 93% ultimate tensile strength, according to GRI-GG2-87 and GRI-GG1-87. 7. Aperture stability: 3.0kg-cm/deg@5.0kg-cm, according to US Army Corps of Engineers Methodology for measurement of Torsional Rigidity, Aperture stability Modulus ref 3.3.1.2000. 8. Radial stiffness at low strain: 225Kn/m@0.5%strain according to ASTM D6637-01. 9. Chemical degradation: 100% resistance according to EPA 9090. 10. Ultra-violet light and weathering: 100% resistance according to ASTM D4355-05. 11.3 CONTROLLED LOW-STRENGTH MATERIAL A. Controlled Low-Strength Material: Low-density, self-compacting, flowable concrete material as follows: 1. Portland Cement: ASTM C 150,Type I or III. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10- Fleet Truck Wash Page 191 of 240 2. Fly Ash: ASTM C 618, Class C. 3. Normal-Weight Aggregate: ASTM C 33, 3/8-inch (10-mm) nominal maximum aggregate size. 4. Water: ASTM C 94/C 94M. 5. Air-Entraining Admixture: ASTM C 260. B. Produce conventional-weight, controlled low-strength material with 200-psi compressive strength when tested according to ASTM C 495. 11.4 LEAN CONCRETE A. Lean Concrete: Binder, secondary cementitious materials, aggregates and admixtures shall be as follows: 1. Portland Cement: ASTM C 150,Type I or Ill. 2. Fly Ash: ASTM C 618, Class C. 3. Normal-Weight Aggregate: ASTM C 33, 3/8-inch (10-mm) no ina a imum aggregate size. 4. Water: ASTM C 94/C 94M.. 5. Air-Entraining Admixture: ASTM C 260. c(1) B. Produce conventional-weight, lean concrete material0-psi compressive strength when tested IS't according to ASTM C 39. 0 11.5 ACCESSORIES CIS"... • A. Detectable Warning Tape: Acid- and I li-r4listant p• . ` ne film warning tape manufactured for marking and identifying underg • ies, a • .1; of 3 inches wide and 5.0 mils thick, solid colored with black lettering, conti o ly inscrib a description of the utility, with metallic core encased in a protective j. 6 fer corrosion $pr ,- ion, detectable by metal detector when tape is buried up to 30 inches es, ol)red and l. .. -4. follows: 1. Red: Electric—"C u n - Buried Ng ine Below." 2. Orange: Tele.:ione and oth r c. It ni,:tions. 3. Blue: Pot , l % -r system 4. Gre1" � stems. B. Tracer Wire: -gauge coated copper wire, specifically designed for use as an underground utility tracer wire. 11.6 PERMANENT SOIL STABILIZATION MATERIALS A. Matting 1. Semi-permanent machine woven coconut bristle coir mat made from twisted coir twines, 100% biodegradable, with manufacturer rated field longevity of 4-6years minimum. Matting shall have open weave to allow for seeding over the installed mat. Matting shall conform to the following specifications. a. Weight— Minimum 29 oz/SY ASTMD 3776 City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 192 of 240 b. Tensile Strength 1) Wet a) Machine Direction - Minimum 17761bs/ft ASTMD 4595* b) Cross Direction —Minimum 936Ibs/ft* 2) Dry a) Machine Direction— Minimum 20241bs/ft* b) Cross Direction —Minimum 1160Ibs/ft* c. Elongation at failure wet 1) Machine Direction—52%* 2) Cross Direction—24%* d. Open area — Minimum 38% Calculated e. Thickness—Minimum 0.35 inch ASTMD 1777 f. Recommended shear stress—51bs/SF g. Recommended flow—16fps �.1 h. Recommended Slope— 1:1 i. Minimum twine count/foot—39x18 2. Recommend Products: a. BioD-Mat 90, as manufactured by Rolanka Intlti nal, Inc. of Stockbride, GA. b. Or equal. 1(11\ B. Wattle 1. Densely packed coconut coir bristle in a cy indrical sh e knotted outer netting, 100% biodegradable, with manufacturer rate • longevit •f th outer netting of minimum 2 years. The filler mattress coir fiber wi t reduce in v tiN +.. become a part of the soil with time. Wattle shall conform to the I w ttecificati a. Outer netting — 2" ed, ma ed from minimum 90lbs strength machine spun bristle coir twin. b. Inner filling— SConut fiber erss coir) c. Density— M mug• :lbs/ft3 d. Unit Weight— inimum 71 � e. Manufa.., red lengt i 'u Oft f. m1/219 ed diamet • um 12" 2. Rec. . d Products: a. .10 'oll 30H, as manufactured by Rolanka International, Inc. of Stockbridge, GA. b. Or equal. C. Block 1. Densely pack coconut coir bristle in a rectangular shape with woven bristle coir fabric attached to the outer layer on three sides. 100% biodegradable. Both ends of the woven fabric are loose and allow for installation of the block. The filler mattress coir fiber shall not reduce in volume, but become a part of the soil with time. Block shall conform to the following specifications. a. Outer fabric—woven fabric from twisted bristle coir twines 1) Machine Direction Dry Tensile Strength—Minimum 1740lbs/ft 2) Cross Direction Dry Tensile Strength — Minimum 11761bs/ft b. Inner filling— 100% coconut fiber (mattress coir) City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 193 of 240 c. Unit Weight—7.7lbs/ft d. Minimum Block Height—16" e. Minimum Block Thickness—9" f. Minimum Block Length—10ft g. Minimum Fabric Length Top—48" h. Minimum Fabric Length Bottom—75" i. Minimum Fabric Length at female end—6" 2. Recommended Products: a. BioD-Block 16-400, as manufactured by Rolanka International, Inc. of Stockbridge, GA. b. Or equal. PART 12- EXECUTION 12.1 PREPARATION Noi �� A. Protect structures, utilities, sidewalks, pavements, and4ich cilities from damage caused by Zr settlement, lateral movement, undermining, washout, other hazards created by earthwork operations. S\ B. Preparation of subgrade for earthwork oper ' n Vp luding r al of vegetation, topsoil, debris, obstructions, and deleterious materials fro gr nd surface, specified in Section 311000 "Site Clearing and Demolition." • C. Protect and maintain erosion an a3 station c \ hich are specified in Section 003143 "Environmental Compliance" du ork op D. Provide protective insula ' ! .•erials to pr.4 ubgrades and foundation soils against freezing temperatures or froste -.immende 'w•lified testing agency during construction. 12.2DEWATERING • 6 A. Comply �� I ments of Spec 'cation Section 312319 "Dewatering", approved Dewatering Plan, requiremen' • pecifications Section 003143 "Environmental Compliance" and any other applicable Federal, State or local requirement. B. Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. C. Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1. Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. 2. Install a dewatering system to keep subgrades dry and convey ground water away from excavations. Maintain until dewatering is no longer required. City of Fayetteville,AR Bid 19-52, Construction Trade Packages 1#01-#10— Fleet Truck Wash Page 194 of 240 12.3 EXPLOSIVES A. Explosives: NOT ALLOWED unless blasting has been approved by Owner, Engineer, and local authority having jurisdiction. Obtain written permission from authorities having jurisdiction before bringing explosives to Project site or using explosives on Project site. 1. Perform blasting without damaging adjacent structures, property, or site improvements. 2. Perform blasting without weakening the bearing capacity of rock subgrade and with the least- practicable disturbance to rock to remain. 3. Comply with all Federal, State and local regulations, laws and requirements. 4. . Blasting shall be performed in accordance with Specification Section 02320. 12.4 EXCAVATION, GENERAL A. Excavation shall comply with the requirements of OSHA Standard 29 1R P 1926—Safety and Health Regulations for Construction. c� 4, B. Unclassified Excavation: Excavate to subgrade elevations r of the character of surface and subsurface conditions encountered. Unclassified excavalt t ials may include rock, soil materials, and obstructions. No changes in the Contract Sum or Nintract Time will-be authorized for rock excavation or removal of obstructions. 1. If excavated materials intended for fill a b. .b include tisfactory soil materials and rock, replace with satisfactory soil materials. 2. Remove rock to lines and grades indi to permi inst lation of permanent construction. Unless indicated or approved owise remove ot8ows: a. 36 inches (900 mm) o sef dAcrete f er than at footings. b. 12 inches (300 mm) concret at footings. 1 c. 0 inches (0 mm) outsi drilled pi u ations. d. 6 inches (150 outside ofrequired dimensions of concrete cast against I grade. ���,,,,,,,,,/// e. Outsiddimen ns of co '• ails indicated to be cast against rock without forms or exteri aterproofi re. nts. f. 6 i? 0 mm) be . toof concrete slabs on grade. g. 4014a. No (150 mm) ben ath storm drainage pipe in trenches, and the greater of 24 inches V m) wider than pipe or 42 inches (1065 mm) wide. h. Undercut as specified or directed. 12.5 EXCAVATION AND FILL FOR STRUCTURES A. General: 1. Contractor is reminded to comply with all Federal, State and local requirements and regulations, including, and not limited to, all OSHA requirements. 2. Excavation and fill for structures, as specified, shall be coordinated and integrated with the requirements for all adjacent and/or contiguous structures or features. 3. The term "as directed" shall mean as directed by the qualified testing agency or the Engineer. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 195 of 240 4. Required insitu subgrade shall mean the minimum acceptable subgrade and shall be field verified by either: (1) the Engineer, or (2) the qualified testing agency, with concurrence of the Engineer. 5. Actual excavation depths, soils, suitability of subgrade, requirements for undercut and suitability of fill materials shall be determined by either: (1) the Engineer, or(2) the qualified testing agency with concurrence of the Engineer. 6. Excavation for structures and/or undercut shall be stepped with relatively level excavated surfaces. Sloped excavation for structures and/or undercut will not be permitted. 7. Contractor shall perform all excavation and fill as necessary to meet all requirements for construction of the project based upon actual site conditions at no additional costs to the Owner. 8. Where groundwater or other wet conditions prohibit proper placement of engineered fill, the Contractor may use a method of B stone and Class 7 ABC beneath the engineered fill, subject to review and approval by both the qualified testing agency and the Engineer. 9. Controlled low-strength material may be used for fill only w reproved by either: (1) the Engineer, or(2) the qualified testing agency with concurrenc o ngineer. 10. Excavations for structures in materials other than rocksd horizontally, as indicated or directed by the Engineer, beyond the exterior structu til •ilding line(s) in all directions. The excavation shall be to a depth that produces a suita a ing material as determined by either: (1) the Engineer, or (2) the qualified testing agen ••oncurrence of the Engineer. a. All fill within this excavation beyond the to e shall be engineered fill compacted to the requirements of the contiguous s ci ID nless t cavation and fill requirements of the adjacent structure, feature o pave - t are mor I ent. 11. Class 7 ABC shall be used for fill where • ed. The ontr tor may substitute Class 7 ABC for engineered fill only where app ved by either:1 ngineer, or (2) the qualified testing agency with concurrence of th E incur. 12. Class 8 ABC shall be used f f w indicate 13. Minimum required underc (e avation) a e three (3) feet for structures and heavy duty pavements, unless • tot o erwise. ' nal undercut depth where noted or directed. Other undercut a di 14. Trenching for wa n ewer pip. fit I comply with Section 332000 "Standard Specifications for Design a Constr ction of ies and Sewer Lines." 15. Compact4on ngineere • o ructures shall be 95% Standard Proctor Density (ASTM D- 698). 16. Co • _- f Class 7 ABC a Class 8 ABC for structures shall be 98% Modified Proctor Density (AST 'Wa 57). 17. Insitu materials require scarification and recompaction if directed by the qualified testing agency or the Engineer. 18. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1-inch (25 mm). 12.6 EXCAVATION AND FILL FOR WALKS AND LIGHT-DUTY PAVEMENTS A. Bearing: Walks and light duty pavements shall be founded on compacted subbase or engineered fill. City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 196 of 240 B. Excavate surfaces under areas to receive fill to indicated lines, cross sections, elevations and subgrades. Minimum required undercut is 1 feet. Additional localized undercut on the order of 1-2 feet is possible. C. Proof-Roll: Proof-roll and/or probe as directed (as directed by the qualified testing agency or the Engineer). Undercut (excavate) any unsuitable areas or unsuitable materials as directed. If directed, repeat proof-roll and/or probe and undercut. D. Fill/Backfill: Provide compacted engineered fill materials as specified to the elevations required. E. Subbase: Provide a minimum of 6 inches of compacted Class 7 Aggregate Base Course (ABC) as specified and located between the sidewalk or pavement and the suitable bearing material or engineered fill, as applicable. 12.7 EXCAVATION FOR UTILITY TRENCHES i,, 4% Noni A. Excavate trenches to indicated gradients, lines, depths, and e "Y Q . 1. Beyond building perimeter, excavate trenches to al to ation of top of pipe below frost line. B. Excavate trenches to uniform widths to provide • of wwing clearance on each side of pipe or conduit. Excavate trench walls vertically from n It ttom to ' ches (300 mm) higher than top of pipe or conduit, unless otherwise indicated. 1. Clearance: 12 inches (300 mm) each si ipe or co duit indicated. • C. Trench Bottoms: Excavate trench s i heN100 m ....—Ni; r than bottom of pipe/conduit elevation to allow for bedding course. Ha for bell 'IlD conduit. � 12.8 EXCAVATION FOR AREA T%IVE FILL0 A. Excavate surfaces under eas to ill to indicated lines, cross sections, elevations and subgrades. B. Excavate 40AN materials as termined by either: (1) the Engineer, or (2) the qualified testing agency, wit. "7 urrence of the Engineer. 12.9 SUBGRADE INSPECTION A. Notify Engineer and qualified testing agency when excavations have reached required subgrade. B. If either (1) Engineer or (2) qualified testing agency, with concurrence of the Engineer, determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 197 of 240 C. Proof-roll subgrade below structures, pavements, and as directed, with heavy pneumatic-tired equipment to identify soft pockets and areas of excess yielding. Do not proof-roll wet or saturated subgrades. 1. Proof-roll in the presence of the qualified testing agency and the Engineer. 2. Completely proof-roll subgrade. Limit vehicle speed to 3 mph. 3. Proof-roll with a loaded 10-wheel tandem-axle dump truck weighing not less than 15 tons (13.6 tonnes). 4. Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by qualified testing agency, with concurrence of the Engineer, and replace with compacted backfill or fill, as directed. D. When, in the judgment of the qualified testing agency, with concurrence of the Engineer, proof-rolling is not an acceptable method to examine subgrade, then the qualified testing agency may probe the excavation using a method standard to the qualified testing agency a44- 0 approved by the Engineer. E. Reconstruct subgrades damaged by freezing temperatures, fros 'n, ccumulated water, dryness or construction activities, as directed by qualified testing agency additional compensation. 12.10 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundat oWII footinextending bottom elevation of concrete foundation or footing to excavatio ott , without alt ing top elevation. Lean concrete fill may be used when approved by Engineer. • 1. Fill unauthorized excavations uot<0her const t11‘ r utility pipe, as directed by Engineer. 12.11 STORAGE OF SOIL MATERIALS , KII\ I A. Stockpile borrow soilt s nd exca ��• isfactory soil materials without intermixing. Place, grade, and shape stock it to drain sur Nger. Cover to prevent windblown dust. 1. Stockpile soi aterials awa fr. lb:e .f excavations. Do not store within drip line of remaining trees. • 2. Prot Nil ntain erosio nd sedimentation controls, comply with Division 1 and Division 2 requ 7417 s. 12.12 BACKFILL A. Place and compact backfill in excavations promptly, but not before completing the following: 1. Construction below finish grade including, where applicable, drainage backfill, subdrainage, dampproofing, waterproofing, and perimeter insulation. 2. Surveying locations of underground utilities for Record Documents. 3. Testing and inspecting underground utilities. 4. Removing concrete formwork. 5. Removing trash and debris. 6. Removing temporary shoring and bracing, and sheeting. City of Fayetteville,AR Bid 19-52, Construction Trade Packages 1#01-1#10— Fleet Truck Wash Page 198 of 240 7. Installing permanent or temporary horizontal bracing on horizontally supported walls. B. Place backfill on subgrades free of mud, frost, snow, or ice. . 12.13 UTILITY TRENCH BACKFILL A. Place backfill on subgrades free of mud, frost, snow, or ice. B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. C. Backfill trenches excavated under footings and within 18 inches (450 mm) of bottom of footings with concrete to elevation of bottom of footings. Concrete is specified i ivision 3 Section "Cast-in-Place Concrete." co) .I D. Place and compact initial backfill of subbase material or satisf j . .oil, free of particles larger than f- inch (25 mm) in any dimension, to a height of 12 inches ( m .ver the utility pipe or conduit. 1. Carefully compact initial backfill under pipe haun s) compact evenly up on both sides and along the full length of utility piping or cond ' avoid damage or displacement of piping or conduit. Coordinate backfilling with utili ' t t�::. leititt* E. Controlled Low-Strength Material: 1. Where indicated or approved sy Engineer, plk backfill of controlled low-strength material to a height of 12 inc :. ( :10 Ism) over • I y pipe or conduit. 2. Where indicated or appro :•.ineer, pl :11D backfill of controlled low-strength material to final subgrade elevation. F. Backfill voids with satisf ct .l while in d removing shoring and bracing. G. Place and compac inal bac ill of sat'•'gv oil to final subgrade elevation. H. Install trace +i warning t r- tly above utilities and piping 12 inches (300 mm) below .: finished g . pt 6 inches (15 m) below subgrade under pavements and slabs. I. Lean Concrete: 1. Where indicated or approved by Engineer, place initial backfill of controlled low-strength material to a height of 12 inches (300 mm) over the utility pipe or conduit. 2. Where indicated or approved by Engineer, place final backfill of controlled low-strength material to final subgrade elevation. 12.14 SOIL FILL A. Soil fill shall be utilized to raise existing grades where indicated. B. Place soil fill on subgrades free of mud,frost, snow, or ice. City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 199 of 240 C. Bench sloped surfaces at structures so fill material will bond with existing material. D. At locations other than structures, plow, scarify, bench or break up sloped surfaces steeper than one (1) vertical to four (4) horizontal so fill material will bond with existing material. E. Place and compact fill material in layers to required elevations as specified, shown in the Drawings, or as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use engineered fill and/or subbase, as indicated. 3. Under steps and ramps, use engineered fill and/or subbase, as indicated. 4. Under structures and building slabs, use engineered fill and/or subbase, as indicated. 5. Under footings and foundations separate from structure slabs and foundation slabs, use engineered fill, unless indicated otherwise. 12.15 SOIL MOISTURE CONTROL �� A. Where necessary and directed by the qualified testing a e , d .rmly moisten or aerate subgrade and each subsequent fill or backfill soil layer before com iv to within two (2) percent of optimum moisture content. 1. Do not place backfill or fill soil material on s t at are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and ' dr otherwise sa factory soil material that exceeds optimum moisture content by two (2) p nt arwd ' oo w t to compact to specified dry unit weight. ` 12.16 COMPACTION OF SOIL BACKFILLS ILLS A.S.1\ A. Place backfill and fill soi i s in layer �• - .re than eight (8) inches (200 mm) in loose depth for material compacted by�y compact MP pment, and not more than four (4) inches (100 mm) in loose depth for ma ial compact d b 0j.-.aerated tampers. B. Place backAa. \ soil materi s evenly on all sides of structures to required elevations, and uniformly . 41 e full length of ea h structure. C. Hand-compaction equipment shall be used for compaction of utility trench backfill and within 5 feet of below-grade walls. D. Compact soil materials to not less than the following percentages of maximum densities: 1. Under structures, building slabs, and ,building areas as indicated or directed, all non-aggregate fill, non-aggregate backfill and recompacted soils shall be compacted to at least 98 percent of the Standard Proctor (ASTM D-698) maximum dry density at a water content within two (2) percent of the optimum value. 2. Under pavements, walks, steps and ramps and retaining wall backfill areas, all non-aggregate fill, non-aggregate backfill and recompacted soils shall be compacted to at least 95 percent of the City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 200 of 240 Standard Proctor (ASTM D-698) maximum dry density at a water content within two (2) percent of the optimum value. 3. Under berms contiguous to structural or building fill zones, retaining walls, or as indicated, all non-aggregate fill, non-aggregate backfill and recompacted soils shall be compacted to at least 95 percent of the Standard Proctor (ASTM D-698) maximum dry densityat a water content within two (2) percent of the optimum value. 4. Under lawns and other unpaved areas not specified elsewhere, all fill, backfill and recompacted soils shall be compacted to at least 92 percent of the Standard Proctor (ASTM D-698) maximum dry density at a water content within two (2) percent of the optimum value. 12.17 COMPACTION OF AGGREGATE BACKFILL AND AGGREGATE FILL A. Place aggregate backfill and aggregate fill materials in layers not mor than 6 inches (150 mm) in loose depth for material compacted by heavy compaction equipment, an rr-e than 4 inches (100 mm) in loose depth for material compacted by hand-operated tampers. B. Place aggregate backfill and aggregate fill materials e eI sides of structures to required elevations, and uniformly along the full length of each str Icli\ C. All aggregate backfill and aggregate fill shall be 0 ass 7 ABC or AHTD Class 8 ABC, or Owner Provided Aggregate Fill, as indicated. D. Compact aggregate backfill and aggregate fill t less th the ollowing percentages of maximum • densities: ` 1. Under structures, building s, eents, r li 4g walls, and as indicated or directed, all aggregate fill and aggrega shall b cted to at least 98 percent of the Modified Proctor (ASTM D-155 mai dry d a water content within two (2) percent of the optimum value. 2. Under sidewalks, I a gate ba' a d aggregate fill shall be compacted to at least 95 percent of t e Modi Proctorilk s 1557) maximum dry density at a water content within two (2) perc f the opti . • 12.18 CONSOLID, `DRAINAGE BACKFILL A. Place drainage backfill materials in layers not more than 6 inches (150 mm) in loose depth for material consolidated by heavy compaction equipment, and not more than 4 inches (100 mm) in loose depth for material consolidated by hand-operated tampers. B. Place drainage backfill materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. All drainage backfill shall be consolidated to a relative maximum dry density determined in the field by rolling and subsequent density measurements. Determination of target maximum density shall be by geotechnical engineer. Once target density is defined, all drainage backfill shall be consolidated to the same effort. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 201 of 240 D. Hand-compaction equipment shall be used within 5 feet of below-grade walls. 12.19 GRADING A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1. Provide a smooth transition between adjacent existing grades and new grades. 2. Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B. Site Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Lawn or Unpaved Areas: Plus or minus 1-inch (25 mm). 2. Walks: Plus or minus 1-inch (25 mm). 3. Pavements: Plus or minus 1/2-inch (13 mm). \•.% C. Grading inside Building Lines: Finish subgrade to a tolerance o (13 mm) when tested with a 10-foot (3-m) straightedge. 12.20 SUBBASE COURSE A. Place subbase course on subgrades free of m d, fr , now, or i B. On prepared subgrade, place subbase course un er pave walks, structures and slabs and where indicated, as follows: 1. Where indicated, install se r io o extile o lie ared subgrade according to manufacturer's written instructions, overla in ides and 2. Shape subbase cour �uired eleva d cross-slope grades. 3. Place subbase co s es (150 ss in compacted thickness in a single layer. 4. Place subbase co r th exceed mill es (150 mm) in compacted thickness in layers of equal thickness, w no co pacted I. `ii'< . - than 6 inches (150 mm) thick or less than 3 inches (75 mm) thio. 5. Com..- s e course at timum moisture content to required grades, lines, cross sections, ands to not less than he compaction requirements as follows: a. ler structures and slabs and where indicated, compact to not less than 98 percent of the Modified Proctor (ASTM D-1557) maximum dry density. b. Under aprons, compact to not less than 95 percent of the Modified Proctor (ASTM D-1557) maximum dry density. c. Under walks (includes steps and ramps) compact to not less than 95 percent of the Modified Proctor (ASTM D-1557) maximum dry density. C. Pavement Shoulders: Place shoulders along edges of subbase course to prevent lateral movement. Construct shoulders of satisfactory soil materials and compact simultaneously with each subbase layer to not less than 98 percent of the Modified Proctor maximum dry unit weight according to ASTM D- 1557. City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10—Fleet Truck Wash Page 202 of 240 12.21 PERMANENT SOIL STABILIZATION MATERIALS A. Place materials on finished grades free of mud, frost, snow, or uce. B. On prepared finished grades, place materials under topsoil. C. Place materials starting at the top of slope working down, or the upstream end of flow areas working downstream. 1. Key in upper edge of materials into soil a minimum of 6" x 6" continuous. Anchor at intervals as recommended by the manufacturer. a. Anchor with 2" x 2" square, 12" long wooden anchor stakes with nail or hook to catch material. D. Place matting first, then wattles, then blocks. E. Place materials continuous across flow lines, stagger joints and o r a01•5 recommended by material manufacturer. F. Matting *O. 1. Remove loose rocks, roots and other obstructi ply soil amendments and seed mix as required, see Landscape Specifications. 2. Key in upper edge of material and unrol 111am layin ting loosely over the ground. 3. Push matting into soils to ensure good ontin ous matting t of contact. 4. Construct matting a minimum of 2ft pas of bank o top o slope. I 5. Anchor matting with minimu " long steel s I , inimum 12" long wooden stakes at spacing intervals as recome b r nufact slope and application. 6. Place anchors in a staggere 7. Overlap edges of adj -ntt a minim f inches. Anchor overlapping seam with a two rows of anchors spa,a 'riches apart. 8. Complete mattin ' st. ion by • e end of the mat in a key slot; minimum 6" x 6", anchor with 2" long ooden st G. Wattle 1. Con 4111,,. , t es as continu s barriers at tops and toes of slopes. 2. Cons 11P, at each outlet or inlet and at 30ft intervals along concentrated flow areas. a. W.ttles in flow areas shall extent up side slopes to a point where flow must overtop wattle to pass it. 3. Construct wattle on top of erosion control matting, as shown. 4. Anchor wattles every 3ft with minimum 24" long wooden wedges with a nail on the top to secure wattle to the ground. H. Block 1. Lay blocks on top of erosion control matting, as shown. 2. Anchor with minimum 8" long steel stakes or 12" long wooden stakes at spacing intervals as recommended by manufacturer. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 203 of 240 12.22 FIELD QUALITY CONTROL A. Testing Agency: The Owner shall provide a qualified independent Geotechnical Engineering testing agency to perform field quality-control testing. The qualified testing agency shall be acceptable to the Owner and Engineer. Further qualifications include: 1. The Geotechnical Engineer shall be licensed in the State of Arkansas. B. Test results shall be reported in writing to Owner, Engineer and Contractor within 48 hours of testing. C. Prior to beginning of construction and periodically during construction, any proposed fill or backfill material shall have soil classification, Proctors and California Bearing Ratio (CBR) testing completed to verify compliance with Part 2— Products, of this Specification. Soil shall be classified in accordance with the AASHTO System (AASHTO M 145) and the Unified Soil Classification System (ASTM D 2487). CBR testing shall be in accordance with ASTM D 1883 and the subbase s all have a minimum CBR value of eight (8). 1. Soil classification, Proctor testing and CBR testing shall be a an erval to match any apparent change in materials or change in source, or as direc e qualified testing agency or Engineer. \S, D. Allow testing agency to inspect and test subgrade ae each fill or backfill layer.er. Proceed with subsequent earthwork only after test results revio sly completed work comply with requirements. E. Footing Subgrade: At footing subgrades, at lea ne (1)te t f ea soil stratum will be performed to verify design bearing capacities. Sub ent verificati. , VI pproval of other footing subgrades may be based on a visual comparison u r with to �-i bgrade when approved by either: (1) the Engineer, or (2) the qualified test a cy with ce of the Engineer. F. Testing agency will test 1j'ryy ction of soi place according to ASTM D 1556, ASTM D 2167, ASTM D 2922, and AST •�F, as a 1. Tests will beperformed at the followinglocations and �1Q PP frequencies: ` 1. Structures a uilding Sla e e t subgrade and at each compacted fill and backfill layer, at least o.e. or every 2 '►. . (186 sq. m) or less of structure area or building slab, but in no _ than three (3) sts. 2. Foun. Wall Backfill: At each compacted backfill layer, at least one (1) test for each 100 feet (30 m) or less of wall length, but no fewer than two (2) tests. 3. Pavement: At subgrade and at each compacted fill and backfill layer, at least one (1) test for each 500 feet of street or portion thereof. 4. Other areas: At subgrade and at each compacted fill and backfill layer, at least one (1) test for every 2,000 sq. ft., but in no case fewer than two (2) tests. 5. Trench Backfill: At subgrade and at each compacted fill and backfill layer, at least one (1) test every 200 feet of trench or portion thereof, no fewer than two (2) tests with one (1) additional test at crossings under pavement. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 204 of 240 G. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil to depth required; recompact and retest until specified compaction is obtained. H. Testing agency will perform additional testing on street, drive and parking area construction, as follows: 1. Subgrade: a. One (1) liquid limit and one (1) plasticity index according to ASTM D 4318 for each 500 feet (153 m) of street, or portion thereof. b. One (1) gradation and soil classification according to ASTM D 2487 for each 500 feet (153 m) of street or portion thereof. c. One (1) CBR according to ASTM D 1883 for each 500 feet (153 m) of street or portion thereof. 2. Subbase Course: a. The depth of the crushed stone base shall be within pl �s 1/2-inch of the required depth. If the deficient depth is greater than 1/2-inc. t cisting material represented by the test(s) will be ripped up, new added and r ,. 4. ted to the proper density. If the average of all depth measurements is less th r-•uired depth, the deficient depth will be added to the required depth of the bind r ace course or concrete pavement. Any depth in excess of plus 1/2 inch will not n computing the average depth. 0 IPIIIIIP 12.23 PROTECTION • A. Protecting Graded Areas: Protect n rackd areas \ ffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish graoyp ied tole w ere completed or partially completed surfaces become eroded, rutted, , or wher ose compaction due to subsequent construction operations or weather is •it. s. 1. Scarify or re ove an. replace & rial to depth as directed by qualified testing agency or Engineerre e and rec• *-c . C. Where se 4 Z�►` rs before Proje correction period elapses, remove finished surfacing, backfill with additional se Tr.terial, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 12.24 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Transport surplus satisfactory soil to designated storage areas on Owner's property. Stockpile or spread soil as directed by Engineer and Owner. 1. Remove waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. Disposal of materials shall be in compliance with the requirements of these Specifications and all applicable Local, State, and Federal regulations. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 205 of 240 2. Remove surplus satisfactory soils not needed or desired by Owner or required for the completion of the project and legally dispose of it off Owner's property. Disposal of materials shall be in compliance with the requirements of these Specifications and all applicable Local, State, and Federal regulations. END OF SECTION 031200 DOMESTIC WATER PIPING SYSTEM SECTION 2211 16 PART I-GENERAL 1.01 WORK INCLUDED: A. Water Service Piping ,,,..6' B. Hot and Cold Water Piping \Sid- C. Temperature and Pressure (T&P) Relief Piping D. Valves 00 E. Shock Suppressors • 1.02 RELATED WORK: <09/4'1 SilwiC?IiiiiiiP 1.03 SUBMITTALS: Oy A. Submit manufact e data sheet - IV es and shock suppressors. B. Submit list o ..sing product to . 111 d . d state their manufacturers, classes or types, and other applicable Will C. Sub ►Ab i•. o'.wings of sho suppressors layout proposed. D. Sub rd drawings indicating actual location and routing of installed piping. E. Submit rtificate of completion of chlorination. PART 2-PRODUCTS 2.01 PIPING: A. For underground water service piping outside building to water meter: 1. ASTM B88 type as indicated on drawings hard copper tubing with wrought copper fittings and joints made with 95-5 solder. 2. Thickness Class 50, cement lined, seal coated, hub and spigot type ductile iron with joints made with rubber compression rings manufactured for the purpose. (Optional) City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 206 of 240 B. For underground water piping inside building and to five feet outside building: 1. 1" and smaller-ASTM B88 type as indicated on drawings soft copper tubing with no fittings or joints permitted under slab. Make connections above slab using wrought copper fittings and 95-5 solder. 2. 1-1/4" and larger-ASTM B88 type as indicated on drawings hard copper tubing with wrought copper fittings and joints make with Sil-Fos Solder(15%silver content). C. For exposed piping in toilet rooms and other finished areas, use chrome plated brass pipe with threaded fittings. D. For above ground water and T&P relief piping inside building, use ASTM B88 type as indicated on drawings hard copper tubing with wrought copper fittings and joints made with 95-5 solder. E. Solder containing lead shall not be used on potable water systems. 2.02 VALVES: A. Provide valves with suitable materials including discs, plugs, bal ., :.Jiret), linings, and lubricants for the service,temperature, and pressure to which they will b: . . • , .. Furnish with solder or screwed connections. B. Gate Valves: Bronze, non-rising stem, inside screw, bwedge. C. Globe or Angle Valves: Bronze, rising stem, inside newable composition disc. D. Check Valves: Bronze with swing disc. E. Standard Hose Bibbs (HB): Bronze, repla I: , hose th utlet with vacuum breaker. F. Freeze Proof Hose Bibbs (FPHB): 3/4" an .-siph n non-freeze e with bronze casing and box with loose key handle. Furnish for proper wall ' ness. • G. Garbage Can Wash Valve (GCW . ' 4" non-freez: n e with hot and cold water connections, bronze casing .•• se:. '•)with lo•;get andle. Provide vacuum breaker and furnish for proper wall thick : s. .de W-86'. H. Pressure Reducing Val (Pie :ronze w. . 5 •sig inlet pressure and 50 psig adjustable outlet pressure. Furnish sa as pipe. I. Temperature and ss eliefVal Itsb : Bronze with test lever. Size to handle BTU/hr. rating of water hea r. 1111419 2.03 SHOCK SUPPRES 0\ A. Provi•:4de "Shockstops" of all stainless steel construction with welded nested bellows and II pre-charged with nitrogen. Size and locate in accordance with PDI-WH2O1. PART 3-EXECUTION 3.01 PREPARATION: A. Ream pipes and tubing and thoroughly clean inside and outside prior to connecting. 3.02 INSTALLATION: A. Slope water piping minimum of 1 inch in 40 feet and arrange to drain at all low points. B. Bury all underground outside piping a minimum of 3 feet below finished grade. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01410—Fleet Truck Wash Page 207 of 240 C. Use electrically insulating type connections for joining dissimilar metals such as brass valves or adapters or insulating couplings. D. Use proper adapters for screwed valves to copper piping. E. Use teflon tape or other approved joint compound to connect threaded pipe. F. Connect to T&P relief valve and extend full size to approved discharge point. G. Where pipe passes through finished wall, ceiling, or floor, provide chrome plated escutcheon plate securely anchored to pipe. Install pipe so that no threads show. H. Arrange with local utility for water tap and meter installation. Pay all costs to establish water services. Install gate valve to isolate or shut-off equipment or branch lines. Use globe valves where adjustable flow or throttling is required. J. Install hose bibbs centerline, 2 feet above floor or grade. Install garbage can wash valve 4 feetabove floor or drain. K. Provide PRV to limit maximum static pressure at plumbing fixture 70wpsig. Submit pressure data taken at different times as approved or install PRV at service co1'�� br in building. Provide PRV at other separate fixtures when shown on Drawings. L. Make provisions necessary to prevent cross connections 4t itary drainage system or other non-potable sources. Provide reduced pressure type c ow preventers when required. M. Provide thermostatic mixing valve equal to Symm at all sinks, lavatories,tubs and showers. 3.03 TESTING: CP A. Before concealing or insulating, domestic wat . in d prove leak free. Subject system to minimum hydrostatic press 1 0 s;i and h e hour. 3.04 STERILIZATION: A. After tests have b su ssfully co- . ,thoroughly flush and sterilize the completed domestic water syste in accor nce with601. i B. Flush entire m after st . . t M.nti residual chlorine content is no greater than 0.2 parts per • millio C. Chit �'�.: •r when the buil g is unoccupied. END OF SECTION 221116 SANITARY WASTE AND VENT PIPING SYSTEM SECTION 22 13 16 PART 1-GENERAL 1.01 WORK INCLUDED: City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 208 of 240 A. Underground drain and vent piping B. Above ground drain,waste, and vent piping C. Sanitary sewer service piping D. Condensation drip and overflow piping E. Cleanouts F. Floor Drains G. Manholes 1.02 RELATED WORK: 11••N Nal A. Section 23 0100 Operation and Maintenance of HVAC S ir\\•B. Section 22 40 00 Plumbing Fixtures toNN 1.03 SUBMITTALS: A. Submit manufacturer's data sheets on cle is and flo drai s. ♦ B. Submit list of piping product o e s or the li 1&\ vices and state their manufacturers, classes or types, and other i data. C. Submit record drawi rap icating actual a on and routing of installed piping. D. Submit Shop rawing n manho ting manufactured items, reinforcing steel requirements, etc. • PART 2-PRODUCT ` 2.01 PIPING: A. Underground drain and vent piping inside building and to five feet outside building: 1. Service Weight (SV) cast iron hub and spigot pipe and fittings, coated inside and outside with coal tar varnish, and joints made with compression type molded neoprene gaskets. 2. Schedule 40 PVC B. Above ground drain and vent piping: 1. Service Weight (SV) cast iron "No-Hub" pipe and fittings, and joints made with standard City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 209 of 240 weight stainless steel/neoprene couplings. C. Waste arms for lavatories, sinks, and urinals: 1. DWV copper pipe with cast brass adapters and wrought copper fittings and joints made with 50-50 solder. 2. Schedule 40 galvanized steel pipe with screwed fittings (optional). 3. Schedule 40 PVC D. Underground sewer piping outside building to sewer main: 1. Service Weight(SV) cast iron hub and spigot pipe and fittings, coated inside and outside with coal tar varnish, and joints made with compression type molded neoprene gaskets. 2. Vitrified slat glaze clay hub and spigot pipefittings and joints made with compression type molded neoprene gaskets. (Optional) 3. Schedule 40 PVC. G � E. Condensation drip and overflow piping: solvent-cement we� F. Acid Resistant Piping: \IS • 1. Schedule 40 polypropylene with meth. • ' int couplings equal to orion type II "Blueline" for above ground piping and "Bro in V below : `.p;+ .iping. 2.02 CLEANOUTS: ♦` A. Provide cleanouts compatible h tc f drain . . • i which it is connected. Provide covers compatible with type of floo . inish wi eration given to traffic conditions. Make cleanouts same size a .:h 4 inc B. Floor Cleanout(F • Ca ron with .:.-- • rass plug,threaded adjustable housing, and round nickel bronz coriate top. J. R. • 11 series or equal. • C. Clean. (COTG) Sa a except with heavy duty cast iron scoriated top. Set COTG in 18-i .*':,1►ter concrete bas 4 inches thick and flush with finished grade. D. Wall Cleanout(WCO): Cast iron with tapered brass plug and stainless steel access cover. Wade W-8450 or equal. E. Stack cleanout (SCO): Formed with cleanout tee or other approved fitting of cast iron with brass plug and stainless steel access cover. Wade W-460 or equal. 2.03 FLOOR DRAINS: A. Standard Floor Drain (FD): Lacquered cast iron body with flange, clamping collar with seepage openings, and adjustable square satin bronze strainer. Floor drains are 2 inches unless shown otherwise. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 210 of 240 B. Safe Waste Drain (SWD): Same As FD except provide funnel of same material as strainer. C. Drain with Backwater Valve (BWV): Same as FD except furnish with integral BWV Wade No. 31 or equal. Provide for all drains installed below grade or where drain flooding may occur. D. Garbage Can Wash Drain: Cast iron with flange, sediment bucket, and heavy duty hinged grate. Wade W-1740 or equal. 2.04 TRAPS: A. Provide water seal trap for all connections to drain,waste, and vent system. Provide deep seal traps for all floor drains. Floor drain traps to be cast iron,varnish ated inside and out and compatible with type of drain pipe to which it is connected. Pr 4)et trapguard for specified drain. eb* B. Provide traps enameled on inside for janitor's sinks. \it C. Provide chrome plated brass traps for plumbin es in finished spaces. 2.05 MANHOLES: A. Provide heavy-duty cast iron covers with ting rin s itabl for supporting truck traffic. PART 3-EXECUTION (409/ 3.01 PREPARATION: S �� A. Swab pipes and cl oijand fitti e and out prior to making connections. Use proper lubricants o ompre on gaske 3.02 INSTALLATION: • IPA) fC?1181.1. A. Unless . ated otherwise on the Drawings,slope horizontal drain and vent piping in accordance with the ollowing: Size Minimum Slope 3" and smaller 1/4" per foot 4" and larger 1/8" per foot B. Slope condensation drip and overflow piping a minimum of 1/16" per foot. Extend to approved discharge point. C. Bury all underground outside sewer pipe a minimum of 2 feet from finished grade. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 211of240 D. On condensate drain for each cooling coil, provide deep seal trap of same material as drip piping. Make trap water seal 2"greater than rated static pressure of fan associated with cooling coil but no less than 3" deep. E. Form manholes with steel reinforced concrete to required depths. Provide one inch steel ladder rungs 12 inches on center firmly set in concrete. Provide heavy cast iron cover in mounting ring formed in concrete with steel re-bar around ring. , F. Make floor drains and cleanouts free from leaks. Lubricate cleanout plugs with mixture of graphite and linseed oil and do not over tighten. G. Arrange with local utility for sewer tap and pay all costs to establish sewer service. 3.03 TESTING: tow4) A. Before concealing,test drain,waste, and vent system an eak free: 1. Water test-Subject system to at least 10 f drostatic head for 30 minutes. 2. Air test-Subject system to at least 5 ps. essure for 30 minutes. (Optional) END OF SECTION 221316 • letitil" NATURAL GAS PIPING SYSTEM <0(1 SECTION 23 11 13 PARTI-GENERAL 1.01 WORK INCLUDED: • A. Un. 44040Nriatural gas servi piping B. Interior natural gas piping C. Exterior exposed natural gas piping D. Connectors for appliances and other equipment E. Cocks 1.02 RELATED WORK: A. Section 23 0100 General Mechanical Requirements City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 212 of 240 1.03 SUBMITTALS: A. Submit manufacturer's Data Sheets on gas cocks. B. Submit list of piping products to be used and state their manufacturers, classes or types, and other applicable data. C. Submit record drawings indicating actual location and routing of piping as installed. 1.04 QUALITY ASSURANCE: A. Conform to ASME Code and applicable state regulations with all welding materials and welding operator's qualifications. Use only operators fully qualified and clficeocunder the requirements of the Arkansas Gas Pipeline Code (AGPC). e,C..,,) PART 2-PRODUCTS 2.01 PIPING: f‘\'S.:(11- A. Underground piping: O 1. Schedule 40 black steel or galvani eel with Ilea e iron fittings or welded joints with • butt weld fittings. ` 2. Mill coat pipe with toe i polyethyl:) Z�r adhesive undercoating. 3. Wrap field joints anith Rep ' ru-Tape" or equal per manufacturer's recommendat' s./ B. Above ground piping. 0 1. Sche ule 40 3 ck steel o4ed steel with malleable iron fittings or welded joints with;11:4? buttfittings. C. Con .4,40Nr appliances an ther equipment: 1. PVC coated spiral flexible brass connector with brass flared gas tubing fittings. D. Cathodic Protection - Packaged magnesium anodes. E. Welding Rod-Same material as pipe. 2.02 GAS COCKS: A. Iron body with brass plug and washer with screwed or flanged ends rated for 125 lb. WOG. PART 3- EXECUTION: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 213 of 240 3.01 PREPARATION: A. Ream pipes and tubing prior to connecting. B. Remove welding slag from welded connections. 3.02 INSTALLATION: A. Slope natural gas piping minimum of 1 inch in 40 feet and provide minimum 12" deep drip pocket same size as pipe, at all low points and at final connections to equipment. Provide malleable iron removable screw-on cap on bottom of drip pocket. B. Bury underground gas piping minimum of 2 feet below finished g e. C. Provide one or more anodes, sized for pipe size and lengthround service. D. Use flexible connector and gas cock for final connecti tcac appliance or other gas fueled unit. E. Provide dielectric union where piping emerges n erground. F. Weld all connections where piping must e co ealed. Provi ventilated pipe sleeves where required. • 4 G. Use teflon tape or other app v d j i Nmpoun &nect threaded pipe. H. Arrange with local util' for" p and m st Ilation. Pay all costs to establish natural gas service. Make sure al ipinNcealed in other areas are properly vented.At top of solid walls vent with openin 'ch is 2 tim e eter of the pipe. ♦ J. Pro . `11�ted pipe sleeve nder all paving and other hard surfaces. K. Bond I Ir•r metal gas piping to the electrical system ground. Piping shall be electrically continuous. L. Install continuous strip of plastic utility marker tape over gas piping. Use strip with trace wire for plastic pipe. M. Identify and label medium pressure gas piping at both ends and the 6 foot intervals in between. 3.03 TESTING: A. Before concealing,test natural gas piping system and prove leak free. Subject system to at least 50 City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 214 of 240 psig air pressure for 30 minutes. 1 B. Check underground piping coating with a "Holiday" detector and prove free from leakage currents through coating. END OF SECTION 231113 SECTION 312319- DEWATERING PART 13-GENERAL 13.1 RELATED DOCUMENTSNal �� A. Drawings and general provisions of the Contract, includingnd Supplementary Conditions and other Division 1 Specification Sections, apply to this SectictiSe fribt O13.2 SUMMARY CI\ 0 IC?Iiiill° A. This Section includes construction dewaterin • 13.3 PERFORMANCE REQUIREMENTS4..(V4% &4 A. Dewatering Performance: I-si;, nish, in to , operate, monitor, and maintain dewatering system of sufficient scope, ' 1.-, -nd capacit t �trol ground-water flow into excavations and permit construction to proceec i s r table su•,;gays. 1. Maintain d waterin operatio . .-nsure erosion control, stability of excavations and constructed es, that v7NP goes not flood, and that damage to subgrades and perma ures is pre . 2. Pre. e water from e ering excavations by grading, dikes, or other means. 3. Acco I dewatering without damaging existing buildings adjacent to excavation. 4. Remove dewatering system if no longer needed. 13.4 QUALITY ASSURANCE A. Regulatory Requirements: Comply with water disposal requirements of authorities having jurisdiction. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 215 of 240 13.5 PROJECT CONDITIONS A. Interruption of Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted in writing by Engineer and then only after arranging to provide temporary utility services according to requirements indicated. B. Survey adjacent structures and improvements, employing a qualified professional engineer or land surveyor, establishing exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. 1. During dewatering, regularly re-survey benchmarks, maintaining an accurate log of surveyed elevations for comparison with original elevations. Promptly notify Engineer if changes in elevations occur or if cracks, sags, or other damage is evident in adjacent construction. PART 14- PRODUCTS(Not Used) i .S•41 Nil PART 15- EXECUTION <6* 15.1 PREPARATIONitN\r, A. Protect structures, utilities, sidewalks, pay men nd otheies from damage caused by settlement, lateral movement, underminin w out, an of r hazards created by dewatering operations. • 1. Prevent surface water and sub ur ce+ir groun. s% om entering excavations, from ponding on prepared subgrades, ar ding site . +. . rounding area. 2. Protect subgrades and f nd tion soils softening and damage by rain or water accumulation. / 0` B. Install dewatering systr nsure m' I1, interference with roads, streets, walks, and other adjacent occupied d use acilities. 1. Do not �os obstruct Iks, or other adjacent occupied or used facilities without perm.,..k.. Owner an ut orities having jurisdiction. Provide alternate routes around clos:• ► .,s ructed traffic w s if required by authorities having jurisdiction. 15.2 INSTALLATION A. Install dewatering system utilizing wells, well points, or similar methods complete with pump equipment, standby power and pumps, filter material gradation, valves, appurtenances, water disposal, and surface-water controls. B. Before excavating below ground-water level, place system into operation to lower water to specified levels. Operate system continuously until drains, sewers, and structures have been constructed and fill materials have been placed, or until dewatering is no longer required. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 216 of 240 C. Provide an adequate system to lower and control ground water to permit excavation, construction of structures, and placement of fill materials on dry subgrades. Install sufficient dewatering equipment to drain water-bearing strata above and below bottom of foundations, drains, sewers, and other excavations. 1. Do not permit open-sump pumping that leads to loss of fines, soil piping, subgrade softening, and slope instability. D. Reduce hydrostatic head in water-bearing strata below subgrade elevations of foundations, drains, sewers, and other excavations. E. Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water in a manner that avoids inconvenience to others. Provide sumps, sedimentation tanks, and other flow-control devices as required by authorities having jurisdiction. 1. Comply with "Environmental Specifications." s F. Provide standby equipment on-site, installed and available o ' ediate operation, to maintain dewatering on continuous basis if any part of systemIt m nadequate or fails. If dewatering requirements are not satisfied due to inadequacy or f " dewatering system, restore damaged structures and foundation soils at no additional expen to wner. 1. Remove dewatering system from Project site ir,A. pleti.• of dewatering. Plug or fill well holes with sand or cut off and cap wells a rn' m of 3:rP -s (900 mm) below overlying construction. • G. Damages: Promptly repair damages jac,�nt faciliti d by dewatering operations. END OF SECTION 312319 ic.\ °S(eD No, SECTION 330500-COMMON WC SULTS FO ES • 6 PART 1-GENERALY" , i( ? 15.3 RELATED DOC? OC MENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. • 15.4 SUMMARY A. This Section includes the following: 1. Piping joining materials. 2. Transition fittings. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 217 of 240 3. Dielectric fittings. 4. Sleeves. 5. Identification devices. 6. Grout. 7. Flowable fill. 8. Piped utility demolition. 9. Piping system common requirements. 10. Equipment installation common requirements. 11. Painting. 12. Concrete bases. 13. Metal supports and anchorages. 15.5 DEFINITIONS \P A. Exposed Installations: Exposed to view outdoors or subject to td r ambient temperatures and weather conditions. (b." IcB. Concealed Installations: Concealed from view and prot from weather conditions and physical contact bybuildingoccupants but to out mbient temperatures. Examples include p subject � � P p installations within unheated shelters. 0 1S?111114. C. ABS: Acrylonitrile-butadiene-styrene plastic. Co) D. CPVC: Chlorinated polyvinyl chloride tic. •` E. PE: Polyethylene plastic. F. PVC: Polyvinyl chloride pla• a.1 lc\ 46c i(...,f 15.6 ACTION SUBMITTA A. Product Dat.- 'N 'ill) . i- 1. Diele V' . tings. 2. Identific.tion devices. 15.7 INFORMATIONAL SUBMITTALS A. Welding certificates. 15.8 QUALITY ASSURANCE A. Steel Support Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 218 of 240 B. Steel Piping Welding: Qualify processes and operators according to ASME Boiler and Pressure Vessel Code: Section IX, "Welding and Brazing Qualifications." 1. Comply with provisions in ASME B31 Series, "Code for Pressure Piping." 2. Certify that each welder has passed AWS qualification tests for welding processes involved and that certification is current. C. Comply with ASME A13.1 for lettering size, length of color field, colors, and viewing angles of identification devices. 15.9 DELIVERY, STORAGE,AND HANDLING A. Deliver pipes and tubes with factory-applied end caps. Maintain end caps through shipping, storage, and handling to prevent pipe end damage and to prevent entrance o rt, debris, and moisture. B. Store plastic pipes protected from direct sunlight. Support to pr (Aging and bending. 15.10 COORDINATION \IS A. Coordinate installation of required supporting devi rl�l set sl ves in poured-in-place concrete and q pp g � p P other structural components as they are con uct B. Coordinate installation of identifying devices er cowp n covering and painting if devices are applied to surfaces. C. Coordinate size and location of c4ases. F , reinforcement, and concrete requirements are specified in Section 033 0 410a -Place t '. PART 16- PRODUCTS 11\ • 16.1 PIPING JOI AhiMALS VA" sZ4499 A. Pipe-Flange et Materials: Suitable for chemical and thermal conditions of piping system contents. 1. ASME B16.21, nonmetallic, flat, asbestos free, 1/8-inch (3.2-mm) maximum thickness, unless otherwise indicated. a. Full-Face Type: For flat-face, Class 125, cast-iron and cast-bronze flanges. b. Narrow-Face Type: For raised-face, Class 250, cast-iron and steel flanges. 2. AWWA C110, rubber, flat face, 1/8 inch (3.2 mm) thick, unless otherwise indicated; and full-face or ring type, unless otherwise indicated. B. Flange Bolts and Nuts: ASME B18.2.1, carbon steel, unless otherwise indicated. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 219 of 240 C. Plastic, Pipe-Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. D. Solder Filler Metals:ASTM B 32, lead-free alloys. Include water-flushable flux according to ASTM B 813. E. Brazing Filler Metals: AWS A5.8, BCuP Series, copper-phosphorus alloys for general-duty brazing, unless otherwise indicated; and AWS A5.8, BAg1, silver alloy for refrigerant piping, unless otherwise indicated. F. Welding Filler Metals: Comply with AWS D10.12/D10.12M for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded. G. Solvent Cements for Joining Plastic Piping: 1. ABS Piping: ASTM D 2235. \io.1 2. CPVC Piping:ASTM F 493. 3. PVC Piping: ASTM D 2564. Include primer according to AS . 4. PVC to ABS Piping Transition: ASTM D 3138. H. Fiberglass Pipe Adhesive: As furnished or recommends manufacturer. 16.2 TRANSITION FITTINGS CP ISZ°1141P . A. Transition Fittings, General: Same size as, and with pros ting at least equal to and with ends compatible with, piping to be joined. B. Transition Couplings NPS 1-1/2 ( 4 d Small 1. Underground Piping. factured pi ii c piing or specified piping system fitting. 2. Aboveground Pipi fied pipi em fitting. C. AWWA Transition ••" slings NPS n• Larger: • • 1. Des #•\!Y WA C219, m al sleeve-type coupling for underground pressure piping. D. Plastic-to-Me ransition Fittings: 1. Description: CPVC and PVC one-piece fitting with manufacturer's Schedule 80 equivalent dimensions; one end with threaded brass insert, and one solvent-cement-joint or threaded end. E. Plastic-to-Metal Transition Unions: 1. Description: MSS SP-107, CPVC and PVC four-part union. Include brass or stainless-steel threaded end, solvent-cement-joint or threaded plastic end, rubber 0-ring, and union nut. F. Flexible Transition Couplings for Underground Nonpressure Drainage Piping: City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 220 of 240 1. Description: ASTM C 1173 with elastomeric sleeve, ends same size as piping to be joined, and corrosion-resistant metal band on each end. 16.3 DIELECTRIC FITTINGS A. Dielectric Fittings, General: Assembly of copper alloy and ferrous materials or ferrous material body with separating nonconductive insulating material suitable for system fluid, pressure, and temperature. B. Dielectric Unions: 1. Description: Factory fabricated, union, NPS 2 (DN 50) and smaller. a. Pressure Rating: 150 at 180° F (829 C). b. End Connections: Solder-joint copper alloy and threade it1 threaded ferrous. C) C. Dielectric Flanges: 4?) , 1. Description: Factory-fabricated, bolted, compani assembly, NPS 2-1/2 to NPS 4 (DN 65 to DN 100) and larger. a. Pressure Rating: 300. 0 b. End Connections: Solder-joint c er Iloy and thre ed ferrous; threaded solder-joint copper alloy and threaded ferrous. tAcini% &illy"' D. Dielectric Couplings: 1. Description: Galvaniz -ste�l piing w. er and noncorrosive, thermoplastic lining, NPS 3 (DN 80) and smaller. 4111 a. Pressu e Ratin 00 psig aiii.2 "":) at 2259 F (1079 C). b. End C ctions:Thr de AP • E. Dielectric 4. • 1. Descrip : Electroplated steel nipple with inert and noncorrosive, thermoplastic lining. a. Pressure Rating: 300 psig (2070 kPa) at 2252 F (1072 C). b. End Connections: Threaded or grooved. 16.4 SLEEVES A. Mechanical sleeve seals for pipe penetrations are specified in Section 220517 "Sleeves and Sleeve Seals for Plumbing Piping." City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 221 of 240 B. Galvanized-Steel Sheet Sleeves: 0.0239-inch (0.6-mm) minimum thickness; round tube closed with welded longitudinal joint. C. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized, plain ends. D. Cast-Iron Sleeves: Cast or fabricated "wall pipe" equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. E. Molded PVC Sleeves: Permanent, with nailing flange for attaching to wooden forms. F. PVC Pipe Sleeves: ASTM D 1785, Schedule 40. G. Molded PE Sleeves: Reusable, PE, tapered-cup shaped, and smooth outer surface with nailing flange for attaching to wooden forms. r?Sits1 16.5 IDENTIFICATION DEVICES Niii A. General: Products specified are for applications refere in er utilities Sections. If more than single type is specified for listed applications, selection i is option. B. Equipment Nameplates: Metal permanently fasten uipm t with data engraved or stamped. 1. Data: Manufacturer, product name, ode number, seri number, capacity, operating and power characteristics, labels of tested co iance , essential data. 2. Location: Accessible and visibl ` C. Stencils: Standard stencils prepa etter siz ging with recommendations in ASME A13.1. Minimum letter height is 1- 4 it (30 mm u ts, and 3/4 inch (20 mm) for access door signs . and similar operational ins i ins. 1. Material: Br.ss. 2. Stencil Paint terior, oil-. ., -d, -g oss black enamel, unless otherwise indicated. Paint may be in prey V pray-can :7t'' . 3. Ide .} 'Paint: Exterior, iil-based, alkyd enamel in colors according to ASME A13.1, unless others 431 dicated. D. Snap-on Plastic Pipe Markers: Manufacturer's standard preprinted, semirigid, snap-on type. Include color-coding according to ASME A13.1, unless otherwise indicated. E. Pressure-Sensitive Pipe Markers: Manufacturer's standard preprinted, color-coded, pressure-sensitive- vinyl type with permanent adhesive. F. Pipes with OD, Including Insulation, Less Than 6 Inches (150 mm): Full-band pipe markers, extending 360 degrees around pipe at each location. G. Pipes with OD, Including Insulation, 6 Inches (150 mm) and Larger: Either full-band or strip-type pipe markers, at least three times letter height and of length required for label. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 222 of 240 H. Lettering: Manufacturer's standard preprinted captions as selected by Architect. I. Lettering: Use piping system terms indicated and abbreviate only as necessary for each application length. 1. Arrows: Either integrally with piping system service lettering to accommodate both directions of flow, or as separate unit on each pipe marker to indicate direction of flow. J. Plastic Tape: Manufacturer's standard color-coded, pressure-sensitive, self-adhesive vinyl tape, at least 3 mils (0.08 mm) thick. 1. Width: 1-1/2 inches (40 mm) on pipes with OD, including insulation, less than 6 inches (150 mm); I 2-1/2 inches (65 mm) for larger pipes. 2. Color: Comply with ASME A13.1, unless otherwise indicated. K. Valve Tags: Stamped or engraved with 1/4-inch (6.4-mm) letters '• • ) system abbreviation and 1/2-inch (13-mm) sequenced numbers. Include 5/32-inch (4-m •re7:),. - .r fastener. 1. Material: 0.032-inch- (0.8-mm-) thick, brass. 2. Material: 0.0375-inch- (1-mm-) thick stainless ste NS 3. Material: 3/32-inch- (2.4-mm-) thick plastic te with 2 black surfaces and a white inner layer. 4. Material: Valve manufacturer's standa soli p astic. 5. Size: 1-1/2 inches (40 mm) in diameter, s otherwi indi ated. 6. Shape: As indicated for each pi "3 system. •` L. Valve Tag Fasteners: Brass, wire- ded cha" • ss S-hooks. M. Engraved Plastic-Laminato O— ASTM ASTM D 70.9 e• I, cellulose, paper-base, phenolic-resin-laminate engraving stock; Grade - .I.. k surfac .: .henolic core, with white melamine subcore, unless otherwise indicated. Fa ri te in sizes r.-., for message. Provide holes for mechanical fastening. 1. Engraving: .".ver's sta : c er style, of sizes and with terms to match equipment iden -ti 2. Thic /8 inch (3 mm), u ess otherwise indicated. 3. Thickne1/16 inch (1.6 mm), for units up to 20 sq. in. (130 sq. cm) or 8 inches (200 mm) in length, and 1/8 inch (3 mm) for larger units. 4. Fasteners: Self-tapping, stainless-steel screws or contact-type permanent adhesive. N. Plastic Equipment Markers: Manufacturer's standard laminated plastic, in the following color codes: 1. Green: Cooling equipment and components. 2. Yellow: Heating equipment and components. 3. Brown: Energy reclamation equipment and components. 4. Blue: Equipment and components that do not meet criteria above. 5. Hazardous Equipment: Use colors and designs recommended by ASME A13.1. 6. Terminology: Match schedules as closely as possible. Include the following: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 223 of 240 a. Name and plan number. b. Equipment service. c. Design capacity. d. Other design parameters such as pressure drop, entering and leaving conditions, and speed. 7. Size: 2-1/2 by 4 inches (65 by 100 mm) for control devices, dampers, and valves; 4-1/2 by 6 inches (115 by 150 mm) for equipment. 0. Plasticized Tags: Preprinted or partially preprinted, accident-prevention tags, of plasticized card stock with mat finish suitable for writing. 1. Size: 3-1/4 by 5-5/8 inches (83 by 143 mm). 2. Fasteners: Brass grommets and wire. 3. Nomenclature: Large-size primary caption such as DANGER, C Nor DO NOT OPERATE. P. Lettering and Graphics: Coordinate names, abbreviations, and - signations used in piped utility identification with corresponding designations indicated. Usu '• -rs, letters, and terms indicated for proper identification, operation, and maintenance of pipe ti y systems and equipment. 1. Multiple Systems: identify individual syste er and service if multiple systems of same name are indicated. Cro) 16.6 GROUT • A. Description: ASTM C 1107, Grad n ink and • s*"P Ilic, dry hydraulic-cement grout. 3 1. Characteristics: Post ilk.6eing, volum-, e. ing, nonstaining, noncorrosive, nongaseous, and recommended foin W. :nd exteri►.:.. ations. 2. Design Mix: 5000 34. -MPa), : `Rq ompressive strength. 3. Packaging: P axed and factor. '.�,� a l-d. • 16.7 FLOWABL'40t` 1111** A. Description: Low-strength-concrete, flowable-slurry mix. 1. Cement: ASTM C 150, Type I, portland. 2. Density: 115-to 145-lb/cu. ft. (1840-to 2325-kg/cu. m). 3. Aggregates: ASTM C 33, natural sand, fine and crushed gravel or stone, coarse. 4. Aggregates: ASTM C 33, natural sand, fine. 5. Admixture: ASTM C 618, fly-ash mineral. 6. Water: Comply with ASTM C 94/C 94M. 7. Strength: 100 to 200 psig (690 to 1380 kPa) at 28 days. City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 224 of 240 PART 17- EXECUTION 17.1 PIPED UTILITY DEMOLITION A. Refer to Section 311000 "Site Clearing and Demolition" for general demolition requirements and procedures. B. Disconnect, demolish, and remove piped utility systems, equipment, and components indicated to be removed. 1. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. 2. Piping to Be Abandoned in Place: Drain piping. Fill abandoned piping with flowable fill, and cap or plug piping with same or compatible piping material. 3. Equipment to Be Removed: Disconnect and cap services ande)iuipment. 4. Equipment to Be Removed and Reinstalled: Disconnect a �ervices and remove, clean, and store equipment; when appropriate, reinstall, reconnei�ake operational. 5. Equipment to Be Removed and Salvaged: Disconn cap services and remove equipment and deliver to Owner. icii\ C. If pipe, insulation, or equipment to remain a e d in ap ce or is unserviceable, remove damaged or unserviceable portions and repl e wi new produc f equal capacity and quality. 17.2 DIELECTRIC FITTING APPLICATIONSrit ♦1 ` A. Dry Piping Systems: Connect pipin of issimilarto with the following: OP 1. NPS 2 (DN 50) an S Dielectric 0 2. NPS 2-1/2 to NPS D 5 to DN '%''ielectric flanges. B. Wet Piping Systerr6 nnect pip' milar metals with the following: 1. NP i�' . . and Smaller: D lectric couplings. 2. NPS O. NPS 4 (DN 65 to DN 100): Dielectric nipples. 3. NPS 2-1 to NPS 8 (DN 65 to DN 200): Dielectric nipples. 4. NPS 10 and NPS 12 (DN 250 and DN 300): Dielectric flange kits. 17.3 PIPING INSTALLATION A. Install piping according to the following requirements and utilities Sections specifying piping systems. B. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations to layout are approved on the Coordination Drawings. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 225 of 240 C. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. D. Install piping to permit valve servicing. E. Install piping at indicated slopes. F. Install piping free of sags and bends. G. Install fittings for changes in direction and branch connections. H. Select system components with pressure rating equal to or greater than system operating pressure. I. Sleeves are not required for core-drilled holes. J. Permanent sleeves are not required for holes formed by removableIts. K. Install sleeves for pipes passing through concrete and masonr � nd concrete floor and roof slabs. 1. Cut sleeves to length for mounting flush with both � (.��__ Ici a. Exception: Extend sleeves installed in of equipment areas or other wet areas 2 inches (50 mm) above finished fle 2. Install sleeves in new walls and slabs as n ails and bs a e constructed. • a. PVC Pipe Sleeves: For "'• •s . . lirthan Ni 150). b. Steel Sheet Sleeves. • .es NPS 0) and larger, penetrating gypsum-board partitions. , L. Verify final equipment I a s or roughi .0 M. Refer to equipmen ecifications in • la, e 'ons for roughing-in requirements. ♦ 17.4 PIPING JO IC •`SF RUCTION A. Join pipe and ittings according to the following requirements and utilities Sections specifying piping systems. B. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe. C. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. D. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 226 of 240 1. Apply appropriate tape or thread compound to external pipe threads unless dry seal threading is specified. 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds. E. Welded Joints: Construct joints according to AWS D10.12/D10.12M, using qualified processes and welding operators according to Part 1 "Quality Assurance" Article. F. Flanged Joints: Select appropriate gasket material, size, type, and thickness for service application. Install gasket concentrically positioned. Use suitable lubricants on bolt threads. G. Grooved Joints: Assemble joints with grooved-end pipe coupling with coupling housing, gasket, lubricant, and bolts according to coupling and fitting manufacturer's written instructions. . H. Soldered Joints: Apply ASTM B 813 water-flushable flux, unless of wise indicated, to tube end. Construct joints according to ASTM B 828 or CDA's "Copper Tub Ha ook," using lead-free solder alloy (0.20 percent maximum lead content) complying with ASTifrot, I. Brazed Joints: Construct joints according to AWS's "Brazin book," "Pipe and Tube" Chapter, using copper-phosphorus brazing filler metal complying wit .8. J. Pressure-Sealed Joints: Assemble joints for pl .i. . pper to• . mechanical pressure seal fitting with proprietary crimping tool to according t fittin manufacture 1r written instructions. K. Plastic Piping Solvent-Cemented Join lean and dry 'di\ aces. Join pipe and fittings according to the following: 411 1. Comply with ASTM F 402 fo f handling c e of cleaners, primers, and solvent cements. 2. ABS Piping: Join acc•,• 44! ASTM ASTM D 22 ^ ASTM D 2661 appendixes. 3. CPVC Piping:Join c• .1 to ASTM := D 2846M Appendix. 4. PVC Pressure Pi n Join sche• - `"•111 ber ASTM D 1785, PVC pipe and PVC socket fittings according t. 'STM D 267 . J. •.h- than-schedule-number PVC pipe and socket fittings according t.fb D 2855. 5. PVC �A•\•'e Piping:Joi ccording to ASTM D 2855. 6. PVC ' .- :` onpressure Transition Fittings: Join according to ASTM D 3138 Appendix. L. Plastic Pressure Piping Gasketed Joints: Join according to ASTM D 3139. M. Plastic Nonpressure Piping Gasketed Joints: Join according to ASTM D 3212. N. Plastic Piping Heat-Fusion Joints: Clean and dry joining surfaces by wiping with clean cloth or paper towels.Join according to ASTM D 2657. 1. Plain-End PE Pipe and Fittings: Use butt fusion. 2. Plain-End PE Pipe and Socket Fittings: Use socket fusion. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 227 of 240 0. Bonded Joints: Prepare pipe ends and fittings, apply adhesive, and join according to pipe manufacturer's written instructions. 17.5 PIPING CONNECTIONS A. Make connections according to the following, unless otherwise indicated: 1. Install unions, in piping NPS 2 (DN 50) and smaller, adjacent to each valve and at final connection to each piece of equipment. 2. Install flanges, in piping NPS 2-1/2 (DN 65) and larger, adjacent to flanged valves and at final connection to each piece of equipment. 3. Install dielectric fittings at connections of dissimilar metal pipes. 17.6 EQUIPMENT INSTALLATIONlb, �� A. Install equipment level and plumb, unless otherwise indicate B. Install equipment to facilitate service, maintenance, air or replacement of components. Connect equipment for ease of disconnecting, with 'ni urn interference with other installations. Extend grease fittings to an accessible location. 0 C. Install equipment to allow right of way to pip sy ems inst lied required slope. • 17.7 PAINTING 4111,411 ` A. Painting of piped utility systems,, j ment, a • em.onents is specified in Section 099113 "Exterior Painting," Section 099123 Ii. sr Painting," .er '- tion 099600 "High-Performance Coatings." B. Damage and Touchup: air marr-- . amaged factory-painted finishes with materials and procedures to mat original fact igi ♦ 17.8 IDENTIFIC-',f' '` A. Piping Systems: Install pipe markers on each system. Include arrows showing normal direction of flow. 1. Stenciled Markers: According to ASME A13.1. 2. Plastic markers, with application systems. Install on insulation segment if required for hot noninsulated piping. 3. Locate pipe markers on exposed piping according to the following: a. Near each valve and control device. b. Near each branch, excluding short takeoffs for equipment and terminal units. Mark each pipe at branch if flow pattern is not obvious. c. Near locations where pipes pass through walls or floors or enter inaccessible enclosures. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10 Fleet Truck Wash Page 228 of 240 d. At manholes and similar access points that permit view of concealed piping. e. Near major equipment items and other points of origination and termination. B. Equipment: Install engraved plastic-laminate sign or equipment marker on or near each major item of equipment. I 1. Lettering Size: Minimum 1/4 inch (6.4 mm) high for name of unit if viewing distance is less than 24 inches (610 mm), 1/2 inch (13 mm) high for distances up to 72 inches (1800 mm), and proportionately larger lettering for greater distances. Provide secondary lettering two-thirds to three-fourths of size of principal lettering. 2. Text of Signs: Provide name of identified unit. Include text to distinguish among multiple units, inform user of operational requirements, indicate safety and emergency precautions, and warn of hazards and improper operations. C. Adjusting: Relocate identifying devices that become visually blocked or of this or other Divisions. 17.9 CONCRETE BASES c(?)* A. Concrete Bases: Anchor equipment to concrete base g to equipment manufacturer's written instructions and according to seismic codes at Proje 1. Construct concrete bases of dimensio indi d, but not s an 4 inches (100 mm) larger in both directions than supported unit. 2. Install dowel rods to connect c ete base to c•Nt or. Unless otherwise indicated, install dowel rods on 18-inch (450-r ) n At aroun.�i perimeter of base. 3. Install epoxy-coated anch. r suppor:,-. '-g, pment that extend through concrete base, and anchor into structural c• to floor. 4. Place and secure ant S::'jt� •- devices. Us; c•erted equipment manufacturer's setting drawings, templates, diagra , I * ctions, a i. .- ions furnished with items to be embedded. 5. Install anchor bolts t levations .. . for proper attachment to supported equipment. 6. Install ancho.. .•Its accordir• to : ..% .r-.olt manufacturer's written instructions. 7. Use 300&? % .7-MPa), 2 '.' • • pressive-strength concrete and reinforcement as specified in S:4). 000 "Cast-in-PI. e Concrete". 17.10 ERECTION OF METAL SUPPORTS AND ANCHORAGES A. Refer to Section 055000 "Metal Fabrications" for structural steel. B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor piped utility materials and equipment. C. Field Welding: Comply with AWS D1.1/D1.1M. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 229 of 240 17.11 GROUTING A. Mix and install grout for equipment base bearing surfaces, pump and other equipment base plates, and anchors. B. Clean surfaces that will come into contact with grout. C. Provide forms as required for placement of grout. D. Avoid air entrapment during placement of grout. E. Place grout, completely filling equipment bases. F. Place grout on concrete bases and provide smooth bearing surface for equipment. G. Place grout around anchors. �♦1 H. Cure placedgrout. te END OF SECTION 330500ir"\\0 SECTION 334100-STORM DRAINAGE CP 4.1aVY111114. PART 1-GENERAL ` <09/ 17.12 RELATED DOCUMENTS cb diS\ A. Drawings and general p isiof the Cc lbt, including General and Supplementary Conditions and Division 1 Specific. ion Sec ns, appl i .ection. B. Related Sectio - the folio SZPIIP 1. Env' NICompliance— . ► ction 003143. 2. Earth , Section 312000. 3. Cast-in-' ace Concrete—Section 033000. 4. Grouts—Section 033150. 17.13 SUMMARY A. Gravity-flow, nonpressure storm drainage, with the following components: 1. Pipe. 2. Underdrain. 3. Flared end sections. 4. Precast concrete drainage structures. City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10—Fleet Truck Wash Page 230 of 240 5. Cast-in-place concrete drainage structures. B. Underdrain. 17.14 RELATED DOCUMENTS: A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 17.15 DEFINITIONS A. RCP: Reinforced concrete pipe. B. FES: Flared end section. 1\ C. PVC: Polyvinyl chloride plastic. 17.16 PERFORMANCE REQUIREMENTS .1-\S-ilir A. Gravity-Flow, Nonpressure, Drainage-Piping P s fl;:twig: 1s Nlo; head of water. Pipe joints shall be silttight, unless otherwise indicated. B. Gravity-flow, nonpressure, drainage•,;iping with p ails for infiltration of waters into subsurface soils. Pipe joints shall b 'It ht!‘ 1 c\ 17.17 SUBMITTALS 0). A. Product Data: For the fwiny.,.. 1. Pipe. 2. Pipe joinn:dui erial(s). 3. Manh. - _•:!MIN lid. 4. Pre ts end section. 5. Precas`°.drain inlet/outlet structure. 6. Drainage backfill. 7. Underdrain. 8. Geotextile fabric. 9. Concrete. 10. Grout. B. Shop Drawings: For the following: 1. Precast Concrete Drainage Structures: Include drawings, elevations, sections, details, and frames and covers along with the design calculations. 2. Cast-in-Place Drainage Structures: Comply with submittal requirements of Section 03300 Cast- in-Place Concrete. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 231 of 240 C. Coordination Drawings: Show pipe sizes, locations, and elevations. Show other piping in same trench and clearances from storm drainage system piping. Indicate interface and spatial relationship between manholes, piping, and proximate structures. D. Profile Drawings: Show system piping in elevation. Draw profiles at horizontal scale of not less than 1 inch equals 50 feet (1:500) and vertical scale of not less than 1 inch equals 5 feet (1:50). Indicate manholes and piping. Show types, sizes, materials, and elevations of other utilities crossing system piping. E. Product Certificates: For each type of cast-iron soil pipe and fitting, from manufacturer. F. Material test reports. 1. Test reports shall not be more than 12 months old. G. Field quality-control test reports. H. Shop Drawings: 1. Manholes: Include plans, elevations, sections, details, rand covers. 2. Stormwater Inlets: Include plans, elevations, sectio ails, frames, covers, and grates. 3. Stormwater Detention Structures: Include pla , tions, sections, details, frames, covers, design calculations, and concrete design-mix ��00• 0 17.18 DELIVERY, STORAGE,AND HANDLING 0 ISrilliP • A. Protect pipe, pipe fittings, and seal o dir*nd dam ` B. Handle precast drainage structure ac rding to urer's written rigging instructions. C. Protect stockpiled mateis t to prey teon, dust, and loss of material. il\ 17.19 PROJECT CONDITI • A. Interrupti. • ing Storm Dr age Service: Do not interrupt service to facilities occupied by Owner or •Vit unless permitted under the following conditions and then only after arranging to provide temp. ary service according to requirements indicated: 1. Notify Engineer no fewer than two days in advance of proposed interruption of service. 2. Do not proceed with interruption of service without Engineer's written permission. B. Flood Protection: Contractor shall maintain all stormwaters scheduled onsite and offsite that contribute to flow in the vicinity of the proposed stormwater piping during construction, without flooding building, adjacent properties, fleet parking areas, or material storage areas, and maintain compliance with all applicable environmental permits, laws and regulations. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 232 of 240 PART 18- PRODUCTS 18.1 PIPE AND FITTINGS A. Reinforced-Concrete Storm Sewer Pipe (RCP) and Fittings: ASTM C 76 (ASTM C 76M), with groove and tongue ends and sealant joints with ASTM C 990 (ASTM C 990M), bitumen or butyl-rubber sealant, Class III, Wall B. B. PVC Corrugated Storm Sewer Piping: 1. Pipe: ASTM F 949, PVC, corrugated pipe with bell-and-spigot ends for gasketed joints. 2. Fittings: ASTM F 949, PVC molded or fabricated, socket type. 3. Gaskets: ASTM F 477, elastomeric seals. C. PVC Underdrain: ASTM A 2000. \0.1 1. Perforated-Wall Pipes and Fittings: a. Perforated PVC Pipe and Fittings: PVC A-2000—AS • ' ' ', bell-and-spigot ends, for soil- tight joints, AASHTO Standard Specifications fort+ Bridges, Section 26.4.2.4. 1) Piping shall be designed in accordance ASHTO Section 12, Buried Structures and Tunnel Liners. 2) Piping shall be manufactured fro - 4 cell class material per ASTM D 1784. 3) Pipe and fittings shall have i Ifffil pipe t s of 46 lbs./in./in., according to test method ASTM D 2412. b. Perforated underdrain shall be nstrute unde , landscaped areas, stormwater infiltration systems, and own or calle 0\ e Drawings. 2. Solid-Wall Pipes and Fitting a. Solid-wall PVC Pipe a I gs: PVC ' 't ASTM F 949, bell-and-spigot ends, for soil- tight joints,AA 00 and Spe . :..ns for Highway Bridges, Section 26.4.2.4. 1) Pipin s + designed i r. dance with AASHTO Section 12, Buried Structures and T el • ers. 2) ••sing sh be man from 12454 cell class material per ASTM D 1784. 3)* ' .. and fittin e a minimum pipe thickness of 46 lbs./in./in., according to �. ethod AS 4 . ls b. ..,,��.,,,�A:II underdrain s II be constructed under walks, pavements, building slabs, and as 'Fin or called for in the Drawings. 18.2 SPECIAL PIPE COUPLINGS A. Comply with ASTM C 1173, elastomeric, sleeve-type, reducing or transition coupling, for joining underground nonpressure piping. Include ends of same sizes as piping to be joined and corrosion- resistant metal tension band and tightening mechanism on each end. 1. Sleeve Materials: a. For Cast-Iron Soil Pipes: ASTM C 564, rubber. b. For Plastic Pipes: ASTM F 477, elastomeric seal or ASTM D 5926, PVC. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 233 of 240 c. For Dissimilar Pipes: ASTM D 5926, PVC or other material compatible with pipe materials being joined. 18.3 GEOTEXTILE FILTER FABRICS A. Description: Fabric of PP or polyester fibers or combination of both, with flow rate range from 110 to 330 gpm/sq. ft. (4480 to 13 440 L/min. per sq. m) when tested according to ASTM D 4491. 1. Structure Type: Nonwoven, needle-punched continuous filament. 2. Style(s): Flat and no sock. 18.4 PIPE INLETS/OUTLETS A. Head Walls: Cast-in-place reinforced concrete, with apron and taper sides. B. Flared End Sections: Precast concrete. Cii C. Stone Inlet/Outlet: Concrete inlet/outlet as detailed in r ngs with broken, irregular size and shape, graded stone according to NSSGA's "Quarried St osion and Sediment Control." 1. Average Size: NSSGA No. R-7, screen opening 1 c s (305 mm). 2. Type: Native sandstone. 3. Provide rodent screen on all outlets. 0 Ca) • wiSIIIIIIP 18.5 GRATE INLETS AND JUNCTION BOXES si A. Standard Precast Concrete Man . TM C 4 . Alb C 478M), precast, reinforced concrete, of depth indicated, with provi ' fo t seal o ...qg senetrations. 1. Diameter: 48 inches mm) minim '~ less otherwise indicated. 2. Ballast: Increase ick s of pre 11 oncrete sections or add concrete to base section, as required to event ation. 3. Base Sectio inch (150- urn thickness for floor slab and 4-inch (102-mm) minimum thickn- ♦k s and bas se s ction, and having separate base slab or base section with inte;:� • 4. Riser ins: 4-inch (102-mm) minimum thickness, and lengths to provide depth indicated. 5. Top Section: Eccentric-cone type unless concentric-cone or flat-slab-top type is indicated. Top of cone of size that matches grade rings. 6. Joint Sealant: Grout; see Section 03315 "Grouts." 7. Steps: Individual FRP steps wide enough to allow worker to place both feet on 1 step and designed to prevent lateral slippage off of step. Cast or anchor steps into sidewalls at 12- to 16- inch (300- to 400-mm) intervals. Omit steps if total depth from floor of manhole to finished grade is less than 48 inches (1220 mm). 8. Adjusting Rings: Interlocking rings with level or sloped edge in thickness and diameter matching manhole frame and cover. Include sealant recommended by ring manufacturer. 9. Grade Rings: Reinforced-concrete rings, 2- to 12-inch (50- to 305-mm) total thickness, to match diameter of manhole frame and cover. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 234 of 240 10. Manhole Frames and Covers: Include indented top design with lettering cast into cover as indicated on the Drawings. B. Cast-in-Place Concrete Manholes: Construct of reinforced-concrete bottom, walls, and top of depth, shape, dimensions, and appurtenances indicated. 1. Ballast: Increase thickness of concrete, as required to prevent flotation. 2. Steps: Shall not be allowed. 3. Adjusting Rings: Interlocking rings with level or sloped edge in thickness and diameter matching manhole frame and cover. Include sealant recommended by ring manufacturer. 4. Manhole Frames and Covers: Include indented top design with lettering cast into cover, as indicated on the Drawings. a. Material: ASTM A 48, Class 35B gray iron, unless otherwise indicated. C. PVC Grate Inlet/Junction Box for Underdrain: ASTM A 2000. 1. ASTM F 949, bell-and-spigot connections,for soil-tight joints, A)ITQStandard Specifications for Highway Bridges, Section 26.2.4. ��''11 2. Designed in accordance with AASHTO Section 12, Buried ,�► s and Tunnel Liners 3. Shall be manufactured from 12454 cell class material T4. D 1784. 4. Minimum wall thickness of 46 lbs./in./in. per ASTM . 5. Connect to underdrain system as called for s in the Drawings for a complete and functioning underdrain system. 0 18.6 CAST IRON CLEANOUTS C111411IIP A. Cast-Iron Cleanouts: Heavy-duty, ca -i plat cast sty \ ng and lid. 1. Description: ASME A112. , und, gr - I} ousing with clamping device and round, secured, scoriated, gray-ir.r.ver. In d gray-iron ferrule with inside calk or spigot connection and coufitc, tapered-the rass closure plug. 2. Top-Loading Classic. .n .): Heavy iq 18.7 CONCRETE + A. Cast-in-pl. :`Jlte according to ection 033000 of these Specifications. 18.8 GROUT A. Grout in accordance with Section 033150 "Grouts." 18.9 PIPE INLETS/OUTLETS A. Curtain Walls: Cast-in-place reinforced concrete, with apron and tapered sides. B. Flared End Sections: Precast concrete, AHTD. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 235 of 240 C. Riprap Basins: Broken, irregular size and shape, graded stone according to NSSGA's "Quarried Stone for Erosion and Sediment Control." 1. Average Size: NSSGA No. R-7, screen opening 12 inches (305 mm). 2. Type: Native sandstone. 18.10 DRAINAGE BACKFILL A. In accordance with Section 031200 "Earthwork." PART 19- EXECUTION 19.1 ENVIRONMENTAL COMPLIANCE A. Comply with all applicable requirements of local, state and fed al w p and with Section 003143 "Environmental Compliance", and Section 003144 "SWPPP" of Contract Documents. 19.2 EARTHWORK40"\\S A. Excavation, trenching, and backfilling are spec. . itttion 03 "Earthwork." 19.3 PIPING INSTALLATION ww •zifti, ri A. General Locations and Arrangems: irfgs and f -ery Thdicate general location and arrangement of underground storm drainage p n equired f' stments shall be reviewed by the Engineer. B. Install piping beginning at lb . .int, true to : i=.: . nd alignment indicated with unbroken continuity of invert. Place groovn. .' piping f.r . ream. Install gaskets, seals, sleeves, and couplings according to manufacture written i � s for use of lubricants, cements, and other installation `. requirements. Pipe ich is not i tru- m .nt or which shows settlement after laying shall be taken up and re-laid16 ontracto 'V` - extra compensation. Pipe shall not be laid in water or in .- unsuitable .nditions. Co rol of surface and subsurface water is required so dry conditions will exist .► 0 cavation and pipe laying. C. Install manholes (junction boxes) for changes in direction unless fittings are indicated. Use fittings for branch connections unless direct tap into existing sewer is indicated. D. Install proper size increasers, reducers, and couplings where different sizes or materials of pipes and fittings are connected. Reducing size of piping in direction of flow is prohibited. E. Install gravity-flow, nonpressure drainage piping according to the following: 1. Install piping pitched down in direction of flow, at minimum slope of 0.5 percent, unless otherwise indicated. 2. Install piping with 24-inch (510-mm) minimum cover, unless otherwise indicated. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 236 of 240 19.4 JOINING PIPE A. The method of joining pipe sections shall be such that the ends are fully entered and the inner surfaces are reasonably flush and even. B. Concrete Pipe: 1. Cold-Applied Preformed Plastic Gasket: The pipe joint surface shall be cleaned and the primer(if I recommended by the manufacturer) brushed on and allowed to dry. The protective wrapping shall be removed from one side of the rope. The rope shall be laid strip side up on the surface of the pipe joint and the strip pressed firmly to surface of pipe joint end-to-end continuing around the entire circumference of the joint. The remaining protective wrapping shall be removed and pipe forced into connection until material fills the joint space. a. To ensure an even and well-filled joint, the final joining of the pipe shall be accomplished by either pushing or pulling by mechanical means each 'oint of the pipe as it is laid in an approved manner. 41 b. In cold weather, when directed, the joint material shalbe rmed in a hot-water bath, or by other approved methods, to the extent req�r� keep the material pliable for placement without breaking or cracking. 1(I ���' C. PVC Pipe: Join PVC sewer piping according to ASTM and ASTM D 3034 for elastomeric-seal joints or ASTM D 3034 for elastomeric gasket joints() 19.5 CLEANOUT INSTALLATION 0 IS?ilills' • A. Install cleanouts and riser extension fr m s4vver pip pouts at grade. Use cast-iron soil pipe fittings in sewer pipes at braf cleanou 1.1 ast-iron soil pipe for riser extensions to cleanouts. Install piping so cleano t en in dir io f flow in sewer pipe. 1. Heavy-Duty,top-loa r 6 esification cle . B. Set cleanout frames an J :.ve s in eart Ith t-in-place concrete block, 18 by 18 by 16 inches deep. Set with tops 2 inc s above surroune 1111 - grade. • C. Set cleano ri nd covers concrete pavement and roads with tops flush with pavement surface. 19.6 STORMWATER INLET AND OUTLET INSTALLATION A. General: Install inlet structure, complete with appurtenances and accessories indicated. B. Install precast concrete inlet structure sections according to ASTM C 891. C. Construct inlet head walls, curtain walls, aprons, and sides of reinforced concrete, as indicated, and in accordance with Section 03300 "Cast-In-Place Concrete." D. Construct riprap of broken stone, as indicated. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 237 of 240 E. Install outlets that spill onto grade, anchored with concrete, where indicated. F. Install outlets that spill onto grade, with reinforced concrete curtain walls, where indicated. G. Install outlets that spill onto grade, with flared end sections that match pipe, where indicated. H. Construct energy dissipaters at outlets, as indicated. I. Where specific manhole construction is not indicated, follow manhole manufacturer's written instructions. J. Set tops of frames and covers flush with finished surface of manholes that occur in pavements. Set tops 3 inches above finished surface elsewhere unless otherwise indicated. • 19.7 UNDERDRAIN INSTALLATION \04% , frp A. Underdrains shall be connected into drainage structures as sthe Drawings. Outlets shall be positioned a minimum of 6 inches above the bottom of tr t A minimum of 18 inches of cover over the pipe shall be maintained. B. Construct perforated underdrains under grass, ed, or otherwise pervious surface cover. Construct solid wall underdrains under pay Iabs, sid and other impervious surface cover, unless otherwise noted. C. Place impervious fill on subgrade an pactto dim t' ns n icated, but not less than 6 inches (150 mm) deep and 12 inches (300 m d D. Lay flat-style geotextile filter fabric i ench and a trench sides. E. Place supporting layer f I ge cours Oompacted subgrade and geotextile filter fabric, to 4;6 compacted depth of no IAC than 4 inc.- mm). lb F. Install drainag*pi`( indicate - . "Piping Installation." G. Add drain rhe to width of a least 6 inches (150 mm) on sides and to top of pipe to perform tests. H. Wrapping pipe in silt sock or textile is prohibited. I. Observation wells/cleanouts of 6-inch non-perforated pipe shall be placed vertically in the infiltration facility as shown on the Drawings. The wells/cleanouts shall be connected to the perforated underdrain with the appropriate manufactured connections as shown on the Drawings. The wells/cleanouts shall extend to the top elevation of the bioretention facility mulch, and shall be capped with a screw cap. Cap shall be removable for cleaning. Observation wells/cleanouts shall be constructed with cast-on-place concrete collar and cast iron ring and lid. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 238 of 240 19.8 CONCRETE PLACEMENT A. Place cast-in-place concrete according to ACI 318 and in accordance with Section 03300 of these Specifications. 19.9 IDENTIFICATION A. Materials and their installation are specified in Section 02300 "Earthwork." Arrange for installation of green warning tape directly over piping and at outside edge of underground structures. 1. Use detectable warning tape over ferrous piping. 2. Use detectable warning tape over nonferrous piping and over edges of underground structures. 19.10 FIELD QUALITY CONTROL A. Inspect interior of piping to determine whether line completion displacem�t g other damage has occurred. Inspect after approximately 24 inches (610 mm) of backfill i I Tice, and ag p ain at letion of Project. 1. Submit separate reports for each system inspection 2. Defects requiring correction include the followi ' a. Alignment: Less than full diameter of i ;iiir • pipe is visible between structures. b. Crushed, broken, cracked, or oth_ e"FT, aged pip c. Infiltration: Water leakage into • .ing. d. Exfiltration: Water leakage from o _ .und pipin 3. Replace defective piping us' n terials, eat inspections until defects are within allowances specified. 4. Re-inspect and repeat proce r until resul ar atisfactory. o B. Test new piping system a its of exis . lams that have been altered, extended, or repaired, for leaks and defects. 1. Do not enclo - cover, or put in 41411 i before inspection and approval. 2. Test conrApl- -: ;_;'ping syst-''p- . ding to requirements of authorities having jurisdiction. 3. Sche•:: t- .nd inspectio by authorities having jurisdiction with at least 24 hours' advance noti 4. Submit --.arate report for each test. 5. Gravity-Flow Storm Drainage Piping: Test according to requirements of authorities having jurisdiction, UNI-B-6, and the following: a. Exception: Piping with soiltight joints unless required by authorities having jurisdiction. b. Option: Test plastic piping according to ASTM F 1417. c. Option: Test concrete piping according to ASTM C 924 (ASTM C 924M). C. Underdrain Piping - Testing: After installing drainage course to top of piping, test drain piping with water to ensure free flow before backfilling. Remove obstructions, replace damaged components, and repeat test until results are satisfactory. D. Leaks and loss in test pressure constitute defects that must be repaired. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 239 of 240 E. Replace leaking piping using new materials, and repeat testing until leakage is within allowances specified. F. Test stormwater infiltration systems by completely filling with potable water and measuring the amount of time it takes for the system to drain. Systems that do not completely drain within 48 hours constitute a failure that shall be repaired or replaced as necessary, and testing repeated until system performs as specified. 1. Alternatively, Contractor may use uncontaminated stormwater for this test, as approved by the Engineer. 19.11 CLEANING A. Clean interior of piping of dirt and superfluous materials. r 4\tel) 19.12 SEDIMENT"TRAPS"AND CONTROLS Noll A. Provide sediment barriers and controls to filter storm s or to entry into constructed storm water conveyance systems. B. Contractor shall maintain control until final stab'qii. is ac ' ved in accordance with the ADEQ Stormwater Discharge Permit. C. Contractor shall remove controls when final sta izatiorkis 'eved. 19.13 WARRANTY <0(1/•% A. Contractor shall provide cl :411p- Tservices as re y for a period of one year after final acceptance. B. Contractor shall provida services, es 'sib , and manpower to flush and/or repair any obstructed subsurface drains. 1 °11111, • END OF SECTION 3 'AU\ City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 240 of 240 CITY OF FAYETTEVILLE FLEET TRUCK & CAR WASH FACILITYPM MEI ` 4 1720 S ARMSTRONG AVENUE,FAYETTEVILLE,AR,72701 - ifl— - mw w.,s„ ....:.. v r° Fiii !---,P — ow Ca i £ 0 .. .r»»7:1--. _ cn fr7r3 -'?' / • A 1 PERMITS 8 APPLICABLE CODES �u/ .u�gyma 1' ii re r._fig � ?ee ty�p � L!i: emwe carmen ` .. 'i Lj mmwel,nv4..n"n z ',. r" sy �rn�rnw�,.en.a.'m ##'��, ,F ` "i ,°n ,Td'KMm..em.e� «:171,,x' P -*S a' ' �X7. '' ' w LL x.xr nm.a ' 9�5 ,�" k"S © /1 W_. `/ m a £ „ "'�M wnnm re"�n. r. .- 6,1a10.uaxo w 1-c �� .� 8 ,,. ,,. O�N 2 •,o rmm„�...,"°n"i°"a. • ��i' .‘„,,0,,,,,'oimiu xrwa um � �..�..r...�a. •wu..r°u„ O ro;w F cme rox mssunuswxsssx,i n vnsysxmi u U .�-- ME .,,ter- 1 9 I I 1 I 1 1 Y 7 1 1 7 I I i L..a J 7 7 ; $ ..—.. .._N___. i .,1 , s, --\ ,- .., • / ".'UT.•'' __ _ , , . , _ ii . , . . , .._., ,.r--\ , ——_ I , • EEi4 "Ir.satr, ) . ---41,:y--- 1 i-•'X. . i " • ' - ---.' _,./...'"' ' _::„.--- 1 -----Pt ,‹ , '... .. --' . `". c!1 1 . ) 0. „,,-..-_":::->- in I? 0 .!. ..- .---- ' 1 '"'.. — -7'4°. 1:,fral.•-- '''.'4.,,i ,"" - ..„- .. ce ..- ... ,b\ ,' .. ,,.- ---,- ,,- - ,42?) „. H , . \_3- 6 - .,-- . • --,:-- LPUNO Co -, '' ' 0 a / Clef' g -\\ --. .z -.- --\ '- // mt.- L - ./--" , t-R.IUND irprrX01, Ce I/1 / ad. Or C CIPLAPCPC LUC F C 0 < >. 0 / P 04 01 Writ LL.1 Oa wal i CPC,111,1 Ilea 0 =' >Ca) Z ' POPPC.r(1CL 0 I , ' H ....Ce =a , AI PPP rrv.,/ <C1- U) '''• IC5 , ........ ,VarsTP(11t5"07PAP:P, PP• POPIEF PO: 0 Z WV Werli 1,1CIP X T..U-I ce , V O1,7=1 .•,,,,•YDRANT 11,' ' , . ,, z y Ca LAS VE1(11 • ' '1 .1 • 1 •, '1 1.1 1110 I % V t•mnoto IMP —N— IttOr IE. - 7 i • i , . , . , .„ MT:Y:4"VA--„,•,,,,,,,,,,,,, • , s' - . , ' ''`, ' '',\ :. ‘, ' ''• ...--"' r:-:-----------r '-- '' ------'\''. '"'A. ,'"r.--'-----#.,„ ///,Z. ...— ,'-- SNEIro-DI' . 4 ,::"..;I:i 1 I I 1 ' ; 4 ., , ' '' \i: ' , 4 .••'.' '''..,e,',#= .14 1",(Y.,,...'''fi/744.77;47..,.,' .4.,‘''.\Z2'/ •',f '%':,'',' ,., L.• : '. X i ''. 'L 1-1 ' ' I • r 404.41.4:14reir "./;:10.• ,,,;;;:. ‘.'. ' /;,,, ,Z:0' '‘.,.........^,2, ,_.:! ' " , . ','" : MI - . , rl ' - 4,44,,N.A.;-,4,414, 7 z/•4:1,x) ii .- z ------ - A, 1,:,.: -............... , --.1 ,-- I .:, . ,.\ • . ;CY.,.',Iri; VS_ '' Or ''....t ' 1 ' ' 0; • ' ' --' ..- •:0' ',.' , E. Peife....,,,,f,4,T.N.ra -r,„/ ,;,),..t.,,, .=6; ,^,:ii,,:,,:,7", 7:.,,,,,,:):' s,\,,,<\ , k.\.,.2.,:),...: ...R k „ -„,,f„,•••" , • ,\• ptc'r.‘.. .74avftt,,,,,- -..ett,'' ,("", ,, IT - ,,, '5",;:.• Z ':..', 'i '''''',5',5::.45,..,.''...':.7'7 7 '; ;*:..,,,;:..i.,.3';';;;';''' DM.Z;';i . •: '' .. . . -‘e; ze,s14, , .'. '1•;-::, 4 I , -' V, "7"7 ,-,'": . /.',. -:::::kl-r•:"..S: ., L •', '.'..'4.. '• t/ ' ,/, • . ( './ A.A''' ,,. L •,,;TA',,6 At ' '.,\..•0" ',' /i ) ',7 ':''., ,•*: 9 1' /'' ,'\ ler:'K:,''4''1';1'' 0;'i : :: 'L.'.' '' '''),4 4,4r,Wd1.74.":*.i$4 4;W**:.&A,IX.Of 4 Z,''' V , ':• ''' ,.•'0 ''''' ' ,.' 4 I)jg -„ ' -,-__--,- . . r'"'",:; N , l',/,$);%,":4I:..i$3i:i.44,4::;RAW,.`•,-04. /`',---:.-::-..•".-,•;•`-:z •;;• .:..‘.--,-\'-','•;&%)W-7-..---;...'SZITZ." 1•';‘":1•••• (1)1,4 ' ' '' ''''''''''''''' \\•-•",. ‘4452.,W te,.....411/44,t.44S„„.,t,..,, _ _,,,-.....„ _.„(),,7_,,,,,,,,,,„, ..„, „. , ...... i- 0 II . ---.......,....--.........---- , ,,„„..,.......„, , ....,...................,... 5. a ---.. ' r;q47t1-7fir-.4-;.,.-':'-:-:.:424,-7.tlz:5:::-2-...-7.-- ,.L•f( LI W .., , = a- . 'rc.:4 777.77,7:171 er+73:ZA SE te i c.L."4:'i Ell re'10711: .... 7.,"rietre7•%=:,=rn.n[Z1,..2:4,7,,,,,• , ,' '4, : - ; : \,`\::',\,,. ,"„,-,- ...;' If ,-- < 5 re .. ui- " L'''t''''ii.S.:i„'":-.7r,Ma:K":"ii":=`,;Zo..“`0i.„,,,,, ' •,' F,1•741.;,...?:::::=7::,.7.,..7,r., =V:,,,...A' — — ,,......,..,....,,,...,............,,,......m....,.., Cl- ;.._, g- '1-77•••••-"-- -',7:•°,0`"''''-'-.F.Er...-7,-.•,:.+,:.Fait.:,".. ,' - '• " .. ..- ,;-- ,,,,,•;;•` -, 1- o , -• •""'" L,J...,..,,••,--- F_ , _ _ ' , SANITARY SEWER FORCE MAIN c,,,.=',. U) 31., . , ...0.,;74'17::, IS TO BE INSTALLED BY OWNER ,,,..,..,.......,,,,-—,.....,,,,,,-.....,,,,,,...,....,...,-.., .., -, . AND IS SHOWN FOR , gZign7u70," INFORMATION PURPOSES ONLY. C 1 0 1. . , , . . . . . 1.....,. .-...,. , . . • , ., ___ E _____N__. sr i urrva.r __ _''_ 11'1' '''''''',1-4,7-a.;I..' j11 , .z..:=',I li• y .'C f \ ma�1 \` /Y _ t Jp� _::-1:•;//7/ / ,: \ /fir'- \i x .........___ 5 r �� � /2" •• /�/ " ; jam-, , /" tl .� r i ` jam %\ 3. •. ,}, LLI ,. rJ c,,\ \5 ... , Z V � , _ ( _g2END -I o a - „,„,, r z a0 w a z k= SANARY SEWER FORCE MAIN ..roz e.r.^. LL J Q IS TOITBE INSTALLED BY OWNER ma V Tiu. y AND IS SHOWN FOR - INFORMATION PURPOSES ONLY. C 2.0 .i ,r .I .I al r .I r r r. ,. ..,r. oa.R __ _ _ • ;"f vi ro oJo \� d i'/�,�l /4:* ��/�� •. \s` t.,; spa,. Xe , •r1,�AO(fey Y •. _j ��� :/� _ .e.roa. ,.raa y .a..0 sa,.M : . R,m I LI • —.___.. • ,i dI .NIS -.. r E ./•n,/i' ' `e - Pig � '.f-I wa.e .,. S r ':,•••...•:,,k,, -;:-.._...-,_, — ,-- v.� n 1�" / / /F tip:'. 1" OR R, \' fr i." I 3 +•. • �— A7.6�`GF" V,: .e `i''''''.5):" •A.gA V'''''''-4- ' .. ., ... . ! , ,,...,„,.. .„... „ ;,,,,, ,. ,,,.-„,_:,,,,,,,,,-- . .:-- ...,----, • , .. .„ .......,...,,.... , . „..,..„.::,...,15 WVAL1.1.0 TO IMMO ''..?:,"'t ‘. ‘...\ ''... ..1....1. , ),\;>-'fi,..t' 4,..*. .9., .'r.' ' ..•' < • .na., 1310ClitoOle. t2 Mt.a.— .:- .ice • ,:,.,i% :i / - aEOEnp—100r OPy .oro. l:,^. •`•\ -•L' i' ���•' > 4,,, s ' ,.,ro+.0 ` J LL� N SANITARY SEWER FORCE MAIN �� - - ..1 LLI Q • • IS TO BE INSTALLED BY OWNER e.,1.1 of • • AND IS SHOWN FOR ,a Mt.,'Strt„y, �[ •` INFORMATION PURPOSES ONLY. • I 3 3 . - e _pm I • : : I. - •i• 1 ..... i . • ..• ... ! : MO , • f ries,.anu. i- -! el E • -----.-- i„k„i...,.1::,,_ ___________ , •et .V••'-' 1, ..:. i l I • ;; ,tA ,...? #(.400010 vp ! .l'.1 i —...._!,..:.•I.L._,,_______„.... .___.. ...P.0.0 1 . Do.1191,14 1 29.1f.0•0311 , : ,4 .... , I ..-- -,-- ....../.•14,-4,12,00 292,t1 IIII- I- -— — --: ll C— t.9& . ! If r..... . • .., • _n.1,..0.He.. / 70.00 WM , „i80_ ee C.S.S-TML.C.U1Kal. it t.5 e.CSE0-012/ILL :171"1511-1 7 CM IF 411:4449,4411,11.,12•IV t 1 1 ii t nag,v21.12,212.144 2,1•31449 Mt 41 SIMI --.........-,...--....--... 402 042 CI 14I•4.1 WA.132-•49 144,14,4 WI 4,11 l., ;IIII2 rtAS 1 -..,-214 11414 00 13 214 1/4.2 I---7 No•or imnr.r.‘run,.41.14 TO ow er -........ 3 I.1;42."71.2101,90.tC2443413044114 T.949 244 ,3,-. ._MO_I....1._— r...imsau To 2114•1214190.7646 144.44 PM - -- - • E43 :2:74 2**%"11411-49".01412111rIttr/V.^.14` . 1 ..... -i- __,...,_ . 1 1 i ' ' iii'—'1 WT-C'0 r ---- ".. 4.'-'N j,,. , ,,,,,„.. ;!'.;7- •r i-.. -•-—-7411:.:NIC •-•"'vge- -- ft- i ---- . cn , -I < • ; i--i ---LtiPt k-------K4)110ii-1---t-'-'-1----"ore ttt. ..4.,..___—_ u) ife..,7 Y.1 (.14..f.:,•;:;:.i,i,_ 4, .\..L.11—. --- W 1- Ce .... < ri 14211.494 2140/11•314.214.11212 MO I_ , I II 4.... it.. ,1 I rwa•;;.• 0 -,i,,,--k.r:V.ii---I..—---,:—-.---,----•-4-..,:c....: A.— . ,,,,...t--., ...---- ..,,-..—. u_ .0 i 0 d he 5 ty u.10 < 1 .... . 1300..... •...c.M. 300— ,, . CI— LU Ct_ < J i I LLI tit! ‘a I.. . - ' .• i ' LLI ee - • i .. . . LJ- I GU- cn _ SANITARY SEWER FORCE MAIN NE'',Fogruou IS TO BE INSTALLED BY OWNER 1449.44.914,12.4 IV AND IS SHOWN FOR PURPOSES ONLY. ., ., . 0 3.1 INFORMATION .„ , 14•262.4 I9 I _ I ., .. . „ :: , ---N-- . s I 1 ' i ,41'411 ID{(1,n5 rt.n....../ma len,VOWS•All MONS I I, . . ' •i , ; s , ' 's„;,', .' ..... ' . • . 5' ...•=1, .e 1 S., t•XPS . ,....,.• . • I•7. .. 'Z."1.'"..'.'%'01. 3." :TO " '...4' s• ' '. \ L . I .. r'.47•:•tra--7, • SC•11,,RV ',... 2.4i.i i • ..:. tufkMee#ens i 1 i.WO=tenitra=n":..orgl'cIT"`" ' ...• Tey••••“,,el•.,,...,,,to,tm .,:‘,.‘1:•-:'':''''''''...,...-.'p;Pg';''''''`... . ..• 2 . ....._,..... -cc . . . ' M6 H' ,-' :%, I•; .' y:- .1 /OM VII O. k••• '', \ I...1 ....: ; ..---- N;,'. X __,___.--------.•L•---,-,-----.7Th.-.., ' • ..\--,--:,i. .7.we, -'•-----,,,_- 1 i •.«‘2_rto t 101.4 Wary(P.m.+ " ',VI ',.. i ; ___:._,. -,,,,i,..: , .____,,_._---=-------___---. _j-a•:-.---1.1K ),..;4111 .2.-.....-- ''. .9.P.4•-• :7---.f7,--..*----:- —--.,_ :=I mum...mc..mocras - •V i ,,,,.....,..‘..... ,•,, .. , $I;. ,III c•mi,1:•{Q111. \l, ma CAMPY T.0,03 0,27 ,,,c,,,,,,,,,,..•..,...t, .11 C.O.,Tenn,TRY il::: ''''•:— I S. 6 i 7 I -; j-N-f-=7----- \ \14 os-- el MIL.,,\•- i - ----- '" - d , 5-.!vl ! ity -. i', e •ste•nai 1•10•••lrix13. '." ." 'T t' 1 11;4 g 4' ,, ,- .•--''..' ..i7, ..."'-------7..........::: : :.. . I t4\ •:.••,ig.e.,,,,, .•• . *AVM,.IIIMARI,ENTS, MO Sr OF tie PRIM,f•PKIK•If.MI• . , 4010 Vir-7' • , . 114.\• ' ,, : ' ,...-..• I=; .%. .C ' ••-aa. _____•9„.. • ' ' .*. . •/''S.'.,:i..:"..'........-.- gr.,ner,5...prne, "M "'0 --.77.2%.,...i'' i...r•''':...• -VS V604•Erl.•NI.I.Ell PITS • '".....XCS,....r;:(:i.'''.5':'".'-'''..-.--„..,,•• ;al.:: C 1.1. ' ....'...\ 1"-..p. : ,,,,,,••.,,,,,,.,„•,,,,,,,,,,,,,,,,,,, .4. \•.,...\ I 4fr.`.,O. FA '.. ,.,.'/:,• -'-. . ,;>;...•-'"Z:§•,,r,..V1 . , . . • . • .. :V•Pte3 Raman-a 1 MOWS WON.•• ....., .':'!-•'42 --•„?.;.,\ \\,, , , , • , Al : •,,, i I :IT••,,-- ,, ••• • • , •..0•,,, .. • . -----.'''' ''',, .'7.,\'4,:biag__.:__.k.ii".::',.,.-••ila'''''.1e4t2mNbo-P Z. 1‹.-:-,-- '.''•-''',601-;%.'" -'• V.. "'".''-•• r'''''F''''74'"'"".•,,'....--•"‘'.---- 0 1 , • '‘"'''.S6,'-""7X....-'• • , '"'".-',"'!" „,X' . -?. r'",:t',:k,-,- ' '4- • .?, '''''... M.:"•'1..,., . .... ,.„ ...- '- 1 - , • '' •• ,.._. -• ‘. #' . •-•-',• o'••, :.••",,A, .•• . .41.-:,,,, ..,. ? , ....-:,,,....--2,•-.,,,,s.-\ ,- '-‘).„.-.., „/; '''.A,...vi:;.t" ', .. ,:"... ,...... 0 < ,' • „,,, -- a 1. ,..,-`,•- ,C,.,.;',... :..; - Ar,-54ctr,..t.6:,. . .• LEGEND ' . . • '.^8,..., y, ' ..4 \ +4. ,''.; •\ . ' s3 t.-v. • .•. • ''..•\_A-9,- , . '',, k \- “..N. I.-A '. ..‹ '' '''. -. '- 1 IX lll .• • TREE AMO OVJVIr SPECIES .., . .. . •0.1-1,WAY . . 11 f A C„) Y.•• ,•• cmcm.tm 1.1I4 < vr...; 111,7"P '' ... -.--„,-','''',.:-.-*":4-..-;?' „ ,.•-'` •• CI- t.."6 g z ----- ''''• • ,': , •.7 •‘:";• •' /.. .... — — — —E•SILK,VAG...IME (. Ct g S.-) >. .....,. :::°:, •.- V.'- - • ,” •- • 3:-...** ".-,:' .‘ , I .:- -- i . . .-9,I.•CLII I lu.fetla,1,...14,1 ". • -_ - ..._._. ..P,OPOSIII 1.•,f P.,. a ILLI ..„,I-- 2 . , r si y.3 "I , 7 1•771:.[ tV,Intig=0 OM Z LU ou-".1111 L'I I-71"----+-17: —FIZaUrcws. : - ,... r. ' .•,- +4, r V ,..- LANDSCAPING IS TO BE ::57i:1g: 0 <S , ic tji .1 1 2. 1 1..1,.[0....1.1. i Sex:•00,,SCOeuftm.. .. • ' INSTALLED BY OWNER AND IS 5.5 2 2.2 ... 2. f.'P277.V...4.:Pr..ss _J 1— au_ .•iT .1 ..' •. • , . 'I .; '; .,I''•: 1 I • SHOWN FOR INFO RMATION ,..••i C.PPM 5 ., ,7 ., PURPOSES ONLY. ..,A''.2OvSA2EOr.t I,E1 10 • 5 ' ,1 C117,11LO]. 1 • 0. .....T......Tom..'", ki ... :'ei�'.-`=,:.C'--`.r - ^j♦ L '.''.s*~-FEr'..w-�,..-w� _� I u; 79 =!I_ 17 Nig .,,,,....„......,,,,,„ 0 0 4.••,,,.....•dr'.•,.....**,..e,s.......,•o. t d 3.xL•L Y.".f,rxatrr�.. tr fit- a?.,-Qr,-t. -`.-� •"^^x y':?r..-.r�^:.'r»=:»<_ a_ '� Fn n . ani-svaa: "tl J lr j,,� =✓ ' y : =- �: 0 LL —....=.......»..... .....».... T Ce z - LL cc ~ N w Ja ULL N C4.1 7 EROSI.MD SEDIMENT CONTROL STAGING MART CD _JittJLJ L. •%o Ran 37-1,6. ---4----11-4 -: — ...., • , • ' ilERE'di: 4a,l'S r, LA'i I i z'- ,• 0,z, . / ,, 0 -..7,,,,-,,' •, , --------- . , . _.. D >•< _.. .—.•._ . , ..,••• I Lii • - : •. •-, ,,i '• . ,., ••' . -• \ • -''' : ''. • , ..7• ',--",,,,,-,7=?-•:--.-' -- I-- , ..: .. ' '- . --•••••----..\ 1 ' ' "::: '::::-''-,',it+cid,ogr U) CI i HI 7 ,! i A g • ' -<-;L•• • ,r,, -.: 3§- , . , N ai2 iig i. ; , : : • -•:=',41 . lit , -,-, ,--',,.- , , . :. : -..., :),:• ,''• \ ' : •''''-: .- : ' - : 7,„..,,,'., 44:g T i----:: ..- ,- Tr„,ifve ,. ...._:-.--,, . , - ,C.::),.-„i ,1 • - 7,::,- ,,....,,,: '....*, ::,:-;?.,-,:-• 1 ,.: ,- ----- , ''' --- -: ' •:-.": -41/4 0 ' ..., :- z -.:--- .- .-.--., —,.";:"".-.-- .-:: ,o., :,.• ,__ , --, , -... .,,N. . ,,..,.,.., ...; LI_ - . , n - . • __ • ., ; „. - / -,: -• -; ,..-.::.,,,_--.,-,„--;.-.- .„,„...,::-,', . ,malwgiva...we-"""'•.°-.--‘, a - • u_ cz /--- ''' -'-'':-:,-;/..,''-,,, IF'.---. - „'kpr.E.,,ii`ii:11:`,Tii.r.774.F:•-'-..'4';'-.. Ct . . : IEGEND H Cr) ...' a g '.. t. • ‘ '........- -,-,:\\''‘ \ • ;- ,3--;',- .41-.-: • .,, =f--L-::--;-7-','„rz-L.,„.,,,.. 0 ce . • '..' '..2,7;:„;-- 0 a .>-• --.- _____1.,1,14 rf LIM H , , ' _.._. — —,..,..,ryl',ASA Itt•to, Z g 6 ... --',-," •::."-:-- -;,,,-;' ,-* - • ", " • , , .,,• ,, , ,, , - • <I-- DEC-, 0 ow .•••• ..".... ,- I c4,1 I 1 I i 1V2.011 "L'i: • 1 7 EROSION ANO SEDIMENT CONTROL STAGING CHART I .111E-1.1.1. _ -N--- II ilWr «, o s .u;" . .0 i y„T,RI 4.. �aTI� I z ', y f - ., y J'.f' CCTS �j0•41, u)P —— ,--:. -, --, - ”, -.‘-0,,,,,?, /••.!.1-.. ,pw,-gr.:724,,,,41 v ,-,, .• , , Itv„\-:,„ ,_,:, .. , t 40 •, a • • \l "� .Ff' ' "- ^- Z W \ \\ \-\ _-- _ O < - - - .U,:. Z -'Y EJ r.C/) .;Lt. N - C113 caw.c77 __--Y a FROS1.MD 5E01NEM COxfFCt 51...C71MT ...C..1...C..1/111 !j ,777777 ..6wilaa R"'... 07.777 OCsc7777,Ce, ' R 071.Vac( ms _ —_ .dn.Rrer"'M.. .cwsxcw " 3: m:i . o M.., sow bw 1746171,a I s.,rt IOW o o -'-"4:47-"°-w ........ • .....,,..A,G... ' ---.R. __ '-.._ 11i. �. 1 it \\ � w �� \ 1` t O aL. ‘Nr.,;,;:, �} ,w .„...„..:.:;:,,,** .,„„, cy: ..=... - \tom ° • s , - -----O � .N�`,4 ert7 4 .fat♦ � \ ..„...==‘`' :1'^ O 3 '— I i - ! ''• 1�� �vi.� .4 Z.4 \7,�A 'voit,A ?a . • \s, ''.,� '''A -'' �•�+.. ,t. Z I cZ�` ♦ ....f....,--` Q .. ...__.11v?..;; . :�'\�. \�\\s''(\N� 7 .0� ,,�\\,\ . ..''� i • y _ • i i t d' ? ! -c ic5�s+ ,..am nr.an w;k.,,17:17. O < F � / s.No.>,m-xv.w mc'�i on:C1Tiim`�f+ 17.t.,, Li. 1' • rn- 0 Woma.�„ I o J W In.. wI a I utLYco CU1 11 1 'i 'I 'i '1 NM,. "" i g ' . ."ter _ ...sig 53,..,..x..-.... -v t:zee, E1.`2 1 _ 1 LIR C 11 Vrdoeiti 0 H LJJ { a0 a LL /• er, ,, WV a e 7-2ar Eot729-"ti- ..,.7".. .._ .,..".•::,.,,,excrosmam -F-3 U) ca u- H C&5 i 'I 'I I 'I 1 I I I 1 1 I 1 I 1 L� I 1 ..4 S; ra it ..! .V g I-— , • X' 1 ,,;.%-2F0.e.5,,.i.54.1 i ' '. ' • i • , ,......_.....„,,..„„.. . g - I.ij i •'EA.,74.",i't-7" 0... i-'54.,,,,-7,:r" !, , , ,,..., ''''''''''..tea.-- -'-... , ,,,,,,,,_ . ..,.- ' - [riL; f..7" .zfa.-[...-d Cii i ,,,[i - F-'"----T9f*s0;} 7:,- 0/.4,,,,,x'''"• "'lir ....'r gt"..-7,,Zi 4 t....,..,:,-,•$:,,,,--......4''' f Nt5, u)1,. ....,1, ,...„0,74....._„:„......„... .,........... .„.. :;:,-,--i--;.,-.7.- -•_;;....,.:.6.--,„ „.,--. . .. , 0 i.• --- _ ,......._ ic"D - I ..ii:,-„, 4... ...,,.,....--,,,, 0"- i !,.,-.-, ....-•=7,=.w.. :-.,-,...: ISO li g ",",,,,..... 1. . ... . 'T ..,,msfy.,...,.t.......,........, ea •0451 I ,,,I.1:5,-;,..• = ui. Al r ..- < • 4r÷._- - C Co :I I --, ';„..---''..r..-•%- _,,. < 5 4°I .„..... L' 1 ..-... k,..-4k,,,,,•/-..."'" --' 1 1 . . • ., /— '7',1,7, --X,E.r.t.;,,;:"--r • - .,7__--- , L'—‘,,,. ,:,' _ IV.,...,......, i .. „,..—•,, , , C,.'1.11-');'1 t T • • _., ,.:1,7„. 7.- , „....... I N,,..._-- t,s^x:,•;.`..;=;* "."-1 * ' '''- .•-• .er I I 1 L I [ -----,---4.r--,, ''''±..:'.---t-z6,-,-.:;:;-• 7:7;''''' 1 L'.--- )___jiF,,.i-17.,.,-_..-:.'-_•__—;-=.:._;.._::; ,`gr., > till , . , 11 0 zu. cn .• 1 f..4.4-1_4...:4.,.. 5 , Q!)-----S"-r* ECTION Wilt.,./.... ® S ' . ....,..., C 5.° FM SET k.... ........,-........-,,,,-„..-, ., .1 c 'I OUTFALL,77,..UCTURE II 1 1 $ • s x942„ : 1 WQ • € W7; i.�-C-2ra '� -� .; s. e , f ?_777-174— __ — sF cexw z. ! . w.. .w {{__SS�{ 4444 f's'°(” ,• t .may "'S'J i1�„ .'YYII�P :-.1) _ s �_ 4,1,,t0../.: � 1. - _✓ s. N 8- iiej) ii 444.4» .. .t !szll: ' . wuu �{. «^ 1Tw7.e m.___✓—_. .�.. 444 acs r.-„, w�i t ,-.4 w16F _ S l1:3>ix 1 i .,� 1� 'a 4444.. ;q 1 � ,,, r',:),.!7›.,._,._. t s. j ,j� z, >« i Q j i U --Q� - --- ? _ — 1 ~ 2.Y w r--11.w,OMR W W 0 Q • 3 • My ,r I oW • .011544,x'' 7'''-'71'-`1!". '-`1!} i a V' _"�^,.•nivs�osa_ 4;:4;:44:.Wt X31.;....,.. '4'4'4r F—. ,,, Itil f ilti7" -• x .ar w,,..... . Tii i I C5.1 y ;.��„ 49210 • • • ...; ....,,,.. , i :--.:•-,:.,,,I fr-=-7- Et_m,•-,,-....,-`;',„:„.. ,„ Z:,"71,..•.'....7-:.,--_-, „...,„,4,111.-::„11•4= ,..,...,„± lir:414'Z ''''Xcat'9"'IR I t '.1' Lr.,:i• • ,-,, '. . ........"-• ,f,g.gi; LiGHI-DUTY HEAvvouTV 41,1 ®"':-.,7.27 AILS Sg R.C. CURTAIN WALL DIMENSIONS ii 1 La ri . PIPE 5, I., L L(0801 15- 8!2' 2-10h.1 8.'-- I 5.-'I NOIES, 'C'. 15" 119' 3.-5- I 8-0- 1 ><.6:-3:i 1 AU[PN OSED rECS SHALL SE 000010,04, ': "' "" ' ' 4'6' 6'5' E-6 0:!-•LoTa,rcerT, 6T.;<!,.n.,',.`„Tf_ ,',.,:.°J1,,-60,79 • ' - -t COVER 0,[55 0114,,,,E tdVIED -W01.L SHAL;RE A000 42- 2.-W ,.-2. 15.-6 1 12.-0-1 e Ulf ,,,RT,I,N Or 1P-Ir Pri3OXCED CONCREIr CunTnir,v4k1.1. ttP 1 5604-" 180)" 'M[•D'.''t,61I0XIN•17IA.ZCLT.:-.W1.O1'.1.10.2iC.gV+o-1M;0,ACLL, I THE R011,10RCED C014CPETE WALL PLACED nO ,i70 0002 150 CCF OI \--2 roR um VC EC,'CULR15 7-..' ,.1. 0:I H403(DOUBLE R CR C) ,_ V401 / CONSIRuCT,ON ,%• ,,' Jr;aer VI P • Er NTE 4 N- 1 1 7."?.---',.•.\I 7/ ,., , .._PIPE SIPE OF V0' ' s• '-----"-' -3_-, • 1 402 , FLERPM r°1 kill . '- ' 1•11M--.' I .:- . -, •'- ‘2 (?#1/. /Ref ( gl (...) C.1 NAP 51PF v.rr. 4( ' ll ,Z PiP0,, 1 e• „va " a REINFORCING STEEL SCHEDULE 7r SIC LANDSCAPX. (.0 , SINGLE RC PIPE CULVERT DOUBLE PC PPE CULVER7 _ A . Kl.N'714' Ct ' 5 RIPE .°' H402 1 V401, 1 V402 1-1401 H402 1 H403 1 V401 1 V402 ASPHALT SURFACE SUFFACE CO,V, W ... L . L 1.101 L NO I. 1140 1. 1NO L 1401 L . L 1.1 L 1. 1 i I 1 1 fs. mry CRAW. Cf) CC u 1 1---'*7.7' !1:-7h:IS 1 r le 1 12.-2"I 2_1.-11h" 1101 ,114 < Lu ea a 2.-, I' ',"I.2 Ir-S',-1M S.'I'S -:*'',&t1S,4,',.<47.,--,:-, •::.:..•.•...-.-.".....4..-I.111 44,-4211**4--.-- -.7. I- -.1 = 30- 10,-8'1 2 2-,,- 11.-1115-11C1 5..1121 tr-S"1 2 12.-, l'-IIVIT41 8"122 Q.5 z:. 1'4 20.-8-1 2 2.-,1" 6 ,1 3 2.-3- r41 8-125, 5F, -4.,,, 72 3.-Sh 8 1 8. 4 '''6" 181 8'73C „ ''..',.>/',.,• • '• . •-''. .. - ' . \'. '/'. 1h1,20 0 6'i 2 1,-3- 1:0 '' 5<" 18-r2-1 2 4-S" 1 3-4j,.-1201 ,!III 27.-8.1 2 .-,,- 12 E. 1, 3•_,,-1,, E-1, '54. ', ,,S.,-,,1 I 1 --81:11,ENTIA:50,L mixl.S >-I 0 14r 1, -E- ,,,,. E.1,, < c, ,1 ,"1 9 1Y-3 177; 8'1.10 ,,,. 27.?4\'‘.4 <'‘,% .,%. > L'UJ 25:6,1e 9.-2 I 2 2.-2 4 11.-8, .1 t"i, 14-8 1 2 1 2.-2-1,I 8. 1 2 1 1.-56.;/2j 5-:1•S ORA...,FiLITP rA„.. - /- 'VI 0 ,..L.L.1 w 1 11'10 :,t,g%,",,_-• ,..„,„,,„, _„, r-_1 a i • coF 0.SCHARG:-.0.,,,,,„,,E pLiop 0 5 L.L. UI EOURTAIN WALL FOR FLARED END SECTION _ DRAINAGE POND CROSS SECTION Nei ID sc..LE C 5.2 , .. , . , . . , , 1 , , „ , . 5113 UT I VEOROtt .19216 , • 1 • I . . — ..... ir . ... 0 11110011,00111111.1101.0011.1.4 1.11111 , f=1 11.04.0.010.10110 010 • 1.1010.0110,001•110.1 . =24=4 000010110000000.000.0 • .01,000....."...000../.0010011011•1100.•7111.1 •-.4„ .. .10 1.110.10000.00 1000 --••--••'•••••••• ,T °,... . =•"F,,,=,,,.....,,,,,,,,,,,, E I - ----------..L...._, ..=. - • , .t.. - °64 . . 4. • Xi / . • ...?“ .. --:-..:-- ILA cli • ri ./-, • ., • TE-.. c;;;. - ' • ,- ('''' • / a . i 4"..• I ," : :.i .. 43- . : i _,...)... :,.). ' 1,, . o 1 • 1 . ,\, ---—••'-'. 0.--- •' "td. • - •N ..:i. _ ,j...,,.,..........;..".... . • .• li 1 ' /--• ,• ...1...,_...,.-Ia.. . • I ° '4 _ , „ , €), . '' \'' -' 0 '. ' ... o Q;e1._ 40(., : , °,;.,. ., 4 . 71 rs o < a uf ',...; .-r...i. \ . .. ... ,‘.•,'--•c— , ,,, • co . \ .. - .. J.,.- \ so ri < L. 0,,,•,,.... cs ., )\,.. ., \,,•.. , -, ...\ Di :,- .. "- . j-..,•, 10\'..\' 0 Z^ Lu \ \ .!.`c V ' , k.‘.•1 . ':)=.. W od > ., .4 )\ ..,.,\ , ,..,,,,,, ...001: ,..,..ce „,_ >-1-- m c \ : --.. ,‘. • , , ‘ o\z .,•---1 1 ‹ . • 0,., ,,, • . , II .110.01.10.141.1101110 (I) aid ...... I 1 1 1 . 1 1 1 1 1 1 1 1 1 1 1 • 6 0 111.21122,22212211 g 2211211411011,2121110112 222:2212 . .1 ma 222,222,2i 0.... -v..f. - 2 020221122 2112112212:FOR 2.22 MINOR 2111ER MM. . aVeigiolci=a1F•7122n11,222 - /+1'' 22142222.1.2 222 2212,121222 , l'2 7E,IalaBl7E7 . .; tilti]piti ' INRA.;PK In ajrr 40• i-ea i IDEM12:51: . • /cV ,0 0 a l• - • ''''''''-"'''''''''"'""-\ •:Ifij;•;Ma ; ‘10r . . Leloi - , tot •.5 c'- a' I a___1„,,„ -.----- .,,,, ,.-_• 1 , 14") Q 1 El 21 , in,. [ii: I ' ' 1,.,..-. li II i'•:' I • - • ::: .. . . 1 thIEHE' •,-- . %worr : ... ,. . -•,- -' ;7:-- a ro3KkAli r • z _7i '--- T.3 `I' a a u_ -, _, • i . i -—t:1-- f',r,,,,Y,-,:4 x -5- . u) , : 1 ' €). • Ill1 > z .,- cc ::-,::::4:tIllii 1,' of ii,,i 4.47_,.. -.,1 ,',.• < o z-i,KSIX.:.:,:i.:, 1 • . ei,a I q.,1,-,0- ';, ,e i'Ta 111-' ' ' I w - .. :. 1 --Cy 1 I'''I I''' ' 1 '' '''. •'! 1 A.,*6 -, < —I 0 5 0 2 ill 0 Illr 1:e E_ ...0,.._ ..1 04._ 0 u, '5' fl y LLI .4 6 ‘11 ‘ , i• ti 11 .6 15 (b. 0 77/0P FP 1 WNW R. (1) . a ll , , 1 •I , 1 , 1 1 1 1 1 1 1 s • P. 0 ......... 1 10• ... 6......... X i IV T Y /0 0 t 1 o o: i .moi ° " "` jam -- ==,;J-ter.'-- - -l_ �i'1j.`!�3'= ° -:�� `3 r 3 f - j� Q c_,LL 07.'.7" 0Taxwati. © 81Z 1 1 1 1 1 '1 1 1 1 1 1 1 1 1 1 i...„ ng; , ,7,-_, _-,,,-,--;,:.• I. .. 1 i• 4.,...:i., -zi ,1: --''"7:gfflij I. • . l'' ''''''9"'''''' 11,1:• '. ._, ''' M! ,I , ..,. ,....m., , . fir° I 'I -7E7-i4,7.-- -• ›-i4 - • a,: ''' i • ,Ii'l ' <S4• --i X E. //m), ------- a " e,,,,„,„ .:,, , . 22 •, _____",,,:n_.,,0 ,.. %., 1 uz cl....y, 4007:19.11,1,0W WAS RC.WEST ©1:7:1,0,1111101G Elan EAS1 6 t.uti..usn uv ow smis rem Mt a al:42. e.UV ORP11.16 001L VISI 4.9% nlre.-7 .4= b ! ... jrataTE_, C.,:i.'' 1 1 1 1 Lij l.1_11-.I i•_1 L'1.1 1 I'll i'II'!L'.-/::41"• - -;611"' •i ----— • ,,:l'!-Th.r,_2.i •• _,..i; .;: ,.,,_0,_fla:4_ ,4i4 .0 ---.7.• ——---,-77 '',ii] 1:!1! : _- i i i ,:„, li I!. ,,,i.':.<, : .••• :-- ...,.... :. : —...., !I 1. , ;•E- ii. 7: H . . ..,-Lil &.1 , /01) i'..,6),..., i, ,,= . _ >_ . , ,...„,_ ,- -1. .rH,,,i :',,,-,r,-H' 11,, l'H-,,'' i,,,,I, HHI,, IL-r,',,,: l , , ,..I Q.• --....•.,,,.. ., ,,,.•,,,,,, _ n- - - 1,T 111 } •ii! 1 i I',ftl!II:':!:I' P It:1''i 1'', i I ' l...... . ..- ,...... 1,, 1,,;:k ..v ""'XI.-6` 0 a < ui . `..6-zz4v "-- J,-1 .. \-,,,,,,,.. ''''''''''''''' lieti - a ir, . . „ co . ,,- ce - -'•• - .-- .1 _Z____r--- ----------- '-•=ZT'''''''" Ow .1 , I i ______-------------- -iiiiiii..•...4._.i,].•J_ _ _ . — -,'n:6. L7:6 2,„ 1 ‘,577;--*,---,—l'--,-.'''''''''''-','••-'1""'''-'4F--"*.;;;•''''' '''''I-'-'-"1-11::::1-7—c-7i: •-....',. 1-,,-, o•!!!!I I Ifl - '-i. • r t,--:- , i-r-T--,,------,, I, , .,.:„ _. . .:,,:, ,t. ,. --ir• _41!i,,::,,: :• 1,, /,-,'',,,,..1,74-_, I - , .,.. , : , ',1 ,..• ! lil ,i -i 1: I l 'r i ''+ I ! 1 . I 111L. • I. r,,„ , 1 1, i r,t 0 U., UJ I ., i•: 1,.,-1: 1: — ! 1 .1 !•.I, I ,1 '-'=-; '-'-',----,- zuxy.,-.., -4,,,v...;-.7.••'.,,, 22.1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • 11 / • - _01- i! .,y#. xi 1, -- 0i i o , , - . 4 I r----; cr...nzr,--• ; _ 1 ------,i - - rtnr.i c,w I - -17"1"1""7, • 1 1 , .4.44.lif• ''1 1 limumnimmommafflaunin I ; i! , 1-111 .plIMUNIE1:111011111111111 4 10...VIIM, •, (Id.% ?1 i i '• ; I• ,11111111nUEMMUllifill k 11 11 it? 11' . — :7--,- _O I, Li .i.,MENININIMianni. Mailrin —- - 4 ,e,oz.‘ - co a E, e 4T 0 1 Q ‘1701 p <3' 0 . 0 1 >. — -, w - 0 0 a ‘4 ----.— , .05 ..:• 111111111111111111.1111.11111111111.1.111.1 ii- .p,.. •.'. 4.2'-' 1 I -------, 1 _ "---0. 1 I ',1 -ii- 1 Lp_.41 I 4. ,1 iv A i Iffl 1,./.,.... :1 I ,i 17 A 1 111 1 I 1 11 R T , MED LI ' 1 m , 1 1 i - - -_ _ .._—._._____—=---___----i ...1._._r•n,,,,.!:..5; ______ ____L j ____ k__!_.., -,....., ..., 83.1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 •• r ..: :: : P 4...,. ., gt. 0 o 9 1 0 ) i rz i ><E 1 U& NN , 1 -----1,_-_--_---,==— i \_ - Efft. ...7..... i t•1 c , j f12.199 l'"ir' CI 1 I - .,., , • 0 z- Lu - : r • 1 /Maii.F.4.7'',.. ___ ....vet...-] ._:.'' _... ou-ILI col —— — —"%."'& >-U-I ..• ,i-, ,..."•-•"- --- I ' ,-- .--.1 r., OU_II-.,...„.>.... '" ail 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1...,. .= '.. ---f—, ( .&. L,. \ 4*/ . z=vgfrn- T p..i 81 "*"."Zar2---_?-7 t 1 't•-r' 111 /e"le N., 0.7 Ilk RAKE OEM r I Ic2iLt i „jm-tt PI.Wei ..• Impai . • • i illa ' '-'--7. --T.-7 ..47.7,5_& --"— .--L''''''''"- ,' -'.. ' '''' - -,<",=2-,,,e,,, - • . • . -,==:v..A .s. I • ---- .1°) Ink um 411 A,- y Qij...zr'yr"'''' 0 3,IMIlf TM.KM frLLIE 00.01.1140,10H ›... I; l'. t...,... 0 -.1..eolasrmk-mw. 0 . < a M 5- ' Tr flarm..1 rum / V?'Cl : : ' f "- - < tz ...?::.... 0 ,. :,- • ,... ,ssi,;=2;t,z,,..,-, ce , 0 Th 4=7ZA I ii;iiM m o 06 > 7 • i -'Ca\IST_SI:YY\Yr+I'''P rx 64. w,,,,,m1A ,77::;: :' ...„„........,..,— .ce ,m_ .0 :'' _..,..„,..., m.. < - 11.1.I........ ..,, laqu I ›........ • . '`. H PUNDIT...Emu.MEM MEL al PElltl '' PL.1.1.11.•rate 6:m11.009.11mm ei) KAMM%•11,111 MI UAW°000”.“12. er) al/ 1 1 1 1 1 1 i 1 1 1 .1 1 . i II 1 . if M .orarn.nak nem. ".".=°.:=Z;t0t- 111= ia ...,,,,:„... iiii-:-. "_ = �" V 1 ,....::.......:-- -7'. g 5:HI JAMB ww an 1a•• <•• eommn w MI /V\\J ag _ _ i ch Ids m�o c to _ � � • ��-.rel M.N t 4_ \_' ExJEflmanEau ' _. -. 11 MAK COM IainM1v��j u< MUD•ELIJX0.'m 11.101.10.011,nHw w V .aunoortnm �/- J 0 Xt +,..<7 .0",,,,,, < a w EXTERIOR TIREBHOEO U W- ACORaw,nw wok a m..., SX i U IA w IX rc 0W to rJ . 0 L I 85.1 9 9 I i 1 I 1 Y 1 1 I 1 9 7 1050 . MU. ..,,. • =v. .'K arca.,...,.,....,�,.::.t,, �N. �a�, El �® 9 _- u.a•anrwa ,1'.1:1147,t ,n1,11.7r...ri mnc,n.n Z. �! . ,,v..vn... w. .. Win.. ..w - .;44.4.,-„M;::::::::::::::::::::::::::::z IS ii".7: f. g .i.Q.. -4- •-,Sf.,— • _..,..� , . .,.� r.... ....._._,ti.. ... _..K..xt.:�.� �.A.,�, ' Op r xw mow . . . LL� . � >oW g ILI cc ULL N • :.:Em 80.1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1.12v9 ""m. • ii IL---',----1,/----Q--11, .,..._ I ••• / __',• 4!.............................____...0 ........._.....iml_ —,T, 4, E)------.7-1-- ---..-..-i,,,,,,,z.,,,41-- e> , 1.... il\ •-••• I.' ,. '1 \"' / 4 ,,,, :-,, '• ''''''''.. •'''"'''1 '"'4,• _,',.1', .,7,-.• ',,',-, 1! E ! ,j %, 1,, v!,-, 111,-,•=1:.:•:::::.,,;,,r, ''‘,7.--0', — -ft' ,'' 1 i'—'''Ir .,'' r 1::,..,.----„;•r""'"" ':"--'P 41 'g:' 5, ;i. ',i ,1, H :::. :. iL, 11 Ot.-,-ri q 0 !' !, I i .4, .<9I - „E .!. I, .1 .11! .•W; )* ., ,. . -i, •Ii. - • ,,,,-4--;:f.a.,,,. . E,_---.... ._,_.'„Lk •.,.. ---, -1-4f.-,,-----,- • .0,-----•"------------------<_ 11.1r, , °' i , ,:ii•, . ..r."- ,,,,, 0 1, 1, j ,,,. _ii 1 I, ' a _ 1.1 . ,. .,. „...., I NI.In! •Ay• i . ..__,I., ii 1'. .--- ' : --.),--——1-,,,i•L • OC.,..2,, .ri,i ..s 41 , Vi'f.J‹ ""fi!i .),..11,,,, ,. i kY I 1 4; 11! i, , 4,. J ,--4.A...-...:..;-----',4`-`-..i-•L:----1.-.11., >- E 1- -- I I -4) n 'r' . 1 6 3 a i . .1 . 1.— 1. ......... .......... , ., . -:',,f fi,,,„ i -ri.;'----rit.,,,n-' 1,,4. ?-.,i....T.I.I.,...•,.,. 1 1 u_ . s ..- I - ÷-1'-'7 7'1.----.-4----ft- -----Th'. I Cr) • • a >- < , -. ..- w 05 .1 ..l E 2_ 0 Fn.11:1ETION PLAN < p, Cit." ca 5U tn 1 1 1 1 1 1 1 1 1 1 1 1 1 1 . . . ISI" .wi. —\I11 _: _ � .,.: 1 ia-=12 - I:.., f lal� 711 ,2;,,,,Z,—7 ' \_ ",..,' ''..••.•^ / Fla179-111 7\ SAWCUT CONTROL JOINT .. �v K ,.... iv.,�,...ma. u1M-.oma... JT `— 1 x KEYED CONTROL JOINT �'u I _ ®TYP.SLAB JONT DETAILS `\ ®TVPORNER BAR DETAIL n ORE.ENTRANT CORNER BARS 4 • X 7,0.r alll.;.. sv.aw.n� g . � �a -f � - A L7r7.77114 2 4/4 ®TYP.DRYPANCH ILLED PIER O TOR BOLT �J3 C� � . �� a'—tbij ^- Ell IIN = a NM N uT- _'_ _-_, 1 I aS �( cc w OTYPIOAL'm '�BOLLAP,D DETAIL (/_ '— 6 Q N- U LL- w oes -Y z a� o- F Dill co Y_I a rnvmevu[,,:=M s2.1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i.„.. = • . N a . • e I ! i I § 1.-^"----7. : 1 • . ... • • :1 . r--"- i: 11 ;;"---- . - .., • ..:. : .., ... • • ,. ,, ,, :: Paceal Oa.11/1v•tas ram ,..,C .a ,,,,1-,___-......, •• .....!.71,.::: ,_,,,,,, .1 LI ...., .. ><'. • • - / 1 ,. .. •...,..., I T'igr::I..: I ,aiiganna, .1.: ”..c. .1 ' IM ' tooAcrtoorta.mL 1•a: CI- 1 MO .M;Tk,,C.N.::[,•Ler,,,... 5C11 III r'. N.A11' • • -ii71.:--....g.,7.=7,77;. III •la -..w-ft. I - 1 ---c--- / 0 F2.17,1VION SECTION 01 0 F9TP"I (). 4,,e) ®FOUNDATION SECTION 03 1 1 1-- ..--- . I i.' • Ik•fordeifit. =1 :2 . . I 4,7 . (..." z : a 1,----- ,•-•!•••1 --„, LL re . . .1 I .41 < g • I : : : ! ,,,4-,--:=41,-,--, • ._- , .._ I ''..1.;T.,.?,., , eETALI•AaLP:Phanon. ' ' .• -•-.: . . ., . .. : .. 1 .. . . , z . . . , r= . ... C........"...."L . . • • ..,>-F. 0 I- II' a • o... I , -__, , ..,. I , • JAMES S.KAT,i.E.. ®F,C141.1.14,STION SECTION 04 C)FOUNDATION SECTION OS Mal EAST COMER 0.5 KAU s2.2 FAYE:II:EV.1a,AR 71•70.3 1 1 1 1 1 1 I 1 1 1 1 1 1 • . . • ..__1 I I rr t ..,. —1—'7-- ".........0.,.............. EF: 'N._—..„..,,,„..... ,:•....._.L,.......-- t','E — ; ] , J — 1 r-•,,,,,,H----- „..-.',„_ r” ... ....n. ,,,./ ›<, 1 if' ..,, „,,.. ; :: : : _. ' 349/ 1 . .,-veyi,f, ---- -.- :: W ' 71 if ...".,........_ ,)„...,3„.,„:,„. .g .... I ---_...nes.,roc \—e.rrs•rox 'k..• a. 1:;:'\_ n n ,-; Ye-.1",V- rr .•'''..7,1__F., r e ... 0 F2NNETION SECTION 06ECNON 07 Of°4,c'''s Of\ 0 F2.11tTION SECTION 06 I 4#10,0CN 44KOD .., .... TIT .I Qi....1,,,,• — an c., 2 „ a 1 i 1 n LL re .•....3,r7 N ,:,... < MSCOI'fr q 41 '1/41r X .. Cr) .4 .... 1.,..,...... ...._,....,, Cl?C ..,2 JH tu- \_COUrnit...•40(111. < MIOIN. a 1,..,oz , 0 L,'..' U,06 ...4 _. ....., z 0 <> 0 FOUNTION SECTION 09 0 ILI j ,0 0 ›.-u-.... M ce c7)It CO JAuES S BEAM PE 26.EAST COPPER OAKS P4.2A s2.3 FAVETTaILLE AR 77703 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9 9E59 2,99 C.CLE F't1'4,2"X,,`-':' F.P.or°,.`4,.`er..1r.'". r'N'Ii'•1P;t4".7..) II , • . -"-- mum r ! . - 51,..;,!,.,!7:,..7":,i,,,er/L(. i 4:re-r- • 1'"';'','Xi:::-. •'Wx,^', •-,.._ , ,...-. , t‘,..gl',SBA cvuor4“uu otoe.“, FS:F."— • .t,o =,„,,, .1 :TA i :t- FLOOR DRAIN AT SLAB , • 000 000 .1 *tt51• s:, .• •.0) SM..1 r-, iery Nor 7 - ni- 1 Li i c); dri9 °CATCH BASIN DETAIL _ %k5N IL,._.. GENERAL PLUMBING NOTES: " 171 ) 41-_-____k,. t r4:Zr.;;TU''.4' ei4.0,/A1 0-e '°.'‘ ,41:::::: ::.,.....,....1:i:\.. '----'ij q.: ).• 7; . ' • I,.-.'-. I ,r,:f?.,7r.Tiks.`Fmi,,.?E= ,•..,1 dp ,4., . , ' — ' fr 6 .=',TA',;;;X.N11'0..°-"2:°'"'" II HEAVY DUTY LID AND FRAME i 'r V! , , _ fir? " --''" 11 Z.r..`t."1',1?...*-Zg',N,74''''''''';r4'74r -6 Z " l' /‘-i ,I0 - ' u- , __. ..-,,---- ,41 ,— ,..40i: - '-ck4? 0) , i i -ic,..t...m:. ,..„. ® .9 ' 1 li-il ce -i J1 -LI- N, •71 ' (,-., '. , ! 1 • :ft; . 1 m 11 KEYED PLUMBING NOTES: < . ....i.- e;,SVP.,5.',14`i•tAg.`4`1.pro,—.." . ! • 1:3`,..k.1 r,.. " t____ A ,1 ....6 > i •,„2, .,... 0 2.[W.V.Swa rat MIX...1.'MIER MCP TO OT(T011 a • I ®i5.71:Erefal:ETZF'''T4:`''''44" E ce= Le_ iv.,„!,,%r?.;w:T.".=,,,l'..1;!:,;;;`"' , i 1 - /,' ''''' . ,. ; G'`.'",.r.::..',V.=.7,•!4;',.`X "'" u_ ce I . 8 8 I L .i , -% ©SAND AND/OR OIL INTERCEPTOR 1 11 Insulin:I ,,..,........ .......,............. -1 PIIIIIMBNAPIFULA .1 e,L,..,,,,,c ,LAN 1 1 1 1 1 • -�?„ 'GA ENGINEERENGINEERS,Inc e 4`3 U4' 9 WEST 16tH CIRCLE �� faY<llevivnR)1)Gt NONE: 9-501-3331 aiii ga 4(9• , , /°y Y _ `r1 P V y� �i CI i Not...3414 . Is : 1 ... — `` -� �;�'�.'.�r��, GENERAL SUPPLY NOTES 0,-, — .y w,A.., - a— k `' • ICL W lc ^ LL F' 1 c ___�..._�.'' c,vnao us VEn.cup ce ce LL KEYED NOTES Q SjU z— tat 0PLUMBINGSUPPLY_PLAN P PcrXSN w06 > °,w .0 a . M"cx. WV 0 �snr tarecswvnKrdrrc,.[D.r`pn -zcummm[a Q� C ©,�w u;o-u,�t•, us s [r.vo. wru.,., O w y . >W ca..l ,�,rte.rc...� }LL RPM WRY RAI p2.1 '1 ! 1 '1 9 •1 I 1 1 9 I 11 11 9.15011 49211 ' GA ENGINEERS.Inc. j.? ,,C.NE:09-501-3331 .. , 11 ... E 1 1 i- a i • F----- . xc QTWO-WAY CLEANOUT TO GRADE 2 I- ',Z.' CLEANOUT To RADE i I 6117i6C, ,`,',,f..:• F GENERAL PLUMBING NOTES PLUMBING LEGEND Fi IZT•IBT° m.o..pop.,pm, .,o•pp pa, ©BACKFLOW PREVENTER DETAIL ... ' • ''' m..mt I"-- .fr '"FiRt,'i,i?E°7;7.,7;7"4"Elin'aZig;''' '""'--'----- ..:-,, "-_„, .., IST,TTAIpTI i Nlie- '''' o,./,' 0 4,51•11 r5(5,11,.YAWS!X VEN, — (.../01.0.•A.cr OP,._.— ! '.. GAS PIPING DETAIL Cif• .,,,4,:0101,2rI,..McfP1T-pt`TI,571.',Z:iIiP.r4gII . MAT VaLVI 0 < .410.e.i....r.,‘;;b:Z.V.11 .4008C:',ir ILL71.4:t IrZtIN*Al't....11.4,7" 4,1410 AR Irrn -1 - - CAS RISER DETAIL RE ¢ o- ©FLOOR CLEANOUT mr,r-14-::-..L;, LT,L7,-44,‘-m, r,,r,:.v;--- am=,/I., in -- -i,-1- cc a u4 CI)F 0 z ,;.... •,-gg,-°,':,',F-6... 7.-,-;aix,7-7-'l'',13:`4'.%°-" ''''''''-'- TAT, c=,pf.I:17:4,Ial.:0A II IgiIVA, kIT''''': / >"' —1 4 -1 0 =IMMIlmorrivremilliMlia '-A, t ,1 ,6:uuu urr,N rtrw,V1,GEL,.FP:,I.N.Ai...14151.7M Et> g 'l 1 ,I,V.i.",11T.,,,AFInr,1,4 ,r- --- , L.,,,,..1,T4'WXT;'S',11tg:afo'ILTtn,V=Irtp'"` `""""'''' -4- --- --, ,=-_,-'- iFt7v,;;:'`.: - II :t,..,..t.',.,:=7,1.';,==.=-''''''..''"- 'I- I ' - r , 1 “. ow 0 ere, e,eeeLE g I - i p FLOOR DRAIN AT SLAB ON .GRADE. E-1.WALL/STACK CLEANOUT DETAIL :.:'-' POOR NM 1101011111 REV 1- N-ER-1E .1 1p3 , , 1 , , , 1 , , 1 1 1 1 1 1...„ I.:""Tr"'I,, 461.711„4 FFIONC 479-501-3351 di ..... =„, ., ,4'1-,,, 4•„;:j.j. Cr',1,orcl'i'lroTsm / .1 '''',''' , 5; :11 ... • / Iii CI i 40' • ----4- k9 - • PLUMBING EQUIPMENT SCHEDULE c°'',"' Toi:tc,tIr.res "' Z a"=II WM!:,' -"'m.rg,,or F,,,ps.707:17, ;r,:tir ./- /(;)4.• L1/2 :''''''' °L'iF72:7 P:57 f':i7.-45:e, Fs.7,,,-pg-'7-.,. ' _ . NeNe ICA,.111:1,LN•CNS 0 < < .1 ®PLUMBING DRAIN ISOMETRIC DIAGRAM ......."NIS I PLUMBING ROUGH-IN & MOUNTING SCHEDUL , .-IN,•1 MONK 4.PON IDA r • • O N- at"'"' '7 ' '.'"Vielf t4 "-vans PIPING MATERIALS SCHEDULE `.414-'I =.7.:'". ' ' --- 2.tr.7.4t',1 r;E°4 ``- ‹ LA' , 0 z- Lu ul ea ...1 <> Wai''.'igli:;X:7:::7:707,07`.;,.;`0,], 1—— ' --'"' ''' I n'Lr,`,•'',z-- '''' =,-'41''''''''r:'''' .-.. 0 c.> 6 ER LI_ ,._.. , v:,..Y•,'N'o...tc,rso-goo= 1•Z•lot'zm.„..-o.„ 1 a c, "-I-- a ________ - 1 “-'T.:5•111Z ''',:'— Fetiliii1.7 iniii,`I'.";0';'-°`4,-- ...-cm • 0 co LU . PLUMBING INSULATION SCHEDULE I (..,u_ ...1- ...-- MEN 1:7!:.'f''...t1...'f,fst.-- ::::::::-!::--' - 1 1 3.2 1 • 9 wC>i 2G EEC,Raic c. foYell�viae.PR]2]0; PVGYVE: ]o fiE1 333, aii :'>'.:5-6C r., ne. fR V.oie.:"?:tE038 .H ri_,—._e,,,,,,,,,,. I f'''''' t w 4.);ti �I nnu,, I ; , rc iii_ 3 41 , .:. — - r r it w — <9♦ MECHANICAL HVAC SECTION - ,kI iv i p:,.....I.�,j __ `.. `r C _ J- ..... _._._ n ) � i i ill.., 4IP' • III• ' . I• I1 J efl 1. Mat <, ` Ir • KEYED NOTES LL '9 LL lima. r - iF z 5 0 U O A, -MECHANICAL HVAC- PLAN ce w 'I- Q }O}W ui U LL 1411NRAL NAC RAI Mil 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 L... .,,,. • 'o GA ENGINEERS.Inc. _ _ 9 ES,2E,CIRCLE f R 4• pa ell.vie.PR 72701 - -r ,{'�l EA ONE'.P)g_60i-3331 1; i -wnn 9h•c•,�s+' E Fra,1'd:e18035 T_ O}, T DRIVE WALL FAN •.D'1 /y 2§- .Pu n'�W��'���jjj 1LI i .I� E AIR DEVICE SCHEDULE �I /.upv. ocsca:plrcN i urea.I VIE Ntt.^+i�u coos EN„ !.,...: / COCl r M, wm u.a - /.n «w.w.rn:n sru�[s,.r s.r<srsr.;,.[I Nrr:nrR.aa vr. .no ',,�rill-,,„ / ' GAS UNIT HEATER SCHEDULE 'E Vx(Z. u. ESCRrp, R. eR I<rmlvoL m.:N 641/2 � aw 400[1 IrN/OUI. r r•.n, .,CRSSOR:ES ��II►. (/'\jam,.0,..% v _R ,n l a -M.rc v Q Ni.' 'w INFRARED HEATER AT WA mr� �' o /e `� �� oESRrR, FAN SCHEDULE Q :'gal „1,PWINp/ �o:so,E.7o:,RENPRR. `L li C\ ou nal w:,,..;: , . :t •IaL a ao .o'''' i'Ve w ww mus v.wc.ewn�rce.w[.a rrou[wv[n......... J Q 1•PF v[e r LI 6 r—1 ry - tel— 1 1 ;- —rrv'rx LR I •...,... – GAS INFRA RED HEATER ATER SCHEDULE I: yc.eenw.ML v or < .,, .� ..of v pW H 1: [o Ae GAS_UNIT HEATER We'^r EmUsu SC.:ILLS. [�.[.<.�. 9..•r cnssc�wlr; _-- m2.1 • 1 1 1 1 • •1 7 1 1 1 1 1 1 i 7 7 Imo„ gs:2:;„i,,,,iti GA ENGINEERS.Inc R WCS1 2811-1 CIRCLE E••,,,.1,PR MO I FRIGIIC:•179-601-3331 ... . . \•:,...) , ) ) ) / ),-.)"‘ ,),),,‘ ) 1• 1 . . , , , , . ,•,;)s, . \:, , ,, , ),.,.....),...) .....) , .. ,• I -4 -' i : :V i ','',.;')', 1,1 .. .. . . •• '() ,;',...\ : -- - -t rr __---- .-----.,/o -i _1 . , . „ „., , , • i 1 I 1 7.sssss,,,,,,:„..,/,-.., ...-, ,.. . I CI i i 1 .. k...V, \•'.... '.. ..1-1 :! ; 1 i 1! 1 ; \\:\ , 7_ .. . ,... Qt...\,,,„,,,,,, .,..,,, ,, , ,, „.„ . < 4. . \,,,, ,„,,9,,,,,.., . - KUM HUES < Ed U. .7.1 M - CO < 71 1 , • ''•:,, ‘•...• R.-.• ','.'t \':',:' C•le!.' ; °;Onw'reln grecar‘ Q- cc - I < L' 0 Z- •,,O.Wr:runliR c`i..V°' til Ca , _e - \ ', •',1 \ 4' , 9 FRi,:ar:,,Ign,,,,,t (.) • , \ i ;;;.. ! i i I ''''4.'res-X.,, a1=7",,°.'11'' wre ,..;-,.... ,••••,_ 1 u-i— r4 0_111 6 ELECTRICAL SITE PLAN (A \ , { A t--- ,.b.." FIMILAI MI PIM e0.1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I 1211.2015 '1 g4 `chruirc.siiii —. OECI GA ENGINEERS,Inc. 9 tH IC roette.i<.AR)1)01 M, Ox: .I9-601-3 • •: .A.` q,,iuF,[ GeK? mOST 11 IF F 5 U .11 <51• 1.; t .E N. e.-• -‘94.---r---4-- -:,. a,1 �' .,I w � 111 ' _ _ II Srw)` GENERAL NOTES .';-..6) i I at;;tl .,1 _ . ole do..-r. ®----; ° p,r+ .1,ri,C: .11. AL5-'ei < a I a¢I KEYED NOTES Z _ s' ....� o OW .rte.. .M ..e«L,». Q ? ' ( i - s" ' o a. . . . .e...mo..,, zVW JQ JY 0 (!q)�ELECTRICAL POWER_PLAN M. ><w�.�e m f CD asisumranra ell I 9 7 I 1 i 1 1 1 9 1 1 1 1 1 ULM. •_ ISM ..,EJgEMT` ,yetltvIlle PR 72701 FI,GIVE 479-601-3.1 '',„1,7W''''' %II:5 GVL,e2trIVjr 0 re i E I .-- gi 1 ., 1 <9. 'cv 21 I r.,,, •01mat " 1, , .-'''-'1- ';' ; I-- ' [,w;., 1 ,3, LIGHTING GENERAL NOTES 1 , `6‘ "C) 1 • "` .0 ) , ..:'im Et j .--'.-,--• r..,- x 5 au— C/) :;.,,,, .... I Ciegr •><- .-1`• 6.1 -7 .,---- .1;....,.,‹ 1 .,..•,-,,,,,,,,,,........,—....., M •IF , < au ad > ... '6 , ..., KEYED NOTES —1 •at 0 i '-) 0 ®ELECTRICAL LIGHTING PLAN t < 0.1alr'..i#1.'10:Vag:II:JrC=Dt VID ta-LIJ cai L±II g MUM 1121111.1.111- e2.1 1 1 1 1 1 1 1 1 • GA ENGINEERS.Ric. 9 KS,267.<11,C11 GENERAL ELECTRICAL NOTES POWER PLAN NOTES -1--''— ,T,1 ELECTRICAL LEGEND >‹ "r40:;;KrI'M 2:4`Vr'''t'''''1":".'"`""''"'"" ''ii-4',6,:i.,FLZ:',7ip',4';=`1.=,7°47'4'4'..W''' r'EVAV,csriWirrmItJX•fr..7."40ZD7'''''''t'', i— '72,,,,,:";:7;4,,,7"'''I.F!!"'".-7"'r, `'`I'''''' "H,54,c,--.%,.-Tri'NiaT.KWZVert&MIPzr,— 'r'4,,`7:2•0:„, •— Ni(irr ..' 11.11- "rf,11. :..':1.,t.',<N.''''''''''"'""" ''1-5':;3, ,.'''''''%•''Ac,',..,, r7.,rtla'''.'".,','Lrel'.g%:,:',-C , o....,,,..t...T.A., # 4 - (170 GROUNDING DETAIL — TYPICAL ,..../rtt, RS??Cic m NOTES ' ,.... / I WEV1701, a I rg,A,''LNEL . w.5 <> J IL‘t ,„—, giTiti4i'LltrA)ITS'IMRis::. rz,..zz. g §1;7:—. ''',.'t5 E E. I i,,:x..,, i 1 I ..,1 ...,_ m 1--- .. I I EilillICAL Mt ([5y../IsIDERGROUND CONDUIT DETAIL (4)ELECTRICAL RISER DIAGRAM /OOMPH \—/ .,.$ ' ''',.';', :::rii.i..;:i'pl,`:•:.'ET';':::'.7...1.-=7..A...7"'''''...''' REV 1-AVDENCAJM 3- /3-q-13 03 1 • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1.,..,. ....w. • ,,,, GA ENGINEERS.Inc. 9 WESe'TIM CIRCLE re Foyettev,,AR U.iewecA, ,,,, PR :diR-EC,-3331 ',..3ONE .,, '" ,fr.-i ,,4,X,.?" fne:og?rigir -•-•I 1 i r SWITCH SCHEDULE RECEPTACLE SCHEDULE SePAEOL DESCR:PTION ReGR.IMODEL 1 IIEIAA 1.<0,F.F. IREIAARKS \\ ECIFo.rcZni." ,1 _` ,•S I 1 ,--, E .. ..,,„,,,,,„„,„—„,.,„„„,„„, -,7,7-••••,,u,"7„,.-1-.;ii-6.17,,,wc. ,,,Fm._,-,,,,,,,,---,,T•,-.;',..y.&,,,,,,,:,., — ' - ' i • _, *• .ra 1 V.:Tr' LIGHTING CONTROL (FE. SWITCH & 0 Or; '''''''' L"-c'l"'"1 ' l"'"''"',T,,2qVt,''',.:7,7`.1'''''''" ;‘,:t3,,' 1 ' .11.1 cylmE CLOCK) WIRING DIAGRAM i'ireiairA,9:1&*6':4S''.„7,::::,,,'.:,.'„;77.,:.?:,',.`,..„,...„.,. “.c,“.,,c.‘..n. ' ' •'."" " °`*"`"''''''''''''' ',-.=:f.T.L',,V.W.,,":,.°...`V.Z"'"'"'''''"'• _ %Li\ • • • :04NELB6Aint'SCHEOULE 2. 1740 cp ..!,.0"..".... .- ...("":..:;;T-- ....... . .. ..,...t''.tr.- ^"....i.. ....7.,C, .„.......#??..t.:.:' -.1*,..k.....,:..1.7.:: ::4:....A...:::'?.--.:1,.---c....::.. 1...N.t..:.:,14-,. .,..4.<?.,. ';',-,'=,..:-';'2-1 .4'.1 .•,-,.--,,;:arzari,hi:.,',11 k,lii.i,Aili:1---.1-:,: •::" 1.:'"'"..."'-'+'11'Z'4Z:' '':"'-","'.4,V4 ;:i'::. '-74--III- — — el' • '..„'nd—-..-. •,0 -f''.. ' • ..-si....4 ....„ ....:!.....- .!......r...rf..4... CY. :-,,,... ,',]::::::: :::;•:...i,,r.,IYXra.„.„..,-„,,,7---.7.7...r.,..:,rt.:+te7H.,),;;„7...=,,.; 0 < "i7f..7.7•74.,i,1.7t..Pt'-"tro.i,„,_-_,i;r:Irrili*tttf. tr.-.-...-: .4 a LIGHTING FIXTURE SCHEDULE • • . : :,:•:.:, 1 - ..---;---.:-1;if.;'.:.,L,.....-...',-7'---1-74.71:411:-=, ::.::. u) a E II I. I- .1/...7:-. .it- C.) z- ...1 < , ' 1„7;",,",1•I„ " 1 t.','" ii"-+°:*1 ``` '''''l''''.‘"' '''1' ``` ''''''l '1 '" ,,,,';',,EZF„,„ i';:t...::;:2',47:4;#LI€1: „.„..,.,„:,.--- 1,,;,,T; ;...,4,4,..,, .:,,i::......,!7„r"--..4.,„4. --i le 0 a..., 0 lc. -i-- H rJESS E., 1 -' ' ' "'1 '-' 1 ' -..-: 1(E'R7.777-.0 1-'1E:-i.."--1't.'1L.--1.4......,',1 ,11,7.1,.....i. 17'''''....•••'1441,7,1111=-,F,,..... .; 11M te . 1 raqt1I 1""'" 1 • :,,,,,J;;V:;:44---,-;;i:,--+:117: , . .,--i----------1i.-1-=:.:,Kr.:4.e•-•,..1 •.,..,„,_ - -1,-,,i::•:-.-:- ..:._-...,. ....4- ce 'i-i—• a '-'1''''' -1 ''' '"' ''r- . ' 7:71...tt7.4',27]:•143:Z•4-4c-c.,-,,... •'-."--'4:::ILT,-3-!------V4.,----':J- ii-al vi 1 1:.::.t.::.,....---T.E..,7,',,..#..il- —1!:.".• .".:.:.,,....;...„2,.t.1.:::f"..''....tt.F4...43.,17' L L-ij g . 1 . - ,, ' - : ,S. 'SS '4., .... ' 1ETZ.2.1:gr.%:.=l'''.".• . '1 '. 1 - 1' - ! • 0 U. %. :F/1=41.7ZE-7E1r?A'Z.M.(17,17,:[4,X1E'r:: .;74,-r.10&jg.°11NA;',7'"' 1 ELELITIM CUM e3.2 • • 1 • • A I B I C I D I E I F I G I H • 4(S44.0111y 2 '1, "p, 2 V CITT -•,: ,541k • F TTEVILLE 3 SUPER scoff D'S rv• 'M SYSTEMS 3 FAYET L:11P f _ 4 � - '� �0 ACCERTMTCEREVDNMDIDD. L IBIS DRAWN°AND RS 4 D 920/19 UPDATED FLOOR PLAN RELEASE I - MAC ' SDN.BE TREAARE TED 1S_d i[L PROPERTY OE RIETARY TO 1..11,4 0 SYSTEMS,INC,MO Smar1W.I. DI C.MS7ICY 4 — -EDITED GENERAL CALL-OUT FOR INFORMATION STORM WASH WATER TANK.ITEM T REMADISE�DENDA ANIMA H TENSEaox MMALLTmmwES Eo eG. 3.B•IS DIE KEENER'S RESPONSIBLY,TOASSDRE IRE,NAM IRE uTEEVIVE./OF NY RETSONSO -EDITED SUPER SCOUT GANTRY STARTING PREXAMBON OF THIS PART OR ANY CCAIDONENT OF ROS MAX M-COR TOSHOWFESTOONNARROWER TAIL OTHER VERSION OR REVISION IN EITHER RCOM Of TINS DRAWING IS ON MEM WW1. .., -CORTo SHO FESTOON OR ELKTRONIC 10/1 PAGE TO SHOW SUPER SCOUT DM PUKING C.4407 BE BOOMED BY HE DUN THE DESK+uTED FESTOON POLES AS 1S'TALI_ MANED OM I— UPDATED TO REFLECT CHANGE TO 1VMM°6.7E04 MC.VlItt NOT ASSVNE RESPONSIBILITY MR 01,ACCEPT PARTS THAT C 9A09/I9 pEMB FROM ARCHITECT WAS CMU. - MAGRBh 6 -DO ESIOwTED BY TIM DRAW.AFTER THE DATE OF MIRRORED ENTRY SYSTEMS TO THE LATEST EVAVON RELEASE REFLECT DRIVER SIDE USE B 6/19/19 -UPDATEDIMTH CUSTOMER'S CAD. - MAC C'",41:11,1,115141113 -ADDED ALL NECESSARY DETAILS l.LL - - ANDNOTESFORPROJECT. "" lr-TINE: PA MAG 5 A - UPDATED FLOOR PLAN RELEASE ] - MAG -�1 TFSTCIE.a.1hC, w4/3/19 SUPECITY OF LE 5 RML SYSTEMS IS 1 9/.9 INITIAL RELEASE i - MAO ARA.' RS FAYETE�I LEE,AR N 72002 REV; DATE I DESCRIPTION 1 ZONE AFRO USA NCSAI.000 .....j; VER � I ALL DIME• NSIONS ARE WINCH COVER >w _______. ______—_ I w NA COVER SHEET D A B C I D E F i- G ! H A B C I 0 I E I F I G I H ..,�.,..<..R..,.,,<.....QA.< .,.,,..=,-...,. 1 .,.,....<a..�n.,R..,,,......,........,.<....................u....r>o..,.., qW.a.d ..,o...., .u...,o:a�,�....E e 11 IT .. a., .F<. . °`"'""°"°"'""°"- . N. .R aa 22 F,7"7,"751:7417&743'.711-7:41_'",:;11:::::°"' ..,a.. _ __ ,,a..,.Y w a.. .a...,... ,,.� ' p1d� ..Y,',,.,. ky e i I. ...... . , :, Qe?...i..•-.! r:1 .et:00,,,,,,,,,c;?,,,,,17: i.1,...... .H../40(....!p, ,,,.i.:-.'(if:Pi__l_iiit,1.-0,...jt1.„,,_. _. 3 :ow=couErnad Inv e.wo•rvn��r,m....s.r..,,..e.n. ..xo,ss... ,w. a,a,wsmsu c.a,,,.w u..w h, Ji ® 4 ,. a.,...,...,....,.rw.� �.,..,.... ,,,,m.....<....,o.,,�.,.. ...,..,,.. n---Jit, ii,HUo ii L ��:_. ; 4 • rummn.ve..n„mmw,.s,e.wc. .._-._..- .......__ __�... .... ..._.:. _ -- ..___..__—..._.....__...._....__.___.N..________ u.waow,xu.m..cw.,anw,tt ...--._--.----............. ................ ........................................................................ • `II SYGTE'AS.NC. '4,3,9 nrvor FAYETrENLLE 5 • SURER SOD,RAO STORM SYSTEMS u„o.,0„wm+0„,,,,s,,,,, wNONE_ FAYETTENUR AR .rnu..ur...mwtn<ru.u.,.xu,.,.x,....rc u.sn wta.T�m�, �j°OF 12 —__ ___— — ,'..."."'''''''S A Ew p¢nE.r NA GENERAL LAYOUT 1-6_, A 1 B 1 C T D E F 1 G I H • A I B 1 C ( D I E I F I G I H .w74.n1roai.utsn°nu°,17ArYu,""""7s,rmvr rut-.rrtu_ram.t.n,Fr+!+Fq 1 ..1.74:::"""`"'"',"""n.tr.F.,•. .. .«n.Mr...F.r.. ..n. .« .t ,°.«r, 4. ..e �• 1 .. ®ana. Fa> .,tea.. • a. qFa. , T. _ ^« ` t� • nwoM«m.ewc...,,.o.a««r.. n _ ma E i _._ �. ` A. 1� _(ir..- 7'- 2• ..,.mm,......mx..w. II. ou... Fm. - f 1.,‘, ri <- _ > • IP- r3 .) 0 1,-,, rro.mn,...•.n.,m.,.r..«..m.v.,..n..,.. an°,..°, n.«,...•.°,.«...,°r�.,°�..n°.. « • ,� ..F . }1,V, ,,,°. I 3 } ger—;^({s� ."�^^)t' 'ACE ';d�t$ro��l.l.9! t. F mom..... a...nw. • "� t° KIM it le ►Jt �° 1 4 If r..n«°�«.«.P..r,°.,.....m.,�,m .. . 1� .P.F.t..m ." °t.,, w.,.......... n:�:nnc `_'auc .,.• 5 r.n.,utan.—717z:.- .v. 41 UV TEM'1.MdC. «4/J/19 aTva°FAr. ..E 5 r •V/ovan x«.v.. 'm . .c ..rfrgma ----6LPEF bLOINgblORM bYbiENb AL V•b b,d*T'�.AS TAM '1"40/YE EAYETTEVIUE.AP nauc wn..au.Pa.mv"•i'r" m. 1' f} A —_i—n B I C p "—'------E---- -f-- 1-' """"*NOOGE..orc*I NA' ELECTRICAL LAYOUT D • • r. t A i B I C i D I E i F i G I H 11 _. .ut.u,,,,.>.x..w.»„<�.a„<«.,.,»,a<.,..�r.x.,,,..x,r».<r>.... Lwa ;, .....................,...........,,........ •<9)• , .,a..,w.,w,.:<w,<,.ww ..ev.<a.. k I .«naw.n...xr.mevmm«c:..o...w..xr.,<....,,wr...n.+.«n...»nsc 1'( 11 <w.,«..rz.w.m.n .�<., x.w.n�.m.v+,orasexnu,wr,.<,» ..� .. ._. ..._ ..«.,.rz.»...,.:..,...,.».»<.«,w,.--.. 3-WAYVAL... D IL C, I ... ::II kC' • »x.w.a.».an.�,:...,...w ....... .. L dI -'I iii, 2 1 -� 0,-.=.=-4'.st �' e ta.a.r».., . ..«.un . » n« n .na.w -f[[d %� . '4A" fn u .xm14,,Si�aae u.nxrzu..F » �. ,( k1 ! N T., anw . .»n:;m .. I3WAY4A VALVE /� Ori _._... .. -- e. 4 .[ _ __- •w 3 , d.,». .,.,,,.,,.�,w,�u»w...,n..�a,.,<.v,..,. �/� "� / © +� of 3 .. «,.<.« °F.4,7iFIFEriii'7,":`:'.7=7"::::`;'' / (2 1' n. w.«., .,.«.ate .« .ro wra««...Q. 11,.- 7.4,/,,,i,,_.11 ,o.K..o..,w.u,,,..,L«.mxwc now.., +o..,.u,.w.<..,w ox. -r_ ._ —^- ... ....... q. 7 5 n .wu.ww,<,a.nw,r r.1IN AVEi"iEwLL� d'4sglks.If:O. «4/3/19 s-E EAvsii 5 i A,E LI.E.AP.tENxOER.Rxpxs.s]m0] WOO HIGHWAY 5.0.a. .NONE tE AF us, mitn.mii y A. I l\.LL p.Exs,"PRE«,xCXEs » / _ PLUMBING LAYOUT D 1 A I B 1 C 1 D E F G H , 1. A I B C � D I E i F I G � H 1 ........,... ..........,..... 4 0-1E — F.�F.w.,nwe,.. 1ZEi ♦ u w .w , " w.,. /, fl...... IUI .1. 2 x r Ei n w. .e . w .. m:wne. ' ( 1 r 2 .vuww�.,,,�R..nnd� 11 wF q % j� ▪ ro _�a, aU ��. F; I 4,40 © __E ,R,R.a,.:74,a.,.,..,an. www„aa. I „ 3 7a� . MRTM.nW. =.��.e�.�.rowaa.n. .,T • �w,�4wTM..w.��"w Rm'',anTM."'"u. ua , , 4 1! 44. f 9- i— _ . CONCEPTUAL RECLAIM PLUMBING i m , NOTE: iFIN2 � 5 OWNER/CUSTOMER,THEIR GENERAL CONTRACTOR OR OTHER ARE RESPONS1131.E FOR FINN.DESIGN OF ..41:: jI,7 y,H.c,." a*rau,.r 7.7= 5 THE RECLAIM PROCESSING TANKS AND PLUMBINCi INTER CONNECTIONS- 4/3/19 EURER SCWiANOSiORM SYSTEMS THE PLUMBING CONNECTIONS SHOWN ARE ONLY A RECOMMENDATION BY WHITING SYSTEMS INC. NONE FAY,'EHLLE AR WI IITINCi SYSTEMS REQUIRES NOTIFICATION OF FINAL RECLAIM PROCESSING TANK AND PLUMBING DESIGN TO os" w`a"'s°s' IOF 13 ,; eoaa rxcrrvu.vsroar„ Lex.uoea.nrw„v.s,xoor REVIEW AN ENSURE IT WILL PROPERLY OPERATE WIT/I WHITING'S RECLAIM SYSTEM AND ITS COMPONENTS. ALLaususo«s aaein we„es' CLLAYOUT_ NA ''n pREAIM rD A I B ---- C F D E F G H A I B I C I D E 1 F I G I H 1 , — _ ___ _ _ _ ._. _ _ — __--_ — — 4S4 XCAN O SUPPORTED BY •°Q FACE OF �/A 1 2 T• LA2P 2 � I ' SEE FESTO ilikSPACINGE / • 1(,,.. 0 3 ,� CLEAR..:.__.," I � ,;41.. 7 �� 13 /24,,‘,•I Q \, ,t),;--1 20r-0n 3/4 INCH I ANCHORS, 17'_STORM 4 PLACES i% EACH POLE I 15'-SUPER,SCOUT I Fi;Ho," 20'-0" a 'FESTOON POLE SPA:/NG \ I EACH P1, / FOR 20'RAIL LENGTH \ / FESTOON POLE SPACING 4 �� FOR 40'RAIL LENGTH I— 1 FESTOON RAIL ON POLES GYSTL:s.we, °':.„G, O Y OF FAYETTEVILLE 5 �. , sLroE SCOUT ASYSiENS NONFAYETTENLE U5 A. .'."-'°' 1OF 12 All 0,41.510.APF.INDIES°' FESTOON DETAIL ID, A B T C 1 D . E F G NAi H a A i B 1 C 1 D J E F 1 G i H l 1 1 _ EXTERIOR ENTRY S SY!)ZEM CONCEPTUAL CONDUIT DETAI G DIAGRAM 2 1 X 1 " JUNCTION, 2 (ENTRY CO !'J o �`JJ TRAFFIC /SIGNAL —I fry:.. _ TRAFFIC :>✓ SIGNAL DUIT "'4 PECTIVE 10"X 8" ID #14 AWG. KEYPAD ENTRY CON ••ANEL POWER WIRES CONTROL BOX �'\ , 3 ON STAND \ (�E►V ENTRY #14 L . O 3 -^/ j SYSTEM i AWG. l: SPARES 8' 7'-9' / ��� \ _____,_,J1/ — .-... _.. 12"x12„ `{ `—' ------: JUNCTION BOX _�f/ --- --"� (ENTRY CONTROL) fCATS I 4 - 10` ;_;. ...._. ...... ....._...__..-_....._.._.. ETHERNET .... WIRES 4 — TRAFFIC FLOW i I 5 ....._ vit:T7Y.v: _MAG 1 SY.".'FP. .it;C. 4/3/1 cV OF FA VEn'VLLL= 5 —E.-—SUPER SCOUTANO STORM SYSTEMS «NONE USA '''''''' 6OF it FAYEiTFNLLF Ae 1^,LO�MER5..An ININCXES .. Na ENTRY ELEC.DETAIL D A T B ' C - D i E F .. G I H • . . • . . A I B I C I D I E I F I G I H ,-. NOZZLES PROTECTED WITH 7 PVC PIPE SPRAY BAR CONCEPTUAL FULLY POTTED IN SLAB 1-1/2"PIPE CHASSIS WASH SPRAY BAR TRENCHES. --- ADJUST TRENCH SIZE FOR LARGER SPRAY BAR. ---"----- . • ' .'''.'''-.• . 4ill• 0 , - 2 ,i,Viirsr-W . 1.---1 L' 2 — olir CHASSIS WASH WASH ,, SPRAY BAR PRE-FERRED TRENCH _ SPRAY BAR p -Jo OPTIONAL 3 q-- 3 _7....,----21,_....LEDGE POTTED IN SLAB VIFIS Odires GRATE STYLE Th PARTIALLY I \ F7:j CHASSIS WASH WASH _ SPRAY BAR .4411111* \o/If ACCEPTED TRENCH , ..-stztAiVe. -NW- 4 CONCEPTUAL „,.. , - 5 SPRAY BAR7""'"”' '."4'/3/19 suPERsTO=Tro=sTans FRYETTENUE,AR ALE...ARKANSAS 72002 M.NE INSTALLATIONS -A .-"-- 7OF 12 CHASSIS WASH ro A I B 1 C 1 D I E , Fl G I H I . • • • • A I B I C I D I E I F I G I H I1 1 PRE-SPRAY PIPE DROP DETAIL WITH HOSE REEL STAND • TRUNK UNE FROM PRE-SPRAY UNIT 1?PVC SCUD.Ifo it Ii II 2 PIPE DR _ ��`/jj II 2 1?PVC SCUD.SO 'i PIPE STRAP MANUAL SUPPORT BALLIl LL VALVE ; CUT OFF DETAIL — (SEE VALVE DET : Nil is.D j NORMALLY 3 I ��_ vvv POI OPEN 3 JUMPER/ I uj III( i HOSE I 1 II/ I . NORMALLY I { CLOSED — I 111) � ice HOSE 4 I STAND I FINISHED ) 4 I 1 iYT • FROM RESPECTIVE PRE-SPRAY UNIT J 1?PVC SCHD.80 TO EACH DROP, WITH MANUAL CUT OFF VALVE. w... mu. • S I PROVIDE PIPE SUPPORT CLAMP AS SHOWN. '-- [uc I I uco s^SYSTERN.MAC. '.."4.'..6 /3/19 "'FAY T=g SLOEP 6CoVI'LVT=MSYSTEud NONE YEi1ENtlE.M T BOF I} ENSIOSS v[ uldu °� w. _____ - ' B11O..1“Na PRE•SPRAY DROP I D A i B I C I D I E F G I H • • • A I B I C I D I E I F I G I H 1 MULTIGUN PRESSURE WASHER AND 1 ,1_ NATURAL GAS BURNER DETAIL .�r \ HIGH PRESSURE JUMPER HOSE O BETWEEN BURNER AND STARTING LOCATION OFFTRUNK LINE ' 1T VENT, DRAFT DIVERTER — 16)• .,...1()` ;.; _ I`0 3/4"PIPE AND RAIN CAP 2 OUTPUT TO(5)DROPS NE - 11.1 PRESSURE i.\ i 1' WASHER 2 � BURNER COUPLING FOLLOWED BY '. �l�� • —� , MODEL#G560AE1-80 / MANUAL i MANUAL BALL VALVE HGH PRESSURE JUMPER HOSE - I •-'`" BALL VALVE TING LOCATION BE — -1-------------- - ` — TWEEN DISCHARGE OF MULTIGUN �~ i DETAILRUNK LINE • —llAi• AND INLET OF BURNER EE LVE DETAIL) �� MULTIGUN • I�I PRESSURE _—% j 1-1/2" TURAL GAS . WASHER 3 NORMALLY 0 PIPE HR GULATOR (.' MODEL-1020 3 OPEN ��'I"" FTWA' -PUT N /- i • ASIDES • > I NOTES: � I ,,„Ig `/ ALL DOWNST ?MING TO HAVE A MANUAL SHUT OFF VALVE NEAR TERMINATION. — NORMALLY , f >AL ESSURE A E.VALVE AND FITTINGS MUST BE CAPABLE OF 3000 PSI AT200'FAHRENHEIT. CLOSED > MMENDEDTH UP AIR TO BE LOCATED IN CLOSE PROXIMITY TOANY GAS APPLIANCES. �1� G APPLIANCE MAKE P RR RENT:0.0830 CF PER BTU. >A EDICATEO REGULATOR I AIRED FOR EACH GAS FIRED APPLIANCE. 4 >NATURAL GAS REQUIREMENT:70000 BTU. 4 UTILITY INLET GAS PRESSURE NOT TO EXCEED MAXIMUM OF 9 IN OF WATER COLUMN. PRESSURE WASHER BURNER • - MINIMUM UTILITY PRESSURE TO NOT DROP BELOW 7.5 IN OF WATER COLUMN. GAS PRESSURE AFTER APPLIANCE REGULATOR TO BE NO MORE THAN 5IN.OF WATER COLUMN AND NO LESS THAN 3IN.OF WATER COLUMN. MODEL#G560AEI-80 560,000 BTU NATURAL GAS _ BURNER CONTROL INFORMATION INCLUDED IN • PRESSURE WASHER PACKET. ` 5 .....�•'I�'i'.1iTIP;G NAG B<MTBMS.INC. "4/3/79 CITY OF FAYETTEVILLE SYSTEMS 5 irN<:--SUPER SCOUT MD STORM NGNE FAYEilENtLE,n. AtEXANDER ARKANSAS 72002 50'44-903' 9F0F f2 nu nw,Ervs:onEnnE:ry:ncncs'�NA °"°"° "` � P-W DETAIL N.G. I D A B T C I D E F G i H , A B I C D I E F G H MANUAL V 1 GRANZOW VALVE DETAIL BADLLETAILALVE JUNCTION aox ' NORMALLY : — yHITE'WIRE ROUND 130 VOLT OPEN NEG WeRE SUPPLY i', (COMMON) / POWER -._---.. -__._.._ ‘7 �F .\�i20 VOLT 2 TIC F LACK WIRE • 2 OTEUTRRLJ � / TOGFyfER NORMALLY vz•PIPE FRaM CLOSED I/2'CONDUIT 1/2'CONDUIT {—� WpTER SOCTENCR WITH WITH __ ........_..._... 16 4W'u.WIRE 16 AWG.WI , //►/IJP■ J ' \ 46 �I.��1PT INCjj,jj_,�� LLLC7R 1'MANUAL BALL VALVC GRANZOy ' W4TER SHUT OEF 3 '—` '_J—^ ` V]ALVE (SCC VALVE DC T ;L: 3 • 9/2" • \FILL WATER E FLOAT H PRESSURE O� 41 WASHER ' �° WATER TANK 5 ."I srsr=Ms.�r:r. °'a(3/t9 c,TY or rAYETiE»ue 5 SUPER SCOIIia,iOSTORu SYSTEKS 5 NONE FaYEliENIIE.AR VSA !e,a.T.so�, '10 OF 12 ovc A B ---'r---------� —I-'-'--------_._D..----- �-------'-E ------. F - ----- <A«aW«s�o,a`.I.AI�HCIAes „0 4. N4 GRANZOW !D H A I B I C I D I E I F I G I H I PRESSURE WASHER • 1 PIPE DROP DETAIL 1 WITH HOSE REEL STAND 3/4"PIPE,TRUNK LINE CAPABLE OF — 2500 PSI @200°F — /\�wj�j OR .: 2 CAPABL 2 2500 PSI 200°F� V ... _.. , MANUAL M PIPE STRAP MANUAL CUA OFF , SUPPORT BALL VALVE CAP DETAIL — 2500 PSI @ 2 p • j ....gj //�\] j NORMALLY •3I'L l OPEN 3 JUMPEHOSER Id l II' O .• NORMALLY — CLOSED 6_D, • , — � l • HOSE 4 REEL �� ; STAND FINISHED 4 /FLOOR / TRUNK LINE.3/4"PIPE CAPABLE OF 2500 P.S.I.@ 200°FAHRENHEIT 1/ . FROM PRESSURE WASHER TO HOSE REEL DROPS. _ FrtiTIN MAO 5 I PIPE AT DROPS CAN BE 1T PIPEy,;;.;,:,,i.c,I cirY of FAYETTEwuE 5 CAPABLE OF 2500 P.S.I.@ 20T FAHRENHEIT 4,3/79 SUPER scour ANO STORM SYSTEMS PROVIDE PIPE SUPPORT CLAMP AS SHOWN, mm"�cwN.v s voaTH NONE FAYEiiEt�([E.AA I • ____ ____ _______ I RuaMERSiO�,S•aS�RmRC � R I NAP-WD DETAIL ID Fr OP A T B 1 C 1 D E - o z F G I RHD ' • A I B i C I D i E 1 F I G I H 1 DETAIL PRESSURE FORCABLE WASHER FES DROPT 00N TYPICAL WALL MOUNT INSTALLATION -„ • ., ..- SEE DETAIL . TRUNK LINE .- ..., 1 . • . . .. 1503 PSI a IOU F . . !L!_____,v '1 ;R,, ...IE:::.......,.,.., ') ') i \ — , DROP I 3/8 DIA.HIGH TENSILE . Ur PIPE '------- STAINLESS STEEL . ".., — CAPABLE OF MO PSI @ 2C0=F.„.., HN\IGH PRESSURE ,. \ AIRCRAFT CABLE 't FLEXIBLE HOSE • TO CABLE HOSE \ ! ! ! MANUAL ‘, 1 F.-. JAWANDEYETURNBUCKLEMANUAL CUT OFF VALVE 1 BALL VALVE i D_ETAIL , 2 •,— FORGED TYPE CAPABLE OF . 2 i 316 STAINLESS STEEL FINISHED (SEE VALVE OFIAR.1-,..., .., N INI FLOOR 1 :rekS .D , NORMALLY _ ,,, fr IL) A HOSE RETAINER/ STRAIN RELIEF ...:G\‘I-I\PRESSU "'"TM : FLEXIBLE HOSE OPEN • =N , FINISHED CAPABLE OF pLo0p ! 2SCO PSI 0 70IX F C":? or% \ I NORMALLY TYPICAL PRESSURE WASHER WIRE ON CLOSED 3 GFI5 3 GENERAL ItIFORt4_11. a Ns CEVERAL COMMACIVR OR ClAr011En WILL BE RESPWASIRLE FOR PROM. SUFFICIENT NOWNIa 5 rAUCIVRE FOR FESTOONS AM NOSE PEELS Q;....1.,. ',A. f 1 '1/47ir Clet .,„... 4 • 1/4"DIA. .." 4 STAINLESS STEEL ', DETAIL "A" • FLAT WASHER 1 I , , . . 1.-••A WHI1H LT. 1/4"ANCHOR !5 SUPPLIED BY WS! lls MT F.,11,.INC. s ury oF FAYE,'7 SOLI E TYPICAL WALL MOUNTED PRESSURE ! .....,—,. . rtn:,7009 5 WASHER FESTOON DETAIL Ius. '°1-..-'-e°' °746F,2 .L EN,EXSONS.R'"PSH.I''' . NA 7,:cV FESTOON DETAIL .._ , , A : B 7-- C --1. D i E 1 F G H 1 Bid 19-52 Addendum 1 Date: Friday November 08, 2019 ter To: All Prospective Vendors From: Les McGaugh—479.575.8220—Imcgaugh@fayetteville-ar.gov CITY OF RE: Bid 19-52, Construction—Fleet Truck Wash FAY E T T E VI L L E ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORIC) 1. Attached is the Architects Addendum 1. 40C(1?)* 2. The City held a non-mandatory pre-bid meeting on Tu ctober 29, 2019 at 10:00 AM at City Hall room 326. The sign-in sheet is attached. Co) ♦(Or \° cce.99 • 6 City of Fayetteville , AR Bid 19 - 52 , Addendum 1 Page 1l1 Telecommunications Device for the:Deaf TDD(479)521.1316. 113 West Mountain-Fayetteville,AR 72701 November 07.2019 IDE M), Addendum NO. 1 Addendum No. 1 to: • Construction Trade Packages#01-#10,Bid# 19-52 and Bid# 19-53 Issued October 22,2019 City of Fayetteville Fayetteville Fleet Truck Wash Fayetteville,AR Addendum No. 1 to Bid Set Drawings Civil: ♦1 VI.0 Existing ConditionsNod A. Note"Existing Lift Station to be Demolished"ADD"including fou d t' " C1.0 Site Plan A. Note"New Asphalt by Owner.Contractor shall bring base u • d grade and coordinate asphalt installation with Owner."CHANGE to read"New Asphalt er.Contractor shall provide base up to finished grade and coordinate asphalt installation with 0 C5.0 Civil Details A. ADD Addendum l Light Duty Asphalt Paving S •staina, 1311P Architectural: A3.1 Building Sections-REPLACE wite 1 Buildi ?iillf.'`s A4.1 Wall Sections-REPLACE wi attach 4.l Wall S s Structural: 51.1 A. At the trench drat. and catch bas• s, .11;92 and Zurn Z874-21 are acceptable products for forming the concretotre •ins and cat - shown on the structural drawings. Provide all concrete,steel, and gra,.a • � •ut on the pla The steel grates shall be in no larger than 2' sections. Provide detailed shop cE ~ he Structw al Engi er for approval prior to ordering. The shop drawings shall clearly indicate :.4 -lents associated with the trench drain construction S2.3 B. At the trench drains and catch basins,Zurn Z874-12 and Zurn Z874-2] are acceptable products for forming the concrete trench drains and catch basins as shown on the structural drawings. Provide all concrete,steel, and grates as spelled out on the plans. The steel grates shall be in no larger than 2' sections. Provide detailed shop drawings to the Structural Engineer for approval prior to ordering. The shop drawings shall clearly indicate all elements associated with the trench drain construction C. Drawing no.3 Foundation Section 08,CHANGE note"2 %4"Stainless Steel Grating"to"2 '/4"Painted Steel Grating" MEP: P2.1 A. At keyed note 1,change"3 inch DW supply"to"4 inch DW supply". 104 N.Fast Ave,Fayetteville.Arkansas 72701 p 479.966.4871 inlo demxarch.com November 07 2019 D_C f V 1 X P3.2 A. At the Plumbing Equipment Schedule,Zurn Proceptor is an acceptable manufacturer and model for the tanks OOSS-1,OS-1,SS-1,and HT-1. The function,performance,and capacity of the substituted tanks shall be equal to those specified on the plans. Addendum No. 1 to Project Manual A. Page 7-Contract Time-ADD"Total construction time to be 8 months(243 days).Individual Packages will proceed in a manner as to not delay other trades." B. Page 45 and 46,Part 1-General,Paragraph 1.1 Project Description,Package 10: Specialty-ADD anchor bolts to this package C. Page 94-99 Section 06600 PVC Panels,Part 3 Execution,3.2 Preparation A tip" "C.Provide and install wood furring or subframing as necessary for complete installation" 4)1 D. Pages 113-118,Section 131200, , I. Part 2-Products,Section 2.01 Manufacturers,Paragraph A ' . teel Tech,8.Alliance Steel, Inc."to approved manufacturers. 2. Part 2-Products,Section 2.03 Roof Covering,Supporat ccessories,Paragraph A CLARIFY Roof Panels to be Standard Standing Seam Panels r esign is Nucor CFR)Kynar 500 painted 3. Part 2-Products,Section 2.04 Wall and Soffi.i im E Par -aph C 4. Part 2-Products,Section 2.04 Wall an offi "?*.graph F A Vs d manufacturer's standard galvalume finish as indicated on dra s" 5. Part 2-Products,Section 2.05 Insulatio em ADD"c Provide z-bars and vinyl vapor barrier membrane to complete instal ' n and avoid con'e :'_`" • 6. Part 3-Execution,Section 3 2 xect4ion,Paragr-">. •'ID"carefully trim and infill wall panels at joist,roof,and struc nn ns where th,•,I<" o soffits to ensure complete weathertight wall application." e)c\ is\(1:609 • 6. , .'( 3ti4 104 N.East Ave,Fayetteville.Arkansas 72701 p 479.966.4871 in ii aidemxarch.com 1103/2019 10 30 39 AM ..._ , , 1 — 102mtnnIsAum6t,j1 1.22+.1 r - ) Etuncemmuct $(..-."..- L I __l'IM"IIMM11-7 i ® 111 _ ...........0.matm _ 0 —Z. ,I a 'I 111C ...I FICI ,-• --""' • . 1 :1 ----<I> i • I 1 =---=-L-.--,1 • i----, _ 1 -- — 1 Fr 10 —, III =717--- *1 li j____ _ t i 0,0 1 1 1 Li I 1._ 7, 1 ..., i 1 1 I ERI 1 I I i ii I ) ir) , IH, Cb. attic\ _.=. • 6,N 1.---,,„Zqii/k ,I g. IT L,-- --.7 4C ----F S\ L_P•1--L3: _4-____- ±_l-4 / 3 . (li: i ..., i 1 I 1 I .5 I I g ' 1 i 4D 1 rto I 1. . i 19 ti —(1)7 ? 1 . —_,.. 11 .. ......_ e 1 41 -,--- -4 - I i: 11, i ' ' 1-------E-- -1 . . 1 _ _ ___..2„. . : 0 1 ..._•-— --' j I ; I i , _ _..„ _____,.. 0 IP; i i A•i•C .Ligi-', 4: ; 1/4,11g- g j',i1F •:§ •:,?. i'S -i'. *n • \ ", • '.7 v§ •• I,_ADOENDUO.1 0 1 11119 1 1:— \ 4. OCITY OF FAYETTEVILLE S •-• :-.; co FLEET TRUCK&CAR WASH FACILITY • . g • Dc.MX ARCHITECTURE -'`'' 1 --..-- ;%,,„ onsM5 1720 S.ARMSTRONG AVENUE,FAYETTEVILLE,AR,72701 .. . I f 1 1 I I . : 11/112019 10:31.33 AM g A... 5 Ep , di ih 1 r\t F \ 0 1 ' • i',,,,,140;:l 1 __ \ 1 - -17 —0- tcsitsThill I PE' ,,,,,,,s'ii(S., 4,0 \•, ,s - - -- -- -- — -- -- -- -t- 7 - l'-`•--,' 'AV' ,4-7'.\.,:P \\ 4 k---------, '' *0 -*tiS 1 ! 4, i . i 1 1 Ailliii — I . tgsm Arr zEg i Pd I I, ! W liOgi 1 I iii g g N 4 A t 3 Fl i - 1 rLIV I 1 0ii; g ;74a, ; :-, ! Ak. . Z. LII l -- .,,.. sg - 1 4 1 N I I- 1 ---H1 ' - --I :. ------5 - --- 1 — I \P _.,, ( 0 i Pli +I 1 1Iork.. h 1 d , lipil a - 15 \ Pio .: . c Dowk — ' la ILI CtIV 1, ,E1 o 'ig vi I ) A?.. •.... 4 gl . , 4 1 1 joe_,1 , lil i . E , H i i NM 'ic43, 454, 12 l' 11 n! g [M. :".E i i lilli rite ,i,,, 4 i ill ii al 1 pgi I 1 l!.. ; Ili 0 it s IOR g A • 6 R qi L, --'- i 1 1M l, 1 ;2. • ' El M Li 1 g k i T 1 1 1 , 1" --`----t-, ,,,,; 4,.. ..i,incmscs -msxscanw9mwm, =,, mcrwcom.7-,,,,,,,,,i ,.._ ,•,,,,,, , ht ,I..i': . b i p io IN iEio a 4i L, '- i7------- i ' I R I I If' El: 1 p. ! : ii o. - [I 1 1--i_ 5 I I; i I 11 1 ---, q li i " ig t e , E g.- g , _ g, . „ — ut . 1 1 1 ; 1 , __-- .?. , — qi .Fg 1,_._ADDENDUM 01 11010 . a A CITY OF FAYETTEVILLE FLEET TRUCK&CAR WASH FACILITY I-I—ft/iv Li Ca VLIA ARCHITECTURE '::: 1,:* 1720 S.ARMSTRONG AVENUE,FAYETTEVILLE,AR,72701 /•, .,•,...,,,, gr: I f I A g 8 8 OWE: F:\2019\1001-1500\019-1124\40-Oealon\AotoCADVInol Plana\9ieets\C.D1L0191324.Ewq USER:maNaN2 DATE: Nov 04.2019 11:130m %REFS.A.jWL9_0191124 LO(./1 ti CO. PID O e9 m �C7 �\/�+yj' G ZO ON \\ ••• ,•`tI . M 1� D—I O v lif mm m oc� � � :� D v4; ZI-0m lj T1 O V 2O� ri, •RR�D 00`0-01 1• 00 D m m QQ� ZO Omm 4jv� 0 73 `� • p \ �� 00,0` n-t c,1 m \\ p • Z O q\ >m 71 IZMM> M• g ; psi• Z j\\?!.O i i,\ lTl D K °.o.°: , 1 2.O O y F). Fl • yt a y ASPHALT DETAIL 7,,','„. DATE RE20 00002mrnw CD FAYETTEVILLE FLEET TRUCK R.CAR WASH FACILITY oisson -4 s ADDENDUM 1 302 East W:1sa0 Raaf -il m FAYETTEVILLE,AR 12019 REVISIONS Faymevale.AR 72703 TEL 479.4413404 wvoecolsson.com 0 1-, w w >✓ w r-, N I-, r. t0 CO v m v+ .n I.:, N I-+ '0 CO v II1 ll+ A W N. W O to m e•: D q` 'art \ 1 D ^< co liOF -� OtiN � rnn r. n zrnO +a Z Dr �i ` ,t ai r r. 7 c O 0 ril tIS r M i d ` , O n n d n t 44 No 41) 7\ii NIrco t d � 07 o T 1. 3 72 ,. ' iii p o co L °' m. Iill ° m 33 ° D illati111 g' , i Fa ''''. Z:i :::1 r, C_ 4L. p m v O K v 4.; p 2 vs. ,� l' 6- jt t ` C: ' O .r-C.%'''. 6 tjt 0vi N ELj D CO I, a i - . r .) 3 ba p ID In I r\ \ cT- j �3 —r Bid 19-52, Addendum 2 440 Date: Tuesday November 12, 2019 • To: All Prospective Vendors From: Les McGaugh—479.575.8220—Imcgaugh@fayetteville-ar.gov CITY OF RE: Bid 19-52, Construction—Fleet Truck Wash FAY E T T E V I L L E ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FOR 1. Attached is the Architects Addendum 2. \\S( C P I (e)( • 6 City of Fayetteville , AR Bid 19 52 , Addendum 2 Page 111 Telecommunications Device for the Deaf TDD(479)521-1316 113 west Mountain-Fayetteville.AR 72701 November l2,2019 _..._...............--___..--____......_...._....__........_.. D EMX_..._—. Addendum NO. 2 Addendum No. 2 to: Construction Trade Packages#01-#10,Bid# 19-52 and Bid# 19-53 Issued October 22,2019 City of Fayetteville Fayetteville Fleet Truck Wash Fayetteville,AR Addendum No. 2 to Bid Set Drawings Addendum No. 2 to Project Manual A. Pages 113-118,Section 131200, 1. Part 2-Products,Section 2.02 Pre-Engineered Struc em,ADD paragraph E"E.Pre- engineered metal building to be designed to prov' a c ment and structural support for Catwalk installed at building exterior. Pre-engineered ui ding to provide clear spaces as required for Owner's Equipment and Overhead or ' •' : ..." 2. Part 2-Products, Section 2.04 Wall an Soffi ARIFY Ext— 't .11 Panels to be Standard Exposed Fastener Wall Panels(Basis es' is Nucor lassi.Wall)Kynar 500 painted or galvalume.Interior Panels Basis of Design is NucoV: anel-28 gauge Kynar Painted 3. Part 2-Products,Section 2. ulat�n System "P vide R19" <0 N.(1'IN:b 0 lc z) • 6 ,R),\ 104 N.Fast Ave,Fayetteville.Arkansas 72701 p 479.966.4871 info 2 demxarch.com Bid 19-52, Addendum 3 Date: Wednesday, 2019 rill To: All Prospective Vendors From: Les McGaugh—479.575.8220—Imcgaugh@fayetteville-ar.gov CITY ^O F RE: Bid 19-52, Construction—Fleet Truck Wash FAY E T T E V I L L E ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FOR° ♦1 et,' 1. Attached is the soils report used by the architect as done by ' ms, Goodwin, and Yates. lc\ CP' • 'sr" <09,, &A i i%w e;c1\ il\° • 6 09 ( \ City of Fayetteville , AR Bid 19 . 52 , Addendum 3 Page 111 Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain-Fayetteville,AR 72701 . 1 , or c....?6 ,-4 ,,, ,---, • t Overnigh MEETING NOTES . • Regular Mail Hand Delivery Other: Email NAME OF PROJECT: Fayetteville Truck Wash Facility PROJECT LOCATION: Fayetteville, AR MEETING LOCATION: DeMX Offices DATE & TIME: March 29, 2019 @ 9:30 AM �•% PROJECT#: L18-0451 Olsson Notes: <6. There is a desire to capture and reuse water or harvestin_ :'g• er. However, the two bays need to be sure that they are separated very distinctly in or • °.; d• to prevent contamination across them. Site program: no parking Co) IIPIIIIIP • Going to need to investigate detention -et, tios Budgets erns mean that the retention/detention shouldn't go u•,4 - 0 :. Utilities relocation: What is(3e�n• what ne-,i �F• moved? Soil borings for the site? ,Il t.w ave some:. • ,.e need to get some?Existing Bore Hole information from pr 'sous de elopmen i ed. • <b\ • Page 1 of 1 SOIL AND FOUNDATION INVESTIGATION FAYETTEVILLE SOLID WASTE FACILITY IMPROVEMENTS FAYETTEVILLE, ARKANSAS &.% Report t To Ic"\ \jtO 9/1 6s4 McGo ,Wflliart ates,Inc. Ofayette ' �j nsas 'R?\ September 2014 Grubbs,Hoskyn, P.O.Box 1248 BartonSpnngdafe.Arkansas 72765 ���✓�/ W � ,I N G. 341 West County Line Road 72764 Varel CONSULTING ENGINEERS (479)756-5999 FAX(479)756-1749 August 28, 2014 Job No. 14-056 McGoodwin, Williams & Yates, Inc. 302 Millsap Road Fayetteville, Arkansas 72703 Attn: Mr. Brad Hammond, P.E. President SOIL and FOUNDATION INVESTIGATIO ww PROPOSED FAYETTEVILLE SOLID WASTE FACILI CNEMENTS FAYETTEVILLE, ARKANSA9> INTRODUCTION \S This report presents the results of the soil .�ndation investigation performed for the proposed improvements to the Fa - bolid acility located at 1516 South Happy Hollow Road in,Fayetteville, k as.. Th se s ices were authorized on .March 24, 2014, and have been ormed in .- a cordance with our proposal dated March 20, 2014 (GHB ro al No. S % 4 5). Preliminary comments and • foundation recommendatio s w rovided Zane Lewis on May 13, 2014. The. final report was put on o 1 the grad'a••�- became available. We understan t project c•- lb of a single-story office building addition with overall plan dire s of 60 •T. Foundation loads are expected to be light. Site grading in iiivg footprint i xpected to include about 2 ft of fill. A neck scale is planned on the new commercial drive at the south end of the site. The new heavy-duty commercial drive starts from Armstrong Road at the south end and extends to the north end of the site. Several employee paved parking and drives will also be part of the project. Site grading is generally expected to be minor in the pavement areas. The purposes of this study were to explore subsurface conditions at the site and to develop recommendations to guide design and construction of foundation systems, floor slabs, pavement design as well as to provide site grading and construction criteria. The results of the field and laboratory studies are discussed in the following report sections. Conclusions and recommendations are provided in subsequent report sections. Geotechnical and Materials Engineering/Construction Surveillance GRUBBS, HOSKYN, BARTON &WYATT, INC. August 28, 2014 Job No. 14-056 Page 2 SUBSURFACE EXPLORATION Subsurface conditions at the site were investigated by drilling twelve (12) sample , borings to 5- to 18-ft depth. The borings in the building and truck scale area were extended to 15- to 18-ft depth, and the borings in the pavement areas were extended to 5-ft depth. The site vicinity is shown on Plate 1. The borings, 1 and 2 for the building were drilled a second time to obtain adequate information for drilled pier foundation system. The approximate boring locations are shown on the Pla of Borings, Plate 2. The subsurface conditions encountered in the borings, as welly&ults of field and laboratorytests, are shown on the boringlogs, Plates 3 thr• • 1 . Approximate ground � p surface elevations, as surveyed by McGoodwin, Willi . es are shown on the logs. A key to the terms and symbols used on the logs is , - - ed as Plates 15 and 16. The borings were drilled with a Si o O. drillin► '• using dry-auger drilling procedures. Samples were typically ob ine by driving a -inch-diameter split-barrel sampler into the strata using blows rom a -lb safe- ' a- mer dropped 30 inches, in accordance with the Standard P t ti A1Test ( . •cedures. The number of blows required to drive the standard it- rel sa final 12 inches of an 18-inch total drive, or portion thereof, ited as the S ;; - Penetration Number(N). Recorded N- values are shown on ' g logs i ( ' :lows Per Ft" column. Auger cuttings were collected where rhardness ore 'i . mpling via SPT procedures. After e , all sam• -e - examined and visually classified by the field engineer • •-^technical techni Ian. Selected representative samples were placed in appropriate containers to prevent moisture loss and/or change in condition during transfer to our laboratory for further examination and testing. The borings were drilled using dry auger drilling procedures to the extent possible to facilitate observation of groundwater. Observations regarding groundwater are noted in the lower-right portion of each log and are discussed in subsequent sections of this report. LABORATORY TESTING To evaluate pertinent soil properties, laboratory tests consisting of in-situ water content determinations and soil classification tests were performed on selected representative samples. To develop a water content profile for each boring, forty-six (46) GRUBBS, HOSKYN, BARTON &WYATT, INC. August 28, 2014 Job No. 14-056 Page 3 water content determinations werep erformed. Water content results are plotted on the boring logs as solid black circles. To verify field classification and to evaluate soil plasticity, twelve (12) liquid and plastic limit determinations (Atterberg limits) and twelve (12) sieve analyses were performed on selected representative soil samples. The Atterberg limits are plotted on the boring logs as small pluses connected with a dashed line. The percentage of soil passing the No. 200 Sieve is noted in the "- No. 200 %" column on the log forms. c>41 SITE and SUBSURFACE CONDITIONS Site Conditions c(?)* The project site is located at the existing so ' s facility at 1516 Happy Hollow Road in Fayetteville, Arkansas. The new bu.di tion (Borings 1 and 2) to the north of the existing building is presen c ered with hat pavement. Surface drainage conditions are considered fair. The new put •.rking area just north of the building addition (Borings 3 an4 i g ts-cover- .ncrete drive is present at the north end of this area. The ea m rtion of -a is poorly drained. A storm drain inlet is present at the ce iii i the area. Te t parking lot area (Borings 5 and 6) is partially covered with ti asphalt ^: ) ent at the west end and with grass and a large tree in the etern portion of ° e. The site further east of the proposed parking Zarea appear been bui`':. .rface drainage conditions are considered fair to poor. The mercial drive a ea on the east side of the facility is mostly covered with gravel. The si generally slopes to a natural, wooded drainage area to the south. Surface drainage is considered good. The new pavement area at Boring 8 is grass-covered, and is bordered by an asphalt drive on the west side and a built-up area on the east side. The terrain slopes gently to the east and to the south. Surface drainage conditions are considered fair. The commercial drive area at the compost facility is mostly grass-covered with some asphalt pavement and an abandoned lift station is present at the site. The terrain ranges from relatively level to gently sloping. Surface drainage conditions are considered fair to poor. GRUBBS, HOSKYN, BARTON &WYATT, INC. August 28, 2014 Job No. 14-056 Page 4 Seismic Conditions • The Washington County site is located in Seismic Zone 1, defined by the Arkansas Building Authority (2005) as the zone of least seismic potential. Based on the results of the borings and the local geology, a seismic Site Site Class C (very dense soil and soft rock) is considered applicable in accordance with the criteria of IBC 2006. The liquefaction potential of the cohesive soils/rock encountered within the exploration depths of the borings is considered negligible. Site Geology The predominant geologic unit underlying the Fayett' es is the Mississippian age Fayetteville Shale formation as described a 1v�d by the United States Geological Surveyand shown on the Geologic Ma �nsasl. The formation typically Yp Y consists of beds of black carbonaceous aOt vary' beds of sandstone and occasional limestone beds. Near the top f th formation is e edington Sandstone Member. The sandstone is typicae. l) dense and hard, brown and fine-grained. It can be slightly to moderately cal o s 1'he bed ii. �I'Zy display ripple marks and vary in thickness. The Fayetteville h I is hig A .able in thickness with measured extremes of 10 and 400 f lati , The Fayettevillal- •rmatio • y weathers to red and yellow clay. The residual clays ofte xhibit igh •la 00, a ) typically classify as CH by the Unified Soil Classificatio USCS). ` ► ..ngton Member typically weathers to soils best described :A,,:ssified as being layey gravel and/or clayey gravel with sand (GC by the USCS)to clay-y sand and/or clayey sand with gravel (SC). Subsurface Conditions Based on the results of the borings, the subsurface conditions may be generalized into four(4) primary strata as follows: Pavements: The pavement in the building addition area consists of 4 inches of asphalt. The asphalt pavement is in a fair condition. Stratum I: Sur-ficial soils at the site or soils below the pavement generally consist of variable fill to 2 to 6 ft depth. The fill typically consists of very soft to firm brown to dark brown silty clay to clay and loose dark brown silty and clayey sand. The silty clay to clay exhibits low shear strength and high compressibility. Wood debris is present locally 1 Geologic Map of Arkansas,Arkansas Geologic Commission and United States Geological Survey, 1993 GRUBBS, HOSKYN, BARTON &WYATT, INC. August 28, 2014 Job No. 14-056 Page 5 within the fill. At Boring 11, the fill from 3.5- to 6-ft depth consists of unidentified material with strong odor. This fill exhibits very low shear strength and very high compressibility as indicated by an SPT blow count of 2. The lateral extent of this fill is unknown. The fill locally consists of stiff red and reddish tan sandy clay with chert fragments (See Borings 2 and 5). The sandy clay with chert exhibits moderate shear strength and moderate compressibility. On-site fill was absent at Borings 9 and 12. Stratum II: The natural soils present beneath the Stratum I fill, or at the surface where on-site fill is absent consist of very so stiff gray, dark gray, olive gray and tan silty clay to clay to 8-itepdepth. The silty clay to clay generally exhibits low strength and high compressibility. Stratum Ill: Stratum II overburden soils are u in by friable to low hardness dark gray and black weathere . The weathered shale exhibits high shear strength and to clik pressibility. The thickness of this stratum varies from 1. 7 Stratum IV: The weathered shal is derlain y derately hard dark gray shale. The moderates and d,r a shale was encountered at about 14-ft d , aapd auge s was encountered within this stratum at r $'ft dep a building addition area. The Stratum I expec -776 out 12- to 15-ft depth in the truck scale - e- mod- - and dark gray shale is considered com. a Shallow grounde : as enco.l -d at 4- to 13-ft depth. Groundwater levels may vary with seas_; al precipit 'on,tr/ a - runoff and infiltration. Significant .',.11._ The!p and subsurface conditions considered significant to design and construction o the project are: 1. The presence of existing structure and pavements; 2. Fair to poor surface drainage conditions in the project area; 3. The presence of variable on-site fill (Stratum I) in the majority of the site including an unidentified fill encountered at only Boring 11 and the low shear strength and high compressibility generally exhibited by the fill and the presence of debris within the fill at some places; 4. The apparent good compaction of the "hillside" cherty clay fill locally encountered at the site (Borings 2 and 5); 5. The low shear strength and high compressibility generally exhibited by the • natural silty clay to clay overburden (Stratum ll); GRUBBS, HOSKYN, BARTON &WYATT, INC. August 28, 2014 Job No. 14-056 Page 6 6. The presence of moderately hard dark gray shale (Stratum IV) at about 14-ft depth in the building addition area, and about 12- to 15-ft depth in the truck scale area; and 7. The presence of shallow groundwater at depths ranging from 4 to 13 ft, and the potential for encountering perched groundwater within the Stratum I on-site fill. The relationship of these factors to design and construction of the project is considered in subsequent sections of this report. ANALYSES and RECOMMENDATIONS �, Foundations C) Foundations for the lightly-loaded building and th rtetcale must satisfy two (2) basic and independent design criteria. First, the maxiuu aring pressure transmitted to the supporting strata must not exceed the all• . • e searing pressure based on an allowable factor of safety with respect • •e'• stratu ) -ar strength. Second, foundation movements resulting from c, datio+ucture. n'<.ge, or swelling of the • supporting strata should be withi rale limits Construction factors such as installation of foundati 't place cavation procedures, and surface and groundwater conditio udot o be co e . Finish floor of e I ing is to p roximate El 1202. Site grading in the pproximate area is e pec a include • ft of fill. Column loads for the structure are expected to bg Ii . Based o -'surface conditions revealed by the borings, the weak nea i and natura verburden soils are not considered suitable to support the anticipa .P;ructural loads. We recommend structural loads be supported by a deep foundation system consisting of straight-shaft drilled piers embedded into moderately hard dark gray shale (Stratum IV). Recommendations for a drilled pier and grade beam foundation system are presented in subsequent report sections. In the truck scale area, on-site fill extends to about 2- to 6-ft depth. The natural soils below the fill are also weak. A shallow foundation system in conjunction with mass undercut option may be considered. However, required mass undercut depth is estimated to be on the order of 7 to 8 ft below existing grades. Consequently, a foundation system consisting of drilled piers and grade beams is considered appropriate for supporting the truck scale. Recommendations for a drilled pier and grade beam foundation system are GRUBBS, HOSKYN, BARTON &WYATT, INC. August 28, 2014 Job No. 14-056 Page 7 presented in subsequent report sections. Recommendations for shallow foundations will be provided upon request. Drilled Pier Foundations The foundation loads of the building and the truck scale may be supported on straight-shaft drilled piers founded into moderately hard dark gray shale bedrock (Stratum IV). Piers should extend at least 3 ft into the moderately hard dark gray shale (Stratum IV). Piers so founded may be designed with respect to a maxium net allowable end- bearing pressure of 30 kips per sq ft. A minimum pier length o �f d a minimum pier diameter of 24 inches are recommended. Required pier I estimated to be about q 20 ft in the building area and about 15 to 20 ft in the tr a area. Uplift loads may be resisted by the weight of o r e and friction between the pier and the overburden soils and the underlyin h., to (S urn III and IV). The upper 5 ft of pier penetration should be ignored om in friction co iderations. Below 5 ft, an allowable skin friction value of 150 lbs per sq mayt in the overburden soils. An I allowable skin friction value of 0 lb *per sq e utilized for penetration into Stratum III and Stratum IV shal . ,) The allowable be.°4'; Id skin frig g lues may be increased by 33 percent under seismic loadingn'' .ns. T -;�Vwable values include a minimum factor of safety of 2.5 ba d on the me. It ear strength of the on-site soils and the competenc- .1 ratum III :tum IV shales. Settlement of properly installed piers sho 1"419 inor. Drilled pi r installation should be observed by the Geotechnical Engineer to verify suitable bearing and adequate pier penetration. Floor Slabs Slab-on-fill construction is considered appropriate for floor slabs. Site grading in the building area is expected to include approximately 2 ft of fill. The existing asphalt pavement may be left in place to avoid potential undercut. Site grading should be performed per recommendations provided in the Site Grading section of this report. We recommend that the floor slabs be supported on a 4-to 6-in.-thick clean crushed stone or gravel layer placed on a properly prepared subgrade. The granular layer should be densified prior to placing the floor slab. Impervious sheeting should be placed between the slab and granular course to act as a vapor barrier. GRUBBS, HOSKYN, BARTON &WYATT, INC. August 28, 2014 Job No. 14-056 Page 8 Pavement Pavement Subgrade Site grading in the light-duty parking areas (Borings 3, 4, 5, 6 and 8) is anticipated to range from minor to 1 ft of fill. The weak Stratum I debris-laden fill and the weak natural Stratum II soils are expected to provide poor subgrade support. To improve subgrade support and reduce required pavement section thicknesses, we recommend that these soils be undercut to provide a minimum of 2 ft of engineered, ill below the pavement. Additional undercut on the order of 2 to 3 ft beyond the recom Ninimum of 2 ft of engineered fill should be expected. Site grading should be d as further described in the Site Grading section of this report. Site grading in the heavy-duty drive areas (B ��,,� 9, 10, 11 and 12) is generally I - weak expected to be minor. The on-site Stratumden • and the Stratum II natural soils will provide poor subgrade s po onsequen , we recommend that the ,) on-site soils be undercut to provide a minimum oiff engineered fill below the pavement. Additional undercut o e r c�tof 2 ft \I he recommended minimum of 2 ft of engineered fill should b x ted. Ho�Q e unidentified fill encountered at Boring 11 is extremely V- d should I pletely undercut to avoid potential for excessive post-constr 'on :-ttlemen. .ed on the results of the boring, required undercut is estimat 6 ft belo ti 1 grades. The lateral extent of the fill is not d known. Site t\ ould be p as further described in the Site Grading section of this rep As an a ernative to potential deep undercuts in the light-duty as well as heavy-duty pavement areas, consideration may be given to using stabilization using geogrids. Recommendations on geogrid stabilization are provided in the Site Grading section of this report. Considering the above discussion, the pavement subgrade is expected to consist of at least 2 ft of engineered fill or geogrid stabilized subgrade. These soils are expected to offer good pavement support properties and characteristics in conjunction with proper drainage conditions. Engineered fill should have a minimum California Bearing Ratio (CBR) value of 8.0 and meet the criteria presented in the Site Grading section. Engineered fill should be tested and approved by the Geotechnical Engineer to ensure GRUBBS, HOSKYN, BARTON &WYATT, INC. August 28, 2014 Job No. 14-056 Page 9 compliance with the assumed design parameters. Subgrade preparation should be performed as described in the,Site Grading section of this report. Pavement Sections We understand truck traffic for the new heavy-duty drive will consist of a maximum of 71 passes of fully-loaded trash trucks (82,000 lbs) per day during the weekdays and 18 passes of the same trucks per day during the weekends. The same number of passes of empty trucks (35000 lbs) is expected. We have utilized these vat es for pavement design for a 20 year design life of the drive. Based on these as ' ¶Is, design 18-kip equivalent single axle load (ESAL) values of 1,191,73 ,947,747 have been calculated for flexible and rigid pavement design, e ely. ESAL values were calculated utilizing the AASHTO Guide for the DPavement Structures, 1993 edition. The parameters utilized in the sel ctio o flexible rigid pavement section alternatives for new pavements are summarized below ' n values for reliability, initial and terminal serviceability inde lu s gtd stan 1 viation have been selected in general accordance with AASH i elines. 1 ("iyFLEXIBLEne/\ Design ESA 's: 1,191,733 Reliability: ai 95% Stand.,. IBM ion (So): 0.45 Su% 1, , "--silient Modul (Mr): 6,000 psi Initia' =r iceability: 4.5 Termin. Serviceability: 2.5 Required Structural Number, SN: 3.94 RIGID Design ESAL's: 1,947,747 Reliability: 95% Standard Deviation (So): 0.35 Initial Serviceability: 4.5 Terminal Serviceability: 2.5 Modulus of Subgrade Reaction (k): 150 psi/in Load Transfer Coefficient, J: 3.8 Coefficient of Drainage, Cd: 1.0 Mean PCC Modulus of Rupture (S'c): 500 psi Modulus of Elasticity(Ec)(AHTD 6 sack mix): 3,372,160 psi GRUBBS, HOSKYN, BARTON &WYATT, INC. August 28, 2014 Job No. 14-056 Page 10 Required rigid pavement depth 10.5 inches Utilizing the parameters listed above and AASHTO methods, required Structural Number, SN of 3.94 for flexible pavement and concrete thickness of 10.5 inches for rigid pavement have been determined. Considering these values, minimum pavement sections were selected based on our past experience. Flexible and rigid pavement section alternatives for light-duty and heavy-duty pavement are summarized in Table 1 and Table 2, respectively. Material properties and placement criteria for s t fill are described in more detail within the Site Grading section of this report. lculations used to determine the required thickness of the pavement section tic uded as Appendix A. Table 1: Recommended Pavement Section Altekke es for Light-Duty Parking ik AHTD Specification Thickness Pavement Type Pavement Component Section kx.x s, '(inches) F1'exible;Pavem.ent Parking areas.(Light Dutyf,, r:"' x' . ';'Y ,� IA ;4,r.O .;.,, . Asphalt Concrete Hot Mix Su ce urse, 407 3 AHTD Type 2 or 3 AHTD Class 7 Ag• -te Base Cour 303 6 ..,Rigid P.aiiement:Parking areas (LJlgh o ti: &:z' :.�..,�f, _ , -� < . r _ ,S=�.._:, ' �7� t ...f.w ,, .r r.k:.:.; Portlan w.-'a oncrete ID 501 5 AHTD Class 7`` •gr-•ate Base u 303 4 * Arkansas Highway and Tr melon Departme dard Specifications for Highway Construction, 1996 1\ Table 2: 45,ent Secti n •'It, a es for Heavy-Duty Commercial Drive `Thc AHTb* Speckficatiori; ' ' ickne Pavement • Pavem pon:ent ss; Section ' ,j(i.nches.) t }, S ..: .,..�. .. .i. t_C,"'1 l.. �,fes' '):,: .FlexablePa >� - ;Alternafive;1 r .; � � 7:_ f� ., ,: �,� •..<.h rte-. .x..:_� „-;�:�.. ; Asphalt Concrete Hot Mix Surface Course, 407 2 AHTD 12,5 mm or 9.5 mm mix Asphalt Concrete Hot Mix Binder Course 406 3 AHTD 25.0 mm mix _ AHTD Class 7 Aggregate Base Course 303 13 Flexible Pavement-Alternative 2 , Asphalt Concrete Hot Mix Surface Course, 407 2 AHTD 12.5 mm or 9.5 mm mix Asphalt Concrete Hot Mix Binder Course 406 4 AHTD 25.0 mm mix AHTD Class 7 Aggregate Base Course 303 10 .Rigid Pavement . Portland Cement Concrete 501 10.5 AHTD Class 7 Aggregate Base Course 303 4 * Arkansas Highway and Transportation Department, Standard Specifications for Highway Construction, 2003 GRUBBS, HOSKYN, BARTON &WYATT, INC. August 28, 2014 Job No. 14-056 Page 11 The section alternatives provided are based upon the provision of good drainage conditions and, as such, the importance of positive surface drainage for acceptable pavement performance cannot be overstated. Grades and the crown of the drive should direct water away from pavement edges. It should be recognized that some periodic maintenance of pavements will be required. As a minimum, this should include periodic sealing of all joints and cracks to prevent surface water infiltration. All aggregate base should be compacted to a minimum of 5 percent of the Modified Proctor(ASTM D-1557) maximum dry density at a wat t near the optimum value. It is of critical importance to realize that the �t section alternatives area applicable onlyfor the assumed criteria as stated . �Kould traffic volumes or Pp loads differ from the conditions outlined previously, grade conditions vary, the recommended pavement should be re- ed. nt sec i tion s Site Grading We recommend that a pre-site gra ng mve ' be held to review site and subgrade conditions at the ti f c IStructio \i meeting should include the Architect, Engineer, Geotechni neer, G ontractor, Site Grading Contractor and Owner. At that time tt,E-A c site grate • cedures, such as temporary drainage, 1 type of equipment to b144c -nd pote cli•r undercut should be reviewed. Site prepson should begi -aring trees, and stripping vegetation and any organic-lade i tump ho d be appropriately undercut and backfilled with engineere ` Site gr ding in the building pad area is expected to include about 2 ft of fill. The on- site soils below the asphalt pavement in this area are weak. If the pavement is removed, relatively deep undercut of on-site soils will likely be warranted. Consequently, it is recommended that the asphalt pavement be retained and the new fill be placed on top of the existing pavement. As recommended in the Pavement Section, all pavement sections should be underlain by a minimum of 2 ft of engineered fill. After stripping, making cuts necessary to provide the required minimum engineered fill, and prior to placing fill, the subgrade should be proof-rolled with a loaded tandem-wheel dump truck or similar equipment. Proof- rolling should be observed by the Geotechnical Engineer. All soft or loose soils should be GRUBBS, HOSKYN, BARTON &WYATT, INC. August 28, 2014 Job No. 14-056 Page 12 excavated, processed and recompacted or replaced with select fill, whichever is appropriate. Required additional undercut is expected to be about 2 to 3 ft in the light-duty pavement areas and about 2 ft in the heavy-duty drive areas. Considerations may be given to using "bridge lifts" (initial loose lifts) to bridge soft soils in order to minimize undercut. Required bridge lift thickness is estimated at about 18 inches to 2 ft; however, this should be evaluated and observed by the Geotechnical Engineer during construction. Bridge lift should not be used i the upper 2 ft of the pavement subgrade. 41 As an alternative to a relatively deep undercut, c• : ion may be given to using geogrid to minimize undercut. A concept for o grid in combination with undercut is presented in Appendix B. The light-dut ent area should be undercut a minimum of 2 ft below final subgrade. Si 'la 4c1441-lea uty drive area should be undercut a minimum of 3 ft below final su rad ollowing u ercut and approval by the Geotechnical Engineer, a Tensar TriAx TX1 (or ap equivalent) geogrid should be placed at the bottom of t u hit exca \ The Tensar TX140 product specification sheet is included ' endix report. The geogrid should be covered by a 12-inch thi lift of AHT 7 aggregate base course. The top of the aggregate lift sho b ompact:.00 a least 95 percent of the Modified Proctor (ASTM D-1557) • imum dry en water content near the optimum value. Care should be e 4r' , ring plac a geogrid and compaction of Class 7 base not to disturb th- 1 ...oils at the botto of the undercut. The remainder of the backfill should consist of eng eered fill. The unidentified fill encountered at Boring 11 is extremely weak and most likely cannotbe bridged. If left in place it may also result in excessive post-construction settlement. We recommend that this material be completely undercut from the pavement area and replaced with engineered fill. Required undercut is expected to be about 6 ft below existing grades based on the results of Boring 11. Lateral extent of this fill is not known. Contaminated soils, if encountered during site grading/undercut, must be properly disposed of in accordance with applicable Local, State and Federal guidelines. Environmental assessment and evaluation of contaminated soils is beyond the scope of this study. GRUBBS, HOSKYN, BARTON &WYATT, INC. August 28, 2014 Job No. 14-056 Page 13 The on-site soils stripped/undercut from the site will not be suitable for use as engineered fill. Imported borrow for fill or backfill should be an approved low-plasticity sandy clay (CL), clayey sand (SC), gravelly clay (CL), or clay gravel (GC) having a liquid limit less than 45, or an approved alternative. All fill should be free of organic matter, debris and durable rock fragments in excess of about 3-inch dimension. In the building pad, including 10-ft offsets from building lines, fill should be compacted to at least 98 percent of the Standard Proctor (AST D-698) maximum dry density at a water content within 3 percent of the optimum val ) vement areas, fill should be compacted to at least 95 percent of the Sta •j• roctor (ASTM D-698) maximum dry density at a water content within 3 per 'l�f e optimum value. Fill and backfill should be placed in continuous, essentiall ntal lifts with a nominal loose thickness of 8 inches. Ali aggregate base t: 0. ould ompacted to at least 95 percent of the Modified Proctor (ASTM D- 57) aximum d ensity at a water content near the optimum value. 4 &ail"' CONSTRUCTION CONSIDERA O Positive surface W ..e should 0 ablished and maintained throughout construction operation . .ter sho t be allowed to pond in the building or pavement areas. onding oc s .15 h foundation or subgrade soils become soft or 'Iltotherwise di ♦ nsuitable ._ : s • Id be excavated and wasted. Density and water it)b content o arthwork shout. be maintained until foundations, floor slabs and pavements are completed. All drilled pier excavations must be observed by the Geotechnical Engineer to verify suitable bearing and adequate cleanup. Shallow groundwater is present at the site. The Contractor should be prepared to dewater drilled pier excavations. The Stratum l on-site debris-laden fill and the Stratum II natural soils are very weak and very likely to cave in. Consequently, we strongly recommend that temporary casing be used to control groundwater inflow and caving of weak overburden soils. All pier excavations should be essentially dry and clean prior to concrete placement. Where more than about 3 inches of water is present, pier shafts should be dewatered or underwater concrete placement methods used. Pier excavation, steel placement and concreting should be completed expeditiously to reduce the GRUBBS, HOSKYN, BARTON &WYATT, INC. August 28, 2014 Job No. 14-056 Page 14 possibility of changes in foundation conditions. Drilled pier installation must be observed by the Geotechnical Engineer. For drilled pier installation, heavy-duty drilling equipment and rock-drilling tools are generally expected to be sufficient to complete pier installation. However, discontinuous hard sandstone intervals may be present within the shale strata. Resistant sandstone layers could require special rock excavation methods such as rock coring. Based on the borings, extensive coring is not expected to advance piers to th recommended bearing elevation. However, coring may be warranted at some pier I. -i Accordingly, we recommend that Contract Documents include an allowance •.• ng hard rock that can not be drilled with conventional augers fitted with rock - • for excavating hard rock that can not be excavated with conventional he excavation equipment. This should include intervals where the pier i n ca t be advanced without extraordinary effort and notably slow progr s w h convention heavy-duty equipment of size, power, torque, and downthrust pically used iw t` ject area. We recommend that the allowance for rock drillin I ' �#c to zon Pie e auger refusal is experienced and coring methods are requir . tervals rock should be classified by the Geotechnical Engineer. ' 0 The Architect la esignat-,,,qb presentative thereof should monitor site preparation, gra. . . work ad 'i)a a n construction. Subsurface conditions significantly � - with tho e c. ntered in the borings should be brought to the attention o eotechnical Engineer. Grubbs, Hoskyn, Barton & Wyatt, Inc. should be retained to review final design plans to insure the intent of this report was properly implemented. The conclusions and recommendations of this report should then be reviewed in light of the new information. Additionally, Grubbs, Hoskyn, Barton & Wyatt, Inc. should be retained to provide testing and observation during excavation, grading, and construction phases of the project based upon our familiarity with the project, the subsurface conditions, and the intent of the recommendations in this report. Environmental assessment of the site or identification of contaminated or hazardous materials or conditions is not within the scope of services for this project either specifically or implied. GRUBBS, HOSKYN, BARTON &WYATT, INC. August 28, 2014 Job No. 14-056 Page 15 * * * * * The following plates are attached and complete this report: , Plate 1 Site Vicinity Plate 2 Plan of Borings Plates 3 through 14 Logs of Borings Plates 15 and 16 Key to Terms and Symbols Appendix A Results of Pavement Analyses Appendix B Concept for Subgrade Stabilizati n Using Geogrid * * . * * ca) We appreciate the opportunity to be of servi �'�ii�r curing this phase of the project. Should you have any questions regarding thi , or if we may be of additional assistance during subsequent phases of design . • truction, please call on us. liP•ectfully ' ed, RUBE' HO KYN, 13• , • , ATT, INC. 411 <r)(V elt , Q e*yele—i5 a T.,Bhat, Ph.D., P.E. ' f incipal/Manager of Springdale Office •STB: \()) Copies SubmitteZMcGoodwin 'b s Yates, Inc. • n: Mr. 4. •. mond, P.E. (e-mail) ` ttn: Mr. ne Lewis, P.E. (2+e-mail) I 1 1 I 1 a 4t s : r r•14).4" = r 52A t 5th .01/4 to o Mt Seq:roya7t Woods 1. E 4 s if -s.,. S . Or sornzi tmk s I Ci , • ! ► at+tn E, ', E Sat St us LB Roofing 00 a . S0 — ' *.- -'EHuntsvilkRif E Huntsville Rd i 1 A rteastsea � �b - It g g ftefy Madtltr-, 4r c -- Eastgate ShopplilC,' -- 16 po .� . Eairiore.St- . ] r® f" 1 IIP` g. � Lea St. � '�.`,, 1 l wen$t 3 ,11111111101111111111111CNIII4 umty b.' ' I\ tl Niriligillii Fayette/1'h : .rtlr i t6_ _ --,..__E15th.St Transfer5tatlo 4 S • N' ♦ Mr evdte. • to fC---) ' i ~l� /-^-�� ~ tvo G.:,ra,:rtm *t5 f } J# 1 C , 4 4 ip WhiteMyr( 111 c„ /{ BosebaltCom n oMpieX Lt °'7 P I' ' 1Rd. . .Q pump - '•' arts R.}- . . r y F N SITE VICINITY �)-�� FAYETTEVILLE SOLID WASTE FACILITY W �� Grubbs, MIMI , Hoskyn, IMPROVEMENTS �►`r r/ E • �, Barton & Wyatt, Inc. FAYETTEVILLE, ARKANSAS e. ;� Consulting Engineers S �� Job No.: 14-056 Plate 1 • Ij 2•11 I I C � 1 , • r1st% O.I lii iii 1 i ' ill 1 ; I: er,:f.i.k.•,,-,: __--1 r%4N-L*N-2trA)\ \'' . .02 i I ; I 1 • i I I $1 : e 0 !: .;---- 1---ig.,:::;-:-....... , pr,,,v,,,4 \ 0. z ! illtinif I ii ; 11; 111111 i „ :,...y.,..04,, . / IlldillCO .81, R1U, 11 Iift -� � \ Aoo z � Ii! • �iliill ! 1� 111� 1 �, �p .� \,` wane o r I ( 11I 1 I ( I� _i..--/ W i rr ;? , ,\ '..:' I io i�:! � UI IdI i4ii 11 '•1 iI ( \.•.\t ,ti i i : 1 . 11li. . . ,iull f 1 hit r 1 1. 1111;ill : r` 1 't, ' :,,..'' "� I r 1 l lip!! 1Pii 1111; ��",ff � �` ' 1 r ,;�j I •I t . 1 9 �`' � W Ili 11 �. ,"lrlliiiiP i ' � +y� t:¢ .�• �'£, ! �'` °.'t 4 G iii 111111111 i 1 � i `r 1 ''4' ' S". ca i'• ,gip,. `-.**.\ •O' N‘ �c m E I co "- p47-Is— I' ..Y-•� yam"p y w ..' I 11 ifi = •5 .,,yam. '- .:—.›... . 'j,}�r%�� .. :.*—a; �� �.�N" '� . I'4. 0 mu gif ,i.y� ."I> _ 3 t 1"11 � �!`,li/J X0, 0 t„ / � l ( ip:A;,,i7(:::, f (:,� irk, /�/ ; �� 0 jfl i s • � 14C,1,44 ,fr�'�Lff ".' ' i 4 are`tj/'g u " 1ff',,, A 1_t! 41V, ti:fi: ,_4A/ ."' el* - 4: ,,, . @, • ' '9., 7'1'-4 t 4- .. . " � • 1 , it:�*1 or �►. r , fir,. " ■ t 1, it 1 r t •11 Jr 1 ./r 11 4 i ; ( f : pr . ; t\ (\ :, • 1 klt ..lii rgifi-% -, '=*".3To dip /i ,t1,‘ if 4- " I t \ it •., 7 % joll r �r�,, ,,��;;�.. - 'G 1!',1'.'• ":1•Crik,. -7.-_ --,„,, N ' 1$, 0.,t.,,':1 - ,.kj,,\ / 4' 14' 4'14-,tkir-rftti 1 ' '" - :To:h14•.°3-.-L4P,ek- ,40,111,1:1(.41* ''; ' ' '' -‘1', ' , ,, cd• I, .. — t i - ' ' v//// r, - 0, - yI i 1 r��iD111µt 4; 1ih 1 E i ih il 1.1 i i 4. k ' " • 14-056 Grubbs, Hoskyn, LOG OF BORING NO. 1 i,eBarton &Wyatt, Inc. Consulting Engineers Fayetteville Solid Waste Facility Improvements Fayetteville, Arkansas TYPE: Auger LOCATION: See Plate 2 I- COHESION,TON/SQ FT u_ � a � ±. QCT J Lii a ce= 0.2 0.40.6 0.8 1.0 1.2I1.40 F- g DESCRIPTION OF MATERIAL p U w w •,_ Q H m PLASTIC WATER LIQUID o O o -' LIMIT CONS NT LIMIT Z j SURF. EL: 1199.83 C°/ 10 20 30 40 50 60 70 i 4" Asphalt over dark brown silty - clay with chert fragments and 03) ` \crushed stone J 8 • 111/4, Very soft to firm dark brown silty .0.,-- clay with sandstone (FILL) C..) 7 )'• - •-•'1!.';•••*V Loose red fine sand with burnt .:x�.w��.. 4 \S • 5 .�- - �:>::-. wood pieces (FILL) —// and tan to stiffclaydarkmoistgray, olive gray , CPC\ ‘Zlie- -•--_.i. 48 • -with more tan below 9 f e ® • 10 <09/.‘ ,7 of eica\ . 1 _.,, Friabl lack w thered s 9 50/3" • - 15 t- Moder hard dar e .-7—- —71(b 30/0" - -- -1,- auger refusal at 18 ft / Note: Boring was terminated at 14.3 ft on 4/1/14 and extended to -20- 18 ft on 4/22/14. Zi-25- N O 0 W In - O 7- COMPLETION DEPTH: 18.0 ft DEPTH TO WATER © DATE: 4-11-14 IN BORING: 10 ft DATE: 4/22/2014 0 PLATE 3 14-056 Grubbs, Hoskyn, LOG OF BORING NO. 2 Barton &Wyatt, Inc. Consulting Engineers Fayetteville Solid Waste Facility Improvements Fayetteville, Arkansas TYPE: Auger LOCATION: See Plate 2 I COHESION,TON/SQ FT oLIJ W } 0.2 0.4 0.6 0.8 1.0 1.2 1.4 0 J In DESCRIPTION OF MATERIAL p U 1111111 N w >- -m Q iPLASTIC WATER LIQUID o p u) 0 ?J LIMIT CONTENT LIMIT Z SURF. EL: 1200.04 m 10 20 30 40 50 60 70 i'' • 4" Asphalt over dark brown clayey ' ,e,.,6_ silt with rock fra ments base a . Very stiff red and reddish tan 198 1 rs' ` sandy clay with chert fragments v all\•41 "- and some black clayey sand and \gravel (FILL) / 5 Loose brown and gray silty fine sand, slightly clayey with some sandstone fragments (FILL) 4 • - 5 - - loose dark brown with some ,plastic below 4 ft 00/ Soft to firm dark gray olive gray and tan silty clay-to clay with some 0 // coarse sand -.----+ 41 /0 • 4+, 0 ..., ____ ____. -10 /�0 - very soft with more san a d 8 • 0 some fine gravel belo t �1 Low hardness bl ck uYe red 11R144b shale with san eneams IV —i_--_X 114\ ,�, 50/3" • - Moder ly hard dark ra 'SIG'- 15 -1_ .u sal at 15 f i---- i Noring was term ated at : : . on 4/11/14 and extended to on 4/22/14. -20- • �-25- a' c3 6 0 0 7 COMPLETION DEPTH: 15.0 ft DEPTH TO WATER I `° DATE: 4-11-14 IN BORING: 4 ft after 1 hour DATE: 4/22/2014 PLATE 4 14-056 . 6Grubbs, Hoskyn, LOG OF BORING NO. 3 Barton &Wyatt, Inc. Consulting Engineers Fayetteville Solid Waste Facility Improvements Fayetteville, Arkansas TYPE: Auger LOCATION: See Plate 2 I- COHESION,TON/SQ FT O w w >.u- 0.2 0.4 0.6 0.8 1.0 1.2 1.4 0 = 0] D_ IIIIIII 0 I-- g 0. DESCRIPTION OF MATERIAL u) 0 V r., w Q 2 F-m' PLASTIC WATER LIQUID a 0 o —I LIM IT CONTENT LIMIT SURF.EL: 1199.36 co / 10 20 30 40 50 60 70 Soft dark brown silty clay with rock '17_ fragments (FILL) 4 / �� /� - tan, sandy below 2.5 ft 5 ® -----I- 47 Soft to firm gray and tan silty clay 4 4Cor 415 lc\ - 10- CP6siewillilliP <0/ Of i's. i ne"C\ - 15 • 6 4(b\ IsriCic -20- -25- 4 a CD co O V , COMPLETION DEPTH: 5.0 ft DEPTH TO WATER DATE: 4-11-14 IN BORING: Dry DATE: 4/11/2014 0 PLATE 5 14-056 Grubbs, Hoskyn, LOG OF BORING NO. 4 Barton &Wyatt, Inc. Consulting Engineers Fayetteville Solid Waste Facility Improvements • Fayetteville, Arkansas TYPE: Auger LOCATION: See Plate 2 t t COHESION,TON/SQ FT -o 0 W W uj }CC 5� 0.2 0.4 0.6 0.8 1.0 1.2 1.4 o I— El DESCRIPTION OF MATERIAL p U I I I N CL } Q 3 1—m PLASTIC WATER LIQUID o 0 to 0 z J LI+ CONTENT--II- LST z _i DSURF.EL: 1197.94 0°/ 10 20 30 40 50 60 70 Soft to very stiff brown to dark03) /�X frbrownagmentsiltys (FILclay L)with rock 26 0/0'") 141 - with wood fragments at 2.5 ft 15 NUM... Z Very soft dark gray silty clay - 5 .X._ 6 .. ip,iiiiii c, .. v. ....._ • 4111111 10 ve n0 111E111 1111111111 _15_ • 6$41111‘C541$11;494111(` i<Z30 MIME . 11111111 -20_ 11111111 25- 11111111 ,:.a 0 .; v, 0 0 , COMPLETION DEPTH: 5.0 ft DEPTH TO WATER kJ ,6 DATE: 4-11-14 IN BORING: Dry DATE: 4/1112014 0 PLATE 6 14-056 Grubbs, LOG OF BORING NO. 5 Barton & Wyatt, Inc. Consulting Engineers Fayetteville Solid Waste Facility Improvements Fayetteville, Arkansas TYPE: Auger LOCATION: See Plate 2 COHESION,TON/SQ FT W -O e O W W �IL 0.2 0.4 0.6 0.8 1.0 1.2 1.4 Q a CO DESCRIPTION OF MATERIAL co p U I I I ' cv w •,_ Q I-`m PLASTIC WATER LIQUID o p to O = -J LIMIT CONTE-NT LIMIT ? SURF. EL: 1198.48 00 10 20 30 40 50 60 70 :,, 3.5" As halt J a'..,;! Stiff red and reddish tan sandy clay :. with numerous chert fragments 12 ,r (FILL) My 440„le Stiff gray and tan clay 90 _ 5 1 WI"Note: Water encountered at 4.5 ft oica\ during drilling. Hole blocked off a 3 ft upon completion of drilling. - 10- (0(1/.1 &+' 1\°)4040901:61(441 1 -15- • 6 , , , _ <z?\ -20- 7-25- 7 m a U' 6 6 9 a COMPLETION DEPTH: 5.0 ft DEPTH TO WATER C DATE: 4-11-14 IN BORING: 4.5 ft DATE: 4/11/2014 0 PLATE 7 14-056 Grubbs, Hoskyn, LOG OF BORING NO. 6 QBarton &Wyatt, Inc. -1Consulting Engineers Fayetteville Solid Waste Facility Improvements Fayetteville, Arkansas TYPE: Auger LOCATION: See Plate 2 I COHESION,TON/SQ FT L.L.Ip w w 0.2 0.4 0.6 oz.s 1.0 1.2 1.4 o g DESCRIPTION OF MATERIAL EL o cv w � ¢ 1-`m PLASTIC WATER LIQUID 6 I to u) o ? —ILIMIT CCNU NT LST Z SURF. EL: 1198.52 m 10 20 30 40 50 60 70 . Loose dark brown clayey sand with rock fragments and numerous 11 e glass pieces (FILL) •1• :;; ;;:;;;n:h1::::s y 45 ,les below 8 __ 69 oil 11111 <0(1/4' 7\°)‘zeiloe 11111111 1 - 15- • 6` 11111111 4< _____ -20- 11111111 11111111 1 -25- 11111111 0 4 COMPLETION DEPTH: 5.0 ft DEPTH TO WATER DATE: 4-11-14 IN BORING: Dry DATE: 4/11/2014 PLATE 8 • 14-056 • 0 Grubbs, Hoskyn, LOG OF BORING NO. 7 Barton &Wyatt, Inc. Consulting Engineers Fayetteville Solid Waste Facility Improvements • Fayetteville, Arkansas TYPE: Auger LOCATION: See Plate 2 r H '0 0 I- COHESION,TON/SQ FT I— -J 0 Q' o w w >.w 0.2 0.4 0.6 0.8 1.0 1.2 1.4 0 CO DESCRIPTION OF MATERIAL p U N - w¢ N m PLASTIC WATER LIQUID o o O Z —' LIMIT CONTENT LIMIT Z SURF. EL: 1197.34 00 –F 10 20 30 40 50 60 70 ___7_ Very stiff dark brown silty clay with occasional chert fra ments and 20 • asphalt debris (FILL 10.— - stiff with occasional sandstone 11 fragments and cinders below 2.5 ft 151i III 33 -stiff with occasional chert 5 _ 5 _ . fragment below 4 ft 001111111111111 _____ _ 15- ♦` .<?3, 11111111. -20- 11111111 .-25MIMI - N os d u N 4 4 COMPLETION DEPTH: 5.0 ft DEPTH TO WATER DATE: 4-11-14 IN BORING: Dry DATE: 4/11/2014 0 PLATE 9 14-056 Grubbs, Hoskyn, LOG O F BORING N O. 8 Barton &Wyatt, Inc. 1 . Consulting Engineers Fayetteville Solid Waste Facility Improvements Fayetteville, Arkansas TYPE: Auger LOCATION: See Plate 2 H F_ COHESION,TON/SQ FT t _, 0 I^ 0 w a >_? 0.2 0.4 0.6 0.8 1.0 1.2 1.4 00 DESCRIPTION OF MATERIAL o a N III >- < ? H m PLASTIC WATER LIQUID z p 0 p 2-J LIMIT CONTENT LIMIT SURF. EL: 1198.41 m + —•- --F 10 20 30 40 50 60 70 � Very stiff brown silty clay with some ' rock fragments (FILL) 19 • -with tan silt layers below 1 ft , ___./17: I -with black cinder below 2.5 ft 6 , Soft to very soft gray silty clay, wetHill -water at 4.3 ft 2 pl, ,, 50 4 eiiii Stiff tan and brown sandy clay wit !1 ...::� ferrous stains _ imi _____1 • Illis in - 10, AL M11111111 <r)(41111'4 IIP 111111111 1 N(72609 11111111 - 15- •� 11111111 4• ,. 11111111 -20 11111111 25 c a C7 6 N 0 4 COMPLETION DEPTH: 7.5 ft DEPTH TO WATER co DATE: 4-10-14 IN BORING: 4.3 ft at 2.5 hours DATE: 4/11/2014 0 PLATE 10 14-056 0 Grubbs, Hoskyn, LOG OF BORING NO. 9 Barton & Wyatt, Inc. Consulting Engineers Fayetteville Solid Waste Facility Improvements Fayetteville, Arkansas i • TYPE: Auger LOCATION: See Plate 2 F- COHESION,TON/SQ FT L N ct �p o 0 W LU >� 0.2 0.4 0.6 0.8 1.0 1.2 1.4 o j H g LL ' DESCRIPTION OF MATERIAL cn p U ' N d CI) N PLASTIC-o WATER NCT LIQUID Z NTIM SURF.EL: 1198.20 0° 10 20 30 40 50 60 70 ____,P1---,5" A§phalt . Firm to stiff brown silty clay a 0. - tan with occasional decayed rootlets below 1 ft \e.1 —,/ Stiff gray and tan silty clay, slightly 7 + _ sandy with ferrous nodules /� 67 reddish brown, tan and gray with 7 – . - 5 rmore clay below 4 ft lc\ CP \JON* _____, •saim, - 1 0- <01,*1 ,,,6 0), t-AN -_____.. I\ (s c., , 15 ♦` Israii9 -20- 5,-25- N d c O C 7 COMPLETION DEPTH: 5.0 ft DEPTH TO WATER DATE: 4-10-14 IN BORING: Dry DATE: 4/10/2014 0 PLATE 11 14-056 6Grubbs, Hoskyn, LOG O F BORING N O. 10 ;_ Barton ng Wyatt, Inc. Consulting Engineers Fayetteville Solid Waste Facility Improvements Fayetteville, Arkansas TYPE: Auger LOCATION: See Plate 2 I-- COHESION,TON/SQ FT u_ I— -1 w CC IL `0 e O W } 0.2 0.4 0.6 0.8 1.0 1.2 1.4 p a ` NDESCRIPTION OF MATERIAL g IIII LEA � Q m I— PLASTIC WATER LIQUID d p to p ?-J LI-MITCONTE-NT LIMIT ? SURF. EL: 1198.54 m 10 20 30 40 50 60 70 —/./ � _ Very stiff ray and brown clay with crushed sone and shale (FILL) 29 • _ Stiff to very stiff gray and olive gray �*1 dssilty clay 13 to. - reddish brown, brown and tan ibelow 3 ft 5 a Stiff gray and tan silty clay, slightly 6 -f-A- - 64 sand grdO ay C\ 0� -with some ferrous stains below1Crib. 0 6.5 ft CP Very stiff tan sandy clay with ..�� F..(L weathered sandstone se and tk: layers .1 Friable dark gray an weathered shale —- — of eiC\ _ __, _____,___ __ ___ _ _ =-R`water t 13 licp j0/5" • + — 4R;0\ 4 °414P -20- :51 -25- 2 u 0 • 4 1 COMPLETION DEPTH: 14.0 ft DEPTH TO WATER • DATE: 4-10-14 IN BORING: 13.5 ft DATE: 4/10/2014 0 PLATE 12 • 14-056 Grubb Barton Wyat , I LOG OF BORING NO. 11 oskyn, , �' Barton &Wyatt, Inc. Consulting Engineers Fayetteville Solid Waste Facility Improvements Fayetteville, Arkansas TYPE: Auger LOCATION: See Plate 2 H COHESION, TON/SQ FT LL H H -I (n fY l a O W W > LL 0.2 0.4 0.6 0.8 1,0 1.2 1.4 p i a DESCRIPTION OF MATERIAL p U ` I ` ` N W t. < H m PLASTIC WATER LIQUID Z E o j LIMIT CONTENT LIMIT SURF. EL: 1198.63 00 10 20 30 40 50 60 70 , S.'• Dense black sand and clay with some organics and chert to • \fragmen s (FILL) / II!'' _ Firm In sandstonedfragmentclay below 2.5 F` p' ft FILL�'�l { ) 6 Ce\IP.1 • Very soft gray bentonite-like, +++++I grainy, very light material with _ 5 •.x strong odor(FILL) 2 $21. • it Very soft gray and tan clay with licl\ • some rock ageand gravel0 e/ - very stiff below m7 ftnts ®� 23 ir4IIIP Friable black weathered shale (0(1,4150/9"6s4.• lot- _ _ _ _ _ _ _______. ____ _ ic• _ _ —1,- auger refusa 0,4 rx Note: Holet�1Ce• at 6 ft u %.,compl tion of c ing. . 15_ +` 4R? • 20 -25- 01 0 0 7 7 COMPLETION DEPTH: 12.0 ft DEPTH TO WATER DATE: 4-10-14 IN BORING: 6 ft DATE: 4/10/2014 PLATE 13 14-056 IGrubbs, Hoskyn, LOG OF BORING NO. 12 Barton &Wyatt, Inc. Consulting Engineers Fayetteville Solid Waste Facility Improvements Fayetteville, Arkansas TYPE: Auger LOCATION: See Plate 2 L r COHESION,TON/SQ FT o w W r 02 0.4 0.6 0.8 1.0 1.2 1.4 0 DESCRIPTION OF MATERIAL o v 1111111 N w > < r m PLASTIC WATER LIQUID ..9: p N to p Z LIMIT CONTENT LIMIT SURF. EL: 1197.34 m + -AI- -+ / 10 20 30 40 50 60 70 -�/ Stiffclayey silt brown andseamtansand siltylayers clay with 9 + 0 55 dr / Stiff to very stiff.ggray silty clay, ,/ slightly sandy with some ferrous 10 aiiiu 62 nodules IL* 5 _r� 18 0 kiv ...mom 1 _ 10_ <0(11/4, iciniiiii , _ . of nei 1\ 11111111 - 15- • ZI> 4R•01)N 1 °14911C 11111111 II -20, 11111111 11111111 -25 11111111 - N W E U' N O Q 7 COMPLETION DEPTH: 5.0 ft DEPTH TO WATER `° DATE: 4-10-14 IN BORING: Dry DATE: 4/10/2014 . 0 PLATE 14 Grubbs, Hoskyn, Barton &Wyatt, Inc. SYMBOLS AND TERMS USED ON BORING LOGS Consulting Engineers SOIL TYPES SAMPLER TYPES by U (SHOWN IN SYMBOLS COLUMN) (SHOWN ON SAMPLES COLUMN) . .. a o .: lil z ,O p ,74'::,74: Gravel Sand Silt Clay Shelby Rock Split No Cutting Predominant type shown heavy Tube Core Spoon Recovery TERMS DESCRIBING CONSISTENCY OR CONDITION COARSE GRAINED SOILS (major portion retained on No. 200 sieve): Includes(I) Clean gravels and sands, and (2)silty or clayey gravels and sands. Condition is rated according to relative density, as determined by laboratory tests. DESCRIPTIVE TERM N-VALUE QI VE DENSITY VERY LOOSE 0-4 60-15% LOOSE 4-10 15-35% MEDIUM DENSE 10-30 35-65% DENSE 30-50 //''�� 65-85% VERY DENSE 50 andM�o 85-100% FINE GRAINED SOILS (major portion passing ► - +Z,•ve): Incl 1) inorganic and organic silts and clays, (2)gravelly, sandy, or silty cla ., any ayey silts. ency is rated according to shearing strength, as indicated b men- ometer read in or by unconfined compression tests. • a•Aiike„, UNCONFINED Sill41 DESCRIPTIVE T MPRESSIVE STRENGTH TON/SQ. FT. VERY S T7413 tel,c14\ Less than 0.25 SOFT0.25-0.50 FIR 0.50-1.00 STI 1.00-2.00 VERY FF 2.00-4.00 RD 4.00 and higher • ensided a lss r d clays may have lower unconfined compressive tp -• than shown ab e, because of planes of weakness or cracks in the soil. -.40 insistency ratings of such soils are based on penetrometer readings. TERMS CHARACTERIZING SOIL STRUCTURE SLICKENSIDED- having inclined planes of weakness that are slick and glossy in appearance. FISSURED-containing shrinkage cracks, frequently filled with fine sand or silt; usually more or less vertical. LAMINATED -composed of thin layers of varying color and texture. INTERBEDDED-composed of alternate layers of different soil types. CALCAREOUS-containing appreciable quantities of calcium carbonate. WELL GRADED- having a wide range in grain sizes and substantial amounts of all intermediate particle sizes. POORLY GRADED - predominantly of one grain size, or having a range of sizes with some intermediate sizes missing. Terms used on this report for describing soils according to their texture or grain size distribution are in accordance with the UNIFIED SOIL CLASSIFICATION SYSTEM, as described in N Technical Memorandum No.3-357,Waterways Experiment Station, March 1953 >- .., PLATE 15 O� Q��a�o,P��� AASHTO '86 -- Pavement Analysis Program (1) Fayetteville Solid Waste ******************************* E 18 Conversion ************************** * Pavement Depth = 10.00 inches * Structural Number = 4.00 * Terminal Serviceability = 2.50 Input Axle Axle Rigid Flexible Number Type Weight Number E 18' e% E 18's 1 1 12.00 812, 480 ritp,'937 172,706 706 2 2 11.50 812, 480 \IS 17,418 12,052 3 2 35.00 812, 480404c6\ 1,788,393 1,006, 975 NJ iiirk --- . CIA =♦ 1, 947,747 1,191,733 key: Axle Type: (1) Sin 1% Tande Tridem • AASHTO ' 86 -- Pavement Analysis Program (2) Fayetteville Solid Waste ********************** Flexible Analysis ******************** * Structural Number = 3.94 * Design E 18's = 1, 143, 926 * Reliability = 95.00 percent * Overall Deviation = 0. 45 * Resilient Modulus = 6,000.0 psi * Initial Serviceability = 4.50 * Terminal Serviceablity = .50� Layer Layer Drainage L e Number Coefficient Coefficient ess a(i) *Cd*t _= a (i) • CP Total SN = 0.00 • 1 ;1111/4 4r04 !t; ‘ AASHTO '86 -- Pavement Analysis Program (1) Fayetteville Solid Waste *********************** Rigid Analysis ********************** * Pavement Depth = 10. 18 inches * Design E 18 's - 1, 947,747 * Reliability = • 95.00 percent * Overall Deviation = 0.35 * Modulus of Rupture = 500.0 psi * Modulus of Elasticity = 3,372,160 psi * Load Transfer, J = 114. .80� * Mod. of Subgrade Reaction = psi/in * Drainage Coefficient = (;)00 * Initial Serviceability db.. .50 * Terminal Serviceability = 2. 50 For k determination: * Resilient Mod. Subgrade =� 0 psi * Resilient Mod. Base "01,45:'S‘ 0 psi * Base Thickness .0 in. * Depth to Rigid Founda 'on = 11;r0.0 ft. * Loss of Support Value = 0 c,0* Finish Subgrade Ni 1' 4L-...,....,_Engineered Fi11 2 f minimum undercut :'12":CIasS;7.'base:(eompact:the:top.:to : :.: 1- 5%0.modl#'ied:proctor dezSsity) 41 Tensar Triax TX 140 Ge.=.:'. SUBGRADE STABILIZATION F T-DUTY PAVEMENT Finish Subgrade 0 •calYkIP NN4.10/iS A A A c'•6 v---(leitineered Fill aft 1\(::::)1) minimum undercut1.9.:: • 12° Class:7:base(compact the•.toll:to. : l r:•-. 9.5%:modified:proctor density)•..._::...:-.....•.:::.•.:.. Tensar Triax TX 140 Geogrid SUBGRADE STABILIZATION FOR HEAVY-DUTY PAVEMENT IL Grubbs, Hoskyn, CONCEPT FOR PAVEMENT SUBGRADE STABILIZATION USING GEOGRID FAYETTEVILLE SOLID WASTE FACILITY Barton & Wyatt, Inc. IMPROVEMENTS Consulting Engineers FAYETTEVILLE,ARKANSAS Job No.: 14-056 Attachment A .. t i . t T meat :!%'.;EP: .-i it tit. Product Specification • TriAx' TXI40 Geogrid Tensar International Corporation reserves the right to change its product specifications at any rime. s is the responsibility of the person specifying the use of this product and of the purchaser to ensure that product specifications relied upon for design or procurement purposes are current and that the product is suitable for hs intended use in each instance. Tensar TriAx° Geogrid General A. 1 1. The geogrid is manufactured from a punched polypropylene sheet, which is then al-, oriented in three substantially equilateral directions so that the 'resulting ribs shall A. have a high degree of molecular orientation, which continues at least in part throw the mass of the integral node. f '.' .. 2. The properties contributing to the performance of a mechanically stabilized la e ... include the following: �_•. Index Properties Longitu 'Ick�iagonal Transverse General • Rib pitch(2), mm(in) 40 0) 40(1.60) - ■ Mid-rib depth(2), mm (in) 1 (0.05) 1,2 (0.05) • Mid-rib width{2), mm (in) 1 1.1 (0.04) • Rib shape rectangular ■ Aperture shape • triangular • Structural Integrity q . • Junction efficiencyf3j,% • 93 • Aperture stability(4), kg-cm/deg @ 5. g- -) 3,0 • Radial stiffness at low straints) Im '' A strain 225 .' @ 0.5%strain)0 (1 5,430) Durability 1\ 4Cilt* ! • Resistance to chemi degradationi6) 100% • Resistance to ujtra-- light andInlilirti,i 100% Dimensions and Qelive The TX geogrid shall tiered to the jobsite in roll form with each roil individually identified and nominally measuring 3.0 meters(9.8 feet) and/or 4.0 meters(13.1 eet)In width and 75 meters(246 feet)in length. Notes 1. Unless indicated otherwise,values shown are minimum average roll values determined in accordance with ASTM D4759-02. Brief descriptions of test procedures are given in the following notes. 2. Nominal dimensions. 3. Load transfer capability determined in accordance with GRI-GC2-87 and GRI-GG l-97 and expressed as a percentage of ultimate tensile strength. 4. In-plane torsional rigidity measured by applying a moment to the central junction of a 225mrn a 225mm specimen restrained at its perimeter in accordance with U.S.Army Corps of Engineers Methodology For measurement of Torsional Rigidity,(Kinney.T.C.Aperture stability Modulus ref 3, 3.1.2000). S. Radial stiffness is determined from tensile st:fines measured in any in-plane anis from testing in accordance with ASTM 06937-01. 6. Resistance to loss of load capacity or structural integrity when subjected to chemically aggressive environments in accordance with EPA 9090 immersion tet tiny. 7. Resistance to loss of load capacity or structural integrity when subjected to 500 hours of ultraviolet light and aggressive weathering in accordance with ASTM D4355-05. Tensar International Corporation Tits specification supersedes any and alt pm specifications for the dream:designated above and is nut applicable to any 5833 e Glenrid Drive,Suite 200 Wachtel shipped prior to Mardi 29.2010 Tensar and Trihx are trademarks of Tensar international Carporatinn or its 9 affiliates in'he US one many other countries rnPo-'geogrid and the use thereof ale protected ay U.S Palen!No Atlanta,Georgia 3032a-5363 7.001.112. Patents or patent 3n01icaiions also exit in other conntiles. Final jeternnnatwn of the suitability al the above. Phone: 800-TENSAR-1 mentioned unormatron or Product tor the usu contemplated.and in manner al use are the sole responsibility of the_Ise: www.tensor-inter national.corn I-ensar international'01N:rarion-fisctarms any and all azprss:nq:liod or strait/tory warranties,including hurt not limited to. any wartanty al merchantauaity or fitness for a particular purpose regnrdety this promo;or rhe:ompany'.;oiner arori„rtn technologies or services rhe information=onlarned herein lees not constitute engineering advice. wi. 40. - Bid 19-52, Addendum 4 Date: Friday Thursday November 14, 2019 lir illiir To: All Prospective Vendors From: Les McGaugh—479.575.8220—Imcgaugh@fayetteville-ar.govCITY OF RE: Bid 19-52, Construction—Fleet Truck Wash FAY E T T E V I L L E ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank Itthe Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FOR . •1 (go* 1. The deadline to submit a bid for this project is extended. Alls all be submitted by Wednesday, November 20, 2019 before 2:00:00 PM local time. All bi seCity Y submitted to the of Fa etteville, Purchasing Division, located in City Hall at 113 W. Moo Room 306, Fayetteville,AR 72701. Late submittals will not be accepted. Co) • 4 <e.)C 1 i, i\° 09(6 C\ • 6 <z?\., City of Fayetteville , AR Bid 19 - 5 2 , Addendum 4 Page 111 Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain=Fayetteville,AR72701 Bid 19-52, Addendum 5 r, ,iii Date: Monday November 18, 2019TS°16111F To: All Prospective Vendors From: Les McGaugh—479.575.8220—Imcgaugh@fayetteville-ar.gov CITY O F RE: Bid 19-52, Construction—Fleet Truck Wash FAY E T T E V I L L E. ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORO 41 itty 01. This Addendum includes a revised bid form which shall be all bidders. Failure to submit the correct revised bid form in aprinted sealed format shal es bid rejection. J a. Bidders shall submit a printed physical copy oft sed r vised bid form, this addendum, and all other required documents b. Bids shall be submitted in a sealed envelo pri r to deadline cording to submittal procedures outlined in the Project Manual. NO ELECTR C COIE ILL B ACCEPTED. <09/.1 & 0 1\° ,148§19 • 6 ,R?\ 1 1 City of Fayetteville , AR Bid 19 52 , Addendum 5 Page 1l1 Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain-Fayetteville,AR 72791 November 07,2019 ID E I I Addendum NO. 5 Addendum No. 5 to: Construction Trade Packages#01410, Bid# 19-52 Issued November 18, 2019 City of Fayetteville Fayetteville Fleet Truck Wash Fayetteville,AR Addendum No. 5 to Project Manual A. Page 7-9 REPLACE with attached r • B. Page 45-46 REPLACE with attached irl\\S:(1- End of Addendum No. 5 <09/41 \° 6(11 < ;,\ 104 N. East Ave, Fayetteville,Arkansas 72701 n 470 QRR 4R71 infn(nlrlamvarrh rnm City of Fayetteville • Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Bid Form Contract Time: BID FORM Combination Pricing — List combination packages . ( ) Base Bid $ Performance & Payment Bond Premium (Amount or Percentage) $ ***Note: Please be advised that for Combination Pricing to be co sidered,applicable individual Trade Contracts MUST be filled out as well,includi elates. Failure to do so will deem the bidders Combination Pricing non-responsive ' tent of Combination Pricing is to capture discounts through the award of mu ckages*** ***Alternates as defined in Trade Bid Packag ; dendum*** Trade Contract 01 - Sitework 00 Base Bid $ &424,,,Performance &Bond (Amount or Percentagie 41 . $ Trade Contract 02 — Si e ' ' ies 0ckt. Base Bid $ Performance &Bond (Amount r rcentage) . $ e iik Trade Contr;.6.-, - uildin Concrete and Concrete Aprons Base Bid 41 $ Performance & Bond (Amount or Percentage) $ Trade Contract 04 — Pre-Engineered Metal Building I Base Bid $ Performance &Bond (Amount or Percentage) $ Alfernate#1 install metal wall liner panels at interiors $ City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 7 of 241 Trade Contract 05 — Pre- Engineered Metal Building Erection Base Bid Performance & Bond (Amount or Percentage) $ Alternate#1 delete PVC Trusscore Panels at interior walls and ceilings $ Trade Contract 06 — Overhead Doors Base Bid -coiling overhead door $ Performance &Bond (Amount or Percentage) $ Alternate#1 sectional overhead door with track Trade Contract 07 — Plumbing ' Base Bid $ Performance &Bond (Amount or Percentage) $ OC) Trade Contract 08 — Electric Base Bid ` $ Performance & Bond (Amount or Percent $ Trade Contract 0 - Nlecha 'n6Q Base Bid • ...N $ Performance &B.'0 • idunt or Percenta ) $ Trade Contract 10 — Specialty Base Bid (steel fabricated stair, walkway and grates and installation) $ Performance & Bond (Amount or Percentage) $ Alternate#1 (Fiberglass reinforced stair, walkway and grates and installation) $ UNIT PRICING ON NEXT SHEET: City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10- Fleet Truck Wash Page 8 of 241 **BID BONDS SHALL NOT BE LESS THAN 5% THE SUM OF ALL INDIVIDUAL BIDS GIVEN OR 1 5% THE SUM OF COMBINATION BID.** ** BIDS SHALL BE AWARDED BASED ON CONSIDERATION OF INDIVIDUAL PACKAGES OR COMBINED PACKAGES FOR OVERALL LOWEST AMOUNT. ** UNIT PRICING (As Defined on Trade Bid Package or Addendum) UNIT PRICE#1 Undercut and fill $ UNIT PRICE#2 Drilled pier per Linear Foot $ r 1\0.‘ iFill 'S I C000 Bids shall be submitted on this bid form i entirety ANc:� o p nied by descriptive literature on the products being bid.The City reserves the t a�d this •Ays - on the City's best interest at the time of roduct `�4 7 ne The manufacturer shr ide st. : drawings from a licensed engineer or architect tate of Arkansas. < ;0\ ISrIP City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 9 of 241 EXECUTION OF BID- Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature,deviation shall be documented and certified by the manufacturer as a regular production option. Upon signing this Bid,the bidder certifies that: 1. He/she has read and agrees to the requirements set forth in this proposal, including specifications,terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained,the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. The Bidder can and will comply with all specifications and requirements for d ' ery, documentation and support as specified herein. 4. I, as an officer of this organization, orper the attached letter of author. a , m dulyauthorized to certifythe information provided herein is accurate and true. 5. Bidder shall comply with all State and Federal Equal Ophand Non-Discrimination requirements and conditions of employment in addition to all federal, state, al laws. 0 6. Bidder shall disclose any possible conflict of intere with he City of Faye ville, including, but not limited to, any relationship with any City of Fayetteville employee. nse shall close f a known relationship exists between any principal or employee of your firm anCity of Fayett-Nt e ee or elected City of Fayetteville official. If no relationship exists, this should al e at tin your r- •' . Failure to disclose such a relationship may result in cancellation of a purchase a / o ct as a r . our response. 1.) NO KeilOtELATIONSHIZ RELATNSHIP E se ) ex lain : P 7. Bidder will per • r�i rk in comp ce i all applicable trench safety standards set forth in Occupational Safety and 40► ,Nnistration (OSHA art 1926—Subpart P—Excavations. 8. As A bidder on thi project,you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. a. Federal Executive Order(E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub-recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 9 of 240 Unsigned bids will be rejected.Items marked*are mandatory for consideration. *NAME OF FIRM: Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name *BUSINESS ADDRESS: *CITY: *STATE: *ZIP: *PHONE: FAX: *E-MAIL: C):#4N I *BY: (PRINTED NAME) *AUTHORIZED SIGNATURE: 4.\\S *TITLE: C DUNS NUMBER: CAGE BER: (09,0,4, *TAX ID NUMBER: Acknowledge Addendums: c xe i 7.4 c.4 4 , Addendum No. Dated: \47Acknc 46:ed by: Addendum No. Date . c ledged by: Addendum No. cknowledged by: Addendum No. Dated: Acknowledged by: City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 10 of 240 END OF SECTION 003143 DOCUMENT 003132 -GEOTECHNICAL DATA 3.17 GEOTECHNICAL DATA A. This Document with its referenced attachments is part of the Procurement and Contracting Requirements for Project. They provide Owner's information for Bidders' convenience and are intended to supplement rather than serve in lieu of Bidders' own investigations. They are made available for Bidders' convenience and information but are not a warranty of existing conditions. This Document and its attachments are not part of the Contract Documents. B. Soil-boring data for Project, obtained by McClelland Consulting En&ti c., dated June 16, 2016, is available for viewing at the office of Engineer. C. Ageotechnical investigation report for Project, rear bbs, Hoskyn, Barton& g pprepar y to & Wyatt, Inc., dated August 24, 2014 from a nearby site, is available ing at the office of the City Purchasing Agent. D. Related Requirements: CPISZ4IIP 1. Document 002000 "Instructions to Bidders for tpe • is responsibilities for examination of Project site and existing conditn .1ie ` END OF DOCUMENT 003132 1(4\ Cb5r) nIra.., 01010 SUMMARY OF WORK 7\ PART 1 - GENERAL • 6Isr191( • 1.1 PROJECT DESC'• Package 01: Sitework - The scope of work consists of all work associated with site excavation, backfill, and grading in preparation for a new building. This will include sub base for paving by Owner, Storm Drain and Bio Swale concrete inlet. Package 02: Utilities -The scope of work consists of all work associated with installation of Utilities from utility sources to the proposed Building. Relocation of portion of exiting forced main will be performed by Owner. Package 03: Building Concrete -The scope of work consists of all work associated with forming, pouring, curing, and finishing building foundation, trenches, underground water retention tanks, and floor slabs City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 45 of 241 Package 04: PEMB-The scope of work consists of all Design, Fabrication, and Delivery of Pre-Engineered Metal Building. Provide an alternate price to provide metal wall liner panels. Package OS: PEMB Erection -The scope of work consists of complete Assembly of Pre Engineered Metal Building, metal Building Panels, Roof and all trim for complete Building. This Package also includes Procurement and installation of Trusscore PVC panel liners Package 06: Overhead Doors— Provide and install Motorized Overhead Doors. Install remote operation in coordination with remote operation for Owner's Wash Equipment as installed by others. Base Bid includes coiling overhead door. Alternate price is sectional overhead door. Package 07: Plumbing- The scope of work consists of all work associated with underslab and interior building plumbing and coordination with Owner's Vehicle Wash Equipment as installed by others Package 08: Electrical- The scope of work consists of all electrical Work associated with the project including lighting, panels, and outlet. Coordinate with Owner's Car Wash Equipment. Package 09: Mechanical-The scope of work consists of all mechanical work associated with this project. This includes but is not limited to procurement and installation of i a-rid heaters and gas powered heaters, louvers and vents. '1 A. Package 10: Specialty- The scope of work consists of al ssociated with procurement, fabrication, and installation of Stair and catwalk, trench dr. r ti -s, and bollards. Provide Alternate Bid For Fiberglass Stair and Catwalk and Grates. ir\\.• OIPIIIIIIP 1.2 CONTRACTOR USE OF PREMISES Cr A. General: During the construction d the Contra'. :iV ave controlled and coordinated use of the facilities as agreed upon bh 4r. The •.y�, or's use of the site shall be limited and coordinated with the Owner on asis afte 111. d on weekends. Contractor shall keep work area as neat as possible d oil turn wo a o original condition as portions of Work are completed. All work will away at end and Work area will be cleaned. 1.3 OWNER OCCUPANCY 1\ 9 A. Owner Oc . • ing Work: er shall occupy the building throughout the Work provided that su:•r ..ncy does not i erfere with completion of the Work. Work will be scheduled in coordinatiMV ith Owner. Work will be performed in a way that protects the safety of building occupants at all times. PART 2- PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 RESPONSIBILITY A. The General Contractor is responsible for scheduling and coordination of orderly work, the proper supply of manpower, equipment and supplies, the safety conditions of the Project and the City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10—Fleet Truck Wash Page 46 of 241 Bid 19-52, Addendum 6X .44. Date: Tuesday November 19, 2019 1111" To: All Prospective Vendors From: Les McGaugh—479.575.8220—Imcgaugh@fayetteville-ar.gov CITY OF RE: Bid 19-52, Construction—Fleet Truck Wash FAY E T T E V I L L E . ARKANSAS This addendum is hereby made a part of the contract documents to the same extent as though it were originally included therein. Bidders should indicate their receipt of same in the appropriate blank the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORO n 1. Attached is the architect's addendum no. 6 with clarifications. I)* it licil\ . CP (409/1 &44' 1\° •,4 4§q(6 • 6 ,q)4\ City of Fayetteville , AR Bid 19 -52 , Addendum 6 Page 111 Telecommunications Device for the Deaf TDD{479)521-1316 113 West Mountain-Fayetteville,AR 72701 November 19,2019 D E M X Addendum NO. 6 Addendum No. 6 to: Construction Trade Packages#01-#10, Bid#19-52 and Bid# 19-53 Issued November 19, 2019 City of Fayetteville Fayetteville Fleet Truck Wash Fayetteville,AR Addendum No. 6 to Project Manual A. Page 7 Trade Contract 04-Pre-Engineered Metal Building DEL TIt mate#1 B. Page 9 Trade Contract 05-Pre-Engineered Metal Building Ere::'i• RIFY/ADD to Alternate#1 delete PVC Trusscore Panels at interior walls and ceilin s` • de interior metal liner panels at ceilings and walls and their installation in lieu of PVC s re Panels. Painting is not included." C\ End of Addendum No. 6 CP (Orli% s . 6:1‘1Y144P i\°) . 6 <b41\ -096(\ 104 N. East Ave, Fayetteville,Arkansas 72701 n 17Q(IRA AR71 infn(nlriamvarr h rnm CITY OF e FAY E T E V I L L E Project Check List This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not beused es asubstitute for the requirements Of the bid documents: Information is shown below only as a matter of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope; however, using this form itself is NOT a requirement. 5%Bid Bond of the amount bid accompanied by required documentation (Power of Attorney,etc.) X - In lieu of a bid bond,the bidder may submit a cashier's check from a bank located the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of arlsdeductive \ s). Cashiers checks shall be made payable to the City of Fayetteville,AR. ��('� All addenda shall be signed, acknowledged, and submitted1t 4pppro r forms (submitting the actual e . X addendums or marking acknowledgement on other bid pag + tIc All line items shall be appropriately filled out and e dOto reve "Wine item price as well as the total bid X price. Total base bid should be calculated in the pro e pac 9/ All pages provided with signature linesa e 441,11y signed, dated accordingly, and included with X submitted bid documents All bid documents shall be del' erect i a aasseal=IPA, elope to the address listed below before the stated deadline IX on the coversheet of the big. ids shoul be 7 ivered with the name of the bidder(contractor) on the sealed envelope as well as the ..e\ ans ctor's License Number. ity ofFayetteville,AR 0 urchasing Division—Suite 306 f� 113 W. Mountain Fayetteville,AR 72702 CONTRACTOR NAME: DC '9a Construction, LLC. ARKANSAS CONTRACTORS LICENSE NUMBER: 0349560320 City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01410—Fleet Truck Wash ' Page 3 of 240 , 1 City of Fayetteville Bid 19-52, Construction Trade Packages#01-#10-Fleet Truck Wash Bid Form Contract Time: BID FORM Combination Pricing_— List combination packages . (__1 thru 10 ) Base Bid 795,872.00 Performance & Payment Bond Premium (Amount or Percentage) $5% ***Note: Please be advised that for Combination Pricing to be considered,applicable individual Trade Contracts MUST be filled out as well, including alternates. Failure to do so will deem the bidders Combination Pricing non-responsive.The intent of mbination Pricing is to capture discounts through the award of multip acka 6, **"Alternates as defined in Trade Bid Package 8endu , Co Trade Contract 01 - Sitework fx*k ‘ BaseBid .........._ _ . - - $114,274.00 Performance&Bond(Amount or Percentage) Cl/..- .. .....s....... ........--.....„....$5% Trade Contract 02 — Site tel2s ce I Base Bid .......__............._,......N, .<,. ...., $39,199.00 Performance &Bond(Amount OF 1-.1b•ntan).. ....-..-..--............_................. 4(.1 ° • Trade Contract 03 BuilkOtoncrete and Concrete Aprons Base Bid $154,019.00 ‘C) Performance& Bond(AmOZIllercentage) $5% Trade Contract 04 — Pre-Engineered Metal Building Base Bid $$148,120.00 Performance&Bond(Amount or Percentage) $5% Alternate#1 install metal wall liner panels at interiors............ $ N/A City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10— Fleet Truck Wash Page 7 of 241 Trade Contract 05 — Pre- Engineered Metal Building Erection Base Bid $51,750.00 Performance& Bond (Amount or Percentage) $5% Alternate#1 delete PVC Trusscore Panels at interior walls and ceilings $8,500.00 add See addendum 6 notes Trade Contract 06 — Overhead Doors Base Bid-coiling overhead door _ - $61,599.00 Performance&Bond(Amount or Percentage) $ Alternate#1 sectional overhead door with track $ 13,500 deduct _ Trade Contract 07 — Plumbing 444_516.00 Base Bid es‘\• Performance&Bond(Amount or Percentage) N 01,S .13 CP Trade Contract 08 — Electrical. co9 < Base Bid - $63,250.00 Performance &Bond(Amount or Percen / - $5% t\-41 4Cb Trade Contract 090*A4heal Base Bid . _. $32,883.00 Performance& Bond(Amount or Pee,C\ge) $5% Trade Contract #16 :'- pecialty Base Bid (steel fabricated stair,walkway and grates and installation) $76,268.00 Performance &Bond (Amount or Percentage) $ 5% Alternate#1 (Fiberglass reinforced stair,walkway and grates and installation) $$12,500 deduct UNIT PRICING ON NEXT SHEET: City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 8 of 241 " ) * i,' ) t ' I �' �,t My -, V' 1,'4 I I e GI V Ej\, D$ 51',; • i, ,SLIM `" 1J3 NA .J �$ ** BIDS SHALL BE AWARDED BASED ON CONSIDERATION OF INDIVIDUAL PACKAGES OR COMBINED PACKAGES FOR OVERALL LOWEST AMOUNT. ** UNIT. PRICING (As Defined on Trade Bid Package or. Addendum) UNIT PRICE#1 Undercut and fill............... $25.00/CY UNIT PRICE#2 Drilled pier per Linear Foot ..$26.00 @ 36" Piers r.1(sv 4<z?\6°V _et4.4>C(1. ,c0,‘L—N—C° eiNN0‘,/ 0`Bids shall be submitted on this bid form in its tir A ac panted by descriptive literature on the products being bid.The City reserves the righ d this id ased on the City's best interest at the time of r"Iducx . b.r. The manufacturer shall - sca.vide a led drawings from a licensed engineer or ;Nric ite&rie State of Arkansas. exic\ City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 9 of 241 EXECUTION OF BID- Actual specification of any deficient item shall be noted on the bid sheet or separate attachment.If specifications of item bid differ from provided literature,deviation shall be documented and certified by the manufacturer as a regular production option. Upon signing this Bid,the bidder certifies that: 1. He/she has read and agrees to the requirements set forth in this proposal, including specifications,terms, standard conditions,and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained,the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. The Bidder can and will comply with all specifications and requirements for delivery,documentation and support as specified herein. 4. I, as an officer of this organization,or per the attached letter of authoriza i n, am duly auto 'zed to certify the information provided herein is accurate and true. V�"' 4(b\ 5. Bidder shall comply with all State and Federal Equal Oppo u y 'd Non-rimination requirements and conditions of employment in addition to all federal,state, and�ws. � limited to, 6. Bidder shall disclose any possible conflict of interest ' { e ity of F. �A ille, including, but not any relationship with any City of Fayetteville employee. R po se sh • % a if a known relationship exists between any principal or employee of your firm and any `ty of Fayettevi e,p .yee or elected City of Fayetteville official. If no relationship exists, this should also bA d iA you s onse. Failure to disclose such a relationship may result in cancellation of a purchase and/or as t your response. I X 1.) NO KNO NTIONSHIP EX S A • Ilk � � 2.)i - ' 4SHIPf;�'rSFi.(Please explain);. 416 7. Bidder will perform the Wo in co' I. ewith.all applicable trend) safety standards set forth in Occupational Safety and Health Administratio .r' •A)Part 1926—Subpart P—Excavations. 8. As A bidder on this projec9 re required to provide debarment/suspension certification indicating that you are in compliance wit ow Federal Executive Order.Certification can be done by completing and signing this form. a. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub-recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 9 of 240 Unsigned bids will be rejected.Items marked*are mandatory for consideration. *NAME OF FIRM: DC Sparks Construction, LLC. Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name DC Sparks Construction, LLC. ' • *BUSINESS ADDRESS: 17062 Harmon Road *CITY: Fayetteville _ *STATE: Arkansas *Zip: 72704 i *PHONE: 479-365-2889 FAX: 479-365-7014 *E-MAIL: daniel.sparks@dcsparksconst.com *BY: (PRINTED NAME) Daniel Spar r1 . .c \6. . *AUTHORIZED SIGNATURE: e; „d .40 C14,.. I *TITLE: President * \ C a- 038702115 ccAGER: 7T9W46- - ; 4 DUNSNUMBER: *TAX ID NUMBER: 27-3347018 0 Acknowledge Addendums: Q�1 O J Addendum No. 1 Dated: 11/811Zi. 14 Ack oged by: Keil Cossey i 2 119 • Keri Cossey Addendum No. Dated: � _ e owledged by:, y Addendum No. 3 Dated:_11/13/ ` Acknowledged by: Keri Cossey gle Addendum No. 4 Dated: 1 011113 : Acknowledged by: Keri Cossey Addendum No. 5 Dated! 1 1:119 Acknowledged by: Keri Cossey Addendum No. 6 Dated 11/19/19 Acknowledged by : Keri Cossey City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 10 of 240 END OF SECTION 003143 DOCUMENT 003132-GEOTECHNICAL DATA 3.17 GEOTECHNICAL DATA A. This Document with its referenced attachments is part of the Procurement and Contracting Requirements for Project. They provide Owner's information for Bidders' convenience and are intended to supplement rather than serve in lieu of Bidders' own investigations. They are made available for Bidders' convenience and information but are not a warranty of existing conditions. This Document and its attachments are not part of the Contract Documents. B. Soil-boring data for Project, obtained by McClelland Consulting Engineers, Inc., dated June 16, 2016, is available for viewing at the office of Engineer. • NB ,Wyatt C, A geotechnical investigation report for Project, prepared byNH s, , Inc., dated August 24, 2014 from a nearby site, is available for at tle o of the City Purchasing Agent. ikarav D. Related Requirements: r ,.., mg> III 1, Document 002000 "Instructions to Bidde " or t O' i,.-r's responsibilities for examination of Project site and existing conditions(' .� _ V G END OF DOCUMENT 003132 O Of N ,R;, , 01010 SUMMARY OF WORK . 6 4R?\ • 4 PART 1-GENERAL & (AC\ 1.1 PROJECT DESCRIPTION N.1 Package 01: Sitewo - h gope of work consists of all work associated with site excavation, backfill, and grading in p ion for a new building. This will include sub base for paving by Owner, Storm Drain and Bio Swa e concrete inlet. Package 02: Utilities -The scope of work consists of all work associated with installation of Utilities from utility sources to the proposed Building. Relocation of portion of exiting forced main will be performed by Owner. Package 03: Building Concrete -The scope of work consists of all work associated with forming, pouring, curing, and finishing building foundation, trenches, underground water retention tanks, and floor slabs City of Fayetteville,AR Bid 19-52, Construction Trade Packages #01-#10— Fleet Truck Wash Page 45 of 241 Package 04: PEMB-The scope of work consists of all Design, Fabrication, and Delivery of Pre-Engineered Metal Building. Provide an alternate price to provide metal wall liner panels. Package 05: PEMB Erection -The scope of work consists of complete Assembly of Pre Engineered Metal Building, metal Building Panels, Roof and all trim for complete Building. This Package also includes 1 Procurement and installation of Trusscore PVC panel liners Package 06: Overhead Doors— Provide and install Motorized Overhead Doors. Install remote operation in coordination with remote operation for Owner's Wash Equipment as installed by others. Base Bid includes coiling overhead door. Alternate price is sectional overhead door. Package 07: Plumbing- The scope of work consists of all work associated with underslab and interior building plumbing and coordination with Owner's Vehicle Wash Equipment as installed by others Package 08: Electrical- The scope of work consists of all electrical Work associated with the project including lighting, panels, and outlet. Coordinate with Owner's Car Wash Equipment. Package 09: Mechanical-The scope of work consists of all mechanical work associated with this project. This includes but is not limited to procurement and installation of infra-red heaters and gas powered heaters, louvers and vents. A. Package 10: Specialty- The scope of work consists of all work associate ith procurement, fabrication, and installation of Stair and catwalk,trench drain es, and I . Provide Alternate ; Bid For Fiberglass Stair and Catwalk and Grates. \S(?)* ^^� 1.2 CONTRACTOR USE OF PREMISES Cil .14 A. General: During the construction periohe Contractor S I have controlled and coordinated use of the facilities as agreed upon by th wr "Th Co tractor's use of the site shall be limited and coordinated with the Owner on a dalUsis a and on weekends. Contractor shall keep work area as neat as possible and 6 eturn wor a to original condition as portions of Work are completed. All work will be pi/St ,:y at ottday and Work area will be cleaned. (�' t 1.3 OWNER OCCUPANCY • V' r Occupancy dut'�'Fi Wo- T Owner shall occupy the building throughout the Work provided xs-\-- A. Owne p yg that such occupancy doe 94. interfere with completion of the Work. Work will be scheduled in coordination with Owfork will be performed in a way that protects the safety of building occupants at all tam j9 P PART 2- PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1 RESPONSIBILITY A. The General Contractor is responsible for scheduling and coordination of orderly work, the proper supply of manpower, equipment and supplies, the safety conditions of the Project and the City of Fayetteville,AR Bid 19-52, Construction Trade Packages#01-#10—Fleet Truck Wash Page 46 of 241 /EMC Insurance Companies. Document A310 - 2010 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place DC Sparks Construction LLC of business) 17062 Harmon Rd EMC Insurance Companies This document has important legal Fayetteville,AR.72704 P.O. Box 712 consequences. Consultation with an attorney is OWNER: encouraged with respect to its completion or (Name,legal status and address) Des Moines, IA. 50306 modification. City of Fayetteville 113 W Mountain Any singular reference to Contractor,Surety, Fayetteville,AR. 72701 Owner or other party shall be considered plural �' where applicable. BOND AMOUNT: 5%of total bid PROJ ECT: (Name,location or address,and Project number,if any) Bid 19-52:Construction Trade Packages#01-#10—Fleet Truck Wash C •� 6. The Contractor and Surety are bound to the Owner in the amount set forth abdthe payme which the Contractor and Surety bind themselves,their heirs,executors,administrato , ssors a igns,jointly and severally,as provided herein. The conditions of this Bond are such that*Owner a tabid of the Contractor within the time specified in the bid documents,or within such time pe may be ae a to by the Owner and Contractor,and the Contractor either(1)enters into a contract wit • wner in ance with the terms of such . bid,and gives such bond or bonds as may be specified in the •.••i . Contra ents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the 1, •-r,forI performance of such Contract and for the prompt payment of labor and material furnishe ' the prosecution o,or(2)pays to the Owner the difference,not to exceed the amount of this Bond, n t to am nt ecified in said bid and such larger amount for which the Owner may in good faith contract with arty • • or the work covered by said bid,then this obligation shall be null and void,otherwise to •m ' WI fo e fect. The Surety hereby waives any notice of an agreement between the Owner and Contract`fit•:extend the ti which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to anye n exA-.•ing,sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bi ocum ts,an. 1 tier and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days.• • If this Bond is issued in conne'?C• ifh a subc•,, is bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor an.‘r an.‘ e term •., ? 7 all be deemed to be Contractor. When this Bond has been furnished to r` • with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicti i.. .aid statutory or legal requirement shall be deem=d deleted herefrom and provisions conforming to such s,.iii 7 or other legal requirement shall be deemed inco2(orated herein. When so furnished,the intent is aha 's • s all be construed as a statutory bond and not.r common law bond. Signed and sealed this 19th day of November, 2019e 9,40.0i-zet, (•rincipol) (Seal) (Witness 01 ,e''`' o`ff `." —°y .. (Title) ; t. 4 ': t,,,•;e ,, ,T , J2*� ? F = `. A (Surety) ''..1,...,.. 1 ( Vitnesd Attorney-In-Fact „,'ttas '< (Title) Init. 061110 This document conforms to the wording and provisions of the AIA A310-2010 bond form. THE FAG1aAN0 REVERSE OF THIS DOCUMENT HAVE A COLORED FLAG ON WHITE PAPER APEM No. 684499 1 N S U RAN C E P.O.Box 712•Des Moines,IA 50306-0712 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS,that: 1. Employers Mutual Casualty Company,an Iowa Corporation 5. Dakota Fire Insurance Company,a North Dakota Corporation 2. EMCASCO Insurance Company,an Iowa Corporation 6. EMC Property&Casualty Company,an Iowa Corporation 3. Union Insurance Company of Providence,an Iowa Corporation 7. Hamilton Mutual insurance Company,an Iowa Corporation 4. Illinois EMCASCO Insurance Company,an Iowa Corporation hereinafter referred to severally as'Company'and collectively as'Companies',each does,by these presents,make,constitute and appoint: BETH I BOWMAN its true and lawful attorney-in-fact,with full power and authority conferred to sign,seal,and execute its lawful bonds,undertakings,and other obligatory instruments of a similar nature as follows: In an amount not exceeding Two MBlion Five Hundred Thousand Dollars $2,500.000.00 and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of e such Company,and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. • c/?`v The authority hereby granted shall expire APRIL 1.202 0 unless sooner - �[ j AUTHORITY FOR POWER OF AT *)'EY V This Power-of-Attorney is made and executed pursuant to and by the authority of the following h of the Bo rectors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED:The President and Chief Executive Officer,any Vice President,the Treasu- a IL etary of:''� - Mutual Casualty Company shall have power and authority to(1)appoint attorneys-in-fad and authorize them to execute on b- -' of ;•:""Comport dwi. = h the seal of the Company thereto,bonds and Undertakings,recognizances,contracts of indemnity and other Writings obligatory in -reof; ,rave any such attorney-in-fact at any titre and revoket e power and authority given to:him or her.Attorneys-in-fact shall have,power arida • subject 1,"--r- --d limitations of the pawerof-at4omey issued totem} to execute and deliver behalf Of the Company,and to attach the seal.Of_= a •-ny - •' d undertakings,recognizances,contacts of indemnity and. other wrffings obligatory in the nature thereof,and any such instrument-' `such • •"n-fact shall be fully and in alt respects binding upon the Company. Certification as to the validity of any power-of-attorney authorized ;.•. an offi.a •+yers Mutual Casualty Company shall be fully and in all respects binding upon this Company.The facsimile or mechanically reproduced Tr • of- . er made heretofore or hereafter,wherever appearing upon a certified copy of any power-of-attorney of the Company,shall be}ii;.,• ..`.•trig upon t • 0 y with the same force and effect as though manually affixed. IN WITNESS THEREOF,the Companies have caused thesep e i be si. -d for eac •y their officers as shownif , ,and the Corporate seals to be hereto affixed this 27th day of JANUARY 17 . 4i l 6. jam•. ,� " rr' i� Seals ...„,„ . °s .e _ a,'` ra'��'\: -_ • G.Kelley, hairtiratn Michael Fie{ ;t z4 -;pr �, ,_ \ Companies 2,,3}4,5&6;President Assistant Vice President SEALT ' 1883 1 3 .= !�► of Company:1;Vice Chairman and - :w - IOWA x # }7=:/\ CEO Company 7 On this 27th dayof JANUARY Ab 2017 before mea :U,.ti �F .t.ok>i ; '}, Notary Public in and for the State ofIowa,personalty appeared Bruce G Kelley and Michael Freei, .47: . . • ` Oat, r„ :,5�, `. who,being by me duly sworn,did say that they are,and are known tome to be the Chairman, SEAL AL -�_ President,ViceChairmanandCEO,and/or Assistant ViicePresident,respectively,ofeach ofThe SEAL ;„ Companies above;that the seats affixed to this instrument are the seats of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority ii;',:,',. Y*+,;; '::' ,? of their respective Boards of Directors;and that the said Bruce G.Kelley and Michael creel,as ,...`t•• such officers,acknowledged the execution of said instrument to be the voluntary act and deed stii•aT x 1,, of each of the Companies. �•.OW 1 u4 My Commission Expires October 10,2019. ii: KATHY LOVERIDGE oanrrrlselon Number 780769 < ecru raA 10,My CarnmEssion �q Notary P ficin and for the State of I.r�•• rs CERTIFICATE I,James D.Clough,Vice President of the Companies,do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney issued pursuant thereto on JANUARY 27.2017 on behalf of: BETH L BOWMAN are true and correct and are still in full force and effect In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this_19th _day of Novemb! _ ,_ 2019 {!j'•— "1.1(*(( ..1 r Vice President Ian(min "For verification of the authenticity of the Power of Attorney you may call(515)345.2688." Bid 19-52, Construction-Trade Packages#01-#10- Fleet Truck Wash Official Bid Tabulation Lioneld Jordan,Mayor 411111 Dates of Advertisement: 10.22.2019 �� Issue Date: 10.29.2019 Deadline: 11.20.19 before 2:00 PM Number of Addendums: 3 CITY O F FAY E T T E V I L L E Certification of Funds: $ 716,480.00 ARKANSAS Max Award Amount: $ 895,600.00 • Name of Bidder Trade BENCHMARK DC SPARKS OELKE CONSTRUCTION TRI STAR Contract Trade Contract Description CONSTRUCTION OF OH PACE No CONSTRUCTION,LLC. NWA,LLC COMPANY CONTRACTORS Stewart( $ 114,274.00 $ 133.943.00 $ - $ 189.892.00 $ 324,023.97 01 Performance&Payment Bonds • S 5,713.70 $ 1,957.00 $ • $ 3,000.00 $ 9,720.72 Total far Trade Package $ 119,987,70 5 135,900.00 $ - $ 192,892.00 $ 333,744.69 Site Utilities $ 39.199.00 $ - $ - $ - S - 02 Performance&Payment Bonds. S 1,959.95 $ $ - $ - $ - Total for Trade Package $ 41,158.95 $ - S - $ - $ - Building Concrete and Concrete Aprons $ 154,019.00 S 143,306.00 5 - $ 212,299.00 $ - 03 Performance&Payment Bonds 5 7.700.95 $ 2,094.00 $ - S 3,397.00 S - Total for Trade Package $ 161,719.95 $ 145,400.00 $ - S 215,696.00 S - Pre-Engineered Metal Building 5 148,120.00 5 131,900.00 5 - $ - $ - 04 Performance&Payment Bonds $ 7,406.00 S 1,900.00 5 - S - $ - Total for Trade Package $ 155,528.00 S 133,800.00 S - $ - $ Pre•Englneered Metal Building Erection $ 51,750.00 $ 42,600.00 5 - $ - $ - Performance&Payment Bonds $ 2,587.50 $ 600.00 05 Deductive Aeemate#1-Delete PVC Trusscore Panels at interior walls 8 ceilings $ (8,500.00) $ - $ - $ - $ - Total for Trade Package $ 45,837.50 S 43,200.00 $ - $ • $ - Overhead Doors $ 61,599.00 $ - $ 55,437.00 5 - $ - Performance 8 Payment Bonds S 8079.95 $ - $ 2,771.85 $ - $ 06 Deductive Alternate 42-Remove sectional Overhead door with track S (13,500.00) .$ - $ (36,912.00) S - $ - Total for Trade Package $ 51,178,95 $ • $ 21,296.85 $ s $ - Plumbing $ $4,510.00 $ - $ - $ - S - 07 Performance&Payment Bonds $ 2,725.50 $ • $ - $ - $ - Total for Trade Package 8 57,235.50 $ • $ - S - $ - Electrical 5 63,250.00 $ - $ - $ - $ - 08 Performance&Payment Bonds $ 3,162.50 5 - • $ - $ - S - Total for Trade Package $ 86,412.50 S • $ - $ - $ - Mechanicat $ 32,883.00 S - $. - $ - $ - 09 Performance 8 Payment Bonds $ 1,844.15 $ - 5 - $ - $ - Total for Trade Package S 34,527.15 S - $ - $ - E - Specialty S 76,268.00 $ 98,500.00 $ - 5 - $ - Performance 8 Payment Bonds 5 3,813.40 $ 1,400.00 $ - $ • S - 10 Deductive Alternate k3-Remove fiberglass reinforced stair,walkway and grates and installation $ (t 2,500.00) $ $ - S - $ - Total for Trade Package $ 67,581,40 $ 99,900.00 $ - S - $ • TOTAL BASE BID PER BIDDER $ 801,165.60 $ 558,200.00 $ 21,298.85 $ 408,588.00 $ 333,744.69 *Highlighting Notes Corrected Calculation arm CERTIFIED: r��,.r N45) - Andrea For'n,CP'•,•PPB,Purchasi ,Manager Witness,Les McGough Date