Loading...
HomeMy WebLinkAbout287-20 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 287-20 File Number: 2020-0936 BID #20-80 LEGACY CONSTRUCTION MANAGEMENT, INC.: A RESOLUTION TO AWARD BID #20-80 AND AUTHORIZE A CONTRACT WITH LEGACY CONSTRUCTION MANAGEMENT, INC. IN THE AMOUNT OF $378,794.00 FOR CONSTRUCTION SERVICES ASSOCIATED WITH ADDITIONS, REPAIRS, AND REPLACEMENTS AT RESTROOMS IN MULTIPLE CITY PARKS, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $37,236.00 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 #20-80 and authorizes Mayor Jordan to sign a contract with Legacy Construction Management, Inc., a copy of which is attached to this Resolution, in the amount of $378,794.00 for construction services associated with additions, repairs, and replacements at restrooms in multiple City parks, and further approves a project contingency in the amount of $37,236.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. PASSED and APPROVED on 11/17/2020 Page 1 Printed on 11118120 Resolution: 287-20 File Number.' 2020-0936 Attest: ��t I If IIf,?/� ERK AYET TEVILLE :� Kara Paxton, City Clerk Treasukr. . •9 i"i; /ON1Cw``�" Page 2 Printed on 11/18/20 .`� City of Fayetteville Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Text File File Number: 2020-0936 Agenda Date: 11/17/2020 Version: 1 Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: A.8 BID #20-80 LEGACY CONSTRUCTION MANAGEMENT, INC.: A RESOLUTION TO AWARD BID #20-80 AND AUTHORIZE A CONTRACT WITH LEGACY CONSTRUCTION MANAGEMENT, INC. IN THE AMOUNT OF $378,794.00 FOR CONSTRUCTION SERVICES ASSOCIATED WITH ADDITIONS, REPAIRS, AND REPLACEMENTS AT RESTROOMS IN MULTIPLE CITY PARKS, AND TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $37,236.00 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 #20-80 and authorizes Mayor Jordan to sign a contract with Legacy Construction Management, Inc., a copy of which is attached to this Resolution, in the amount of $378,794.00 for construction services associated with additions, repairs, and replacements at restrooms in multiple City parks, and further approves a project contingency in the amount of $37,236.00. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 1111812020 City of Fayetteville Staff Review Form 2020-0936 Legistar File ID 11/17/2020 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Wade Abernathy 10/27/2020 FACILITIES MANAGEMENT (140) Submitted By Submitted Date Division / Department Action Recommendation: A RESOLUTION TO APPROVE BID 20-80 CONSTRUCTION CONTRACT WITH LEGACY CONSTRUCTION MANAGEMENT, INC. IN THE AMOUNT OF $378,794.00 FOR PARKS RESTROOMS & MODIFICATIONS, APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $37,236.00. 2250.520.9255-5806.00 Account Number 13001.1902 Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? No Budget Impact: Parks Development Fund Park Restr000m Improvements Project Title Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget $ 688,683.00 $ 48,000.00 $ 640,683.00 $ 261,889.00 V20180321 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE W4V ARKANSAS MEETING OF NOVEMBER 17, 2020 TO: Mayor and City Council CITY COUNCIL MEMO THRU: Susan Norton, Chief of Staff Paul Becker, Chief Financial Officer Connie Edmonston, Parks and Recreation Director FROM: Wade Abernathy, Director Bond and Construction Projects DATE: 10/26/2020 SUBJECT: Approval of Bid 20-80 Construction Contract for Parks Restrooms and Modifications Project. RECOMMENDATION: Staff recommend approval of the Bid 20-80 construction contract for Parks Restrooms and Modifications in the amount of $378,794.00 and a project contingency in the amount of $37,236.00. BACKGROUND: Resolution #214-19 authorized approval of an Architectural Contract with deMx Architecture for restrooms that need renovations or replacement including Gulley, Lake Fayetteville Softball, Veterans Park, Finger Park, two Restrooms at Walker Park, and Lewis Park. DISCUSSION: The scope of this contract is for various additions, repairs and replacements at the above listed sites. Those include: New Porches at some sites, roofing, some skylight replacement, repair and paint siding, soffits, facias, interior ceiling and walls, doors and frames, new LED light fixtures, fans, water heaters, and a new modular restroom at Walker Park. BUDGET/STAFF IMPACT: This is funded by the Parks Development Fund 2250.520.9255.5806.00 sub project 13001.1902. There is a project contingency included in the amount of $37,236.00 Attachments: Bid 20-80 Contract Certified Bid Tab Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Contract for CITY OF Contract for: Bid 20-80, Parks Restroom Renovations and Modifications 1WWhA FAYETTEVILLE Contractor/Vendor: Legacy Construction Management, Inc. ARKANSAS Term: Single Project THIS AGREEMENT is made this 11 day of /JLV 2020, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter called CITY OF FAYETTEVILLE or CITY) and Legacy Construction Management, Inc. (Vendor or Legacy), and CITY OF FAYETTEVILLE from time to time requires professional construction services in connection with construction projects. Therefore, CITY OF FAYETTEVILLE and Legacy in consideration of their mutual covenants agree as follows: Work performed by Legacy shall be performed under valid, active, current license with the Arkansas Contractor's Licensing Board. Legacy shall follow all federal, state, and local laws at all times. 1. Contracted parties and relationship: a. This agreement shall be binding between all parties. Fees shall be provided as identified in appendices. i. Legacy Tax identification number (TIN) ending in 1498 ii. Legacy Arkansas Contractor License No. 0372390521 iii. Legacy Secretary of State Filing No. 811123269 b. Parties agree to act on the basis of mutual trust, good faith, and fair dealing, and perform in a fiscally responsible and timely manner. Parties shall each endeavor to promote harmony and cooperation among all Project participants. 2. Entire Agreement and Exhibits: This Agreement sets forth the entire agreement and understanding between the parties on the subject matter of this Agreement. Neither party shall be bound by any conditions, definitions, representations or warranties with respect to the subject matter of this Agreement other than those as expressly provided herein. a. Appendices included under this agreement include the following: i. Appendix A: Bid package identified as Bid 20-80, Construction — Parks Restroom Renovations & Modifications with the specifications and conditions typed thereon inclusive of all bidding documents, plans and drawings and issued addenda. ii. Appendix B: Legacy's bid submittal iii. Appendix C: Bid 20-80, Recommendation for Award, inclusive of the bid tabulation iv. Appendix D: Legacy's Certificate of Insurance v. Appendix E: Legacy's 100% Performance and Payment Bonds 1. Appendix D and E shall be submitted to the City within the timeframe identified in the bid documents or 10 (ten) calendar days. b. This agreement may be modified only by a duly executed written instrument signed by the CITY and Legacy. c. ORDER OF PRECEDENCE: In case of any inconsistency, conflict, or ambiguity among the Contract Documents, the documents shall govern in the following order: (a) Change Orders and written CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 1 of 21 Last Revised 10.20.2020 amendments to this Agreement which are executed by all parties; (b) the Agreement; (c) Legacy's bid submittal (d) City's published bid and associated Addenda. 3. Notices: Any notice required under this Agreement shall be in writing, address to the appropriate party at the following addresses: a. City of Fayetteville: Attention: Mayor Lioneld Jordan, 113 W. Mountain, Fayetteville, AR 72701 b. Vendor: Legacy Construction Management, Inc., 3733 Wildcat Creek Blvd., Fayetteville, AR 72704 4. General Provisions: ETHICS: All parties shall perform with integrity. Each shall avoid conflicts of interest and promptly disclose to any other part any conflicts that may arise. All parties warrant that it has not and shall not pay or receive any contingent fees or gratuities to or from any other party, including agents, officer's employers, Subcontractors, Subsubcontractors, Suppliers, Volunteers, Elected Officials, or Others to secure preferential treatment. Workmanship: The Work shall be executed in accordance with the Contract Documents in a workmanlike manner. All materials used in the Work shall be furnished in sufficient quantities to facilitate the proper and expeditious execution of the Work and shall be new except as otherwise provided in the Contract Documents. iii. MATERIALS FURNISHED BY OWNER OR OTHERS: If the Work includes installation of materials or equipment furnished by City or Others, it shall be the responsibility of the vendor to examine the items so provided and thereupon handle, store, and install the items, unless otherwise provided in the Contract Documents, with such skill and care as to provide a satisfactory and proper installation. Loss or damage due to acts or omissions of the vendor shall be the responsibility of vendor and may be deducted from any amounts due or to become due. Any defects discovered in such materials or equipment shall be reported at once to the City and the City's contracted third -party Design Professional. Following receipt of written notice from vendor of defects, City and Design Professional shall promptly inform the City what action, if any, vendor shall take with regard to the defects. iv. WORKSITE VISIT: Vendor acknowledges that it has visited, or has had the opportunity to visit, the Worksite to visually inspect the general and local conditions which could affect the Work. v. Vendor shall perform all duties and responsibilities necessary to coordinate the various parts of the Work and to prepare its Work for the work of City or Others. Cutting, patching, or altering the work of City or Others shall be done with the prior written approval of City and Design Professional. Such approval shall not be unreasonably withheld. vi. COMPLIANCE WITH LAWS: Vendor shall comply with all the Law at its own cost. Vendor shall be liable to City for all loss, cost, or expense attributable to any acts or omissions by Vendor its employees, subcontractors, suppliers, and agents for failure to comply with Laws, including fines, penalties, or corrective measures. vii. COST OF CORRECTING DAMAGED OR DESTROYED WORK: With regard to damage or loss attributable to the acts or omissions of City or Others and not to Vendor, City may either (a) promptly remedy the damage or loss and assume affected warranty responsibilities, (b) accept the damage or loss, or (c) issue a Change Order to remedy the damage or loss. If Vendor incurs costs or is delayed due to such loss or damage, Vendor may seek an equitable adjustment in the CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 2 of 21 Last Revised 10.20.2020 Cost of the Work, Date of Substantial Completion or Date of Final Completion. Any equitable adjustment shall be approved by all parties. viii. Taxes and Permits: Vendor shall give public authorities all notices required by law and shall obtain and pay for all necessary permits, licenses, and renewals pertaining to the Work. Vendor shall provide to City copies of all notices, permits, licenses, and renewals required under this Agreement. 1. Vendor shall pay applicable taxes and permit fees associated with the entire project. ix. DISCOUNTS: All discounts for prompt payment shall accrue to City. All trade discounts, rebates, and refunds, and all returns from sale of surplus materials and equipment, shall be credited to the Cost of the Work, or directly to the City after final payment. x. City may occupy or use completed or partially completed portions of the Work when (a) the portion of the Work is designated in a Certificate of Substantial Completion, (b) appropriate insurer(s) consent to the occupancy or use, and (c) public authorities authorize the occupancy or use. Vendor shall not unreasonably withhold consent to partial occupancy or use. xi. JOINT DRAFTING: All Parties expressly agree that this Agreement was jointly drafted, and that both had opportunity to negotiate its terms and to obtain the assistance of counsel in reviewing its terms before execution. Therefore, this Agreement shall be construed neither against nor in favor of either Party but shall be construed in a neutral manner. xii. EXTENT OF AGREEMENT: Except as expressly provided, this Agreement is for the exclusive benefit of all Parties, and not the benefit of any third party. This Agreement represents the entire and integrated agreement between the Parties, and supersedes all prior negotiations, representations, or agreements, either written or oral. This Agreement and each and every provision is for the exclusive benefit of all Parties and not for the benefit of any third party. xiii. ASSIGNMENT: Except as to the assignment of proceeds, no Party shall assign their interest in this Agreement without the written consent of the other Party. The terms and conditions of this Agreement shall be binding upon all Parties, their partners, successors, assigns, and legal representatives. No Party shall assign the Agreement without written consent of the other. xiv. Where figures are given, they shall be preferred to scaled dimensions. xv. The drawings and specifications are complementary. If Work is shown only on one but not on the other, Vendor shall perform the Work as though fully described on both. Vendor shall seek clarification from the City or the City's third -party Design Professional for any discrepancies. xvi. In case of conflicts between the drawings and specifications, the specifications shall govern unless otherwise stated in the bidding documents. In any case of omissions or errors in figures, drawings, or specifications, Vendor shall immediately submit the matter to City and Design Professional for clarification. The City's clarifications are final and binding, which may include third -party Design Professional content. xvii. DEBARMENT AND SUSPENSION: By execution of this agreement, Vendor certifies that to the best of its knowledge and belief that the Vendor and its principals: CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 3 of 21 Last Revised 10.20.2020 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; 2. Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and 4. (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. 5. Vendor understands that a false statement on certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $25,000. 6. Certifications for subcontracts or subsubcontracts executed under this agreement shall include all language in this section. 5. Definitions: a. Unless otherwise specifically defined in this Agreement, any terms that have well-known technical or trade meanings shall be interpreted in accordance with their well-known meanings. b. "Business Day' means all Days, except weekends and official federal or state holidays where the Project is located. c. A "Change Order' is a written order signed by all Parties after execution of this Agreement, indicating changes in the scope of the Work, and Date of Substantial Completion or Date of Final Completion. d. "Contract Time" is the period between the Date of Notice to Proceed and the total time authorized to achieve Final Completion. e. "Cost of the Work" means the total costs and discounts charged to the City. f. The "Vendor" is the person or entity identified in this contract and includes Vendor's Representative. g. "Day' means a calendar day unless otherwise specified. "Defective Work" is any portion of the Work that that does not conform with the requirements of the Contract Documents. i. "Design Professional" means the licensed architect retained by the City and its subconsultants, to perform design services for the Project. j. "Final Completion" occurs on the date when Vendor's obligations under this Agreement are complete and accepted by City and final payment becomes due and payable. This date shall be confirmed by a Certificate of Final Completion signed by all Parties. "Hazardous Material" is any substance or material identified now or in the future as hazardous under the Law, or any other substance or material that may be considered hazardous or otherwise subject to statutory or regulatory requirement governing handling, disposal, or cleanup. CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 4 of 21 Last Revised 10.20.2020 I. "Interim Directive" is a written order containing change to the Work directed by and in consultation with City and Design Professional after execution of this Agreement and before Substantial Completion. Interim Directives shall be consolidated and formalized in a change order to be signed by all parties. m. "Law" means federal, state, or local laws, ordinances, codes, rules, and regulations applicable to the Work with which Vendor must comply that are enacted as of the Agreement date. n. "Others" means City's other: (a) contractors/constructors, (b) suppliers, (c) subcontractors, subsubcontractors, or suppliers of (a) and (b); and others employed directly or indirectly by (a), (b), or (c) or any by any of them or for whose acts any of them may be liable. o. "Overhead" means (a) payroll costs, burden, and other compensation of Vendor's employees in Vendor's principal and branch offices for work associated with this project. p. "Owner" is the City of Fayetteville, Arkansas (City). q. The "Owner's Program" is an initial description of Owner's objectives, including budgetary and time criteria, space requirements and relationships, flexibility and expandability requirements, special equipment and systems, site requirements, and any requirements for phased occupancy. r. The "Parties" are collectively City and Vendor. s. The "Project," is the building, facility, or other improvements for which Vendor is to perform Work under this Agreement. It may also include construction by Owner or Others. t. The "Schedule of the Work" is the document prepared by Vendor that specifies the dates on which Vendor plans to begin and complete various parts of the Work, including dates on which information and approvals are required from City. u. "Subcontractor" is a person or entity retained by Vendor as an independent contractor to provide the labor, materials, equipment, or services necessary to complete a specific portion of the Work. The term Subcontractor does not include Design Professional or Others. v. "Substantial Completion" of the Work, or of a designated portion, occurs on the date when the Work is sufficiently complete in accordance with the Contract Documents so that City may occupy or utilize the Work, or a designated portion, for the use for which it is intended, without unapproved disruption. This date shall be confirmed by a certificate of Substantial Completion signed by all Parties. w. A "Subsubcontractor" is a person or entity who has an agreement with a Subcontractor or another subsubcontractor or Supplier to perform a portion of the Subcontractor's Work or supply material or equipment. x. A "Supplier" is a person or entity retained by Vendor to provide material or equipment for the Work. y. "Terrorism" means a violent act, or an act that is dangerous to human life, property, or infrastructure, that is committed by an individual or individuals and that appears to be part of an effort to coerce a civilian population or to influence the policy or affect the conduct of any government by coercion. Terrorism includes, but is not limited to, any act certified by the United States government as an act of terrorism pursuant to the Terrorism Risk Insurance Act, as amended. z. "Work" means the construction services necessary or incidental to fulfill Vendor's obligations for the Project in accordance with and reasonably inferable from the Contract Documents. The Work may refer to the whole Project or only a part of the Project if work is also being performed by Owner or Others. aa. "Worksite" means the area of the Project where the Work is to be performed. bb. "Bi-monthly basis" means every fourteen to sixteen calendar days. 6. Contract Document Review and Administration CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 5 of 21 Last Revised 10.20.2020 a. Before commencing the Work, Vendor shall examine and compare the drawings and specifications with information furnished by the City and Design Professional that are considered Contract Documents, relevant field measurements made by Vendor, and any visible conditions at the Worksite affecting the Work. b. Should Vendor discover any errors, omissions, or inconsistencies in the Contract Documents, Vendor shall promptly report them to the City and Design Professional. Following receipt of written notice from Vendor of defects, City shall promptly inform Vendor what action, if any, Vendor shall take with regard to the defect. c. Nothing in this section shall relieve VENDOR of responsibility for its own errors, inconsistencies, or omissions. d. COST REPORTING: Vendor shall maintain complete, accurate, and current records that comply with generally accepted accounting principles and calculate the proper financial management under this Agreement. Vendor shall maintain a complete set of all books and records prepared or used by Vendor with respect to the Project. City shall be afforded access to all of Vendor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to this Agreement. Vendor shall preserve all such records for a period of three years after the final payment or longer where required by Law. 7. Warranty a. Vendor warrants all materials and equipment furnished under the Construction Phase of this Agreement will be new unless otherwise specified, of good quality, in conformance with the Contract Documents, and free from defective workmanship and materials. At City or Design Professional request, Vendor shall furnish satisfactory evidence of the quality and type of materials and equipment furnished. Vendor further warrants all Work shall be free from material defects not intrinsic in the design or materials required in the Contract Documents. Vendor's warranty does not include remedies for defects or damages caused by normal wear and tear during normal usage beyond the warranty period, use for a purpose for which the Project was not intended, improper or insufficient maintenance, modifications performed by the City or others, or abuse. Vendor's warranty shall commence on the Date of Final Completion of the Project. b. To the extent products, equipment, systems, or materials incorporated in the Work are specified and purchased by the City, they shall be covered exclusively by the warranty of the manufacturer. There are no warranties which extend beyond the description on the face of any such warranty. For such incorporated items, ALL OTHER WARRANTIES EXPRESSED OR IMPLIED INCLUDING THE WARRANTY OF MERCHANTABILITY AND THE WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY DISCLAIMED. c. Vendor shall obtain from its Subcontractors and Suppliers any special or extended warranties required by the Contract Documents. Vendor's liability for such warranties shall be limited to the one-year correction period, as further defined in this Agreement. After that period Vendor shall provide full and comprehensive assistance to the City in enforcing the obligations of Subcontractors or Suppliers for such extended warranties. d. Correction of Work i. If before Substantial Completion or within two -years after the date of Final Completion of the Work any Defective Work is found, City shall promptly notify Vendor in writing. Unless City provides written acceptance of the condition, Vendor shall promptly correct the Defective Work CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 6 of 21 Last Revised 10.20.2020 at its own cost and time and bear the expense of additional services required for correction of any Defective Work for which it is responsible. If within the two-year correction period City discovers and does not promptly notify Vendor or give Vendor an opportunity to test or correct Defective Work as reasonably requested by Vendor, City waives Vendor's obligation to correct that Defective Work as well as City's right to claim a breach of the warranty with respect to that Defective Work. If Vendor fails to correct Defective Work within a reasonable time after receipt of written notice from City before final payment, City may correct it in accordance with Owner's right to carry out the Work. In such case, an appropriate Change Order shall be issued deducting the cost of correcting the Defective Work from payments then or thereafter due Vendor. If payments then or thereafter due Vendor are not sufficient to cover such amounts, Vendor shall pay the difference to City. iii. Vendor's obligations and liability, if any, with respect to any Defective Work discovered after the two-year correction period shall be determined by the Law. If, after the two-year correction period but before the applicable limitation period has expired, City discovers any Work which City considers Defective Work, City shall, unless the Defective Work requires emergency correction, promptly notify Vendor and allow Vendor an opportunity to correct the Work if Vendor elects to do so. If Vendor elects to correct the Work it shall provide written notice of such intent within fourteen (14) Days of its receipt of notice from City and shall complete the correction of Work within a mutually agreed timeframe. If Vendor does not elect to correct the Work, City may have the Work corrected by itself or Others, and, if City intends to seek recovery of those costs from Vendor, City shall promptly provide Vendor with an accounting of the actual correction costs. iv. If Vendor's correction or removal of Defective Work causes damage to or destroys other completed or partially completed work or existing building, Vendor shall be responsible for the cost of correcting the destroyed or damaged property. The two-year period for correction of Defective Work does not constitute a limitation period with respect to the enforcement of Vendor's other obligations under the Contract Documents. vi. Before final payment, at City option and with Vendor's agreement, City may elect to accept Defective Work rather than require its removal and correction. In such cases the contract shall be equitably adjusted for any diminution in the value, as determined by City, of the Project caused by such Defective Work via formal written change order. 8. Safety of Persons and Property SAFETY PROGRAMS: Vendor holds overall responsibility for safety programs. However, such obligation does not relieve Subcontractors of their safety responsibilities and to comply with the Law. Vendor shall prevent against injury, loss, or damage to persons or property by taking reasonable steps to protect: (a) its employees and other persons at the Worksite; (b) materials and equipment stored at onsite or offsite locations for use in performing the Work; and (c) property located at the Worksite and adjacent to work areas, whether or not the property is part of the Worksite. b. VENDOR'S SAFETY REPRESENTATIVE: Vendor shall designate an individual at the Worksite in its employ as its safety representative. Unless otherwise identified by Vendor in writing to City, Vendor's project superintendent shall serve as its safety representative. Vendor shall report promptly in writing all CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 7 of 21 Last Revised 10.20.2020 recordable accidents and injuries occurring at the Worksite. When Vendor is required to file an accident report with a public authority, Vendor shall furnish a copy of the report to City. c. Vendor shall provide City with copies of all notices required of Vendor by the Law. Vendor's safety program shall comply with the requirements of governmental and quasi -governmental authorities having jurisdiction. i. Damage or loss not insured under property insurance that may arise from the Work, to the extent caused by negligent or intentionally wrongful acts or omissions of Vendor, or anyone for whose acts Vendor may be liable, shall be promptly remedied by Vendor. If City deems any part of the Work or Worksite unsafe, City, without assuming responsibility for Vendor's safety program, may require Vendor to stop performance of the Work, take corrective measures satisfactory to City. If Vendor does not adopt corrective measures, City may perform them and deduct their cost from the GMP. Vendor agrees to make no claim for damages, or an increase in the GMP, or for a change in the Dates of Substantial or Final Completion based on Vendor's compliance with City's reasonable request. 9. Subcontracts: a. BINDING OF SUBCONTRACTORS AND SUPPLIERS: Vendor agrees to bind every Subcontractor and Supplier and require every Subcontractor to so bind its subcontractors and significant supplier, to the Contract Documents as they apply to the Subcontractor's or Supplier's applicable provisions to that portion of the Work. b. Vendor agrees not to subcontract Vendor at risk related services without prior written consent from the City. 10. Fees, Expenses, and Payments: Legacy at its own cost and 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 20-80 as stated in Legacy bid response, and in accordance with specifications attached hereto and made a part hereof under Bid 20-80, all included herein as if spelled out word for word. b. This turn -key project providing labor and materials shall be provided to the City for a not to exceed fee of $378,794.00 US Dollars. The City of Fayetteville shall pay Legacy for completion of the project based on a percentage of work completed. At no point shall payment exceed the percentage of work completed, as determined by the City. d. Payments will be made after approval and acceptance of work and submission of invoice Payments will be made approximately 30 days after approval of invoice. The City of Fayetteville reserves the right to request receipts for materials purchased for the City of Fayetteville from suppliers, subcontractors, or other sources. The City of Fayetteville does not agree to any interest or penalty for "untimely" payments. e. The City reserves the right to withhold five percent (5%) retainage from all payments until project is completed in full. f. Not to exceed pricing shall include but not be limited to: CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 8 of 21 Last Revised 10.20.2020 1. Labor wages directly employed by Vendor in performing of the Work. 2. Salaries of Vendor's employees when stationed at the field office, in whatever capacity employed, employees engaged on the road expediting the production or transportation of material and equipment, and employees from the principal or branch office as mutually agreed by the Parties in writing. 3. Cost of all employee benefits and taxes, including but not limited to, workers' compensation, unemployment compensation, social security, health, welfare, retirement, and other fringe benefits as required by law, labor agreements, or paid under Vendor's standard personnel policy, insofar as such costs are paid to employees of Vendor who are included in the Cost of the Work. 4. Transportation, travel, hotel, and moving expenses of Vendor's personnel incurred in connection with the Work. S. Cost of all materials, supplies, and equipment incorporated in the Work, including costs of inspection and testing if not provided by City, transportation, storage, and handling. 6. Payments made by Vendor to Subcontractors for work performed under this Agreement. 7. Cost, including transportation and maintenance of all materials, supplies, equipment, temporary facilities, and hand tools not owned by the workers that are used or consumed in the performance of the Work, less salvage value or residual value; and cost less salvage value on such items used, but not consumed that remain the property of Vendor. 8. Rental charges of all necessary machinery and equipment, exclusive of hand tools owned by workers, used at the Worksite, whether rented from Vendor or others, including installation, repair, and replacement, dismantling, removal, maintenance, transportation, and delivery costs at competitive market rates. 9. Cost of the premiums for all insurance and surety, performance or payment bonds which Vendor is required to procure or deems necessary and approved by City. 10. Sales, use, gross receipts, or other taxes, tariffs, or duties related to the Work for which Vendor is liable. 11. Permits, taxes, fees, licenses, tests, royalties. 12. Losses, expenses, or damages to the extent not compensated by insurance or otherwise, and the cost of corrective work during the Construction Phase and for the warranty period. 13. Costs associated with establishing, equipping, operating, maintaining, mobilizing and demobilizing the field office and site. 14. Water, power, and fuel costs necessary for the Work. 15. Cost of removal of all nonhazardous substances, debris, and waste materials. CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 9 of 21 Last Revised 10.20.2020 16. Costs incurred due to an emergency affecting the safety of persons or property. 17. Costs directly incurred in the performance of the Work or in connection with the Project, and not included in Vendor's Fee, which are reasonably inferable from the Contract Documents. g. STORED MATERIALS AND EQUIPMENT: Unless otherwise provided in the contract documents, applications for payment may include materials and equipment not yet incorporated into the Work but delivered to and suitably stored onsite or offsite including applicable insurance, storage, and costs incurred transporting the materials to an offsite storage facility. Approval of payment applications for stored materials and equipment stored offsite shall be conditioned on a submission by Vendor of bills of sale and proof of required insurance, or such other documentation satisfactory to City to establish the proper valuation of the stored materials and equipment, City's title to such materials and equipment, and to otherwise protect City's interests therein, including transportation to the Worksite. Materials and equipment stored offsite shall be in a bonded and insured secure facility. Final Payment: Upon satisfactory completion of the work performed under this Agreement, as a condition before final payment under this Agreement, or as a termination settlement under this Agreement, VENDOR shall execute and deliver to CITY OF FAYETTEVILLE a release of all claims against CITY OF FAYETTEVILLE arising under or by virtue of this Agreement, except claims which are specifically exempted by VENDOR to be set forth therein. Unless otherwise provided in this Agreement or by State law or otherwise expressly agreed to by the parties to this Agreement, final payment under this Agreement or settlement upon termination of this Agreement shall not constitute a waiver of CITY OF FAYETTEVILLE's claims against VENDOR or sureties under this Agreement. 11. Project Bonding - Performance and payment bonding: After execution of this contract by all parties, VENDOR shall provide a 100% separate performance 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 this contract has been executed by all parties. a. 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. 12. Time: a. SUBSTANTIAL and FINAL COMPLETION: Date of Substantial Completion and the Date of Final Completion shall be established in the contract documents as a hard not to exceed date. If such dates are not established upon the execution of this Agreement, a Date of Substantial Completion and Date of Final Completion of the Work shall be established via Change Order. b. Time is of the essence with regard to the obligations of the Contract Documents. c. Unless instructed by City in writing, Vendor shall not knowingly commence the Work before the effective date of Vendor's required insurance and bonds and formal written and signed Purchase Order issued by the City of Fayetteville Purchasing Division. d. Schedule of Work: Before submitting its first application for payment, Vendor shall submit to City and, if directed, Design Professional a Schedule of the Work showing the dates on which Vendor plans to begin and complete various parts of the Work, including dates on which information and approvals are required CONTRACT: Bid 20-80, Construction— Parks Restroom Renovations & Modifications Page 10 of 21 Last Revised 10.20.2020 from City. Except as otherwise directed by City, Vendor shall comply with the approved Schedule of the Work or Vendor. i. City may determine the sequence in which the Work shall be performed, provided it does not unreasonably interfere with the approved project schedule. City may require Vendor to make reasonable changes in the sequence at any time during the performance of the Work in order to facilitate the performance of work by City or Others. If Vendor consequently incurs costs or is delayed, the Dates of Substantial or Final Completion, or both, Vendor may seek equitable adjustment. e. NOTICE OF DELAY CLAIMS: If Vendor requests an equitable extension of the Contract Time or an equitable adjustment contract as a result of a delay described, Vendor shall give City written notice of the claim. If Vendor causes delay in the completion of the Work, City shall be entitled to recover its additional costs. 13. Substantial Completion: a. Vendor shall notify City and, if directed, Design Professional when it considers Substantial Completion of the Work or a designated portion to have been achieved. City, with the assistance of its Design Professional, shall promptly conduct an inspection to determine whether the Work or designated portion can be occupied or used for its intended use by City without excessive interference in completing any remaining unfinished Work. If City determines the Work or designated portion has not reached Substantial Completion, City, with the assistance of its Design Professional, shall promptly compile a list of items to be completed or corrected so City may occupy or use the Work or designated portion for its intended use. Vendor shall promptly and accurately complete all items on the list. b. When Substantial Completion of the Work or a designated portion is achieved, Vendor shall prepare a Certificate of Substantial Completion establishing the date of Substantial Completion and the respective responsibilities of each Party for interim items such as security, maintenance, utilities, insurance, and damage to the Work, and fixing the time for completion of all items on the list accompanying the Certificate. The Certificate of Substantial Completion shall be submitted by Vendor to City and, if directed, to Design Professional for written acceptance of responsibilities assigned in the Certificate of Substantial Completion. c. Unless otherwise provided in the Certificate of Substantial Completion, warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or a designated portion. d. Upon City's written acceptance of the Certificate of Substantial Completion, City shall pay to Vendor the remaining retainage held by City for the Work described in the Certificate of Substantial Completion less a sum equal to one hundred and fifty percent (150%) of the estimated cost of completing or correcting remaining items on that part of the Work, as agreed to by the Parties as necessary to achieve Final Completion, including all close outs. Uncompleted items shall be completed by Vendor in a mutually agreed upon timeframe. 14. Final Completion: i. Upon notification from Vendor that the Work is complete and ready for final inspection and acceptance, City, with the assistance of its Design Professional shall promptly conduct an inspection to determine if the Work has been completed and is acceptable under the Contract Documents. CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 11 of 21 Last Revised 10.20.2020 ii. When the Work is complete, Vendor shall prepare for City's written acceptance a final application for payment stating that to the best of Vendor's knowledge, and based on City's inspections, the Work has reached Final Completion in accordance with the Contract Documents. iii. Final payment shall be made to Vendor within thirty (30) Days after Vendor has submitted an application for final payment, pending the application has been approved by the City, including submissions required, and a Certificate of Final Completion has been executed by all Parties. iv. Final payment shall be due on Vendor's submission of the following to the City: 1. an affidavit declaring any indebtedness connected with the Work, to have been paid, satisfied, or to be paid with the proceeds of final payment, so as not to encumber City property; 2. as -built drawings, manuals, copies of warranties, and all other close-out documents required by the Contract Documents; 3. release of any liens, conditioned on final payment being received; 4. consent of any surety; and 5. any outstanding known and unreported accidents or injuries experienced by Vendor or its Subcontractors at the Worksite. If, after Substantial Completion of the Work, the Final Completion of a portion of the Work is materially delayed through no fault of Vendor. If approved by City, they shall pay the balance due for any portion of the Work fully completed and accepted. If the remaining contract balance for Work not fully completed and accepted is less than the retained amount before payment, Vendor shall submit to City and, if directed, Design Professional the written consent of any surety to payment of the balance due for portions of the Work that are fully completed and accepted. Such payment shall not constitute a waiver of claims, but otherwise shall be governed by this section. vi. ACCEPTANCE OF FINAL PAYMENT: Unless Vendor provides written identification of unsettled claims with an application for final payment, its acceptance of final payment constitutes a waiver of such claims. Legacy shall ensure that the City of Fayetteville receives lien waivers from all material suppliers, subcontractors and sub -subcontractors and before work begins on the project. The contractor shall give written notice to the material suppliers, subcontractors and sub -subcontractors providing work on the project that states the following: i. 'According to Arkansas law, it is understood that no liens can be filed against public property if valid and enforceable payment and performance bond is in place. Regarding this Project and Agreement, the valid and enforceable bonds are with ( name of surety ).' Legacy shall have each subcontractor, sub -subcontractor and material supplier execute a written receipt evidencing acknowledgment of this statement prior to commencement of the work of the subcontractor or material supplier. CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 12 of 21 Last Revised 10.20.2020 15. Notices: Any notice required to be given under this Agreement to either party to the other shall be sufficient if addressed and mailed, certified mail, postage paid, delivery, fax or e-mail (receipt confirmed), or overnight courier. 16. Jurisdiction: Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. 17. Venue: Venue for all legal disputes shall be Washington County, Arkansas. 18. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing 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 VENDOR shall do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 19. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. 20.Insurance: a. Before starting the Work and as a condition precedent to payment, Vendor shall procure and maintain in force Workers' Compensation Insurance, Employers' Liability Insurance, Business Automobile Liability Insurance, and Commercial General Liability Insurance ("CGL"). The CGL policy shall include coverage for liability arising from premises, operations, independent contractors, products -completed operations, personal injury and advertising injury, contractual liability, pollution coverage, and broad form property damage. Vendor shall maintain completed operations liability insurance for one year after Substantial Completion, or as required by the Contract Documents, whichever is longer. Vendor's Employers' Liability, Business Automobile Liability and CGL policies shall be written with at least the limits of liability presented in Appendix D. b. Employers' Liability, Business Automobile Liability, and CGL coverages required may be provided by a single policy for the full limits required or by a combination of underlying policies with the balance provided by excess or umbrella liability policies. c. Vendor shall maintain in effect all insurance coverage required with insurance companies lawfully authorized to do business in the jurisdiction in which the Project is located. If Vendor fails to obtain or maintain any insurance coverage required under this Agreement, City may purchase such coverage and charge the expense to Vendor or terminate this Agreement. d. To the extent commercially available to Vendor from its current insurance company, insurance policies required shall contain a provision that the insurance company or its designee shall give City written notice transmitted in paper and electronic format: (a) 30 Days before coverage is nonrenewed by the insurance company and (b) within 10 Business Days after cancelation of coverage by the insurance company. Before commencing the Work and upon renewal or replacement of the insurance policies, Vendor shall furnish City with certificates of insurance until one year after Substantial Completion or longer if required by the Contract Documents. In addition, if any insurance policy required is not to be immediately replaced without lapse in coverage when it expires, exhausts its limits, or is to be cancelled, Vendor shall give City prompt written notice upon actual or constructive knowledge of such condition. e. Certificates of Insurance shall list the City as Additional Insured Parties. f. PROPERTY INSURANCE: CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 13 of 21 Last Revised 10.20.2020 At no time shall any policy be covered by self-insurance or in a self -insured format. All policies shall be covered by an approved commercial insurance professional properly licensed to do business in Arkansas. Unless otherwise directed in writing by City, before starting the Work, Legacy shall obtain and maintain a Builder's Risk Policy upon the entire Project for the full cost of replacement at the time of loss, including existing structures. This insurance shall also (a) name Vendor, Subcontractors, Subsubcontractors, and Design Professional as named insureds; (b) be written in such form to cover all risks of physical loss except those specifically excluded by the policy; and (c) insure at least against and not exclude: the perils of fire, lightning, explosion, windstorm, hail, smoke, aircraft (except aircraft, including helicopter, operated by or on behalf of Vendor) and vehicles, riot and civil commotion, theft, vandalism, malicious mischief, debris removal, flood, earthquake, earth movement, water damage, wind damage, testing if applicable, collapse, however caused; 2. damage resulting from defective design, workmanship, or material; coverage extension for damage to existing buildings, plant, or other structures at the Worksite, when the Project is contained within or attached to such existing buildings, plant or structures. Coverage shall be to the extent loss or damage arises out of Constructor's activities or operations at the Project; 4. equipment breakdown, including mechanical breakdown, electrical injury to electrical devices, explosion of steam equipment, and damage to steam equipment caused by a condition within the equipment; testing coverage for running newly installed machinery and equipment at or beyond the specified limits of their capacity to determine whether they are fit for their intended use; and 6. physical loss resulting from Terrorism. iii. The Party that is the primary cause of a Builder's Risk Policy claim shall be responsible for any deductible amounts or coinsurance payments. If no Party is the primary cause of a claim, then the Party obtaining and maintaining the Builder's Risk Policy shall be responsible for the deductible amounts or coinsurance payments. This policy shall provide for a waiver of subrogation. This insurance shall remain in effect until final payment has been made or until no person or entity other than City has an insurable interest in the property to be covered by this insurance, whichever is sooner. Partial occupancy or use of the Work shall not commence until City has secured the consent of the insurance company or companies providing the coverage required in this subsection. Before commencing the Work, City shall provide a copy of the property policy or policies obtained. iv. If City elects to purchase the property insurance required by this Agreement, including all of the coverages and deductibles for the same durations specified, City shall give written notice to Vendor before the Work is commenced and provide a copy of the property policy or policies obtained in compliance with this agreement. City may then provide insurance to protect its CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 14 of 21 Last Revised 10.20.2020 interests and the interests of the Constructor, Subcontractors, Suppliers, and Subsubcontractors. The cost of this insurance shall be paid by City in a Change Order. If City gives written notice of its intent to purchase property insurance required by this Agreement and fails to purchase or maintain such insurance, City shall be responsible for costs reasonably attributed to such failure. The Parties each waive all rights against each other and their respective employees, agents, contractors, subcontractors, suppliers, subsubcontractors, and design professionals for damages caused by risks covered by the property insurance, except such rights as they may have to the proceeds of the insurance. To the extent of the limits of Vendor's Commercial General Liability Insurance, Vendor shall indemnify and hold harmless City against any and all liability, claims, demands, damages, losses, and expenses, including attorneys' fees, in connection with or arising out of any damage or alleged damage to any of City's existing adjacent property, including personal property, that may arise from the performance of the Work, to the extent caused by the negligent or intentionally wrongful acts or omissions of Vendor, Subcontractor, Supplier, Subsubcontractor, or anyone employed directly or indirectly by any of them or by anyone for whose acts any of them may be liable. g. RISK OF LOSS: Except to the extent a loss is covered by applicable insurance, risk of loss from damage to the Work shall be upon the Party obtaining and maintaining the Builder's Risk until the Date of Final Completion. h. ADDITIONAL GENERAL LIABILITY COVERAGE: City shall require Vendor to purchase and maintain additional liability coverage. Vendor shall provide: Additional Insured. City shall be named as an additional insured on Vendor's Commercial General Liability (CGL) specified, for on -going operations and completed operations, excess/umbrella liability, commercial automobile liability, and any required pollution liability, but only with respect to liability for bodily injury, property damage, or personal and advertising injury to the extent caused by the negligent acts or omissions of Vendor, or those acting on Vendor's behalf, in the performance of Vendor's work for Owner at the Worksite. The insurance of the Vendor and its Subcontractors (both primary and excess) shall be primary to any insurance available to the Additional Insureds. Any insurance available to the Additional Insureds shall be excess and non- contributory. ii. OCP. Vendor shall provide an Owners' and Contractors' Protective Liability Insurance ("OCP") policy with limits equal to the limits on CGL specified, or limits as otherwise required by Owner. i. Any documented additional cost in the form of a surcharge associated with procuring the additional liability coverage in accordance with this subsection shall be paid by VENDOR. Before commencing the Work, Vendor shall provide either a copy of the OCP policy, or a certificate and endorsement evidencing that City has been named as an additional insured, as applicable. i. ROYALTIES, PATENTS, AND COPYRIGHTS: Vendor shall pay all royalties and license fees which may be due on the inclusion of any patented or copyrighted materials, methods, or systems selected by Vendor and incorporated in the Work. Vendor shall defend, indemnify, and hold City harmless from all suits or claims for infringement of any patent rights or copyrights arising out of such CONTRACT: Bid 20-80, Construction— Parks Restroom Renovations & Modifications Page 15 of 21 Last Revised 10.20.2020 selection. PROFESSIONAL LIABILITY INSURANCE: To the extent Vendor is required to procure design services, Vendor shall require its design professionals to obtain a commercial professional liability insurance for claims arising from the negligent performance of professional services under this Agreement, with a company reasonably satisfactory to City, including coverage for all professional liability caused by any consultants to Vendor's design professional, written for not less than one million US dollars ($1,000,000) per claim and in the aggregate. Vendor's design professional shall pay the deductible. The Professional Liability Insurance shall contain a retroactive date providing prior acts coverage sufficient to cover all Services performed by the Constructor's design professional for this Project. Coverage shall be continued in effect for the entire warranty period. 21. Professional Responsibility: VENDOR will exercise reasonable skill, care, and diligence in the performance of services and will carry out its responsibilities in accordance with customarily accepted professional practices. CITY OF FAYETTEVILLE will promptly report to VENDOR any defects or suspected defects in services of which CITY OF FAYETTEVILLE becomes aware, so VENDOR can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of VENDOR. 22. Responsibility of the City of Fayetteville a. CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of VENDOR: i. Provide full information as to the requirements for the Project. ii. Assist Legacy by placing at Legacy's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. iii. Assist Legacy in obtaining access to property reasonably necessary for Legacy to perform its services. iv. Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by Legacy and render in writing decisions pertaining thereto. v. Review all documents and provide written comments to Legacy in a timely manner. vi. The City of Fayetteville Facilities Director is the project representatives with respect to the services to be performed under this Agreement. The Facilities Director Representative shall have complete authority to transmit instructions, receive information, interpret and define policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 23. Cost Opinions and Projections: Cost opinions and projections prepared by the Legacy relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, cost estimating, and operating results are based on Legacy's experience, qualifications, and judgment as a Legacy professional. 24. Period of Service: This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. a. The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. VENDOR shall proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE. Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. 25. Termination: CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 16 of 21 Last Revised 10.20.2020 a. This Agreement may be terminated in whole or in part in writing by either party in the event of substantial failure by the other party to fulfill its obligations under this Agreement through no fault of the terminating party, provided that no termination may be effected unless the other party is given: i. Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, ii. An opportunity for consultation with the terminating party prior to termination. b. This Agreement may be terminated in whole or in part in writing by CITY OF FAYETTEVILLE for its convenience, provided that VENDOR is given: i. Not less than ten (10) calendar days written notice (delivered by certified mail, return receipt requested) of intent to terminate, ii. An opportunity for consultation with the terminating party prior to termination. c. If termination for default is effected by CITY OF FAYETTEVILLE, an equitable adjustment in the price provided for in this Agreement shall be made, but i. No amount shall be allowed for anticipated profit on unperformed services or other work, ii. Any payment due to VENDOR at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of VENDOR's default. d. If termination for default is effected by VENDOR, or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to VENDOR for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by VENDOR relating to commitments which had become firm prior to the termination. e. Upon receipt of a termination action under Paragraphs above, VENDOR shall: i. Promptly discontinue all affected work (unless the notice directs otherwise), ii. Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by VENDOR in performing this Agreement, whether completed or in process. f. Upon termination under sections above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. g. If, after termination for failure of VENDOR to fulfill contractual obligations, it is determined that VENDOR had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as provided in this agreement. 26. Delays a. In the event the services of Legacy are suspended or delayed by CITY OF FAYETTEVILLE, or by other events beyond VENDOR's reasonable control, VENDOR shall be entitled to additional compensation and time for reasonable documented costs incurred by VENDOR in temporarily closing down or delaying the Project. b. In the event the services are suspended or delayed by VENDOR, CITY shall be entitled to compensation and time for reasonable costs incurred in temporarily closing down or delaying the Project. 27. Rights and Benefits CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 17 of 21 Last Revised 10.20.2020 a. Legacy's services shall be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. 28. Dispute Resolution a. Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and VENDOR which arise from, or in any way are related to, this Agreement, including, but not limited to the interpretation of this Agreement, the enforcement of its terms, any acts, errors, or omissions of CITY OF FAYETTEVILLE or VENDOR in the performance of this Agreement, and disputes concerning payment. b. Exhaustion of Remedies Required: No action may be filed unless the parties first negotiate. If timely Notice is given as described in this agreement, but an action is initiated prior to exhaustion of these procedures, such action shall be stayed, upon application by either party to a court of proper jurisdiction, until the procedures in this agreement have been complied with. c. Notice of Dispute i. For disputes arising prior to the making of final payment promptly after the occurrence of any incident, action, or failure to act upon which a claim is based, the party seeking relief shall serve the other party with a written Notice. ii. For disputes arising within one year after the making of final payment, CITY OF FAYETTEVILLE shall give VENDOR written Notice at the address listed in this agreement within thirty (30) calendar days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. iii. Negotiation: Within seven (7) calendar days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and VENDOR shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of VENDOR, and the Mayor of CITY OF FAYETTEVILLE or his or her designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 calendar days of the written request to resolve the dispute. 29. Sufficient Funds: The CITY represents to have sufficient funds or the means of obtaining funds to remit payment to Legacy for services rendered by Legacy. All parties agree if funding should become insufficient to complete the project, VENDOR shall be notified in a timely manner. 30. Publications: a. Recognizing the importance of professional services on the part of VENDOR's employees and the importance of VENDOR's public relations, VENDOR may prepare publications, such as technical papers, articles for periodicals, promotional materials, and press releases, in electronic or other format, pertaining to VENDOR's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to VENDOR, CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. Approved materials may be used in a variety of situations and do not require additional review or approval for each use. The cost of VENDOR's activities pertaining to any such publication shall be for VENDOR's account. 31. Indemnification: CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 18 of 21 Last Revised 10.20.2020 a. The CITY requires the VENDOR to indemnify, defend and hold harmless the CITY OF FAYETTEVILLE for any loss caused by negligence and from and against any and all loss where loss is caused or incurred or alleged to be caused or incurred in whole or in part as a result of the negligence or other actionable fault of the VENDOR, or their employees, agents, Subcontractors, sub consultant and Suppliers of the VENDOR. 32. Ownership of Documents: a. All documents provided by CITY OF FAYETTEVILLE including original drawings, CAD drawings, estimates, field notes, and project data are and remain the property of CITY OF FAYETTEVILLE. Vendor may retain reproduced copies of drawings and copies of other documents. b. Engineering and architectural documents, computer models, drawings, specifications and other hard copy or electronic media prepared by Vendor as part of the Services shall become the property of CITY OF FAYETTEVILLE when VENDOR has been compensated for all Services rendered, provided, however, that Vendor shall have the unrestricted right to their use. Vendor shall, however, retain its rights in its standard drawings details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of Vendor. c. Any files delivered in electronic medium may not work on systems and software different than those with which they were originally produced. Vendor makes no warranty as to the compatibility of these files with any other system or software. Because of the potential degradation of electronic medium over time, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. 33. Additional Responsibilities of VENDOR: a. Review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder by CITY shall not in any way relieve Vendor of responsibility for the technical adequacy of the work. Review, approval or acceptance of, or payment for any of the services by CITY shall not be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. b. Vendor shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by Vendor's negligent performance, except beyond the Vendor's normal standard of care, of any of the services furnished under this Agreement, and except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. c. Vendor's obligations under this clause are in addition to Vendor's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against VENDOR for faulty materials, equipment, or work. 34. Audit and Access to Records: a. Vendor's shall maintain books, records, documents and other evidence directly pertinent to performance on work under this Agreement in accordance with generally accepted accounting principles and practices consistently applied in effect on the date of execution of this Agreement. b. Vendor's shall also maintain the financial information and data used by Vendor's in the preparation of support of the cost submission required for any negotiated agreement or change order and send to CITY OF FAYETTEVILLE a copy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents and other evidence for the purpose of inspection, audit and copying during normal business hours. VENDOR will provide proper facilities for such access and inspection. CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 19 of 21 Last Revised 10.20.2020 c. Records shall be maintained and made available during performance on assisted work under this Agreement and until three years from the date of final payment for the project. In addition, those records which relate to any controversy arising out of such performance, or to costs or items to which an audit exception has been taken, shall be maintained and made available until three years after the date of resolution of such appeal, litigation, claim or exception. d. This right of access clause (with respect to financial records) applies to: i. Negotiated prime agreements ii. Negotiated change orders or agreement amendments affecting the price of any formally advertised, competitively awarded, fixed price agreement iii. Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier sub agreement or purchase order awarded after effective price competition, except: 1. With respect to record pertaining directly to sub agreement performance, excluding any financial records of VENDOR; 2. If there is any indication that fraud, collusion, gross abuse or corrupt practices may be involved; 3. If the sub agreement is terminated for default or for convenience. 35. Covenant Against Contingent Fees: a. VENDOR warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by VENDOR for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 36. Gratuities: a. If CITY OF FAYETTEVILLE finds after a notice and hearing that VENDOR or any of VENDOR agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE or related third party contractor associated with this project, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to VENDOR terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. b. The CITY may pursue the same remedies against VENDOR as it could pursue in the event of a breach of the Agreement by VENDOR. As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount, as determined by CITY, which shall be not less than three nor more than ten times the costs VENDOR incurs in providing any such gratuities to any such officer or employee. 37. Clarification and Understanding of all parties: CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 20 of 21 Last Revised 10.20.2020 The citizens of Fayetteville voted to authorize the Fayetteville City Council to issue bonds to fund this project. b. All parties agree and acknowledge that all funds derived from the City's sale of the bonds may only be spent or used for purposes authorized by the City voters and applicable state laws. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and LEGACY CONSTRUCTION MANAGEMENT, INC. through its authorized officer have made and executed this Agreement as of the day and year first above written. Date Signed: I I LEGACY CONSTRUCTION MANAGEMENT, INC. By: Steve Collier, President ��ttrrrr►rrr ,RK �,\Ty YETTEVILLE ;;c: X , w"G rON�a6gned: .�/ CONTRACT: Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 21 of 21 Last Revised 10.20.2020 Contract for Bid 20-80 Appendix A City Bid Package Project Manua FAYE �o o� Vt CITI 0 VIqI -4, Co cv � tiIRn- Parks Restroom RenowC*bns & Modifications Date: September 2020 City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 1 of 23 CITY OF FAYETTEVILLE ARKANSAS 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 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. /\ S% Bid Bond of the amount bid accompanied by required documentation (Power - In lieu of a bid bond, the bidder may submit a cas ' check from j.Lan for at least five percent (5%) of the amount bid (i i of any e shall be made payable to the City of Fayettevill , AR. All addenda shall be signed, acknowledged, a itted on a ap opria addendums or marking acknowledgement on e i pages All line items shall be appropriately fill and exten o`eal the lin price. Total base bid should be calculathe provi d s G All pages provided wit i n li es sha 0ropriatelOne , dated submitted bid document All bid documents shall be deliverer on the coversheet of the bid. All envelope as well as the bidder CONTRACTOR NAME: ARKANSAS CONTRACTORS LICENSE NUMBER: �y, etc.) in the State of Arkansas sates). Cashiers checks mitting the actual price as well as the total bid and included with 'e address listed below before the stated deadline the name of the bidder (contractor) on the sealed Contractor'nse Number. City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 2 of 23 City of Fayetteville Bid 20-80, Construction — Parks Restroom Renovations & Modifications Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 20-80, Construction — Parks Restroom Renovations and Modifications The City of Fayetteville is accepting bids from properly licensed and authorized firms for the renovations and modifications at multiple Fayetteville's Parks. Questions should be addressed to Les McGaugh, Purchasing Agent at Imcgaugh@favetteville-ar.gov or by calling (479) 575-8220. Bidding documents, plans, plan holders, and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at ` , � J All bids shall be received by Wednesday October 14, efore 2:00 PM, local time utilizing the electronic bidding software, OR by submitting a sealed bid at the City of Fayettev' ch ing Division address listed below. Submitting a bid electronically is strongly encouraged. A public bid opening will be shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/useaiGitvoffavettevi' Ilea r. No II s shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, o a f bidde Afcal equipment. City of Fa teville Purchasin io — oom 3 113 W ain Street F e vil , AR 7271� A non -mandatory Pre -Bid meeting will be held Tue tember 2 , 10:00 AM ark then transitioning to other Park locations. Information regarding the pre -bid ti is availab on roject pag n t ity's electronic bidding platform. All interested parties are encouraged to atte Each bid shall be accompanied b a ashi 's c c rom a busine n St�Fe of Arkansas r corporate i p y � as o a co po ate bid bond in an amount not less than five (5) perce ount b' . A on undred rcen 00%) performance and payment bond is required with the contract awarded and shall ile marked b Washington C Circuit Clerk's Office upon receipt to the City. A State of Arkansas Contractor's License is req fired for all de d licenst h I b alid at the time of bid deadline. In an effort to understand hardships our ven � uppliers i iri relation to the current COVID-19 situation, the Purchasing Division will take feedback from plan hol skid erested pantie derstand the current impact to vendors operations. Pursuant to Arkansas Code Annotat 2 -203 The C�r a tteville encourages all qualified small, minority and women business enterprises to bid on a contracts for oods, services, and construction. Also, City of Fayetteville encourages all general contractors to su rations ofth c ct to qualified small, minority and women business enterprises. The City of Fayetteville res a right wai i egularities, reject bids, and postpone the award of any Contract for a period of time which shall not exceed beyond sixty d from the bid opening date. City of Fayetteville By: Les McGaugh, Purchasing Agent P: 479.575.8220 Email: Imcgaugh@favetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 09.20.2020 & 09.27.2020 City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 3 of 23 City of Fayetteville Bid 20-80, Construction — Parks Restroom Renovations & Modifications Bid Form Days to Final Completion: 60 Days from Notice to Proceed Bid Form is available on Bonfire. Bids shall be submitted on this bid form in its entirety AND accompanied bv descriptive literature on the products being bid. The City reserves the right to award this bid based on the City's b st erest at the time of product order. THIS BID FOR NT O NEXT PAGE. o. City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 4 of 23 Responses Error: Check cells( B8 Numeric Bid 20-80 Error: Missing value for'Unit Price' m cell l8 #1-1 Insurance and Bonding 1 1 LS Error: Missing value for'Unit Price' in cell 19 #1-2 Complete Scope of Work (Lump Sum Price) 2 1 LS Bid 20-80, Deductive Alternates Error: Missing value for'Unit Price' in cell 112 #2-1 Front Porchs @ Gulley & Veterans Park DA-1 -1 LS Error: Missing value for 'Unit Price' in cell 113 #2-2 Finger Park restroom in its entirety DA-2 -1 Error Missing value for'Unit Price' in cell 114 #2.3 Walker Park Restroom Pre -Fab in it entirety DA-3 -1 Bid 20-80, Unit Pricing O Error: Missing value for'Unit Price' in cell 117 #3-1 -Removal and replaceme of cia' Unit Pn 1 LF Error: Missing value for 'Unit #3 2 .Removal and replaceme of s s &A8 P 2 0 Price' in cell i18 Error: Missing value for'Unit #3-3 -Removal and r e o roof deck! n ce3 0 Price' in cell 119 Error: Missing value for'Unit Price' in cell 120 #3-4 -Re Irleit of S1 Unit Price 4 0 SF cerG Error: Missing value for'Unit nst lncing — er x12' er 6'x12' chain #3-5 P Un ce 5 p Price' in cell 121 chain link fens � link fence Panel O • 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, d entation and support as specified herein. 4. I, as an officer of this organization, or per the attached lett of authorization, am io thorized to certify the information provided herein is accurate and true. 5. Bidder shall comply with all State and Federal♦E 0 portunity d INZan-iscriminaequirements and conditions of employment in addition to all fed 1, a , and loc Laws. 6. Bidder shall disclose any possible conflict o with t yettevill i ut not limited to, any relationship with any City of Fayetteville o e. Res s isclose i relationship exists between any principal or employee of your firm n City of Faye e employ r cted City of Fayetteville official. If no relationship exists, this sho a stated ir�iour response. disclose such a relationship may result in cancellation of a purc or con a� sult of se. 1. N Rj�,ION P EXIST 2.) RELATIO TS (P s in): 7. Bidder will perform the Wor cmpliance all a plicable trench safety standards set forth in Occupational Safety and Health Admini a nn SHA) F*t — Subpart P — Excavations. 8. Pursuant Arka AnnoV 1-503, the Contractor agrees and certifies that they do not currently boy tt Is el and O I Nt s ott Israel during any time in which they are entering into, or while in contra , ith an ublic eTntity as defined in §25-1-503. If at any time during contract the contractor decides to boycot 1el, the contractor must notify the contracted public entity in writing. As A bidder on this 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. 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. City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 5 of 23 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. Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: *D/B/A or Corporation Name *BUSINESS ADDRESS: *CITY: Purchase Order/Payments shall be issued to this name *STATE: *PHONE: *E-MAIL: .�4 *BY: (PRINTED NAME) *AUTHORIZED SIGNATURE: *TITLE: FAX: DUNS NUMBER: GE *TAX ID NUMBER: G Acknowledge Addendums: Addendum No. Date d�� Atknedged bv: Addendum No. Date" 'owledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 6 of 23 uN-1:13 *ZIP. `i 1 City of Fayetteville Bid 20-80, Construction — Parks Restroom Renovations & Modifications 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 be issudMd where the bidding procedures are to be administered. 1.4 Successful Bidder - the lowest, responsible, and resp idder 4 e City of Fayetteville (on the basis of the City of Fayetteville's evaluation as herei fter pr kes an award. ♦ PART TWO - COPIES OF BIDDING DOCUMENTS 2.1 2.2 2.3 Complete sets of the Bidding Docume s e nu r the de m, if any, stated in the Advertisement for Bids may be obt � om the Is � fice. , Complete sets of Bidding Doc e s must b, d in prepari City of Fayetteville assumes no responsibility for errors o m rpret �s resulting o t use of incomplete sets of Bidding Documents.'+ Cityof Fayetteville in ma in co ieopifiTdin DA n available on the above terms do so onl for Y g Pg� Ythe purpose of obtaining Bids fo rk a onfer a license or grant for any other use. PART THREE - EXAMINATION OF CONTR T DO UMENTS 3.1 Bidders are advised Drawin d Specifications are on file at the City of Fayetteville Purchasing Division and s c ute all e i rmation which the City of Fayetteville shall furnish. No other information g n soun g m e by the City of Fayetteville or any official thereof, prior to the execution of sai contract, all er become a part of, or change the contract, drawings, specifications and estimates, or be binding on ity 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. 3.2 Bidders shall rely exclusively upon their surveys, estimates, investigations, and other things which are City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 7 of 23 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 owner 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 information and data furnished to City of Fayetteville by City of Fayetteville's of such Underground Facilities or others, and City of Fayetteville do not assume responsibility for the accuracy or completeness thereof unle(N expressly provided otherwise in the Supplementary Conditions. 3.5 On request, City of Fayetteville will provide each Bidd ss to th ' V duct such examinations, investigations, explorations, tests, and studies as each adder de e ssary for submission of a Bid. Bidder must fill all holes and clean up and r �tor the s to to it fo onditionQn completion of such explorations, investigations, tests, and Lf�e 3.6 Reference is made to the General Requ' for t ation of e nature of work that is to be performed at the site by o Fayet i thers (s utilities and other prime contractors) that relates to the wo which a id be subm �ton request, and as available, City of Fayetteville will provi each Bidd for examin cess to or copies of Contract Documents (other than por reof r d rice) f s rk. 3.7 The submission of a B i c nstituk an incontrov ible presentation by Bidder that Bidder has complied with every re irement Article 43 at ithout exception the Bid is premised upon performing and furnishing the quir ontract Documents and applying the specific means, methods, techniq e e aces, or p e res of construction (if any) that may be shown or indicated or expressly re y the Con ct D uments, that Bidder has given owner written notice of all conflicts, errors a i uities, Ndko? repancies that Bidder has discovered in the Contract Documents and tha ritten re of ions thereof by owner are acceptable to Bidder, and that the Contract Doc nt general u ient to indicate and convey understanding of all terms and conditions for erfo ing a rr�1�h g e Work. PART FOUR - AVAILABILITY OF LAND 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 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. City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 8 of 23 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 owner 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 written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. City of Fayetteville will not be responsible for any other explanations or interpretations of the proposed Contract Documents. 5.3 Addenda may also be issued to modify the Bidding Documents as d �ivisable by City of Fayetteville. 5.4 Bidder assumes all responsibility for checking the y's web eft glww.accessfayetteville.org for updates and addenda issued to this project. PART SIX - APPROXIMATE ESTIMATE OF QUANTITI ` 'f /1► 6.1 The provided bids for each the completio each item, sh low and respc the amount o' PART SEVEN - PRICES 7.1 7.2 7.3 for receiving unit price at may be required for ump sum prices bid for aid in determining the used as basis for fixing Bidders must state a price INLNh item of,,work Mmed in the Bid Form. Unit and Lump Sum prices shall include amounts suffic t r he furrkVanfinish f all labor, materials, tools, equipment, and apparatus of every description truct, er c completely all of the work as called for in the Specifications d d on thie s. Prices bid on the rious it s in e Bid Form shall bear a fair relationship to the cost of the work to be done. Bids which appear unba ced and are deemed not to be in the best interest of City of Fayetteville may be rejected at the discretion of City of Fayetteville. 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. PART EIGHT - BID FORM 8.1 Bids are due as indicated in the Advertisement for Bids. City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 9 of 23 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. 8.4 8.5 E:1:1 Bids which are incomplete, unbalanced, conditional, or obscure or which contain additions not called for, erasures, alterations, or irregularities of any kind or which do not comply with these Instructions to Bidders may be rejected as informal or non -responsive at the option of City of Fayetteville. However, City of Fayetteville reserves the right to waive technicalities as to changes, alterations, or revisions and to make the award in the best interest of City of Fayetteville. Address sealed bids to City of Fayetteville, and deliver to the address given Advertisement for Bids on or before the day and hour set for opening the close t r#p d Bid Form and Project Manual in a sealed envelope bearing the title of the p ect, the e the Bidder, Bidder's Arkansas Contractor's License Number, and the date and our f the d p g. If th led envelope is delivered by a public carrier, it must be co d anoth envel addres y of Fayetteville and the attention of the project name. i sole,,re ibility of B' ee that the Bid is received on time. Acceptance of deductive alternate & at the C' y o etteville' is tion, as best services the City of Fayetteville's interest. Each e tive alterna if presente provided on the Bid Form. The price of the Bid for each d i alter wi the o nt e deducted from the price of the Total Base Bid if the �U�� etteville ny of th ternates. The unit price amount for each alternate shall be the s of t e unitkice amount lis&d in t e Bid. No Bidder sh partnership c PART NINE - SIGNATI 9.2 9.3 person whomsoever, except those having a ntil after the bids have been opened. If the Bid is e D oh individl&firm name must be given, and the Bid Form signed by the individual or my uthori g t. e Bid is made by a partnership, the firm name and the names of each membe ust be en, nd the Bid signed by a member of the partnership, or a person duly authorized. If the Bid is made 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. All names must be typed or printed in black ink below the signature. The address and telephone number for communications regarding the Bid must be shown. City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 10 of 23 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. 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 accompany each bid. Bid bonds for the difference in price between low bidder and second low bidder shall not be acceptable. The Successful Bidder's security will be retained until City of Fayetteville receives a signed Agreement and required Bonds and Certificates of Insurance. If the Successful Bidder fails to execute and deliver the Agreement and furnish the required contract security within fifteen days after the Notice of Selection, City of Fayetteville may annul the Notice of Selection and the Bid security of that Bidd MI be forfeited. 10.2 The City of Fayetteville reserves the right to retain the security until the c s ul Bidder enters into the Contract or until sixty (60) days after bid openin hever is e�► h equivalent security of the second and third low bidder may be exchanged fo n equiv bi and after bid tabulations are complete or thirty (30) days after bid opening whi heve is soo r. �* PART ELEVEN - PERFORMANCE BOND AND PAYME 11.1 Prior to signing the Agreement, C o shall urety p ce Bond and a payment Bond, equal to one hundred perce�e contra t p 11.2 Contractor shall pay all ex con on i h the in of said Bonds. The Bonds shall be conditioned that Cont r I faithfull r�brm the co ct and shall pay all indebtedness for labor and materials furnishe p r rmed the constructs of s h alterations and additions as prescribed in this contract. � +` 11.3 The surety company issuing e�ids must a Ivent company on the "Surety Companies Annual List" issued by the U.S. De tent of th reas y, and the Bonds are not to be issued in an amount greater than the under it�mitatio'k e surety company as set out therein. 40, g Y p Y 11.4 In Arkansas, it w regvir t performance and payment Bonds on public works contracts shall be exec d b a resid loe t who is licensed by the Insurance Commissioner to represent the surety com y exec 'ng s id Bonds and filing with such Bonds his Power of Attorney as his authority. The mere countersi ng of the Bonds will not be sufficient. 11.5 The date of the Bonds, and of the Power of Attornev, must not be prior to the date of the contract. At 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 City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 11 of 23 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 to be substantially completed and also completed and ready for final payment is outlined in the Bid Form. PART THIRTEEN - LIQUIDATED DAMAGES 13.1 Provisions for liquidated damages, if any, are set forth in the Bid Form. PART FOURTEEN - SUBCONTRACTORS SUPPLIERS AND OTHERS 14.1 Contractor shall not assign or sublet all or any part of t s cerathe prior written approval of City of Fayetteville nor shall Contractor allows c sub onmence �ntil approval of workman's compensation insurance and p a i y insue re pproval of each subcontract by City of Fayetteville will inner reljaso igations as set out in the Drawings, Specifications, contrac Wnds. ` PART FIFTEEN -SUBSTITUTE AND OR EQUla EMS A� 15.1 Any reference to a partic quality for this purcha quality, size and specifi PART SIXTEEN - COMPLIANCE WITH ST� 16.1 A Contractor's License is r Si Ind to bid the City of Fayetteville, e ractor** Arkansas Acts of 19c "Arkansas StLt v ♦ PART SEVENTEEN - Q LIFNSO D# �0 17.1 Ffo establish an acceptable level of luded in a bid that are of at least equal be acceptable for consideration. �s projEct, however, prior to executing the agreement with 51 licensed in accordance with the requirements of Act 150, icensing Law for Contractors" for bids in excess of $20,000. SIBILITY OF BIDDERS To demonstrate qua lifications''l 'perform the Work, each Bidder must be prepared to submit within five days after bid opening, upon City of Fayetteville's or owner's request, detailed written evidence such as financial data, present commitments, and other such data as may be called for. Each Bid must contain 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. City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 12 of 23 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 proportion to the prices for other items, or changes written in, or amendments by letter, or failure to submit a unit price for each item of work for which a bid price is required by the Bid Form, or failure to include all required contract documents. 18.5 Lack of competency as revealed by the financial statement, experience, plant, and equipment statements submitted. Lack of responsibility as shown by past work judge the standpoint of workmanship and progress. 18.6 Uncompleted work which, in the judgment of City o teville, th r or prevent the prompt completion of additional work if awarded. 18.7 Being in arrears on existing contracts, in Ii io with Ci of F teville, defaulted on a previous contract. + PART NINETEEN -OPENING OF BIDS 19.1 Bids will be opened and read a u u licly at th lace where ll�fo be submitted in a room to be designated b City of Faye e da f h o e stract of the amounts of the base g Y Y Y p Bids and major altern i will be m �!ailable to ' ders after the opening of Bids. PARTTWENTY- CONSIDERATIO OF BIDS � + 20.1 After the bids are opened a ee he quan s ill be extended and totaled in accordance with the bid prices of the accepted hi revie f th ids will confirm the low bidder. 20.2 In evaluating Bids, yettevill I consider the qualifications of Bidders, whether or not the Bids comply with t r ed reWi , and such alternates, unit prices, and other data as may be requested in t Bictorm o oe otice of Selection. 20.3 City of Fayetteville may cons r the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations 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 City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 13 of 23 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 involving price, time or changes in the Work and to negotiate contract terms with the Successful Bidder. PART TWENTY-TWO - AWARDING OF CONTRACT 22.1 City of Fayetteville reserves the right to withhold the awarding of a contract a reasonable period of time from the date of opening bids, not to exceed sixty (60) days except with the consent of the Successful Bidder. The awarding of a contract upon a successful Bid shall give the Bidder t to action or claim against City of Fayetteville upon the contract until the contract is reduce ti and signed by the contracting parties. The letting of a contract shall not be complete until ntract is executed and the necessary Bonds approved. PART TWENTY-THREE - RETAINAGE � O 23.1 Provisions concerning retainage and Contr ights40 it securitie f retainage are set forth in the Agreement. PART TWENTY-FOUR -SIGNING OF AGREEI�I 24.1 When Cityof Fayetteville tice ec to th c Bidder, it will be accompanied b Y � p Y the number of unsign parts of ement a �!icatecl in the Supplementary Conditions, with all other written r ct ocu is at ached. ithin en (10) days thereafter, Contractor shall sign and deliver the requ ed numb of nterpc* s f t Agreement and attached documents to City of Fayetteville with the require Cer ' nsurance. Within ten (10) days thereafter City of Fayetteville shall deliver o u igned co r rt to Contractor. PART TWENTY-FIVE - MATERIA ANTY 25.1 Before any co ctardedsB e ay be required to furnish a complete statement of the origin, composition, m ufactu f r II materials proposed to be used in the construction of the Work, together h samp s, w ich may be subjected to tests provided for in the Specifications to determine their quality and fi s for the Work. 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 City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 14 of 23 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 the Clean Water Act and administered by the Arkansas Department of Environmental Quality (ADEQ) under a general permits program. Contractor may be required to obtain coverage under general permit ARR001000 prior to commencing work at the site. 27.3 Arkansas Act 291 of 1993, dealing with excavation safety, signed into law o �h , 1993. PART TWENTY-EIGHT — PAST EXPERIENCE REQUIRED 28.1 All bidders shall have past experience in providiWLirnila work d sc ed for thi ect. The City of Fayetteville reserves the right to reject for ' ecilli exp ience minim r (4) references are required. ` End of Section City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 15 of 23 City of Fayetteville Bid 20-80, Construction — Parks Restroom Renovations & Modifications Special Terms and Conditions 1. Special Term Specific to Bid 20-80: a. Days to Substantial Completion —150 Days b. Days to Final Completion — 180 Days c. Liquidated Damages are $100.00 per day for each day past 180 Days from Notice to Proceed. d. Contractor shall coordinate with Facilities Management during all demolition and construction work to allow public access to the Town Center main entrance from the plaza for the entire duration of the project. e. A 100% performance bond and a 100% materials and payment bond I3 required within 10 days of contract award by the City Council f. Any waste disposal shall be procured thro the City of Faye ve Recycling and Trash Collection g. Any City permits required by the City are tle res onsibili t ontractoWOMIEt City fees will be waived. O G O G � O . City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 16 of 23 City of Fayetteville Bid 20-80, Construction — Parks Restroom Renovations & Modifications General Terms and Conditions 2. 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 Division. Bids may be submitted electronically on the City's Electronic bidding Platform, Bonfire, by going to www.fayetteville-ar.gov/bids the City is not responsible for failure of bidders technical equipment. d. Bids submitted physically shall be enclosed in sealed envelopes or p es dressed to the City of Fayetteville, Purchasing Division, Room 306, 113 W. Mounts eville, AR 72701. The name, address of the firm and Bid, RFP, orAILQ number or boxes. e. The City will not be responsible for midi ted As. Ven�or l o,Iedd call the asing Office at 479.575.8220 to ensure correct rec t� ing d men rior to o me and date listed on the bid form. f. Bidders shall have experienc n ovidin r and/o viof the same or similar nature. gY Bidder is advised that e e i3Tis to an he terms con this bid must be identified in its response to the b e to s m ad th tclare any such term non- negotiable. Pr e sir to to tion to -negotiable term will not disqualify it from considers ard��.rr►� h. Local time is defi ed as the tkner ayet evi r nsas on the due date of the deadline. Bids shall be received before �e as s e atomic clock located in the Purchasing Division Office. i. Bids will be eval d aware d on the best interest of the City of Fayetteville. The City reserves the ' award bidAn t entirety, none, or by line item. R CLARIFICATION: �r No oral interprets ill be ade y firms as to the meaning of specifications or any other contract documents. All questions pertai 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. 4. 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 City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 17 of 23 approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. 5. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: 191 7 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 clari ca ns, additional information, or data without changing the terms of the bid. COSTS INCURRED BY BIDDERS: ' All expenses involved with the preparation and submission bids to ity, r any work performed in connection therewith, shall be borne solely by thg bj er(s). No pay e e made yresponses received, or for any other effort required of, or a� ,he bi e' r r(s) to con®rmencement. CONFLICT OF INTEREST: • a. The bidder represents that Oite4 n has i and sha no interest, either direct or indirect, which would con any manne Zthe perf rm e or services required hereunder, as providedFayette&e Code Sectio� itled "Authority of City Employee to Contralti. a Cityf. '� All bidders sha conflicts of inter t for which may influe ce o provided. Such written s NGa- gh, ity INC hasing Agent, in writing, of all potential ctive busine sociiaation, interest, or other circumstance nfluen e• i er's judgment or quality of services being i sh i the prospective business association, interest or circumstance, the e 5WIvhich the b may undertake and request an opinion to the City as to whether th ion, inte or circumstance would, in the opinion of the City, constitute a co 'ct interest ed into by the bidder. The City agrees to communicate with the bid er pinion v - ail or first-class mail within thirty days of receipt of notific ion._ •� A bid may be withdrawn prior to M`iime 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. 9. 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 ensure receipt of their submittal documents prior to opening time and date listed. City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 18 of 23 10. LOCAL. STATE. AND FEDERAL COMPLIANCE REQUIREMENTS: 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. 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. 11. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to vernment agencies, departments, municipalities, and counties, the proposal prices submitted in acc c ith said proposal terms and conditions therein, should any said governmental entity desire to b is proposal. Eligible Users shall mean all state of Arkansas agencies, t islative and 'udici riches, political subdivisions (counties, local district school boards, commu Ileges, u Tpalities, counties, or other public agencies or authorities), which may desire to p chas under and con4ftns of the contract. • 12. COLLUSION: ` The Proposer, by affixing his or her signatu t is pro s ees to t f Ilo ' g: „bidder certifies that his or her bid is made without previous tanding, a e nt, or co with any person, firm or corporation making a proposal for t item(s) 41/or rvices a i II respects fair, without outside control, collusion, fraud, rwise ' le^ n." 13. RIGHT TO AUDIT FOIA AN&IU I N: a. The City of Faye ville resery e privilege o diting a vendor's records as such records relate to purchas s between he ity and A n r. b. Freedom of Informati ity cont a `documents prepared while performing City contractual work a- ec to the Arkan Freedom of Information Act. If a Freedom of Information Act is presrt the City of Fayetteville, the (Contractor) will do everything p to provide etments in a prompt and timely manner as prescribed in the Ark a re dom otl ion Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photo pyi costs pt t FOIA may be assessed for this compliance. c. Legal juris action to sole any disputes shall be in Washington County, Arkansas with Arkansas law applying to the cas . 14. 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. 15. VARIANCE FROM STANDARD TERMS & CONDITIONS: City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 19 of 23 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. 16. 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. 17. 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. 18. PAYMENTS AND INVOICING: 0 The bidder must specify in their bid the exact company nki4e and address which t be the same as invoices submitted for payment as a result of award of thi rther, e cessful bidder is responsible for immediately notifying the Purchasing Division of a y co any n which Id cause invoicing to change from the name used at the tiw original b d. a ent will ale within thirty days of invoice received. The City of Fayettevillei redit wo y an will not p y interest, fees, or penalty for untimely payments. Payments ca p cessed r g idder's a of Visa at no additional costs to the City for expedited m t proc ie ity wi t a e to any nonrefundable deposit or retainer that would remain of the bi r en if the ork actually performed by the bidder would not justify such fe The City will pay the awarded bed o p prov' i oicing. Progress payments will be made after approval and o work ission oice. Payments will be made within 30 days of accepted invoice. 19. CANCELLATION: a. The City reserves the r' o ancel th aft without cause by giving thirty (30) days prior notice to the Cont n writing of the ntion to cancel or with cause if at any time the Contractor fails t r abid#4b of the terms or conditions specified. b. Failure of th ctor t c m I with an of the provisions of the contract shall be considered Y Y a mat a br of conk an hall be cause for immediate termination of the contract at the discre n of he Cit a t vi e. c. In addition to all oth 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. 20. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 20 of 23 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. 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. 21. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor for allPoof this type, which may develop during the contract period. This is not an exclusive contract. The cally reserves the right to concurrently contract with other companies for si ilar work if it deems ction to be in the City's best interest. In the case of multiple -term contracts, ovisionJe p y separately to each item. 22. LOBBYING: Lobbying of selection committee members, Cit f+(�y t eville ploy or elect Is regarding request for proposals, request for qualification r conga ring the p bid protest, by the bidder/proposer/protestor or any mem e bid ser's pr t� ff, and agent of the bidder/proposer/protestor, or any pers^ toyed by entity a i ith or representing an organization that is responding to the raduAt for pro osa , uest for ual' i tion, bid or contract, or has a pending bid protest is strictly pr L either u dvertiseme date established by the City of Fayetteville and shall be prohi ' e eith aw r is fin o h otest is finally resolved by the City of Fayetteville; provided, v othin he II prohibi prospective/bidder/proposer from contacting the Purchasing ' sion o addr situations su as c ification and/or questions related to the procurement process. For p poses of t is ision I 'ng tivities shall include but not be limited to, influencing or attempting to influen or n - in connection with any request for proposal, request for qualification, bid o c tr through ct indirect oral or written communication or an attempt to obtain goodwill of s and/or ities pecified in this provision. Such actions may cause any request for proposal, requeqtNqualificaAn1 or contract to be rejected. 23. ADDITIONAL RE rl U I D c f, N The City reserves Qeri t tore t� o al services relating to this bid from the bidder. When approved by the Cn ame dme t o the contract and authorized in writing prior to work, the Contractor shall provide such ad ' al requirements as may become necessary. 24. 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. 25. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 21 of 23 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. 26. 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 shall be binding unless embodied in the contract. 1 b. Prices shall include all labor, materials, overhead, profit, insurance, shippin , etc., to cover the products and services presented. Sales tax shall not b included in the bid p pplicable Arkansas sales tax laws will apply when necessary but will not b c ered i r4to his project. c. Each bidder should state the anticipated number day rom t tt eceipt ot4ftorder for delivery of services to the City of Fayettevill d. Bidders must provide the City with their bi s by aQ e p ee having rity to submit bids on behalf of the bidder. The entire�repay vidin r s all be borne by the bidder. e. The City reserves the right to re additio I inf mation i rr necessary from any or all bidders after the submission i . f. The request for bid is to on trued er, a co t, or a commitment of any kind; nor does it commit the city to pa costs urre by bid in p aration. It shall be clearly understood that any costs incurred b the Propc(er irwesponding o V request for proposal is at the bidder's own risk and expense as a cost of doi ss. T t yetteville shall not be liable for reimbursement to the Pro o y expen o i curred, regardless of whether or not the proposal is accepted. g. If products, componen or rvices o rr0 those described in this bid document are proposed, the bidder must include o to de r' ' literature for each. All requests for additional information must be recei d w* * ive wot a following the request. h. NOTE: Any unc ties sh I be ght to the attention to Les McGau h immediate) via telephone g Y P (479.575.8220) or e-mail (Im h fa etteville-ar. ov). 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. 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 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, City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 22 of 23 clarifications, or requests will not be disclosed until after a contract is in place. 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. 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. In case the successful bidder assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that is agreed that t ri t of the assignee in and to any monies due or to become due to the successful bidder shall be s for liens of all persons, firms, and corporations for services rendered r materials supplied th performance of the services called for in this contract. The successful bidder's attention is directed to the ct t t all ap i Q�Ieral an to laws, municipal ordinances, and the rules and reg II aut orities ngjurisd' er the services shall apply to the contract throughout, and t e deem o be ncluded i he ntract as though written out in full herein. The successful " all kee el erself full,,k.l� of all laws, ordinances and regulations of the Fede S te, an u govern s uthorities in any manner affecting those engaged or employe r viding thes e ices or in y affecting the conduct of the services and of all orders and de odies ort - i a s havin diction or authority over same. If any discrepancy or inconsi specifications herein r rr 4 shall herewith report th l 27. INVOICING: All invoices City Department that Order Date 411160 ct Documents or in the , regulation, order or decree, s/he e minimum information listed below. or picked up the goods, materials, or service Amounts in the bid shall match invoicing. W City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 23 of 23 CITY OF FAYETTEVILLE, ARKANSAS- PARKS RESTROOM RENOVATIONS & MODIFICATIONS 1455 S HAPPY HOLLOW RD FAYETTEVILLE, AR 72701 COMM. NO. 51119 September zq zoza-am scats �O 'v nse N bar 3967 T\F OF AWE? ARCHITECTURE CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS CITY OF FAYETTEVILLE, AR SPECIFICATIONS GENERAL PROJECT INFORMAITON PROJECT CHECK LIST INVITATION TO BID BID FORM INSTRUCTIONS TO BIDDERS GENERAL TERMS AND CONDITIONS DEMX COVER PAGE DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 0001 01 TITLE PAGE 0001 07 SEALS PAGE 0001 15 LIST OF DRAWING SHEETS 0031 00 AVAILABLE PROJECT INFORMATI FINGER PARK RESTROOM STRUCTU L REPOT DIVISION 01 - GENERAL REQUIREMENTS • 01 2300 ALTERNATES ` 01 2500 SUBSTITUTION PRO 01 2600 CONTRACT MODI A N PRO 01 31 00 PROJECT MAN T AND C I TION 01 3200 CONSTRUC GRESS D&U ATION 01 3300 SUBMITT P EDURES 01 4000 QUALI E M E SO 01 4200 E C 01 50 00 Y FAC IES D CON OLS 01 6000 P UCT RE( NTS 01 7300 EX UTION RE IR NTS • 01 7329 CUTTING A ING 017419 CONSTRW ASTE NT 01 7700 CLO P CEDURES 01 7823 OP 1WAND Al ANCE DATA 01 7839 P J RECORD NTS 01 7900 STRATION D AINING DIVISION 02 -- (1 TII OND 1 0241 19 SELEC VE Di OLITION DIVISION 03 - CONCRETE 03 20 00 CONCRETE REINFORCING 03 30 00 CAST -IN -PLACE CONCRETE DIVISION 04 - MASONRY NOT USED DIVISION 05 -- METALS NOT USED DEMX ARCHITECTURE FAYETTEVILLE, AR TABLE OF CONTENTS 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS DIVISION 06 - WOOD, PLASTICS AND COMPOSITES 061000 ROUGH CARPENTRY 06 16 00 SHEATHING 06 20 20 FINISH CARPENTRY DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07 13 13 ASPHALT SHINGLES, UNDERLAYMENT AND RIDGE VENT 0721 00 THERMAL INSULATION 07 25 00 WEATHER BARRIER 07 46 46 FIBER CEMENT SIDING 07 62 00 SHEET METAL FLASHING AND TRIM 07 92 00 JOINT SEALANTS O DIVISION 08 - OPENINGS 08 16 13 FIBERGLASS DOORS AND FRAMES 08 45 13 FIBERGLASS WINDOWS O 08 62 00 UNIT SKYLIGHTS 0871 00 DOOR HARDWARE DIVISION 09 - FINISHES ♦` 09 67 00 FLUID -APPLIED 1 0991 13 EXTERIOR PAI oft 0991 23 INTERIOR P 09 96 00 HIGH-P NCE CO DIVISION 10 - SPECIALT 10 28 00 TO T, BATH A HER ACCES S DIVISION 11 - EQUIPMENT ` NOT USED DIVISION 12 - FURNISHIN NOT USED DIVISION 13 - S ECIA UIP 13 34 00 FABRI TED NGINEERED STRUCTURES DIVISION 14 - CONVEYING DEVICES NOT USED DIVISION 21 - FIRE SUPPRESSION NOT USED DIVISION 22 - PLUMBING 2211 16 DOMESTIC WATER PIPING 22 13 16 SANITARY WASTE AND VENT PIPING DEMX ARCHITECTURE TABLE OF CONTENTS FAYETTEVILLE, AR 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 22 33 30 ELECTRIC WATER HEATERS- COMMERCIAL 22 40 00 PLUMBING FIXTURES DIVISION 23 - HEATING, VENTILATING AND AIR CONDITIONING 2301 00 GENERAL MECHANICAL REQUIREMENTS 23 07 00 MECHANICAL INSULATION 23 34 00 HVAC FANS DIVISION 25 - INTEGRATED AUTOMATION NOT USED DIVISION 26 -ELECTRICAL 2601 00 GENERAL ELECTRICAL REQUIREMENTS 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 31 RACEWAYS ' 26 05 32 WIRES AND CABLES O 26 05 33 BOXES AND ENCLOSURES 26 05 34 WIRING DEVICES 26 05 51 SUPPORTING DEVICES 26 05 53 ELECTRICAL IDENTIFIC 26 18 13 DISCONNECT SWIT 26 24 13 CIRCUIT BREAKER S BUTIO A 26 50 00 LIGHTING DIVISION 27 - COMMUNICATION e) G NOT USED 0 DIVISION 28 - ELECTRON AND §1111tCURIIN NOT USED DIVISION 31 - EARTHWORK ` 31 01 00 EART 31 10 00 SI ING 31 2219 RADING 31 31 16 S REAT DIVISION 32 - ECERIAR IMPRON NOT USED �j DIVISION 33 - UTILITIES NOT USED DIVISION 34 - TRAFFIC CONTROL NOT USED DIVISION 41 - MATERIAL PROCESSING AND HANDLING EQUIPMENT NOT USED DEMX ARCHITECTURE TABLE OF CONTENTS FAYETTEVILLE, AR 3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS DOCUMENT 00 01 01 PROJECT TITLE PAGE 1.1 PROJECT MANUAL VOLUME 1 A. Project Title: City of Fayetteville Parks Restroom Renovations and Modifications B. Owner: City of Fayetteville Parks and Recreation C. Owner's representative: Wade Abernathy (479) 575-8361 ' wabernathyCcDfayetteville-ar.go O D. Parks and Recreation reprgs t tive: Ted Jack Ngo:'� (479) 444-3469 tack fa ettevill - •` E. Architect: DEM 1_;;cture f► F. Architects o anager: AeIA a Aven eville, A 6-48 1mxar om NO G. Architects P 5111 ` H. Issue teilMler 20, 2020 so I. C yr t 020, Ci*tteville, Parks Restroom Renovations and Modifications, architP ri is reserved. END OF DOCUM T DEMX ARCHITECTURE PROJECT TITLE PAGE FAYETTEVILLE, AR 0001 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS GROUP SECTION 00 0107 SEALS ARCHITECTURAL Timothy W. Maddox Liccnsc A umber 3967 G O . DEMX ARCHITECTURE SEALS FAYETTEVILLE, AR 0001 07-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 00 01 15 LIST OF DRAWING SHEETS GENERAL 1.0 COVER SHEET GULLEY PARK ADDITION AND RENOVATIONS 1 a1.1 FLOOR PLANS, ELEVATIONS, NOTES & SCHEDULES 1a1.2 REFLECTED CEILING PLAN, FRAMING PLAN & DETAILS LAKE FAYETTEVILLE PARK AND VETERANS PARK RENOVATIONS 2a1.1 FLOOR PLANS, ELEVATIONS, NOTES & SCHEDULES 2a5.1 DETAILS & VETERANS PARK DOOR SCHEDULE O O4a1.1 FLOOR PLANS, ELEVATIONS, NOTES & SC EDUL S WALKER PARK TREARDOWN AND CXT CO TROOM 5a0.1 SITE PLAN, NOTES &DETAILS ♦` 5a0.2 CXT CORTEZ UTILITY STUB U DAT 5a0.3 SITE DETAILS 5a1.1 CXT CORTEZ FLOOR PLATIONS & SE S LEWIS PARK RENOVATIO 6a1.1 FLOOR PLANS, E V I S, NO S EDULE 6a5.1 WINDOW A TAIL G ' O . c FINGER PARK RENOVATIONS 3a1.1 FLOOR PLANS, ELEVATIONS, NOTES & SCHE ES WALKER PARK RENOVATIONS DEMX ARCHITECTURE LIST OF DRAWING SHEETS FAYETTEVILLE, AR 00 01 15-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS DOCUMENT 00 31 00 AVAILABLE PROJECT INFORMATION 1.1 AVAILABLE PROJECT INFORMATION This Document and its referenced attachments are part of the Procurement and Contracting Requirements for Project. They provide Owner's information for the Bidder's convenience and are intended to supplement rather than serve in lieu of the Bidder's own investigations. They are made available for the Bidder's convenience and information but are not a warranty of existing conditions. This Document and its attachments are not part of the Contract Documents. A. Finger Park Structural Report END OF DOCUMENT O � G G �o DEMX ARCHITECTURE AVAILABLE PROJECT INFORMATION FAYETTEVILLE, AR 0031 00-1 Gregory L. Bone, PE Civil & Structural Engineering August 23, 2020 Ben Cruse deMx Architecture 104 N. East Avenue Fayetteville, Arkansas 72701 Re: Structural Inspection Finger Park Restrooms 1525 SE Farmers Drive Fayetteville, Arkansas 72701 Ben, At your request a structural inspection of the subject property was -trade on Wednesday, August 19, 2020. The purpose of the inspection was to,evaluate the coritiition and, stability of a wall damaged by vehicle impact. Weather ,cgnditions were dear and warn ^ip day of inspection. Please refer to the attached photographs for mote detail and com q General Observations & Recommendations: ' The north%Aiest front comerestrooms suffered from vehicle impact. The approximate 8' x 8' precast concr II sins reasonably plumb and square but does exhi ensive surfa cks pri n the inside surface. The wall is very lightly loaded orts only gab end. T perimeter frame of the panel remains intact and does t hibit dama Given the light load coqqodi the con all can tabilized with a structural epoxy adhesive. The best instaNatior wouldzonsistof epo injec n along the largest of the interior surface cracks. The injection repairVo is detaileld 9 ideos at the following websites. Simpson Strong -Tie Crack-P ://www.m/watch?v=aPPz4'O sa0 SikaDur Wall Repair Kit: \" s://www. o .com/watch?v=QUhTiCGOhfA A light gauge steel a I also 66 ced to the inside perimeter frame in addition to the 9 9 9 p 4W epoxy repair if dee� essa4ndations I trust that th a co ments and allow for the proper repair of the precast wall panel. Please ee to cipntac%rile with any further questions that you may have. Sincerely, r- �01it t e p ARiOAS i pR6IS?EKED /` re .L-. Bone, P.E. pgOFE$SIeNAt. ENGINEER GLB/gb + p No.58 Enclosures: Photographs `(,'ORY�/O��I'/August 23, 2020 Product Specifications ,,,r✓r G Structural Inspection August 23, 2020 Finger Park Restrooms Photographs (Left / Below) The interior precast concrete wall of the restroom exhibits extensive surface cracking from the impact. Stabilization of the wall can be accomplished with epoxy injection of the precast concrete and or light gauge steel sheathing welded to the perimeter framing the panel 11022 Timarron Drive (479) 903-26156 Bentonville, Arkansas 72712 Structural Inspection Finger Park Restrooms Simpson Crack-Pac Epoxy Pro W August 23, 2020 Product Specifications The Crack-Pac injecti ep igne r crack ' ncrete ranging from 1/64" to 1/4" wide in concrete walls, bs, c mns d bea . Th fixed adhesive has the viscosity of a light oil and a low s face tensi , a ing it4o ate fine to medium -width cracks in dry, damp or wet conditions with Wt resu contained in the cartridge and hardener is contained in the n Key Features � • Dis enses w'gn*cdardcaul* tol no s ecial dis ensin tool needed P g p dispensing •� • Clean nd e o mOtec ` • Seals out moisture,ng rebar in the concrete from corrosion and flooring from moisture damage • Chemically bonds with the concrete to restore strength • Non -shrink material resistant to oils, salts and mild chemicals • Meets the requirements of AASHTO M-235 and ASTM C881, Type 1, Grade 1, Class C 11022 Timarron Drive (479) 903-26156 Bentonville, Arkansas 72712 Structural Inspection Finger Park Restrooms SikaDur Wall Repair Kit August 23, 2020 Product Specifications M k � Kttj�� i Sikadur Crack Weld Injection K' A �t�O-compo%%p an curing epoxy sealing system for repairing structural cracks in concrete as ry. It confor ASTM C-881. It can be used for low pressure injection of cracks in struc rete aid '5asonry. • Convenient 9nozzle c rt` e s stem g Y • Cartri es fit tandard • Ideal for oundations, ors olumns, slabs and beams • As strong as concrete • For use with a standard caulk gun • Welds cracks by forming a chemical bond 11022 Timarron Drive (479) 903-26156 Bentonville, Arkansas 72712 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 01 23 00 ALTERNATES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for alternates. 1.2 DEFINITIONS A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the Bidding Requirements that may be deducted from the Base Bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or i s tion methods described in the Contract Documents. 1. The credit for each alternate is the net deduction fro tract Sum to incorporate alternate into the Work. ther adjustments arg a to the Contract Sum. O 1.3 PROCEDURES A. Coordination: Modify or adj t� a adja nt wo s neces ompletely integrate work of the alternate ' ct. 1. Include as part of eac er te, mis(:* 0 devices, bjects, and similar items inciden requi o mplet i t I n whether or not indicated as parto ate. B. Notification: Immedi I owing awar e Contra , n each party involved, in writing, of the s each alteate. Indicate '�tes have been accepted, rejected, or de later nPre n. Incl V ete description of negotiated modification o a e tes. C. Execute t Iterna es unsame co ions as other work of the Contract. D. Schedule. u11 of ernates is inc d at a end of this Section. Specification Sections r erenced in contain r ui ents for materials necessary to achieve the work described h alte e` PART 2 - PRODUCTS (Not U PART 3 — EXECUTION Cl 3.1 SCHE T RNA A. ed ive/Alt a e I� emove al ork ssociated with the new covered entry addition at the Gulley Park restroom bu ' . In addition, the siding at the east gable end of the Gulley Park restroom building will remain as is and only receive new paint in lieu of being replaced. Remove all work associated with replacing the doors at Veterans Park. B. Deductive Alternate No. 2: Remove all work associated with the Finger Park renovations from the scope of work. C. Deductive Alternate No. 3 : Remove all work associated with the Walker Park restroom tear down and CXT Prefab restroom installation. END OF SECTION DEMX ARCHITECTURE ALTERNATES FAYETTEVILLE, AR 01 23 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 —GENERAL 1.1 SUBSTITUTION PROCEDURES A. Substitutions include changes in products, materials, equipment, and methods of con- struction from those required by the Contract Documents and proposed by Contractor. B. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Sec- tion number and title and Drawing numbers and titles. 1. Substitution Request Form: Use CSI Form 13.1A. 2. Submit requests within 15 days after the Notice to Procee 3. Identify product to be replaced and show compliance wi rements for sub- stitutions. Include a detailed comp n of significa t qu of proposed sub- stitution with those of the Work sp list of s needed to other parts of the Work required to accom od propo sti tion, and proposed changes in the Contract Swthe ontract 'm sh d the sub on be ac- cepted. C. Architect will review proposed �It�it ions and Contractor ei ceptance or rejection. If necessary, Arc ' w request o informati entation for evaluation. 1. Architect will n tractor of p nce or reje roposed substitution within 15 da eipt of reLai ert, days of r ei f additional information or docum a whichevr. D. Do not submi ved s st'n Sho �or other submittals. PART 2 =PRODUCTS PART 3 EXECUTION (No sed) END OF SECTION Ili& DEMX ARCHITECTURE SUBSTITUTION PROCEDURES FAYETTEVILLE, AR 01 25 00 - 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 01 26 00 CONTRACT MODIFICATION PROCEDURES PART 1 —GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General terms and Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. B. Related Sections: 1. Division 1 Section "Product Requirements" for admi ve rocedures for handling requests for substitutions made after Contra 1.3 MINOR CHANGES IN THE WORK A. Architect will issue supplemental instru ons aut or changes in the Work, not involving adjustment to the o tract um or t e n t Time, oDocument G710, "Architect's Supplem t• ns ions." 1.3 PROPOSAL REQUESTS • A. Owner Initiated Propo ests: hi ill is e a e description of proposed changes i ork that it adjustme e Contract Sum or the Contract Time. I ssa the de ion will iOu lemental or revised rY, PP Drawings and a ions. / 1. not ons ei e p work ' S or to execute the proposed c g vide I ati Only. 2. 0 cal dar s after r ceip Proposal Request, submit a quotation ti a ng co adjus ments t the ntract Sum and the Contract Time ecessary t e the chan a. list of f products required or eliminated and unit with t I of purchases and credits to be made. If r ested, furni ey data to substantiate quantities. dicate licabl taxes, delivery charges, equipment rental, and amoua discounts. O Includ co of labor and supervision directly attributable to the c d. • a updated Contractor's construction schedule that indicates F t ect of the change, including, but not limited to, changes in a ivity duration, start and finish times, and activity relationship. Use vailable total float before requesting an extension of the Contract Time. B. Contractor -Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. DEMX ARCHITECTURE CONTRACT MODIFICATION PROCEDURES FAYETTEVILLE, AR 01 26 00-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Division 1 Section "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 7. Proposal Request Form: Use CSI Form 13.6A e rder Request (Proposal)" with attachments CSI Form 13.6E "Prop eet Summary" and 13.6C "Proposal Workshee tail" ' 1.4 CHANGE ORDER PROCEDURES A. On Owner's approval of a Proposal eque Archi ct i sue a C Order for signatures of Owner and Contra on ocu nt G70 1.5 CONSTRUCTION CHANGE DIREC I • A. Construction Change Direc * e. itect s onr cti n ge Directive on AIA Document G714. Chan dive instr t actor to with a change in the Work, for subsequent i n in a Change 1. Constructi a Directikold tains a co scription of change in the Work. esign to to to determine change in the nr h Cot S the C r +t me. B. Docume intain etas ecords on a ti and material basis of work required by the Constr io C ange ctive. 1. Aft completi ange, sub it itemized account and supporting data necessary t Cate c r adjustments to the Contract. PART 2 - PRODUCTS (Not Us QF PART 3 -EXECUTION (No s Cs END OF SECTION DEMX ARCHITECTURE CONTRACT MODIFICATION PROCEDURES FAYETTEVILLE, AR 01 26 00-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 SUMMARY A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. General project coordination procedures. 2. Coordination Drawings. 3. Administrative and supervisory personnel. 2. Project meetings B. Related Sections: 1. See Division 1 Section "Execution Requirements" for proc f coordinating general installation and field -engineering services, inc d' blishment of benchmarks and control points. 2. See Division 1 Section "Constructs ess Do n0ion" for preparing and submitting the Contractor's Constru ion Sche 3. See Division 1 Section "Close t Pro dures" or sting Co closeout. 1.2 DEFINITIONS A. RFI: Request from Contract s ing inter tat or clarifi he Contract Documents. 1.3 COORDINATION A. Coordination: Co onstruct ope tions in different Sections of the Specifications s e efficie orderly ' t of each part of the Work. Coordinate c st c n ope s, i c uded di r ections, that depend on each other fo a allation, c n, and op on. 1. a onstr on op rations equ a required to obtain the best results w re installa ne pa; Work depends on installation of other componeVas or or afte allation. 2. Coordinaation o if components with other contractors to ensure max ibility for u d maintenance, service, and repair. 3. Mak� uate provisions o accommodate items scheduled for later i tl!!�.11110 4. re availabilit`of 42ce is limited, coordinate installation of different c onent ure maximum performance and accessibility for required intena rvi and repair of all components, including mechanical and electr* B. re mem and for distribution to each party involved, outlining special procedures required for c .. tion. Include such items as required notices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: Preparation of Contractor's Construction Schedule. Preparation of the Schedule of Values. Installation and removal of temporary facilities and controls. DEMX ARCHITECTURE PROJECT MANAGEMENT AND COORDINATION FAYETTEVILLE, AR 01 31 00 - 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems 9 Commissioning Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials. 1.4 SUBMITTALS A. Coordination Drawings: Prepare Coordination Drawings of critical systems to maximize utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separfftVtities. 1. Indicate relationship of components shown on separate S ra gs. 2. Indicate required installation sequences. B. Staff Names: Within 15 days of starti construction operate s submit a list of principal staff assignments, including sup i ent and rg$rsonnel in attendance at Project site. Identify individuals and their ties and r nsi 'lities; list addresses and telephone numbers, including home nd 0 ice tel h e tiers. a names, addresses, and telephone num &, iduals assigne ' standby sence of individuals assigned to Project. 1. Post copies of list in e eetingro , i emporary f/ and by each temporary telepho 1.5 COORDINATION DRAWINGS A. Coordination Dra neral: P pare oordinat' ings in accordance with requirements i vi al Sectio re instal of completely shown on Shop Drawings, w e spa ila lity nec it a ordination, or if coordination is require c ' e inte ratio ducts an terials fabricated or installed by more than one 1. C tent: Proj p is infof�n o raven accurately to a scale large enough to indicate qIgA%asove con f ' base coordination drawings on standard printed da ude the I formation, as applicable: a. se plicable D in as a basis for preparation of coordination ings. Pre re se ons, elevations, and details as needed to describe �ationsh#Q cLaftous systems and components. Coordinat the dition of trade -specific information to the coordination dra multiple contractors in a sequence that best provides for cd do of the information and resolution of conflicts between to o ponents before submitting for review. C. Indi to functional and spatial relationships of components of tectural, structural, civil, mechanical, and electrical systems. d. Indicate space requirements for routine maintenance and for anticipated replacement of components during the life of the installation. e. Show location and size of access doors required for access to concealed dampers, valves, and other controls. f. Indicate required installation sequences. g. Indicate dimensions shown on the Drawings. Specifically note dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to Architect indicating proposed resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. DEMX ARCHITECTURE PROJECT MANAGEMENT AND COORDINATION FAYETTEVILLE, AR 01 31 00 - 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS Coordination Drawing Organization: Organize coordination drawings as follows: 1. Floor Plans and Reflected Ceiling Plans: Show architectural and structural elements, and mechanical, plumbing, fire protection, fire alarm, and electrical Work. Show locations of visible ceiling -mounted devices relative to acoustical ceiling grid. Supplement plan drawings with section drawings where required to adequately represent the Work. 2. Plenum Space: Indicate subframing for support of ceiling and wall systems, mechanical and electrical equipment, and related Work. Locate components within ceiling plenum to accommodate layout of light fixtures indicated on Drawings. Indicate areas of conflict between light fixtures and other components. 3. Mechanical Rooms: Provide coordination drawings for mechanical rooms showing plans and elevations of mechanical, plumbing, fire p ion, fire alarm, and electrical equipment. 4. Structural Penetrations: Indicate penetrations and oobv>Jquired for all disciplines. 5. Slab Edge and Embedded Items: to slab Ida ions and sizes and locations of embedded items fo etal fa ' 'on sleeves, anchor bolts, bearing plates, angles, door oor c sers, b e sions for finishes, curbs and housekeepin simila items. 6. Mechanical and Plumbi Show th Ilow g: a. Sizes and boo evatiow twork, pip' nduit runs, including ' , braci I Inds p s b. Dimen ' of ajor such a s, valves, diffusers, acces cleanouts a ctrical dis u equipment. C. Fi nclosure roun ductwor 7. Electric I r Show th ing: a. f verti d h rizonta n it /4 inch diameter and larger. ht fixture, t, emerg battery pack, smoke detector, and o er fire rm to ations. C. Panel rd, witch Isar , tchgear, transformer, busway, generator, and r ontrol t ns. d. L of pull x junction boxes, dimensioned from column en roes. 8. Fire t on Systerr i�iS�ho a following: a cation9V1%../dpipes, mains piping, branch lines, pipe drops, and sprinkler ad 9 R i w: Ar i ill review coordination drawings to confirm that the Work is ing co ote t not for the details of the coordination, which are the Contr s s in ibility. If the Architect determines that the coordination drawl s ar not being prepared in sufficient scope or detail, or are otherwise deficie Architect will so inform the Contractor, who shall make changes as directed and resubmit. 10. Coordination Drawing Prints: Prepare coordination drawing prints in accordance with requirements of Division 01 Section "Submittal Procedures." 1.6 ADMINISTRATIVE AND SUPERVISORY PERSONNEL A. General: In addition to Project superintendent, provide other administrative and supervisory personnel as required for proper performance of the Work. 1. Include special personnel required for coordination of operations with other contractors. 1.7 PROJECT MEETINGS DEMX ARCHITECTURE PROJECT MANAGEMENT AND COORDINATION FAYETTEVILLE, AR 01 31 00 - 3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS A. L General: Schedule and conduct meetings and conferences at Project site, unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Architect of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Architect, within three days of the meeting. Preconstruction Conference: Schedule a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. Hold the conference at Project site or er convenient location. Conduct the meeting to review responsibilities and perso ss nments. 1. Attendees: Authorized representatives of Owner, Archite r consultants; Contractor and its superinten nt; major subcontra or manufacturers; suppliers; and other concerned shall cj�the conference. All participants at the conference sho a famili 6 h Prjoject and authorized to conclude matters relating to t Wor . �,,,/ 2. Agenda: Discuss item �; ance t at coul ect pro uding the following: a. Tentative con uc n schedwl; b. Phasing. se uencin `L C. Critical�co se Change Orders. before 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Architect of scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: a. Contract Documents. b. Options. C. Related Change Orders. d. Purchases. DEMX ARCHITECTURE PROJECT MANAGEMENT AND COORDINATION FAYETTEVILLE, AR 01 31 00 - 4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS e. Deliveries. f. Submittals. g. Review of mockups. h. Possible conflicts. i. Compatibility problems. j. Time schedules. k. Weather limitations. I. Manufacturer's written recommendations. M. Warranty requirements. n Compatibility of materials. o. Acceptability of substrates. p. Temporary facilities and controls. q. Space and access limitations. f\ r. Regulations of authorities having jurisdiction. \`\J S. Testing and inspecting requirements. t. Required performance resV ts. u. Protection of constructionrnsonnet.3.Record significant conference disc, agr nts, nd disagreements. 4. Do not proceed with install tion c f cannot bcessfully concluded. Initiate wh t ns are neces to resole ments to performance of the Wo onvene t conf ence at ea ies asible date. D. Progress Meetings: Con ress t� inter al u on by Project Team including Archit ner. dates of with preparation of payment requests. 1. Attend I addition t sentativ or, Contractor, and Architect, each on r, sub4 ct , suppli , a o entity concerned with current e involved i ng, coordi on, or performance of future activities resen at t se mee s. participants at the conference shall b amiliar wit and aujho e o conclude matters relating to the Work. 2. Agenda: R a corre a minutes of previous progress meeting. Review of r s of si i hat could affect progress. Include topics for disc4LXtractor.s ppropriate t s of Project. a. nstru ion Schedule: Review progress since the last ting. AVt whether each activity is on time, ahead of schedule, 91' or 0iow e, in relation to Contractor's Construction Schedule. Det construction behind schedule will be expedited; secure cfrom parties involved to do so. Discuss whether schedule required to ensure that current and subsequent activities completed within the Contract Time. b. present and future needs of each entity present, including the following: 1 Interface requirements. 2 Sequence of operations. 3 Status of submittals. 5 Deliveries. 6 Off -site fabrication. 7 Access. 8 Site utilization. 9 Temporary facilities and controls. 10 Work hours. 11 Hazards and risks. DEMX ARCHITECTURE PROJECT MANAGEMENT AND COORDINATION FAYETTEVILLE, AR 01 31 00 - 5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 12 Progress cleaning. 13 Quality and work standards. 14 Change Orders. 15 Documentation of information for payment requests. 3. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. Include a brief summary, in narrative form, of progress since the previous meeting and report. a. Schedule Updating: Revise Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. E. Mechanical/Electrical/Plumbing (MEP) Coordination Meetings: o uc Project MEP coordination meetings at intervals agreed upon by Project Tea Architect and Owner. Project coordination meetings ar & addition to specific a gs held for other purposes, such as progress meetings and a Ilation c ekes. 1. Attendees: In addition to represe tives of r, ntractor, and Architect, each contractor, subcontract sup er, and th concern th current progress or involved in ordin ton, or ormance activities shall be represented at eetings. part ipants at t c erence shall be familiar with Projec n uthorized t co ude matte the Work 2. Agenda: Review ct or r utes of o coordination meeting. Revie r i ems of . e that co progress. Include topics for dis s appropria t tatus of P a. C ontractqt Con truction Review progress since la coordin ' eting. whether each contract is on ti e, head he le, or in s dule, in relation to Combined tractor's tion Sche Determine how construction behind s edule II be a pedite , cure mmitments from parties involved to do so. AW whether fcNiule revisions are required to ensure that curr n subse n es will be completed within the Contract Ti b. ch a Updati evise Combined Contractor's Construction edule �aft eac coordination meeting where revisions to the edule�af^en made or recognized. Issue revised schedule concurre y w eport of each meeting. i C. Revi ent and future needs of each contractor present, including th�ZNXce requirements. 2 Sequence of operations. Status of submittals. 4 Deliveries. 5 Off -site fabrication. 6 Access. 7 Site utilization. 8 Temporary facilities and controls. 9 Work hours. 10 Hazards and risks. 11 Progress cleaning. 12 Quality and work standards. 13 Change Orders. DEMX ARCHITECTURE PROJECT MANAGEMENT AND COORDINATION FAYETTEVILLE, AR 01 31 00 - 6 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS F. Content of the RFI: Include a detailed, legible description of item needing interpretation and the following: 1. Project name. 2. Date. 3. Name of Contractor. 4. Name of Architect 5. RFI number, numbered sequentially. 6. Specification Section number and title and related paragraphs, as appropriate. 7. Drawing number and detail references, as appropriate. 8. Field dimensions and conditions, as appropriate. 9. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 10. Contractor's signature. 11. Attachments: Include drawings, descriptions, measure p tos, Product Data, Shop Drawings, and other information necessary o escribe items needing interpretation. G. Reporting: Record meeting results and dist ute copie ve ne in attendance and to others affected by decisions or action resul g from a ing. PART 2 - PRODUCTS (Not Used) PART 3 -EXECUTION (Not Used) END OF SECTION G O G � O . DEMX ARCHITECTURE PROJECT MANAGEMENT AND COORDINATION FAYETTEVILLE, AR 01 31 00 - 7 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 01 32 00 CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Startup construction schedule. 2. Contractor's Construction Schedule. 3. Construction schedule updating reports. 4. Daily construction reports. 5. Material location reports. 6. Site condition reports. O 7. Unusual event reports. 1.2 DEFINITIONS A. Activity: A discrete part of a project tha a iden ie r planning, scheduling, monitoring, and controlling the constr ction roject. i i luded in nstruction schedule consume time and resgyr 1. Critical Activity: c t An an he critic ath t must sta ish on the planned early start an Imes. 2. Predecessor Activi - yty that �pf@ another a iv* network. 3. Successor Activit n tivit t another ti itya network. B. Cost Loading: The all i of the sc I f values leting an activity as scheduled. The su for all a4vitie ust equal t e t a Contract Sum. C. CPM: Critical pat e o , which is Method of pla scheduling a construction project wher es a ra �d bas a vity relationships. Network calculate ns er in when i can be f e and the critical path of Project. D. Critical long con ted c in o terdependent activities through the network edule that a ishes the 0 overall Project duration and contains no float. + E. Event: The starting point at i y. F. Float: The meas I way in g completing an activity. 1. Floa is of for the ex a use or benefit of either Owner or Contractor, bu ntly o n piring Project resource available to both parties as d to meet s e ilestones and Contract completion date. 2. float is the ount of time an activity can be delayed without adversely a cting t� r rt of the successor activity. 3. otal f i sure of leeway in starting or completing an activity without adver ely afing the planned Project completion date. G. Resource Loa a allocation of manpower and equipment necessary for completing an activity as sc uled. 1.3 INFORMATIONAL SUBMITTALS A. Format for Submittals: Submit required submittals in the following format: 1. Working electronic copy of schedule file, where indicated. 2. PDF file. 3. Cloud Based software delivery B. Startup construction schedule. 1. Submittal of cost -loaded, startup construction schedule will not constitute approval of schedule of values for cost -loaded activities. DEMX ARCHITECTURE CONSTRUCTION PROGRESS DOCUMEMTATION FAYETTEVILLE, AR 01 32 00-1 CITY OF FAYETTEVILLE, ARKANSAS.- PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 1.4 C D E. F. G. H. I. J. K. Startup Network Diagram: Of size required to display entire network for entire construction period. Show logic ties for activities. Contractor's Construction Schedule: Initial schedule, of size required to display entire schedule for entire construction period. 1. Submit a working digital copy of schedule, using software indicated, and labeled to comply with requirements for submittals. CPM Reports: Concurrent with CPM schedule, submit each of the following reports. Format for each activity in reports shall contain activity number, activity description, cost and resource loading, original duration, remaining duration, early start date, early finish date, late start date, late finish date, and total float in calendar days. 1. Activity Report: List of activities sorted by activity number and then early start date, or actual start date if known. 2. Logic Report: List of preceding and succeeding activities for ALactivity, sorted in ascending order by activity number and then by early startat r actual start date if known. 3. Total Float Report: List of activities sorted in ascending o total float. 4. Earnings Report: Compilation Contract earnings from commencement of the Work until cent Ap ica �i for Payment. Construction Schedule Updating Repo s: Su it with i i s for Pay Daily Construction Reports: Subn4t ekly (minimum) t vals. Material Location Reports: Sub t w y inte Is.Vr Site Condition Reports: Submit f di differing con i s Unusual Event Reports: Sub t e o�ul v Qualification Data: For sc�cons QUALITY ASSURANCE —Q� t I A. Scheduling Cons reporting, wit" In 9. 10 11 alification . n expe of IDiC PM i `f � uct c fer k,3'300 "ProjeX Wst in CPM scheduling and iagrams within 24 hours of n� at Project site to comply with anagement and Coordination." Review ►reliminary construction schedule and ut not limited to, the following: : and format for reports. needed to develop and update schedule. , work stages, area separations, interim a s for Owner -furnished products. ork of Owner's separate contracts. ie irements and procedures. ired for review of submittals and resubmittals. ents for tests and inspections by independent testing and inspecting agencies. Review time required for Project closeout and Owner startup procedures Review and finalize list of construction activities to be included in schedule. Review procedures for updating schedule. 1.5 COORDINATION A. Coordinate Contractor's Construction Schedule with the schedule of values, list of subcontracts, submittal schedule, progress reports, payment requests, and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from entities involved. DEMX ARCHITECTURE CONSTRUCTION PROGRESS DOCUMEMTATION FAYETTEVILLE, AR 01 32 00-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS Coordinate each construction activity in the network with other activities and schedule them in proper sequence. 1.6 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Computer Scheduling Software: Prepare schedules using current version of a program that has been developed specifically to manage construction schedules. 1. Use Contractor's preferred operating system. B. Scheduling Consultant: Engage a consultant to provide planning, evaluation, and reporting using CPM scheduling. 1. In -House Option: Owner may waive requirement to retain a consultant if Contractor employs skilled personnel with experience in CPM scheduling and reporting techniques. Submit qualifications. 2. Meetings: Scheduling consultant shall attend all meetingsAejated to Project progress, alleged delays, and time impact. C. Time Frame: Extend schedule from date established for commen a he Work. 1. Contract completion date shall not be changed by submi n f a schedule that shows an early completion date, u specifically tho y Change Order. D. Activities: Treat each floor or separate ar separ a bered activity for each main element of the Work. Comply witq the lowing: 1. Activity Duration: Defineacw&as so no acts .ty s nger than s, unless specifically allowed by a 2. Procurement Activitie procure rocess acti i f he following long lead items a items A 1 cycle of 60 days, as separate activitie n edule. o nt cycle t iti clude, but are not limited to, sub pprovals, h ing, fabric . delivery. 3. Submittal ime: Inc de ew and r u tal times indicated in Section 3 ubmittal edures" in sc ordinate submittal review times actor' C s .on Sc i submittal schedule. Submit b al ch dule t ..t within s o Commencement of Work. 4. d Test' Tim nclude o few than [15] days for startup and testing. Y p 9 5. S stantial Co on: Indicate letion in advance of date established for Su stantial Co pi i , and am or Architect's] administrative procedures necessary . cation ial Completion. 6. Punch Lip nal Co Include not more than [30] days for completion of pdkeNst ms and final pletion. E. Constraint e co str and work restrictions indicated in the Contract Docurn a as folio N2s edule, and show how the sequence of the Work is affectoN P sing: Air of activities on schedule by phase. 2Mork an One Contract: Include a separate activity for each J contr t. 3. Work 0 ner: Include a separate activity for each portion of the Work performe y Owner. 4. Products Ordered in Advance: Include a separate activity for each product. Include delivery date indicated in Section 011000 "Summary." Delivery dates indicated stipulate the earliest possible delivery date. 5. Owner -Furnished Products: Include a separate activity for each product. Include delivery date indicated in Section 011000 "Summary." Delivery dates indicated stipulate the earliest possible delivery date. 6. Work Restrictions: Show the effect of the following items on the schedule: a. Coordination with existing construction. b. Limitations of continued occupancies. C. Uninterruptible services. DEMX ARCHITECTURE CONSTRUCTION PROGRESS DOCUMEMTATION FAYETTEVILLE, AR 01 32 00-3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS d. Partial occupancy before Substantial Completion. e. Use -of -premises restrictions. f. Provisions for future construction. g. Seasonal variations. h. Environmental control. 7. Work Stages: Indicate important stages of construction for each major portion of the Work, including, but not limited to, the following: a. Subcontract awards. b. Submittals. C. Purchases. d. Mockups. e. Fabrication. f. Sample testing. g. Deliveries. O h. Installation. i. i. Tests and inspections. j. Adjusting. ' k. Curing. I. Building flush -out. M. Startup and placeli o final use a o er tion. n. Commissioning. 8. Construction Areas: I ach maj a of constr i each major portion of the or where e� n uction ac i t ' a major area must be sequenc o tegrate i r constr ti n ities to provide for the following: a. Str tmpletion b. T p ary enclosur d space con C. ent sket n 0 C tion oical ins a n. mpleti orical in tallati f. Substaompletion. F. Milestones Include Qi1es*2b'1.fes indi i the Contract Documents in schedule, including, but notthe a roceed, Substantial Completion, and final completion and Z'Wiin g inte i s ones. 1. Tem aosure and sp onditioning. 2. Eq ' stalls io G. Cost Cor ati Superim st correlation timeline, indicating planned and actual costs line, show p nneT and actual dollar volume of the Work performed as of C1.n actual d for preparation of payment requests. ee S "Payment Procedures" for cost reporting and payment proce ures. ` H. Upcoming W S mary: Prepare summary report indicating activities scheduled to occur or comme a prior to submittal of next schedule update. Summarize the following issues: 1. Unresolved issues. 2. Unanswered Requests for Information. 3. Rejected or unreturned submittals. 4. Notations on returned submittals. 5. Pending modifications affecting the Work and the Contract Time. I. Contractor's Construction Schedule Updating: At monthly intervals and with each pay application, update schedule to reflect actual construction progress and activities. Issue schedule one week before each regularly scheduled progress meeting. Issue updated schedule with each Pay Application. DEMX ARCHITECTURE CONSTRUCTION PROGRESS DOCUMEMTATION FAYETTEVILLE, AR 01 32 00-4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate final completion percentage for each activity. J. Recovery Schedule: When periodic update indicates the Work is [14] or more calendar days behind the current approved schedule, submit a separate recovery schedule indicating means by which Contractor intends to regain compliance with the schedule. Indicate changes to working hours, working days, crew sizes, equipment required to achieve compliance, and date by which recovery will be accomplished. K. Distribution: Distribute copies of approved schedule to Archite wrier, separate contractors, testing and inspecting agencies, and other parties ide 'fie y Contractor with a need -to -know schedule responsibility. 1. Post copies in Project meeting rooms and temporary fiel i S. 2. When revisions are made, distrib dated sche es same parties and post in the same locations. Dele ies fro di ution when they have completed their assigned po ion the W no Ion evolved in performance of construgo vities. 1.7 STARTUP CONSTRUCTION SCHEDUL A. Gantt -Chart Schedule: Sub horizAI I, a -chart ty r ion schedule within [seven] days of dat st lished f c cement t e B. Preparation: Indicate ignificant st ction act' ' rately. Identify first workday of each a Conti ous ical line. tli significant construction activities for first 01 ys of constr ion. Include s gram for the remainder of the Work a ash Sp pred' �don indicated activities. 1.8 GANTT-CHAR E RE R A. Gantt-Ch Sche ule: S t a compreh e, fu y developed, horizontal, Gantt -chart - type, Con ctor's C str on SchEfju hin 30 days of date established for commencement of ` 1. Base sc a the st c struction schedule and additional information rec n the start of P ' . B. Preparatio - I e ea h ifUticant construction activity separately. Identify first workday a week wit MRJhuous vertical line. 1. onstruction ctivi ies that require three months or longer to complete, i icate aQ i d completion percentage in [10] percent increments within time b 1.9 CPM SCHEDULE RE k RE ENTS A. General: Prepare twork diagrams using AON (activity -on -node) format. B. Startup Network Diagram: Submit diagram within [4 days of date established for commencement of the Work] Outline significant construction activities for the first [90] days of construction. Include skeleton diagram for the remainder of the Work and a cash requirement prediction based on indicated activities. C. CPM Schedule: Prepare Contractor's Construction Schedule using a cost- and resource - loaded, time -scaled CPM network analysis diagram for the Work. 1. Develop network diagram in sufficient time to submit CPM schedule so it can be accepted for use no later than [60] days after date established for commencement of the Work DEMX ARCHITECTURE CONSTRUCTION PROGRESS DOCUMEMTATION FAYETTEVILLE, AR 01 32 00-5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 0 a. Failure to include any work item required for performance of this Contract shall not excuse Contractor from completing all work within applicable completion dates. 2. Conduct educational workshops to train and inform key Project personnel, including subcontractors' personnel, in proper methods of providing data and using CPM schedule information. 3. Establish procedures for monitoring and updating CPM schedule and for reporting progress. Coordinate procedures with progress meeting and payment request dates. 4. Use "one workday" as the unit of time for individual activities. Indicate nonworking days and holidays incorporated into the schedule to coordinate with the Contract Time. CPM Schedule Preparation: Prepare a list of all activities required to cagnplete the Work. Using the startup network diagram, prepare a skeleton network i tify probable critical paths. 1. Activities: Indicate the estimated time duration, sequ quirements, and relationship of each activity in rel to other actJ * ies. a estimated time frames for the following activities: a. Preparation and proce sing submi b. Mobilization and dization. C. Purchase of m 1:\lS" d. Delivery. e. Faby into f. Utility int�s. g. Install h. WOLL �%ner that may a or be affe *tyntractor's activities. I ompletion. )ath activities, including those for interim Completion dates shall be consistent with output data on a computer -drawn, time- !e activity sequences, and reproduce as M schedule within the limitations of the the critical path near center of network; ges. :s are permissible for activities clearly off Schedule: Assign cost to construction iot assign costs to submittal activities. Obtain Architect's approval prior to assigning costs to fabrication and delivery activities. Assign costs under main subcontracts for testing and commissioning activities, operation and maintenance manuals, punch list activities, Project record documents, and demonstration and training (if applicable), in the amount of [51 percent of the Contract Sum. a. Each activity cost shall reflect an appropriate value subject to approval by Architect. b. Total cost assigned to activities shall equal the total Contract Sum. DEMX ARCHITECTURE CONSTRUCTION PROGRESS DOCUMEMTATION FAYETTEVILLE, AR 01 32 00-6 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS E. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time -impact analysis using a network fragment to demonstrate the effect of the proposed change on the overall Project schedule. F. Initial Issue of Schedule: Prepare initial network diagram from a sorted activity list indicating straight "early start -total float." Identify critical activities. Prepare tabulated reports showing the following: 1. Contractor or subcontractor and the Work or activity. 2. Description of activity. 3. Main events of activity. 4. Immediate preceding and succeeding activities. 5. Early and late start dates. 6. Early and late finish dates. 7. Activity duration in workdays. 8. Total float or slack time. O 9. Average size of workforce. 10. Dollar value of activity (coordinated with the schedule of e G. Schedule Updating: Concurrent with maltwAlLevisions to the repare tabulated reports showing the following: 1. Identification of activities that ave)anged. 2. Changes in early and latest tes. 3. Changes in early and I f1s ates. 4. Changes in activity dur work�ay 5. Changes in the criti 6. Changes in total f t lack ti 7. Changes in th ct Time. H. Value Summaries: P e o cumu�I� ive a lists, sort d b ish dates. 1. In first li to la a activity nliber, early fini ollar value, and cumulative dollar �� 2. s n li , tabu ity nu e late finish date, dollar value, and dollar lu 3. 1 ubsequent i of both lis ubsti ute actual finish dates for activities co pleted as lis te. • 4. Prepare li e of aith payment requests, coordinate timing with proIF etings. a. b value sum lists, tabulate "actual percent complete" and 1. ulati e v completed" with total at bottom. Submit v s mary printouts one week before each regularly O schedu a rogress meeting. 1.10 REPOR • A. Daily onstruc repare a daily construction report recording the following ation c cer vents at Project site: 1. List o be tractors at Project site. 2. List of se rate contractors at Project site. 3. Approximate count of personnel at Project site. 4. Equipment at Project site. 5. Material deliveries. 6. High and low temperatures and general weather conditions, including presence of rain or snow. 7. Testing and inspection. 8. Accidents. 9. Meetings and significant decisions. 10. Unusual events. 11. Stoppages, delays, shortages, and losses. DEMX ARCHITECTURE CONSTRUCTION PROGRESS DOCUMEMTATION FAYETTEVILLE, AR 01 32 00-7 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 12. Meter readings and similar recordings. 13. Emergency procedures. 14. Orders and requests of authorities having jurisdiction. 15. Change Orders received and implemented. 16. [Construction] or [Work] Change Directives received and implemented. 17. Services connected and disconnected. 18. Equipment or system tests and startups. 19. Partial completions and occupancies. 20. Substantial Completions authorized. B. Material Location Reports: At [weekly] intervals, prepare and submit a comprehensive list of materials delivered to and stored at Project site. List shall be cumulative, showing materials previously reported plus items recently delivered. Include with list a statement of progress on and delivery dates for materials or items of equip t fabricated or stored away from Project site. Indicate the following categories for st a aterials: 1. Material stored prior to previous report and remaining in 2. Material stored prior to previous report and since rem om storage and installed. 3. Material stored following previous nd rem nin storage. C. Site Condition Reports: Immediately o disc ery of a c between ' conditions and the Contract Documents, qre and submit t i ed report. it with a Request for Information. Inc) tailed cripti of the d' onditions, together with recommend atio c nging th ract Docume D. Unusual Event Reports: W ent of a s and sign' i re occurs at Project site, whether or r ted dir y ork, re submit a special report. List chain of a rsons pa a g, respon ntractor's personnel, evaluation of resu fects, an sim pertinent fo tion. Advise Owner in advance when th a nts are knovvv&pr predictable. 1. Subm' I ev rpNN directI within [one] day(s) of an cu c . tribut of rep t pa es affected by the occurrence. PART 2 - PRODUCTS (No sed) G ?5�40 PART 3 -EXECUTION (Not Used) ` lz�- END OF SECTION o. DEMX ARCHITECTURE CONSTRUCTION PROGRESS DOCUMEMTATION FAYETTEVILLE, AR 01 32 00-8 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 01 33 00 SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Sections: 1. Division 1 Section "Payment Procedures" for sub lications for Payment and the schedule of values. 2. Division 01 Section "Project M ent and or!0 ' " for submitting Coordination Drawings. RW 3. Division 01 Section "Quality equir ents" i ing test inspection reports and Delegated-DWi mittals and r re tang mock 4. Division 01 Section " u Procedu " for mitting s, Project Record Documents an o 'on anm ance manu 5. Division 01 Section " ecor for sub t ' rd Drawings, Record Specifica s, d Reco Pi j Data. 6. Division 01 "Operatio d aintena for operation and maintenan n I require nts. 1.3 DEFINITIONS A. Action bm Is itten a is infor an physical samples that require Architec ive a n. tion s mitt are those submittals indicated in individual ecification ns as action itta s. B. Informatio I Submitt r ten an is formation and physical samples that do not require Archite nsive n. mittals may be rejected for not complying with requirement f ationa i a s are those submittals indicated in individual SpecificatiorVefto as informatio ubmittals. 1.4 SUBMITTAL P RES A. Coor Coo to eparation and processing of submittals with performance of st ' n activW I C oordi mittal with fabrication, purchasing, testing, delivery, other subm tals, elated activities that require sequential activity. 2. Coor to ansmittal of different types of submittals for related parts of the Work so rocessing will not be delayed because of need to review submittals concurrently for coordination. a. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. b. Submittals Schedule: Comply with requirements in Division 01 Section "Construction Progress Documentation" for list of submittals and time requirements for scheduled performance of related construction activities. B. Processing Time: Allow enough time (2 week minimum) for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt DEMX ARCHITECTURE SUBMITTAL PROCEDURES FAYETTEVILLE, AR 01 33 00 - 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS of submittal, and allow for the minimum of the time described below, not to exceed the time demonstrated in the Submittal Look -Ahead Schedule C. Electronic Submittal: 1. Shop drawing and product data submittals shall be transmitted to Architect in electronic (PDF) format using Cloud Based Software approved by Architect and Owner, a website service designed specifically for transmitting submittals between construction team members. 2. The intent of electronic submittals is to expedite the construction process by reducing paperwork, improving information flow, and decreasing turnaround time. 3. The electronic submittal process is not intended for color samples, color charts, or physical material samples. D. Electronic Submittal Procedures: 1. Create submittal log in Cloud Based Software approved by ch ct and Owner by inserting required submittals listed in individual specificate 2. Submittal Preparation - Contractor may use any or all of the f i options: a. Subcontractors and Suppli ovide ele nic ) submittals to Contractor via the Cloud Basef are ap ov �y Architect and Owner website. b. Subcontractors ands rs provide el t nic (PDF ittals to Contractor via ema �i C. Subcontractors a ers prvi er submitta t ning Service which electroni s and o DF form . d. Printed Subm Is. rovide o sets of i for shop drawings for struct ing in a io to electro MG ittals if required by archite e. Cont to s all reviewed apply ele tamp certifying that the s compl" s i e re r s f the Contract Documents i d g ven is o f man rer / product, dimensions and ation infor tion wi othe arts of the work. f. Contractor ransmit eac mittal to Architect using the Cloud Based Software pr a by Arcm an Owner g. Archit neer r ents will be made available on the Cloud Basj1d are appr Architect and Owner website for downloading. c will receive a notice of completed review. h. rkA011tion o r ed submittals to subcontractors and suppliers is the re onsibility t ntractor. i. ubmit pap r pies of any reviewed submittals not submitted electronically at projp'& ut for record purposes in accordance with Section 01 77 19 — t s ut. C ntrac ill provide Owner/Architect with complete backup of information g er and stored with Cloud Based Software including but not limited to submi als, project photos, correspondence, RFI, ASI, Project documents, etc. E. Costs: 1. General Contractor shall include the full cost of Cloud Based Software approved by Architect and Owner project subscription in their proposal. This cost is included in the Contract Amount. The intent is for the Cloud Based Software such as Submittal Exchange or Procore service cost to be in lieu of postage or shipping costs typically paid for paper submittals. Service cost is a net cost savings to Contractor because submittals sent electronically do not need to be shipped physically. DEMX ARCHITECTURE SUBMITTAL PROCEDURES FAYETTEVILLE, AR 01 33 00 - 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS F 3. Internet Service and Equipment Requirements: a. Email address and Internet access at Contractor's main office. b. Adobe Acrobat (www.adobe. com), Bluebeam PDF Revu (www.bluebeam.com), or other similar PDF review software for applying electronic stamps and comments General: 1. Prepare and submit Action Submittals required by individual Specification Sections. 2. Electronic copies: Post electronic submittals as PDF electronic files In Submittal Exchange a. Architect will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. Do not use, or allow others to use, submittals marked "Rejected — Resubmit as Specified" at the Project Site or elsewhere where Work is in progress 5. "Action Not Taken" - Where a submittal is for information or r rd purposes or special processing or other activity, the Architect will return th s ittaI marked "Action Not Taken a. Informational Submittals: Architect and will review ubmittal and will not return it, or will reject return it it not comply with requirements. Architect an o truction M ger will forward each submittal to appropriate party. b. Submittals not require a Contract c is will not b wed and may be discarded. 2.0 FORMS DESCRIPTION A. Requests for Infc interpretation of C number each RFI 4 END OF SECTION ltt for information or maintain a RFI Log, and DEMX ARCHITECTURE SUBMITTAL PROCEDURES FAYETTEVILLE, AR 01 33 00 - 3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 01 40 00 QUALITY REQUIREMENTS PART 1 —GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify complianc ith requirements specified or indicated. These services do not relieve Contractor f ponsibility for compliance with the Contract Document requirements. 1. Specific quality -assurance and -control requirements fo idual construction activities are specified in the Secti at specify se ies. Requirements in those Sections may also cover pr ti n of sta ar roducts. 2. Specified tests, inspections, a d re ed acti limit Co ctor's other quality -assurance and -can ocedures t at a i itate co with the Contract Documentre n v 3. Requirements for Con prov de ity-assuranc - trol services required by Archite or a I ving juris a of limited by provisions of this ti 1 C. Related Sections: /�► 1. Division 1 "Constru ion gress Do m tion" for developing a schedule re ired tests ari spections. 2. Divisio gh 16 a io Mr spec' s inspection requirements. 1.3 DEFINITIONS A. Quality -As rance Servi Activities, a s, and procedures performed before and during exec ion of the o o guard st efects and deficiencies and substantiate that proposed cons ill co i uirements. B. Quality -Control S Tests, i cti ns, procedures, and related actions during and after executi a ork to evalua at actual products incorporated into the Work and completed ion c m ith requirements. Services do not include contract enforcem a ities perf Architect C. Mock II size p s al assemblies that are constructed on -site. Mockups are tr to verify e s made under sample submittals; to demonstrate aesthetic ffect and, wh i c d ualities of materials and execution; to review coordination, t , or ope tion; how interface between dissimilar materials; and to demonstrate compliance wi s ified installation tolerances. Mockups are not Samples. Unless otherwise indicate , approved mockups establish the standard by which the Work will be judged. 1. Integrated Exterior Mockups: Mockups of the exterior envelope erected separately from the building but on the project site, consisting of multiple products, assemblies and subassemblies. 2. Room Mockups: Mockups of typical interior spaces complete with wall, floor, and ceiling finishes, doors, windows, millwork, casework, specialties, furnishings and equipment, and lighting. D. Preconstruction Testing: Tests and inspections performed specifically for the Project before products and materials are incorporated into the Work to verify performance or compliance with specified criteria. DEMX ARCHITECTURE QUALITY REQUIREMENTS FAYETTEVILLE, AR 01 40 00-1 CITY OF FAYETTEVILLE, ARKANSAS.- PARKS RESTROOM RENOVATIONS AND MODIFICATIONS E. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with specified requirements. F. Source Quality -Control Testing: Tests and inspections that are performed at the source, i.e., plant, mill, factory, or shop. G. Field Quality -Control Testing: Tests and inspections that are performed on -site for installation of the Work and for completed Work. H. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. I. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. 1. Use of trade -specific terminology in referring to a trade or entity s not require that certain construction activities be performed by accredited or unlknizN individuals, or that requirements specified apply exclusively to specific tra t J. Experienced: When used with an entity or individual, "expVnimr d" means having successfully completed a minimum of fi vious proje sinature, size, and extent to this Project; being familiar wit a al requ m is indicated; and having complied with requirements of authoriti s ha g jurisd' 1.4 CONFLICTING REQUIREMENTS A. Referenced Standards: If co i with t o ore standar ified and the standards establish differen acting s for mini sties or quality levels, comply with the mo st ent re re Refer c li tin quirements that are different, but apparentl o Architec a cision be eeding. B. Minimum Quantity i Levels: e q sty or qual' le shown or specified shall be the minimum vi or perform The actual ' n may comply exactly with the minimum quali s ci or it a minimum within reasonable limits. co I wi thes ments, i ed numeric values are minimum or maximu a riate, the ntext o equi ents. Refer uncertainties to Architect for a decis before pro 1.5 ACTION SUBMITTALS A. Shop Drawings: rated e r ockups, provide plans, sections, and elevations, indicating ma i a size of mock onstruction. 1. Indic actur aldel number of individual components. 2. Pro a nometric a for conditions difficult to illustrate in two dimensions. 1.6 INFORM I�IBMITTjA A. ontr tor's Qu - n 1PI an: For quality -assurance and quality -control activities and r ibilitie B. Contractor's Q t - ntrol Manager Qualifications: For supervisory personnel. C. Contractor's Statement of Responsibility: When required by authorities having jurisdiction, submit copy of written statement of responsibility sent to authorities having jurisdiction before starting work on the following systems. D. Testing Agency Qualifications: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. E. Schedule of Tests and Inspections: Prepare in tabular form and include the following: 1. Specification Section number and title. 2. Entity responsible for performing tests and inspections. 3. Description of test and inspection. 4. Identification of applicable standards. DEMX ARCHITECTURE QUALITY REQUIREMENTS FAYETTEVILLE, AR 01 40 00-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 1.7 5. Identification of test and inspection methods. 6. Number of tests and inspections required. 7. Time schedule or time span for tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality -control service. CONTRACTOR'S QUALITY -CONTROL PLAN A. Quality -Control Plan, General: Submit quality -control plan within 10 days of Notice of Award and not less than five days prior to preconstruction conference. Submit in format acceptable to Architect. Identify personnel, procedures, controls, instructions, tests, records, and forms to be used to carry out Contractor's quality -assurance and quality - control responsibilities. Coordinate with Contractor's construction schedule. B. Quality -Control Personnel Qualifications: Engage qualified full-time p nnel trained and experienced in managing and executing quality -assurance and quali -co rol procedures similar in nature and extent to those required for Project. 1. Project quality -control manager may also serve as Project a tendent C. Submittal Procedure: Describe procedur ensuring pl with requirements through review and management of submitt ro ess. In at ualifications of personnel responsible for submittal review. Ole D. Testing and Inspection: Include i� -control plan rehensive sof Work requiring testing or inspection, i ikg he follo 1. Contractor performedQu d ins�ec including s or -performed tests and inspectiode re i and in d Contractor - elected tests and i e * ns. 2. Special inspect uired by a ri s having n and indicated on the "Statement Ilnspecti��s." 3. Owner-pe rm tests an l�spections ind" the Contract Documents, includiral� nd in�pe io dicate,�14 ormed by the Commissioning E. 1.8 REPO A. Ncess for continuous inspection during i workmanship in addition to testing and actions to be required to bring work into ablished by Contract requirements and and inspection reports including log of 0tect has indicated as nonconforming or ng nonconforming work into compliance uthorities having jurisdiction. certified written reports specified in other 1. Date of issue. J 2. Project title and number. 3. Name, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample taking and testing and inspecting. DEMX ARCHITECTURE QUALITY REQUIREMENTS FAYETTEVILLE, AR 01 40 00-3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and re -inspecting. B. Manufacturer's Technical Representative's Field Reports: Prepare written information documenting manufacturer's technical representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of technical representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement wither observed performance complies with requirements. 6. Statement whether conditions, products, and installation t warranty. 7. Other required items indicated in in al Specific ' n S�c s. C. Factory -Authorized Service Representativ ports: Pr mare written information documenting manufacturer's factoryjauthdNzed s esentativ ' tests and inspections specified in other Sect4o lude the fol wi g: 1. Name, address, and tel eiituber of ctory- orized s resentative making report. 2. Statement that equi mplies it ments. 3. Results of operat' a nd othVodu( d a st en whether observed performance c th requi 4. Statement �r nditions, rnd instal do ill affect warranty. 5. Other req d ms indicat individual Sp Sections. D. Permits, Lice n Certi ' a sr Ow o s, submit copies of permits, P licenses, erti t' ns, inspe orts, re jurisdictional settlements, notices, receipts r merit udg ts, co r spon nce, records, and similar documents, establishe or complian th standards regu ations bearing on performance of the Work. 1.9 QUALITY ASSURANCE A. General: Qua on paragraphs in article establish the minimum qualification levels required; in pecifi tiqC5ctions specify additional requirements. B. Manufact r alification f' experienced in manufacturing products or systems similar se indica d or t is Project and with a record of successful in-service r as woo s 'ent production capacity to produce required units. C. abric or Qual' ' firm experienced in producing products similar to those i " d fort Pro' and with a record of successful in-service performance, as well as sufficient prod 'o apacity to produce required units. D. Installer Qualifica ions: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system, assembly, or product that are similar to those indicated for this Project in material, design, and extent. F. Specialists: Certain Specification Sections require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall DEMX ARCHITECTURE QUALITY REQUIREMENTS FAYETTEVILLE, AR 01 40 00-4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS satisfy qualification requirements indicated and shall be engaged for the activities indicated. 1. Requirements of authorities having jurisdiction shall supersede requirements for specialists. G. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspecting indicated, as documented according to ASTM E 329 and with additional qualifications specified in individual Sections, and where required by authorities having jurisdiction, that is acceptable to authorities. 1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. 2. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. H. Manufacturer's Technical Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to rve and inspect installation of manufacturer's products that are similar in material, si and extent to those indicated for this Project. I. Factory -Authorized Service Representative Qualifications: An aut iz representative of manufacturer who is trained and appro manufac r V ect installation of manufacturer's products that are similar in a I, des ig a extent to those indicated for this Project. J. Preconstruction Testing: Where ate ency is i is a to perform nstruction testing for compliance with sp iquirem s for formanc t methods, comply with the following: 1. Contractor responsi i ' lude t a. Provide tests im s repr npf propos o s and construction. b. Submit sp in a time ner with time for testing and anal yzi I to prevej0ela the Work. c. Provi siz and confi bons of test s, mockups, and laboratory m adea t y onstra i of products to comply with e r n req ui d. .te-ass bled st ass blies d mockups using installers who will erform sam s for Project e. uild labor o ockups 44L sti facility using personnel, products, and method ructi is or the completed Work. f. he n s comp) a ve test specimens, assemblies, mockups do not reus o ct on Project. 2. Te ' cy R sp ilities: Submit a certified written report of each test, in ec n, and s i ality-assurance service to Architect with copy to ctor. Inter r tests and inspections and state in each report whether tested inspect* o mplies with or deviates from the Contract Documents. K. ock s: Bef drtions of the Work requiring mockups, build mockups for e rm of nstr n and finish required to comply with the following requirements, using materials dic ed for the completed Work: 1. Build moc ups in location and of size indicated or, if not indicated, as directed by Architect. 2. Notify Architect seven days in advance of dates and times when mockups will be constructed. 3. Employ supervisory personnel who will oversee mockup construction. Employ workers that will be employed during the construction at the Project. 4. Demonstrate the proposed range of aesthetic effects and workmanship. 5. Obtain Architect's approval of mockups before starting work, fabrication, or construction. a. Allow seven days for initial review and each re -review of each mockup. 6. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. DEMX ARCHITECTURE QUALITY REQUIREMENTS FAYETTEVILLE, AR 01 40 00-5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 7. Demolish and remove mockups when directed, unless otherwise indicated. Integrated Exterior Mockups: Construct integrated exterior mockup in accordance with approved Shop Drawings or as indicated on Drawings. Coordinate installation of exterior envelope materials and products for which mockups are required in individual specification sections, along with supporting materials. 1.10 QUALITY CONTROL A. Owner Responsibilities: Where quality -control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of types of testing and inspecting they are engaged to perform. 2. Payment for these services will be made from testing and in ting allowances, as authorized by Change Orders. 3. Costs for retesting and re -inspecting construction that r e necessitated by work that failed to comply with the Contract Docu s ill be charged to Contractor. B. Contractor Responsibilities: Tests and ins ti s not li assigned to Owner are Contractor's responsibility. Perform a ditio I qualit tivities re . ed to verify that the Work complies with requir* whether spe ifi not. 1. Unless otherwise indic r i e qua -cont services and those required by authoritie juridic Perform - trol services required of Contract oritie a diction, w ified or not. 2. Where services a in atedtor's res ibil engage a qualified testing agency m these q y- ntrol serv}.� � a. Con r all not a loy a entity eag! by Owner, unless agreed to ' w ing by Own r. 3. Notify genciC 24 h nnce of time when Work that r uir a in or ins 1 II be pe d. 4. e .ty-con ser s are i icate s Contractor's responsibility, submit a ce ied written r in duplicate, ach quality -control service. 5. Tes ng and ins ecti reques C tractor and not required by the Contract Documents actor' o 1 ity. 6. Submit copies a written report directly to authorities having juris w n they so dire C. Manufactur Serv1ce�here indicated, engage a factory -authorized service represent a inspect fi lti- bled components and equipment installation, including servic sons. Re o results in writing as specified in Division 1 Section "Submittal e� . 9 P D. anuf turer's h e ices: Where indicated, engage a manufacturer's technical r ntative ob r and inspect the Work. Manufacturer's technical representative's services includ a * ipation in preinstallation conferences, examination of substrates and conditions, verifica ion of materials, observation of Installer activities, inspection of completed portions of the Work, and submittal of written reports. E. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality -control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. F. Testing Agency Responsibilities: Cooperate with Architect and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. Notify Architect and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. DEMX ARCHITECTURE QUALITY REQUIREMENTS FAYETTEVILLE, AR 01 40 00-6 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2. Determine the location from which test samples will be taken and in which in -situ tests are conducted. 3. Conduct and interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 4. Submit a certified written report, in duplicate, of each test, inspection, and similar quality -control service through Contractor. 5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. 6. Do not perform any duties of Contractor. G. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assig nt of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests in ections. 3. Adequate quantities of representat pies of ria�]# require testing and inspecting. Assist agency in obtaini a pies. 4. Facilities for storage and field ring N test sa 5. Delivery of samples to tesyn cies. 6. Preliminary design mix e or use mat mixes t e control by testing agency. 7. Security and protec ' ample a� sting an ri t' equipment at Project site. (% H. Coordination: Coordi quence o cti ies to a ate required quality - assurance and -co ices wit a m um of d ay d to avoid necessity of removing and repl in onstruction t ccommodate� d inspecting. 1. Sched or tes , i p t ns, ob les, and similar activities. I. Schedule f T s n nspec epare a dule of tests, inspections, and similar quality co ices r ire y the ntra Documents as a component of the Contractor quality-cont an. Coordin and submit concurrently with Contractor's constructio schedule. d e as the V� ro sses. 1. Distribution' to sC I wner, Architect testing agencies, and each party inv \erforma rtions of the Work where tests and inspections a r e r i�i V.d' Cb 1.11.1 SPECIAL TEST NSPECT A. eci Tests a Contractor will Engage a qualified testing agency to conduct s tests d inXCtions required by authorities having jurisdiction as indicated in Statement of S is spections attached to this Section, and as follows: B. Special Tests and Inspections: Conducted by a qualified testing agency as required by authorities having jurisdiction, as indicated in individual Specification Sections, and as follows: 1. Verifying that manufacturer maintains detailed fabrication and quality -control procedures and reviewing the completeness and adequacy of those procedures to perform the Work. 2. Notifying Architect and Contractor promptly of irregularities and deficiencies observed in the Work during performance of its services. DEMX ARCHITECTURE QUALITY REQUIREMENTS FAYETTEVILLE, AR 01 40 00-7 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3. Submitting a certified written report of each test, inspection, and similar quality - control service to Architect with copy to Contractor and to authorities having jurisdiction. 4. Submitting a final report of special tests and inspections at Substantial Completion, which includes a list of unresolved deficiencies. 5. Interpreting tests and inspections and stating in each report whether tested and inspected work complies with or deviates from the Contract Documents. 6. Retesting and re -inspecting corrected work. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 ACCEPTABLE TESTING AGENCIES A. Contractor shall submit credentials of testing agency to archite r for approval prior to testing. 3.2 TEST AND INSPECTION LOG ' A. Prepare a record of tests and inspectio . In de the f 1. Date test or inspection war* ted. 2. Description of the Work ill inspecte 3. Date test or inspection r s `sere tragns r to Architect 4. Identification of test ors ci for cond i inspection. Y P B. Maintain log at Project sitlst cha a odifica a ey occur. Provide access to test and insp g for Archi s ference d al working hours. 3.3 REPAIR AND PROTECTIO A. General: On c of to in , i sting, �"g, and similar services, repair damage ons c n nd resttrates a f)If shes. 1. Provi als av co m y with nstal on requirements specified in other Specifi tion Sectio atching exi substrates and finishes. Restore patched areas a d extend st ion into® d ini areas with durable seams that are as invisible as posWepOSed ply ract Document requirements for cutting and patching in Dection ' ut n Requirements." B. Protect const by or fo lity-control service activities. C. Repair and n ar Cr .Actor's responsibility, regardless of the assignment of responsibi quality -co olWices. END OF SECTIO DEMX ARCHITECTURE QUALITY REQUIREMENTS FAYETTEVILLE, AR 01 40 00-8 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 01 42 00 REFERENCES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey Architect's action on Contractor's submittals, applications, and requests, "approved" is limited to Architect's duties and responsibili a stated in the Conditions of the Contract. C. "Directed": A command or instruction by Architect. Other term g "requested," "authorized," "selected," "required," and "permi " have the same mea s "directed." D. "Indicated": Requirements expressed by grr,, presen or in written form on Drawings, in Specifications, and in other CDo ts. Other terms including "shown," "noted," "scheduled," and "specifi " ha a as "indic;�i� E. "Regulations": Laws, ordinances, tea e d lawfkl orde sued by s having jurisdiction, and rules, convention reement ithin a constr do ndustry that control performance of the Work. F. "Furnish": Supply and deliv Ject s' , e r unl di g, c ing, assembly, installation, and similar op G. "Install": Operations at t site includi loading, t p rily storing, unpacking, assembling, erecting, anchorin applying, workioad%Aension, finishing, curing, protecting, cleanin ilar o er H. "Provide": Furnis n 'n II, co a ready t in ded use. I. "Project Site": lable for per ng constru * n activities. The extent of Project site is shown on w g and or may not b ' entic with the description of the land on which Project to be built. 1.3 INDUSTRY STANDARD A. Applicability of d Unless a ontract Documents include more stringent requirements, a a constru n in in stry standards have the same force and effect as if bound or p rectly il%p%d!'f'C ontract Documents to the extent referenced. Such standards de a part of e C ract Documents by reference. B. Publ' i D es: Co standards in effect as of date of the Contract Documents unl ss of se indict C. Co s o tandar : Ea ntity engaged in construction on Project should be familiar with indus standard appli ble to its construction activity. Copies of applicable standards are not bound with the act Documents. 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. 1.4 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in Thomson Gale's "Encyclopedia of Associations" or in Columbia Books' "National Trade & Professional Associations of the U.S." B. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS AA AAADM AABC AAMA AASHTO AATCC ABAA ABMA ACI ACPA AEIC AF&PA AGA AGC AHA AHAM following list. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. Aluminum Association, Inc. (The) (703) 358-2960 www.aluminum.org American Association of Automatic Door Manufacturers (216) 241-7333 www.aaadm.com Associated Air Balance Council (202) 737-0202 www.aabchq.com American Architectural Manufacturers Association (N) 303-5664 www.aamanet.org „� American Association of State High w and Transportation�W202) 624-5800 Officials www.transportation.org American Association of T ists a Color' 1 9-8141 www.aatcc.org Air Barrier Associatio o rica •� �(8 6) 956-5888 www.airbarrier.or American Be ufacturer, ssociation 202 367-1155 www.ab - t. IL n � pipe.org Is Edison III ti Association panies, Inc. (The) www.aga.ovWr Associated General Contractors of America (The) www.agc.org American Hardboard Association (Now part of CPA) Association of Home Appliance Manufacturers www.aham.org (248) 848-3700 (972) 506-7216 (205) 257-2530 (800) 878-8878 (202) 463-2700 (202) 824-7000 (703) 548-3118 (202) 872-5955 DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS Al Asphalt Institute (859) 288-4960 www.asphaltinstitute.org AIA American Institute of Architects (The) (800) 242-3837 www.aia.org (202) 626-7300 AISC American Institute of Steel Construction (800) 644-2400 www.aisc.org (312) 670-2400 AISI American Iron and Steel Institute (202) 452-7100 www.steel.org AITC American Institute of Timber Construction ) 792-9559 www.aitc-glulam.org ALCA Associated Landscape Contractors oitknerica l90 (Now PLANET - Professional Landcar rk) O ALSC American Lumber Standard Com ittee, corpor a (3QZ2-1700 www.alsc.org AMCA Air Movement and Contro s iation Ir/tgr ti I, Inc. 394-0150 www.amca.org A ANSI American Nation ards Institut (202) 293-8020 www.ansi.or VVV AOSA Associa n cial S al sts, Inc. (405) 780-7372 w d.com APA Archi ctural PreciffA, ciation* (239) 454-6989 www.archprec APA APA - T irFed Wood A ion 253 565-6600 ( ) www.a o .org 4 oft APA EWS - e ngineere o ssociation; Engineered Wood ys ms PA - Th nee d Wood Association) API America etro um Institute (202) 682-8000 www.api.o ARI Air -Conditioning & Refrigeration Institute (703) 524-8800 www.ari.org ARMA Asphalt Roofing Manufacturers Association (202) 207-0917 www.asphaltroofing.org ASCE American Society of Civil Engineers (800) 548-2723 www.asce.org (703) 295-6300 DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS ASCE/SEI ASHRAE ASME ASSE ASTM AWCI AWCMA AWI AWPA AWS AWWA BHMA BIA American Society of Civil Engineers/Structural Engineering Institute (See ASCE) American Society of Heating, Refrigerating and Air -Conditioning (800) 527-4723 Engineers www.ashrae.org (404) 636-8400 ASME International (800) 843-2763 (American Society of Mechanical Engineers International) (973) 882-1170 www.asme.org American Society of Sanitary Engineering �) 835-3040 www.asse-plumbing.org ASTM International 610) 832-9500 (American Society for Testing and Ma r ternati 40, www.astm.org Association of the Wall an It I us" 4-8300 www.awci.org ` American Window C r anufa r ciatio (Now WCMA) Architecturallrk Institut G (571) 323-3636 ion 3'bciation god P eserver ssoc ion) www.wpa.com �jl ► American W i ciety ` www.a Am ��er Wo ation w �wa.org ers Har�n facturers Association w.buil�rsha re.com Brick Indug%�vgssociation (The) www.bia.org (205) 733-4077 (800) 443-9353 (305) 443-9353 (800) 926-7337 (303) 794-7711 (212) 297-2122 (703) 620-0010 BICSI BICSI, Inc. (800) 242-7405 www.bicsi.org (813) 979-1991 BIFMA BIFMA International (616) 285-3963 (Business and Institutional Furniture Manufacturer's Association International) www.bifma.com DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS BISSC Baking Industry Sanitation Standards Committee www.bissc.org BWF Badminton World Federation (Formerly: IBF - International Badminton Federation) www.internationalbadminton.org CCC Carpet Cushion Council www.carpetcushion.org CDA CEA CEA CFFA CGA CIMA CISCA CISPI CLFMI CRRC CPA CPPA CRI CRSI DEMX ARCHITECTURE FAYETTEVILLE, AR (866) 342-4772 6-03-9283 7155 (610) 527-3880 Copper Development Association (800) 232-3282 www.copper.org 212) 251-7200 Canadian Electricity Association 61 ) 230-9263 www.canelect.ca n! Consumer Electronics Association 40,v 866) 858-1555 www.ce.org (703) 907-7600 Chemical Fabrics & Film s�o�la nc. z1-7333 www.chemica Ifabricsandf` Compressed Gas As ci � •` QP73) 788-2700 www.cganet.com Cellulose Ins anufactur s Association G (888) 881-2462 www.cellulns (937) 222-2462 nsytuction As ciation 630 584-1919 v ite (423) 892-0137 Chain LiFF Uomposi Nan i association www.pbm Corrugated Polyethylene Pipe Association www.cppa-info.org Carpet and Rug Institute (The) www.carpet-rug.com Concrete Reinforcing Steel Institute www.crsi.org (301) 596-2583 (866) 465-2523 (510) 485-7175 (301) 670-0604 (800) 510-2772 (202) 462-9607 (800) 882-8846 (706) 278-3176 (847) 517-1200 REFERENCES 01 42 00-5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS CSA Canadian Standards Association (800) 463-6727 (416) 747-4000 CSA CSA International (866) 797-4272 (Formerly: IAS - International Approval Services) (416) 747-4000 www.csa-international.org CSI Cast Stone Institute (717) 272-3744 www.caststone.org CSI Construction Specifications Institute (The) (800) 689-2900 www.csinet.org 703) 684-0300 CSSB Cedar Shake & Shingle Bureau 60 ) 820-7700 www.cedarbureau.org CTI Cooling Technology Institute (281) 583-4087 (Formerly: Cooling Tower Institute) O www.cti.org DHI Door and Hardware Institu ` (7 222-2010 www.dhi.org •` EIA Electronic Industri n e (703) 907-7500 www.eia.org EIMA EIFS Indu bers s (800) 294-3462 www.ei c (770) 968-7945 EJCDC Engi rs o t Con tt Doc ments mi (703) 295-5000 www.dc.org �� ♦�, EJMA Expansion J ufactur s A soc etion, Inc. (914) 332-0040 www.ej g ESD ESD s I ion (315) 339-6937 ( tatic Discha e A ciation) ww sda.orj ETL SEMCO ertek E 800 967-5352 (Formerl ITS ntertek Testing Service NA) www.inte m FIBA Federation Internationale de Basketball 41 22 545 00 00 (The International Basketball Federation) www.fiba.com FIVB Federation Internationale de Volleyball 41 21 345 35 35 (The International Volleyball Federation) www.fivb.ch FM Approvals FM Approvals LLC (781) 762-4300 DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-6 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS FM Global FMRC FRSA FSA FSC GA GANA GRI GS GSI HI HI HMMA HPVA HPW IAS IBF www.fmglobal.com FM Global (Formerly: FMG - FM Global) www.fmglobal.com Factory Mutual Research (Now FM Global) Florida Roofing, Sheet Metal & Air Conditioning Contractors Association, Inc. www.floridaroof.com Fluid Sealing Association www.fluidsealing.com Forest Stewardship Council www.fsc.org Gypsum Association www.gypsum.org ` (401) 275-3000 (407) 671-3772 z ) 971-4850 a 9228367660 a 9-5440 Glass Association of erica ` www.glasswebsi, (Part of GSI) Green S I O w e I.org Geos thetic Insti www.geosynthati A6.ute.or ` Hydrau ' tit www.S. g �► cs nstitute ww amanet. How a M cturers Association (Part of M ) Hardwood Plywood & Veneer Association www.hpva.org H. P. White Laboratory, Inc. www.hpwhite.com International Approval Services (Now CSA International) International Badminton Federation 7 5) 271-0208 G (202) 872-6400 (610) 522-8440 (973) 267-9700 (908) 464-8200 (703) 435-2900 (410) 838-6550 DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-7 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS (Now BWF) ICEA Insulated Cable Engineers Association, Inc. (770) 830-0369 www.icea.net ICRI International Concrete Repair Institute, Inc. (847) 827-0830 www.icri.org IEC International Electrotechnical Commission 41 22 919 02 11 www.iec.ch IEEE Institute of Electrical and Electronics Engineers, Inc. (The) 212) 419-7900 www.ieee.org IESNA Illuminating Engineering Society of North America ) 248-5000 www.iesna.org ' IEST Institute of Environmental Sciences an echnolo O (847 255-1561 www.iest.org IGCC Insulating Glass Certificati it (3 646-2234 www.igcc.org � •` IGMA Insulatin Glass aauf�acturers Alli g � (613) 233-1510 www.igmaonline.W G ILI Indiana Li Instit aW. ca, Inc. (812) 275-4426 www.ili ' o ISO Inte io rgani on for Standar tion 41 22 749 01 11 www. o.ch � ♦ Available fr ` (202) 293-8020 www.a ISSFA Inte olid SdVa CCP ricators Association 877 464-7732 fa. net (702) 567-8150 ITS k TestiN ice A ow ET ITU Internatio ecommunication Union 41 22 730 51 11 www.itu.int/home KCMA Kitchen Cabinet Manufacturers Association (703) 264-1690 www.kcma.org LMA Laminating Materials Association (Now part of CPA) LPI Lightning Protection Institute (800) 488-6864 www.lightning.org DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-8 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS MBMA MFMA MFMA MH MHIA MIA MIDI MSS NAAMM NACE NADCA NAGWS NAIMA NBGQA NCAA NCMA DEMX ARCHITECTURE FAYETTEVILLE, AR Metal Building Manufacturers Association www.mbma.com Maple Flooring Manufacturers Association, Inc. www.maplefloor.org Metal Framing Manufacturers Association, Inc. www.metalframingmfg.org Material Handling (Now MHIA) Material Handling Industry of America www.mhia.org Marble Institute of America www.marble-institute.com (216) 241-7333 (888) 480-9138 (312) 644-6610 80 ) 345-1815 ) 676-1190 (440) 250-9222 a Master Painters Institute ♦ 8) 674-8937 www.paintinfo.com ` (6Q4) 298-7578 Manufacturers Stan Soci f Ive a F' i 7 ) 281-6613 Industry Inc. www.mss-hq.cor>� National n of c ' I Metal rs (630) 942-6591 www.na r NA t ional (800) 797-6623 (Nati al AssociayQholsoorrosiog E in s International) (281) 228-6200 www.nace.org v ` Nation A0tfleavers As i n (202) 737-2926 and Women in Sport Manufacturers Association National Building Granite Quarries Association, Inc www.nbgqa.com National Collegiate Athletic Association (The) www.ncaa.org National Concrete Masonry Association www.ncma.org (800) 213-7193, ext. 453 (703) 684-0084 (800) 557-2848 (317) 917-6222 (703) 713-1900 REFERENCES 01 42 00-9 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS NCPI National Clay Pipe Institute (262) 248-9094 www.ncpi.org NCTA National Cable & Telecommunications Association (202) 775-2300 www.ncta.com NEBB National Environmental Balancing Bureau (301) 977-3698 www.nebb.org NECA National Electrical Contractors Association (301) 657-3110 www.necanet.org NeLMA Northeastern Lumber Manufacturers' Association ) 829-6901 www.nelma.org NEMA National Electrical Manufacturers As iation �0703) 841-3200 www.nema.org O NETA InterNational Electrical Testing A ociat on (888) 300 6382 www.netaworld.org ♦` (2-691,488-6382 NFHS National Federation of St Scho&A`oci 'ons 972-6900 www.nfhs.org NFPA NFPA 800 344-3555 (National Fir on Assoc' ion) (617) 770-3000 www.nfp NFRC Na tratio gl,ati,Quncil 301 589-1776 ww rc. r NGA National Glass ion ` (866) 342-5642 www.glass. (703) 442-4890 NHLA Nationa rr ood Lum Asso cation 800 933-0318 ww a wood.(% (901) 377-1818 NLGA ti a Lumb Authority (604) 524-2393 nlga.or ` NOFMA OFMA: he od Flooring Manufacturers Association (901) 526-5016 (Formerly: onal Oak Flooring Manufacturers Association) www.nofma.com NOMMA National Ornamental & Miscellaneous Metals Association (888) 516-8585 www.nomma.org NRCA National Roofing Contractors Association (800) 323-9545 www.nrca.net (847) 299-9070 NRMCA National Ready Mixed Concrete Association (888) 846-7622 www.nrmca.org (301) 587-1400 DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-10 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS NSF NSF International (800) 673-6275 (National Sanitation Foundation International) (734) 769-8010 www.nsf.org NSSGA National Stone, Sand & Gravel Association (800) 342-1415 www.nssga.org (703) 525-8788 NTMA National Terrazzo & Mosaic Association, Inc. (The) (800) 323-9736 www.ntma.com (540) 751-0930 NTRMA National Tile Roofing Manufacturers Association (Now TRI) O NWWDA National Wood Window and Door Association (Now WDMA) OPL Omega Point Laboratories, Inc. O (Now ITS) PCI Precast/Prestressed Con c ute (3 786-0300 www.pci.org • PDCA Painting & Decora ' ntractors (800) 332-7322 www.pdca.com 314 514-7322 G PDI Plumbing a Inst'tu to (800) 589-8956 www.p ' nli (978) 557-0720 PGI PVC o e rane titute (217) 333-3929 http: gi-tp.ce.ui • PLANET Professions re Netw ` (800) 395-2522 (Forme CL Associated cape Contractors of (703) 736-9666 Ameri ww !amenetwokocj PTI st- ensionin a (602) 870-7540 .post -ten • ' .o RCSC esearc oun I on Structural Connections www.boltc il.org RFCI Resilient Floor Covering Institute (301) 340-8580 www.rfci.com RIS Redwood Inspection Service (888) 225-7339 www.redwoodinspection.com (415) 382-0662 SAE SAE International (877) 606-7323 www.sae.org (724) 776-4841 DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-11 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SDI SDI SEFA SEI/ASCE SGCC SIA SIGMA SJI SMA SMACNA SMPTE Steel Deck Institute (847) 458-4647 www.sdi.org Steel Door Institute (440) 899-0010 www.steeldoor.org Scientific Equipment and Furniture Association (877) 294-5424 www.sefalabs.com (516) 294-5424 Structural Engineering Institute/American Society of Civil Engineers (See ASCE) Safety Glazing Certification Council 31 646-2234 www.sgcc.org V Security Industry Association (866) 817-8888 www.siaonline.org (703 683-2075 Sealed Insulating Glass M C Asso iation (Now IGMA) ` Steel Joist Institute •` 8 ) 626-1995 www.steeljoist.or Screen Man Associat G (561) 533-0991 www.sm rg Sh t d Air on it g ontracto 703 803-2980 Nati s ciation www. acna.org� Society of ture an i Engineers (914) 761-1100 www.s or SPFA Spr thane N' nce (F ly: SPI/SPFD Th Pciety of the Plastics Industry, Inc.; pr olyure am Division) .sprayfog . SPIB outher ine I pection Bureau (The) www.spib. SPRI Single Ply Roofing Industry www.spri.org SSINA Specialty Steel Industry of North America www.ssina.com SSPC SSPC: The Society for Protective Coatings www.sspc.org DEMX ARCHITECTURE FAYETTEVILLE, AR (800) 523-6154 (850) 434-2611 (781) 647-7026 (800) 982-0355 (202) 342-8630 (877) 281-7772 (412) 281-2331 REFERENCES 01 42 00-12 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS STI SWI SWRI TCA TCNA TIA/EIA TMS TPI TPI TRI UL UNI USAV USGBC Steel Tank Institute (847) 438-8265 www.steeltank.com Steel Window Institute (216) 241-7333 www.steelwindows.com Sealant, Waterproofing, & Restoration Institute (816) 472-7974 www.swrionline.org Tile Council of America, Inc. (Now TCNA) Tile Council of North America, Inc. M) 646-8453 www.tileusa.com Telecommunications Industry Associ n/Electronic Industric 703) 907-7700 Alliance www.tiaonline.org O The Masonry Society ♦` 9-9700 www.mason rysociety.org Truss Plate Institute,C. ` 7 3) 683-1010 www.tpinst.org f Turfgrass Pr T�fiternatio G (800) 405-8873 www.turf I org (847) 649-5555 4*1 Til i stitut O 312 670-4177 wwv�tX�r7}E� n nrn� U.S. G www.1 L\O USITT United States Institute for Theatre Technology, Inc. www.usitt.org WASTEC Waste Equipment Technology Association www.wastec.org WCLIB West Coast Lumber Inspection Bureau www.wclib.org DEMX ARCHITECTURE FAYETTEVILLE, AR (877) 854-3577 (847) 272-8800 (972) 243-3902 (888) 786-5539 (719) 228-6800 (800) 795-1747 (800) 938-7488 (315) 463-6463 (800) 424-2869 (202) 244-4700 (800) 283-1486 (503) 639-0651 REFERENCES 01 42 00-13 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS WCMA Window Covering Manufacturers Association www.wcmanet.org WCSC Window Covering Safety Council (Formerly: WCMA - Window Covering Manufacturers Association) www.windowcoverings.org WDMA Window & Door Manufacturers Association (Formerly: NWWDA - National Wood Window and Door Association) www.wdma.com WI WIC WMMPA WSRCA l iT►Ti al le\ (212) 297-2122 (800) 506-4636 (212) 297-2109 (800) 223-2301 (847) 299-5200 Woodwork Institute (Formerly: WIC - Woodwork Institute of 91 ) 372-9943 California) www.wicnet.org Woodwork Institute of California (Now WI) Wood Moulding & Millwor rs Assoc' ' nT eZ�(8 550-7889 www.wmmpa.com •661-9591 NWestern States R o tractor on (800) 725-0333 www.wsrca.com 650 570-5441 G a Western www.w a.c Code Agencie Contract Docu s, h, Names, telepho num accurate and up-to-date IAPMO International www.iapmo. ICC interns ' 6 wwAp sa ICC-ES I Ev uati< ww . cc-es.c UBC Uniform Building Code (See ICC) (503) 224-3930 I� Md acronyrMCare used in Specifications or other the recognized na a of the entities in the following list. b site* are subject to change and are believed to be of tboOSutract Documents. nical Officials (909) 472-4100 (888) 422-7233 (800) 423-6587 (562) 699-0543 B. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. CE Army Corps of Engineers www.usace.army.mil DEMX ARCHITECTURE FAYETTEVILLE, AR (202) 761-0011 REFERENCES 01 42 00-14 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS CPSC Consumer Product Safety Commission (800) 638-2772 www.cpsc.gov (301) 504-7923 DOC Department of Commerce (202) 482-2000 www.commerce.gov DOD Department of Defense (215) 697-6257 http://.dodssp.daps.dla.mil DOE Department of Energy (202) 586-9220 www.energy.gov EPA Environmental Protection Agency J72-0167 www.epa.gov FAA Federal Aviation Administration (866) 835-5322 www.faa.gov O FCC Federal Communications Commis -5322 www.fcc.gov FDA Food and Drug Administratio ♦` �8 463-6332 www.fda.gov GSA General Services Ad n oft(800) 488-3111 www.gsa.gov HUD De artmen and rban v o ment 202 708-1112 P 9 � P ( ) www.hud.go LBL Lawrence Berkeley Nat' orato ` (510) 486-4000 www.lbl.gov NCHRP National Coope elilighway R arch ogram (See TRB) NIST Nat' I sti to of Sta nd Technology (301) 975-6478 w ni OSHA Occu ional Sa & alth Administration (800) 321-6742 www.osha.gov (202) 693-1999 PBS Public Buildings Service (See GSA) PHS Office of Public Health and Science (202) 690-7694 www.osophs.dhhs.gov/ophs RUS Rural Utilities Service (202) 720-9540 (See USDA) DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-15 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SD State Department (202) 647-4000 www.state.gov TRB Transportation Research Board (202) 334-2934 http://gulliver.trb.org USDA Department of Agriculture (202) 720-2791 www.usda.gov USPS Postal Service ADAAG CFR DOD DSCC FED -STD FS www.uSP_s,_com (202) 268-2000 C. Standards and Regulations: Where abbreviations and acronyms are used fXEecifications or other Contract Documents, regulations in the following change and are believed t Documents. Americans with Disabilities Act (ADA (80 -2253 Architectural Barriers Act (ABA),,* -0080 Accessibility Guidelines for Bui Facilitie Available from U.S. Access Bo d •` www.access-board.gov ul G g Code of Federal Re 866 512-1800 Available from Go Printing ice (202) 512-1800 www.gpoacce r/inde .h Depart n s e ilitary e i ications a tandards Available a artme f Def nse Sin Stoc oint http://dod p.daps.dla/fifl Defense Supply °lumbu (See FS) fir/ Federal n CO (See F ede ecificati vail le fro epar e t o Defense Single Stock Point h .//dodssp aps. a.mil FTMS o be accurate an -to-date as of th they shall mean the recognized name ndards and list. Names, telephone numbers, and re subject to � of the Contract O Available from Defense Standardization Program www.dps.dla.mil Available from General Services Administration www.gsa.gov Available from National Institute of Building Sciences www.wbdg.org/ccb Federal Test Method Standard (215) 697-2664 (215) 697-2664 (202) 619-8925 (202) 289-7800 DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-16 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS (See FS) MIL (See MILSPEC) MIL -STD (See MILSPEC) MILSPEC Military Specification and Standards (215) 697-2664 Available from Department of Defense Single Stock Point http://dodssp.daps.dla.mil UFAS Uniform Federal Accessibility Standards (800) 872-2253 Available from Access Board (202) 272-0080 www.access-board.gov D. State Government Agencies: Where abbreviations and acronyms are ecifications or other Contract Documents, they shall mean the r nized name of the g ' ' s in the following list. Names, telephone numbers, and Web sites rmwject to and are believed to be accurate and up-to-date as of the date of the Cont Docu CBHF State of California, Department of Cn airs B eau of a 5210 Furnishings and Thermal Insulatio ` www.dca.ca.gov/bhfti •` 4-2041 CCR California Code of Regulati (916) 323-6815 www.calregs.com G CPUC California Public Uti ' ' missi n (415) 703-2782 www.cpuc.ca.gov O TFS Texas Forest is Forest Resourc Developm htttxforestservice.ta PART 2 - PRODUCTS (Not U PART 3 - EXECUTION (N C END OF SECTI O DEMX ARCHITECTURE FAYETTEVILLE, AR (979) 458-6650 REFERENCES 01 42 00-17 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other B. Division 1 Specification Sections, apply to this Section. 1.2 1.3 1.4 SUMMARY A. Section includes requirements for temporary utilities, support faci protection facilities. B. Related Sections: 1. Division 1 Section "Summary" for limitations on work( interruptions. 2. Division 2 Section "Dewatering" for disp round USE CHARGES n A. General: Installation and remc included in the Contract Sum uni B. Sewer Service: Contractor will entities for construction op a C. Water Service: Contra 11 entities for constructio is D. Electric Power Se ntrac electricity used WAJities foI INFORMATIONA ALS A. Site Plan: o t pora aci constructio personnel. B. Erosion- and SedimU01 Construction Gengd, it or a C. Moisture -Pro n Desc construction ter absorr provision o erials slltojz„1 damap enals. Droto&Dls 1 PEI s, and security and ns and utility act site. s shall be usage by all r water used by all service use charges for staging areas, and parking areas for a 'Ww compliance with requirements of EPA r' ing jurisdiction, whichever is more stringent. o dures and controls for protecting materials and a damage, including delivery, handling, and storage water absorption or water damage, discarding water - mitigating water intrusion into completed Work, and YInZ'hCr' <ee\�ork that requires water, such as sprayed fire -resistive erialn terrazzo grinding, and describe plans for dealing with water the)�ns. Show procedures for verifying that wet construction has dried icienit installation of finish materials. Dust -Control and HVAC-Control Plan: Submit coordination drawing and narrative that indicates the dust -control and HVAC-control measures proposed for use, proposed locations, and proposed time frame for their operation. Identify further options if proposed measures are later determined to be inadequate. Include the following: 1. Locations of dust -control partitions at each phase of the work. 2. HVAC system isolation schematic drawing. 3. Location of proposed air filtration system discharge. 4. Other dust -control measures. 5. Waste management plan. 1.5 QUALITY ASSURANCE DEMX ARCHITECTURE TEMPORARY FACILITIES AND CONTROLS FAYETTEVILLE, AR 01 50 00-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. C. Accessible Temporary Egress: Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines and ICC/ANSI A117.1 if requested by Owner. 1.6 PROJECT CONDITIONS A. 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. O PART 2 - PRODUCTS 2.1 MATERIALS A. Chain -Link Fencing: Minimum 2-inch (50-mN 0.148-in - -) thick, galvanized steel, chain -link fabric fencing; minimum 6 et (1. m) hi th vanized e ipe posts; minimum or as directed by City r , Arkan s. B. Wood Enclosure Fence: Plywo (1.8 m) o feet .4 m) hi fra d with four 2- by-4-inch (50-by-100-mm) rails ith eservatir - at wood po of more than 8 feet (2.4 m) apart. C. Polyethylene Sheet: Rei ire-resi 10 mils minimum thickness, with flame -spread ratin or less per A 84. P D. Dust Control Adhe ce Walk -oats: Provide imum 36 by 60 inches (914 by 1624 mm). E. Insulation: U ac neral- la ket, m fa ur from glass, slag wool, or rock wool; w a ' um fl me-s and sm -developed indexes of 25 and 50, respective 2.2 TEMPORARY FACILITIES G A. Field Offices, Gen fabricat o units with serviceable finishes, temperature B. Storage and F is n Sheds: r de sheds sized, furnished, and equipped to accommodat ials and a pmen for construction operations. 1. Store le mat% F rt from building. 2.3 EQUIPME A. ire E ishers: be, L rated; with class and extinguishing agent as required by ati s and sses ire exposures. B. H Equipm t: 4iless Owner authorizes use of permanent HVAC system, provide vented, self -co i d, liquid -propane -gas or fuel -oil heaters with individual space thermostatic control.. 1. Use of gasoline -burning space heaters, open -flame heaters, or salamander -type heating units is prohibited. 2. Heating Units: Listed and labeled for type of fuel being consumed, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 3. Permanent HVAC System: If Owner authorizes use of permanent HVAC system for temporary use during construction, provide filter with MERV of 8 at each return air grille in system and remove at end of construction C. Air Filtration Units: HEPA primary and secondary filter -equipped portable units with four - stage filtration. Provide single switch for emergency shutoff. Configure to run continuously. DEMX ARCHITECTURE TEMPORARY FACILITIES AND CONTROLS FAYETTEVILLE, AR 01 50 00-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS PART 3 - EXECUTION 3.1 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. 1. Locate facilities to limit site disturbance as specified in Division 1 Section "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. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. 1. Arrange with utility company, Owner, and existing users for ti en ervice can be interrupted, if necessary, to make connections for temporary s B. Sewers and Drainage: Provide temporary u es to remove effluen Ily. 1. Connect temporary sewers to muni'' ' ci em as t by authorities having jurisdiction. C. Water Service: Install water service an distri ution pi ng n s and pre adequate for construction. D. Sanitary Facilities: Provide tem lets, was ciliti s, and drin ng ter for use of construction personnel. Com requir is authoriti risdiction for type, number, location, ope i d mai n ixture a il' es. E. Heating: Provide temp a Ing re( nstruction es for curing or drying of completed installati or protectin Iled cons uc ' from adverse effects of low temperatures midity. S ct equipment t of have a harmful effect on completed inst r ele nv�'N'� instaIIe F. Ventilation an Hu i y Con :ride to or ilation required by construction activities c g or tying completed tallations or for protecting installed constructi ro dverse fects of high h idity. Select equipment that will not have a harmful a ct on corglMetINP install4tioifs X elements being installed. Coordinate ventilation requirem produ 111� condition required and minimize energy consumption. 1. Provide dk1low ' tion syste n required to reduce substrate moisture levels to level re u' inst tion o application of finishes. G. Electric P e ice: %niselyo Owner's existing electric power service. Maintain jE quip condition a ept a to Owner. H. ri Po er Servic a electric power service and distribution system of sufficient ze, c ty, 6n;da� a cteristics required for construction operations. In all elecservice overhead or underground, unless otherwise indicated. I. Lig ng:Prmporary lighting with local switching that provides adequate illumination foction operations, observations, inspections, and traffic conditions. 1. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. 2. Install lighting for Project identification sign. J. Telephone Service: Provide temporary telephone service for use by all construction personnel. 1. At each telephone, post a list of important telephone numbers. a. Police and fire departments. b. Ambulance service. c. Contractor's home office. d. Architect's office. e. Engineers' offices. f. Owner's office. DEMX ARCHITECTURE TEMPORARY FACILITIES AND CONTROLS FAYETTEVILLE, AR 01 50 00-3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS g. Principal subcontractors' field and home offices. 2. Provide superintendent with cellular telephone or portable two-way radio for use when away from field office. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Provide construction for temporary offices, shops, and sheds located within construction area or within 30 feet (9 m) of building lines that is noncombustible according to ASTM E 136. Comply with NFPA 241. 2. Maintain support 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 to r ds and paved areas adequate for construction operations. Locate temporar d paved areas within construction limits indicated on Dra s. 1. Provide dust -control treatment thatrdAreas ollutin anon -tracking. Reapply treatment as required to minimize dust. C. Temporary Use of Permanent Roads a PaL at mporary and paved areas in same location as per n s an paved s. Con d maintain temporary roads and paved are to for co ucti operation nd temporary roads and paved areas, within ns ction Iiftt n ted, as n construction operations. 1. Coordinate elevatio mporary paved are 10 permanent roads and paved areas. 2. Prepare subgr stall su se an base f ary roads and paved areas according t 2 Sec io ork." 3. Reconditi b e fter t ra use, i u g oving contaminated material, regra rolling comp ti g, and testi 3. Delay to a n of al course o erma nt hot -mix asphalt pavement until immedi ely befor ntial Cp e . Repair hot -mix asphalt base -course pavement befor ion of 'a according to Division 2 Section "Asphalt Paving." D. Traffic Contr o with requir a of authorities having jurisdiction. 1. Protect a ite impro ents o remain including curbs, pavement, and utilities. 2. Maint s for firA(i equipment and access to fire hydrants. E. Parkin de tempora ar areas for construction personnel. F. D t in adIitie ains: Comply with requirements of authorities having risdi MaintaT Zecltite, excavations, and construction free of water. Di ose o ainw r in a lawful manner that will not result in flooding Project or joining perti s nor endanger permanent Work or temporary facilities. 2. Remove sno ice as required to minimize accumulations. G. Project Signs: Provide Project signs as indicated. Unauthorized signs are not permitted. 1. Identification Signs: Provide Project identification signs for the project. 2. Temporary Signs: Provide other signs as indicated and as required to inform public and individuals seeking entrance to Project. a. Provide temporary, directional signs for construction personnel and visitors. 3. Maintain and touchup signs so they are legible at all times. H. Waste Disposal Facilities: Comply with requirements specified in Division 1 Section "Construction Waste Management." 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 Division 1 Section "Execution Requirements" for progress cleaning requirements. DEMX ARCHITECTURE TEMPORARY FACILITIES AND CONTROLS FAYETTEVILLE, AR 01 50 00-4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS J. Lifts and Hoists: Provide facilities necessary for hoisting materials and personnel. 1. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities. K. Temporary Elevator Use: Use of elevators is not permitted L. Temporary Stairs: Until permanent stairs are available, provide temporary stairs where ladders are not adequate. M. Existing Stair Usage: Use of Owner's existing stairs will be permitted, provided stairs are cleaned and maintained in a condition acceptable to Owner. At Substantial Completion, restore stairs to condition existing before initial use. 1. Provide protective coverings, barriers, devices, signs, or other procedures to protect stairs and to maintain means of egress. If stairs become damaged, restore damaged areas so no evidence remains of correction work. N. Temporary Use of Permanent Stairs: Use of new stairs for co do traffic will be permitted, provided stairs are protected and finishes restored to ition at time of Substantial Completion. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLA ON A. Environmental Protection: Provide r ectio , opera t ry faciliti d conduct construction as required to c enviro mental ulations minimize possible air, waterway, and subs ination olluti n or other d able effects. 1. Comply with work restrictio s ified in ID' ion Section " B. Temporary Erosion and S ion C I: ply w' h ents of 2003 EPA Construction General P r authoriti urisdiction, ever is more stringent and requirements spec ivision 2 Se Site Clear' g." C. Temporary Erosio imentati Control: Provi res to prevent soil erosion and discharge - aring at f and a' r t to undisturbed areas and to adjacent pro rtie d wa s, ccordi t e on- and sedimentation -control Drawing ments of 2 A Constru n General Permit or authorities having jurisdictio i e er is stringent. 1. Verify at flows�W%Wredir*ct construction areas or generated by construction activity ter or s r plant- protection zones. 2. Inspect, repag , aintai r `and sedimentation -control measures during construction a ent vegeta s been established. 3. Clean, re d restore joini g properties and roads affected by erosion and sediment o the pr0%c uring the course of the project. 4. Re rosion ands im ation controls and restore and stabilize areas disturbed (rie) em al. D. Control ly ith requirements of authorities having jurisdiction. Provide in andC cava ions and subgrade construction to prevent flooding by runoff rmwater vy rains. E. Tree and Planttic Comply with requirements of City of Marshall. 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. Obtain extended warranty for Owner. Perform control operations lawfully, using environmentally safe materials. H. Site Enclosure Fence: Prior to commencing earthwork, furnish and install site enclosure fence in a manner that will prevent people and animals from easily entering site except by entrance gates. DEMX ARCHITECTURE TEMPORARY FACILITIES AND CONTROLS FAYETTEVILLE, AR 01 50 00-5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 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 restricting distribution to authorized personnel. Furnish one set of keys to Owner. I. Security Enclosure and Lockup: Install temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. Lock entrances at end of each work day. J. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. K. Temporary Egress: Maintain temporary egress from existing occupied facilities as indicated and as required by authorities having jurisdiction. L. Temporary Enclosures: Provide temporary enclosures for protecti ArNonstruction, in progress and completed, from exposure, foul weather, other con n perations, and similar activities. Provide temporary weathertight enclosure for b rior. 1. Where heating or cooling is needed an ermanent enclosure complete, insulate temporary enclosures. M. Temporary Fire Protection: Install and maint n tempo r a-p tection facilities of types needed to protect against reasonably dicta le and n of fire loss�omply with NFPA 241. 1. Prohibit smoking in constru rs 2. Supervise welding operati s, mbustidh-t a porary h and similar sources of fire ignition c to re f aut rit" a g jurisdiction. 3. Develop and superv* overall fire o and -pro rogram for personnel at Project site. Re eds with loca epartme an tablish procedures to be followed. In rsonnel i methods and es. Post warnings and information 4. Provide t p stand a hose or ire otection. Hang hoses with a warn ting t at ho re for fire-p ection purposes only and are not to be rem t hose a with outlet si and uip with suitable nozzles. 3.5 MOISTURE AND MOLD CON A. Contractor's ur otection PI oid trapping water in finished work. Document visible signs o o that may ear ring construction. B. Exposed n ion Pha*: re installation of weather barriers, when materials are subjec ing and exp ure d to airborne mold spores, protect as follows: 1 r ec orous m rom water damage. Pr stored t 11 material from flowing or standing water. K p poro and anic materials from coming into prolonged contact with concrete. 4. emove st ding ater from decks. 5. Keep deck o gs covered or dammed. C. Partially Enclosed Construction Phase: 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 or components, or items with high organic content, into partially enclosed building. 2. Keep interior spaces reasonably clean and protected from water damage. 3. Periodically collect and remove waste containing cellulose or other organic matter. 4. Discard or replace water -damaged material. 5. Do not install material that is wet. 6. Discard, replace or clean stored or installed material that begins to grow mold. 7. Perform work in a sequence that allows any wet materials adequate time to dry before enclosing the material in drywall or other interior finishes. DEMX ARCHITECTURE TEMPORARY FACILITIES AND CONTROLS FAYETTEVILLE, AR 01 50 00-6 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.6 D. Controlled Construction Phase of Construction: After completing and sealing of the building enclosure but prior to the full operation of permanent HVAC systems, maintain as follows: 1. Control moisture and humidity inside building by maintaining effective dry -in conditions. 2. Use permanent HVAC system to control humidity. 3. Comply with manufacturer's written instructions for temperature, relative humidity, and exposure to water limits. a. Hygroscopic materials that may support mold growth, including wood and gypsum - based products, that become wet during the course of construction and remain wet for 48 hours are considered defective. b. Measure moisture content of materials that have been exposed to moisture during construction operations or after installation. Record daily rfohvs over a forty- eight hour period. Identify materials containing moi a ev higher than allowed. Report findings in writing to Architect. c. Remove materials that can not completely restore eir manufactured moisture level within 48 hours. �\ OPERATION TERMINATION AND REMOVAL of to orary ties. To waste and s to es tial a d intended se gratin co tion until rK A. Supervision: Enforce strict disc' R I abuse, limit availability of tempo i B. Maintenance: Maintain facilitie n d 1. Maintain operation o t rary ventilation, and simi 'litres on a results and to avoi s ibiIity of dar C. Operate Project -id n-sign lighten D. Temporary Faci ' geove protection fac' ies o rman c E. Terminat moval- Rem e ended, wh s een re ced by Substantial ompletion ete may have been dela use of Work, clean exp faces, repaired. r humidity control, to achieve indicated g daiFy from d 2:00 midnight. tchange f using temporary security and Is until b ~Completion. h tempo facility when need for its service has authon d use f a permanent facility, or no later than or,bif c ary, restore permanent construction that e rm with temporary facility. Repair damaged d a construction that cannot be satisfactorily 1. Materials ilities thapconstiKite temporary facilities are property of Contractor. Owne s right td4.asession of Project identification signs. 2. Re a porary r ds 4Wfd paved areas not intended for or acceptable for ra on into nt construction. Where area is intended for landscape d ment of and aggregate fill that do not comply with requirements for fil or sub I. ove materials contaminated with road oil, asphalt and other etrochem al c pounds, and other substances that might impair growth of plant materials or s. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period. Comply with final cleaning requirements specified in Division 1 Section "Closeout Procedures." END OF SECTION DEMX ARCHITECTURE TEMPORARY FACILITIES AND CONTROLS FAYETTEVILLE, AR 01 50 00-7 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; and comparable products B. Related Sections: 1. Division 1 Section "Alternates" for products selected under !itutions. e. 2. Division 1 Section "Substitution Pro ures" for requests for 3. Division 1 Section "References" fo able in s letandards for products specified. 1.3 DEFINITIONS A. Products: Items obtained for i ing into ork, whether h d for Project or taken from previously a stock* e m "prod the terms "material," "equipment," "s to nd ter f inten 1. Named Produc s identi y nufactur uct name, including make or modeler or &irs ation sho n sted in manufacturer's published erature, current as o he Contract Documents. 2. New Pr Items hnot pr n incorporated into another projec r c Y. P Ivaged r cy d from other projects are not c ew pr ducts. 3. Co ara I ProduW t is monstrated and approved through sub ittal proc s ave thie i dic d qualities related to type, function, dimension, i a perfo n� sical properties, appearance, and other characteri 11 t equal ose of specified product. B. Basis -of -De o t Specificati specification in which a specific manufacturer's product is nd acco nied y the words "basis -of -design product," including make or o n mber ot signation, to establish the significant qualities related to typ on, dimensi in- rvice performance, physical properties, appearance, and r h cterNc rposes of evaluating comparable products of additional man urers ` n ed in the specification. 1.2 ACTION BMITTA A. Comparable Pr t Requests: Submit request for consideration of each comparable product. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Include data to indicate compliance with the requirements specified in "Comparable Products" Article. 2. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within one week of receipt of a comparable product request. Architect will notify Contractorof approval or rejection of proposed comparable product request within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. DEMX ARCHITECTURE PRODUCT REQUIREMENTS FAYETTEVILLE, AR 01 60 00-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS a. Form of Approval: As specified in Division 1 Section "Submittal Procedures." b. Use product specified if Architect does not issue a decision on use of a comparable product request within time allocated. Basis -of -Design Product Specification Submittal: Comply with requirements in Division 1 Section "Submittal Procedures." Show compliance with requirements. 1.3 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, select product compatible with products previously selected, even if previously selected products were also options. 1. Each contractor is responsible for providing products and construction methods compatible with products and construction methods of other cOvors. 2. If a dispute arises between contractors over conc lectable but incompatible products, Architect will determine which all be used. 1.4 PRODUCT DELIVERY, STORAGE, AND HANDLIN '; A. Deliver, store, and handle products using m ns and ds at will prevent damage, deterioration, and loss, includl th an vandali ply with facturer's written instructions. B. Delivery and Handling: 1. Schedule delivery to m im long-tL*m to e at Proj to prevent overcrowding of co spac 2. Coordinate deli v *th installa 1 o ensure m holding time for items that are f ble, hazardou itY dama9 nsitive to deterioration theft, and o S. 3. Deliver to Pr je n an condition in manufacturer's origin se ontai o� er pac gi s em, complete with labels and i i for handling, g, unpacki protecting, and installing. 4. In t r ducts Nroeerminq# delivery to eter a compliance with the Contract Doc ents anI.t t oducts are undamaged and properly protected. K C. Storage: 1. Store r c allow for i e on and measurement of quantity or counting of units. 2. St t ials in a** hat will not endanger Project structure. 3. roducts tha are bject to damage by the elements, under cover in a we hertight a above ground, with ventilation adequate to prevent densatio� tore f pla *c rom exposure to sunlight, except to extent necessary for period of inst tion nd concealment. 5. Comply roduct manufacturer's written instructions for temperature, humidity, ventilation, and weather -protection requirements for storage. 6. Protect stored products from damage and liquids from freezing. 7. Provide a secure location and enclosure at Project site for storage of materials and equipment by Owner's construction forces. Coordinate location with Owner. 1.5 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. DEMX ARCHITECTURE PRODUCT REQUIREMENTS FAYETTEVILLE, AR 01 60 00-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 1. Manufacturer's Warranty: Written warranty furnished by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by the Contract Documents to provide specific rights for Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. 1. Manufacturer's Standard Form: Modified to include Project -specific information and properly executed. 2. Specified Form: When specified forms are included with the Specifications, prepare a written document using indicated form properly executed. 3. Refer to Divisions 2 through 16. Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Division 1 Section "Cl e t Procedures." PART 2 -PRODUCTS NJ 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide roducts co ply with the Contract Documents, are undamaged and, u less therwis i i d, are nag1ka time of installation. 1. Provide products comp access tri , finish, f to and other items needed for a com to stallatioh a i 'cated use 2. Standard Products- able, cust r or nonstandard options are spe rovide sta ucts of t ave been produced and used succe in similar situ son other roj 3. Owner res right to it se ection t s with warranties not in conflict ireme is ontract 4. Where ro c are a a ed by t t selected," Architect will make s 5. De p e, perf ance, and erend standard requirements in the Spe ffications a I' alient riha ct 'stics of products. B. Product Selection P s:. 1. Product: pecifica n a single manufacturer and product, provide the n p ct that co li with requirements. Comparable products or substi for Contr rs c venience will not be considered. 2. M t er/Sour: re Specifications name a single manufacturer or 41 provide a p duc the named manufacturer or source that complies with eq rementsrable products or substitutions for Contractor's convenience a. kstricfd List: Where Specifications include a list of names of both ANw9cturers and products, provide one of the products listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will be considered b. Nonrestricted List: Where Specifications include a list of names of both available manufacturers and products, provide one of the products listed, or an unnamed product, that complies with requirements. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product. Manufacturers: a. Restricted List: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies DEMX ARCHITECTURE PRODUCT REQUIREMENTS FAYETTEVILLE, AR 01 60 00-3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2.2 PART 3 - END OF S C. C with requirements. Comparable products or substitutions for Contractor's convenience will be considered, BUT MUST BE APPROVED BY ARCHITECT. 5. Basis -of -Design Product: Where Specifications name a product, or refer to a product indicated on Drawings, and include a list of manufacturers, provide the specified or indicated product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product by one of the other named manufacturers. Visual Matching Specification: Where Specifications require "match Architect's sample", provide a product that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed product matches. 1. If no product available within specified category matches and o lies with other specified requirements, comply with requirements visa n 1 Section "Substitution Procedures" for proposal of product. Visual Selection Specification: Where Sp ications include the a "as selected by Architect from manufacturer's full rang ' imilar select a product that complies with requirements. Architect will lect colo I s, ttern, densit , or texture from manufacturer's product line t t inc des b to rd and p m items. COMPARABLE PRODUCTS AIN A. Conditions for Conside comparable product wh conditions are not sa record noncompliant 1. Evidence tha Document is indicate s s, d 2. Det o rison the i a ons. weigh size, 4nl indicated. 3. Evidence tha 4. List of s' and nam addre 5. Samars,, nested sider Co request for s are.+sasfild I the following n requeut action, except to of 0 #fevisions to the Contract t ments and will produce the h ortions of the Work. proposed product with those named in ode attributes such as performance, specific features and requirements Fied warranty. cts with project names and addresses ,ners, if requested. Used) DEMX ARCHITECTURE PRODUCT REQUIREMENTS FAYETTEVILLE, AR 01 60 00-4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 01 73 00 EXECUTION REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general administrative and procedural requirements governing execution of the Work including, but not limited to, the following: 1. Construction layout. 2. Field engineering and surveying. 3. Installation of the Work. 4. Cutting and patching. 5. Coordination of Owner -installed products. 6. Progress cleaning. 7. Starting and adjusting. 8. Protection of installed construct* ?i 9. Correction of the Work. B. Related Sections: 1. Division 1 Section "Submitt ures" f u g sury ys 2. Division 1 Section "Sele lition" li on and re selected portions of the building. 3. Division 1 Section " Procedur for s bmitting1a erty survey with Project Record Docume c ding of 0 - cepted diffi&i4i rom indicated lines and levels, and final clea . g. 4. Division i " hrough-Pei' n Firestop tems" for patching penetrations in fire - rated con 1.3 DEFINITIONS A. Cutting: Removal ofin-pi structio a to permit installation or performance of other work. B. Patching: Fitting an work reqLuwd to store construction to original conditions after installation of of r . 1.4 INFORM I A BMITT A. Qualifi tion For [la 1i ey ] [professional engineer]. B. Certifi es: ubmit i is n d by [land surveyor] [professional engineer] certifying that location elevatio f im ovements comply with requirements. C. Cutting and Patching . ubmit plan describing procedures at least [10] <Insert number> days prior to the time cutting and patching will be performed. Include the following information: 1. Extent: Describe reason for and extent of each occurrence of cutting and patching. 2. Changes to In -Place Construction: Describe anticipated results. Include changes to structural elements and operating components as well as changes in building appearance and other significant visual elements. 3. Products: List products to be used for patching and firms or entities that will perform patching work. 4. Dates: Indicate when cutting and patching will be performed. 5. Utilities and Mechanical and Electrical Systems: List services and systems that cutting and patching procedures will disturb or affect. List services and systems that will be relocated and those that will be temporarily out of service. Indicate how long services and systems will be disrupted. DEMX ARCHITECTURE EXECUTION REQUIREMENTS FAYETTEVILLE, AR 01 73 00-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS D. Landfill Receipts: Submit copy of receipts issued by a landfill facility, licensed to accept hazardous materials, for hazardous waste disposal. E. Certified Surveys: Submit [two] <Insert number> copies signed by [land surveyor] [professional engineer]. F. Final Property Survey: Submit [10] <Insert number> copies showing the Work performed and record survey data. 1.5 QUALITY ASSURANCE A. Land Surveyor Qualifications: A professional land surveyor who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing land -surveying services of the kind indicated. B. Cutting and Patching: Comply with requirements for and limitations on cutting and patching of construction elements. 1. Structural Elements: When cutting and patching structural element fy chitect of locations and details of cutting and await directions from the Arch proceeding. Shore, brace, and support structural elemenlduring cutting and patc n Do not cut and patch structural elements in a manner that u ange th dtarrying capacity or increase deflection a. <Insert list of structural elementt'. 2. Operational Elements: Do not c opera .ng ele s and rel onents in a manner that results in reducin acity to orm s intended r t results in increased maintenance or decr se peratiohal_ I e o afety.[ Op ements include the following:] a. Primary operation e s and i t. b. Fire separation a es. C. Air or smoke d. Fire-suppr n ystem e. Mecha * al s s pi Oducts. f. Co s s. g. Co a n sysns. h. Con ing syste i. Electrical wirin to s. j. Operating s speci co ion. k. <Insert ati ystem>. 3. Other Constru ements: DQnot c and patch other construction elements or compone i nner tll%t change their load -carrying capacity, that results in reducin capacity to p for s intended, or that results in increased maintenance or d ed p ration I' afety.[ Other construction elements include but are not ite a follovll . ater, s re, ap r barriers. b. Membra s an f ashings. C. Exterior c . -wall construction. d. Equipment supports. e. Piping, ductwork, vessels, and equipment. f. Noise- and vibration -control elements and systems. g. <Insert miscellaneous element>. 4. Visual Elements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch exposed construction in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. C. Cutting and Patching Conference: Before proceeding, meet at Project site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. DEMX ARCHITECTURE EXECUTION REQUIREMENTS FAYETTEVILLE, AR 01 73 00-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS D. Manufacturer's Installation Instructions: Obtain and maintain on -site manufacturer's written recommendations and instructions for installation of products and equipment. 1.6 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during installation or cutting and patching operations, by methods and with materials so as not to void existing warranties. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. 1. For projects requiring compliance with sustainable design and constru ractices and procedures, utilize products for patching that comply with require f ision 1 Section "LEED Requirements." B. In -Place Materials: Use materials for patching ide 'cal to in -place mater)ePullest r exposed surfaces, use materials that visually match in-placr nt surf extent possible. 1. If identical materials are unavailable or ned s m ials that, Oinstalled, will provide a match acceptable e ect for the is nd functi rmance of in -place materials. PART 3 - EXECUTION •` 3.1 EXAMINATION A. Existing Conditions: The and loca t n of u dergrou er utilities and construction indicated is ng are o teed. B ing sitework, investigate and verify the existence d I a 1pn of A ro d utiliti , m h al and electrical systems,] and other construct' f g the Work. 1. Before co o verify*loca on and i ert el ation at points of connection of sanitary se r, storm sett water-4er ce " ing; underground electrical services, and other utilities. v 2. Furnish location gd,.q, orkrela d ct that must be performed by public utilities serving Proje s��_B. Examination and Ac e of Cond ns: fore proceeding with each component of the Work, examine substra e , and cd4%d4^ with Installer or Applicator present where indicated, for compliance w uir ments fo st ion tolerances and other conditions affecting perforCork e Re rd obser 1. e ort: Why rit report listing conditions detrimental to performance of the i requireCnn of ec ons, include the following: a. Descriptf a Work. b. List of dtal conditions, including substrates. C. List of unacceptable installation tolerances. d. Recommended corrections. 2. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 3. Examine roughing -in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. 4. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. 5. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. DEMX ARCHITECTURE EXECUTION REQUIREMENTS FAYETTEVILLE, AR 01 73 00-3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.2 3.3 A. B C D E. A. C IC E. PREPARATION Existing Utility Information: Furnish information to [local utility] [Owner] that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. Review of Contract Documents and Field Conditions: Immediately on discov the need for clarification of the Contract Documents caused by differing field conditio id the control of the Contractor, submit a request for information to Architect according t nts in Division 1 Section "Project Management and Coor k ation." Surface and Substrate Preparation: Comply with turer's reeftrutin ations for preparation of substrates to receive subsequent N11W CONSTRUCTION LAYOUT • Verification: Before proceeding to lay rk, verify out i ormation o on Drawings, in relation to the property survey and a .sti enchrrer . I iscrepanci vered, notify Architect[ and Construction Man ptly. General: Engage a [land surve o ssiona r to layout using accepted surveying practices. 1. Establish benchma ontrol poiits to se lines an t each story of construction an w re as ne ocate a of Project. 2. Establish dim sio thin to a ndicate D o ale Drawings to obtain required dimensi 3. Inform ins r fines a levels o which ey m t comply. 4. Check the I ation, level b, of ave m r element as the Work progresses. 5. Notify Architect[ and tr tion en deviations from required lines and levels exceed allow erance 6. Close site su a wi error of c r qual to or less than the standard established by authorities ha isdiction. Site Improveme a and I� improvements, including pavements, grading, fill and topsoil place , tili y slopes, d rind invert elevations. Building ' e an L vels: d lay out control lines and levels for structures, building found ons, n grids7 loo vels, including those required for mechanical and electrical work. ansf r surve rki n elevations for use with control lines and levels. Level foundati and pier rom o or more locations. Record Log: Maintain f layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Architect[ and Construction Manager]. 3.4 FIELD ENGINEERING A. Identification: Owner will identify existing benchmarks, control points, and property corners. B. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. 1. Do not change or relocate existing benchmarks or control points without prior written approval of Architect[ or Construction Manager]. Report lost or destroyed permanent DEMX ARCHITECTURE EXECUTION REQUIREMENTS FAYETTEVILLE, AR 01 73 00-4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS C IN' E. 3.5 A. benchmarks or control points promptly. Report the need to relocate permanent benchmarks or control points to Architect[ and Construction Manager] before proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points. Benchmarks: Establish and maintain a minimum of [two] <Insert number> permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. 2. Where the actual location or elevation of layout points cannot be marked, provide temporary reference points sufficient to locate the Work. 3. Remove temporary reference points when no longer needed. Restore marked construction to its original condition. Certified Survey: On completion of foundation walls, major site improvem n ther work requiring field -engineering services, prepare a certified survey showing di locations, angles, and elevations of construction and sitewo Final Property Survey: Engage a [land surveyor] [p nal engZipal prepare a final property survey showing significant features (real property) Project. the survey a certification, signed by [land surveyor] [profes 'onal ngineer th metends, lines, and levels of Project are accurately po .t� hown n the s 1. Show boundary lines, monumen t site imp eme sand utilit s, sting improvements and significant v et on, adjoinin pr rties, acr contours, and the distance and beari site c al poiat. 2. Recording: At Substanti p tion, ha property corded by or with authorities having juris s the officiarty surve."' INSTALLATION General: Locate the or elevation, as in 1. Make vert lumb 2. Where spa is limited, i( and ease of removal 3. Conceal pipes, duct 4. Maintain mini u h c P occupied spa a [90 P Comply with ma stu s writ applications i d. in correct alignment and ize space available for maintenance Qm 'Rreas, unless otherwise indicated. [96 inches (2440 mm)] <Insert dimension> in )] <Insert dimension> in unoccupied spaces. ons and recommendations for installing products in C. Install pr u s a he time r conditions that will ensure the best possible results. Maint co s requi pro ct performance until Substantial Completion. D. Condu con ruction rat so o part of the Work is subjected to damaging operations or loading i cess of t t ex cted during normal conditions of occupancy. E. Tools and Equipment: t use tools or equipment that produce harmful noise levels. F. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. G. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned with other portions of the Work. Where size and type of attachments are not indicated, verify size and type required for load conditions. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Architect. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with DEMX ARCHITECTURE EXECUTION REQUIREMENTS FAYETTEVILLE, AR 01 73 00-5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. H. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. I. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. 3.6 CUTTING AND PATCHING A. Cutting and Patching, General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 1. Cut in -place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Temporary Support: Provide temporary support of work to be cut. C. Protection: Protect in -place construction during cutting and patching to age. Provide protection from adverse weather conditions for p ions of Project that mi t exposed during cutting and patching operations. D. Adjacent Occupied Areas: Where interference with a of adjo' re or interruption of free passage to adjoining areas is unavoidable, co dinat cutting n a ng in acce with requirements of Division 1 Section "Su E. Existing Utility Services and Mechanica e i al Syste Whe existing s vi /systems are required to be removed, relocated, or an ned, bypes uc ervices/s a re cutting to [minimize] [prevent] interruption t d are . F. Cutting: Cut in -place construct* sa ing, d ing, chipp ing, and similar operations, including excavati ing methods I ely, to da ments retained or adjoining construction. If review pr osed rocedur iginal Installer; comply with original Installer's n commen 1. In general, us, s an o alp to desig f s g and grinding, not hammering and cho oles and s o n tly to mini size required, and with minimum disturban j en t su ces. empora cove penings when not in use. 2. Finished S aces: Cut VTri m the pgxp se r finished side into concealed surfaces. 3. [Concrete] [and] [Ma ut usin c� achine, such as an abrasive saw or a diamond -core drill. ` 4. Excavating a ck g: Comply h quirements in applicable Division 2 Sections where require ing and p04ching perations. 5. Mechanic ctrical AVA%p Cut off pipe or conduit in walls or partitions to be remove �aIve, or pi an al remaining portion of pipe or conduit to prevent e n e o oisture foreign matter after cutting. 6. roce h patch er c struction operations requiring cutting are complete. G. Patchi : P h con io illi g, repairing, refinishing, closing up, and similar operations following rman of of r work. Patch with durable seams that are as invisible as practicable. Provide m Is and comply with installation requirements specified in other Sections, where applicable. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate physical integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will minimize evidence of patching and refinishing. a. Clean piping, conduit, and similar features before applying paint or other finishing materials. b. Restore damaged pipe covering to its original condition. 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface DEMX ARCHITECTURE EXECUTION REQUIREMENTS FAYETTEVILLE, AR 01 73 00-6 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.7 I A. B. 3.8 A. E. F. G. of uniform finish, color, texture, and appearance. Remove in -place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. a. Where patching occurs in a painted surface, prepare substrate and apply primer and intermediate paint coats appropriate for substrate over the patch, and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. 4. Ceilings: Patch, repair, or rehang in -place ceilings as necessary to provide an even -plane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weathertight condition. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint, mortar, oils, putty, and similar materials from adjacent finished surfaces. OWNER -INSTALLED PRODUCTS O Site Access: Provide access to Project site for Owner's construction per Coordination: Coordinate construction and opera ' s of the Work with w rformed by Owner's construction personnel. 1. Construction Schedule: Inform Owner of Co actor's pr d nstruction schedule for Owner's portion of the Work. Adjust co truct n sche I a on a mutgreeable timetable. Notify Owner if chan 9 ule ar require a to diffe Oactual construction progress. ` 2. Preinstallation Conferences: In d wner's eon ru * n person allation conferences covering porti or eceiv 0 rk. Attend preinstallation conferen cted b nstructio nel if portions of the Work depend on Owners ruction. v G PROGRESS CLEANING General: Clean Proj si work d ly, inclu g rrilr6n areas. Enforce requirements strictly. Dispos Is lawfully. 1. Comply w it ents NFPA 41 for oval combustible waste materials and debris.44 2. Do not hold waste m s ore th s during normal weather or three days if the temperature is to ris eg F (27 deg C). 3. Containerize a do nd unsanit to materials separately from other waste. Mark containers ap ely and di se o egally, according to regulations. a. UtiIi ers int*QdWoq holding waste materials of type to be stored. 4. Coordi og ess cleani fo int use areas where more than one installer has worked. Site: tRe ai Pr e t site fr� ste materials and debris. Work: areas �4 wo is in progress to the level of cleanliness necessary for propeon of or 1. a liquid ills mptly. 2. Where dust wou air proper execution of the Work, broom -clean or vacuum the entire work area, as appropriate. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. Waste Disposal: Do not bury or burn waste materials on -site. Do not wash waste materials down sewers or into waterways. Comply with waste disposal requirements in [Division 1 Section "Temporary Facilities and Controls."] [Division 1 Section "Construction Waste Management."] DEMX ARCHITECTURE EXECUTION REQUIREMENTS FAYETTEVILLE, AR 01 73 00-7 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.9 H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. J. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. A. B. C. D. E. 3.10 A. STARTING AND ADJUSTING Coordinate startup and adjusting of equipment and operating components with requirements in Division 1 Section "General Commissioning Requirements." Start equipment and operating components to confirm proper operation. ve alfunctioning units, replace with new units, and retest. Adjust equipment for proper operation. Adjust op ting components for operation without binding. Test each piece of equipment to verify proper opera on. Test ju controls and safeties. Replace damaged and malfunctioning control and a uipr Manufacturer's Field Service: Comply iq tion r quirem in Divisi on "Quality Requirements." ` PROTECTION OF INSTALLED rn ON • Provide final protection and rr deterioration at time of Subst; Comply with manufacturey" c dition r]fe installe without damage or mpletion. i instructicts fort moeraturva ative humiditv. 3.11 CORRECTION OFT ` HqWOVN • V A. Repair or remo ce defective ruction. R re damaged substrates and finishes. 1. Repairing s placi efect a parts, finish g damaged surfaces, touching up with match materials d perly ayjju in erating equipment. B. Restore permanent facilitie ring cg"rAC o their specified condition. C. Remove and replace anj r aces tlot jPNR�osed to view if surfaces cannot be repaired without visible evid e f ir. D. Repair components not oper cannot be repair 04. E. Remove and r c ipped, sc`r c END OF SECTIO Remove and replace operating components that broken glass or reflective surfaces. DEMX ARCHITECTURE EXECUTION REQUIREMENTS FAYETTEVILLE, AR 01 73 00-8 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 0173 29 CUTTING AND PATCHING PART 1 GENERAL 1.1 SUMMARY A. This Section specifies administrative and procedural requirements for cutting and patching. 1.2 SUBMITTALS A. Cutting and Patching Proposal: Where approval of cutting and patching is required submit a proposal describing procedures well in advance of the time cutting and patchi g be performed and request approval to proceed. Include the following information, as ap i the proposal: 1. Describe the extent of cutting and patching required and how it is to be o ed; indicate why it cannot be avoided. 2. Describe anticipated results in terms of changes construc " nc de changes to structural elements and operating components +each nges in a ui g's appeaand other significant visual elements. 3. List utilities that will be disturbed o a d, inclvdi se that will d and those that will be temporarily out of s icate rvice will 4. Where cutting and patching jgY es additio f cement t al elements, submit details and engineering cal5t�ris to sho ho�fnforcemet ' grated with the original structure. vv 5. Approval by the Ar proc it u ing a c oes not waive the Architect's right to later ui p ete re d replac t of a part of the Work found to be unsatisfacto 1.3 QUALITY ASSURANCE G A. Requirements for Struct 1 o : Do not atch structural elements in a manner that would reduce their load caropacity or to d de tion ratio. 1. Obtain approv hLrCutting AQ ing proposal before cutting and patching the following structural a. F 'on onstruCit' b. earin and ret * g c. S ral con te. d. Structural steel. e. Lintels. f. Structural decking. g. Stair systems. h. Miscellaneous structural metals. i. Equipment supports. j. Piping, ductwork and equipment. DEMX ARCHITECTURE CUTTING AND PATCHING FAYETTEVILLE, AR 01 73 29-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS B. Operational and Safety Limitations: Do not cut and patch operating elements or safety related components in a manner that would result in reducing their capacity to perform as intended, or result in increased maintenance, or decreased operational life or safety. C. Visual Requirements: Do not cut and patch construction exposed on the exterior or in occupied spaces, in a manner that would, in the Architect's opinion, reduce the building's aesthetic qualities, or result in visual evidence of cutting and patching. Remove and replace Work cut and patched in a visually unsatisfactory manner. PART 2 PRODUCTS 2.1 MATERIALS A. Use materials that are identical to existing materials. \ \J PART 3 EXECUTION 40► 3.1 INSPECTION A. Before cutting existing surfaces, exa e'1�ir c s to b ut an tched a ons under which cutting and patching is to be perf r ake c♦orr action befoW ng, if unsafe or unsatisfactory conditions are en 1. Before proceeding, meet a ite with p dived in cu Ppatching, including mechanical and electrical s. Review of pote a rference and conflict. Coordinate procedure n e olve potentt conflicts befo ding. 3.2 PREPARATION A. Protection: Prot i cons ction uring cu g an atching to prevent damage. Provide protection from a erse weat itions for rts of the Project that might be exposed during cutting and patchin ns. B. Avoid interference with oining a orrterruption of free passage to adjoining areas. 3.3 PERFORMANCE 4 A. General: Em illed workm toorrform cutting and patching. Proceed with cutting and patchin ea iest feVi nd complete without delay. 3.4 CLEANING A. Thoroughly clean area spaces where cutting and patching is performed or used as access. Remove completely paint, mortar, oils, putty and items of similar nature. Thoroughly clean piping, conduit and similar features before painting or other finishing is applied. Restore damaged pipe covering to its original condition. END OF SECTION DEMX ARCHITECTURE CUTTING AND PATCHING FAYETTEVILLE, AR 01 73 29-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS DEMX ARCHITECTURE CUTTING AND PATCHING FAYETTEVILLE, AR 01 73 29-3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 01 77 00 CLOSEOUT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. B. Related Sections: �40 1. Division 1 Section "Project Record Docume s" for su g record Drawings, Record Specifications, and Record Product Da . v 2. Division 1 Section "Operation �d` nance ata" peration intenance manual requirements. 3. Division 1 Section "Demonst a n d Trainilrq" r r uirement o ing Owner's personnel. 4. Divisions 2 through 166 s for spe eout and s eaning requirements for the Work in those i S. 1.3 SUBSTANTIAL COMP A. Preliminary Proce es: fore r ti inspe on r termining date of Substantial Completion, c e folio in L items below t are incomplete with request. P 9 P q 1. Prepare ' t i ms to completed an orre d (punch list), the value of items on the list, an reasons w rk is not c m te. 2. Advise Owner of pegALftauranc requirements. 3. Submit specific s, work nds, maintenance service agreements, final certification si ar documen 4. Obtain and iNeleases p ittin wner unrestricted use of the Work and access to services t ies. IriV�cupancy permits, operating certificates, and similar releas 5. e a d submi Record Documents, operation and maintenance manuals, inal pletio * n ct n photographic documentation, damage or settlement ry S, prop y s s, and similar final record information. Include full back-up of Pr ect infor tion om contractor's Cloud Based management software related to this project. 6. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. 7. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 8. Complete startup testing of systems. 9. Submit test/adjust/balance records. 10. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 11. Advise Owner of changeover in heat and other utilities. DEMX ARCHITECTURE CLOSEOUT PROCEDURES FAYETTEVILLE, AR 01 77 00-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 12. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. 13. Complete final cleaning requirements, including touchup painting. 14. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements Qr5al completion. 1.4 FINAL COMPLETION A. Preliminary Procedures: Before requesting fin spection for deter ' final completion, complete the following: 1. Submit a final Application for Payment ccordin ivi n 1 Section "Payment Procedures." 2. Submit certified copy of Archit �' u ntial mpleti spectio ms to be completed or corrected (punc �p orsed an ted y Architect. Th ertified copy of the list shall state that i m has !!ge co pleted or esolved for acceptance. 3. Submit evidence of ffimajon inuing a e covera ying with insurance requirements. 4. Submit pest-contraspection ort and warran 5. Instruct Owne ' nnel i , adjuWring maintenance of products, equipment, a s to S. Su a nstrati a video recordings. B. Inspection: S en re uest inal ins ecti or acceptance. On receipt of request, Architect will e r ro eed w inspection or tify ntractor of unfulfilled requirements. Architect will pre re a final qMitAwe for Pay nt er inspection or will notify Contractor of construction that must berdor d or c c ore certificate will be issued. 1. Reinspection: R pect' e Work identified in previous inspections as incomplete i" p orrect 1.5 LIST OF INCO EMS (P N T) A. 0rganizatio Include me d identification of each space and area affected by constr op rations plete items and items needing correction including, if necevary;,r�lreffs dist C tractor that are outside the limits of construction. Use CSI F1Aor oer fo approved by Architect and Owner. 1. ze list f s ces in sequential order, starting with exterior areas first and proceeding fro est floor to highest floor. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date. C. Name of Architect. d. Name of Contractor. e. Page number. 4. Submit list of incomplete items in the following format: a. PDF electronic file. DEMX ARCHITECTURE CLOSEOUT PROCEDURES FAYETTEVILLE, AR 01 77 00-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 1.6 WARRANTIES A. Submittal Time: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated.. B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. C. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, three-ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-1 1 -inch (215-by-280-mm) paper. 2. Provide heavy paper dividers with plastic -covered tabs for each sepa t arranty. Mark tab to identify the product or installation. Provide a typed descr* of e product or installation, including the name of the product and the name, and telephone number of Installer. 3. Identify each binder on the front and spin e typed r ' ed title "WARRANTIES," Project name, and name of Contractor. 11 PART 2 - PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cl fabricator of the surface hazardous to health or pror 1. Use cleaning pro c products that levels. I;DPART 3 -EXECUTION I �v 3.1 A. �r 0 manufacturer or that are potentially 037 is not applicable, use ns maximum allowable VOC FINAL CLEANING Ci General: Perform final Con g and waste -removal operations to comply with local laws 2;nces and I and local environmental and antipollution regulations. Cleaning: Emp enced *vr r professional cleaners for final cleaning. Clean each surfatS ptantial .9�ondition pe d in an average commercial building cleaning and maintram. Co manufacturer's written instructions. 1. he fol o a *ng operations before requesting inspection for certification omppn for entire Project or for a portion of Project: a. Clean ject ite, yard, and grounds, in areas disturbed by construction activities, including scape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Rake grounds that are neither planted nor paved to a smooth, even -textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard -surfaced finishes to a dirt -free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural DEMX ARCHITECTURE CLOSEOUT PROCEDURES FAYETTEVILLE, AR 01 77 00-3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS weathering of exterior surfaces. Restore reflective surfaces to their original condition. g. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. h. Sweep concrete floors broom clean in unoccupied spaces. i. Vacuum carpet and similar soft surfaces, removing debris and excess nap; shampoo if visible soil or stains remain. j. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision -obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces. k. Remove labels that are not permanent. I. Touch up and otherwise repair and restore marred, exposed fi s and surfaces. Replace finishes and surfaces that cannot be satisfactoril ' ed r restored or that already show evidence of repair or restoration. 1) Do not paint over "UL" and o required labels and ication, including mechanical and electrical na M. Wipe surfaces of mechanical andretrIca(e nt, levator a ui ment, and similar equipment. Remo e estio p int d mortar r ings, and other foreign substance n. Replace parts subject to conditio urin constructi t may impede operation or reduce to vIt • o. Clean plumbing fi r a sa c on, fr i , including stains resulting from w osure. p. Replace dispo it filters nd permant* ilters. Clean exposed surfaces o i register nd gri Is. q. Clean wers, n if unit e o rated without filters during constr do o at di } or aminati w' p iculate matter upon inspection. 1 HVAC s ste Nfi compliance th NADCA Standard 1992-01. Provide w tt repo on completio f clea ing. r. Cle light fixtu s, S, glo4es, n flectors to function with full efficiency. Replace bur - ulbs, oticeably dimmed by hours of use, and defective y starte i scent and mercury vapor fixtures to comply with r m s for new fi S. Leav clean an ady r occupancy. C. Pest Control: a experiLtc ensed exterminator to make a final inspection and rid Project of ro 'nsects, and okler OKts. Prepare a report. D. Constr 'o W to Dispoply with waste disposal requirements in Division 1 Section "Tern orary flities r�c� �,ti�o ." Division 1 Section "Construction Waste Management." END OF SECTION DEMX ARCHITECTURE CLOSEOUT PROCEDURES FAYETTEVILLE, AR 01 77 00-4 CITY OF FAYETTEVILLE, ARKANSAS.- PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 01 78 23 OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following: 1. Operation and maintenance documentation directory. 2. Emergency manuals. 3. Operation manuals for systems, subsystems, and equipment. 4. Maintenance manuals for the care and maintenance of p aterials, and finishes, systems and equipment. B. Related Sections include the following: 4+0 1. Division 1 Section "Closeout Procedure for sub op ation and maintenance manuals. 2. Division 1 Section "Project r ume s" for r aring Re ings for operation and maintenance . 3. Divisions 2 through 16 S io for sp0rif o ration an I nce manual requirements for the se Se s. 1.3 DEFINITIONS NQ A. System: An organi tion of s, equipment, stems united by regular interaction. B. Subsystem: A p "on yste �ioc racteri s ilAlto a system. 1.4 SUBMITTALS A. Initial Submitt - Submit pies ol6ea nual at least 15 days before requesting inspection for Subst i mpleti a complete operation and maintenance directory. Archite t�turn dig' I draft and mark whether general scope and content of ma r ceptable. B. Final Submittal: digital c and ne copy of each manual in final form at least 15 days befor i i pectiorl*ct will return copy with comments within 15 after final inspect' •/ 1. rec or modif anual to comply with Architect's comments. Submit digital c of each�gQ a anual within 15 days of receipt of Architect's comments. 1.5 COORD ION ` A. Where operation a aintenance documentation includes information on installations by more than one factory -authorized service representative, assemble and coordinate information furnished by representatives and prepare manuals. PART 2 - PRODUCTS 2.1 OPERATION AND MAINTENANCE DOCUMENTATION DIRECTORY A. Organization: Include a section in the directory for each of the following: 1. List of documents. 2. List of systems. 3. List of equipment. DEMX ARCHITECTURE OPERATIONS AND MAINTENANCE DATA FAYETTEVILLE, AR 01 78 23-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 4. Table of contents. B. List of Systems and Subsystems: List systems alphabetically. Include references to operation and maintenance manuals that contain information about each system. C. List of Equipment: List equipment for each system, organized alphabetically by system. For pieces of equipment not part of system, list alphabetically in separate list. D. Tables of Contents: Include a table of contents for each emergency, operation, and maintenance manual. E.Identification: In the documentation directory and in each operation and maintenance manual, identify each system, subsystem, and piece of equipment with same designation used in the Contract Documents. If no designation exists, assign a designation according to ASHRAE Guideline 4, "Preparation of Operating and Maintenance Documentation for Building Systems." 2.2 MANUALS, GENERAL A. Organization: Unless otherwise indicated, organize each manual int to section for each system and subsystem, and a separa ection for each piece uipment not part of a system. Each manual shall contain the I matey' lie order listed: 1. Title page. 2. Table of contents. 3. Manual contents. B. Title Page: Enclose title page in trai plastic sl e. In ude the fo wi information: 1. Subject matter included in n •` 2. Name and address of ' 3. Name and address er. 4. Date of submittal. 5. Name, addres phone nuer of ontract 6. Name and f Arch' e ` 7. Cross -ref nc t lated m in other er io nd maintenance manuals. C. Table of Co each rodu n uded in ma al, identified by product name, indexed to the con e volu,an cross -re ence to Specification Section number in Project Man I. 1. If operation or ance on requires more than one volume to accommodat clude c ive table of contents for all volumes in each volume oft sett/ D. Manual Contentsf%resnize into s of mYnageable size. Arrange contents alphabetically by system, s N and e*i0kw1J If possible, assemble instructions for subsystems, equipm component of system into a single binder. 1. i er (if reque wner): Heavy-duty, 3-ring, vinyl -covered, loose-leaf binders, in ness nt r accommodate contents, sized to hold 8-1/2-by-1 I -inch ( 5 by 28Cr�);_ per; with clear plastic sleeve on spine to hold label describing ontents apockets inside covers to hold folded oversize sheets. a. If two obinders are necessary to accommodate data of a system, organize data in each binder into groupings by subsystem and related components. Cross-reference other binders if necessary to provide essential information for proper operation or maintenance of equipment or system. b. Identify each binder on front and spine, with printed title "OPERATION AND MAINTENANCE MANUAL," Project title or name, and subject matter of contents. Indicate volume number for multiple -volume sets. 2. Dividers: Heavy -paper dividers with plastic -covered tabs for each section. Mark each tab to indicate contents. Include typed list of products and major components of equipment included in the section on each divider, cross-referenced to Specification Section number and title of Project Manual. DEMX ARCHITECTURE OPERATIONS AND MAINTENANCE DATA FAYETTEVILLE, AR 01 78 23-2 CITY OF FAYETTEVILLE, ARKANSAS.- PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic software diskettes for computerized electronic equipment. 4. Supplementary Text: Prepared on 8-1/2-by-1 1 -inch (215-by-280-mm) white bond paper. 5. Drawings: Attach reinforced, punched binder tabs on drawings and bind with text. a. If oversize drawings are necessary, fold drawings to same size as text pages and use as foldouts. b. If drawings are too large to be used as foldouts, fold and place drawings in labeled envelopes and bind envelopes in rear of manual. At appropriate locations in manual, insert typewritten pages indicating drawing titles, descriptions of contents, and drawing locations. 2.3 EMERGENCY MANUALS A. Content: Organize manual into a separate section for each of the foll 1. Type of emergency. 2. Emergency instructions. ' 3. Emergency procedures. B. Type of Emergency: Where applicable for eac ype of e c ndicated below, include instructions and procedures for eac syst m, sub st m, ece of ent, and component: 1. Fire. ` 2. Flood. 3. Gas leak. 4. Water leak. 5. Power failure. 6. Water outage. 7. System, su or equ re. C. Emergency Instr,io scrib ex lain war n tr le indications, error messages, and simil e d sig als. I u e responsib ' es of Owner's operating personnel for notificatio In a er, sup r, an manuaa rer t aintain warranties. D. Emergency Pr edures: In following, s licable: 1. Instructions on 2. Shutdown insIr c for eac ty ergency. 3. Operatin iMru s for condi utside normal operating limits. 4. Reqi U ces for el is or ectronic systems. 5. Speci o ng instr%t�d procedures. 2.4 OPER ALS A. Co ent: dditionit ents in this Section, include operation data required in i ivid I Speci a ion ions and the following information: 1. ystem, s syst , and equipment descriptions. 2. Performanc design criteria if Contractor is delegated design responsibility. 3. Operating standards. 4. Operating procedures. 5. Operating logs. 6. Wiring diagrams. 7. Control diagrams. 8. Piped system diagrams. 9. Precautions against improper use. 10. License requirements including inspection and renewal dates. B. Descriptions: Include the following: 1. Product name and model number. DEMX ARCHITECTURE OPERATIONS AND MAINTENANCE DATA FAYETTEVILLE, AR 01 78 23-3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2.5 2.6 2. Manufacturer's name. 3. Equipment identification with serial number of each component. 4. Equipment function. 5. Operating characteristics. 6. Limiting conditions. 7. Performance curves. 8. Engineering data and tests. 9. Complete nomenclature and number of replacement parts. C. Operating Procedures: Include the following, as applicable: 1. Startup procedures. 2. Equipment or system break-in procedures. 3. Routine and normal operating instructions. 4. Regulation and control procedures. O 5. Instructions on stopping. 6. Normal shutdown instructions. 7. Seasonal and weekend operating ins .ons. ' 8. Required sequences for electric or elec stems. 9. Special operating instructions and proce res. D. Systems and Equipment Controls: De cri the quenc f pe on, and dicontrols as installed. E. Piped Systems: Diagram piping I d, and i ify c lor-coding he required for identification. •` PRODUCT MAINTENANCE I A. Content: Organize mans Include source info and sources, an B. Source Informati fa arranged t telephone r f reference S cification C. Product Information: 1. Product nam( 2. Manufac elf 3. Color, pa 4. Re i 5. Re rrr D. Main1=wa ce roce A I a separate s for eac pr t, material, and finish. roduct in rmation, mainte ocedures, repair materials ies an b descri IQach p t i luded i m ua , entified by product name and ival's to contents. each product, list name, address, and Inst r or supplier d m tenance service agent, and cross- i umber and itl Project Manual. follo cable: �pdel nu r CWU texture. iemical%p ft )rmatio or cially manufactured products. i lude manufacturer's written recommendations and the ► 1► 2. Types of c anin agents to be used and methods of cleaning. 3. List of clean gents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions. E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. SYSTEMS AND EQUIPMENT MAINTENANCE MANUAL A. Content: For each system, subsystem, and piece of equipment not part of a system, include source information, manufacturers' maintenance documentation, maintenance procedures, DEMX ARCHITECTURE OPERATIONS AND MAINTENANCE DATA FAYETTEVILLE, AR 01 78 23-4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS maintenance and service schedules, spare parts list and source information, maintenance service contracts, and warranty and bond information, as described below. B. Source Information: List each system, subsystem, and piece of equipment included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Manufacturers' Maintenance Documentation: Manufacturers' maintenance documentation including the following information for each component part or piece of equipment: 1. Standard printed maintenance instructions and bulletins. 2. Drawings, diagrams, and instructions required for maintenance, including disassembly and component removal, replacement, and assembly. 3. Identification and nomenclature of parts and components. 4. List of items recommended to be stocked as spare parts. D. Maintenance Procedures: Include the following information and it etail essential maintenance procedures: v 1. Test and inspection instructions. 2. Troubleshooting guide. O 3. Precautions against improper main nanc . 4. Disassembly; component trao epair, and cement; assembly instructions. 5. Aligning, adjusting, and the in nstructi s. 6. Demonstration and tra n i otape a E. Maintenance and Service les: Incl c and lubr requirements, list of required lubricants for ment, and se a schedu s f preventive and routine maintenance and s standar ime al otment. 1. Scheduled nce a d i Tab for daily, weekly, monthly, quarterly, mi I, and al equenc 2. Main c nd S rvice c rd: Inclu manufacturers' forms for recording maint n . F. Spare Parts Li and Sour f ation: jnc de " is of replacement and repair parts, with parts identified and rence cturers' maintenance documentation and local sources of m ce mat I lated services. G. Maintenance Se C cts: Inclu es of maintenance agreements with name and telephone nu ervice a H. Warranties a Inclu6k of warranties and bonds and lists of circumstances and co that would a ect idity of warranties or bonds. 1. n ud proced follow and required notifications for warranty claims. PART 3 - EXEC 10 3.1 MANUAL PREPARAT A. Operation and Maintenance Documentation Directory: Prepare a separate manual that provides an organized reference to emergency, operation, and maintenance manuals. B. Emergency Manual: Assemble a complete set of emergency information indicating procedures for use by emergency personnel and by Owner's operating personnel for types of emergencies indicated. C. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care and maintenance of each product, material, and finish incorporated into the Work. D.Operation and Maintenance Manuals: Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment not part of a system. DEMX ARCHITECTURE OPERATIONS AND MAINTENANCE DATA FAYETTEVILLE, AR 01 78 23-5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 1. Engage a factory -authorized service representative to assemble and prepare information for each system, subsystem, and piece of equipment not part of a system. 2. Prepare a separate manual for each system and subsystem, in the form of an instructional manual for use by Owner's operating personnel. E. Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable. 1. Prepare supplementary text if manufacturers' standard printed data are not available and where the information is necessary for proper operation aintenance of equipment or systems. F. Drawings: Prepare drawings supplementing manufacturers' print illustrate the relationship of component parts of equqQ&nt and systems an illustrate control sequence and flow diagrams. Coordinaterents awings il�ormation contained in Record Drawings to ensure correct illustratiocon le to tion. 1. Do not use original Project Record ocas a o eration a ntenance manuals. • 2. Comply with requirements prepared cord rawings i Di 'on 1 Section "Project Record Documents ' • G. Comply with Division 1 Sectio ut Pr ur sche ul s miffing operation and maintenance docu n. G END OF SECTION 0 G O . DEMX ARCHITECTURE OPERATIONS AND MAINTENANCE DATA FAYETTEVILLE, AR 01 78 23-6 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 01 78 39 PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. B.Related Sections include the following: 1. Division 1 Section "Closeout Procedur neral c rocedures. 2. Division 1 Section "Operation and Main ance Da o ration and maintenance manual requirements. 3. Divisions 2 through 16 ti * n spe 'fic req ents f t Record Documents of the Work in tions. 1.3 SUBMITTALS •` A. Record Drawings: with the 1. Number of Copies ractor to Sub e copy of ar up Record Prints. 2. Number of C mit copi of Record Draw Ilows: a. Initial I: Sum marke Prints. Architect will initial and at pag r m rk whe r n scope of changes, additional n rec rde qualit of fting are acceptable. Architect will r a d Con ctor will prove prin for organizing into sets, printing, b ding, and f' ittal. e b. Final Sub ubmit r ecord Drawings, Print each Drawing (if request ner), r t r or not changes and additional information we or B. Record Spec s: Sub roje s Specifications, including addenda and contract modifica * n C. Recor c Data: Su it Pact Data submittal. er ecord Data is required as part of operation and maintenance Is, subAi e p Product Data as an insert in manual instead of submittal Recor roducu a. PART 2 - PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of blue- or black -line white prints of the Contract Drawings and Shop Drawings. 1. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked -up Record Prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. DEMX ARCHITECTURE PROJECT RECORD DOCUMENTS FAYETTEVILLE, AR 01 78 39-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS b. Accurately record information in an understandable drawing technique. C. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. 2. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. c. Depths of foundations below first floor. d. Locations and depths of underground utilities. e. Revisions to routing of piping and conduits. f. Revisions to electrical circuitry. g. Actual equipment locations. h. Duct size and routing. i. Locations of concealed internal utilities. j. Changes made by Change Order or Construction Chang k. Changes made following Arch ite written orders. I. Details not on the original Contraris gs. m. Field records for variable and conond' ' n. Record information on the W k to o y matically 3. Mark the Contract Drawi or p Dra ings, ever is pable of showing actual physical co complet nd a curately. I ho rawings are marked, show cross-refere a the Corftra Dr ings. 4. Mark record sets wit r e, red- a cil. U h c ors to distinguish between changes f rent cate t e Work at cation. 5. Mark important t' nal informati at was er own schematically or omitted from rawings. 6. Note Con Chan a num J►ate numbers, Change Order numbers, n i r ide do , where pli b 2.2 RECORD SPECI S A. Preparatio Mark S i ns to*in ca the actual product installation where installation varies at in t Specifications, addenda, and contract modifications. 1. Give pa r tion to info n on concealed products and installations that cannot b a y identifie,iWnd re orded later. 2. Mar o the pl%pilllliagly name and model number of products, materials, and e ' t urnished, clu substitutions and product options selected. 3 R cor the na manufacturer, supplier, Installer, and other information n sary to ) i r ord of selections made. F r each nnci product, indicate whether Record Product Data has been ubmitte in op ration and maintenance manuals instead of submitted as Record Product Da 5. Note related Change Orders, Record Product Data, and Record Drawings where applicable. 2.3 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. DEMX ARCHITECTURE PROJECT RECORD DOCUMENTS FAYETTEVILLE, AR 01 78 39-2 CITY OF FAYETTEVILLE, ARKANSAS.- PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3. Note related Change Orders, Record Specifications, and Record Drawings where applicable. 2.4 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the conn period for Project Record Document purposes. Post changes and modific o oject Record Documents as they occur; do not wait until the end of Project. B. Maintenance of Record Documents and S les: Store Record DQ nts and Samples in the field office apart from the Contract nts us o�nstruction. Do not use Project Record Documents for constructio purpose int Record Documents in good order and in a clean, dry, legibI condi ion, pro ct d deteriorl%and loss. Provide access to Project Re ents r Arch s refere g normal working hours. END OF SECTION O G O G O . DEMX ARCHITECTURE PROJECT RECORD DOCUMENTS FAYETTEVILLE, AR 01 78 39-3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 01 79 00 DEMONSTRATION AND TRAINING PART 1 - GENERAL 1.1 1.2 1.3 1.4 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. SUMMARY A. This Section includes administrative and procedural requirements for instructing Owner's personnel, including the following: 1. Demonstration of operation of systems, subsystems, and equip n . 2. Training in operation and maintenance of systems, subsyste a ipment. 3. Demonstration and training videotapes. B. Related Sections include the following: 1. Division 1 Section "Project Managet0ific Coor for requirements for preinstruction conferences. 2. Divisions 2 through 16 Sections r re it for de tion and training for products se tions. SUBMITTALS • A. Instruction Program: S training, including a s instructors' names fo c each training mo e. 1. At comple ' ining, B. Qualification ta. facilit C. Attenda For eac instructio m . D. Evaluation - For eac a documentation of p c E. Demonstration ing training mo �Q ine o trr al pro ra monstration and 416 of propo a s, times, lee instruction time, and raining mod nclude le nin bjective and outline for u plete tr al(s) for Owner's use. s uctor, p to apr. i ning module, mit list of participants and length of Apant aibd r h training module, submit results and e-ba Vide: Submit within seven days of end of each 1. Id( ifi n each c , prov1Fe an applied label with the following information: a. a Project b e and addr s o otographer. ame of A ame f t Dat i eo was recorded. f. Des iptio of vantage point, indicating location, direction (by compass point), and a on or story of construction. QUALITY ASSURANCE A. Facilitator Qualifications: A firm or individual experienced in training or educating maintenance personnel in a training program similar in content and extent to that indicated for this Project, and whose work has resulted in training or education with a record of successful learning performance. B. Instructor Qualifications: A factory -authorized service representative, complying with requirements in Division 1 Section "Quality Requirements," experienced in operation and maintenance procedures and training. C. Photographer Qualifications: A professional photographer who is experienced photographing construction projects. DEMX ARCHITECTURE DEMONSTATION AND TRAINING FAYETTEVILLE, AR 01 79 00-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS Preinstruction Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." Review methods and procedures related to demonstration and training including, but not limited to, the following: 1. Inspect and discuss locations and other facilities required for instruction. 2. Review and finalize instruction schedule and verify availability of educational materials, instructors' personnel, audiovisual equipment, and facilities needed to avoid delays. 3. Review required content of instruction. 4. For instruction that must occur outside, review weather and forecasted weather conditions and procedures to follow if conditions are unfavorable. 1.5 COORDINATION A. Coordinate instruction schedule with Owner's operations. Adjust le s required to minimize disrupting Owner's operations. B. Coordinate instructors, including provi notification of d� imes, length of instruction time, and course content. C. Coordinate content of training modules wit content ov d emergenc , operation, and maintenance manuals. Do not subm instru io p ram until tion and maintenance data has iewe and pproved Architect. PART 2 -PRODUCTS •` 2.1 INSTRUCTION PROGRAM A. Program Structure: a an inst ucti ro ram t tes individual training 9P 9 9 modules for eac y and equip ent not part of as required by individual Specification nd as of 1. Motorize o s, cludin tic entr ce oo 2. Equ t 3. Fire- ec o syste inclu ing fire m an fire -extinguishing systems. 4. Intrusi detection 5. Conveying syst ding 6. HVAC systerq 7. HVAC in t W,e ion and con 8. Electric ' and dist tion 9. Ligh g ment a*Aafrys. B. Traini u es: Devel a rning objective and teaching outline for each module. a escripti cific skills and knowledge that participant is expected to ast or eac in ude instruction for the following sis of yste esign, Operational Requirements, and Criteria: Include the ollowing: a. Syste system, and equipment descriptions. b. Performance and design criteria if Contractor is delegated design responsibility. c. Operating standards. d. Regulatory requirements. e. Equipment function. f. Operating characteristics. g. Limiting conditions. h. Performance curves. 2. Documentation: Review the following items in detail: DEMX ARCHITECTURE DEMONSTATION AND TRAINING FAYETTEVILLE, AR 01 79 00-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS a. Emergency manuals. b. Operations manuals. c. Maintenance manuals. d. Project Record Documents. e. Identification systems. f. Warranties and bonds. g. Maintenance service agreements and similar continuing commitments. 3. Emergencies: Include the following, as applicable: a. Instructions on meaning of warnings, trouble indications, and error messages. b. Instructions on stopping. c. Shutdown instructions for each type of emergency. d. Operating instructions for conditions outside of normal operating limits. e. Sequences for electric or electronic systems. Q)l f. Special operating instructions and procedures. 4. Operations: Include the following, as applicable: a. Startup procedures. ' b. Equipment or system break-in pr S. O c. Routine and normal operatin inst ctions. d. Regulation and control 9roc ures. e. Control sequences. ` f. Safety procedures. g. Instructions on sto •` h. Normal shutdo i ions. i. Operating pro s or emer e j. Operating pr es for sys em, ystem, or ui nt failure. k. Season a ekend op ting instruction I. Requi ences or or elec S. M. Sp al ting in st io and pr e e . 5. Adj nclud the fo wing: a. gn a ts. b. ecking adj c. Noise an adjus n d. Econo fficienc d' ts. 6. Trouble n clude the fo g: a. Di s instructiq. b. a inspec%4 dures. 7. M nce: IncludeVe Wowing: 41 a�euuuii ies. ypes f ents to be used and methods of cleaning. List c ea agents and methods of cleaning detrimental to product. d. Pro dure for routine cleaning e. Proce s for preventive maintenance. f. Procedures for routine maintenance. g. Instruction on use of special tools. 8. Repairs: Include the following: a. Diagnosis instructions. b. Repair instructions. c. Disassembly; component removal, repair, and replacement; and reassembly instructions. d. Instructions for identifying parts and components. e. Review of spare parts needed for operation and maintenance. DEMX ARCHITECTURE DEMONSTATION AND TRAINING FAYETTEVILLE, AR 01 79 00-3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS PART 3 - EXECUTION 3.1 PREPARATION A. Assemble educational materials necessary for instruction, including documentation and training module. Assemble training modules into a combined training manual. B. Set up instructional equipment at instruction location. 3.2 INSTRUCTION A. Facilitator: Engage a qualified facilitator to prepare instruction program and training modules, to coordinate instructors, and to coordinate between Contractor and Owner for number of participants, instruction times, and location. B. Engage qualified instructors to instruct Owner's personnel to ad'ust, operate, and maintain systems, subsystems, and equipment not part of a system. C. Scheduling: Provide instruction at mutually agreed on time a ipment that requires seasonal operation, provide similar instruction at start o son. 1. Schedule training with Owner with adv a notice. D. Cleanup: Collect used and leftover . nal m e Remove instructional equipment. Restore systems and equipme to cond is g before initial training use. 3.3 DEMONSTRATION AND TRAINING VI S A. General: Engage a qualified o ercial Oh ra er to rec stration and training videotapes. R r e ch tra' e se ra ly clude classroom instructions and demo n boar a s, and other aids, but not student practice. 1. At beginning aining m le, record each taining learning objective and I tline. B. Videotape F at. vide h ali VHS c r e e in full-size cassettes. C. Recordi t caera npod befor tarting recording, unless otherwise necessar s o area o emonstration trai g. Display continuous running time. G END OF SECTION ` Cb o. DEMX ARCHITECTURE DEMONSTATION AND TRAINING FAYETTEVILLE, AR 01 79 00-4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 02 41 19 SELECTIVE DEMOLITION PART -1GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 DESCRIPTION A. This Section requires the selective removal and subsequent off -site disposal as required to accommodate new construction. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Relocation of pipes, conduits, ducts, and other mechanical and electric ecified in other Sections. 1.04 JOB CONDITIONS A. Condition of Structure: Owner assumes res onsibili f al condit�f items or structures to be demolished. 1. Conditions existing at time of in cc for biddi urp es will be ai 'ned by Owner insofar as practicable. Howev m r variation wi in structur r by Owner's removal/salvage operation start a emoli 'on 2. The contractor shall fi s re the i s ructure to ine required material lengths and verify that ndition of the ' ng structi� implied on the drawings before the fabricati items. An Asting items w conflict with details shown on the drawing a rough to itects ediately. B. Partial Demolitio n oval: in icated e e ed but of salvageable value to Contractor m r ved from s t as work p resses. Transport salvaged items from site as they ar 1. Storage or le of remo i on sit* wi n e permitted. 2. Owner may remove i t and f' r to demolition. C. Protections: Provide 1p barri a ther forms of protection to protect Owner's personnel and geeaLpu from injury a selective demolition work. 1. Protect from 3 existing ish w k that is to remain in place and becomes exposed during de i n peratioi%. 2. Remov ctions at co leti c work. D. Dam : ro t y repai s caused to adjacent facilities by demolition work. E. Fla Cut o not J ttin torches for removal until work area is cleared of flammable mat als. t conc e s s, uch as interior of ducts and pipe spaces, verify condition of hidden ace bef a st ing flame -cutting operations. Maintain portable fire suppression devices during flam ng operations. F. Utility Services: Maintain existing utilities indicated to remain in service and protect them against damage during demolition operations. PART 3 — EXECUTION 3.01 PREPARATION A. General: Provide interior and exterior shoring, bracing, or support to prevent movement, settlement, or collapse of areas to be demolished and adjacent facilities to remain. Cease operations and notify Architect immediately if safety of structure appears to be endangered. Take precautions to support structure until determination is made for continuing operations. DEMX ARCHITECTURE SELECTIVE DEMOLITION FAYETTEVILLE, AR 0241 19 - 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.02 3.03 3.04 B. Cover and protect equipment, and fixtures from soilage or damage when demolition work performed in areas where such items have not been removed. C. Locate, identify, stub off, and disconnect utility services that are not indicated to remain. DEMOLITION A. General: Perform selective demolition work in a systematic manner. Use such methods as required to complete work indicated on Drawings in accordance with demolition schedule and governing regulations. 1. 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. 2. Locate demolition equipment throughout structure and promptly remove debris to avoid imposing excessive loads on supporting walls, floors, or framing. 3. Provide services for effective air and water pollution controls as re y cal authorities having jurisdiction. 4. Demolish foundation walls to a depth of less than 12 inches w existing ground surface. Further demolition shall be perfor quired JM%Arawings. Demolish and remove below -grade wood or metal constr tion. Bre b w-grade concrete slabs. Remove tops of existing drilled piers to dept require fo ne oor slab. Olerior slabs on grade, use removal methods fT crac or stru ally distu nt slabs or partitions. Use power saw wher I . B. If unanticipated mechanical, electri , o tructur I e that confI' nded function or design are encountered, inve g d me ure a d t he conflict. Submit report to Architect in writt u ate det i g receipt tive from Architects, rearrange selective demoli, edule as nec to conti rall job progress without undue delay. �����////// DISPOSAL OF DEMOL H TERIA A. Remove fro 'I site debri , D4fsh, and o r 9 materials resulting from demolition operations. Tr d lega dispo e off sit 1. If hazardou aterials a in ntered duri g olition operations, comply with applicable regulations, laws, a i nces c emoval, handling, and protection against exposure or enviro polluti CLEANUP AND REPAI A. General: Upo c tion ON on work, remove tools, equipment, and demolished materials fir e. emove pr ecti s and leave interior areas broom clean. 1. R it err li ion per ' excess of that required. Return elements of construction and rfac remai co ition existing prior to start operations. Repair adjacent nstr tion or ac s iled or damaged by selective demolition work. END OF SECTION DEMX ARCHITECTURE SELECTIVE DEMOLITION FAYETTEVILLE, AR 0241 19 - 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 03 20 00 CONCRETE REINFORCEMENT PART -1GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals for concrete reinforcement to complete the Work as indicated on the Drawings and as specified herein. 1.02 RELATED SECTIONS A. Section 01 30 00 - Administrative Requirements. B. Section 01 40 00 - Quality Requirements. C. Section 03 30 00 - Cast -in -Place Concrete. 1.03 REFERENCES A. ACI 301 - Specifications for Structural International; 2010. B. ACI 318 - Building Code Requirements Concrete Institute International; 2011. C. ACI SP-66 - ACI Detailing Manual; AmeriQa D. ASTM A 185/A 185M - Standard Sp ' 1 Concrete; 2007. E. ACI 350 -Code Requirements for E 2006. Concrete for Buildings; ForStr r C 4.-Lrete Instit F. ASTM A 615/A 615M -Stand 'fication Am b!!Concrete Institute oncreff JIV Commentary; American ut Jlr�kinal; 20 4Veire Rein t. Plain. for �ncrete S 42�0 Commentary; and PI ' teel Bars for Concrete Reinforcement, 2015. G. CRSI (DA4) - Manual of n Practice; rete Reinforc'r nstitute; 2009. H. CRSI (P1) - Placing R ' Bars; o re inforc' / titute; Ninth Edition. 1.04 SUBMITTALS A. See Section 01 3 0 - Adminis Requireme r su mittal procedures. B. Shop Drawings: op drawi s IF reinforce t fabrication, bending, and placement of concrete reinforcement. ith 304), "ACI Detailing Manual," showing bar schedules, stirrup spa rams of rs, and arrangement of concrete reinforcement. Include special rein fie required for o gs through concrete structures. Include locations of construction jo' dditio al rcing for construction joints. C. Review of these a s is man tthe Structural Engineer of Record prior to fabrication. D. Manufactur ficate: Ce if hat reinforcing steel and accessories supplied for this project meet ce ecified4e�ir ts. 1.05 QUALITY A NCE A. Perform work of this ti in accordance with ACI 301. B. Provide Engineer with access to fabrication plant to facilitate inspection of reinforcement. Provide notification of commencement and duration of shop fabrication in sufficient time to allow inspection. PART 2 - PRODUCTS 2.01 REINFORCEMENT A. Reinforcing Steel: ASTM A 615/A 615M Grade 60 (420). 1. Plain billet -steel bars. 2. Unfinished. B. Welded Wire Fabric: ASTM A185 DEMX ARCHITECTURE CONCRETE REINFORCEMENT FAYETTEVILLE, AR 03 20 00 - 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 1. Plain welded steel wire fabric. 2. Unfinished. C. Reinforcement Accessories: 1. Tie Wire: Annealed, minimum 16 gage. 2. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for adequate support of reinforcement during concrete placement. a. For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. b. For exposed -to -view concrete surfaces where legs of supports are in contact with forms provide supports with legs that are plastic protected (CRSI, Class 1) or stainless steel protected (CRSI, Class 2). 2.02 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI (DA4) - Manual of St da Practice. B. Welding of reinforcement is not permitted. C. Locate reinforcing splices not indicated on drawings at point of minimu e 1. Submit locations of splices to Engineer. PART - 3 EXECUTION 3.01 PLACEMENT e) A. General: Comply with the Concrete Re' Steel ns recommen e for "Placing Reinforcing Bars." for details an s of r t placem t ports and as specified herein. B. Avoid cutting or puncturing retarder g inforcem ment and concreting operations. ���� C. Accurately place, suppo an secure reinfdltement agains ment. Do not deviate from required position. acale, ►► D. Clean reinforc ent I s rust a ea and other materials that remove or destroy bond w e. E. Accommodate p ement of fo o enings. F. Place reinforcem t to obtai at st minirt co rages for concrete protection and within tolerances permitted by nless wise on the drawings. Arrange, space, and securely tie bars and qp p rts to h in rcement in position during concrete placement operations. Set wireW9V s are directe concrete, not toward exposed concrete surfaces. G. Install welded ��ir�61�'as Allq%Was practical. Lap adjoining pieces at least two full mesh lengths and las with s laps of adjoining widths to prevent continuous laps in either directiH. Verify a s, seatr#,�einforcement and other items to be cast into concrete are accur ely p ced, po sy, and will not interfere with concrete placement. 3.02 FIELD QUALITY CONTRO A. An independent testing agency will perform field quality control inspection and testing as indicated on the Drawings. END OF SECTION DEMX ARCHITECTURE CONCRETE REINFORCEMENT FAYETTEVILLE, AR 03 20 00 - 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 03 30 00 CAST -IN PLACE CONCRETE PART 1 - GENERAL 1.1 DESCRIPTION A. This Section specifies all cast -in -place concrete, including formwork, reinforcing steel, mix design, placement procedures, and finishes. 1.2 REFERENCES The publications listed below form a part of this specification to the extent referenced: A. ACI 301, "Specifications for Structural Concrete for Buildings." B. ACI 304, "Guide for Measuring, Mixing, Transporting and Placing Concret C. ACI 315, "Details and Detailing of Concrete Reinforcement." D. ACI 318, "Building Code Requirements for Reinforced Concrete." E. ACI 347, "Guide to Formwork for Concrete." F. Concrete Reinforcing Steel Institute (CRSI), " I of S t,andajQra G. Concrete Reinforcing Steel Institute (CRSI), " n einforc H. ASTM S 615, "Specifications for D form and Steel Bar Concrete Reinforcement." I. ASTM C 94, "Specifications for R i Concr 1.3 SUBMITTALS A. Manufacturer's Product Da�ufactu s' al�ct data tion and installation instructions for proprie rials and i s, cluding a i bonding agents, form release agents, patc ' ounds, w rsto joint syste a others as requested by the Owner's Represent ve. B. Shop Drawings orcing to rcing �rawings for reinforcement with details fo bn io , b ding, rent of to reinforcement. Comply with ACI 315 "Details a of C rete inforce nt" a ACI SP 66 "ACI Detailing Manual". The fabricator all check the act drawings etai ing and report errors or inconsistencies discovered t erein to the w r Represt ve fore starting shop detailing. C. Quality Control Sub 1. Test Rep . a ratory to o or concrete materials and mix design tests. 2. CertifWN aterial certific may be supplied in lieu of material laboratory test rep perAaC5Wctor, ner's Representative. Material Certificates shall be signed b sEacturer certifying that each material item complies with or s specifieirements. Provide certification from admixture manufacturers Cchlorid%i 0ained in the admixtures. 1.4 QUALITY ASSURANCE A. Codes and Standar s: comply with provisions of following codes, specifications and standards, except where more stringent requirements are shown or specified: 1. ACI 318, "Building Code Requirements for Reinforced Concrete." 2. Concrete Reinforcing Steel Institute (CRSI), "Manual of Standard Practice." B. The work shall be in conformance with ACI 318, part titled "Construction Requirements," except as specified herein. 1. Concrete Compressive Strength: Concrete mixes shall be proportioned to obtain compressive strength in 28 days as noted in the drawings and shall be in accordance with the ACI recommendations specified in Article 1.2 "References" above. 2. Air Content: Total air content of concrete shall be maintained between 2 and 4 percent by volume of concrete except as noted in the drawings. DEMX ARCHITECTURE FAYETTEVILLE, AR CAST -IN PLACE CONCRETE 03 30 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3. Slump: Slump for concrete containing HRWR (superplasticizers) admixtures shall be not more than 8 inches after adding HRWR to site -verified 2-to-3 inches slump concrete. 4. Use of approved admixtures shall be in strict compliance with manufacturer's instructions. 5. The use of calcium chloride or admixtures containing chloride will not be permitted. 6. Workmanship: The Contractor is responsible for correction of concrete work which does not conform to the specified requirements, including strength, tolerances, and finishes. Correct deficient concrete as required by the specifications. 1.5 DELIVERY, STORAGE, AND HANDLING All materials shall be stored in dry and protected locations in accordance with the referenced codes and standards and manufacturers' recommendations. Store materials to prevent contamination. PART 2 - PRODUCTS 2.1 FORM MATERIALS A. Forms for Unexposed Finish Concrete: Ply umber, me or cceptable material. o Provide lumber dressed on at least two edges e side f tig it. B. Forms for Exposed Finish Concrete: PI ood, etal, plywood ed, or other acceptable panel type materials, t� continuous, tr i t, smooth, a surfaces. Furnish in largest practicable size n rm tojoi syste own on C. Form Release Agent: Provide c forVa rm release ounds with a maximum of 350 mg/I vola ' is co o ) that will with, stain, or adversely affect concrete a and lair sub nt tments of concrete surfaces requiring bond ion, or imp t wetting of c to be cured with water. Release agents shall n strict acgorda with manu ctu s' recommendations. 2.2 REINFORCING MATERI A. Reinforce Ba 615,deform B. Welded w STM 5. C. Supports f einforceme Isters, chairs, ers and other devices for spacing, supporting and fastenin reinforce nt i ace. • 1. Use wire bar orts I �ih CRSI recommendations. 2. For slabs , use su s it sand plates or horizontal runners where base mate vn support chair 2.3 CONCRETE MATE L A. Portia t: ASTM 1 Type I or Type II. Use one brand of cement throughout the project s ise acreEM b the Owner's Representative. B. orma Weight t M C 33. C. Clean, f sh, a table. D. ADMIXTURES: P VIDE ADMIXTURES PRODUCED BY ESTABLISHED REPUTABLE MANUFACTURER ND USE IN COMPLIANCE WITH THE MANUFACTURER'S PRINTED DIRECTIONS. ALL ADMIXTURES SHALL BE CERTIFIED BY MANUFACTURE TO BE COMPATIBLE WITH OTHER REQUIRES ADMIXTURES. 1. AIR -ENTRAINING ADMIXTURE: ASTM C 260. 2. WATER -REDUCING ADMIXTURE: ASTM C 494, TYPE A. 3. SET -CONTROL ADMIXTURES: ASTM C 494, AS FOLLOWS: a. TYPE D, WATER REDUCING AND RETARDING. b. TYPE E, WATER -REDUCING AND ACCELERATING. E. HIGH -RANGE WATER -REDUCING ADMIXTURE (SUPER PLASTICIZER): ASTM C 494, TYPE F OR TYPE DEMX ARCHITECTURE CAST -IN PLACE CONCRETE FAYETTEVILLE, AR 03 30 00 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2.4 RELATED MATERIALS A. Waterstops: Waterstops, if required, shall be fabricated of virgin polyvinyl chloride with additives and shall comply with Corps of Engineers CRD-C 572. Configuration of waterstop shall be as shown on the drawings. B. Vapor Retarder: Provide vapor retarder of Polyethylene sheet not less than 8 mils thick that is resistant to deterioration when tested in accordance with ASTM E 154. PART 3 - EXECUTION 3.1 3.2 3.3 FORMS: General: Design, erect, support, brace, and maintain formwork to support static and dynamic loads that might be applied during construction. Design of formwork for structural stability and efficiency is Contractor's responsibility. Construct formwork so conc elements are of correct size, shape, alignment, elevation, and position. Maintain f k construction tolerances complying with ACI 347. �bLNQ PLACING REINFORCING: l\ _ A. General: Comply with the specified Institute's recommended practice for reinforcement placement and support B. All bars shall be free of mill sca III affecting strength or durability. C. All bending shall be done in t permitted by Owner's Repr nt 've. bends shall be four time meter D. All reinforcing steel curately held in place. Stee in rcement sha CONCRETE PLAC E A. General: ete in as specifie erein. Don the results o the design B. Placing Concrete: Al ACI 318. Where c e in accordant i re on concrete is hot 305) shall fo wed. C. 0 codes V 7andard; "PjacincJNReinforcOM herein spe i& �epr thick r , great Jng pl t ipr All n be m� of th r d as spec #ced M during the t be welded. ^ i oncrete Reinforcing Steel r details methods of r paint, oil, her defects t unl s d. (�ii se specified or minimum radius of 318. cif Tof concrete shall be firmly with t pracfNs and recommendations of ACI 304 and concrIftntil the Owner's Representative has reviewed >t NaV LaPapproval is given to proceed. ng of concrete shall meet the requirements of ezing or near -freezing weather, it shall be protected e for cold weather concreting (ACI 306). Where recommended practice for hot weather concreting (ACI ConcrEJFNN6 on Grou . Ne subgrade shall be in a moist condition at the time the concrete i c I ecessaty* well sprinkled with water not less than 6 nor more than 20 hours Qa�dvceof pl t If it becomes dry prior to actual placing of concrete, it shall be d again ut p f water should not be formed and the subgrade shall not be muddy or soft when th n to is placed. Consolidation of oncrete: Concrete shall be consolidated with internal concrete vibrators supplemented by hand spading, rodding, and tamping. Vibrating equipment shall be adequate to thoroughly consolidate the concrete. 3.4 CONCRETE CURING AND PROTECTION A. Construction joints in slabs -on -grade shall not be spaced at more than 60 feet, unless approved by the Owner's Representative. B. No reinforcement, corner protection angles, or other fixed metal items shall be run continuous through joints containing expansion joint filler. At construction joints reinforcement shall be interrupted 2 inches clear on each side. DEMX ARCHITECTURE CAST -IN PLACE CONCRETE FAYETTEVILLE, AR 03 30 00 -3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.6 3.7 1. Form contraction joints by inserting premolded plastic, hardboard, or fiberboard strip into fresh concrete until top surface of strip is flush with slab surface. Tool slab edges round on each side of insert. After concrete has cured, remove inserts and clean groove of loose debris. 2. Contraction joints in unexposed floor slabs may be formed by saw cuts as soon as possible after slab finishing as may be safely done without dislodging aggregate. 3. If joint pattern is not shown, provide construction or contraction joints not exceeding 15 feet in either direction and located to conform to bay spacing wherever possible (at column centerlines, half bays, third bays). C. Isolation Joints: Where indicated, joints between interior slabs on grade and vertical surfaces, unless otherwise shown, shall be of 1 /4 inch premolded expansion material extending full slab depth. The perimeters of slabs at the joints shall be free of fins, rough edges, spalling, or other unsightly appearance. FINISHING FORMED SURFACES A. Rough Form Finish: 1. Provide as -cast rough form finish to d concrete act% are to be concealed in the finished work or by other const o ,unless a �e indicated. 2. Standard rough form finish shall a the oncrete Nang the to imparted by the form facing material use ie holes an e c * e areas re Erd patched and all fins and other pro s xceeding 2" in t rubbed chipped off. B. Smooth Form Finish: Provide sm®ial finish to d concrete posed to view or to be covered with a coap a to concr ering material applied directly to concrete,XORand s Ovate o amppro ve r plaster, painting, or other similar system. patch e e areas Ii1S' and other projections completely removedthed. MONOL A. 9 C I& 0 NNd.oKic slab rface receive trowel finish and other finishes Slab su to a covered with membrane or elastic Ja or ell i ro ng, or sand -bed terrazzo, or as otherwise bnsolidat n leveling concrete slabs, do not work the surface for floating. n floating, using float blades or flat shoes only, when s eared or when the concrete has stiffened sufficiently to io o wer-driven float, or both. Consolidate the surface with s by and floating if area is small or inaccessible to power units. ances of F/F 18 - F/L 15 measured according to ASTM E 1155. pet and fill all low spots. Uniformly slope surfaces to drains. `O/ Immecittely aC& leveling, refloat the surface to a uniform, smooth, granular texture. Trowel Finish: 1. Apply trowe finish to monolithic slab surfaces that are to be exposed to view unless otherwise shown or specified, and slab surfaces that are to be covered with resilient flooring, thin -set ceramic or quarry tile, paint, or other thin-film finish coating systems. Tops of concrete curbs shall receive steel trowel finish. 2. After floating, begin the first trowel finish operation using a power -driven trowel. Begin final troweling when the surface produces a ringing sound as the trowel is moved over the surface. Consolidate the concrete surface by the final hand troweling operation, free of trowel marks, uniform in texture and appearance, and finish surfaces to tolerances of F/F 20 - F/L 17. Grind smooth surface defects that would telegraph through applied floor covering system. Nonslip Broom Finish: DEMX ARCHITECTURE CAST -IN PLACE CONCRETE FAYETTEVILLE, AR 03 30 00 -4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 1. Apply a nonslip broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 2. Immediately after trowel finishing, slightly roughen the concrete surface by brooming in the direction perpendicular to the main traffic route. Use fiber -bristle broom unless otherwise directed. Coordinate the required final finish with the Owner's Representative before application, 60 sq. yds. per gallon. Allow complete drying between applications. 3.7 REPAIRS AND PROTECTIONS A. Repair or replace broken or defective concrete. B. Protect concrete from damage until acceptance of work. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials a y occur. C. Sweep concrete pavement and wash free of stains, discolorations, other foreign material just before final inspection. END OF SECTION O O G O G o. DEMX ARCHITECTURE CAST -IN PLACE CONCRETE FAYETTEVILLE, AR 03 30 00 -5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 06 10 00 ROUGH CARPENTRY PART 1 - GENERAL 1.1 DEFINITIONS A. Rough carpentry includes carpentry work not specified as part of other sections and which is generally not exposed, except as otherwise indicated. 1.2 PRODUCT HANDLING A. Delivery and Storage: Keep materials under cover and dry. Protect against exposure to weather and contact with damp or wet surfaces. Stack lumber as well as plywood and other panels; provide for air circulation within and around stacks nicals, er temporary coverings including polyethylene and similar materials. 1. For lumber and plywood pressure treated with waterbr� sticker between each course to provide air ' culation 1.3 PROJECT CONDITIONS A. Coordination: Fit carpentry work to her w rk; scri Ta as requir accurate fit. Correlate location of furri ,� lockin gd similar s to allow attachment of other work. 0� PART 2 - PRODUCTS ♦` 2.1 LUMBER, GENERAL A. Lumber Standar ufacture Itniber o con 1 20 "American Softwood Lumber Stan r ' a with app 'grading pection agencies certified by American L b ndard m ee's (A C) 66f Review. B. Grade actor mar piece o ber with grade stamp of inspection agency c g co ance ith gra rul equirements and identifying grading agency, ade, specie , re corVnl5fXe of surfacing, and mill. 1. For expose a apply to ends or back of each piece. C. Nominal sizes ar i ed, ex t n by detail dimensions. Provide actual sizes as require b S or moistur n t specified for each use. 1. Prov sed lumb S4S, less otherwise indicated. 2. P asonedl�.i ith 19 percent maximum moisture content at time of si g and ship ent sizes 2" or less in nominal thickness, unless otherwise in icated. 2.2 DI SI LUMB A. structur fra ng (2" to 4" thick, 5" and wider), provide the following grade and species: 1. No. 2 grade, Douglas Fir, unless noted otherwise in drawings. 2.3 BOARDS A. Exposed Boards: Where boards will be exposed in the finished work, provide the following: 1. Moisture Content: 15 percent maximum, "MC15". 2. Painted finish: provide No. 1 Boards per SPIB rules. 2.4 MISCELLANEOUS LUMBER A. Provide wood for support or attachment of other work including rooftop equipment curbs and support bases, cant strips, bucks, nailers, blocking, furring, grounds, stripping and DEMX ARCHITECTURE ROUGH CARPENTRY FAYETTEVILLE, AR 06 10 00-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS similar members. Provide lumber of sizes indicated, worked into shapes shown, and as follows: B. Moisture content: 19 percent maximum for lumber items not specified to receive wood preservative treatment. C. Grade: Standard Grade light framing size lumber of any species or board size lumber as required. 2.5 MISCELLANEOUS MATERIALS A. Fasteners and Anchorages: Provide size, type, material and finish as indicated and as recommended by applicable standards, complying with applicable Federal Specifications for nails, staples, screws, bolts, nuts, washers and anchoring devices. Provide metal hangers and framing anchors of the size and type recommended by the manufacturer for each use including recommended nails. 1. Where rough carpentry work is exposed to weather, in gr on ct, or in area of high relative humidity, provide fasteners and anchor a hotdip zinc coating (ASTM A 153). PART 3 - EXECUTIONS 3.1 INSTALLATION, GENERAL • A. Discard units of material with hich mig ' pai uality of w rk, units which are too small to use in f nc ing work th inimum j o timum joint arrangement. B. Set carpentry work t re levels ith mem b and true and cut and fitted. C. Securely attach work to s strate y ancho ' astening as shown and as required by re z standard D. Countersin ai e s one I d rpentry or n I holes. E. Use c e nails, ex otherwise icated. Use finishing nails for finish work. enerskksizet twilln&Venet to members where opposite side will be expo d to view `� ceive finis erials. Make tight connections between members. Install f e witho p wood; predrill as required. 3.2 WOOD GROUND Nkv,Install D LEEPERS A. Provide wh hown an here quired for screeding or attachment of other work. Form t as shAn ut as required for true line and level of work to be atta o rdinate to ti orpofth other work involved. B. h t s bstrat uired to support applied loading. Countersink bolts and nuts flus surfact ess therwise indicated. Build into masonry during installation of ma my wo . h�ll� ss le, anchor to formwork before concrete placement. C. vide per anen grounds of dressed, preservative treated, key beveled lumber not less than 11/2" wi d of thickness required to bring face of ground to exact thickness of finish material involved. Remove temporary grounds when no longer required. 3.3 WOOD FURRING A. Install plumb and level with closure strips at edges and openings. Shim as required for tolerance of finished work. 3.4 WOOD FRAMING, GENERAL A. Provide framing members of sizes and on spacings shown, and frame openings as shown. DEMX ARCHITECTURE ROUGH CARPENTRY FAYETTEVILLE, AR 06 10 00-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS B. Anchor and nail as shown, and to comply with 'Recommended Nailing Schedule" of "Manual for House Framing" and "National Design Specifications for Wood Construction" published by N.F.P.A. END OF SECTION DEMX ARCHITECTURE ROUGH CARPENTRY FAYETTEVILLE, AR 06 10 00-3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 06 16 00 SHEATHING 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. 1.2 SUMMARY A. Section Includes: 1. Wall sheathing. 2. Roof sheathing. 1.3 ACTION SUBMITTALS O Product Data: For each type of process and factory -fabricated produ dicate component materials and dimensions and include constructi applicatio to 1.4 QUALITY ASSURANCE A. Manufacturer Qualifications: Capable of trating that II o procure a rations are conducted in accordance with proced policies the S finable F tiative (SFI) Program. B. Code Compliance: Comply with r i nts of e I 1. International Code Council al ion Se a ESR-1 2. Voluntary Product Stan PS2-10, ' or ance Sta ood-Based Structural - Use Panels." 1.5 DELIVERY, STORAGE DLI A. Outdoor Storag - C w man sr co ations: 1. Set panel u sup s to p off g und. 2. Cover pan loosely wit r roof prote material. 3. Anchor cov s on top of tjkNut keep fr sides and bottom to assure adequate air circulation. 4. When high moist ions exi t nding on panel stack to prevent edge damage. 1.6 WARRANTY A. Special Warrant . ufacturer' rod form in which manufacturer agrees to repair or replace components ing and h thing system that fail due to manufacturing defects within specifi a period.* 1. or All r II sheathing applications, manufacturer shall warrant that the p ill not elam' nor require sanding due to moisture absorption during installation within 500 day hase. 2. Warranty Period: imited Lifetime. PART 2 - PRODUCTS 2.1 WOOD PANEL PRODUCTS A. Oriented Strand Board: DOC PS 2-10. B. Thickness: As needed to comply with requirements specified, but not less than thickness indicated. Thickness shall satisfy minimum and maximum requirements for referenced performance category. C. Factory mark panels to indicate compliance with applicable standard. DEMX ARCHITECTURE SHEATHING FAYETTEVILLE, AR 06 16 00 - 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2.2 WALL SHEATHING A. Oriented -Strand -Board Wall Sheathing: Exposure 1, Structural I sheathing. 1. Basis -of -Design Product: Subject to compliance with requirements, provide Huber Engineered Woods LLC; AdvanTech Sheathing or a comparable product by one of the following: a. Georgia Pacific b. Other manufactures as approved by architect. 2. Span Rating and Performance Category: Not less than 32/16, 1 /2 Performance Category. 3. Edge Profile: Square edge. 4. Provide fastening guide on top panel surface with pre -spaced fastening symbols for 16- inches (406 mm) and 24-inches (610 mm) on center spacings. 5. Performance Standard: DOC PS2-10 and ICC-ES ESR-1785. 6. Exposure Time: Designed to resist weather exposure for 300 da 2.3 ROOF SHEATHING A. Oriented -Strand -Board Roof Sheathing: Exposure 1, u ral I sh th 1. Basis -of -Design Product: Subject to com iance ements, ^vide Huber Engineered Woods LLC; AdvanT%c thing or a o a le prod c(J/S>pne of the following: ` V/ a. Georgia Pacific b. Other manufacturesroved b r 2. Span Rating and Per Categor 40/ /8 Perfor nc ategory 3. Edge Profile: To ue groove. 4. Provide fasteni on top n s a e with a pa a astening symbols for 16-inches (406 mm 2.4 FASTENERS A. General: Provide asteners o siz and type 16i - a hat comply with requirements specified in this article by the authority risdic n, a Tonal Building Code, International Residential Code, Wood Frame Co i manual, ional Design Specification. 2.5 MISCELLANEOUS LS A. Adhesives for Fi ing SubflrQ21s to Framing: Polyurethane -based or Solvent -based Formulation g wit A FG-01 or ASTM D 3498 that is approved for use with type of constr n indicate facturers of both adhesives and panels. PART 3 - EXECU 3.1 INSTALLATION, GENERA A. Do not use materials with defects that impair quality of sheathing or pieces that are too small to use with minimum number of joints or optimum joint arrangement. B. Cut panels at penetrations, edges, and other obstructions of work; fit tightly against abutting construction unless otherwise indicated. C. Securely attach to substrate by fastening as indicated, complying with the following: 1. ICC-ES ESR-1539 or NES NER-272 for power -driven fasteners. 2. Chapter 23 in ICC's "International Building Code." 3. Table R602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in ICC's "International Residential Code for One- and Two -Family Dwellings." DEMX ARCHITECTURE SHEATHING FAYETTEVILLE, AR 06 16 00 - 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS D. Use common wire nails unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections. Install fasteners without splitting wood. E. Coordinate wall and roof sheathing installation with flashing and joint -sealant installation so these materials are installed in sequence and manner that prevent exterior moisture from passing through completed assembly. F. Do not bridge building expansion joints; cut and space edges of panels to match spacing of structural support elements. 3.2 WOOD STRUCTURAL PANEL INSTALLATION A. General: Comply with applicable recommendations in American Wood Council, "ASD/LRFD Manual for Engineered Wood Construction," 2012 edition for types of structural -use panels and applications indicated. B. Fastening Methods: Fasten panels as indicated below: O 1. Combination Subfloor-Underlayment: a. Glue and nail to wood framing. b. Glue and screw to cold -formed meta 'ng. C. Space panels 1 /8 inch (3 mm) apart a g and en d. Install fasteners 3/8 inch (9.5 m to 1 inch (1 m panels. e. Space fasteners 6 inches (1b2 n centers o s p rted edges ( ends), and 12 inches (305 mm) on c e a ntermedi sup location f. For 1-1/8 inch (28.6 m support 48 inch (12 acing, space fasteners 6 inches (15 cente o� ed edges ediate support locations. g. Penetrate wood f n embers as inch (25. 2. Wall and Roof Shea a. Nail to wool oo ra 'ng. b. Screw to - ed m al ra C. Sp e p el 1 / inch ( mart at e d ends. d. Ins rs 3/ ch ( mm) t /2 in 12.7 mm) from panel edges. e. Spa fasteners in fiance with r ements of authority having jurisdiction. END OF SECTION O • DEMX ARCHITECTURE SHEATHING FAYETTEVILLE, AR 06 16 00 - 3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 06 20 00 FINISH CARPENTRY PART - 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 RELATED DOCUMENTS A. This Section includes wood trim, wood railings and other mill items, installation of hardware and hanging wood doors. 1.03 RELATED WORK SPECIFIED ELSEWHERE O Section 05 50 00 - Miscellaneous Metals Section 06 10 00 - Rough Carpentry Section 06 40 00 - Interior Architectural Woodw +41 Section 08 1416 - Flush Wood Doors O 1.04 STANDARDS • A. Except as otherwise shown or spe ply with ovisi s of Arch ec Woodwork Institute (AWI) "Quality Standards". ♦` 1.05 SUBMITTALS A. Submit shop drawings and f cturer's pro t ta. Shop s shall show location of each item, dimensione d elevati s, larg scale d i chment devices and other components. B. Submit fabricator' e ' i tion st th t e fa at meets the woodwork grades specified. 1.06 PROTECTION • A. Protect woodwork during it elivery o handling to prevent damage, soiling and deterioration. B. Do not deliver wo dwN ' painting, w o and similar operations which could damage, soil or deteriorate wo have bee com ted in installation areas. If, due to unforeseen circumstances rk mus,bed in other than installation areas, store only in areas which meetOpZ%Ce ements s cifi or installation areas. C. Maint ' t an in installation area as required to maintain moisture content of i aledwork v!i ercent tolerance of the optimum moisture content, from the datekf in allation u t r ainder of the Construction period. The fabricator of the wood shall d termi the optimum moisture content and required temperature and humidity conditions. 1.07 QUALITY STANDARDS A. For the following types of architectural woodwork comply with the indicated standards: Standing and running trim and rails - AWI Section 300 Miscellaneous work - AWI Section 700 PART 2 - PRODUCTS 2.01 MATERIALS A. Provide kiln -dried lumber with an average moisture content range of 6% to 11 % interior work. Maintain temperature and relative humidity during fabrication, storage and finishing operations so that moisture content values for woodwork at time of installation do not exceed 5% to 10% DEMX ARCHITECTURE FINISH CARPENTRY FAYETTEVILLE, AR 06 20 00 - 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS for interior wood finish. B. Interior wood for painted finish: 1. Solid wood - Poplar complying with requirements for specified woodwork grade. 2. Plywood - Softwood with exterior glue and Medium Density Overlay, PS 1. C. Interior wood for transparent finish: Solid wood — Plain -Sliced White Maple from selected First Grade Lumber; Custom Grade. D. Screws: Select material, type, size and finish required for each use. Comply with FS FF-S-111 for applicable requirements. For attachment of wood trim to interior steel framing use USG Type S Trim Head Screws, or equal. E. Nails: Select material, type, size and finish required for each use. Comply withFS FF-N-105 for applicable requirements. 2.02 WOODWORK DESIGN AND FABRICATION A. Comply with the details shown for profile and construction of architectur dw k and, where not otherwise shown, comply with applicable Quality Standards, t to details at Fabricator's option. B. Machine and sand woodwork to comply with requ ofSta fj�Fspecified grade. C. Before proceeding with fabrication of woodwor re71wed fi d to other construction, obtain measurements and verify dimension nd s g t as requir ON accurate fit. Where sequence of measuring efore fabrica would t project, proceed with fabrication (without fi urements nd p ide amp, o rs and edges to allow for subsequent scribing an tri ing of v%oo o for accurai 2.01 INTERIOR ARCHITECTURAL WO R A. Fabricate interior wood i ensiontprofil and det n. Rout or groove rever se side (backed -out) of i bers to ed to fla cept for members with ends exposed in finish r . B. Interior wood ve either a ent finish ainted finish as noted on the Drawings for each condi C. Standing and R Wing Trim, Miscgla o Items - Custom Grade. PART 3 - EXECUTION ` 3.01 INSTALLATION A. Condition woo averaN Ling humidity conditions in installation areas prior to installing. ✓ B. Inst t e plumb! tr and straight with no distortions. Shim as required using con aled hims. II o rance of 1/8" in 8'-0" for plumb and level; and with 1/16" maxi offset i flus adjoining surfaces, 1/8" maximum offsets in revealed adjoining surfaces. C. Scribe and cut work to fit adjoining work and refinish cut surfaces or repair damaged finish at cuts. D. Anchor woodwork to anchors or blocking built-in or directly attached to substrates. Secure with countersunk, concealed fasteners and blind nailing for a complete installation. Usefine finishing nail for exposed nailings, countersunk and filled flush with woodwork, and matching finish where transparent finish is indicated. E. Install standing and running trim with minimum numberofjoints possible, using full- length pieces (from maximum length of lumber available) to the greatest extent possible. Staggerjoints in adjacent and related members. Cope at returns, miter at corners, and comply with Quality Standards for joinery. F. Repair damaged and defective woodwork wherever possible to eliminate defects functionally DEMX ARCHITECTURE FINISH CARPENTRY FAYETTEVILLE, AR 06 20 00 - 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS and visually; where not possible to repair properly, replace woodwork. Adjust joinery for uniform appearance. END OF SECTION DEMX ARCHITECTURE FINISH CARPENTRY FAYETTEVILLE, AR 06 20 00 - 3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 07 21 00 - THERMAL INSULATION PART 1 - GENERAL PART 2 - SUMMARY A. Section Includes: 1. Extruded polystyrene foam -plastic board. 2. Glass -fiber blanket. 3. Spray Foam Insulation 2.2 ACTION SUBMITTALS O A. Product Data: For each type of product. 2.3 INFORMATIONAL SUBMITTALS A. Product Test Reports: For each product, for rforme y alified testing agency. B. Evaluation Reports: For foam -plastic ins latio from IC 2.4 DELIVERY, STORAGE, AND HANDLING ` A. Protect insulation materials fro s damag from deterior ti d to moisture, soiling, and other sources. S e s* and in oc ion. Comp ufacturer's written instructions for ha in , toring, Ming duri i to n. B. Protect foam -plastic bo lation as s: 1. Do not expos light exce t to ssary exte t f rind of installation and concealm t. 2. Protec gnitio t . Don i�9m-plastic board materials to P oje ite n just b r'allation ��++ 3. 1 plete talla and c cea nt of foam -plastic board insulation in ea area of cons tion. PART 3 - PRODUCTS 3.1 EXTRUDED POLYSTY F-PLASTIC A. Extruded po t boards i article are also called "XPS boards." Roman numeral designato in M C 578%r ned in a fixed random sequence, and their numeric order reflect incre ing rength or other characteristics. B. d P ystyrerW pe X: ASTM C 578, Type X, 15-psi minimum compressive treng; unface16G­i *q�i me -spread and smoke -developed indexes of 25 and 450, 1. Fire Pr aga n Characteristics: Passes NFPA 285 testing as part of an approved assembl . C. Extruded Polystyrene Board, Type IV ASTM C 578, Type IV, 25-psi minimum compressive strength; unfaced; maximum flame -spread and smoke -developed indexes of 25 and 450, respectively, per ASTM E 84. 1. Fire Propagation Characteristics: Passes NFPA 285 testing as part of an approved assembly. D. Extruded Polystyrene Board, Type IV, Drainage Panels >: ASTM C 578, Type IV, 25-psi minimum compressive strength; unfaced; maximum flame -spread and smoke -developed indexes of 25 and 450, respectively, per ASTM E 84; fabricated with shiplap or channel edges and with one side having grooved drainage channels. Use in Conjunction with MiraDrain 6000. DEMX ARCHITECTURE FAYETTEVILLE, AR THERMAL INSULATION 0721 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS Extruded Polystyrene Board, Type VI ASTM C 578, Type VI, 40-psi minimum compressive strength; maximum flame -spread and smoke -developed indexes of 25 and 450, respectively, per ASTM E 84. Extruded Polystyrene Board, Type VIIASTM C 578, Type VII, 60-psi minimum compressive strength; maximum flame -spread and smoke -developed indexes of 25 and 450, respectively, per ASTM E 84. 3.2 GLASS -FIBER BLANKET A. Glass -Fiber Blanket, Unfaced ASTM C 665, Type I; with maximum flame -spread and smoke - developed indexes of 25 and 50, respectively, per ASTM E 84; passing ASTM E 136 for combustion characteristics. B. Glass -Fiber Blanket, Kraft Faced ASTM C 665, Type II (nonreflective fa d), ass C (faced surface not rated for flame propagation); Category 1 (membrane i rrier). A.3 SPRAY FOAM INSULATION: A. Demilec (USA) LLC. and Gaco Western are s "SEAL C " 500" and Gaco Western "Gacogreeen PF-052" or appro ed a al; at all iti S. B. Water blown spray -applied systerr`th ures to a semi igi an ow -density f�r. Dimensionally stable without di i in insulatin rope v C. Formaldehyde free and no ozon g materi 3.3 ACCESSORIES •` A. Insulation for Miscellan ids: 1. Glass Fiber I s i : ASTM &64 a II,loose f ; w' aximum flame -spread and smok e o edindexe per ASTM 2. Spray ane FWmdft n: AS ype II, closed cell, with axi sprea oke-de in xes of 75 and 450, respectively, p 84. B. Eave Venti ion roughs: ormed, rigid fi oar or plastic sheets designed and sized to fit betwe roof frami g bers and t ro ' e ventilation between insulated attic spaces and vented PART 4 - EXECUTION 4.1 PREPARATION A. Clean es of substa es tTiat are harmful to insulation including 9 removing pp"c ns apable,,o ing insulation or vapor retarders, or that interfere with 11sulatio attach 4.2 INSTALLATION, GENE L A. Comply with insu n manufacturer's written instructions applicable to products and applications. B. Install insulation that is undamaged, dry, and unsoiled and that has not been left exposed to ice, rain, or snow at any time. C. Extend insulation to envelop entire area to be insulated. Fit tightly around obstructions and fill voids with insulation. Remove projections that interfere with placement. D. Provide sizes to fit applications and selected from manufacturer's standard thicknesses, widths, and lengths. Apply single layer of insulation units unless multiple layers are otherwise shown or required to make up total thickness or to achieve R-value. 4.3 INSTALLATION OF SLAB INSULATION DEMX ARCHITECTURE THERMAL INSULATION FAYETTEVILLE, AR 0721 00 -2 CITY OF FAYETTEVILLE, ARKANSAS.- PARKS RESTROOM RENOVATIONS AND MODIFICATIONS A. On vertical slab edge and foundation surfaces, set insulation units using manufacturer's recommended adhesive according to manufacturer's written instructions. 1. If not otherwise indicated, extend insulation a minimum of 24 inches below exterior grade line. B. On horizontal surfaces, loosely lay insulation units according to manufacturer's written instructions. Stagger end joints and tightly abut insulation units. 1. If not otherwise indicated, extend insulation a minimum of 24 inches in from exterior walls. 4.4 INSTALLATION OF FOUNDATION WALL INSULATION A. Butt panels together for tight fit. B. Anchor Installation: Install board insulation on concrete substrates by lively attached, spindle -type insulation anchors as follows: 1. Fasten insulation anchors to concrete substrates with ins nchor adhesive according to anchor manufacturer' ten instructs s. S nchors according to insulation manufacturer's written ions fo ns ion type, thickness, and application. 2. Apply insulation standoffs�to h spindle to c at c vi y width in on Drawings between conc t ub tr to and ' sulati 3. After adhesive has drie oard ins n by pressing la into position over spindles and se i ightly in t w' insulatio i ashers, taking care not to ss insul o ` 4. Where insulatio t be cover her buildin Is, apply capped washers to ti s s *ndles. 5. Coordinat o ion insula installation w' ain 6000 Drainage Mat C. Adhesive Instal tall wih or pre t c waterproofing or damp proofing cco g nufacNc*# itten in ns. 4.5 INSTALLATION 0 S ION I AMED CONS CTI A. Spray Foam omply wi m acturert i tru ions for particular conditions of installation. If print ions t le or do not apply to project conditions, consult manufacthnical r a ve for specific recommendations before beginning wo I sulation to m thickness to achieve R-value required by Code. B. Spray Foa In a ion *4 1. terials acco ing manufacturer's written instructions. r ect other from being damaged by application, overspray and fall -out o spray All Remov exc pillage promptly. Apply insulation in uniform monolithic density withou oid 4. Exercise to spray insulation materials completely into inverted corners, and to build up work to full thickness at project corners. 5. Provide ventilation to properly cure sprayed material. C. Miscellaneous Voids: Install insulation in miscellaneous voids and cavity spaces where required to prevent gaps in insulation using the following materials: 1. Glass -Fiber Insulation: Compact to approximately 40 percent of normal maximum volume equaling a density of approximately 2.5 lb/cu. ft.. 2. Spray Polyurethane Insulation: Apply according to manufacturer's written instructions. DEMX ARCHITECTURE THERMAL INSULATION FAYETTEVILLE, AR 0721 00 -3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS D. Loose -Fill Insulation: Apply according to ASTM C 1015 and manufacturer's written instructions. Level horizontal applications to uniform thickness as indicated, lightly settle to uniform density, but do not compact excessively. 1. For cellulosic -fiber loose -fill insulation, comply with CIMA's Bulletin #2, "Standard Practice for Installing Cellulose Insulation." 4.6 INSTALLATION OF CURTAIN -WALL INSULATION A. Install board insulation in curtain -wall construction according to curtain -wall manufacturer's written instructions. 1. Hold insulation in place by securing metal clips and straps or integral pockets within window frames, spaced at intervals recommended in wri by insulation manufacturer to hold insulation securely in place without touc ng andrel glass. Maintain cavity width of dimension indicated on Drawings i sulation and glass. 2. Install insulation to fit snugly witho wing. ' 4.7 PROTECTION A. Protect installed insulation from dim due to harmf w t e exposure ical abuse, and other causes. Provid o coven sore surer w go is subject to abuse and cannot be e d and pro d by perman on uction immediately after installatio END OF SECTION 07 21 00 ` O G O G O . CO DEMX ARCHITECTURE THERMAL INSULATION FAYETTEVILLE, AR 0721 00 -4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 07 25 00 WEATHER BARRIERS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Weather barrier membrane B. Seam Tape D. Fasteners 1.2 1.3 1.4 1.5 1.6 REFERENCES A. ASTM International 1. ASTM C920; Standard Specification for Elastomeric Joint Sealants 2. ASTM C1193; Standard Guide for Use of Joint Sealants , , 3. ASTM D882; Test Method for Tensile Properties of Thin Plasti 4. ASTM D1117; Standard Guide for Evalu Non -woven Fabrics 5. ASTM E84; Test Method for Surface Bur racterizsforFram eluilding Materials 6. ASTM E96; Test Method for Water Vapor ansmissivials 7. ASTM E1677; Specification for Air R arder aterial rlding Walls 8. ASTM E2178; Test Method f nce o Buildi aterials B. AATCC —American Association ChemisOda C orists 1. Test Method 127 Water Resi an : HydroA tisure Test C. TAPPI 1. Test Method T-410; o aper a b and (Wei it Area) 2. Test Method T-460; sistance (Gurl Method) SUBMITTALS A. Product Data: b 't nufa cu ent tec ca ite re for each component. B. Quality A bmittals 1. Manuf r I tructi : Prov de man cture written installation instructions. QUALITY ASSURANCE j A. Qualifications 1. Installers I a xperience stallation of similar weather barrier under simi itions. assemblies 2. Install s I be Aa4goRlance with manufacturer's installation guidelines and I materials produced by single DELIVERY, STORAGE AN HANDLING B. Deliver weather er materials and components in manufacturer's original, unopened, undamaged containers with identification labels intact. C. Store weather barrier materials as recommended by system manufacturer. SCHEDULING A. Review requirements for sequencing of installation of weather barrier assembly with installation of windows, doors, louvers and flashings to provide a weather -tight barrier assembly. PART 2 — PRODUCTS 2.1 MANUFACTURER DEMX ARCHITECTURE WEATHER BARRIERS FAYETTEVILLE, AR 07 25 00 - 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS A. DuPont, 4417 Lancaster Pike, Chestnut Run Plaza 728, Wilmington, DE 19805; 1-800-44- TYVEK (8-9835); http://www.construction.tyvek.com B. Requests for substitutions will be considered in accordance with provisions of Section 01600. C. Substitutions: Permitted 2.2 MATERIALS A. Basis of Design: spunbonded polyolefin, non -woven, non -perforated, weather barrier is based upon DuPont- TyvekO HomeWrapO and related assembly components. B. Performance Characteristics: 1. Air Penetration: <.004 cfm/ftz at 1.57 psf, when tested in accordance with ASTM E2178. Type I per ASTM E1677. 2. Water Vapor Transmission: 56 perms, when tested in accordanc ASTM E96-05, Method A. /� 3. Water Penetration Resistance: 250 cm when tested in accoldaM� h AATCC Test Method 127. �v) 4. Basis Weight: 1.8 oz/ydz, when tested in nce wit wpfest Method T-410. 5. Air Resistance: 1200 seconds, when teste n accord kithAPPI Test Method T-460. 6. Tensile Strength: 30/30 Ibs/in., whe teste in acco a e ' ASTM Dtv'% 7. Tear Resistance: 8/6 Ibs, wh i ccord nce wi TM D11 8. Surface Burning Characteris s A, whe site n accords ce th ASTM E84. Flame Spread: 15, Smoke D elo d: 15 •` 2.3 ACCESSORIES A. Seam Tape: 3 inch wid nt Tyvek® Ta distribute Y 9 >,pont Building Innovations. B. Fasteners: v 1. DuPont'" Tyv p Cap , a� ' uted by nails with large 1-inch plastic cap faste S, r inch cjp stapl w length sufficient to achieve a mini a tion of 5/ -i h to the woo ud. 2. Provid a that c ly wi h AST 920, stomeric polymer sealant to maintain watertig condition + D. Adhesive: 1. Provide adhesi Wmende y r barrier manufacturer. PART 3 - EXECUTION 3.1 EXAMINA A. bstrate face conditions are in accordance with weather barrier maeri ty ecommt9le nces prior to installation of weather barrier and accessories. 3.2 INSTAMTION - ftEATIEA BARRIER A. Install weather Nwgr over exterior face of exterior wall substrate in accordance with manufacturer recommendations. B. Start weather barrier installation at a building corner, leaving 6-12 inches of weather barrier extended beyond corner to overlap. C. Install weather barrier in a horizontal manner starting at the lower portion of the wall surface. Maintain weather barrier plumb and level. D. Extend bottom roll edge over sill plate interface 2" to 3" minimum. Seal weather barrier with sealant or tape. Shingle weather barrier over back edge of thru-wall flashings and seal weather barrier with sealant or tape. Ensure weeps are not blocked. E. Subsequent layers shall overlap lower layers a minimum of 6 inches horizontally in a shingling manner. DEMX ARCHITECTURE WEATHER BARRIERS FAYETTEVILLE, AR 07 25 00 - 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS F. Window and Door Openings: Extend weather barrier completely over openings. G. Weather Barrier Attachment: 1. Attach weather barrier to studs through exterior sheathing. Secure using weather barrier manufacturer recommended fasteners, spaced 12 -18 inches vertically on center along stud line, and 24 inch on center, maximum horizontally. 3.3 SEAMING A. Seal seams of weather barrier with seam tape at all vertical and horizontal overlapping seams. B. Seal any tears or cuts as recommended by weather barrier manufacturer. 3.4 PROTECTION A. Protect installed weather barrier from damage. O END OF SECTION O � G O G � o. DEMX ARCHITECTURE WEATHER BARRIERS FAYETTEVILLE, AR 07 25 00 - 3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 07 46 46 FIBER CEMENT SIDING PART 1 GENERAL 1.1 SECTION INCLUDES A. Fiber cement lap siding, panels, shingle, trim, fascia, moulding and accessories; James Hardie HZ10 Engineered for Climate Siding. 1.2 RELATED SECTIONS A. Section 06 10 00 — Rough Carpentry B. Section 06 16 00 — Sheathing C. Section 06 20 00 — Finish Carpentry D. Section 07 25 00 — Weather Barriers E. Section 07 62 00 — Sheetmetal Flashings and Trims F. Section 07 92 00 Joint Sealants G. Section 09 91 13 — Exterior Painting 1.3 REFERENCES A. AS D3359 - Standard Test Method for Mea ring dhesio y a est, Tool pe. B. AS E136 - Standard Test Method fo It a Mate 'als in ical Tub at 750 degrees C. 1.4 SUBMITTALS A. Product Data: Manufactu to sheets duct to b including: 1. Preparation instruct nd recommen S. 2. Storage and ha uirement nd recommend 3. Installation B. ShopDrawings: P vi ailed s f at i n-st�rfdard applications of 9 9 YP pP cementitiou terials whic a utside the pe of the standard details and specification a by the anufa turer. 1.5 QUALITY ASSURANCE G A. Installer Qualification Jimum of y erience with installation of similar products. 1.6 DELIVERY, STORAGE,pNDLING A. Store produc n factureV ned packaging until ready for installation. B. Store sidin g or lay flat nooth level surface. Protect edges and corners from chip for s eets uri4l r and keep dry prior to installing. C. St and ose of sa -bas d materials, and materials used with solvent -based ma ials accor nce .. eq irements of local authorities having jurisdiction. 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. 1.8 WARRANTY A. Product Warranty: Limited, non -pro -rated product warranty. 1. HardiPanel HZ10 vertical siding for 30 years. 2. HardieSoffit HZ10 panels for 30 years. 3. HardieTrim HZ10 boards for 15 years. B. Workmanship Warranty: Application limited warranty for 2 years. DEMX ARCHITECTURE FIBER CEMENT SIDING FAYETTEVILLE, AR 07 46 46 - 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS PART 2 PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturer: James Hardie Building Products, Inc., which is located at: 26300 La Alameda Suite 400 ; Mission Viejo, CA 92691; Toll Free Tel: 866-274-3464; Tel: 949-367-4980; Fax: 949-367-4981; Email: request info (info6mameshardie.com); Web: www.*ameshardiepros.com. B. Substitutions: Permitted. 2.2 SIDING AND TRIM A. HardiePlank HZ10 lap siding, HardiPanel HZ10 vertical siding, HardieS 1 panels and HardieShingle HZ10 siding requirement for materials: 1. Fiber -cement siding - complies with AST C 1186 Type A Grade 1 2. Fiber -cement siding - complies with A 6 as a r�ustible material. 3. Fiber -cement siding - complies with AS E 84 Fla re Index = 0, Smoke Developed Index = 5. 4. CAL -FIRE, Fire Engineering Di it n ng Ma erials L ' g - Wildla Interface (WUI) Listed Product. 5. ICC-ES evaluation reports E - 0, ESR-i84 an SR-2273 C, CRC) 6. City of Los Angeles, Re ort N 7. Miami Dade County, - o Accep - - 22.04. 8. US Department of H and Urban D ment Mat i I lease-1263f. 9. California DSA P - 10. City of New Y 223-93- 11. Florida Sta Pr ApprL1 192, FL 2) a L13265 12. Texa t of Ins�uran duct Evalu n EC-23. S. B. Vertical Siding. ardiePane 1'ding as*m u tured by James Hardie Building Products, Inc. 1. Type: Cedarmil a siding n by 8 feet (1219 mm by 2438 mm). 2. Type: Cede(, V ' al siding pa I eet by 9 feet (1219 mm by 2743 mm). 3. Type: Cedafl 'I rtical sidi pane feet by 10 feet (1219 mm by 3048 mm). � �► C. Soffit Pan di Soffit HZ so panel, factory sealed on 5 sides as manufactured by Jam die uilding P Inc. 1. Ty mooth me 16 inches (406 mm) by 12 feet (3658 mm. 2. Ty Sm no e to , 24 inches (610 mm) by 8 feet (2438 mm). 3. e: Sm th v ted, provides 5 square inches (32.3 sq.cm) of net free ventilation per linear foot, 1 es (406 mm) by 12 feet (3658 mm), 2.3 FASTENERS A. Wood Framing Fasteners: Wood Framing: 8d box ring common corrosion resistant nails. 2.4 FINISHES A. Factory Primer: Provide factory applied universal primer. Primer: Factory primed by James Hardie. DEMX ARCHITECTURE FIBER CEMENT SIDING FAYETTEVILLE, AR 07 46 46 - 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2.5 2.6 2.7 2.8 EXAMINATION A. Do not begin installation until substrates have been properly prepared. B. If framing preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. C. Nominal 2 inch by 4 inch (51 m by 102 mm) wood framing selected for minimal shrinkage and complying with local building codes, including the use of water -resistive barriers or vapor barriers where required. Minimum 1-1/2 inches (38 mm) face and straight, true, of uniform dimensions and properly aligned. 1. Install water -resistive barriers and claddings to dry surfaces. 2. Repair any punctures or tears in the water -resistive barrier prior to the installation of the siding. 3. Protect siding from other trades. PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recomme d by the manufacture chieving the best result for the substrate under the project condi C. Install a water -resistive barrier is required in accl dance wi 1 b *Iding code requirements. D. The water -resistive barrier must be appro ately i stalled it pe ation an ion flashing in accordance with local b (i equir ents. INSTALLATION A. Install materials in strict accor ma t nstall io i r ions. B. Block framing between stu a ardie horizonta ccur. C. Install metal Z flashing an 11 e a 1 /4 inch ) gap at h i I panel joints. D. Place fasteners no clo /8 inch (Si mm) rom pan nd 2 inches (51 mm) from panel corners. ` E. Allow minimum v is c rance ee the ed f i nd any other material in strict accordance h nufacturers s ation inst ions. F. Maintain clea e e een s g an adjacen nish grade. G. Specific frami and faste e . ement*re rut ables 2 and 3 in National Evaluation Service Report No. NER-� w FINISHING A. Factory Prime si 2.9 PROTECTION A. Prot B. To h-i END OF SECTION 13 — Exterior Painting letion of project. products before Substantial Completion. DEMX ARCHITECTURE FIBER CEMENT SIDING FAYETTEVILLE, AR 07 46 46 - 3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 07 62 00 SHEET METAL FLASHING AND TRIM PART 1- GENERAL 1.1 DESCRIPTION A. Include all labor, materials and equipment necessary to complete all sheet metal work as shown on the drawings and as specified herein. Briefly, this includes: 1. Flashing. 2. Counter -flashing (including counter -flashing at all roof -mounted HVAC equipment). See National Roofing contractors Detail BUR-14. 3. Metal copings. 5. Through -wall scuppers. o 6. Incidental caulking. 7. Sill flashing at windows. 1�07) 1.2 WORK SPECIFIED ELSEWHERE A. Duct work. O B. Flashing around plumbing vent s� cks roug roof. C. Base flashing. ` D. Cavity wall flashing. 1.3 PERFORMANCE REQUIREMENT 0q. A. General: Provide man a roof s s capable o4tanding wind loads, structural movement, r ally induced ment, an ex re to weather without failing. 1. Provide red ro fi alties, rf a Mg roof edge treatment that com lie it a mme t s f FMR o P ention Data Sheet 1-49 for the win sated 'n��the eral Notes on a Structural Drawings. B. Roof edge s g shall lertified by the nufa ure to comply with the following test standards: 40 1. ANSI/SPRI ES- Meth E -Off Test for Fascia": Fascia system shall be tested inp nce wit h SPRI test using the current edition of "Wind Design r Edge Syste ed with Low Slope Roofing Systems." 2. ANSI/S -98 Test 3 for oping: Wind Design Guide for Edge Systems Use with I e Roof l ms (current edition). Coping systems shall be tested si ously on ho on and vertical surfaces and shall exceed horizontal and v is designsure as � calculated in accordance with the ANSI/SPRI test d. 1.4 SUB ALS A. Prior to fabrics submit copies of shop drawings to Architect for approval. Drawings shall show sizes, bends, joints, anchorage and metal gauges. B. Full size samples may be required in addition to shop drawings on particular items of work. C. Product Data, including manufacturer's material and finish data, installation instructions, and general recommendations for each specified flashing material and fabrication product. D. Qualification data for firms and persons specified in the "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of Architects and Owners, and other information specified. DEMX ARCHITECTURE SHEET METAL FLASHING AND TRIM FAYETTEVILLE, AR 07 62 00-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 1.5 1.6 1.7 QUALITY ASSURANCE A. Installer Qualifications: Engage an experience Installer who has completed sheet metal flashing and trim work similar in material, design, and extent to that indicated for this Project and with a record of successful in-service performance. B. Mockups: Prior to installing sheet metal flashing and trim, construct mockups indicated to verify selections made under Sample submittals and to demonstrate aesthetic effects as well as qualities of materials and execution. Build mockups to comply with the following requirements, using materials indicated for final unit of Work. 1. Locate mockups on -site in the location and of the size indicated or, if not indicated, as directed by Architect. 2. Notify Architect one week in advance of the dates and times when mockups will be constructed. 3. Demonstrate the proposed range of aesthetic effects and wor ip. 4. Construct mockups for the following type of sheet metal flash m: a. Gutter's and downspouts. ' b. Conductor heads. c. Scuppers. d. Exposed trim. e. Copings. 5. Obtain Architect's approval ps befor rt of anal unit of or 6. Retain and maintain mock s ring coAs r do in an undj ndition as a standard for judgingth c ted W v` a. When directe lish and r o kups from t site. b. Approved m s in an u dis d conditi a \he time of Substantial Comple ' ecome palof the complet PROTECTION A. The flashind� and protect; installation of ;pf required procedures for surveillance Furnish such advice for period of construction period. WARRANTY A. Contractor shal d�a sheet me rk to be free from defects in materials and workmanship f e d of two year from date of acceptance of building. Should any leaks or defe s within t of guarantee, Contractor shall repair leaks or defects immediat notification lhv OVWer at his own expense. C] PART 2-PRODUCTS rra y on Fla Trim Component Finishes: Manufacturer's standard form in cturer r e it finish or replace flashings and trim components that show f deteri atio actory-applied finishes within specified warranty period. luoropol er F ish: Deterioration includes, but is not limited to, the following: a. Color f more than 5 Hunter units when tested according to ASTM D 2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D 4214. c. Cracking, checking, peeling, or failure of paint to adhere to bare metal. Finish Warranty Period: 20 years from date of Substantial Completion. 2.1 MATERIALS A. Sheet metal for each item shall be as specified under each heading and as shown on the drawings DEMX ARCHITECTURE SHEET METAL FLASHING AND TRIM FAYETTEVILLE, AR 07 62 00-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2.2 W D. E. F. G. 1. Sheet Metal at Copings: Vincent Brass and Aluminum Co., "Colorklad" or equal, prefinished 24 gauge galvanized steel, commercial quality, Armco Zincgrip, ASTM A446, Grade A, primed and finished one side with flouropolymer coating 1.0 plus or minus 0.1 mil total dry thickness, PPG Duranar 200 with a strippable plastic film applied for protection during fabrication and a wash coat of 0.3 - 0.4 mil dry film thickness applied to reverse side. Color to be selected by Architect from manufacturer's metallic colors. 2. Two Piece Counter flashings: Prefinished 24 ga. galvanized steel. 3. Through Wall Scuppers: 16 ounce copper. 4. Sheet Metal Expansion Joints: 16 ounce copper. 5. Window Sill Flashings: Prefinished .040 aluminum sheet. Finish shall be the same as window frame. 6. Gutters: Stainless steel, minimum 0.0187 inch thick. Screws and Rivets: Same material as flashing sheet, or other a r mmended by manufacturer of flashing sheet. Nails: Long enough to penetrate back 1 ", #12gauge diameter, fl nnular thread aluminum nails. Use neoprene washers and a heads where expo the weather. Cleats: Same metal and gage as sheet being a , unles id otherwise. Bituminous Coating: FS TT-C-494 or SSPC P t 12, co ie olvent-type bituminous mastic coating for application in dry film ickne s of 15 ill pe oat. Roofing Felt: Asphalt saturated, un � ra It, co lying * ASTM D ype. Sealant: Refer to Section 07 92 00 " lants' `/l► GAL VANIZED A STEEL FINISHES A. Comply with NAAMM's "N recommendations for app ill B. Protect mechanical strippable, tempor C. Appearance of F sh acceptable i a ithii in the same * ce ar not 11 3. 4. acceptable if t y minimize contrast. High -Performance surfaces to com� 1. Fluoropoly consisti o contaipirw t Products" for damage by applying a n;e outting or adjacent pieces are roved Samples. Noticeable variations pearance of other components are mples and are assembled or installed to ' treat, and apply coating to exposed metal RgWin written instructions. Man facturer's standard two -coat, thermocured system Pinhibitive primer and fluoropolymer color topcoat t polyvinylidene fluoride resin by weight, with a minimum mil; complying with physical properties and coating 4A 621, except as modified below: b.—Salt-Spra esis nce: 2000 hours. Concealed Finish: pretreatment and manufacturer's standard white or light-colored acrylic or polyester backer finish, consisting of prime coat and wash coat with a minimum total dry film thickness of 0.9 mil. Color: To be selected by Architect from manufacturer's metallic finishes. Resin Manufacturers: Subject to compliance with requirements, provide fluoropolymer coating systems containing resins produced by one of the following manufacturers: a. Arkema, Inc. (Kynar 500) b. Solvay Solexis, Inc. (Hylar 5000) 2.3 FABRICATION DEMX ARCHITECTURE SHEET METAL FLASHING AND TRIM FAYETTEVILLE, AR 07 62 00-3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS A. Except as otherwise shown or specified, comply with applicable recommendations and details of the most current edition "Architectural Sheet Metal Manual" by SMACNA and the manufacturer of the sheet metal being installed. B. Provide for thermal expansion of flashing and other items exposed for more than 15-0" continuous length. Maintain a water -tight installation at expansion seams. Locate expansion seams with the following maximum spacings for each general flashing use: 1. Flashing and Trim: At 10'-0" intervals and 2'-0" each side corners and intersections. 2. Gutter Expansion: In accordance with SMACNA, 4th Ed., Plate 6, "E" value chart. C. Fixed joints and seams shall be flat lock seams, soldered, unless otherwise indicated, with minimum of 1/2" wide hooked flanges. D. Clean exposed metal surfaces of substances which would interfere with uniform oxidation and weathering. E. Fabricate and install work with lines and corners of exposed unit true 47%curate. Form exposed faces flat and free of buckles, excessive waves and avoids t I njorks. Provide uniform, neat seams with minimum exposure of solder, welds and sea t as otherwise shown, fold back the sheet metal to form a he the concealed side osed edges. F. Conceal fasteners and expansion provisions w r ossibl n sed work and locate as to minimize the possibility of leakage. Cover nd seal s quired for a watertight installation. Provide cleat -type anchorag s or m al flash g wherev tical. G. On vertical surfaces lap 2-piece fla ' s a 'mum f 3". oping su slopes of not less than 6" in 12", lap unseal Wigs a mi m o 6". Fore a ent of metal flashing flanges in roofing, exten n for a i m 4" embe H. PITCH PAN AND STORM COL 1. Penetration pans fabri om .040 a ith leak pr ers shall be not more than 3" high and sized penetration w inimum cl nce all sides. 2. Set pans on a be o ed down dified itumen. 3. Fill pan to wit ' " f top it Uretha over with Lion 0il Co., W. R. Meadows or he oved C ponen i s Sealer sloped to shed water. Note to ell as aint, a supports. 4. Storm C t b 24 G refinished "Co klad' teel with stainless steel screw type clamp rin Storm Co i re used, ou be set high enough above pitch pans to visibly check sealer, outine,4%f nance. PART 3- EXI 3.1 INSTALLATION 11111 A. Copings:0�-and ne-piece she t m coping on parapet walls as indicated on Drawings, with jo'n tan 10' ecure to wall with continuous 20 ga. galvanized steel cleats on xteri I w through neoprene washers not more than 12" o.c. on back C facVAtnts lapU.tall x�jpr and back faces at least 1 " and seal the laps with sealant. On the top,e endswith a locking strip. Turn the locking strip ends down 3/4" over the front and back faa 6" wide backing plate under the joint and apply sealant where the coping ends overlap the backing plate. Joints are not to be soldered. Installation of Sheet Metal: Counterflashing at junction between roof and vertical surfaces shall be two-piece as detailed on Drawings. Where shown, receiver flashing shall extend into walls and turn up 1-1/2". The masonry joint shall then be filled with mortar to within 1 /4" of the face of the wall. Fill the remaining 1/4" with sealant. Upper edge of counterf lashing shall be locked into receiver. Hem lower edge of counterflashing and set close to base flashing to prevent entrance of wind-blown water. Make corners tight with special formed and soldered corner pieces. Through wall scupper as detailed on Drawings and similar to SMACNA Plate 30, Fig. A. DEMX ARCHITECTURE SHEET METAL FLASHING AND TRIM FAYETTEVILLE, AR 07 62 00-4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS D. Miscellaneous Sheet Metal Work: Provide sheet metal angles and closures, and other items of sheet metal work shown on Drawings and not specifically mentioned in this Specification, making each item complete and watertight. 3.2 CLEANING AND PROTECTION A. Clean exposed metal surfaces, removing substances that might cause corrosion of metal or deterioration of finishes. B. Provide final protection and maintain conditions that ensure sheet metal flashing and trim Work during construction is without damage or deterioration other than natural weathering at the time of Substantial Completion. END OF SECTION O O � G 0 G O . DEMX ARCHITECTURE SHEET METAL FLASHING AND TRIM FAYETTEVILLE, AR 07 62 00-5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 07 92 00 JOINT SEALANTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Silicone joint sealants. 2. Nonstaining silicone joint sealants. 3. Urethane joint sealants. 4. Immersible joint sealants. 5. Silyl-terminated polyether joint sealants. 6. Mildew -resistant joint sealants. 7. Polysulfide joint sealants. 8. Butyl joint sealants. 9. Latex joint sealants. 1.2 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduc 1.3 ACTION SUBMITTALS A. Product Data: For each joi B. Samples for Initial Sel sealants ointhue C. Samples `�with joint-i matchingD. Joint-Sea:Ini. Jointcatii. Jointl iii. Joint -sealant for iv. Joint -sealant O O nce at roject MManuprod fact for charts a of color ava a for each ro -or each kin nd color of joi nch- 'd� ormed o of a rfaces .a t t join de t ollowin infor tion: .oint location, #Xdesi nation. ;tub nd prod C a t .ng of strips of cured exposed to view. t required, provide Samples 6-inch-long strips of material sealants. 1.2 INFORM@E®r LS A. r qual%e ng agency. B. Fore h ki d of joint sealant, for tests performed by a qualified testing C. T st Schedule: Include the following information for each joint terial to be tested: 1. Joint-s lant cation and designation. 2. Manufc rand product name. 3. Type of substrate material. 4. Proposed test. 5. Number of samples required. D. Preconstruction Laboratory Test Reports: From sealant manufacturer, indicating the following.- 1 . Materials forming joint substrates and joint -sealant backings have been tested for compatibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation are needed for adhesion. DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 1.3 1.4 E. Preconstruction Field -Adhesion -Test Reports: Indicate which sealants and joint preparation methods resulted in optimum adhesion to joint substrates based on testing specified in "Preconstruction Testing" Article. F. Field -Adhesion -Test Reports: For each sealant application tested. G. Sample Warranties: For special warranties. QUALITY ASSURANCE A. Installer Qualifications: An authorized representative who is trained and approved by manufacturer. B. Product Testing: Test joint sealants using a qualified testing agency. 1. Testing Agency Qualifications: Qualified according to ASTM C 21 to conduct the testing indicated. C. Mockups: Install sealant in mockups of assemblies specified i S tions that are indicated to receive joint sealants specified in this Section. Use s and installation methods specified in this Section. ' PRECONSTRUCTION TESTING O A. Preconstruction Laboratory Testo bmit to joint a an manufactu or testing indicated below, samples of ma i t ill co ct or t joint s LID, 1. Adhesion Testing: Use AST determi ether primin o specificjoint preparation techniques d to obt ' i ptimum o joint sealants to joint substrates. 2. Compatibility Testi ASTM C t etermin compatibility when in contact with gla ' gasket &ertia 3. Stain Testing: e C 1248 ermine stai of sealant when in contact with [stone ] or c toonry s 4. Sub 't m of t is re ed nu a of eces of each type of material, inclu ubstra joi ealantkea and miscellaneous materials. 5. Sched su ficient ti r testing anin results to prevent delaying the Work. 6. For ma rials failin to ,obtain ieint manufacturer's written instructions for III ��Ily manufacturers submit data that are based on ths, of sealant products for adhesion to, staining ites and other materials matching those submitted. Before installing sealants, field test their adhesion Project or, if not indicated, as directed by Architect. =_alant and joint substrate. nce of dates and times when test joints will be int-sealant manufacturer's technical representative present. a. Test Method: Test joint sealants according to Method A, Field -Applied Sealant Joint Hand Pull Tab, in Appendix X1.1 in ASTM C 1193 or Method A, Tail Procedure, in ASTM C 1521. 1) For joints with dissimilar substrates, verify adhesion to each substrate separately; extend cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side. Report whether sealant failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each kind of product and joint substrate. For sealants that fail adhesively, retest until satisfactory adhesion is obtained. DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 6. Evaluation of Preconstruction Field -Adhesion -Test Results: Sealants not evidencing adhesive failure from testing, in absence of other indications of noncompliance with requirements, will be considered satisfactory. Do not use sealants that fail to adhere to joint substrates during testing. 1.5 FIELD CONDITIONS A. Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted byjoint- sealant manufacturer [or are below 40 deg F]. 2. When joint substrates are wet. 3. Where joint widths are less than those allowed by joint-seala manufacturer for applications indicated. 4. Where contaminants capable of interfering with adhesion ha a been removed from joint substrates. 1.6 WARRANTY A. Special Installer's Warranty: Installer a rees repair ce oint seala that do not comply with performance and otter irements spe .fi i is Section specified warranty period. ` v 1. Warranty Period: [Two] 1110 date of tantial Comp t B. Special Manufacturer's Warr t ufactur&f e o furnish � i is to repair or replace those joint sealant th o not perfor e other requirements specified in this Sectio pecified nt period. 1. Warranty Per' i ]years fry� d f Substant IC pletion. C. Special warrantie pe Z i din this a&E exclude de or failure of joint sealants from the follow" 1. ove nt f e stru sed by r es n the sealant exceeding sealant er's wr. n s ificatio for lant elongation and compression. 2. Di egration of' substrates fr ause exceeding design specifications. 3. Me anical da ge sed bydu , tools, or other outside agents. 4. Changes in peara y accumulation of dirt or other atmospheric contamin PART 2 - PRODUCTS 2.1 JOINT SEALANTS E L A. Comp Provide of se ants, backings, and other related materials that are I ith ore and with joint substrates under conditions of service and pplic ion, as a by joint -sealant manufacturer, based on testing and field e ce. ` B. Colors of Expo Jo t Sealants: As selected by Architect from manufacturer's full range. 2.2 SILICONE JOINT SEALANTS A. Silicone, S, NS, 100/50, NT: Single -component, nonsag, plus 100 percent and minus 50 percent movement capability, nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 100/50, Use NT. B. Silicone, S, NS, 50, NT: Single -component, nonsag, plus 50 percent and minus 50 percent movement capability, nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 50, Use NT. C. Silicone, S, NS, 35, NT: Single -component, nonsag, plus 35 percent and minus 35 percent movement capability. nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 35, Use NT. DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS D. Silicone, S, NS, 25, NT: Single -component, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 25, Use NT. E. Silicone, Acid Curing, S, NS, 25, NT: Single -component, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, acid -curing silicone joint sealant: ASTM C 920, Type S, Grade NS, Class 25, Use NT. F. Silicone, S, NS, 100/50, T, NT: Single -component, nonsag, plus 100 percent and minus 50 percent movement capability, traffic- and nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 100/50, Uses T and NT. G. Silicone, S, NS, 50, T, NT: Single -component, nonsag, plus 50 percent and minus 50 percent movement capability, traffic- and nontraffic-use, neutral -curing silicone int sealant; ASTM C 920, Type S, Grade NS, Class 50, Uses T and NT. H. Silicone, S, NS, 25, T, NT: Single -component, nonsag, plus 25 per( m us 25 percent movement capability, traffic- and nontraffic-use, neutral -curing silent sealant; ASTM C 920, Type S, Grade NS, Class 25, Uses T T. 1. Silicone, S, P, 100/50, T, NT: Single-comI urable, lu 1�0 percent and minus 50 percent movement capability traffic- an non ffic-use I-c ring silico oint sealant; ASTM C 920, Type S, Grade P, Clads 50, Uses T an N J. Silicone, S, P, 25, T, NT: Single-c 1�n , pours plus ercent a 25 percent movement capability, traffic- an i1�a tic -use, I -curing silic i ealant; ASTM C 920, Type S, Grade P, Clas s T and N f K. Silicone, M, P, 100/50, T, ticomp e Fable, p 00 cent and minus 50 percent movement cap �, affic- and ra is -use, neu I4 ` _ silicone joint sealant; ASTM C 920, Type M G `e , Class 1 /50, s T and X 2.3 NONSTAINING SILICO SEA A. Nonstaini ealan : No fining of subs es when tested according to ASTM C 1248. B. Silicone, No staining, S41 /501 Ni': ns ' ing, single -component, nonsag, plus 100 percent and minus t mov n ility, nontraffic-use, neutral -curing silicone joint sealant; AST Type S, , lass 100/50, Use NT. C. Silicone, Non 50, NT: ining, single -component, nonsag, plus 50 percent and minus r nt movemet capability, nontraffic-use, neutral -curing silicone joint sealant; A 0, TypeN C'MNS, Class 50, Use NT. D. Silicon , aining, S, NS, 00/70 , T, NT: Nonstaining, single -component, nonsag, plus 100 n inus �04kr ovement capability, traffic- and nontraffic-use, neutral -curing ilico J int se t, C 20, Type S, Grade NS, Class 100/50, Uses T and NT. E. , Nons ining NS, 50, NT: Nonstaining, multicomponent, nonsag, plus 50 percent and minus 50 erc t movement capability, nontraffic-use, neutral -curing silicone joint sealant; ASTM C , Type M, Grade NS, Class 50, Use NT. 2.4 URETHANE JOINT SEALANTS A. Urethane, S, NS, 25, NT: Single -component, nonsag, nontraffic-use, plus 25 percent and minus 25 percent movement capability, urethane joint sealant; ASTM C 920, Type S, Grade NS, Class 25, Use NT. B. Urethane, S, NS, 100/50, T, NT: Single -component, nonsag, plus 100 percent and minus 50 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade NS, Class 100/50, Uses T and NT. DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2.5 C. Urethane, S, NS, 25, T, NT: Single -component, nonsag, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade NS, Class 25, Uses T and NT. D. Urethane, S, P, 35, T, NT: Single -component, pourable, plus 35 percent and minus 35 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade P, Class 35, Uses T and NT. E. Urethane, S, P, 25, T, NT: Single -component, pourable, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade P, Class 25, Uses T and NT. F. Urethane, M, NS, 50, NT: Multicomponent, nonsag, plus 50 percent and minus 50 percent movement capability nontraffic-use, urethane joint sealant; ASTM C 92 ype M, Grade NS, Class 50, Use NT. G. Urethane, M, NS, 25, NT: Multicomponent, nonsag, plus 25 perc us 25 percent movement capability, nontraffic use, urethane joint sealant; ASTM ype M, Grade NS, Class 25, Use NT. H. Urethane, M, NS, 50, T, NT: Multicomponent, plus p nt and minus 50 percent movement capability, traffic- and nontra fic-u uretha a ant; AST 920, Type M, Grade NS, Class 50, Uses T and NT.. I. Urethane, M, NS, 25, T, NT: MuIt' o n , nons , plus ercent a 25 percent movement capability, traffic an t is -use, ur ejoint seals T 920, Type M, Grade NS, Class 25, Uses T a J. Urethane, M, P, 50, T, NT: Iti pone, plus 50VSEe e d minus 50 percent movement capability, tr d nontraffI e, ethane joi ; ASTM C 920, Type M, Grade P, Class 50, Us a NT. K. Urethane, M, P, 25 ulticompo nt, pourable, p cent and minus 25 percent movement cap fic- a -use, i sealant; ASTM C 920, Type M, Grade P, las e T and �+ V � IMMER; A. Immersible Joint Se ft*96itable ?ft716n in liquids; ASTM C 1247, Class 1 tested in deionized water u erwise i i B. Urethane, Imrt&r le, , NS, 100/50, Immersible, single -component, nonsag, plus 100 percent an i 0 percenovement capability, nontraffic-use, urethane joint sealant; ASTM C 9 e S, Gradel►I? NT s 100/50, Uses NT, and I. C. Uretha ersible, S, NS, 5, , I: Immersible, single -component, nonsag, plus 35 percent s 5 perc%n ent capability, nontraffic-use, urethane joint sealant; ASTM C 20, T e , Gra Use NT and I. D. e, I rsibl NS, 50, T, NT, I: Immersible, single -component, nonsag, plus 50 percent and mi s 5 ercent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C Type S, Grade NS, Class 50, Uses T, NT, and I. E. Urethane, Immersible, S, NS, 35, T, NT, I: Immersible, single -component, nonsag, plus 35 percent and minus 35 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade NS, Class 35, Uses T, NT, and I. F. Urethane, Immersible, S, NS, 25, T, NT, I: Immersible, single -component, nonsag, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade NS, Class 25, Uses T, NT, and I. G. Urethane, Immersible, S, P, 50, T, NT, I: Immersible, single -component, pourable, plus 50 percent and minus 50 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade P, Class 50, Uses T, NT, and I. DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS H. Urethane, Immersible, S, P, 25, T, NT, I: Immersible, single -component, pourable, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade P, Class 25, Uses T, NT, and I. I. Polysulfide, Immersible, M, NS, 25, NT, I: Immersible, multicomponent, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, polysulfide joint sealant,- ASTM C 920, Type M, Grade NS, Class 25, Uses NT and I. J. Urethane, Immersible, M, NS, 50, T, NT, I: Immersible, multicomponent, nonsag, plus 50 percent and minus 50 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type M, Grade NS, Class 50, Uses T, NT, and I. K. Urethane, Immersible, M, NS, 25, T, NT, I: Immersible, multicomponent, nonsag, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffi - se, urethane joint sealant; ASTM C 920, Type M, Grade NS, Class 25, Uses T, NT, and I. L. Polysulfide, Immersible, M, NS, 25, T, NT, I: Immersible, multico nsag, plus 25 percent and minus 25 percent movement capability, traffic- and is -use, polysulfide joint sealant; ASTM C 920, Type M, Grade ss 25, Uses NT, M. Urethane, Immersible, M, P, 25, T, NT, I: 1 le, mu is onent, pourable, plus 25 percent and minus 25 percent moveme cap ility, traf ' n traffic -us rethanejoint sealant; ASTM C 920, Type M, Grade lass 25, Uses , N , aI. _ 1 2.6 SILYL-TERMINATED POLYETHER (STPE) J LANTS r v A. STPE, S, NS, 50, NT: Single- nt, no lu 50 perce s 50 percent movement capability, Wont ffi se, silyl r polyet r in alant; ASTM C 920, Type S, Grade NS, Clas NT. B. STPE, S, NS, 35, NT- I compone1-terminated g, plus 35 er t and minus 35 percent movement capabi ' n raffic-use, J>t)lj�l-terminated joint sealant; ASTM C 920, Type S, Grade 5, Us N C. STPE, S, S, ngle-c t, nons s percent and minus 25 percent moveme ty, non ffic- silyl-t mina polyether joint sealant; ASTM C 920, Type S, Gr N , ass 2 e NT. D. STPE, S, N 100/50, T T" gle-coRi en nonsag, plus 100 percent and minus 50 percent movement� , traf ' traffic -use, silyl-terminated polyether joint sealant; ASTM Ce S, Gra s 100, Uses T and NT. E. STPE, S, NS, I�p Single -comp nonsag, plus 50 percent and minus 50 percent movement traffic-^ non raffic-use, silyl-terminated polyether joint sealant; ASTM C 9 e S, Grade%S%4!gs 50, Uses T and NT. F. STPE, , 5, T, NT: Sin a -co ponent, nonsag, plus 35 percent and minus 35 percent nt apabiIV and nontraffic-use, silyl-terminated polyether joint sealant; STM 0, Ty N Class 35, Uses T and NT. G. , NS, 2 , T, ingle-component, nonsag, plus 25 percent and minus 25 percent movement ca ilit traffic- and nontraffic-use, silyl-terminated polyether joint sealant,- ASTM C 920, Typ Grade NS, Class 25, Uses T and NT. H. STPE, S, P, 25, T, NT: Single -component, pourable, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, silyl-terminated polyether joint sealant; ASTM C 920, Type S, Grade P, Class 25, Uses T and NT. 2.7 MILDEW -RESISTANT JOINT SEALANTS A. Mildew -Resistant Joint Sealants: Formulated for prolonged exposure to humidity with fungicide to prevent mold and mildew growth. B. Silicone, Mildew Resistant, Acid Curing, S, NS, 25, NT: Mildew -resistant, single -component, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, acid - curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 25, Use NT. DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -6 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS C. STPE, Mildew Resistant, S, NS, 50, NT: Mildew -resistant, single -component, nonsag, plus 50 percent and minus 50 percent movement capability, nontraffic-use, silyl-terminated polyether joint sealant; ASTM C 920, Type S, Grade NS, Class 50, Use NT. 2.8 POLYSULFIDE JOINT SEALANTS A. Polysulfide, S, NS, 25, NT: Single -component, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, polysulfide joint sealant; ASTM C 920, Type S, Grade NS, Class 25, Use NT. B. Polysulfide, M, NS, 25, T, NT: Multicomponent, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, polysulfide joint sealant; ASTM C 920, Type M, Grade NS, Class 25, Use NT. C. Polysulfide, M, P, 25, T, NT: Multicomponent, pourable, plus 25 per a us 25 percent movement capability, traffic- and nontraffic-use, polysulfide joint s A TM C 920, Type M, Grade P, Class 25, Uses T and NT. ' 2.9 BUTYL JOINT SEALANTS O A. Butyl -Rubber -Based Joint Sealants4 C 1 11. 2.10 LATEX JOINT SEALANTS ` A. Acrylic Latex: Acrylic latex or ' i n' d acrylic t TM C 834, y rade NF. 2.11 JOINT -SEALANT BACKING A. Sealant Backing Mat n G neral: No tain , comP atibl wi int substrates, sealants, primers, and oth j fillers; an approved for ons indicated by sealant manufacturer b field a erPi���ppd labo t B. Cylindric Se t c ngs: A 30, Typ os -cell material with a surface skin) Type 0 ( ateri Typ (bicelILALar m rial with a surface skin) or any of the preceding es, as appr in writing by t-sea ant manufacturer for joint application indicated, a d of size sity to tQ of alant depth and otherwise contribute to producing optimum erfor ` C. Bond -Breaker Ta . o thylene other plastic tape recommended by sealant manufacture a ting sealant adhering to rigid, inflexible joint -filler materials or joint surfagrialrecL) of joi;. vide self-adhesive tape where applicable. 2.12 MISCELLANEORIALS A. P by ioint-sealant manufacturer where required for adhesion of eala joint i icated, as determined from preconstruction joint -sealant- s e test nd fi ests. B. Cleaners for po us Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sea backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3 — EXECUTION 3.1 EXAMINATION DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -7 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.2 A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint -sealant manufacturer's written instructions and the following requirements: 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and comp ility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, w ter ellents, water, surface dirt, and frost. 2. Clean porous joint substrate surfaces by brushing, grindin aal abrading, or nic a combination of these methods duce a cle oyp bstrate capable of developing optimum bond with joi nts. Re o s15ose particles remaining after cleaning operations abov by cuumin w g out joi with oil -free compressed air. Porousjgint strates includ th fo wing: I a Cnnrrete ` :erami ` finish m . -N, k91 relette agents fro rfaces al cleaners or other means that leave s c able of interfering with adhesion Is joint sttra include the following: C. as►a i ape: JWQ,gpg surfa or by cleaning i tooling without >int subspOttes where recommended by joint -sealant manufacturer or struc% sealant -substrate tests or prior experience. Apply primer ala*an acturer's written instructions. Confine primers to areas of *tspillage or migration onto adjoining surfaces. tJpe where required to prevent contact of sealant or primer with herwise would be permanently stained or damaged by such contact s required to remove sealant smears. Remove tape immediately after ing joint seal. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint -sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -8 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.4 0 F 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. Install bond -breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. Tooling of Nonsag Sealants: Immediately after sealant application a b re skinning or curing begins, tool sealants according to requirements specified i a aphs below to form smooth, uniform beads of configuration indicated; to elim it pockets; and to ensure contact and adhesion of sealant wit es of joint. ' 1. Remove excess sealant from surfac ent to j in 2. Use tooling agents that are app oved writing n manufact r and that do not discolor sealants or ac a surfaces. 3. Provide concave joint o1 r Figure A in M C 11 otherwise indicated. ` 4. Provide flush joint pr t cations i%di to n Drawinor ' g to Figure 8B in ASTM C 1193. 5. Provide recessqfti configurat f cess dept locations indicated on Drawings to in AST XtEct 11 a. U m Ong tape to surfaces o recessed tooled joints. v FIELD QUALITY C NT L A. Field-Adh ing: NFite\slnt-seal t adhion to joint substrates as follows: 1. Ex t o Testinompleted a ure sealant joints as follows: a. erform [10r the fifti[ 0 et] of joint length for each kind of sealant 4. feet] of joint length thereafter or one test per rding to Method A, Field -Applied Sealant Joint 4 C 1193 or Method A, Tail Procedure, in ASTM ;trates, verify adhesion to each substrate de, verifying adhesion to opposite side. Repeat following: es and are free of voids. b. Whether sealant dimensions and configurations comply with specified requirements. c. Whether sealants in joints connected to pulled -out portion failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each kind of product and joint substrate. Compare these results to determine if adhesion complies with sealant manufacturer's field -adhesion hand -pull test criteria. Record test results in a field -adhesion -test log. Include dates when sealants were installed, names of persons who installed sealants, test dates, test locations, whether DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -9 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS joints were primed, adhesion results and percent elongations, sealant material, sealant configuration, and sealant dimensions. 5. Repair sealants pulled from test area by applying new sealants following same procedures used originally to seal joints. Ensure that original sealant surfaces are clean and that new sealant contacts original sealant. B. Evaluation of Field -Adhesion -Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that fail to adhere to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. 3.5 CLEANING A. Clean off excess sealant or sealant smears adjacent to joints a r progresses by methods and with cleaning materials approved in writing by manu s of joint sealants and of products in which joints occur. ' 3.6 PROTECTION A. Protect joint sealants during anq curing perio fir m ontact wit taminating substances and from damage tft�[n r m co tructio per ion causes so sealants are without deteriorate age at t f Su stantial p on. If, despite such protection, damage or io ion occL ut t, remov r r damaged or deteriorated joint seala ediat s allatio it paired areas are indistinguishable from ork. 3.7 JOINT -SEALANT SCHEDU A. Joint -Sealant A : Exte r horizo i rfaces. 1. J int at n a. n and trac joints , cas -place concrete slabs. b. oints etwee ' ferent mated iste above. C. ther joints s i ated on4Dr in 2. Joint Seala ne, M, , 3. Joint -Sea r: As sel chitect from manufacturer's full range of colors B. Joint -Sealant c n: Exterior in vertical surfaces and horizontal nontraffic surfaces. 1. J t L ations: ro nstruction jo is i cast -in -place concrete. FdJ0 oints Ike nt-precast architectural concrete units. oin . ssemblies. ' is in rior insulation and finish systems. e. Joi s b een metal panels. f. Joint tween different materials listed above. g. Perimeterjoints between materials listed above and frames of [doors] [windows] [and] [louvers]. h. Control and expansion joints in [ceilings] [and other] [overhead surfaces]. i. Other joints as indicated on Drawings. 2. Joint Sealant: [Silicone, nonstaining, S, NS, 50, NT] 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors C. Joint -Sealant Application: Interior joints in horizontal traffic surfaces. 1. Joint Locations: a. Isolation joints in cast -in -place concrete slabs. b. Control and expansion joints in tile flooring. DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -10 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS c. Other joints as indicated on Drawings. 2. Joint Sealant: [Urethane, S, P, 25, T, NT] 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors D. Joint -Sealant Application: Interior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. Control and expansion joints on exposed interior surfaces of exterior walls. b. Tile control and expansion joints. c. Vertical joints on exposed surfaces of [concrete] [walls] d. Other joints as indicated on Drawings. 2. Joint Sealant: [Urethane, S, NS, 25, NT] 3. Joint -Sealant Color: As selected by Architect from manufactur s range of colors E. Joint -Sealant Application: Interior joints in vertical surfaces z tal nontraffic surfaces not subject to significant movement 1. Joint Locations: a. Control joints on exposed interior su f exteri r b. Perimeter joints between inte for II surfa ames of terior doors] [windows] Insert type of�j sealant in " in S a ant" Subp r r ph below, - coordinate with Part 2. i�pti n s exa le onl 2. Joint Sealant: Acrylic la 3. Joint -Sealant Color: a d b Arcti� a fr manufac r n e of colors Y 9 F. Joint -Sealant Application: Id -resista4llndints in i a aces and horizontal nontraffic surfaces. 1. Joint Locatio a. Joints et a plumbing ures and adjo' s, floors, and counters. b. Til nd ex n is whe t c. 0 rj nt s indi Drawin 2. J t: [Sili o e, ew resi ant, . curing, S, NS, 25, NT 3. Jo -Sealant Col selectedbyAXItect rom manufacturer's full range of colors G. Joint -Sealant A lication: C ce mastids� 1. Joint Locati a. Alum' sholds. b. S e C. is as ind' d on Drawings. 2. J t ant: [Butt' r ased] 3. ealant Colo As elected by Architect from manufacturer's full range of of rs. � END OF SECTION DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -11 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 08 16 13 FIBERGLASS DOORS AND FRAMES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Fiberglass Reinforced Plastic (FRP) Doors B. Fiberglass Reinforced Plastic (FRP) Frames 1.2 RELATED SECTIONS A. Division 1 - General Conditions, Supplementary Conditions B. Division 8 - Door Hardware 1.3 QUALITY ASSURANCE A. General Qualifications: 1. Manufacturer Qualifications: A comp that specializes in n acturing FRP doors and frames with a minimum of experi 2. Quality Assurance: Obtain all FRP ors and fr es from a single manufacturer to ensure consisten ualit . 3. Quality Assurance: Hardwa LP ssorie for all doors a ames shall exactly adhere to the s specific on. 4. Quality Assurance: Glass for indows♦in o shall be per the Architect's instruction cifica B. Regulatory Requiremen 1. Fire -rated door, p frame cons n confor o ducts tested under ASTM E152, U FPA 252. 2. Install door a and fra orming for fire -rated class, ANSI A117.1 s ci a ns for ica access' it A equirements, ANSI A250.4- 201 1 ing in exc '000,000 es with no failure of any design feat door. 3. Flame pread: All P compon nt rts, including the finish, shall have a flame spread s i tion o per ASTM E84 and shall be self- extingui . shing, D63 n erating conditions dictate otherwise. 4. Resins Vlka s to meet w A standards for incidental food contact, if applica �s project. 5. Prod is a ufactur�l� specified —that have passed the Florida Building C C), including is ade High Velocity Hurricane Zone (HVHZ). C. arr i ude toQ'rL' s ree from defects in material and workmanship from date of shipment, ana from corrosion from date of shipment, provided that the structural inthe doors and frames have not been violated or compromised. 1.4 SUBMITTALS A. Submit shop drawings and product data under provisions of Section 01300. B. Shop Drawings — Include the following: 1. Elevation of each door type including door size, handing and finish 2. Cutout locations for lites and hardware 3. Internal reinforcement 4. Frame configuration, anchor types and spacing C. Product data including manufacturer's literature, fabrication descriptions and installation instructions. DEMX ARCHITECTURE FIBERGLASS DOORS AND FRAMES FAYETTEVILLE, AR 08 16 13 - 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS D. Construction and/or color samples as requested. 1.5 DELIVERY, STORAGE AND PROTECTION A. Doors and frames will be individually packaged in cardboard cartons. Cartons will be clearly labeled with project information and will include fasteners and installation instructions, if required. Only remove cartons upon arrival if cartons are wet or damaged. B. Deliver and store doors and frames at the job site in such a manner as to prevent damage; out of weather and/or extreme temperatures. The doors shall be stored in a vertical position on blocking, clear of the floor and with blocking between the doors to permit air circulation between the doors. C. All damaged or otherwise unsuitable doors and frames, when so a in shall be immediately removed from job site. PART 2 - PRODUCTS 2.1 ACCEPTABLE MANUFACTURES O A. Products manufactured by ng c mpani omplyin vthese specifications will be acce to RIM Co n k h p p y, os Wi o 54901. Phone: 920-231-2000 Fax: 920 31 8 www.c ri om B. Substitutions may be co rovid h factu er c p with the specifications as writte th produ ufacture nited States of America. Requests fo i tions must mitted in i o less than ten (10) business days pri bid date ubsti tion re all include a physical sample and wn e o mentatio e prod e specific manufacturing methods as to in. lk l 2.2 FRP DOORS A. Door Fabr tion: 1. Total door thick to e a no riches thick. 2. Lock stiles on o ed and r e leaves shall be factory beveled 1 /8" in 2". 3. Provide o ompletely ss construction on all six (6) surfaces. B. Face Sheets: ce sheets all b anufactured using a corrosion resistant resin system tabiliz% Yes. The resin shall be reinforced with fiberglass, 500/1 a b weight f enhatTiced strength. Face sheets shall be a minimum of 0 nc h ck fibe ace sheets will be Architect's choice of smooth or pebble ea inish. • C. the rid Rai . ilee r ils shall be 1-1/2 inch square pultruded fiberglass tubes. sion is fiber ass fabrication process that results in a much stronger, more durable produc . -rated and 20 minute doors will have a full width horizontal 1-1/2 inch square pultruded fiberglass tube every 24 inches in height for internal reinforcement. A 1-1/2 inch square solid fiberglass block shall be used at all hardware reinforcements and corner intersections. A minimum of 1,000 pounds screw withdrawal force shall be required per screw. The bottom rail shall allow for 1-1/4 inches of height alterability without loss of the panel's integrity. Absolutely no metal or wood reinforcements, including #2 SPF (Spruce Pine Fir), will be allowed in any part of the stile and rail configuration. D. Core Options: 1. Polyurethane Foam Core: A 1-1/2 inch thick rigid block of polyurethane shall be laminated to the interior of the panels. The "R" factor shall be 12. The polyurethane DEMX ARCHITECTURE FIBERGLASS DOORS AND FRAMES FAYETTEVILLE, AR 08 16 13 - 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS insulation shall be Class A and CFC free. Foam properties comply with ASTM E-84 and The International Building Code (IBC). 2. Balsa Core: 1-1/2 inches thick Balsa core, of end grain construction for enhanced strength, shall be laminated to the interior of the panels. The balsa shall have a density of 8.5 — 9.0 Ibs/cu. Ft. Compressive strength, perpendicular to the door panel surface shall be 1400 psi. 3. Honeycomb Core: Phenolic impregnated resin paper honeycomb. 4. Mineral Core: for 30 minute to 90 minute fire rated FRP doors. E. Hardware Preparations: Doors shall be reinforced and mortised for hardware with 1- 1/2 inches x 1-1/2 inches of solid fiberglass to allow application of hinges and locks, in accordance with the hardware schedule, hardware manufacturer's instructions and templates. 1. Reinforcement Blocking: Non -swelling polymer or firestop blockin a used for all lockset, surface mounted hardware and thru-bolted hardwa b cki 2. Pilot holes for full mortise butt hinges will be pre -drilled by fa o 3. All hardware shall be attached / insta d by using pilot hole d ainless steel wood screws. F. Door Accessories 1. Glazing: Glazing support structur sha ensure a t ass area ather sealed as not to permit mo' uteri the c f the doo to be accomplished by utilizing p 1-1/2 inc quar RP tubes icate the window opening. Glazing us I ow forge y ess for re i event of damage or replaceme t affe led in gr' t c out in the door panel itself. 0 s ut dire core mat of be allowed. 2. Louvers: Louvers a abricated w ruded FR al of an inverted W" design, and sh ject to th ame p rforman tee as the door panel. The louver n will be fa in the s e as for glazing above. 3. Fastener P i coun k ainless eel a ers as required for glazing ope uvers. 4. Tran A trans pan s will b ident I to the doors in construction, mater s, thicknes , o nd rein4or t. 5. Astragals: Astr f pairsbe fabricated with FRP material of manufacturer' s and flat si 2.3 FRP FRAMES A. Fabricati ames ska gid, neat in appearance, free from defects and the finish ch the d rs. 4dbricate FRP doors and frames as shown on the gs n in ac r with best shop practices. Field measurements shall be ake quired r i ting with adjoining work. P vide fr s or , transoms, sidelites and borrowed lites, as required. II frame hall a 100% pultruded fiberglass with an average 50% glass content by weight i results in an industrial fiberglass frame as strong as a 14 gauge hollow metal frame. 3. Non -rated and 20 minute UL labeled: Standard one piece FRP profile with integral stop: 5-3/4" x 2" equal rabbet (optional: 4 inch header) (optional: modified depth with equal rabbet) (optional: modified depth with un-equal rabbet) (optional: single rabbet design) 4. 30 — 90 minute UL labeled FRP Frames: Standard one piece FRP profile with integral stop: 5-3/4" x 2" equal rabbet. Frames that must be grouted solid with mortar in the field to achieve label are not acceptable. DEMX ARCHITECTURE FIBERGLASS DOORS AND FRAMES FAYETTEVILLE, AR 08 16 13 - 3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2.4 5. Head and jamb members shall be standard 45 degree miter, providing a neatly mitered corner connection, fabricated for Knocked Down (KD) field assembly. (optional: one piece frame, resin bonded and assembled at factory, available on non -rated frames only) B. Reinforcements and Braces / Supports 1. Frames shall be reinforced and mortised for hardware in accordance with the hardware schedule, manufacturer's instructions and templates. Absolutely no metal reinforcements will be allowed in any part of the FRP frame configuration. 2. Corner Reinforcement: 4 inches x 4 inches x 5-3/8 inches x 1/4 inch thick pultruded fiberglass angle. Attached to head bar at factory using stainless steel screws. 3. Mortise Hinge Reinforcement: 3 inches x 7 inches x 9/16 inch (or 3/8 inch) thick FRP material attached to frame by means of bonding and less steel countersunk screws. 4. Closer Reinforcement: 1-1/2 inches x 19 inches x 3/16 inc t material attached to frame by means of bondi 5. Strike Reinforcement: 1-1/2 inches es x 3/ h/ihic FRP material attached to frame by means of bonding d stainle el untersunk screws. 6. Anchoring Systems - Furnish at le t thr (3) an o i h jamb o es up to 90 inches high and one ( anch r for ea inches i Zbove 90 inches, in RELATED MATERIALS A. Polyurethane finish, hi l� s olyuret c at that ex ' ellent chemical resistance, outstandi hness, flexi ' ' abrasion s' nce and excellent outside durability. 1. Flat; smoot e eet opW 2. Semi -GI ;a shee ns 3. Glo heet optio B. Gelcoat h, 25 (smo th face ets y), from manufacture's full range of colors C. Prime; finis for fiel ti all fa ions 1. Acceptable to c gs a. Lnaifl b. thane FBI PART 3 — 3.1 INSPECTION Installer shall examine the substrate and conditions under which fiberglass reinforced plastic work is to be installed and notify the General Contractor in writing of any conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to the installer. 3.2 INSTALLATION A. Doors and frames will be delivered in individual cartons with the identifying mark number listed on each carton. DEMX ARCHITECTURE FIBERGLASS DOORS AND FRAMES FAYETTEVILLE, AR 08 16 13 - 4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS B. Install FRP doors, frames and accessories in accordance with manufacturers printed instructions, final shop drawings, NFPA 80 standards at fire rated openings and / or HVHZ standards for FBC labeled openings. C. Provide clearance for doors of 1 /8 inch at jambs and heads; 1 /4 inch clearance above threshold. D. Fire labeled doors, frames and accessories must be installed by qualified, licensed installers adhering to the latest version of NFPA 80. 3.3 ADJUSTING At substantial completion, adjust all operable components to ensure proper installation. Doors shall function smoothly and swing freely without binding. Doors shall remain open at any angle without being affected by gravitational influence. 3.4 CLEANING Remove dirt and excess sealant from exposed surfaces. Follow a ufacturer's recommended cleaning techniques and proc es for cleanin ally es. Only use cleaning products that will not scratch or dam urface a zlFe recommended by the manufacturer. PART 4 — MATERIAL PROPERTIES OF FIB I ED P STIC ) PROFI 4.1 DOOR PROPERTIES •` ASTM D-256: Notched Izod I c ASTM D-638: Tensile Stre erties of is ASTM D-695: Compressiv r gth ASTM D-732: Shear S n ASTM D-790: Flex gth / F x ulus ASTM D-2583. B of a ess ASTM E-28 tion T st ASTM E-330: tic o d Test ASTM E-331: ter Infiltra n ASTM E-1886: Impact s & Ex lic Pressure Differentials ASTM E-1996' Impa y Borne TAS 201: Large e I act TAS 202: Static st TAS 203: Cy L est SFBC 360 ced Entry 4.2 FOCC ROPE, AS C- 3: Flex al Mo us ASTM-17--272: WatkAbsjrption ASTM C-273: Shear ngth ASTM C-518: K-Factor / R-Factor ASTM D-1621: Compressive Modulus ASTM D-1622: Density ASTM D-1623: Tensile Strength ASTM D-2126: Dimensional Stability ASTM D-2856: Closed Cell Content ASTM E-84: Surface Burning Characteristics ASTM E-96: Water Vapor Permeability 4.3 BALSA CORE PROPERTIES DEMX ARCHITECTURE FAYETTEVILLE, AR FIBERGLASS DOORS AND FRAMES 081613-5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS ASTM C-271: Apparent Normal Density ASTM C-273: Shear Strength ASTM C-297: Tensile Strength ASTM C-365: Compressive Strength ASTM D-177: Thermal Conductivity BSS-7238: Smoke Density & Toxic Gas Generation CMVSS/FMVSS 302: Motor Vehicle Flammability Safety Test MIL-STD-9076: Fire Resistance Test 4.4 ADHESIVE PROPERTIES: URETHANE ADHESIVE SYSTEM ASTM D-570: Water Absorption ASTM D-638: Elongation Percent ASTM D=638: Tensile Strength ASTM D-638: Young's Modulus ASTM D 2240: Shore Hardness, D ASTM D-3163: Bond Configuration Lap Shear ASTM E-132: Poisson Ratio - ASTM E-1640: Glass Transition Temperature 4.5 ISO MAT-2208: CLTE@ -30 to 0 deg. C ISO MAT-2208: CLTE@ 50 to 100 d SAE J-1525: Crosshead Speed RESIN PROPERTIES ASTM D-256: Notched Izod ASTM D-570: Water Absorl ASTM D-638: Tensile ASTM D-638: Mod ASTM D-638: Te le ASTM D-64 e ' Te ASTM D-695: a ive ASTM D-790: ength / FIE ASTM D-2566: Linear S ASTM D-2583: Hardneillsl )pertie Plast cs Tensi G i d I at t ith / ompres ' e Mo lus Flexural modulus • arcol ` CO END OF SECTION Cj DEMX ARCHITECTURE FAYETTEVILLE, AR FIBERGLASS DOORS AND FRAMES 081613-6 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 08 54 13 FIBERGLASS SLIDING WINDOWS PART 1 GENERAL 1.1 SECTION INCLUDES A. Fiberglass sliding windows. 1.2 RELATED SECTIONS A. Section 07270 (07 27 00) - Air Barriers: Water-resistant barrier. B. Section 07920 (07 92 00) - Joint Sealants: Sealants and caulking. 1.3 REFERENCES O A. American Architectural Manufacturers Association (AAMA): 1. AAMA 502 -Voluntary Specification for Field ting of Windows and g Doors. 2. AAMA 623 - Voluntary Performance Require m Test P ups or Organic Coatings on Fiber Reinforced Thermoset Profiles. B. American Society for Testing and Materials (AS M): 1. ASTM C 1036 - Flat Glass. 2. ASTM C 1048 - Heat -Treated Flat s i d HS, Kin Co ed and Un at Glass. 3. ASTM D 3656 - Insect Screenin d L ver Cloth ve rom Vinyl- s Yarns. 4. ASTM E 283 - Rate of Air Lea g ugh E 'o ws, C rt 'n a and Doors Under ed Specified Pressure Differ� ro s the S 5. ASTM E 547 - Water Pen e II of Exterior s, Curtain I nd Doors by Cyclic Static Air Pressure Differen ' 6. ASTM Ell05 — S est M the ield Det if Water Penetration of Exterior Window Do r , kyligh Curtain W b U m Static Air Pressure Difference. �+ C. Screen Manufactu s iation MA): 1. SMA 1201 - S cification 1.7 ct Scregns or ndows, Sliding Doors and Swinging Doors. D. Window and Door Man fa s ciatio 1. ANSI/AAMA/NWWD 2 - Vo t ifications for Aluminum, Vinyl (PVC) and Wood Windows GI oors. 1.4 PERFORMANCE R ENTS A. Windows shall at i g HS-LC- [ L /LC50 ] specifications in accordance with ANSI/AA 101 /I. -08. B. Window it Le ,AST dow air leakage when tested at 1.57 psf (25 mph) shall be 0.25 cf 2 o rame o e S. C. Window Penetra n, A M E 547: No water penetration through window when tested under static pressure of [4.5 p mph)] [7.5 psf (54 mph)] after 4 cycles of 5 minutes each, with water being applied at a rate of 5 gallons per hour per square foot. 1.5 SUBMITTALS A. Submit in accordance with Division 1 requirements. B. Product Data: Submit manufacturer's product data, including installation instructions. C. Shop Drawings: Submit manufacturer's shop drawings, indicating dimensions, construction, component connections and locations, anchorage methods and locations, hardware locations, and installation details. DEMX ARCHITECTURE FIBERGLASS SLIDING WINDOWS FAYETTEVILLE, AR 08 54 13 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 1.6 DELIVERY, STORAGE, AND HANDLING A. Delivery: Deliver materials to site undamaged in manufacturer's or sales branch's original, unopened containers and packaging, with labels clearly identifying manufacturer and product name. Include installation instructions. B. Storage: 1. Store materials in accordance with manufacturer's instructions. 2. Store materials off ground and under cover. 3. Protect materials from weather, direct sunlight, and construction activities. C. Handling: Protect materials and finish during handling and installation to prevent damage. PART 2 PRODUCTS 2.1 MANUFACTURER A. Pella Corporation, 102 Main Street, Pella, Iowa 5021 Toll Free (800) 54-PE Phone (641) 621 1000. Website www.pella.com. 2.2 FIBERGLASS SLIDING WINDOWS O A. Sliding Windows: Pella Impervia. �, 1. Factory -assembled window with s i led in fra 2. Frame and Sash Material: Duraca yer, pulird- rglass m rced with interlocking mat. B. Frame: 1. Type: Block frame 2. Interior and Exterior F truded, fi rglass composi 3. Overall Frame De hes. 4. Nominal Wall T kn s Fiber �M nbers: 5 n 0.070 inch. 5. Frame Cor a. Mitere b. Joined d bonded moset pol re ne adhesive, nylon corner lock, and mechanically f 6. Sill: Fitted with wee ssembli 7. Jambs: Factor&r�alsh: nter-bored, t ation screw holes. C. Sash: 1. Interior and Pulku berglass composite. 2. Vent Sasqo able for cl nin terior glass. 3. Sas o er M' ` B ded an ealedl�I i lected thermoset polyurethane adhesive. D. Glazing: 1. Float Glass: AST 36, Quality 1. a. Tempered Glass: ASTM C 1048. 2. Type: 11 /16-inch thick, insulating glass, clear, tempered, Low-E coated with argon E. Weather Stripping: 1. Vent Sash: Dual weather-stripped around perimeter with fin -type, dual -pile, weather stripping. 2.3 OPTIONS A. Insect Screens: 1. Compliance: ASTM D 3656 and SMA 1201. DEMX ARCHITECTURE FIBERGLASS SLIDING WINDOWS FAYETTEVILLE, AR 08 54 13 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS Screen Cloth: Half-size with black, vinyl -coated, 18/16 mesh, fiberglass screen cloth set in aluminum frame fitted to outside of window. Complete with necessary hardware. Screen Frame Finish: Baked enamel. a. Color: Match window exterior. 2.4 HARDWARE A. Rollers: 1. Vents: Equip with 2 nylon roller housings containing 2 acetal rollers each. 2. Rollers: Remove for cleaning and maintenance. B. Lock: 1. Type: Self -aligning, cam -action lock. O 2 Windows 37 Inches High or Greater: 2 locks. 3. Standard Finish: Match window interior 2.5 TOLERANCES A. Windows shall accommodate the following opening t erances: 1. Horizontal Dimensions Between High and ow P ints: PI s 4- minus 0� 2. Width Dimensions: Plus 1/4-inch, s 3. Building Columns or Masonry Ope s or min /4-i h from plu b. 2.6 FINISH A. Exterior and Interior Duracast Fi ac ory-ap r-coat pai y with AAMA 623. 1. Color: Architect to s standar olor line. G 2.7 INSTALLATION ACCE 0 A. Flashing/Sealant SmartFlas .O 1. Aluminum-f a e butyl dow a d door hing pe. 2. Maximum To I ThicknesV nch. 3. UV resistant. 4. Verify sealant compith sea t cturer. B. Interior Insulating-Fo fixLv(w-expan n w pressure polyurethane insulating window and door foanT t. C. Exterior Perimeter ^11OPella VAQd d Door Installation Sealant" or equivalent high quality, multi -purposes as specified ' the nts sealant section. D. Block Fra I tal ion Acc Installation screws for frame screw applications. 2.8 SOURC UA CO L` A. Factory Te g: Facto test dividual standard operable windows for air infiltration in accordance with ASTM E 283, to ens mpliance with this specification. PART 3 EXECUTION 3.1 EXAMINATION A. Examine areas to receive windows. Notify Architect of conditions that would adversely affect installation or subsequent use. Do not proceed with installation until unsatisfactory conditions are corrected. DEMX ARCHITECTURE FIBERGLASS SLIDING WINDOWS FAYETTEVILLE, AR 08 54 13 -3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.2 INSTALLATION A. Install windows in accordance with manufacturer's instructions. B. Install windows to be weather -tight and freely operating. C. Maintain alignment with adjacent work. D. Secure assembly to framed openings, plumb and square, without distortion. E. Place interior seal around window perimeter to maintain continuity of building thermal and air barrier using insulating foam sealant. F. Seal window to exterior wall cladding with sealant and related backing materials at perimeter of assembly. G. Leave windows closed and locked. 3.3 CLEANING A. Clean window frames and glass in accordance with Division 1 requirement B. Do not use harsh cleaning materials or methods that would damage finish C. Remove labels and visible markings. 3.4 PROTECTION A. Protect installed windows to ensure that, exce for no mal we hen , ndows wi ithout damage or deterioration at time of subs r letion. END OF SECTION •` � G 0 CO DEMX ARCHITECTURE FIBERGLASS SLIDING WINDOWS FAYETTEVILLE, AR 08 54 13 -4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 08 62 00 UNIT SKYLIGHTS PART 1 - GENERAL 1.01 SECTION INCLUDES A. Performance and product component information for VELUXO FS fixed deck mount skylight. B. VELUX Skylight Adhesive Underlayment provided with flashing kits. C. Engineered flashings EDL for shingle and thin roofing materials. 1.02 1.03 REFERENCE STANDARDS A. ASTM E 283 - Standard Test Method for Determining Rate of Air Leakage Through Exterior Windows, Curtain Walls, and Doors Under Specific Pressure Differences ActfNIhe specimen. B. ASTM E 330 - Standard Test Method for Structural Performance of Ext in ws, and Doors Skylights and Curtain Walls by Uniform Static Air Pressure Difference. C. ASTM E 331 - Standard Test Method for Water etration of Exterior Wi s, Skylights, Doors, and Curtain Walls by Uniform Static Air Prce i nce. D. ASTM E 1886 - Standard Test Method for Pe rmance eri Windows, Curtain Walls, Doors, and Impact Protective Systems lmp cted y Missil (s) n posed to�c Pressure Differentials. E. ASTM E 1996 - Standard Specific Perform of terior Win ow Curtain Walls, Doors, and Impact Protective Syste I acted bt db e Debris i S. F. National Fenestration Rating C C 10 for De er i i nestration Product U-factors. G. National Fenestration Ratin il, NFRC 200, dure for Pr ing Fenestration Product Solar Heat Gain Coeffi isible Tr smitta ce at No Bence. H. National Fenestratio C o u n il, 0, Test t Determining the Solar Optical Properties of Glaz' t ' Is an e I. Occupational ealth Admi i a n, OSHA Bards - 29 CFR 1910.23, Guarding Floor Openings and S. SYSTEM DESCRIPTION A. Skylight: Fixed deck - an interior ns� maintenance-fre u r thermal pane f l� t v increase v lig t tra Wm with du Fixed ufti to thede Dn Co rol: 1 mou B. Co igu the I C. Con Ilighl'Ag of the following main integrated components )inage a et, pre -finished white wooden frame, exterior 1;ipllcoMter flashing, ASA corner keys, and an insulating warm edge spacer system, three coats of LoE3 silver to is hile reducing solar heat, and a continuous deck seal am seal. Ved deck seal mounting system with durable foam seal to seal installed accessory mounting brackets. internal condensation collection system and drainage slots. 1.04 PERFORMANCE REQUIREMENTS A. The FS deck mount skylight is independently tested in accordance with listed standards for compliance with the unit skylight provisions of the 2003, 2006 and 2009 IBC, IECC, and IRC as follows: AAMA/WDMA/CSA 101/I.S.2/A440-08 (NAFS - 08) and/or AAMA/WDMA/CSA 101 /I.S.2/A440-11 (NAFS - 11) Performance Grades must be greater than or equal to: i. Downward design pressure = 150 psf ii. Uplift Design Pressure = 40 psf DEMX ARCHITECTURE UNIT SKYLIGHTS FAYETTEVILLE, AR 08 62 00 -1 CITY OF FAYETTEVILLE, ARKANSAS.- PARKS RESTROOM RENOVATIONS AND MODIFICATIONS B. Air leakage: Maximum of 0.4 I/s/m2 (0.08 CFM/ft2) of total unit area, measured at a pressure of 75 Pa (1.57 psf) in accordance with ASTM E 283, per the NAFS standards in (A). C. Water infiltration: No water penetration noted as measured in accordance with ASTM E 331 with a test pressure differential of 720 Pa (15.0 psf). Exceeds requirements of NAFS standards in (A). D. Thermal Performance: U-factor = 0.45 Btu/hr*ft2*F° or less, SHGC = 0.26 or less and [Vt = 0.52 or greater (clear)] or [Vt = 0.39 or greater (white)]. Tested and certified in accordance with NFRC 100 and 200 procedures. Applicable to aluminum and copper clad models. 2010 ENERGY STAR qualified in all U.S. zones. Applicable to aluminum and copper -clad models. E. FS skylights with impact glazing (06): Tested and certified in accordance with ASTM E 1886 and ASTM E 1996, Rated for Wind Zone 3, Missile Level C, Cycle Pressure +50 / -50. F. Limit member deflection to flexure limit of glass with full recovery of glazing materials. G. System accommodates, without damage to components or deterioration of seals, movement between frame and perimeter components. 1.05 SUBMITTALS Z A. Product Data: Manufacturer's installation detai nd product data shee i ude: a. Preparation details and installation in' b. Product Data sheets with storage and ha ling infor n c. Architectural roof sectional drawin can a found t LUXusa. d. Code compliance informati and ithin th ecificati contacting VELUX at 800-888-3589 orb www.VE usa. m B. Architectural/Cross Sectional Drawi s ♦` a. Mounting details b. Frame sizes c. Flashing details C. Shop Drawings a. Indicate ma i s, gau e, and in I tails D. Maintenance Data o n kylig it ylight f hi s m), (sunscreening accessories) to be include a ance manu E. Warranty: Sa rranty speci warran 1.06 QUALITY ASSURANCE • A. Manufacturer Qualifikfad a. Skylight er shall ha a inimum of ten years experience in design and fabricatiok mount s sk ghts. b. Skylig a manL*cf^to the highest standards of quality and craftsmanship in ISO an ISO 140 -ce d facilities. C. I hi s shall b ered and manufactured to match up with the roofing material a fight. • S ight in dhr a layers of protection; deck seal mounting system, adhesive derlaym t wr ped round the skylight frame and onto the roof deck, and engineered flashing, car "No Leak" installation warranty. B. Source Limitations: Obtain unit skylights, flashings, and accessories from a single source and from a single manufacturer. C. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency and marked for intended location and application. D. Unit Skylight Standard: Comply with AAMA/WDMA 101 /I.S.2./NAFS, North American Fenestration Standard Voluntary Performance specifications for Windows, Skylights and Glass Doors, and all later editions, for minimum standards of performance, materials, components, accessories, and fabrication. Comply with more stringent requirements if indicated. a. Provide third -party certified unit skylight with attached label. E. Thermal Performance —rated per applicable NFRC procedures. DEMX ARCHITECTURE UNIT SKYLIGHTS FAYETTEVILLE, AR 08 62 00 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS a. Provide NFRC—certified unit skylight ratings on an attached label. b. Qualify under ENERGY STARO criteria in all 50 states and attach verifying label. 1.07 COORDINATION A. Coordinate unit skylight installation requirements with roofing system. B. Coordinate size and locations of site built curbs with ECB flashing for actual unit skylight if the slope of the roof is less than 14 degrees. C. Pre -installation conference: conduct conference at (project site). 1.08 WARRANTY A. Standard VELUX product warranty, as specified in VELUX Warranty, publication XUS 20194. B. 10-year "NO LEAK" installation warranty. (Ref. 1.06(d)) 1.09 DELIVERY, HANDLING, STORAGE A. Deliver products in manufacturer's original containers, dry and undama eals and labels intact. B. Store and protect products in accordance with turer's r nAn ations. PART 2 -PRODUCTS 2.01 MANUFACTURER ` A. Acceptable Manufacturer: VELUX er Inc., P.19&.usa.cQm 1, Green 1 648; Toll Free Tel: 800-888-3589 Fax: 865-3 - eb: B. Substitutions: Permitted 2.02 MATERIALS G A. Wood: Kiln -dried, la onder sa -finish B. Maintenance free a eri ding: I or d 0.65 110"m frame coverings, prefinished, production e r nd fa rica t it exterior osed surfaces (Alloy AA 3003 H12 and AA 3003 H16). C. Dual sealed Gla g a. Dual sealed ther I with w chnology, 95% argon gas fill, and with three layers of LoE3i t at inc a i ible light over standard low-e coatings while lowering la at gain. Th I ing glazing options are available: i. 04 a ered LoE3 ane ith Neat coated exterior over a laminated heat s ed inteZ with 0.030" interlayer. ii. T mpered L 3 p over tempered interior pane. iii 0 — Tern E3 pane with Neat coated exterior over laminated heat engthert rid ane with 0.090" interlayer. iv 08 — pe o pane with Neat coated exterior over a white laminated heat stren ene interior pane with 0.030" interlayer. v. 10 — red LoE3 pane with Neat coated exterior over a laminated tempered interior pane with 0.030" interlayer to achieve higher snow load ratings. D. Sunscreening Control Accessories a. Manual control rods and extension poles available or manual operated sunscreening accessories. b. Battery operated control rod for sunscreening accessories. E. Field Fasteners: 1-1/4 inch ring shank nails provided for attaching deck seal mounting flange to roof decking. Ring shank nails are double hot dipped zinc coated. F. Weather stripping: Factory applied neoprene and thermoplastic elastomeric weather stripping throughout entire frame, profiled to effect weather seal. DEMX ARCHITECTURE FAYETTEVILLE, AR UNIT SKYLIGHTS 08 62 00 -3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS G. Mounting System: Continuous corrosion resistant mounting system with a durable foam seal and rough opening alignment notches. 2.03 FLASHING OPTIONS A. Type EDL Flashing is a prefabricated step flashing system designed for use with roofing materials less than 1 /2" thick and for slopes of 14 degrees to 85 degrees. B. Type EDW Flashing is a prefabricated gutter flashing system designed for use with roofing material greater than 3/4" thick, or high profile material, and for roof slopes of 14 degrees to 85 degrees. Sill flashing section consists of corrugated apron to allow form fit of high profile material. C. Type EDM Flashing is a prefabricated flashing system designed for use with metal roofing materials and for roof slopes of 14 degrees to 85 degrees. Sill flashing section consists of corrugated apron to allow form fit of roofing material profile. D. Type ECB Counter Flashing is a flashing systems designed for use on - ri ted curbs with deck mounted skylights on low-pitched roof slopes of 0 degrees to ECB counter flashing should be used with membrane roo fir E. Type EKL gang flashing system for use withtroi materi Aan 5/16" thick and for slopes of 14 degrees to 85 degrees. F. Type EKW gang flashing system for use thmari g er than 3 ck, or high profile material, and for roof slope es to 5 degr Sill flashOn consists of corrugated apron to allow form f'tfprofile m ial. 2.04 FABRICATION A. Fabricate frame with slip m an tendo at are glu ailed for strength and stability. B. Fabricate frame comp ith preci ' n tolerances en rjy tallation and movement of sash and dynamic t of p ri Vather s i C. Provide permane e r drain ha els to n e er flow and drain to the exterior. Provide inte a of glazing a s to exteri rough gasketing. D. All units fact a with ha(�nelt s icone-b d ex for seal. E. No site fabrica on needed. i F. Rough opening to be fra man ed dimensions. 2.05 FINISHES ` A. Exterior surfaces: �Iped exterior ood rfaces to be covered with roll formed maintenance - free aluminu a ii pieces.+41 has a neutral gray, Kynar® 500 polyvinylidene fluoride resin finish B. Main n e-fr a flashin ormed aluminum, neutral gray, baked on polyester polyamid pri r an coats* e i oil -formed, mill finish. C. Inte s ace: E oserior wood surfaces to be prefinished white with factory applied finish. PART 3 - EXECUTION 3.01 EXAMINATION A. Verify rough opening dimension and squareness, proper orientation of skylight, proper roof pitch, and flashing. 3.02 INSTALLATION A. Install skylight in accordance with manufacturer's installation instructions and local code requirements. DEMX ARCHITECTURE UNIT SKYLIGHTS FAYETTEVILLE, AR 08 62 00 -4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS B. Use the alignment notches on the deck seal mounting system to align skylight flush with the rough opening, free of warp or twist; maintain dimensional tolerances. C. Attach and seal the skylight to roof sheathing by nailing through the predrilled holes in the deck seal mounting system. One fastener required in each predrilled hole. D. Apply one layer of VELUX skylight adhesive underlayment around the perimeter of the skylight frame. E. Install the manufacturer's engineered perimeter flashing in accordance with manufacturer's installation instruction to achieve a weather tight installation. F. Install sun screening products and electrical controls. G. Provide thermal isolation when components penetrate or disrupt building insulation. Pack fibrous insulation in rough opening to maintain continuity of thermal barriers. 3.03 CLEANING A. Clean exposed skylight according to manufacturer's written instruc ' To ch up damage to metal coatings and finishes. B. Remove excess sealants, dirt, and other su nces. C. Remove and replace glazing that has beenvaraFaL chippe , d, abraded or damaged during the construction process. D. During the construction process, +tecXhe sk gh ces fro r tact with contaminates. • 3.04 FIELD QUALITY CONTROL ` A. Install skylight, adhesive skylig u ymen gin a co it manufacturer's installation instructions. END OF SECTION O G DEMX ARCHITECTURE FAYETTEVILLE, AR UNIT SKYLIGHTS 08 62 00 -5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 08 71 00 DOOR HARDWARE PART 1 —GENERAL 1.1 SECTION REQUIREMENTS A. Submittals: Hardware schedule and keying schedule. PART 2 - PRODUCTS 2.1 HARDWARE A. Fire -Resistance -Rated Assemblies: Provide products that comply with N A and are listed and labeled by a testing and inspecting agency acceptable to autho ' s v' g jurisdiction for applications indicated. On exit devices provide label indicating "F ardware." B. Hinges: 1. Manufacturers: Subject to compliance uireme s, ide products by one of the following: a. Bommer Industries, Inca b. Hager Companies. ` C. Ives; an Allegion bran . d. Stanley Commerci are; a s1Q anley Se i I ns. 2. Stainless -steel hinges h inless- e i r exteri 3. Nonremovable hin r exterior p lic interior u 4. Ball -bearing hin ors with Yosers d entry d -V 5. Two hinges fo -3 -inch- (35- hick woo d r 6. Three hin 4-inc 4!f mrl}) hick d rs 0 es (2300 mm) or less in height; four es oo s more inches ( mm) in height. C. Locksets an s: 1. Manuf turers: Submplia nce equirements, provide products by Schlage w/ Falc n restricted li ers: a. Falcon; a Bran ` b. Sc la agion bran 2. BHMA Al eries 4000, for bo locks and latches. 3. BHMA rade 1A evices. 4. BH 5 , for auxi ' ry s. 5. B A 6.12, r' 00, for interconnected locks and latches. 6. 156.13*, s 0, for mortise locks and latches. 7. Le r hand n t and latchsets. 8. ovide tri on e t evices matching locksets. D. Key locks to Owne sting master -key system. 1. Cylinders with six -pin tumblers. 2. Provide cylinders for storefront doors, and other locking doors that do not require other hardware. 3. Provide construction keying. 4. Provide key control system, including cabinet. E. Closers: 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Arrow USA; an ASSA ABLOY Group company. b. Corbin Russwin, Inc.; an ASSA ABLOY Group company. DEMX ARCHITECTURE DOOR HARDWARE FAYETTEVILLE, AR 0871 00-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS C. DORMA Americas. d. LCN; an Allegion brand. e. Norton Door Controls; an ASSA ABLOY Group company. f. SARGENT Manufacturing Company; ASSAABLOY. g. Yale Security Inc; an ASSA ABLOY Group company. 2. Mount closers on interior side (room side) of door opening. Provide regular -arm, parallel- arm, or top -jamb -mounted closers as necessary. 3. Adjustable delayed opening (accessible to people with disabilities) feature on closers. F. Provide wall stops or floor stops for doors without closers. G. Hardware Finishes: 1. Hinges: Matching finish of lockset/latchset. 2. Locksets, Latchsets, and Exit Devices: Satin chrome plated. O 3. Closers: Matching finish of lockset/latchset. 4. Other Hardware: Matching finish of lockset/latchset. PART 3 - EXECUTION ' O 3.1 INSTALLATION A. Mount hardware in locations require ly with g rning gulations according to SDI A250.8 and DHI W B. Key Control System: Tag keys them ♦ and hoo y ntrol system cabinet. C. Deliver keys to Owner. 3.2 HARDWARE SCHEDUL SET #1 O SET #2 DOORS 101 102,201 & 202 DO S 10 H 3 EACH HINGES BB1199 4. 4.5 X US30x, H ACH HINGES BB1279 4.5 X 4.5 X US26D S 1 EACH DEADLOCK L9463RD US26D CH STOREROOM LOCK L9080RD 06L X US26D S 1 EACH CLYINDER AS REQUIRED BY EACH CORE AS REQUIRED BY THE CITY L 1 EACH CLOSER 4040XP S-CUSH AL L 1 EACH CLOSER 4040XP RWPA X SNB X AL H 1 EACH PUSH PLATE 30S X 4 U 2D 1 EACH KICK PLATE 190S X 10" X 2" LDW X US32D H 1 EACH PULL PLATE 33E X S32D H 1 EACH STOP 236W X US32D H 1 EACH KICK PLATE 190S 5' 2" LDW X H 3 EACH SILENCERS 307D N 1 EACH THRESHOLD 4 W X A N 1 EACH DOOR D 01 VA X N 1 SET SEALS 50 X B CK X SIAW D N 1 EACH DRIP CAP DW +4 X AL MANUFACTURES H HAGER L LCN N NATIONAL GUARD S SCHLAGE END OF SECTION DEMX ARCHITECTURE DOOR HARDWARE FAYETTEVILLE, AR 0871 00 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 09 67 00 FLUID -APPLIED FLOORING 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Sections, apply to work of this Section. 1.2 SUMMARY A. This Section includes the following: 1. Seamless resinous flooring. 2. Wall base. 1.3 QUALITY ASSURANCE A. All materials must be recommended and manufactured by a single suppl* t s compatibility and proper chemical and mechanical bond. B. Surfacing shall be applied by a surfacing applic approved by the Archi with a minimum of seven (7) years experience installing the brand o s ing in s�(se and function projects. A list of ten (10) completed projects using the s cified m s must be submitted proving seven (7) years experience by the lead mech nic. V C. Surfacing applicator shall provide to c a co leted I f jobs inc i names of the Architect, General Contractor, 0 1l phone n ers all conce e , aterials used, quantity installed and date complete on ilar prej D. Surfacing applicator must pro a itten ee fo t a and workmanship between applicator and surf, " a ufactur ) year. E. Surfacing applicator or man rer seekin a I of prod er than what is specified must supply samples, f ct inform ion, to hnical d specifications, certification from an independen abora ory a produ mitted for approval meets all requirements oft p ance e s spe - ed i i this specification, installation instructions a ith the abo ity assura in writing fourteen (14) days before bid letting. Omis o a item I resu in an a atic jection. F. Bidders will be n ified by ad d of sub!4it s acing materials, if approved. 1.4 SUBMITTALS A. Surfacing applicat r I1mit sample f Ior and textures for Architect's approval. B. Prior to commenc vrk, at arc ct's cretion, applicator shall install a 100 square foot sample on the fired co i� cture and when approved, this will serve as the standard h[ &O PP for the enFperatur t. 1.5 PRODU STND N NTAL CONDITIONS A. Mate I tCor a minimum of 55°F before use. B. Work o g hall not commence until the building can be maintained at a minimum temperature of 550Fhours before, during and 48 hours after application. Areas shall also be broom clean and reasonably dust free and shall have adequately controlled ventilation with bright, uniform lighting. 1.6 PROJECT CONDITIONS A. Before commencing work, ensure environmental and site conditions are suitable for application and curing. B. Surfaces shall be acceptable in accordance with flooring manufacturer's recommendations. C. Notify Architect and Contractor in writing of unsuitable surfaces and conditions. Commencement of work shall imply acceptance of surfaces and working conditions. D. Recommended Moisture Vapor Transmission Considerations: DEMX ARCHITECTURE FLUID -APPLIED FLOORING FAYETTEVILLE, AR 0241 19 - 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 1. Placement of on -grade slabs over a Class A vapor retarder as defined by ASTM E-145. 2. A water cement ratio of 0.45 and 0.5. 3. Curing by ASTM C-171 sheet materials for curing concrete. 4. A slump in the range of 3 to 4 inches which can be increased by the use of super plasticizers. E. Substrate requirements (See Appendix A). 1.7 PROTECTION A. Protect adjacent surfaces from damage resulting from work of this trade. If necessary, mask and/or cover adjacent surfaces, fixtures, cabinet work, equipment, etc. by suitable means. 1.8 WARRANTY A. Warranty — Applicator shall notify manufacturer of project requirem efore bidding. Manufacturer shall provide single source warranty for entire installatio kdij labor for two years. Warranty shall include removal and replacement if proven d efective items are, but not limited to, debonding, discoloration, essive wear and stain bodily PART 1 —PRODUCTS O 2.1 MATERIALS A. Seamless Floor Covering where call he drawi , ins II a Desco ra a Series Floor manufactured by Desco Coatings, In 1- 0-425-401 1. Substitutions: Permitted B. Provide 4" high base wi cove a dicated on dra C. Binder shall be an o e stem n cessive �op coats shall be 100% solids clear resin. Aggr ate a uppli e o Coat s e e used to achieve all color. D. Minimum Per n aracteristic 1. Impact s a ce: �rdiner Impact St. 60 in/lb - no cracking, chipping or delamin ion. 2. Toxicity: U.S. Dt of esearch Service Meat Inspection Division, Non -Toxic. 3. Flammabi t &AVD-635. -e nguishing. 4. Compressingth: AS C-5-10,400 psi. 5. fAlcoh nce: V d by the following: oric Acid 10% Lactic Acid Tea Mustard `to Mercurochrome Betadyne 6. Epoxy top co all produce no color shift after exposure to fluorescent lighting on the "b" axis yellow index after 3 weeks exposure. 7. Texture shall be as selected from manufacturers standard options 8. Finishes shall be SR Co -Polymer topcoat with desired texture. 3.1 FLOORING PREPARATION A. Surface must be clean, sound and dry. B. Effectively remove concrete laitance on accessible floor surfaces by mechanical shot blast. Acid etching is not acceptable. C. Areas where flooring is existing must be cleaned to remove all floor material, grease or any residue that might retard interfacial adhesion between substrate and surfacing. DEMX ARCHITECTURE FLUID -APPLIED FLOORING FAYETTEVILLE, AR 0241 19 - 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.2 FLOORING APPLICATION A. Apply flooring in accordance with manufacturer's printed instructions, employing lead mechanic qualified under the quality assurance portion of this specification, using equipment specifically designed for this purpose. B. Apply surfacing at an approximate thickness of 1/8 " "Thickness can be varied from 30 mils to 3/16". Surfacing shall be tightly compacted, trowel and roller applied. C. Install integral cove base to height of 4" with 1 " radius cove. 1. Trowel apply vertical cove base. 2. Hand sand cove base. 3. Apply three coats of resin to assure a smooth surface and cove. 4. Do not allow resin to puddle in cove. D. Install flexible membrane Desco 570 to a wet mil thickness of 20 mills. E. Finished work shall match approved samples; b in thi een, color, pattern, and texture; and be free from defects detrimental to p ormance 3.3 PROTECTION A. After completion of flooring the Gene ctor/Ow shall rotect flo ng m damage by other trades. ♦` END OF SECTION G 0 G O . DEMX ARCHITECTURE FLUID -APPLIED FLOORING FAYETTEVILLE, AR 0241 19 - 3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS APPENDIX A GENERAL SUBFLOOR REQUIREMENTS CONCRETE -- Section 03300 1. Concrete should have been designed and installed to minimize random cracking and slab deflections; provide sufficient control joints and isolation joints. 2. Placement of on -grade slabs over a Class A vapor retarder as defined by ASTM E-1745. 3. A water cement ratio of 0.45 and 0.5. 4. Curing by ASTM C-171 sheet materials for curing concrete. 5. A slump in the range of 3 t o4 inches which be increased by the super plasticizers. Z) 6. Variation in plane shall be determined by th pecifier i ccordance with ACI 302, Guide for Concrete Floor and Slab, as ell as STM E 1 - , eterminir Flatness and Levelness Using the F Num t 7. Proper slope to drain(s) must b a ained. 8. Steel trowel finish, but nZ"ee, is ed to a eTf 9. Concrete to be clea soun nd durable (min'npressive strength of 3,000 psi) and dry (390Meof moi tur nt by m ) 10. Concrete h dro c nd/or capi moisture pressure and should not be in direct con h he gro� A effecti apor arrier and properly engineered soil are required. 11. Allow concrete to ays mi elbre applying floor system. 12. Concrete afte r ` e re ara is t e free from sealers or membrane curing agents. P P 9 9 13. Light w insulating one a not recommended under flooring system. (SAga lic for and rer for alternate recommendations.) CONTROL JOIN -- ction 0 ` 1. Install control a ansion joints in accordance with standard practice per ACI-501. 2. The floor contractor may fill non-moving control joint(s) with approved elastomeric sealant or full depth semi -rigid two -component epoxy joint filler, designed specifically for this purpose (use full depth joint filler when reinforcement of the joint edges is desirable), or two - component epoxy and filler (epoxy to be same material as flooring). Movement may crack surfacing unless proper detailing has been done. Filling of moving isolation joints or expansion joints is not recommended. DEMX ARCHITECTURE FLUID -APPLIED FLOORING FAYETTEVILLE, AR 0241 19 - 4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS APPENDIX A (CONTINUED) 4. Filling of non-moving isolation joints with elastomeric caulking and sealants or with a semi- rigid epoxy joint filler or two -component epoxy and filler is acceptable. Movement may crack surfacing unless proper detailing has been done. 5. Joint identified by owner/designer or general contractor as moving joints shall be treated by terminating flooring on each side of joint. After flooring is completed, joint shall then be filled by sealant contractor. BACKING FOR COVE BASE Surface to receive cove and/or base shall be strong, durable and dry. S b kings include; concrete, cement plaster, standard light -weight block, clay, sand -lime, cem nd drywall with a toe plate. Masonry surface(s) to be free of void regularities and reces ints (if present, fill with recommended epoxy plaster). O O G O G DEMX ARCHITECTURE FLUID -APPLIED FLOORING FAYETTEVILLE, AR 0241 19 - 5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 09 91 23 EXTERIOR PAINTING 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. 1.2 A. IF SUMMARY Section includes surface preparation and the application of paint systems on the following exterior substrates: 1. Concrete O 2. Fiber -cement board 3. Steel 4. Galvanized metal 5. Aluminum (not anodized or otherwise coate 00R. 6. Stainless -steel flashing O 7. Wood Related Requirements: • 1. Section 099123 "Interior Painti urface p rati and the p tion of paint systems on interior substrates. • 2. Section 099600 "High-Perf oatin o e coa n ACTION SUBMITTALS Product Data: For each product. nclude prepar irements and application instructions. 1. Indicate VOC nt t. P Samples for Ini I * n: For each t e�to coat uct. P P Samples for Veri i : or eac pe o paint sy an ach color and gloss of topcoat. 1. Submit Sa les on rigi c , 8 inches 0 m) square. 2. Label each coat of a le. 3. Label each Samplf, tion an p n area. Product List: For ea d ndicated, in d he following: 1. Cross-referen o int syste nd to tions of application areas. Use same designations indicated gs and*les. 2. Indicat o tent. CLOS UT ITTALS• Coatin ai enance a ua vi a coating maintenance manual including area summary with finish sc le, area tail signating location where each product/color/finish was used, product data pages, material s data sheets, care and cleaning instructions, touch-up procedures, and color samples of each color and finish used. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: 1 gal. of each material and color applied. 1.6 DELIVERY, STORAGE, AND HANDLING A. Delivery and Handling: Deliver products to Project site in an undamaged condition in manufacturer's original sealed containers, complete with labels and instructions for handling, storing, unpacking, :MX ARCHITECTURE LYETTEVILLE, AR EXTERIOR PAINTING 0241 19 - 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS protecting, and installing. Packaging shall bear the manufacture's label with the following information: 1. Product name and type (description). 2. Batch date. 3. Color number. 4. VOC content. 5. Environmental handling requirements. 6. Surface preparation requirements. 7. Application instructions. B. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F (7 deg C). 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. Q) 1.7 FIELD CONDITIONS A. Apply paints only when temperature of surfaces be painted and ambi temperatures are between 50 and 95 deg F (10 and 35 deg C). B. Do not apply paints in snow, rain, fog, or mist; en relativ i exceeds 85 percent; at temperatures less than 5 deg F (3 deg C) abo the w poin or p or wet S. C. Hazardous Materials: It is not expecte t}i ous teriais . e encou the Work. 1. If suspected hazardous mated ncounte do of disturb im diately notify Architect and Owner. •` /'� PART 2 - PRODUCTS/%�• 2.1 MANUFACTURERS A. Basis -of -Design Prod ect to c e with rts, provide Sherwin-Williams Company (They pro is ated o 0 a ble pro ct oe of the following: 1. PP&G Ind e 2. Benjamin ore B. Comparable Products: le pro c �pproved manufacturers will be considered in accordance with Se ti 01 0 "Product ments," and the following: 1. Products are d by man cture n writing for application specified. 2. Products e e rmanc#Vsical characteristics of basis of design product including publish o solids by olu , plus or minus two percent. C. Source it ion btain erials from single source from single listed manufacturer. 1. anuf er's des ns ted on a separate color schedule are for color reference only %Ld tinndi pn a pr val. 2.2 PAINT, GENERAL A. Material Compatibility: 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. B. VOC Content: For field applications, provide paints and coatings that complies with VOC content limits of authorities having jurisdiction. C. Colors: As selected by Architect from manufacturer's full range DEMX ARCHITECTURE EXTERIOR PAINTING FAYETTEVILLE, AR 0241 19 - 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2.3 SOURCE QUALITY CONTROL A. Testing of Paint Materials: Owner reserves the right to invoke the following procedure: 1. Owner will engage the services of a qualified testing agency to sample paint materials. Contractor will be notified in advance and may be present when samples are taken. If paint materials have already been delivered to Project site, samples may be taken at Project site. Samples will be identified, sealed, and certified by testing agency. 2. Testing agency will perform tests for compliance with product requirements. 3. Owner may direct Contractor to stop applying paints if test results show materials being used do not comply with product requirements. Contractor shall remove noncomplying paint materials from Project site, pay for testing, and repaint surfaces painted with rejected materials. Contractor will be required to remove rejected materials from previously painted surfaces if, on repainting with complying materials, the two paints are incompatible. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicattand t, for c a1fEe with requirements for maximum moisture content and other conditionaffect r nce of the Work. Verify suitability of substrates, including surface co itioco p ib with exis ishes and primers. Where acceptability of substr o s is i questi ply sam erform in - situ testing to verify compatibility, adh n film inte of w paint ap is ' n. 1. Report, in writing, conditions t t y affect* gp is ' n, appear rformance of paint. B. Substrate Conditions: 1. Maximum Moisture Cf Substrates. n measu an electronic moisture meter as follows: a. Concrete: r nt. b. Fiber-C e rd:12 nt. c. W ent. C. Proceed with c n a onl plicati y after un tisfa ry conditions have been corrected; application of coa g indicate nce of�su ac and conditions. 3.2 PREPARATION A. Comply with manuf r'Eyl tten instruc n nd recommendations in "MPI Manual" applicable to substrates and p nss ems indic d. B. Remove hardwar cN lates ar items already in lace that are removable and are not P ,� Y P to be painted oval is impr tic r impossible because of size or weight of item, provide surfacoer d p tection rface preparation and painting. 1. eting A i p ations, use workers skilled in the trades involved to reinstall at wer e oe ove surface -applied protection. C. Clean es of s stan s that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints an apsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. D. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. E. Masonry Substrates: Remove efflorescence and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces or mortarjoints exceeds that permitted in manufacturer's written instructions. F. Steel Substrates: Remove rust, loose mill scale, and shop primer if any. Clean using methods recommended in writing by paint manufacturer, but not less than the following: 1. SSPC-SP 2, "Hand Tool Cleaning." DEMX ARCHITECTURE EXTERIOR PAINTING FAYETTEVILLE, AR 0241 19 - 3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.3 G. /_1 B. C. D. E. 2. SSPC-SP 3, "Power Tool Cleaning." 3. SSPC-SP 7/NACE No. 4, "Brush-off Blast Cleaning." 4. SSPC-SP 11, "Power Tool Cleaning to Bare Metal." Shop -Primed Steel Substrates: Clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop -primed surfaces. Galvanized -Metal Substrates: Remove grease and oil residue from galvanized sheet metal by mechanical methods to produce clean, lightly etched surfaces that promote adhesion of subsequently applied paints. Aluminum Substrates: Remove loose surface oxidation. Wood Substrates: 1. Scrape and clean knots. Before applying primer, apply coat of knot sealer recommended in writing by topcoat manufacturer for exterior use in paint system indicaci� 2. Sand surfaces that will be exposed to view, and dust off. 3. Prime edges, ends, faces, undersides, and backsides of wood. 4. After priming, fill holes and imperfections � he finish surfaces wit it or plastic wood filler. Sand smooth when dried. Plastic Trim Fabrication Substrates: Remove dust, and oth ig aterial that might impair bond of paints to substrates. APPLICATION Apply paints according to manufact er written s uct s and re ions in "MPI Manual." 1. Use applicators and tec s it fo substrate 2. Paint surfaces behind le items sa s similar x surfaces. Before final installation, paint s ehind per nently fixed ite rime coat only. 3. Paint both side es of ex ors an osed surface of exterior door frames. 4. Paint ent surface o frames a sashes. 5. Do not pai v I els o epen ent tes age ies or equipment name, identification, performan rating, or n e ture plate 6. Primers specified in ched miffed on items that are factory primed or factory finished if a to to o facturers. Tint undercoats sa of s topcoat, t t each undercoat a lighter shade to facilitate identification of eac f multiple ats o same material are to be applied. Provide sufficient difference in sha ercoatZ uish each separate coat. If undercoats r onditions ow ough topcoat, apply additional coats until cured film has a unifor a' t fi s , color, earance. Apply aints oduce A fi s without cloudiness, spotting, holidays, laps, brush marks, roller t ckin , runs, g , rt ss, or other surface imperfections. Cut in sharp lines and color breaks. Painting Fire Suppress lumbing, HVAC, Electrical, Communication, and Electronic Safety and Security Work: 1. Paint the following work where exposed to view: a. Equipment, including panelboards and switch gear. b. Uninsulated metal piping. C. Uninsulated plastic piping. d. Pipe hangers and supports. e. Metal conduit. f. Plastic conduit. g. Tanks that do not have factory -applied final finishes. DEMX ARCHITECTURE EXTERIOR PAINTING FAYETTEVILLE, AR 0241 19 - 4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS h. Other items as directed by Architect. 3.4 FIELD QUALITY CONTROL A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for dry film thickness. 1. Contractor shall touch up and restore painted surfaces damaged by testing. 2. If test results show that dry film thickness of applied paint does not comply with paint manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with paint manufacturer's written recommendations. 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other disc materials from Project site. B. After completing paint application, clean spattered surfaces. Remove sp nts by washing, scraping, or other methods. Do not scratch or da a adjacent finished su S. C. Protect work of other trades against damage fro applica rect damage to work of other trades by cleaning, repairing, replacing, and re ishing, a ov by Architect, and leave in an undamaged condition. D. At completion of construction activitie des, t uch up restore or defaced painted surfaces. 3.6 EXTERIOR PAINTING SCHEDULE •` A. Concrete and Cementitious Si n raffic S 1. Latex System: a. Prime at aler, latex 1) S- Concr to my Pri A24W8300, at 8.0 mils (0.203 t, 2 mil 1 m) dry. b. Pr o atex, exteri hing topc C. Inte oat: L x, ext rior, ma ing t coat. d. Topc t: Latex, a io , tin. 1) S-W A-1 or Late i1� Series, at 4.0 mils (0.102 mm) wet, 1.5 mils (0.03 ry, per c t. ` B. Ferrous Metal, Galva etal, and min Substrates: 1. Water-Bas h ndustri� System: a. P� o t: Primer, ter sed. -W Pro 1 Pro-Cryl Universal Primer, B66-310 Series, 5.0 to 10.0 mils (0.12-A 54 ) wet, 2.0 to 4.0 mils (0.051 to 0.102 mm) dry. terme " o gh industrial coating, exterior, water based, matching topcoat. C. Topcoat ight dustrial coating, exterior, water based eggshell. 1) S- Industrial Eg-Shel Acrylic B66-660 Series, at 2.5 to 4.0 mils (0.064 to 0.102 mm) dry, per coat. C. Wood Substrates: Including exposed wood items not indicated to receive shop -applied finish. 1. Latex System: a. Prime Coat: Primer, latex for exterior wood. 1) S-W Exterior Latex Primer, B42, at 4.0 mils (0.102 mm) wet, 1.4 mils (0.036 mm) dry, per coat. b. Intermediate Coat: Latex, exterior, matching topcoat. C. Topcoat: Latex, exterior, satin: DEMX ARCHITECTURE EXTERIOR PAINTING FAYETTEVILLE, AR 0241 19 - 5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 1) S-W A-100 Exterior Latex Satin, A82 Series, at 4.0 mils (0.102 mm) wet, 1.5 mils (0.038 mm) dry, per coat. D. Plastic Trim Fabrication Substrates: Including architectural PVC, plastic, and fiberglass items. 1. Latex System: a. Prime Coat: Primer, bonding, water -based: 1) S-W PrepRite ProBlock Latex Primer/Sealer, B57-620 Series, at 4.0 mils (0.102 mm) wet, 1.4 mils (0.036 mm) dry. b. Intermediate Coat: Latex, exterior, matching topcoat. C. Topcoat: Latex, exterior, satin: 1) S-W A-100 Exterior Latex Satin, A82 Series, at 4.0 mils (0.102 mm) wet, 1.5 mils (0.038 mm) dry, per coat. a END OF SECTION O O G O G O . DEMX ARCHITECTURE EXTERIOR PAINTING FAYETTEVILLE, AR 0241 19 - 6 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 09 91 23 INTERIOR PAINTING 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. 1.2 SUMMARY A. Section includes surface preparation and the application of paint systems on the following interior substrates: 1. Concrete. O 2. Steel. 3. Galvanized metal. 4. Aluminum (not anodized or otherwise coat 5. Wood. B. Related Requirements: 1. Section 099113 "Exterior Painting" for surfa a prep ti the app n of paint systems on exterior substrates. * VJ 2. Section 099600 "High-Performa gs" for ti 'ke c tings. 1.3 ACTION SUBMITTALS • A. Product Data: For each typ ro uct. In a aration oft and application instructions. 1. Indicate VOC Conte . B. Samples for Initial Sel F r each ty coat pr c� C. Samples for Verifical n: ch ty ai syste n color and gloss of topcoat. 1. Submit S rigid backin , i es (200 square. 2. Labelea a ach S le. 3. Label each mple for 1 i nd app4ca on ea. D. Product List: For each prod d, in lowing: 1. Cross-reference toNystem a I oof application areas. Use same designations indicated on ng in sched 2. Indicate VOC t ���►►► 1.4 CLOSEOUTS S 1. C n M tenance Provide coating maintenance manual including area summary ith fi schedul, a it designating location where each product/color/finish was ed, oduct a a erial safety data sheets, care and cleaning instructions, touch- up cedures, nd c or samples of each color and finish used. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: 1 gal. of each material and color applied. 1.6 DELIVERY, STORAGE, AND HANDLING A. Delivery and Handling: Deliver products to Project site in an undamaged condition in manufacturer's original sealed containers, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. Packaging shall bear the manufacturer's label with the following information: DEMX ARCHITECTURE INTERIOR PAINTING FAYETTEVILLE, AR 0991 23 - 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 1. Product name and type (description). 2. Batch date. 3. Color number. 4. VOC content. 5. Environmental handling requirements. 6. Surface preparation requirements. 7. Application instructions. B. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F (7 deg C). 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.7 FIELD CONDITIONS A. Apply paints only when temperature of surfaces to be painted and amb' t peratures are between 50 and 95 deg F (10 and 35 deg C). B. Do not apply paints when relative humidity excee 85 percent; at temper r less than 5 deg F (3 deg C) above the dew point; or to damp or wet s C. Lead Paint: It is not expected that lead paint will be counterrp rk. 1. If suspected lead paint is encountere do t distuely notihitect and Owner. • vi PART 2 -PRODUCTS ♦` 2.1 MANUFACTURERS;; A. Basis -of -Design Product: SuOor o complianc require nt rovide Sherwin-Williams Company (The). products' comp4 able product fro 2. Ben1ami 5 the following: 1. PP&G Industri 'O B. Comparable Pro ts: Comp p►oducts•of p ved manufacturers will be considered in accordance with Section 01 "�oduct s," and the following: 1. Products are appr anufa r ting for application specified. 2. Products me or ce and phy al aracteristics of basis of design product including published rati ids by vol e, plu or minus two percent. C. Source Limitatio t paint n%@t"from single source from single listed manufacturer. 1. Manuf s esignatio list on a separate color schedule are for color reference only r of icate p ' val. 2.2 PAIN AL A. Material patibilit 1. Provide III se within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. B. VOC Content: For field applications that are inside the weatherproofing system, paints and coatings shall provide materials that comply with VOC limits of authorities having jurisdiction and for interior paints and coatings applied at Project site, the following VOC limits exclusive of colorants added to a tint base, when calculated according to 40 CFR 59, Subpart D (EPA Method 24): 1. Flat Paints and Coatings: 50 g/L. 2. Nonflat Paints and Coatings: 150 g/L. DEMX ARCHITECTURE INTERIOR PAINTING FAYETTEVILLE, AR 09 91 23 - 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3. Primers, Sealers, and Undercoaters: 200 g/L. 4. Anticorrosive and Antirust Paints Applied to Ferrous Metals: 250 g/L. 5. Floor Coatings: 100 g/L. 6. Shellacs, Clear: 730 g/L. 7. Shellacs, Pigmented: 550 g/L. C. Low -Emitting Materials: Interior paints and coatings shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small Scale Environmental Chambers." D. Colors: As selected by Architect from manufacturer's full range 2.3 SOURCE QUALITY CONTROL A. Testing of Paint Materials: Owner reserves the right to invoke the following procedure: 1. Owner will engage the services of a qualified testing agency to sa p aint materials. Contractor will be notified in advance and may be present when s a taken. If paint materials have already been delivered to Project site, samples m at Project site. Samples will be identified, sealed, and certiVQby testing agency. 2. Testing agency will perform tests for comp. n .th prod rements. 3. Owner may direct Contractor to stop applyin coatings * re Its show materials being used do not comply with product requir ent . Contra or h move noTlying paint materials from Project site, p g, an repain faces p h rejected materials. Contractor will be re emove r ted aterials fro p iously painted surfaces if, on repainting with c p . g matesi I th o paints tible. PART 3 - EXECUTION 3.1 EXAMINATION G A. Examine substrates a ions, w.th for pre s pliance with requirements for maximum moisture on n nd o on itions ec g rformance of the Work. Verify suitability of su e ' cludin su nditions a compatibility with existing finishes and primers. Where p b ty of s strate conditio is in estion, apply samples and perform in - situ testing to veri compatibi a lion, apd f egrity of new paint application. 1. Report, in writing, c that pplication, appearance, or performance of paint. B. Substrate Condition 1. Maximum M Content o Vubsttes: When measured with an electronic moisture meter as f o` a. e: 2 percen b. oo : 5 perc C. Proce wit sting a on my after unsatisfactory conditions have been corrected; app.ic ' n o coatin ca cc ptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Manual" applicable to substrates indicated. B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface -applied protection if any. C. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. DEMX ARCHITECTURE INTERIOR PAINTING FAYETTEVILLE, AR 0991 23 - 3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. D. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. E. Steel Substrates: Remove rust, loose mill scale, and shop primer, if any. Clean using methods recommended in writing by paint manufacturer, but not less than the following: 1. SSPC-SP 2, "Hand Tool Cleaning." 2. SSPC-SP 3, "Power Tool Cleaning." 3. SSPC-SP 7/NACE No. 4, "Brush-off Blast Cleaning." 4. SSPC-SP 11, "Power Tool Cleaning to Bare Metal." F. Shop -Primed Steel Substrates: Clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop pr" to comply with SSPC-PA 1 for touching up shop -primed surfaces. G. Galvanized -Metal Substrates: Remove grease and oil residue from d sheet metal fabricated from coil stock by mechanical metho o produce clean, ligh hed surfaces that promote adhesion of subsequently applied paints. H. Aluminum Substrates: Remove loose surface oxida rn o I. Wood Substrates: 1. Scrape and clean knots, and ap a of se er befo plying pr1Z 2. Sand surfaces that will be expos and du ff. 3. Prime edges, ends, faces, under 'de nd backsi s o ood. 4. After priming, fill holes an ctionsj� surf e y or plastic wood filler. Sand smooth where � �1 3.3 A. APPLICATION Apply paints accordi Manual." , 1. 2. 3. 4. 5. B. Tint W to recommendations INK9 IT -for paint aiKsubstrate indicated. pment a furni re same as similar exposed surfaces. es t4phi d manently fixed equipment or furniture with ,P)lemovable or hinged covers, and similar hinged sting agencies or equipment name, identification, schedules may be omitted on items that are factory primed or to topcoat manufacturers. le facilitate identification of each coat if multiple coats of same materi%areejo be a i d.' u dercoats to match color of topcoat, but provide sufficient differencLPM shade o nde oats to distinguish each separate coat. C. If undercoats or other ions show through topcoat, apply additional coats until cured film has a uniform paint finish, color, and appearance. D. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. E. Painting Fire Suppression, Plumbing, HVAC, Electrical, Communication, and Electronic Safety and Security Work: 1. Paint the following work where exposed in occupied spaces: a. Equipment, including panelboards. b. Uninsulated metal piping. C. Uninsulated plastic piping. Use appl' s11 Paint surf 1 Before finaIVstall prime coat only. Paint front and ba items to mat e� Do not paint performary Primerssn'fied DEMX ARCHITECTURE INTERIOR PAINTING FAYETTEVILLE, AR 09 91 23 - 4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.4 A 3.5 A. B. C. D. 3.6 A. B. C. d. Pipe hangers and supports. e. Metal conduit. f. Plastic conduit. g. Duct, equipment, and pipe insulation having cotton or canvas insulation covering or other paintable jacket material. h. Other items as directed by Architect. 2. Paint portions of internal surfaces of metal ducts, without liner, behind air inlets and outlets that are visible from occupied spaces. FIELD QUALITY CONTROL Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for dry film thickness. 1. Contractor shall touch up and restore painted surfaces damaged byte 1 2. If test results show that dry film thickness of applied paint doe co ply with paint manufacturer's written recommendations, Contractor shall pa ing and apply additional coats as needed to provide film thickness tha plies with paint manufacturer's written recommendations. CLEANING AND PROTECTION At end of each workday, remove rubby�Akans, rigs, an er disca erials from Project site. After completing paint application, cl scraping, or other methods. Do n Protect work of other trades other trades by cleaning, repai an undamaged condition. At completion of cons ctivit painted surfaces. INTERIOR PAIN Concrete Substra N 1. Two -Component Section 099600 ' Metal Substrates (A�g 1. Two-Compon Performa Wood Substr PC 1. Twa-C[moinent END OF SECTION by washing, jWc—t damage to work of by Architect, and leave in restore damaged or defaced for Non -Traffic Surfaces: Refer to Build Systems: Refer to Section 099600 "High- A5 items not indicated to receive shop -applied finish. xy High Build Systems: Refer to Section 099600 "High- DEMX ARCHITECTURE INTERIOR PAINTING FAYETTEVILLE, AR 0991 23 - 5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 09 96 00 HIGH-PERFORMANCE COATING 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. 1.2 SUMMARY A. Section includes surface preparation and the application of high-performance coating systems on the following substrates: 1. Interior Substrates: a. Concrete, vertical surfaces. b. Steel. C. Galvanized metal. d. Wood 0* Related Requirements: 1. Section 099113 "Exterior Painting" fors ecial- a coati g neral ielckf 2. Section 099123 "Interior Paintin 1-use coatings general fi ACTION SUBMITTALS Product Data: For each type of pro ated. aration r a instructions. VVV d application 1. Indicate VOC content. Samples for Initial Selecti . ch type ofJopco product ' ' t Samples for Verification: r ch type o aVg syste ch color and gloss of topcoat indicated. 1. Submit S le igid backi Wes (200 square. 2. Label eac ach S*pl�q e. 3. Label each ample for 1 i nd app�ca ea. Product List: For each prod t di ted, in dowing: 1. Cross-reference to i tem a to a►s of application areas. Use same designations indicated on ra ng d in sche S. 2. VOC content. _ CLOSEOUT Coating a finish ec data p es, color sa including area summary with color/finish was used, product ms, touch-up procedures, and 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: 1 gal. of each material and color applied. 1.6 DELIVERY, STORAGE, AND HANDLING A. Delivery and Handling: Deliver products to Project site in an undamaged condition in manufacturer's original sealed containers, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. Packaging shall bear the manufacture's label with the following information: 1. Product name and type (description). DEMX ARCHITECTURE HIGH-PERFORMANCE COATING FAYETTEVILLE, AR 09 96 00 - 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2. Batch date. 3. Color number. 4. VOC content. 5. Environmental handling requirements. 6. Surface preparation requirements. 7. Application instructions. Store materials not in use in tightly covered containers in well -ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F (7 deg C). 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.7 FIELD CONDITIONS A. Apply coatings only when temperature of surfaces to be coated and surroun n it temperatures are between 50 and 95 deg F (10 and 35 deg C). B. Do not apply coatings when relative humidity exceeds 85 percent; at temPOWN4ss than 5 deg F (3 deg C) above the dew point; or to damp or wet aces. C. Do not apply exterior coatings in snow, rain, fog, o D. Hazardous Materials: It is not expected that hazard s materi b ncountered in the Work. 1. If suspected hazardous materials ar enco ntered, o o sturb; imtely notify Architect and Owner. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Basis -of -Design Product: Su o complianc require nt rovide Sherwin-Williams Company (They; products or comp able product fro the following: 1. PP&G Industri 2. Benj1ami O B. Comparable Pro ts: Comp I oducts♦of p ved manufacturers will be considered in accordance with Section 01 oduct s," and the following: 1. Products are appr anufa r Ming for application specified. 2. Products me orf&Ace and phy al aracteristics of basis of design product including published rati ids by vol e, plu or minus two percent. C. Source Limitatio t paint r%t from single source from single listed manufacturer. 1. M a n u f arwAw s esigr�ationkklisteqfbn a separate color schedule are for color reference only a of icate p Val. 2.2 HIGH- RF MANC A NERAL A. Material patibilit 1. Provide materia use within each coating system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a coating system, provide products recommended in writing by manufacturers of topcoat for use in coating system and on substrate indicated. 3. Provide products of same manufacturer for each coat in a coating system. B. VOC Content: For field applications that are inside the weatherproofing system, paints and coatings shall comply with VOC content limits of authorities having jurisdiction and, for interior paints and coatings applied at Project site, the following VOC content limits, exclusive of colorants added to a tint base, when calculated according to 40 CFR 59, Subpart D (EPA Method 24): 1. Flat Paints and Coatings: 50 g/L. DEMX ARCHITECTURE FAYETTEVILLE, AR HIGH-PERFORMANCE COATING 09 96 00 - 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2. Nonflat Paints and Coatings: 150 g/L. 3. Primers, Sealers, and Undercoaters: 200 g/L. 4. Anticorrosive and Antirust Paints Applied to Ferrous Metals: 250 g/L. 5. Floor Coatings: 100 g/L. 6. Shellacs, Clear: 730 g/L. 7. Shellacs, Pigmented: 550 g/L. C. Low -Emitting Materials: Interior paints and coatings shall comply with the testing and product requirements of the California Department of Health Service's "Standard Practice for the Testing of Volatile Organic Chemical Emissions from Various Sources Using Small Scale Environmental Chambers." D. Colors: As selected by Architect from manufacturer's full range 2.3 SOURCE QUALITY CONTROL A. Testing of Coating Materials: Owner reserves the right to invoke the folio oc ure: 1. Owner will engage the services of a qualified testing agency to ting materials. Contractor will be notified in advance and be present when sam retaken. If coating materials have already been delivered to Pr 'e% " e, sam a taken at Project site. Samples will be identified, sealed, and certifi by testin cy. 2. Testing agency will perform tests for c plia a with o c uirement 3. Owner may direct Contractor to o paint if test is show being used do not comply with product re s. Contra sh remove n c lying coating materials from Project site, testing+ r at surfac with rejected materials. Contractor willh r d to r v ed m ter' I previously coated surfaces if, on recoatin o plying t e two coa incompatible. PART 3 EXECUTION G 3.1 EXAMINATION /e11 51 C. 711 Examine substr ni maximum mois n nt suitability of subs ates, inch primers. Where acceptabili situ testing to verify com 1. Report in writnd S b C d' ns, wi icator pre t, for compliance with requirements for ther onditio affec g performance of the Work. Verify ce cogdit ns d compatibility with existing finishes and utrate i in question, apply samples and perform in- adhesi i integrity of new paint application. that may a application, appearance, or performance of paint. u strate on ition /� . 1. Maximum Conte*A strates meter as.ro ws: t ✓ an When measured with an electronic moisture Verify %tabiry of su Qrt ' udng surface conditions and compatibility, with existing finishes and primProceed with coatincation only after unsatisfactory conditions have been corrected; application of coating indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates indicated. B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface -applied protection. DEMX ARCHITECTURE HIGH-PERFORMANCE COATING FAYETTEVILLE, AR 09 96 00 - 3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS C. Clean substrates of substances that could impair bond of coatings, including dust, dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce coating systems indicated. D. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not coat surfaces if moisture content or alkalinity of surfaces to be coated exceeds that permitted in manufacturer's written instructions. 1. Clean surfaces with pressurized water. Use pressure range of 1500 to 4000 psi (10 350 to 27 580 kPa) 6 to 12 inches (150 to 300 mm). 2. Abrasive blast clean surfaces to comply with SSPC-SP 7/NACE No. 4, "Brush -Off Blast Cleaning." E. Steel Substrates: Remove rust, loose mill scale, and shop primer if any. Clean using methods recommended in writing by paint manufacturer, but not less than the followinO 1. SSPC-SP 7/NACE No. 4, "Brush -Off Blast Cleaning." 2. SSPC-SP 11, "Power Tool Cleaning to Bare Metal." 3. SSPC-SP 6/NACE No. 3, "Commercial Blast aning."�0 4. SSPC-SP 10/NACE No. 2, "Near -White Blast 5. SSPC-SP 5/NACE No. 1, "White Metal Blast ril " F. Galvanized -Metal Substrates: Remove reas anid e o alvanized t metal by mechanical methods to produce cl etche surfa that pr hesion of subsequently applied coatings. G. Aluminum Substrates: Remove loose rfa oxidatiert. 3.3 APPLICATION ` A. Apply high-performance c accordin9 anufactu r s ritten instructions and recommendations in "MPI ural Pai g Spe njkw 1. Use applicators niques su coating to indicated. 2. Coat surfaces ehi ovable nt and ni e e as similar exposed surfaces. Before fi t ion, coat sur ehind per nently fixed equipment or furniture with prime coa Y. 3. Coat back es of acc p s, remQ,va a inged covers, and similar hinged items to match exposed surf 4. Do not apply coa ier label of ndent testing agencies or equipment name, identification r ce rating, o clature plates. B. Tint each undercoat r shade tg4acilit identification of each coat if multiple coats of the same material arQ(0'1kj plied. T%t oats to match color of finish coat, but provide sufficient difference in f undercoats o di guish each separate coat. C. If under t r o er condit w through final coat, apply additional coats until cured film has a unif co finish, ca d pearance. D. Apply atin to pro c s e ms without cloudiness, spotting, holidays, laps, brush marks, runs, sag , opiness, othe surface imperfections. Produce sharp glass lines and color breaks. 3.4 FIELD QUALITY CONTROL A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test coatings for dry film thickness. 1. Contractor shall touch up and restore coated surfaces damaged by testing. 2. If test results show that dry film thickness of applied coating does not comply with coating manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with coating manufacturer's written recommendations. DEMX ARCHITECTURE HIGH-PERFORMANCE COATING FAYETTEVILLE, AR 09 96 00 - 4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing coating application, clean spattered surfaces. Remove spattered coatings by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from coating operation. Correct damage by cleaning, repairing, replacing, and recoating, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces. 3.6 INTERIOR HIGH-PERFORMANCE COATING SCHEDULE A. Concrete Substrates, Vertical Surfaces: 1. Pre -Catalyzed Waterbased Epoxy System: a. Prime Coat: Primer sealer, latex, interior: 1) S-W Loxon Concrete & Masonry Primer Sealer, A24 .0 mils (0.203 mm) wet, 3.2 mils (0.081 mm) b. Intermediate Coat: Light industrial co i erior, w abed, matching topcoat. C. Topcoat: Epoxy -modified latex, interior, emi-glos 1) S-W Pro Industrial Pre -Cat yzed aterba d p emi-Glo6 Series, at 1.5 mils (0.038 m dql, at. B. Steel Substrates: ` 1. Pre -Catalyzed Waterbased Epo Sy m: a. Prime Coat: Primer, r ive, w b 1) S-W Pro-Cr rsal Prim - 1 Series, at mils (0.051 to 0.102 mm) dry, t. b. Intermediate ht indust ' coati g, interi ased, matching topcoat. C. Topcoat: - dified lat ior, se ' o 1) ustria Ca lyzed er s poxy Semi -Gloss, K46 Series, at (0.038 mm er coat. C. Galvanized -Meta a s: 1. Pre-Catalyz Waterbas Systerp: a. Prime Coat: Pr'-inhibi ' ased: 1) S-W Pr - nivers ri 6-310 Series, at 2.0 to 4.0 mils (0.051 to 0.102 r coat. b. Interm t oat: Light ikdustri coating, interior, water based, matching topcoat. C. To xy-mod%ie(^, interior, semi -gloss: 1 - Pro Indus ial -Catalyzed Waterbased Epoxy Semi -Gloss, K46 Series, at .5 mils m) dry, per coat. D. Wood bstr • 1. -C lyzed rb p xy System: a. Prime C t: Pri er sealer, latex, interior: 1) S- ar 200 Zero VOC Interior Latex Primer, B28W2600, at 1.0 mils (0.025 mm) dry, per coat. b. Intermediate Coat: Light industrial coating, interior, water based, matching topcoat. C. Topcoat: Epoxy -modified latex, interior, semi -gloss: 1) S-W Pro Industrial Pre -Catalyzed Waterbased Epoxy Semi -Gloss, K46 Series, at 1.5 mils (0.038 mm) dry, per coat. END OF SECTION DEMX ARCHITECTURE HIGH-PERFORMANCE COATING FAYETTEVILLE, AR 09 96 00 - 5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 10 28 00 TOILET, BATH AND OTHER ACCESSORIES PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Public -use washroom accessories. 1.2 COORDINATION A. Coordinate accessory locations with other work to prevent interference with clearances required for access by people with disabilities, and for proper installation, adjustment, operation, cleaning, and servicing of accessories. B. Deliver inserts and anchoring devices set into concrete or masonr s qu ed to prevent delaying the Work. 1.3 ACTION SUBMITTALS 40 A. Product Data: For each type of product. 1. Include construction details, mate al des pt n , imension individual components and profil S. 2. Include anchoring and r require s, in ding requi m s for cutouts in other work and sub at reparation. B. Samples: Full size, for ea e d pro a ach f is s c' d. 1. Approved full- ' m les wil d and ma in the Work. C. Product Schedule: In ypes, quanti zes, and i I ion locations by room of each accessory re 1. Identify ti s using de ation orb r . 2. Ident* a ories de gnatio nd at 1.4 INFORMATION)4^MTTAL 'N N A. Sample ranty: For V uf%oKurer's Ve a rranty. 1.5 CLOSEOUT SUBMITTAL A. Maintenanc Dccessorie i ude in maintenance manuals. 1.6 WARRANTY A. Manuf is Special rr5�7or Mirrors: Manufacturer agrees to repair or replace o th ail in m t r workmanship within specified warranty period. ilures 1► t are not limited to, visible silver spoilage defects. PART 2 - PRODU 2.1 PERFORMANCE REQUIREMENTS A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 2.2 PUBLIC -USE WASHROOM ACCESSORIES A. Mirror 1. Basis of Design: Bobrick B-1556 2. Mounting: (4) #8 oval head screws 3. Material: 20 gauge stainless steel polished a. Finish: #8 mirror finish 4. Backing:1/4" tempered masonite DEMX ARCHITECTURE FAYETTEVILLE, AR TOILET, BATH AND OTHER ACCESSORIES 10 28 00-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 5. Width and Height: W 17 1/2" x H 23 1/4" B. Substitutions: Permitted PART 3 - EXECUTION 3.1 INSTALLATION Install accessories according to manufacturers' written instructions, using fasteners appropriate to substrate indicated and recommended by unit manufacturer. Install units level, plumb, and firmly anchored in locations and at heights indicated. 3.2 ADJUSTING AND CLEANING A. Adjust accessories for unencumbered, smooth operation. Replace dd or defective items. B. Remove temporary labels and protective coatings. C. Clean and polish exposed surfaces acc ing to manufactur9 e en instructions. O END OF SECTION O G O G O . DEMX ARCHITECTURE TOILET, BATH AND OTHER ACCESSORIES FAYETTEVILLE, AR 10 28 00-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 13 34 00 FABRICATED ENGINEERED STRUCTURES SPECIFICATIONS FOR CXT CORTEZ STYLE FLUSH TOILET BUILDINGS 1.0 SCOPE This specification covers the construction and placing of the Cortez precast concrete flush toilet building as produced by CXT Incorporated. 2.0 SPECIFICATIONS ASTM C33 Concrete Aggregates ASTM C39 Method of Test for Compressive Strength of is Concrete Specimens ASTM C94 Standard Specificati or Ready -Mixed Conc ASTM C143 Method of Test for SI oncret ASTM C150 Standard Specification r Portla %enl ASTM A185 Standard Specifi tion r Steel el e Reinforce or Co rete ASTM C192 Method o nd Curin st S ecimens in a oratory ASTM C231 Standard st ethod fdr A Co ent of Fre Con e Pre Snd ASTM C309 S Specifics L quid Mem orming p unds for Curin crete ASTM C494 and Speci ation or Chemi tures for Concrete ASTM A615 ndard Sp on for r d Plain Carbon -Steel rs for et Reinfor m t ASTM C979 Sta dard c ication for ments for Integrally Colored Concrete ACI 211.1 Stan d Practice for ectin Proportions for Normal, H jCy " ht, anc6Mats aWcrete ACI 306 ather c� ACI 318 ing Co R e ents Structural Concrete and mmentary I es Errata) PCI MNL 116 Quality Ct``rol fo Plants and Production of Precast Pres*Q oncrete Products 3.0 MANUFACT CR RIA ✓✓✓ The an cturer I e requested recast concrete flush facility must PP Y� q P Y meet t followin A. Manufacturer must be ISO 9001 certified at the time of bid B. Manufacturing plant must be PCI certified at the time of bid. C. Manufacturer must not have defaulted on any contract within the last five years. D. Manufacturer must provide stamped, engineered drawings prior to acceptance. E. Manufacturer must be pre -approved prior to bidding. F. Manufacturer must show four examples of precast concrete flush facilities produced, installed and in use as an example of their ability to perform this contract. DEMX ARCHITECTURE FABRICATED ENGINEERED STRUCTUERS FAYETTEVILLE, AR 13 34 00 - 1 CITY OF FAYETTEVILLE, ARKANSAS.- PARKS RESTROOM RENOVATIONS AND MODIFICATIONS G. Manufacturers meeting these criteria are: CXT, Incorporated Spokane Industrial Park 3808 North Sullivan Road, Building 7 Spokane, WA 99216 Phone: 800-696-5766 4.0 DESIGN CRITERIA The Cortez has been designed to meet the following criteria. Calculations and Engineer's stamped drawings are available, for standard buildings, upon request by the customer and are for their sole and specific use only. The design criteria are to ensure that the Cortez not ortoNwithstand the forces of nature listed below but to provide protection from vandalism and n eseen hazards. Design criteria include 2006 IBC Code, 2006 IPC, 2008 NEC. A. Roof Snow Load 1. The Cortez is designed to withstan 250 you r s uare foot snow load B. Floor Load 1. The Cortez is designed and 400 nds r square f t r load C. Wind Load 1. The Cortez will wi e eff ile pe h r s and gust) wind exposure C D. Earthquake 1. The Corte stand th fects of a seis n category E earthquake. E. Additi e gn St a I 1. The rte Y 9 i sign a the re e n f the sixt inch turnin radius room spe i the Amer with Disabilities Act Requirements a o Fed Acce sibility 1krdar as of the date of these specifications. 2. T Cortez is a I crete d4si a minimum 3/12 roof pitch. 5.0 MATERIALS A. Concrete - Gener The concrete ie Min will bidr�e d to ACI 211.1 to produce concrete of good workabilit ✓ 1. C crete wi a minimum of 505 pounds of cement per is yard* nt ill be a low alkali type 1/11 or III conforming to ASTM C-150. Coars grey t s used in the concrete mix design will conform to AST 33 th the designated size of coarse aggregate #67. 3. Minim ter/cement ratio will not exceed .45. 4. Air -entraining admixtures will conform to ASTM C260. Water reducing admixtures will conform to ASTM C494, Type A. B. Colored Concrete 1. Color additives will conform to ASTM C979. Al2"x12"x1" 2. color sample will be available for customer approval. 3. The following will contain colored concrete: a. Toilet building roof panels b. Building walls C. Screen panels DEMX ARCHITECTURE FABRICATED ENGINEERED STRUCTUERS FAYETTEVILLE, AR 13 34 00 - 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 4. The same brand and type of color additive will be used throughout the manufacturing process. 5. All ingredients will be weighed and the mixing operation will be adequate to ensure uniform dispersion of the color. C. Cold Weather Concrete 1. Cold weather concrete placement will be in accordance with ACI 306. 2. Concrete will not be placed if ambient temperature is expected to be below 35 degrees F. during the curing period unless heat is readily available to maintain the surface temperature of the concrete at least 45 degrees F. 3. Materials containing frost or lumps of frozen materials will not be used. D. Hot Weather Concrete The temperature of the concrete will not exceed 95 degrees F. at t o lacement. When the ambient reaches 90 degrees F. the concrete will be prot moist covering. E. Concrete Reinforcement 1. All reinforcing steel will conform to TM A61 el d wire fabric will conform to ASTM A185. 2. All reinforcement will b N v, f dirt, il, pain ase, loos le and loose or thick rust whe 3. Details not shown of d wi s or speti i w e to AC13 4. Steel reinforceme center ss-se io a e e walls and will have at le� c ver on urface of and roof. 5. The maximu a le variation nter-cents a g of reinforcing steel will be 1/2". v 6. Full le f inforc,niONI ill be us ssible. When splices are nece a ng ru is will be er t om opposite sides of the o s for adjace el bars. L ars #4 or smaller a minimum of 12". L rger th #4 a inimuAL24 b diameters. 7. R forcing bar it bent cad. foNrs partially embedded in concrete will be field bent u roved h�%er. F. Sealers and Curi M rids 1. Curin ounds, if d, wi a colorless, complying with A , type I � 4. e roofings Iar exterior of building will be a clear wa r repelle ating sealer. G. Ca ng, rout, A e iv Sealer 1. Caul g se ice temperatures from -40 to +140 degrees Fahrenheit. 2. Interio xterior joints will be caulked with a paintable polyurethane sealant. 3. Grout will be a non- shrink type and will be painted to match the color of surrounding concrete as nearly as possible. 4. Cement base coating is formulated with a very fine aggregate system and a built- in bonding agent. H. Paint 1. All paints and materials will conform to all Federal specifications or be similar "top -of -the -line components". Paints will not contain more than .06 percent by weight of lead. 2. Type of paints for toilets DEMX ARCHITECTURE FABRICATED ENGINEERED STRUCTUERS FAYETTEVILLE, AR 13 34 00 - 3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS a. Inside concrete surfaces I Interior floors will be a 2 component, catalyzed, water borne polyamide epoxy with a micronized polymer additive to provide uniform slip resistant texture. The color will be gray. II Interior walls and ceilings will be a modified acrylic, water repellent penetrating stain. The color will be white followed by a clear acrylic anti -graffiti sealer. b. Metal surfaces both inside and out I DTM ALKYD C. Exterior concrete surfaces I Exterior slab will be clear sealer II Exterior walls and roof will be a water repellent penetrating stain in the same color as the wall or roof followed by a clear acrylic anti-graf ' ' ler. I. Grab bars Grab bars will be 18-gauge, type 304 stainle with 1- aeance. Grab bars will each be able to withstand 300-pound top loa g. J. Toilet Paper Dispenser • Dispenser will be constructed of type 304 'nles steel. Di en r will be capable of holding three (3) sta ar olls of tAile a . Toilet pa r stening system will be able to with -poun K. Steel Doors 1. Doors sh pa el 4" thic i 16-gauge Galvanized steel, top nt DT D. 2. fr swill e kno n or weld e single rabbet minim - gauge p , g um 16 g n e steel t paint d with D AL width to suit wall thickness. Three (3 ubber door/!s}f�r1 swill b4 pr vi on latch side of frame. L. Door Hinges v Door hinges&Ik:3'door with c me plating 4-1/2"x4-1/2", adjustable tension, automatic-cleach doo M. Lockset 1. L kset will SI A156.2 Series 4000, Grade 1 cylindrical lockset for exterior or. • Lever n let in ide and out 3. Eithe andl operates latch unless outside handle is locked by inside push-button. 4. Push-b will automatically release when inside lever handle is turned or door is closed. 5. Emergency slot on exterior so door can be unlocked from the outside with a coin, screwdriver etc. 6. Inside lever always active. 7. U.S. 26D finish. N. Optional Dead Bolt Deadbolt will be a Lori Lock standard model with a double cylinder, 2 3/4" backset, and US26D finish. The cylinder will be a standard 11/8" Schlage Mortise cylinder with compression ring and 626 finish. DEMX ARCHITECTURE FABRICATED ENGINEERED STRUCTUERS FAYETTEVILLE, AR 13 34 00 - 4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 0. Doorstop Doorstop will be a dome style stop meeting ANSI 156.16. P. Double Coat Hook Coat hook will be 304 stainless steel 16 gauge (1.5mm), formed construction with a satin finish and have 3/16"x 7/8" nail in anchor. Upper hook will extend at least 2-1 /2" inches from the wall. Lower hook will extend at least 1-1/4" from the wall. Q. Mirror Mirror to be 18" x 36" stainless steel R. Door Sweep Door sweep will be provided at the bottom of door and will be an a le ush type. S. Wall Vent Wall vent will be crank operated allowing th be ope Ased. Crank will be removable. Wall vent frame will be cast into t concret Th units' frame will be C3 x 4.1 channel steel. The louver frame a louv rs will 1 g zinc coa�el with baked enamel finish. Vent to c r�i� ect s een. T. Windows ` 1. Windows constru� steel. 2. Window glazin a /16" thi u ent pebbl mar -resistant Lexan. .� of G Plu U. 8. 9. 10 11 Pvt4plastic and will be plumbed to meet R)e L, hard drawn. A gate valve will be ne. All water lines will be of a size to n a nominal water pressure of 40 psi. ervice area. hina, wall hung, with siphon jet action. ealed flush valve connection and will be -hes above the finished floor. Seat will be -ont. Optional stainless -steel fixtures ish-o-meter constructed of rough brass. aker and wall mounted push button. Valve will be of a water saver type with a flow of 1.6 gallons per flush. Lavatory will be vitreous china with back splashguard, front overflow opening, equipped with brass trap and drainpipe without stopper. Sink will be 20 inches wide x 18 inches front to back x 5 3/4 inches deep with ADA trap cover. Water valve will be self -closing water set with indexed push button. Hose bib available in the chase area. A main shut-off valve and drain will be provided with plumbing. Hammer arrester to be installed on water line. Trap primer distribution unit shall be installed. DEMX ARCHITECTURE FABRICATED ENGINEERED STRUCTUERS FAYETTEVILLE, AR 13 34 00 - 5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 12 V. Electrical 1. 2. 5. 6. 7 8 6.0 MANUFACTURE A. t« Optional Instant -Flow tankless electric water heater. Temperature rise of 75 degrees at .5gpm with a temperature preset of 104 degrees. All components UL listed All electrical wiring will be in conduit, surface mounted in the service area and concealed in the user compartments. All wire will be copper. A 100-amp NEMA 3R breaker panel will be provided and must be mounted on the exterior of the building to meet electrical code. The chase area will have, cast in both common walls, lexan windows to allow light into each toilet room with one (1) 4-foot 3 bulb ceiling mounted low temperature ballast light fixture. 2 exterior 35-watt High Pressure Sodium lights, polycarbonatINal resistant. The hand dryer is an air compression type with remote %it. Flush button switch located in cast nozzle housing with flexible hose blower motor, housing and nozzle. Power input 1 VAC, 7A (non -heated Two GFI outlets located next to th i Two restroom area exhaust fans H certified, 70 FM speed controlled (control in chase area) Lighting on the exterior t ui ill be hotoc I tivated; i I be motion activated; overr in Chas ility om. Mixing and Delivery of Mixing and deliver 10.9 with the fol 1. Aoor at 2. C94, section 10.6 through for differences in the ible after mixing is complete. This Placing and Consolid t nc ete ` Concrete will I� n ated by the a mechanical vibrators. Vibration will be sufficient to accomplish' ction but t to t point that segregation occurs. rr �w Finishing Q�\e _J 1. In nor floor rior slabs will be floated and troweled. A light broom finish I be a )I' the xterior slabs. All ex for bt i g walls and exterior screen walls will be a barnwood texture (opti al to res available). 3. All exte urfaces of the roof panels will be cast to simulate a cedar shake roof. The underside of the overhang will have a smooth finish (optional roof textures available). D. Cracks and Patching 1. Cracks in concrete components which are judged to affect the structural integrity of the building will be rejected. 2. Small holes, depressions and air voids will be patched with a suitable material. The patch will match the finish and texture of the surrounding surface. 3. Patching will not be allowed on defective areas if the structural integrity of the building is affected. DEMX ARCHITECTURE FABRICATED ENGINEERED STRUCTUERS FAYETTEVILLE, AR 13 34 00 - 6 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS E. Curing and Hardening Concrete 1. Concrete surfaces will not be allowed to dry out from exposure to hot, dry weather during initial curing period. 7.0 FINISHING AND FABRICATION A. B. Structural Joints 1. Wall components will be joined together with two welded plate pairs at each joint. Each weld plate will be 6" long and located one pair in the top quarter and one pair in the bottom quarter of the seam. Weld plates will be anchored into the concrete panel and welded together with a continuous weld. The insid s will be a Ir paintable caulk. The outside seams will use a caulk in a c ti building color or clear. 2. Walls and roof will be joined with d plates, 3"x 6", at eac ding corner. 3. The joint between the floor slab an ill be j v a grout mixture on the inside, a matched colored caulk on outside o eld plates 6" long per wall. Painting/Staining 1. An appropriate cu 2. Some application! will be used, fl 3. Painting will n 4. Painting w' 5. or high Paint a v�111 t b c acid is 50 degrees F. 1 I7g- 1 foVf 1-part water -based epoxy with a silica ti Nae` uniform texture. s will be 2 coats of a modified acrylic, water Pand stain, followed by 1 coat of clear sealer. out ALKYD slab will be 1 coat of clear sealer o alls will be 2 coats of water repellent penetrating stain in irrTe color as the walls or roof followed by 1 coat of clear acrylic raffiti sealer. 8.0 TESTING The following tests will be performed on concrete used in the manufacture of toilets. All testing will be performed in the CXT (PCI certified) laboratories. Testing will only be performed by qualified individuals who have been certified ACI Technician Grade 1. Sampling will be in accordance with ASTM C172. 1. The air content of the concrete will be checked per ASTM C231 on the first batch of concrete. The air content will be in the range of 5.0 ± 2% 2. The compressive strength of the cylinders will be tested to ASTM C39. We will make one (1) cylinder for release, one (1) for 7 days and one (1) for 28 days. The DEMX ARCHITECTURE FABRICATED ENGINEERED STRUCTUERS FAYETTEVILLE, AR 13 34 00 - 7 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS release must be a minimum strength of 2500 psi, the 7-day must be a minimum of 4500 psi and the 28-day must be a minimum of 5000 psi. 3. A copy of all test reports will be available to the customer as soon as 28-day test results are available. 9.0 INSTALLATION A. Scope of Work Work specified under this Section relates to the placement of the unit by CXT on customer prepared foundations. B. Location It's the responsibility of the customer to: 1. Provide exact location by stakes or other approved metho 2. Provide clear and level site free of overhead and/or under tructions. 3. Provide access to the site for truck AlliYery and sufficient ar r the crane to install and the equipment to perforrf%;P ntract reAMknAnts. 4. Water, electrical, and sewage site co ections t lac per CXT drawings. Must be placed to easily conne to th buildin C. Compacting The bottom of the area must be o cted afte 1 ha een dug o r e base has been placed, it must be co a s well h ng of e o ase should be a minimum of 1,500 poun sq are fo D. Base v G After compactin tom of th minim o compacted, 3/4" minus material base gr e. ro e) hould b la d1✓(support, leveling and drainage purpose e e also limits 3Taction. Th se must be confined so as to prevent P washout, io o any ot4unde mining. E. Access to Site ` Delivery to sit &de6ormal high cks and trailers. If at the time of delivery conditions of are Nazar s or suitable for truck and equipment due to weather, physical c s i , roadvfy or grade, CXT may require an alternate site with better access a to ensure *,safem9fid quality installation. In any such case, additional c r c nes, truc etc. will be charged to the account of the customer. 10.0 WARRA —P ECAST SI CXT warrants that all go old pursuant hereto will, when delivered, conform to specifications set forth above. Goods shall be deemed accepted and meeting specifications unless notice identifying the nature of any non -conformity is provided to CXT in writing within one (1) year of delivery. CXT, at its option, will repair or replace the goods or issue credit for the customer provided CXT is first given the opportunity to inspect such goods. It is specifically understood that CXT's obligation hereunder is for credit, repair or replacement only, F.O.B. CXT's manufacturing plant, Spokane, Washington and does not include shipping, handling, installation or other incidental or consequential costs unless otherwise agreed to in writing by CXT. This warranty shall not apply to: DEMX ARCHITECTURE FABRICATED ENGINEERED STRUCTUERS FAYETTEVILLE, AR 13 34 00 - 8 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 1. Any goods which have been repaired or altered without CXT's express written consent, in such a way as in the reasonable judgement of CXT, to adversely affect the stability or reliability thereof. 2. To any goods which have been subject to misuse, negligence, acts of God or accidents or 3. To any goods which have not been installed to manufacturer's specifications and guidelines, improperly maintained, or used outside of the specifications for which such goods were designed. 11.0 DISCLAIMER OF OTHER WARRANTIES The warranty set forth above is in lieu of all other warranties, express or implied. All other warranties are hereby disclaimed. CXT makes no other warranty, express or implied, inclu ithout limitation, no warranty of merchantability of fitness for a particular purpose 12.0 LIMITATION OF REMEDIES In the event of any breach of any obligation here unde reach of ar my regarding the goods or any negligent act or omission or any party, th parti shall e i ave all rig s d remedies available at law; however, IN N ALL C T BE S CT TO FOR ANY INCIDENTAL OR CONSEQUENTIAL DAM END OF SECTION 0 G o. DEMX ARCHITECTURE FABRICATED ENGINEERED STRUCTUERS FAYETTEVILLE, AR 13 34 00 - 9 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS DOMESTIC WATER PIPING SYSTEM SECTION 22 11 16 PARTI-GENERAL 1.01 WORK INCLUDED A. Water Service Piping B. Hot and Cold Water Piping C. Temperature and Pressure (T&P) Relief Piping D. Valves E. Shock Suppressors 1.02 RELATED WORK f � A. Section 23 01 00 Operation and Maintenance of HVAC Systems B. Section 23 07 00 Mechanical Insulation Uw C. Section 22 40 00 Plumbing Fixtures �v) 1.03 SUBMITTALS A. Submit manufacturer's data sheets on Ives d shoc uPr rs. B. Submit list of piping products to ?9 state eir maers, c ypes, and other applicable data. ` C. Submit Shop Drawings of shoc up ssors layo pr sed. D. Submit record drawings in a tual I outing f i s e iping. E. Submit certificate of co n f chlori i PART 2 - PRODUCTS v G 2.01 PIPING A. 13 C. to water meter: I copper tubing with wrought copper I, hub and spigot type ductile iron with anuf actured for the purpose. ,e feet outside building: �n drawings soft copper tubing with no onnections above slab using wrought J on drawings hard copper tubing with A -Fos Solder (15% silver content). reas, use chrome plated brass pipe with threaded fiRW. 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, balls, gaskets, linings, and lubricants for the service, temperature, and pressure to which they will be exposed. Furnish with solder or screwed connections. DEMX ARCHITECTURE DOMESTIC WATER PIPING SYSTEM FAYETTEVILLE 2211 16- 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS B. Gate Valves: Bronze, non -rising stem, inside screw, double wedge. C. Globe or Angle Valves: Bronze, rising stem, inside screw, renewable composition disc. D. Check Valves: Bronze with swing disc. E. Standard Hose Bibbs (HB): Bronze, replaceable disc, hose thread outlet with vacuum breaker. F. Freeze Proof Hose Bibbs (FPHB): 3/4" anti -siphon non -freeze type with bronze casing and box with loose key handle. Furnish for proper wall thickness. G. Garbage Can Wash Valve (GCWV): 3/4" non -freeze mixing type with hot and cold water connections, bronze casing and deep box with loose key handle. Provide vacuum breaker and furnish for proper wall thickness. Wade W-8606-HC. H. Pressure Reducing Valves (PRV): Bronze with 125 psig inlet pressure and 50 psig adjustable outlet pressure. Furnish same size as pipe. I. Temperature and Pressure Relief Valve (T&P): Bronze with test lever. S Z andle BTU/hr. rating of water heater. 2.03 SHOCK SUPPRESSORS A. Provide Wade "Shockstops" of all stainless structio p-WH201. ded nested bellows and pre -charged with nitrogen. Size and loca in accord it PART 3 - EXECUTION ' 3.01 PREPARATION: A. Ream pipes and tubing an ly cle i outsi p 'o necting. 3.02 INSTALLATION A. Slope water pipin of 1 inch ' 40 fee and arrGin at all low points. B. Bury all undergr side pi in um of finished grade. C. Use electrical ins a g type ct ns for in is ' ilar metals such as brass valves o t r insulating gs. D. Use prop a for s ed va ves to c er pi g. E. Use teflon pe or other r joint rim ou to connect threaded pipe. F. Connect to T&P relie de e u approved discharge point. G. Where pipe passeys finish w g, or floor, provide chrome plated escutcheon plate se el ho o pipe. Ins p' so that no threads show. H. Arrange with ility for wa tap a meter installation. Pay all costs to establish water services. I. Install Iv to isolate r sh ff equipment or branch lines. Use globe valves where oet ble low or thr required. J. bibbs c ne, feet above floor or grade. Install garbage can wash valve 4 ove flo or draK.e PRV t iJ aximum static pressure at plumbing fixtures to 70 psig. Submit pressure data t different times as approved or install PRV at service connection or in building. Provide PRV at other separate fixtures when shown on Drawings. L. Make provisions necessary to prevent cross connections with sanitary drainage system or other non -potable sources. Provide reduced pressure type backflow preventers when required. M. Provide thermostatic mixing valve equal to Symmons 7-225 at all sinks, lavatories, tubs and showers. DEMX ARCHITECTURE DOMESTIC WATER PIPING SYSTEM FAYETTEVILLE 22 11 16- 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.03 TESTING A. Before concealing or insulating, test domestic water piping and prove leak free. Subject system to minimum hydrostatic pressure of 100 psig and hold for one hour. 3.04 STERILIZATION A. After tests have been successfully completed, thoroughly flush and sterilize the completed domestic water system in accordance with AWWA C601. B. Flush entire system after sterilization until residual chlorine content is no greater than 0.2 parts per million. C. Chlorinate only when the building is unoccupied. DEMX ARCHITECTURE DOMESTIC WATER PIPING SYSTEM FAYETTEVILLE 22 11 16- 3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 2213 16 SANITARY WASTE AND VENT PIPING SYSTEM PART 1 - GENERAL 1.01 A. B. C. D. E. F. G. 1.02 A. B. 1.03 WORK INCLUDED Underground drain and vent piping Above ground drain, waste, and vent piping Sanitary sewer service piping Condensation drip and overflow piping Cleanouts Floor Drains Manholes RELATED WORK Section 23 01 00 Operation and Maintenance of VAC stems Section 22 40 00 Plumbing Fixtures SUBMITTALS A. Submit manufacturer's data cleano s B. Submit list of piping produc o used f s classes or types, and of . able data. C. Submit record drawl i ting actucat and r D. Submit Shop Draw s manholes in ting manufa requirements, e . O PART 2 - PRODUCTS 2.01 PIPING rX.0*10 • X A. C. 7 Underground drain 1. Service Wj O 9 0 k drains. te Fvices &ad to eir manufacturers, itin f i Iled piping. 01 s, reinforcing steel Rjand to five feet outside building: pigot pipe and fittings, coated inside and made with compression type molded We ice Weigh t iron "No -Hub" pipe and fittings, and joints made with standaQavat n s steel/neoprene couplings. irms fore sinks, andurinals: 1. DWV cpe with cast brass adapters and wrought copper fittings and joints made 0 solder. 2. Schedule 40 galvanized steel pipe with screwed fittings (optional). 3. Schedule 40 PVC 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. DEMX ARCHITECTURE SANITARY WASTE AND VENT PIPING SYSTEM FAYETTEVILLE, AR 22 13 16 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS E. Condensation drip and overflow piping: solvent -cement weld. F. Acid Resistant Piping: 1. Schedule 40 polypropylene with mechanical joint couplings equal to orion type II "Blueline" for above ground piping and "Brownline" for below ground piping. 2.02 CLEANOUTS A. Provide cleanouts compatible with type of drain piping to which it is connected. Provide covers compatible with type of floor or wall finish with consideration given to traffic conditions. Make cleanouts same size as pipe through 4 inches. B. Floor Cleanout (FCO): Cast iron with tapered brass plug, threaded adjustaWiLhousing, and round nickel bronze scoriated top. J. R. Smith 4111 series or equal. C. Cleanout to Grade (COTG) Same as FCO except with heavy duty cast^ ed top. Set COTG in 18-inch diameter concrete base 4 inches thick and flush wit ' is d grade. D. Wall Cleanout (WCO): Cast iron with tapered lug and st es; access cover. Wade W-8450 or equal. E. Stack cleanout (SCO): Formed with clea ut to r other ing of can with brass plug and stainless steel access Wade W-46 or q 2.03 FLOOR DRAINS ` A. Standard Floor Drain (FD): La ast iro ange, cla i with seepage • openings, and adjustable s re tin bro s Floor d " ar ches unless shown otherwise. B. Safe Waste Drain (S a a As FD a ept p ide funnel sa material as strainer. C. Drain with Backwat V e (BWV): Saris FD except f integral BWV Wade No. 31 or equal. Provi rains i t ew ra r rain flooding may occur. 9 9 Y D. Garbage n h rai . Cast lange, s t bucket, and heavy duty hinged grate. Wade W-1 al. 2.04 TRAPS A. Provide water seal tr onne t n, waste, and vent system. Provide deep seal traps for all floor or drain t be cast iron, varnish coated inside and out and compatible wivxo rain pipe to w it is connected. Provide Proset trapguard for specified dr � B. Provide tra enameled on i i janitor's sinks. C. Provid� plated br s aps or plumbing fixtures in finished spaces. ♦� 2.05 MANHOL A. C heavy- ty ca n covers with mounting ring suitable for supporting truck traffic. PART 3 - EXECUTION 3.01 PREPARATION A. Swab pipes and clean joints and fittings inside and out prior to making connections. Use proper lubricants on compression gaskets. 3.02 INSTALLATION A. Unless indicated otherwise on the Drawings, slope horizontal drain and vent piping in accordance with the following: DEMX ARCHITECTURE SANITARY WASTE AND VENT PIPING SYSTEM FAYETTEVILLE, AR 22 13 16 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 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. 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 a ciated with cooling coil but no less than 3" deep. E. Form manholes with steel reinforced concrete to required depths. P e ch steel ladder rungs 12 inches on center firmly set in concrete. Provide hea s iron cover in mounting ring formed in concrete with steel around ring F. Make floor drains and cleanouts free from lea ricate cl an plugs with mixture of graphite and linseed oil and do not over ti hten. G. Arrange with local utility for sewer t#p all costs t es b "s sewers r 3.03 TESTING ` A. Before concealing, test drain, d vent s rove leak 1. Water test - Subjec st to at I t of hydro t h for 30 minutes. 2. Air test - Subjec to at least i it pressur nutes. (Optional) END OF SECTION O O � DEMX ARCHITECTURE SANITARY WASTE AND VENT PIPING SYSTEM FAYETTEVILLE, AR 22 13 16 -3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 22 33 30 ELECTRIC WATER HEATERS PART 1 - GENERAL 1.01 WORK INCLUDED A. Electric storage water heaters B. Electric point of use water heaters C. Electric instantaneous water heater 1.02 RELATED WORK A. Section 23 01 00 General Mechanical Requirements O B. Section 22 11 16 Domestic Water Piping System 1.03 SUBMITTALS 01 A. Submit Manufacturer's Data Sheets on POU baters, b er, age tank, and thermostatic mixing valve. B. Submit Shop Drawings required for rough info nation. 1.04 QUALITY ASSURANCE ` A. Furnish products fully approv ified b o ly with AS both fired and unfired pressure vessels. C p ith AS and 90 o t d sses. PART 2 - PRODUCTS 2.01 ELECTRIC WATER HEATE ercia r A. Furnish w*th in at a jack lined st t f working pressure of 125 PSI. Include a B. Provide im rsion type el heating elem with tainless steel sheath and automatic temperature ontrol set 10 . Includli cut off and low water cut off. C. Unit shall be pre -wire ersioi' r magnetic contactor,120V pre -wired control circuit with transf «1 2.02 ELECTRIC POINT OF'�1°l R HEATE A. Furnish wi in ed andj*§#A 3ass lined steel tank for working pressure of 150 PSI. B. C' dersion typheating elements with automatic temperature control set at 05°F. n ude hi i t o C. II be pr iredn Ih surface mounted thermostat, 120V control circuit with transformer. 2.03 ELECTRIC INSTANTANEOUTWATER HEATER A. The heater shall be an in -line non -storage type with cast aluminum alloy casing and plastic housing with stainless steel parts. B. Provide flow switch and flow control. C. Unit shall be U.L. approved. PART 3 - EXECUTION 3.01 INSTALLATION A. Provide temperature and pressure relief valve properly sized for Btu capacity ratings. Pipe to floor drain or janitors sink. DEMX ARCHITECTURE ELECTRIC WATER HEATERS FAYETTEVILLE, AR 22 33 30 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS B. Adjust controls for storage water temperatures stated herein. END OF SECTION DEMX ARCHITECTURE ELECTRIC WATER HEATERS FAYETTEVILLE, AR 22 33 30 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 22 40 00 PLUMBING FIXTURES PART 1 - GENERAL 1.01 WORK INCLUDED A. Plumbing fixtures, trim, and accessories. 1.02 RELATED WORK A. Section 23 01 00 Operation and Maintenance of HVAC Systems B. Section 22 13 16 Sanitary Waste and Vent Piping C. Section 22 11 16 Domestic Water Piping 1.03 SUBMITTALS A. Submit Manufacturer's Data Sheets includin h-in require nts y tallation instructions for all fixtures and accessories. PART 2 - PRODUCTS 2.01 PLUMBING FIXTURES A. Provide only new fixtures a B. Provide fixtures and t incidental items for a PART 3 - EXECUTION 3.01 PREPARATION A. Verify e rom bleatches, dii r other flaws. 1pduled on t4Z)ngs. Inclu nting accessories and installati O i clean mount' surfa es prior to installation. V B. Provide sturdy supp%Wxtures p��l''�nchors for rough -in connections. Provide additional wood bg require q ate support. 3.02 INSTALLATION A. Install eac i with props eal trap. Furnish water closets and urinals with integral traps. chrome plate bras traps, waste arms, tailpieces, and wall escutcheon plates, fVQPWI er ixtures oor level. B. kilideach fi re w P11pn accessible chrome plated brass supply with screwdriver or loose key stop, reduc and scutcheon. C. Furnish drinking fountains, urinals, water closets, and other wall mounted fixtures with heavy duty approved wall carriers designed for the purpose and compatible with wall construction and thickness. Provide concealed lavatory support equal to J. R. Smith model 0700 with floor mount, rectangular V x 3" "Pro -Set" upright, 4" square base welded to upright adjustable sleeve, thread concealed arm. Assemblies shall be covered with manufacturer's acid resistant coating. Miscellaneous parts shall be coated with high quality enamel paint. Locate support inside plumbing wall or chase. Provide manufacturers arm extension adapters as required to extend through stud or concrete wall. See manufacturer for adapter sizes for the appropriate wall. DEMX ARCHITECTURE PLUMBING FIXTURES FAYETTEVILLE, AR 22 40 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS E. Install fixtures at the following mounting heights above finished floor unless indicated otherwise: 1. Water Closet Standard 15" to top of seat Handicapped 17"-19" to top of seat 2. Urinal: Standard 22" to top of rim Handicapped 17" to top of rim 3. Wall Hung Lavatory: Standard 31 " to top of rim O Handicapped 34" to top of rim 4. Drinking Fountain: ' Standard 40" to top o rifice O Handicapped 36" to t p of ter orifi *Flush Controls shall be 44" max. • A F. Where fixtures come in conta I, count4 th mounting re, Ik with fine dental plaster or approved to or clea o joint. 3.03 FIXTURE ROUGH -IN SCHEDU A. Provide rough -in pip g n ections for&e following mi es or as required for particular fixtur O Cold Hot to Water Water 1. W r C osets 3" 2" 11. - (Flu Valve) • 2. Urinals 2" ` 1-1/2" 3/4" — ( Flus 3. L to s2" 1-1/4" 1/2" 1/2" inks n itor's • 3" 1-1/2" 1/2" 1/2" 5. Drinkin 1-1/4" 1-1 /4" 1/2" — Fountains 6. Shower Mixing ee Floor— 1/2" 1/2" Valves Drain 7. Bathtubs 1-1 /2" 1-1 /4" 1/2" 1/2" 8. Utility Boxes 2" 1-1 /4" 1/2" 1/2" (Washing Mach.) DEMX ARCHITECTURE PLUMBING FIXTURES FAYETTEVILLE, AR 22 40 00 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS B. Where lavatories are supplied with cold water only, connect cold water supply to both hot and cold connections of lavatory fitting. 3.04 ADJUSTING A. Adjust each flush valve for minimum water usage to obtain specified performance and for minimum noise. END OF SECTION DEMX ARCHITECTURE PLUMBING FIXTURES FAYETTEVILLE, AR 22 40 00 -3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 23 01 00 GENERAL MECHANICAL REQUIREMENTS PART 1-GENERAL 1.01 1.02 RELATED DOCUMENTS A. Comply with the Conditions of the Contract, General and Supplementary Conditions, and any other applicable requirements contained herein or issued under separate cover. B. Perform other work related to or necessary for the mechanical installation in accordance with the applicable Specification Division or Section contained herein. C. In Mechanical Specification Sections, items under "RELATED WORK" are!1j'AjILd for convenience only and are not guaranteed to be a complete listing of all applicable wor CODES, REGULATIONS AND STANDARDS A. Comply with the latest edition of applicable including th ollo 1. International Building Code 2. Arkansas State Plumbing Code 3. Arkansas State Gas Code 4. Life Safety Code (NFPA 1 5. National Electrical Code 6. Arkansas State Fire P ti Code 7. Arkansas Gas Pipel' e 8. Arkansas Energ B. Comply with applicabJg u tions as amen ncluding t eftfol ing: ��\ K A C. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. ciency Standards for New conforming to the latest accepted Standards L) on (NFPA) ; Association (NEMA) Americ%Sojbty of Testing Materials (ASTM) American tonal Standards Institute (ANSI) Air Movement and Control Association (AMCA) American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE) American Society of Mechanical Engineers (ASME) American Water Works Association (AWWA) American Refrigeration Institute (ARI) American Gas Association (AGA) Cast Iron Soil Pipe Institute (CISPI) Midwest Insulation Contractors Association (MICA) Sheet Metal and Air Conditioning Contractor's National Association (SMACNA) Insurance Service Office (ISO) DEMX ARCHITECTURE GENERAL MECHANICAL REQUIREMENTS FAYETTEVILLE, AR 23 01 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 16. Factory Insurance Association (FIA) 17. Factory Mutual (FM) 18. Institute of Boiler and Radiator Manufacturers (IBR) 19. National Environmental Balancing Bureau (NEBB) 20. Associated Air Balance Council (AABC) 21. American Society of Sanitary Engineers (ASSE) 22. Plumbing and Drainage Institution (PDI) 23. National Sanitation Foundation (NSF) D. In case of discrepancy or conflict between Codes, Regulations, Standards, Drawings and/or Specifications, the requirement yielding the higher(est) quality of work shall govern. 1.03 ADMINISTRATIVE FEES A. Obtain and maintain all necessary licenses, permits and inspections al ees including taxes and penalties, if any, required by the Administrative Authority. a deposits will be paid by the Contractor. ' 1.04 PRE -CONSTRUCTION SUBMITTALS O A. Submit for approval, Manufacturer'Ste 'cal data sheet in ng performa specifications for all equipment a 'kid ices shov#kon th edules. de data on all system accessories and all m I clude all ductwork a ul n materials. Accessories to be submitted II clude vaIt d I piping ac ie d all duct accessories including extra rs, ruing v s, dampe a b cing dampers. B. Submit for approval, Co,' original S r ings of all es of manufactured items including contr r s. Sub m all i called out in i dual sections, in addition to those called for i hi ction. C. Indicate all perti nsion awing For clarity and or coordination of the install tion tw e ades. D. Provide c ctrical to a wiring d' gram E. Make Sub als on all wor ntained in Divi 15, echanical at onetime except by special permission. 140• F. Bind Submittals in d Uer(s) 0r11� conveniently organized and properly indexed with index tabs. G. Obtain approv r ct mar ct of specifically named prior to making submittals. H. Each Me ' ion conta Li of required Submittals only for convenience. I. Submit for p a a schedble eplates and manufacturer's data sheets and Shop Drawinff%%� ecial suppo an eals. J. P 'dermanc% I substituted items to demonstrate equality to those scheduled. clud sound eye city and other data as it is applicable. K. oposef charWft in ducts, pipes or equipment lay out before ordering or fabrication as stated belo derAntent". 1.05 INTENT A. It is intended that the Contractor provide a complete and operating mechanical system including all incidental items, and connections necessary for proper operation or customarily included even though each and every item may not be indicated. B. The Drawings indicate the general layout requirements for equipment, fixtures, piping, ductwork, etc. Final layout will be governed by actual field conditions with all measurements verified at the site. Contractor shall verify that all equipment, ducts, pipes and all other components will fit in the space provided before fabrication or ordering. Contractor shall submit any proposed changes to the Engineer for approval before ordering or fabrication. DEMX ARCHITECTURE GENERAL MECHANICAL REQUIREMENTS FAYETTEVILLE, AR 23 01 00 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 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 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 i ve ry and personnel located reasonably close to the site. C. Where multiple units of the same type or class of products are requi i e all units of the same manufacturer. ' 2.02 PRODUCT HANDLING A. Store products in the original contaj e d shelter in a it le a vironment �pproved location. Make readily accessibl s c ions a invent ccounti 2.03 PRODUCT SUBSTITUTIONS ` A. For products specified by g n erenc a select a r du eeting such standard. B. For products specifie biar�ing one or ore ducts or m of rers, select any named. Submit request, in iti r r substitute of any product acturer not specifically named and obt al at I st king d i r o d date. C. Provide al info ati n uired s claim "e ali of product proposed for substituti . utions *ll be sidere my i uivalent in quality, efficiency, performan , size, weight, ility, appears and a se of maintenance to the specified product or nufacturer D. Where approved pro itutio e sign, space requirements, electrical requirements, con or etc., i I ork necessary to provide a complete installation of al to or bette that which would have been achieved with products or urers as ified. 2.04 MECHANICAL ID TION A. I i a major ro as to manufacturer's name, address, model number, serial umb and pert' a durable plate attached to the component in a conspicuous B. Identify each m ' r c ponent as it is named on the Drawings or referred to herein with engraved namepl made from laminated plastic sheets. 1. Furnish with white letters on black background except for other color coded requirements. 2. Provide appropriate size nameplates with information easily readable. 3. Submit for approval, a schedule of nameplates to be affixed to each major component. 4. Attach nameplates with approved adhesive on factory baked enameled surfaces only. Attach nameplates with proper screws on field painted and all other surfaces. C. Identify outdoor underground lines with continuous strip of plastic utility marker tape as manufactured by Seton stating at regular intervals "CAUTION (state utility) PIPE BELOW." Install one foot directly above pipe before backfilling to grade. DEMX ARCHITECTURE GENERAL MECHANICAL REQUIREMENTS FAYETTEVILLE, AR 2301 00 -3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2.05 ANCHORS A. Size anchors for minimum safety factor of two times recommended load. Use only corrosion resistant materials. B. In new concrete, use malleable iron inserts set prior to pouring concrete. C. In existing concrete or solid masonry, use Phillips "Redhead" expansion shields or Elcen self drilling expansion shields. Use power driven fasteners only for light loads and with specific approval. D. In hollow masonry, use steel toggle bolts. E. On structural steel, use approved beam clamps or direct weld. F. In wood, use wood screws or lag screws or through bolt with nuts and wa rs. G. In sheet metal, use self tapping sheet metal screws or machine bolts wit wa ers and nuts. H. In bar joists, use hanger rod between bottom angles secured with w d uts. 2.06 HANGERS AND SUPPORTS A. Generally, support piping in accordance with .1 and p ducts in accordance with SMACNA duct construction standards. B. Support horizontal steel and coppeVi s follows: 1. For pipe sizes 2" and sm s ustabl roug eel ring or i ger spaced at 5 feet on cent " steel h rod. �' 2. For pipe sizes 2-1/2" use adjt e ought stee[cIa> ed at 10 feet on center with 5/8" ee nger ro 3. Support high to a pipe wit r ler hanger for expansion. C. Support cast iron soil i nd smalle with stable wro ht el ring or clevis hanger spaced at 5 feet o en ith 5/8" ste anger rod. D. Support PVC pi prove a 4 feet E. Provide tr ez an r onsis el angl r an s with spacers and steel hanger rods for ing or t run F. Provide co r p ated hanaNif in contact w' oppe piping. G. Provide 18 uge galvanU�d les for s to ipe and size hanger to accommodate pipe and insulation. H. Use steel riser cla rtical pi rt through floors. Provide steel bracket and wrought steel f upport from I. Support duc el bands, el ang es, or steel channels near each transverse joint. J. Support pi g UCtWorkrNillollwith pipe hangers that do not require roof penetrations, supple ashing or da age o roofing material. The system shall consist of high -density t en plastic�� ctural steel frame and pipe hangers and supports as indicated elow: :a. 0as Up to 2-1/2" model PP10 with roller 3" to 8" model PS-1-2 with roller. b. Water lines (OD with insulation) 1. Up to 2-1/2" model PP10 with strut and hanger C. Gas and water: 1. Above 8" use model PSE-2-2 with clevis hanger. d. Ductwork: All ductwork is to be mounted on model PPH-D supports. 2.07 EQUIPMENT SUPPORTS 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. DEMX ARCHITECTURE GENERAL MECHANICAL REQUIREMENTS FAYETTEVILLE, AR 2301 00 -4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 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. 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 inch F. Trowel finish and rub smooth. Form edges with 3/4" chamfer. G. Grout bases for pumps and other vibrating equipment with non-shrin 2.09 SLEEVES A. For pipes or round ducts through dry floors ab de or in rio Is, form sleeves with 18 gauge galvanized sheet metal. Sleeves a e not quired i e r ted dry wa onstruction nor slab on grade. B. For pipes through outside walls, f w�ls, o Crete ms, f gs or po et floors, provide schedule 40 galvanized i sleeves. de integral wa r op outside wall sleeves. 4 C. For rectangular ducts throug w or floor eves it t la s or channels or galvanized sheet metal. D. Extend sleeves throu rone inch ove and seal to ' t. For core drilled penetrations in exi g ��rs, provide inch angle rin ealant in lieu of sleeves. Make wall sleev ith w ` E. Size sleev s to to fo ove t expan n d t rovide for pipe insulation run continuo sleeve F. Where pip r ducts pass ugh sleeves, c let fill space with insulation or approved fire barrier terials. Pr i i t fittings, tc n plates on both sides of wall sleeves as follows: ` 1. Galvanized sheet met ducts. 2. Galy or d plated plate ipes in mechanical spaces or unfinished areas. 3. Chr d brassIC"6*es in finished areas. 2.10 FLASHING AND A. e ' i penetr4at embrane, provide 30 inch square sheet of 5 lb/sq. ft. lead or 18 auge o per. nto top of open vent pipes one inch or provide flashing ly or it pa ecommended by roofing manufacturer. B. Flas floor drai exc tin slab on grade, with copper sheet flashing. Extend flashing under the or floor finish 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 or provide modular rubber seal designed for the purpose. 2.11 AIR FILTRATION A. General - Air filter shall be equal to Camfil-Farr Aeropleat III, 2" deep pleated media disposable type. Each filter shall consist of a synthetic media blend incorporating an electret charge; a DEMX ARCHITECTURE GENERAL MECHANICAL REQUIREMENTS FAYETTEVILLE, AR 23 01 00 -5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS welded wire media support grid, and a high wet -strength beverage board frame. The filter shall be rated by Underwriters Laboratories as Class 1. Filter Media — Filter media shall be a blend of cotton and synthetic fibers, multi -layered incorporating mechanical efficiency. The media shall be formed in a radial pleat design to assure full utilization of the media area. When tested in accordance with ASHRAE Standard 52.2-1999, the filter shall have a minimum efficiency reporting value (MERV) of 6. 2-inch - The filter face area shall not be less than 10 pleats per linear foot. Initial resistance at 500 feet per minute shall not exceed 0.23" W.G. PART 3 - EXECUTION 3.01 MANUFACTURER'S DIRECTIONS A. Handle, install, connect, test, and operate all products, assemblies, a in accordance with manufacturer's recommendations. B. In case of conflicting requirements between anufacturer' irec ' nd the Contract Documents, obtain instructions before oroceetafffth thew k. 3.02 3.03 3.04 INSPECTIONS A. Arrange with the Administrative approval prior to concealing or I B. Give adequate notice before chji�j{ representatives. Obtain instX CLEANING A. Keep the premises B. Upon completio C. All st ductworktwork .- b_ WORKMANSHIP T# A. Perform all work in installation by me B. Accurately in parallel or p e i C. Carefully o a the co adi v of ork requir tain kctions by teV i or Owner's mceakW I#e etc. m dust from entering i eN5tive 8mices of the trade and provide a "neat" trades and properly licensed. 3n r equipment, plumb, level, and true to line with runs lines. Make bends or offsets uniform. digging, etc., and patch or refinish the disturbed area to surfaces in an approved manner. Do not cut any structural Do not cut any electrical or mechanical lines that may be D. NoceJ piping, ffuctwoNetc. in chases, furrings, or above ceilings unless indicated otherwise Flus mount eq me required in finished walls where possible. E. Coordinate with offWtrades work and install all work so that all systems and components can be easily maintained and can be removed for replacement in the future. F. Provide access to all equipment. Do not locate components that must be serviced, maintained, or replaced above hard ceilings. Where these components absolutely must be above hard ceilings or in side walls, provide access doors equal to Acudor 5050. Provide fire rated access doors equal to Acudor FW5050 in fire rated ceilings or walls. 3.05 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 DEMX ARCHITECTURE GENERAL MECHANICAL REQUIREMENTS FAYETTEVILLE, AR 2301 00 -6 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 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 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 CA If the entire area served by the unit is not protected by smoke detectors, then provide a s ke tector in the return also of units greater than 2000 CFM. The smoke detectors sh a nit down. Provide a smoke detector in the supply of any unit serving a building corridor, regardless of unit size. B. For system greater than 15000 CFM serving n one fl or, ide smoke detector at each floor in return air duct prior to Conn t to Comm ct and prio connection any outside air duct. C. If the building contains a fire alar se a smo detec shall be f y fire alarm system supplier. The smo t ors shall igna the fire I. If the building does not contain a fir stem, th vi remote in c s readily visible location. D. Mechanical contractor s II the smo re etector in t rk as appropriate. The controls contractor s 1 o e a set ofpry C Ct on the tsi f each unit to shut the unit down, and the e r contracto all wire detect ontacts and to his own system. Mecha ractor h smo rr f they are not provided by fire alarm con ract E. In exhaus ms, th mok etector shall be required. 3.07 COORDINATION • A. Coordinate the mec rk wit wrelated trades to avoid interference's. Determine the exapt f piping rk prior to fabrication and the exact location of each outlet anUNp t connection ' to installation. B. Study the Art Ii 1, Structur echanical and Electrical Drawings, and Specifications including skopV4awings an cturer's technical data sheets, and compare to actual site conditi constraints. cas of conflicts or interference, obtain clarification or PCaree n efore pe any work. C. r quipm �g pe or specific mounting elevations will generally have right of r produ s wh sNelevations can be changed. D. y plant seance of work as required to minimize disruptions and installation time. 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 during the execution of the work. DEMX ARCHITECTURE GENERAL MECHANICAL REQUIREMENTS FAYETTEVILLE, AR 23 01 00 -7 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS B. Protect public and private property against damage. C. Protect all work including building finishes against damage due to dirt, water, chemicals, frost, heat, handling, theft, etc. Keep openings in piping and ductwork and equipment closed with suitable plugs or caps during installation. D. Provide necessary warning devices, barricades, or coverings required for safety around moving parts, sharp objects or high temperature surfaces. 3.10 CHASES AND OPENINGS A. Provide templates or details for chases and other openings required through floors, walls, ceilings, etc. to accommodate piping or ductwork. 3.11 3.12 TRENCHING AND BACKFILLING A. Excavate bottoms of trenches to required depth and grade for prop solid bearing for piping. Do not lay pipe on mud, rocks, or unstable bearing material and backfill to proper depth tit4gsand or other I limestone products are used, protect all Copp from c to sealed insulation or approved sleeving m teriallik ^4 it uniform and Dove unsuitable aaterial. If the limestone using B. After piping has been satisfactorily �a ted and appr d a ill trench telflth of one foot above top of pipe with sand p ravel. tall c uous stri c "CAUTION" tape over pipe and sa uitable al for remaini ck to finished grade, tamped to 95% co C. Before beginning any trenc ate and li 11�e evatio f la ed piping. Verify that drain lines to be co o are deep u to allow s ope before starting trenching. PIPING INSTALLATION A. Erect pipi wi ut B. Provide f n expansion plings. C. Install all pi g in a rr unheated spaces or q prior to insulating` 3.13 PAINTING � A. Paint ductJrk�ioinc C. D. E. opYclearance and headroom. changes in direction, or approved hnecessary to install water piping in provide electric heat tracing around pipe 7. exposed in finished areas to match adjacent surfaces s directed if visible through grilles or other openings. ipment in mechanical spaces for uniform appearance or NIArous pitTng, a Nment, hangers, etc. exposed outdoors or subject to rusting, with one coat primer an o c is of approved exterior enamel -based paint. Not used. Paint plywood backboards used for mounting equipment. 3.14 LABELING A. For any fresh air vents located on the roofs, the vents shall be properly marked with the word "intake" permanently attached to the vent. 3.15 TESTING, ADJUSTING, AND BALANCING DEMX ARCHITECTURE GENERAL MECHANICAL REQUIREMENTS FAYETTEVILLE, AR 2301 00 -8 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.16 A. After systems are completed and fully operational, perform Testing, Adjusting, and Balancing (TAB) in accordance with procedures recommended in ASHRAE Systems volume, AABC Standards, and NEBB Standards on the following systems: 1. Exhaust Air System B. Furnish all test equipment, tools and instrumentation required for TAB. Submit proof of calibration when required. C. Before beginning TAB, submit forms to be used to the Engineer for approval or use the attached forms. D. Adjust fan speeds, dampers, valves, and other controls to achieve design ratings. Balance each air device or valve to within plus or minus 10 percent of indicated flow rates. Perform TAB for each possible mode of operation. E. Notify Engineer 24 hours prior to taking final readings and arrange for En ne o be present for final readings. F. Obtain and record all measurements required for final TAB report. In 0t east the following data: 1. Running amperes and voltage at eac 1;i3/4 hgdside r larger. Indicate rpm and direction of rotation. 2. Air flow rates (cfm) at eaclLs air outlet, ret air int G. TAB shall be performed by a qualik@(JlA s ecialistQpprongooloc POST CONSTRUCTION SUBMITTALS A. Deliver special tools, lubrica maintenance of the me B. Deliver spare parts as Drawings. C. Submit Projectq ct during co struD. Submit Cf Final, E. Per the Sta nergy Code and Mainte nce Manua complete spare pa*e*, manufacturing date system contra descriptions to operate. F. Submi UiN%cEhPiiG. re 3.17 INSTRUCTION TO OWN A. ion and herein or on the Contract Documents made le Adristrative Authority. o ertifi ate of occupancy submit Operation go uipment and systems provided. Include sources of supply. Include copy of r ired in pre -construction submittals, HVAC information, wiring schematics, controls sequence written narrative of how each system is intended xcss of the standard one year warranty where required by 3ined herein or on the Drawings. record forms. Provide competent insertion to Owner's personnel covering operation and maintenance of all mechanical systems. Provide specialized instruction by manufacturer's technical representatives when required. Provide close out documents to owner per Section 15785. END OF SECTION DEMX ARCHITECTURE GENERAL MECHANICAL REQUIREMENTS FAYETTEVILLE, AR 2301 00 -9 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 23 07 00 MECHANICAL INSULATION PART 1 - GENERAL 1.01 WORK INCLUDED A. Domestic water pipe insulation B. Exterior duct wrap insulation C. Refrigerant piping insulation D. Cooling condensate drain insulation 1.02 RELATED WORK o A. Section 23 01 00 General Mechanical Requirements 1.03 SUBMITTALS � A. Submit Manufacturer's Data Sheets on each sulatio o Used. 1.04 QUALITY ASSURANCE ♦ A. Perform installation in accordanc Com rcial a ndustrial Standards. B. Follow manufacturer's directions ive applii fas ener spa in et . PART 2 - PRODUCTS 2.01 MA TERIALS ATERIALS A. Glass fiber type eq t V ens- Cornin iberglass 23AS 1 /2" and greater thickness. 1. K-facto ertha 2. J cke r a e no n 2 t00 3. laps o I ngit al and ansv ejoints of all service jacket. 4. J- eston' PVC covers over rglas inserts for valves and fittings. Provide 25/ flame/smJ e g whend in "plenums. B. Flexible elastomenc tion e t trong "Armaflex" for 1 /2" and less thickness. 1. Use prop a e. 2. Use sheets c ed around va d fittings. 1. Do air plenu nless 25/50 flame/smoke rated. C. Acoustical b ass interiolld i r with 1-1/2 lb. density and coated face. Meet UL 181 on erosio d NFPA 90A n fla a/smoke rating. D. FgojObl ib glass e,�ct�(o wrap equal to FRK-25. - actor 0.3. 3/4lb. nsit 3. Foil rei rce raft (FRK) vapor barrier. E. Foam/vinyl safety ers for drains & supply lines equal to Plumberex "Handy -Shield." 1. White vinyl cover over insulating foam liner. 2. Locking strap with recloseable sealing strips and weep seam. 3. Meet Federal Std. 4.19.4 GSA and ANSI 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. DEMX ARCHITECTURE MECHANICAL INSULATION FAYETTEVILLE, AR 23 07 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS C. Insure surfaces are clean and dry prior to installing insulation. D. Neatly finish insulation at hangers or other protrusion. Seal vapor barrierjoints in duct wrap with FRK duct tape. 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 0 O O G O G O . DEMX ARCHITECTURE MECHANICAL INSULATION FAYETTEVILLE, AR 23 07 00 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 23 34 00 HVAC FANS PART 1 - GENERAL 1.01 WORK INCLUDED A. Centrifugal cabinet fans B. Fan accessories 1.02 RELATED WORK A. Section 23 01 00 Mechanical General Requirements B. Section 23 31 00 HVAC Ducts and Casings > 1.03 SUBMITTALS A. Submit Manufacturer's Data Sheets on all fa d accessorie Indi erating point(s) on fan curve and noise data. PART 2 - PRODUCTS 2.01 SCHEDULED ITEMS A. Provide fans and access substitutions shall not it B. Provide fans capable of C. Provide adjustable sh a D. Provide guards or eta E. Statically and d wheels. F. Provide r ckc G. Provide so state spee achieve We fled Derfor 'ies led on A w s or equal s fan e e sepowe s vel for specified air olume. odating st . r sure variat s of plus or minus 10%. d belt gualWos o driven fa �Feens on ex ed blades or w bala Oftninimu o . Resiliently mount centrifugal amp with lin d edg except for kitchen hood exhauster. r �oller for direct en fa s where indicated or required to 9V . ♦` PART 3 - EXECUTION 4aj 3.01 INSTALLATION A. Follow ma fate's direc*%* i fy correct rotation of fan wheels. B. Provid wn controls Se ion 23 01 00 (15010). 3.02 BALANUM A A. Balance each f to s ied flow rate for the actual static pressure. Adjust or replace sheaves on bel ive r adjust speed controls. Provide balancing dampers when required. END OF SECTION DEMX ARCHITECTURE HVAC FANS FAYETTEVILLE, AR 23 34 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 26 0100 GENERAL ELECTRICAL REQUIREMENTS 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 electrical installation in accordance with the applicable Specification Division or Section contained herein. C. In Electrical Specification Sections, items under "RELATED WORK" are list or convenience only and are not guaranteed to be a complete listing of all applicable wor 1.02 CODES, REGULATIONS, AND STANDARDS A. Comply with the latest edition of applicable including th ollo 1. International Building Code 2. Life Safety Code (NFPA 101) 3. National Electrical Code NV A 70) 4. State Fire Prevention Co B. Comply with applicable Regulati( ended, in g the followin 1. State Department of ulations� 2. Rules and Regulati nergy i andards r e i ding Construction 3. State and Feder ment of L u ations 4. Occupational nd Health ct ( ) 5. Utility Co n e ulations a equirements 6. Other S edera a egulati 7. L cal in c 8. S ment duc * n Mini um S olhouse Construction Standards C. Furnish pr cts and perfo stallation co ing o the latest accepted Standards published b he followin or ations+* 1. Underwriter' ries, I L7� 2. National F' o tion As FPA) 3. Natio ct al Manufactu ssociation (NEMA) 4. Am iety of Te Materials (ASTM) 5. A ri atioInstitute (ANSI) 6. i e of Electrica rid ectronic Engineers (IEEE) 7�ow ns ated PEngineer's Association (IPCEA) ertified I u cturer (CBM) Electri Tes * Laboratories (ETL) 10. Illumin ' g ineering Society (IES) 11. Insurance ice Office (ISO) 12. Factory Insurance Association (FIA) 13. Factory Mutual (FM) 14. National Sanitation Foundation (NSF) 15. Electronic Industry Association/Telecommunications Industry Association (EIA/TIA) D. In case of discrepancy or conflict between Codes, Regulations, Standards, Drawings and/or Specifications, the requirement yielding the higher(est) quality of work shall govern. 1.03 PERMITS AND ADMINISTRATIVE FEES DEMX ARCHITECTURE GENERAL ELECTRICAL REQUIREMENTS FAYETTEVILLE, AR 2601 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS A. Obtain and maintain all necessary licenses, permits and inspection certificates and pay all fees including connection fees, taxes and penalties, if any, required by the Administrative Authority. Refundable deposits will be paid by the Owner. 1.04 PRE -CONSTRUCTION SUBMITTALS A. Refer to each Electrical Section for a listing of required Submittals under that Section. Refer to Section entitled Shop Drawings, Product Data, and Samples for submittal procedure and requirements. B. Submit for approval, Manufacturer's technical data sheets including performance specifications for all equipment, major materials, and other manufactured items. Obtain approval on product manufacturers not specifically named prior to makin bmittals. C. Submit for approval, Contractor's original Shop Drawings of all assembli o anufactured items including complete wiring diagrams. Indicate all pertinent dim o cale drawings necessary for clarity and for coordination of the installation between D. Submit for approval, a schedule of nameplat d test report f rms. E. Bind Submittals in durable cover(s) with cont venientl or zed and properly indexed. F. Make Submittals on all work contained in DivisiV 16, Ele t e time exc t by special permission. 1.05 TEMPORARY LIGHTING AND POWER ` A. Provide general and task light structiot i s required o e e illumination. Provide minimum of 5 foot d general �IQn or all rk n ess areas and 30 footcandles on task suc being pai P tect lamp guards or tempered glass enclosures whe ed to brea age. ide exted typ ures where exposed to weather or moistur r i e local switg to allow lig rned off in patterns to conserve energ B. Install to or lig in to fulfile Q and pr t re irements without having to operate t mpora ghti ystemNac C. Provide ge al purpose el *cal outlets anal utlets as required for construction activities. P vide circuit o er size , histics and ratings for each use required. Install wiring overhe rs ve MLneast exposed to damage. Provide rigid steel conduit to protect i grade, f or other areas exposed to possible damage. D. Provide 20 a an eceptacle o quipped with ground -fault circuit interrupters, reset button and t paced thj�9100 oot extension cord can reach each area of work. Use only grown d ension cods. eehard-service cords" where exposed to abrasion and traffic. E. P d a ing siggs outlets that are other than 20 amp,125 volt. Provide outlets of roper A co ti re 240 volt, single or three phase outlets are required. 1.06 INTENT A. It is intended that ontractor provide a complete and operating electrical system including all incidental items and connections necessary for proper operation or customarily included even though each and every item may not be indicated. B. The Drawings indicate the general layout requirements for equipment, fixtures, conduit, devices, etc. Final layout will be governed by actual field conditions with all measurements verified at the site. C. Conduit and wiring shown on the Drawings are 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. DEMX ARCHITECTURE GENERAL ELECTRICAL REQUIREMENTS FAYETTEVILLE, AR 26 01 00 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 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 condu G. Lighting and general purpose 20-ampere branch circuits may share a co o eutral, provided each branch circuit is derived from a different phase leg. Is o d circuits as well as circuits serving non -linear loads and those served with groun ircuit breakers must have their own neutral or isolated grou anch circuits ervin puters shall have a separate neutral for each circuit. Panelboards s mostl coI Oter loads shall have a double neutral feeder. H. "Home runs" are indicated on the Dww with arrows f m e ranch circuits pointing in the general direction of the pa Al�rd to which key con comple panelboard and circuit designati �p mue "ho s' to the desi d elboards as though the conduit runs were heir entif, PART 2 - PRODUCTS 2.01 PRODUCT REQ UIREMENTS A. Furnish only ne prod nufact �a engaged in the production of said prod cts. B. Support a by se " e or izations ith a uate spare parts inventory and personnel ate d reasona lose to the sit C. Where multi a units of t s type ortll o oducts are required, provide all units of the same manufacturer. ` 2.02 PRODUCT HANDLING A. Store produ i riginal cQMiners and shelter in a suitable environment at an approved location. B. Make readily acce ible or inspections and inventory accounting. ♦� 2.03 PRODUCT UBS ION A. ucts s cifie eneric reference standard, select any product meeting such standard. B. For products spec 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 have been achieved with products of manufacturers as specified. DEMX ARCHITECTURE GENERAL ELECTRICAL REQUIREMENTS FAYETTEVILLE, AR 2601 00 -3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2.04 PRODUCT APPLICATION A. Furnish products that are UL listed for their intended use and environment. For example, use only rain tight products suitable for wet locations when installed outdoors or where indicated on the Drawings to be weatherproof (WP). PART 3 - EXECUTION 3.01 MANUFACTURER'S DIRECTIONS A. Handle, install, connect, test, and operate all products, assemblies, and systems in accordance with manufacturer's recommendations. B. In case of conflicting requirements between the manufacturer's direction Q he contract documents, obtain instructions before proceeding with the work. 5 3.02 INSPECTIONS � A. Arrange with the Administrative Authority for i ns of a w Tequired and obtain approval prior to concealing or proceedin with a work. B. Give adequate notice before conce4in wor for ins ct n y the Owne� representatives. Obtain instructi r c ed bef conc g the wo 3.03 CLEANING A. Keep the premises clean an re om deb etc. B. Upon completion of the an and po I ures, equi d etc. 3.04 WORKMANSHIP A. No person shall lectri I e con o possessing a Master or Journeym n L ns fr the a rical Ex in B rd. All electrical work and apprentic ns sha a su ised by Ma or Journeyman Electrician on a one to one ratio. B. Perform all rk in acco an ith the lie t ra es of the trade and provide a "neat" installation by techniFag ed in t e e trades and properly licensed C. Accurately install IAnd othe n plumb, level, and true to line with runs parallel or perpendicu u lines. Ma ds or offsets uniform. D. Carefully pe utting, dri digging, and etc., and patch or refinish the disturbed area to the con io adjoining�r7iapproval. surfaces in an approved manner. Do not cut any structuj�� ber with s Do not cut any electrical or mechanical lines that me*bd♦conlealed. _ %t E. fonceq conduit e%4�jrrhgs, or above ceilings unless indicated otherwise. Flush mount nt whelf shoal finished walls where possible. 3.05 FLAME AND SMOKE C0NSIDWATI0NS A. In ducts or other enclosures used for transporting environmental air, including return air plenums above ceilings, use only products conforming to NFPA and UL composite classifications not exceeding 25 for flame spread and 50 for smoke developed ratings, or install in conduit or approved enclosure. This requirement applies to all materials including signal cable insulation jackets, finishes, and etc. B. Completely seal penetrations made through fire and/or smoke rated walls, ceilings, floors, or other barriers for the passage of conduit with a UL listed material to preserve the fire/smoke rating of the barrier. 3.06 COORDINATION DEMX ARCHITECTURE GENERAL ELECTRICAL REQUIREMENTS FAYETTEVILLE, AR 2601 00 -4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 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 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 equipments n s cified including equipment furnished by Owner, and make operational. 3.08 PROTECTION REQUIREMENTS A. Locate existing utility lines and adequatel iden and pr ri the exec * n of the work. B. Protect public and private propert • n mage. C. Protect all work including buildin against a due to dirt, a r, micals, frost, heat, handling, theft, and etc. o ings in ti t equipme e h suitable plugs or caps during install n. ` D. Provide necessary warm es, barrica or overings r safety around exposed "live" parts o i�t nperature urfa 3.09 CHASES AND OPENINGS A. Provide to pl o d ils for ad othe a gs quired through floors, walls, ceilings, a ccom date nduit. B. Provide an ecessary cu r drilling for r ed o enings, and patch and refinish as directed. • 3.10 PAINTING A. Paintingshall oRf'fed in accords ith the painting section of thesespecifications. P 9 B. Paint condu' ent, and a xposed in finished areas to match adjacent surfaces as directed. C. Paint at black, or a ire ed, if visible through grilles or other openings. D. P ex se d cod on outside of building or in equipment rooms for nifor appeara Z!f�quipment tion as directed. E. ood ckb used for mounting equipment prior to installing equipment. F. Touch-up scrat s i actory finished surfaces with an approved paint to match the surface. 3.11 TESTING AND ADJUSTING A. Test the completed electrical systems and prove free from short circuits, poor connections, and improper grounding. B. Maintain on the premises a first class voltmeter, ammeter, milli -ohmmeter, and meggar insulation tester in proper calibration and provide test measurements as required. 1. Meggar all 600 volt rated wiring at 1000 volts minimum before applying power. Prove resistance in excess of 10 megohms. 2. Test metal conduit and grounds for continuity and prove resistance less than one ohm to farthest outlet from system ground. 3. Test system ground to earth per the NEC. DEMX ARCHITECTURE GENERAL ELECTRICAL REQUIREMENTS FAYETTEVILLE, AR 2601 00 -5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS C. Align, adjust, calibrate, and test all systems to assure safe and proper operation. D. Verify proper taps on motors and transformers for rated performance. 3.12 POST CONSTRUCTION SUBMITTALS A. Deliver special tools, and other products necessary for proper operation and maintenance of the electrical systems. B. Deliver spare parts as called for under other Electrical Sections contained herein or on the Drawings. C. Submit Project Record Documents indicating all changes from the Contract Documents made during construction. D. Submit Certificates of Final Inspections from the Administrative AuthorityRp E. Submit Operation and Maintenance Manuals covering all phases of equind systems provided. Include complete spare parts data with current prices andupply. Include copy of manufacturing data sheets and shop drawings requie construction submittals. F. Submit extended warranties in excess of the one ye my where required by other Electrical Sections contained hereirlor on a Draw' G. Assemble all post construction docV for a ectrical st m n -ring bind ith divider tabs labeled and properly indexe t i numb of set d arrang fired by Architect. X H. Submit all closeout documen c dance wis 1 of thessi ons. 3.13 INSTRUCTIONS TO OWNER A. Provide competent in r io to Owner' per el covering pe n and maintenance of all electrical systems. ro specialize struction by m is technical representatives when required. O 3.14 USE OF EQUIPME A. The contra r s all not us permanent el ical s stem for construction activity except by special p mission. • B. If permitted, the cont a of a t shall not reduce warranty time specified for the equipment. C. If permitted, I a is and other items used during construction shall be replaced by the contr o r to accepUiRce if used for more than 5% of their rated life. 3.15 GENERAL WAR ko A. h lectricn against defects in products and/or workmanship for a period f one 1 year fr to ubstantial completion in accordance with architect's ations. ` B. Provide all labo epl ment parts, services, transportation, and incidental costs necessary for the proper ope on of all electrical systems during the warranty period. C. Make good any damage to the building or grounds or other equipment resulting from defects in products and/or workmanship during the warranty period. END OF SECTION DEMX ARCHITECTURE GENERAL ELECTRICAL REQUIREMENTS FAYETTEVILLE, AR 2601 00 -6 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.01 WORK INCLUDED A. Equipment grounding and bonding B. System grounding C. Transformer secondary grounding 1.02 RELATED WORK A. Section 26 01 00 General Electrical Requirements O B. Section 26 05 33 Boxes and Enclosures 1.03 SUBMITTALS ' A. Submit certified test report of grounding elect istance� PART 2 - PRODUCTS 2.01 GROUNDING ELECTRODES ` A. Provide 5/8 inch x 10 feet "co el ground r% d cessorieu to achieve proper system ground. ` 2.02 GROUNDING WIRES A. Provide insulated un in conductor nd jumpers siz rdance with the NEC but no smaller than #1 entify it i ous gr a n or with green tape at each terminatio PART 3 - EXECUTION 3.01 INSTALLATION • A. Bond the entire m c ay syst i g conduit, boxes, enclosures, equipment frames, motor housin a System to b anically and electrically continuous throughout installation. B. Bond grou in onductortScrOu at the entrance and exit from that conduit containing only th ing conduct C. 1 II ou ing jurgp onnector bushings to equipment grounding bars. Bond roun g ars a ing, except where an isolated ground is indicated. D. eparat e roue conductor in all raceway systems. E. Bon the groun g w* s to each box and enclosure through which they pass, except where an isolated ground is icated. F. Where an isolated grounding (IG) system is indicated, maintain electrical isolation between the grounding conductors and the metal raceway system from the grounding terminals of IG receptacles back to the system grounding point. G. Install grounding electrode in accordance with the NEC. Prior to connecting to system, measure ground resistance under "normal dry weather" conditions. If the electrode to ground resistance is not less than 25 ohms, install additional grounding electrode as required by the NEC. H. Establish the system ground (grounding bar) at the service entrance. Bond this bar to all of the following: 1. Metal raceway system. DEMX ARCHITECTURE GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS FAYETTEVILLE, AR 26 05 26 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 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. kep neutral conductors isolated from ground throughout the transformer's seconda dis ' ution system except at the derived source. IRO", END OF SECTION O O G O G o. DEMX ARCHITECTURE GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS FAYETTEVILLE, AR 26 05 26 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 26 05 31 RACEWAYS PART 1 - GENERAL 1.01 WORK INCLUDED A. Conduit and fittings B. Wireways C. Sleeves D. Seals 1.02 RELATED WORK O A. Section 26 01 00 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 O 1.03 SUBMITTALS A. Submit Manufacturer's data shee ea anufa ured a bly suc I fittings, modular seals, fire -stop material, 1.04 QUALITY ASSURANCE •` A. Use only materials that ted for the is ion and th UL label. PART 2 - PRODUCTS 2.01 CONDUIT AND FITTI G 0 A. Rigid Met (RMC): 1. H wall steel pi of dipped galv ' ed in ide and out, and with ends factory thre ed prior t al ing (exee t t inations). 2. Use only ste able it tt 3. Use box c t s with "b ' ocknuts. Use insulated bushings where wire is large G. Provide ed watertight hubs in wet locations. 4. Use coupling proved unions. 5. U fa ry elbows,, n ep where possible. Provide watertight "LB" fittings with ed covers wh ere uired. B. i tallic Tt� (the term "conduit" also applies to EMT): in ele � i and out, and with threadless ends. Use se cre t➢ fittings where concealed in walls, ceilings, etc., and use watertight and co ete ght gland and ring compression fittings where exposed or in concrete. 3. Use box c ectors with "biting" type locknuts. Use insulated bushings where wire is larger than #8 AWG. C. Non-metallic Conduit (NMC): 1. Schedule 40 polyvinyl chloride (PVC) electrical conduit with smooth straight ends. 2. Use couplings and connectors of same material as conduit, and joined with solvent -cement specifically manufactured for the purpose. 3. Use only RMC or IMC elbows with PVC-NMC adapters. PVC-NMC elbows are not acceptable unless specifically allowed on the Drawings. 4. Use PVC-NMC box connectors only where allowed, such as for floor boxes. D. Liquidtight Flexible Metal Conduit (LFMC): 1. Electroplated steel tubing with extruded PVC jacket equal to "sealtight." DEMX ARCHITECTURE RACEWAYS FAYETTEVILLE, AR 26 05 31 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2.02 2. Use steel or malleable iron LFMC box connectors with insulated throats and a threaded grounding cone. F. Flexible Metal Conduit (FMC): 1. Electroplated steel tubing equal to "Greenfield." 2. Use steel or malleable iron FMC box connectors with insulated throats and of type that threads into conduit convolutions. G. Rigid Aluminum Conduit (RAC) 1. Heavy wall aluminum pipe with factory threaded ends. 2. Conduit and fittings shall comply with ANSI C80.5 3. Use factory elbows, long sweep where possible WIREWAYS A. Provide wireways properly sized to accommodate the conductors or Drawings. B. Provide wireways of code gauge steel with b enamel finis Fur hardware and accessories. 2.03 SLEEVES A. B. 2.04 SEALS A. B. C. D. Provide Schedule 40 galvanized " ip eves dimension of conduit. Provide integral waterstop co s ves in A Where conduit penetr o mei recommended by rr it anufac Where conduit outside , modular r,b'be ea a ned fo; t Use con se compo d eq seal between conductorsvc as from the outside. _ r-- 4, Use 3M "Fire Barrier' non-shrinki fire/smoke barrier / t PART 3 - EXECUTION 3.01 CONDUIT, A. 2. Wet B. C. D. E. necessary sealant or provide se approved modular sealing fittings to 6es from warm to cold spaces, as well between the conduit and sleeve through 3. — Risers Agrn u er slab or underground, including underground elbows 4. Locations ject to mechanical injury. Use EMT for above ground, inside, dry locations not subject to mechanical injury. Use NMC for underground or under slab only. Use LFMC for the final connection to motors, transformers and other adjustable or vibrating equipment exposed in finished areas or installed in wet or damp locations. Use FMC for the final connection to adjustable or vibrating equipment in dry, unfinished locations and to lighting fixtures and any other equipment in lay -in ceilings. Maximum length of any runs shall be six (6) feet except by special permission. 3.02 INSTALLATION DEMX ARCHITECTURE RACEWAYS FAYETTEVILLE, AR 26 05 31 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.03 A. B. C. D. E. F. G. H. J. Size raceways for the number, AWG, and type of conductors to be installed therein in accordance with the NEC, but no smaller than 3i;' for homeruns and 1/2" for branches. Install conduit in standard 10 foot lengths except where a shorter section is required. Make required field cuts square and ream until all burrs are removed. Field cut threads required for RMC shall be coated with a high zinc dust content galvanizing repair compound with high electrical conductivity. Make field bends in EMT with an approved bending machine or device, and make free from kinks, dents, or flattened surfaces. Field bends in RMC are not allowed. Do not exceed 90° in any individual bend nor exceed 360' of total bends or elbows in any one conduit run. Maintain at least 6 inches clearance between conduit and hot piping or equipment. Where conduit crosses a building expansion joint, provide a junction box o ach side of the joint and connect with a slack section of FMC, or provide approved expa io ktting with integral ground jumper. The diameter of conduit installed in structural slabs shall not exceed o t e thickness of the slab, and shall be installed as close to th er plane of t slabs ssible. Provide sleeves for conduit through masonry ete wall IIation walls, or concrete beams prior to laying up or pouring. 4MMakwall eeves fl w I1. Provide sleeves for conduit throughral slabs abo g d prior to pouri ake floor sleeves extend one inch above fl a watertt. For a drilled sin existing floors, provide one inch or escu ns set in seal t li f floor sleeves. Where outlets serving differ t r s are Vc -to-ba o si - -side in the same wall, sound insulate the m each o it batt insul a boxes are connected to each other through i seal the c dui er wiring) ith " tseal." The Drawings indi e g amatically nch circuits an required. Install conduit runs to accomar wirinareaC ts. A#% EMPTY CONDUIT S A. Where indi ed c installation win B. Leave fish wire or END OF SECTION v C-1 of types as specified herein for future DEMX ARCHITECTURE RACEWAYS FAYETTEVILLE, AR 26 05 31 -3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 26 05 32 WIRES AND CABLES PART 1 - GENERAL 1.01 WORK INCLUDED A. Power wiring and connectors, 600 volts or less B. Control and signal wiring and connectors C. Miscellaneous materials 1.02 RELATED WORK A. Section 26 01 00 General Electrical Requirements O B. Section 26 05 31 RACEWAYS C. Section 26 05 51 Supporting Devices D. Section 26 05 53 Electrical Identification ' 1.03 SUBMITTALS A. Submit Manufacturers data sheets for * re whips and r c pe of wirin ector proposed for use. PART 2 -PRODUCTS 2.01 POWER WIRING AND CONNECTO A. For service entrance, f s nd branc ircu se single nd r annealed copper with 600-volt code type i sulation for ove ground dry and dual rated THHN/THWN i or wet c under dry slab locations unless noted otherwise yyV B. For lightin ips, it " er ible to a co pe MC cable with copper conductors and metal j et wit wire a and type co ing ith the NEC for fixture wire. Maximum length of fi re whips s I b eet andos in de integral green insulated grounding conductor. C. Minimum wire siz WG exc re whips. Where developed distance from panelboard tout exceeds the ing, increase minimum size to #10 AWG. 1. 65.f&*1'20 volt cii%uf 2. for 208-240 It ci bits 15 6for2� its ft.y �r its D. #12 and #10 Aused for lighting, receptacles, and other non -vibrating equipment may be solid conduother wiring including wiring connecting to motors, transformers, and special grounding systems shall be stranded conductor. E. Make splices required in #12 and #10 AWG wire with insulated "Scotchlok" connectors. F. Make splices in all wire #8 AWG or larger with approved crimp -on or bolted pressure connectors with snap -on or bolt -on insulated caps. G. The voltage and temperature ratings of the connector insulator shall be at least equal to that required of the conductor insulation. DEMX ARCHITECTURE WIRES AND CABLES FAYETTEVILLE, AR 26 05 32 -1 CITY OF FAYETTEVILLE,ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 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 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 f. rpose. B. For applications,50 volts and greater,use#1 G minimum . e coy or with 600 volt insulation and approved for the application. C. For power limited wiring and less than 50 volts, se#18 m size co.• ctor except for multi-conductor cable recommevd r required by t • s .te manufactu D. For power limited wiring in air ple u pe CL• CMP o '•LR if not• - • _ for signal, communication,or fire alarm,res -. *v . E. For power limited wiring not it . -r s or in I•Mkt onduit and . • - alarm and detection systems,use typ L. F. Make splices required in ugh#10 la • with insul chlok"connectors. G. Make splices required•n 6 WG and s alle e with insu te mp-on terminals screw connected to num., -.nal strips, use approved ... - ectors. p , pp ecto s H. Provide RG-6 co ith ty ctors f 7 ' here shown. 2.03 MISCELLANEOUS • A. Where req -d,use wire lu. .ting compou • itab for the wire insulation and conduit and that does n• harden nor '" - adhesideIlt; use on wiring for isolated power systems. B. Use plastic tape that• etarda;s;, c . :nd weather resistant equal to Scotch#33. PART 3-EXECUTION SS , �. 3.01 INSTALLATION A. Thoro n conduit n to Iling-in wires. Do not install wire until the raceway can be t. VI a dry c‘o • B. Ise n. - -etallic • li s ttached to the conductors by means of woven basket grips or • -yes. P all c• ctors for a conduit run in together in such a manner as to avoid damage to the .• du.ors,insulation,or conduit. C. Neatly trim and ne ultiple 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 DEMX ARCHITECTURE WIRES AND CABLES FAYETTEVILLE,AR 26 05 32-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 26 05 33 BOXES AND ENCLOSURES PART 1 - GENERAL 1.01 WORK INCLUDED A. Junction and pull boxes B. Outlet boxes C. Enclosures 1.02 RELATED WORK A. Section 26 01 00 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 A. Submit Manufacturer's data sheets,,Pn cial enclosure PART 2 - PRODUCTS ` 2.01 JUNCTION AND PULL BOXES •` A. In dry locations, provide bompsode gau ee ith galva ked enamel finish and with bolted or screw attache covers. B. In damp or wet loce0ons, provide cast tal type FS or F ith gasketed covers. For underground lociftarrovide positio with watertight gasketed covers. 2.02 OUTLET BOXES A. In dry locati s, provide a es of c� au galvanized steel. Install concealed outlet boxes so that work i finis u iaces with no gaps. B. In unplastered ma Is, use pPsolid or sectional type boxes with square corners. C. For empty c tem o`e rovide 4" square boxes with single gang adapter ring unless noted otNrwise. D. For surface mounted lightin ixtu s and equipment, provide 4" octagonal boxes with rings except where smalle4 required for fixtures or equipment. E. Provide Hubbell P s r floor outlets. Furnish with flush bronze cover with flip lids or concentric plugUension able. Provide type of cover compatible with floor finish. F. Provide galvani rings, plaster rings, fixture studs, and etc. as required by conditions. G. In damp or wet locations, provide cast metal type FS or FD boxes with gasketed covers and watertight flip lids as required by device. 2.03 ENCLOSURES A. Provide code gauge steel enclosures with baked enamel finish as manufactured by Hoffman to facilitate the installation of multiple components such as small motor starters, contactors, equipment controls, and etc. B. Furnish with hinged door and captive fasteners. PART 3 - EXECUTION DEMX ARCHITECTURE BOXES AND ENCLOSURES FAYETTEVILLE, AR 26 05 33 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 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°. 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 panel here required to maintain accessibility. F. Close any unused knockouts or openings in boxes or enclosures wit t ps or covers. G. Wall switch boxes for room lights and other devices shall be installe inches of door jamb except by special permission. ' OEND OF SECTION ♦ C% � G O O . DEMX ARCHITECTURE BOXES AND ENCLOSURES FAYETTEVILLE, AR 26 05 33 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 26 05 34 WIRING DEVICES PART 1 - GENERAL 1.01 WORK INCLUDED A. Wall switches B. Receptacles C. Cover plates D. Power poles E. Lighting controls 1.02 RELATED WORK A. Section 26 01 00 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 A. Submit Manufacturer's data she type of a proposed fo u PART 2 - PRODUCTS 2.01 WALL SWITCHES A. Provide single pole ou a ole, three four way, pilo etc., toggle or key operated as indicated on gs. B. Furnish s itch of a echan It type r d r 1 /277 volts, 20 amperes, with fluoresce descen I adsse high apace ilver alloy for switch contacts. C. The color witch andle II be as direct the rchitect. D. Furnish swit es equal t u Specific t n de Series HBL122 switches with screw terminals and an apnrdfte undin ic 2.02 RECEPTACLES A. For geneal nience re acles, use NEMA 5-20R, back and side wire, equal to Hubbell Sr i i ion Grade,eA L 5352 for duplex and HBL 5251 which is a NEMA 5-15R for sim ptacle. B. F6 r d ult cirVi ter (GFCI) receptacles, use NEMA 5-20R, back and side wired ith t nd res . Set trip point at 5 ma fault current. Furnish device equal to b specifi tione Series GF 5362. C. Where hospital de ceptacles are indicated, use NEMA 5-20R, with back wired terminals and a steel centra pport plate across the face. Identify all hospital grade receptacles with a green dot on the face and UL labeled as such. Provide Arrow Hart Series 8300. D. Where safety type receptacles are indicated, use NEMA 5-15R, with back wired terminals and a mechanical interlock device to prevent inserting object into only one terminal. Furnish device equal to Arrow Hart 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. DEMX ARCHITECTURE WIRING DEVICES FAYETTEVILLE, AR 26 05 34 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 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. 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 otherVjgse indicated on drawings. C. For outdoor or other wet location receptacles subject to long term o ,permanent continuous unattended use, provide weatherproof enclosure, the integrity of whirl is not compromised when the attachment plug is inserted, per NE -57 (b). CovgL shall be equal to Carlon E9U Series. PART 3 - EXECUTION 3.01 INSTALLATION A. Adjust switches and receptac nt flush u B. Provide cover plates that fit e ices se a ompletely Aer openings. Properly fill and patch oversized ings. For oo receptacle rovide covers with orientation to match receptacle i t' n, i.e., vert' al c for vertic re ptacles and horizontal covers for horizont re acles. A C. Properly identif gency o tacl engraved 'nth d v plate . a ith the and circuupplyip4the D. For outlet empty cond stems such a etc., provid over plate co ible wit% et blank cover plates o ed out r6 END OF SECTION o. DEMX ARCHITECTURE FAYETTEVILLE, AR iameplates or directly ENCY" and the "panelboard olle, television, computer terminals, and cable/connector to be installed. Provide WIRING DEVICES 26 05 34 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 26 05 51 SUPPORTING DEVICES PART 1 - GENERAL 1.01 WORK INCLUDED A. Anchors B. Hangers and supports C. Plywood backboards D. Concrete bases 1.02 RELATED WORK A. Section 26 01 00 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 A. Submit for approval Contractor's r i gs indi ting s and dim plywood backboards and concrete bases essar�r for ty and coordi t other trades. PART 2 - PRODUCTS 2.01 ANCHORS v 1 r *.' A. B. C. D. E. F. G. H. 2.02 HANGERS A. C. D. E. F. Size anchors for m resistant materi In new co cret In existin drilling exp ion s approval. IV In hollow masonry, On structural stee In wood, use In sheet me In bar joist us i facto two times ri s set pri t r�il�, use Phi ips " wer driven f ners o tides. � load. Use only corrosion Tig concrete. " expansion shields or Elcen self - for light loads and with specific Pall p?;ordirect weld. hrough-bolt with nuts and washers. screws or machine bolts with washers and nuts. between bottom angles secured with washers and nuts. tjapeze hangers consisting of P-1000 "Unistrut" channels with rods where suspended. Anchor "Unistrut" to wall where multiple runs -are wall m&Ct"Im Support individua duits 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. For free standing boxes and enclosures, provide steel angle frame constructed to prevent any strain on conduits entering box. Support conduit through floors with steel riser clamps Support conduit on flat roofs with 4"x4"x2' redwood blocks with steel straps loosely clamped to conduit, or a pipe supporting assembly approved by the roofing manufacturer. Support outlet boxes occurring in lay -in ceilings with approved bar hangers clamped to ceiling grid to prevent any weight from bearing on ceiling tile. DEMX ARCHITECTURE SUPPORTING DEVICES FAYETTEVILLE, AR 26 05 51 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS G. Where hospital grade receptacles or multi -gang outlet boxes occur in metal stud walls, provide "caddy bar" hanger spanned between studs with each outlet box securely bolted to bar hanger. Single outlet boxes may be attached to the steel stud with approved spring steel brackets. H. Support lighting fixtures and other equipment located in lay -in ceilings with #12 gauge galvanized steel hanger wire attached to all four (4) corners of fixture. I. Support conductors in vertical raceways with approved split -wedge type cable supports. Support multiple conductors with approved cable clamps and "tie -wraps." J. Where called for on the drawings, provide communications cable supports equal to B-line 4" cable hooks with quick latch retainers. 2.03 PLYWOOD BACKBOARDS A. Use softwood plywood conforming to PS-1 of the American Plywood As ci ' n for the intended application. Generally, provide 3/4" thickness for backboar 2.04 CONCRETE BASES _ A. Provide concrete bases for floor mounted eqVt inc equipment mounted on grade. Ui rop cesand after 28 days. B. Provide steel reinforcingbars asd n provi C. Provide properly sized anchor boI position cannot be held in sufficient aliao rovide a21iueSllo' in Drawings and all exterior e strengtja of 3000 psi and sup,a pouring. s. Wher nd10 r bolts PART 3 -EXECUTION 3.01 INSTALLATION A. Install anchors i nce w' turer's tions but sized to accommodate le t ice th ad. Ov 'z ho that may weaken the installation will not b e. B. Support all xes and equi t enclosures ctly b the building structure independently of the conduit. • C. Support conduit inde by th di i� cture at intervals complying with the NEC. Do not support co piping, r suspended ceiling hangers. D. Support cond o agging to pr drainage of condensation. E. Permanentl rely supp conduit, boxes, and enclosures before installing any wiring. F. Provide I: oo ackboard& uipment mounted to masonry or concrete walls. Provide backb any type wal or in allation of multiple enclosures or products such as rs mers, rQ rs, automatic controls, telephone equipment, and etc. ener y, size b commodate the equipment plus a 3" border on all sides. G. . h sizes con bases required to accommodate equipment. Generally, make bases extend 3 rge han equipment on all sides. Prior to pouring on existing slab, set steel re -bar dowels in h drilled in existing slab for proper anchorage of base. Install near each corner and at other intervals not to exceed 24 inches. Trowel finish and rub smooth. Form edges with 3/4" chamfer. END OF SECTION DEMX ARCHITECTURE SUPPORTING DEVICES FAYETTEVILLE, AR 26 05 51 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 26 05 53 ELECTRICAL IDENTIFICATION PART 1 - GENERAL 1.01 WORK INCLUDED A. Equipment nameplates B. Name tags C. Circuit directories D. Utility marker tape E. Self -adhering labels F. Wire markers O 1.02 RELATED WORK A. Section 26 01 00 General Electrical Require ' 90 1.03 SUBMITTALS A. Submit for approval, Manufacturer'�,d heets on each a f ured identi evice. B. Submit for approval, a schedule e s to b ffixed ach item. 1.04 QUALITY ASSURANCE •` A. Approved manufacturers ar a and Br PART 2 - PRODUCTS \` 2.01 NAMEPLATES A. Identify e ch or onent oller (e ht itches) as it is named on the Drawings ved na plat Style ade fr la ted plastic sheets equal to Seton S le 2060. 1. Fur h with whiet on black,,b kg nd except for other color coded requirement 2. Provide appropri6te size na ep a ith information easily readable. Generally, fumi high nameplates with /8" letters for major equipment such as swi �, Panelbo transformers; and 1/2" high nameplates with 1/4" letters fo i equipmentsL?8I0!7a3 disconnect switches, contactors, starters, emergency receptacles d et .' B. Idewif ant locatigp t o nderground utility by providing an engraved brass nameplate equal to eton S Cn ently attached on the outside wall directly above conduit where it enters ildi 1. Furnis " hi nameplate of .025" or greater thickness. 2. Indicate t pe 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." 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. DEMX ARCHITECTURE ELECTRICAL IDENDIFICATION FAYETTEVILLE, AR 26 05 53 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 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 2.05 2.06 UTILITY MARKER TAPE A. For all conduit or direct burial cable installed underground and outside of building, provide continuous plastic tape directly above underground services. B. Provide orange or red tape with contrasting letters at regular intervals eq al eton No. 210 Series. C. For multiple underground conduit runs, provide two strips of markin 9?0 ne over each outside conduit. ' LABELS A. Identify each junction box and condVit4Aosed in equip nt oq s or access J�j 4bove lay -in ceilings or behind access doors "Opti-Code." Indicate voltage class such a as "telephone." 2` WIRE MARKERS A. Provide permar equipment encl B. Indicate the cir4 PART 3 - EXECUTION 3.01 INSTALLATION A. Attach namel surfaces only B. Where show supplying Seton therein such panelboards or other EVnTplastic surfaces and factory baked enameled er screws on all other surfaces. receptacles as to panelboard and circuit number C. Install tes identi in utilii'service entrance 6" above finished grade. D. E. F. G H h?0nZinuo tags tV r conductors with nylon cord or other approved method. stalltte � ries in appropriate card slots. I s stn tility marker tape 12" above conduit or direct burial cable it is identifying. Do t ba fill to grade until tape installation is approved. Install identifying s on conduit where it enters or leaves a wall or floor and at other intervals not to exceed 20 feet. Install wire markers so that information is easily visible. END OF SECTION DEMX ARCHITECTURE ELECTRICAL IDENDIFICATION FAYETTEVILLE, AR 26 05 53 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 26 18 13 DISCONNECT SWITCHES PART 1 - GENERAL 1.01 WORK INCLUDED A. Fused and non -fused disconnect switches 1.02 RELATED WORK A. Section 26 01 00 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 A. Submit Manufacturer's data sheets on each t sconne s proposed for use. PART 2 - PRODUCTS (% 2.01 DISCONNECT SWITCHES ` �J A. For applications requiring 30- eres ratiA o or y two or t e plication, provide NEMA type "HD" (h y or r isconrCc# w nclosures suitable for the applications, suc A 3R for o or stallation 1. Provide interl c event doo oper . with swit in " position. 2. Furnish wi gr n ing block. 3. Provide cking i F" pos' PART 3 - 3.01 4. inals llikjor 75°C e as a icable for fusible switches. Provide sh. egral overload protection, as well as other F less, use specification grade single pole switch INSTALLATION A. Provide disconnec itch for each fixed appliance or motor load indicated on the Drawings or required by the NEC. Install switch in sight of and within 50 feet maximum of equipment it serves. B. Install 20 ampere rated switches with center 4 feet above floor. END OF SECTION DEMX ARCHITECTURE DISCONNECT SWITCHES FAYETTEVILLE, AR 26 18 13 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 26 24 13 CIRCUIT BREAKER DISTRIBUTION PANELS 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 01 00 Electrical Requirements B. Section 26 05 51 Supporting Devices lO C. Section 26 05 53 Electrical Identification D. Section 26 05 26 Grounding 1.03 SUBMITTALS 40 A. Submit Manufacturer's data sheets fore h pa (board a of circuil&eaker proposed for use. Submit schedulerof raved name pi e n anelboard CA directories. 1.04 QUALITY ASSURANCE A. Approved Manufacturer's ar q ye D, Sie and Cutl or comparable and competitive product line licable. A ' n o existing ds shall be made with circuit breakers and a coes from th sa anufacture as existing panelboard. PART 2 -PRODUCTS 0 2.01 PANELBOARDS A. Furnish wit istnbu ed ph equence type sing ith approved plating. Provide circuit breaker con ctions as a on the+Dr in B. Furnish with wiring t L list e d for copper wire. C. Enclose bus asse Ivanize i et of required gauge and gutter sizes. D. Provide "dead " c truction of co uge steel with flush doors, concealed hinges, and flush cylind I -type lock e all panelboard locks in the building alike and also key like any ex' in anelboardlK ossible. E. Provid f same size the abinets. F. Pjw*d of neutraLtAm' ock that is isolated from the cabinet unless used for a service G. PkQyia grourfring te4ftnal block that is bonded to the cabinet plus an additional isolated block if used fo n is ted grounded panelboard. H. Furnish panelboairMlwith either a main circuit breaker (MCB) or main lugs only (MLO) as scheduled on the Drawings. I. Provide molded case circuit breakers of quick -make, quick -break, thermal -magnetic type with trip indication and common trip on all multi -pole breakers. J. Provide UL listed HACR type circuit breakers for HVAC equipment marked for use with HACR type circuit breakers. K. Where shown, provide shunt trip type circuit breakers with coil clearing contacts and auxiliary relays as required. L. Rate each panelboard in accordance with UL Standard 67 for the integrated equipment short circuit rating indicated on the panel schedules. Where MLO is provided, each branch breaker shall have the required interrupting capacity (AIC). MCB may be provided with lower rated AIC DEMX ARCHITECTURE CIRCUIT BREAKER DISTRIBUTION PANELS FAYETTEVILLE, AR 26 24 13 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS branch breakers as long as the UL recognized and tested combinations of the series connected interrupting ratings meet the required integrated equipment short circuit rating indicated on the panel schedules. M. Panelboards shall be equal to Square D type I -Line with circuit breaker types compatible with mounting arrangement, trip ratings, interrupting capacity, and etc. PART 3 - EXECUTION 3.01 INSTALLATION A. Where floor mounted, mount panelboards on concrete housekeeping pad. B. Support and identify as specified in "Related Work", Paragraph 1.02 contai herein. END OF SECTION O G CJ . DEMX ARCHITECTURE CIRCUIT BREAKER DISTRIBUTION PANELS FAYETTEVILLE, AR 26 24 13 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 26 50 00 LIGHTING 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, anchor bolt co ete bases, accessories and mounting hardware. B. The term "fixture" in this section shall pertain to lighting fixtures or lu S. 1.02 RELATED WORK A. Section 26 01 00 General Electrical Requi eme O B. Section 26 05 31 Raceways C. Section 26 05 32 Wires and Cabl D. Section 26 05 51 Supporting Dev ectrical S 1.03 SUBMITTALS A. Submit manufacturer's ata sheets a ixture sc rranged in order of fixture designation co a it h the fol win 1. Descriptio f e including ensions, mat hes and verification of indicat ters. at nnect r is and power factor. 2. B Ilas an fa urer a ncludin I is nd energy efficiency data. 3. L factur nd el num r wit NSI code including rated watts, lumens, la ife and color erature. 4. Pho metric dat o ' re assets I wit amp/ballast combination as specified. B. Submit schedule of vials a w paragraph 1.06 below including quantities of each type to be fu� the owdilkiANs stantial completion. 1.04 QUALITY ASSURAN A. All fixtures a e isted anNa a as defined in article 100 of the NEC by a testing agency accept a authoritie avin jurisdiction and marked for its intended use. Fixtures i I in mp or4v ns shall be listed and labeled as such. B. he m u acture a ualified responsive service organization with a proven record u ssful i ervi rformance 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 2. Rechargeable batteries 3. Metal parts exhibiting corrosion 4. Metal or plastic parts exhibiting color fading, staining, cracking or peeling. DEMX ARCHITECTURE LIGHTING FAYETTEVILLE, AR 26 50 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS B. Replace any and all lamps, ballasts and fuses that fail within twelve (12) months from date of substantial completion. This is in addition to the stock of "Extra Materials" described below. 1.06 EXTRA MATERIALS A. Furnish and deliver to the Owner extra materials matching the installed products as described below, packaged for storage and properly labeled describing contents. Furnish at least one of each type and rating. 1. Lamps: 5 for each 100 of each type and rating installed. 2. Ballasts: 1 for each 100 of each type and rating installed. 3. Glass or plastic lenses and covers: 1 for each 100 of each type and rating installed. PART 2 -PRODUCTS O 2.01 FIXTURES AND COMPONENTS A. Comply with the following UL Standards as a able: ' 1. UL 8750 LED Lighting Fixtures O 2. UL 1572, High Intensity Discharg Ligh g Fixtur 3. UL 1571, Incandescent Ligf ti xtures 4. UL 1574, Track Lighting s B. Fixtures shall be furnished with a g and su ion access a ts, covers and hardware for a complete oper n Ilation A t ed locatio ting configuration. C. Metal parts shall be corr istant an ngidly for upported to prevent warping and sagging. D. Doors, frames and e c ess trim sh&be smooth op a of light leaks and capable of relamping wi 1. P ovi pn g aded I fluores t ff doors. 2. event ders, r � es, dill ers a other components from falling ac entally durin mping or and erati g conditions. 3. Use silient no ar g gask* s s damp or wet location fixture doors or to prevent light E. Sheet metal surfa q i ed to be all be painted after fabrication using non - yellowing, no t. Reflecting ces shall have minimum reflectance values as follows: 1. W e aces: r 2. ar surfaces: per ent if sing sqe aces: 85 percent F. ense users ` bes shall be 100 percent virgin acrylic plastic or annealed t lass. ` 1. Plastic ' us s shall be highly resistant to yellowing or other changes due to aging, exposure eat and ultra -violet radiation. 2. Nominal lens thickness for fluorescent troffers shall be .125" minimum. G. Indirect fixtures shall be designed for uniform brightness on the ceiling and free from "hot spots" when installed in accordance with manufacturer's recommendations. Optical efficiency of indirect fixtures shall be 85 percent or greater. H. Wiring and connectors within the fixture shall have insulation suitable for the voltage, current and temperature 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 LIGHT FIXTURES. DEMX ARCHITECTURE LIGHTING FAYETTEVILLE, AR 26 50 00 -2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2.03 HIGH INTENSITY DISCHARGE (H.I.D.) LAMP BALLASTS A. General requirements shall include the following: 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 PCBs. 4. Open circuit operation will not reduce average life. 5. Reliable operation in temperature environments from -20° F to 130° F. 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 r B. Auxiliary, instant -on quartz system, where scheduled on the drawing , ave the following features: 1. Automatically switch quartz lamp on ure is i iti Onergized and after momentary power outages occu . 2. Automatically turn off quark I when lamp re h roximately cent full light output. 3. Power for quartz lamp s � plied fro last assembl a rd s of ballast rated input voltage s rate aux11' o r circuit is o C. Instant restrike device, whey c uled on e rgs, shall ikaiitai ' itor with a self- contained rechargeable s specifie v or instant r 'R1�after power outage. 2.04 LAMP �` S A. General require ude t fl� 1. C mp it A I Stan series a i le each type of lamp. 2. En erg ode cluding urren visions. 3. La s o specifie a slow hall be the uct o a single manufacturer. 4. All I ps used i sa rea shah; si ilar color temperature unless scheduled otherwise ory11� ings. 2.05 EXIT SIGNS �/,/�► A. Furnish with e I ing featu 1. C p i NFPA 15afety Code. 2. y with local r uire ents on sign color and letter size. it tional 9,r quired by conditions. ernall * hall use light emitting diodes (LED) lamps with 70,000 hours minim rat p life. B. Emergency power units all a the following features: 1. Comply L 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. 2.06 EMERGENCY LIGHTING UNITS A. Self contained emergency lighting units shall have the following features: 1. Comply with UL 924, Emergency Lighting and Power Equipment. DEMX ARCHITECTURE LIGHTING FAYETTEVILLE, AR 26 50 00 -3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2. Sealed maintenance -free battery with 10 year nominal life and 5 year warranty. Size for minimum of 90 minutes operation. 3. Automatic two -rate battery charger with sealed transfer relay. 4. Test switch, indicator lights and electronic controls to turn on lamp(s) when supply voltage drops to below 80% of nominal. Turn off lamp(s) when battery voltage approaches deep discharge level. 2.07 POLES A. General requirements are as follows: 1. Comply with AASHTO LTS-1, Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals. 2. Steel poles, when scheduled, shall comply with ASTM A500, GraB,rbon steel with minimum yield of 46,000 psi. 3. Aluminum poles, where scheduled, shall comply with ASTM andard Specifications of Aluminum Alloy E d Structural P' e a e. Use 6063-T6 alloy for poles 16' or less. Use 50527 confo in ASTM 13209 for poles over 16'. 4. Design for wind load strenq; 0 mph and 1.3 us fa r for total assembly including pole, a rs, fixt es and urtenanc ndicated heights above grade wit a deflecti whipping. 5. Provide internal wire d dergrout I try. 6. Provide access ha o ear pol a 7. Provide threade ing lug or a ccessible and hole. 8. Arm, bracket a on mount ate shall matc th les. 9. Provide fa ry ied finish a cheduled with cted by Architect. B. Provide concret ions t u ire pol mbly under design wind load. 1. U e 3 p day cdkkr xture c I g Division 3 Section "Cast-in- ete" of ese s cificatio s. 2. Co ly wit detail d manufactur eco mendations for steel reinforcing, anc r bolts, ha wa d grout! 3. Provide smo with c fe ges on exposed part of foundations. PART 3 - EXECUTION 3.01 INSTALLATION C A. The Co shall stud t fini3Tied conditions. 10ft ur ish fixtt! tible with the type of ceiling or wall in which they are to be 1 stalled' I I r uired mounting accessories. Reloca an re which, after installation, is found to interfere with other equipment Y or is of is located to conflict with proper performance or maintenance as intended. 3. Inspect each installed fixture for damage. Replace damaged fixtures and components. 4. Install lamps in each fixture. Verify normal operation in all modes. Support and connect fixtures per manufacturer's recommendations. 1. Final wiring connections to fixtures located in lay -in ceilings shall be through Flexible Metal Conduit (FMC) or MC cable whips. 2. All light fixtures and lamps shall be LED type unless indicated otherwise on the plans. DEMX ARCHITECTURE LIGHTING FAYETTEVILLE, AR 26 50 00 -4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3. Recessed fixtures installed in lay -in ceiling panels shall be provided with bar hangers attached to the T-bar grid and supported with a minimum of two #12 AWG galvanized steel hanger wires and shall support fixture with no force on the ceiling panels. 4. Trim rings shall completely cover openings in ceilings. 5. Exposed sides of surface mounted fixtures shall have no visible knock -out indentations. 6. Support suspended fixtures with stem hangers, rods or aircraft cable per manufacturer's details. Where pendants are longer than 48", brace to limit sway. 3.02 CLEANING AND ADJUSTING A. Upon completion of the work, thoroughly clean and polish all fixtures insid!gjInd out, and clean all lamps. Use methods and materials recommended by the manufacturtr. ACustable fixtures shall be carefully aimed and positioned in the presence of th c END OF SECTION 0 � G 0 G O . CO DEMX ARCHITECTURE LIGHTING FAYETTEVILLE, AR 26 50 00 -5 CITY OF FAYETTEVILLE, ARKANSAS.- PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 31 01 00 EARTHWORK PART 1-GENERAL 1.1 DESCRIPTION A. Work Included: Earthwork for this project includes but is not necessarily limited to: 1. Filling and backfilling. 2. Rough and finish grading of the site. 3. Granular drainage fill. 1.2 1.3 1.4 1.5 SUMMARY A. Perform excavation regardless of type, nature or condition of materials enccf4n1tVd. B. All excavation under this Section is unclassified and no allowances wi e a for nature of material encountered. Contractor shall make soil investigations as he c cessary for his own determination of types of materials existin the site. C. There will be no extra compensation for dewate 00 JOB CONDITIONS A. Dust Control: Control dust on and A rk if d st is c by Con operations during performance of the Work or i from co on in hich Contr to aves the site. • DEFINITIONS: A. Relative Compaction: The r e cent, of - pacted fie nsity to the laboratory maximum dry density as dl ned by the Sta roctor T D698, or as determined by the Modified Proct TM 0155 as app icable. C for oversized material may be applied to eit a s-coma d dry d ie maximum dry density, as determined by t r it B. Optimum a tent: Moistu ent of the erial for which the maximum dry density is obtained a t ed by TM D 8 or D1 . Fie oisture contents shall be determined on the basis o the fraction the 3/4�si e. C. Completed Course: A iNV layer ty for the next layer or the next phase of construction. SUBMITTALS: A. Provide the 1. Samp,I� B. All fill�all PART 2 - PRO 2.1 FILL: A. B. C. D. 911's ko i port ed m eriaf✓ ✓% illeguires a rior to placement. Free from roots, organic matter, trash and debris with maximum particle size of 1 1/2". Imported fill is to consist of clayey sand (SC), sandy clay (CL) or clayey gravel (GC). Alternate materials having a liquid limit not greater than 45 and approved by the Architect. It is intended that fill be obtained from the site to the maximum extent possible. 2.2 IMPORTED GRANULAR FILL A. Imported granular fill is to consist of a natural or artificial mixture of gravel and soil mortar, uniformly well graded from coarse to fine. 2.3 TOPSOIL DEMX ARCHITECTURE EARTHWORK FAYETTEVILLE 31 01 00- 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS A. Selected topsoil from the site, properly stored and protected, free from roots, sticks, hard clay and stones which will not pass through a 2 in. Square opening. B. Provide imported topsoil of equal quality if required to accomplish the work. 1. Natural, fertile, friable soil, possessing characteristics of representative productive soils in the vicinity. Obtain from naturally well -drained areas, without admixture of subsoil and free from Johnson grass (sorgam halepense), nut grass (cyprus rotundus), and objectionable weeds and toxic substances. Topsoil furnished shall be free from trash, brush, and stones over 1 in. In diameter, and related extraneous material. 2.4 COMPACTION EQUIPMENT A. Provide compaction equipment of suitable type and adequate to obtain the densities specified. B. Operate compaction equipment in strict accordance with the manufacturer's instructions and recommendations. C. Maintain equipment in such condition that it will deliver the manufac ra d compactive effort. D. Hand- operated equipment shall be capable chieving the specified ties. 2.5 MOISTURE CONTROL EQUIPMENT A. Provide equipment for applying water of type nd qual e e for the ' r shall not leak and shall be equipped withvAiSfriMrbar or their ed devic a uniform application. B. Provide equipment for mixin a ing out Ana nsisting scs or other approved equipment. 2.6 WATER REMOVAL EQUIPMEN A. Provide and opera ent adeq a to k ep excav trenches free of water. 2.7 SELECTED MATERIA C NCE A. Provide stIloale testin re r n ive of the al material to be installed in the work. P Take sam ateri ockpi ed. Depe 'ng o e uniformity of the material, Architect may reques dditional s I B. Forward test results t it tat le fore the material is required for use. If tests indicate that the rr Vyla oes not a ication requirements, the material shall not be installed in th C. Material whic ed in the ork bu oes not conform to the specification requirements shall be re d replacV k1l Contractor's expense. 2.8 OTHER IA A. rovi terials rT ci i Ily described but required for proper completion of work of this ecti , select QC�tr ct r subject to Architect's approval. PART 3 - EXECUTION 3.1 CLEARING AND GRUBBING: A. Complete clearing and grubbing work as specified in Section 02100 prior to beginning work in this Section. 3.2 MOISTURE CONTROL: A. During compacting operations, maintain optimum practicable moisture content required for compaction purposes in each lift of fill. B. Maintain moisture content uniform throughout the lift. DEMX ARCHITECTURE EARTHWORK FAYETTEVILLE 31 01 00- 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS C. Add water to the material at the site of excavation. Supplement, if required, by sprinkling the fill. D. At the time of compaction, maintain the water content of the material at optimum moisture content, plus or minus 2 percent, except as otherwise specified for embankments. E. Do not attempt to compact fill material that contains excessive moisture. F. Aerate material by blading, discing, harrowing or other methods to hasten the drying process. 3.3 FINISH SITE GRADING AND TOPSOIL PLACEMENT A. Perform earthwork to lines and grades as shown with proper allowance for topsoil. . B. Provide a minimum 4" depth of topsoil in all area within the limits that are disturbed during the course of this work except areas shown to receive sod. 1. Areas to receive sod: After subgrade preparation, furnish, place, and spread 3" minimum thickness of topsoil over earth areas to be sodded. Do not sprea oil in frozen or muddy conditions. Make allowance for settlement to obtain i ' he full depth of topsoil. Till thoroughly areas where existing topsoil has not be to depth of at least 3" until condition of soil is friable of uniform texture. R o stones over 1" in diameter, sticks, and rubbish. 1--* C. Shape, trim and finish slopes to conform with a lines, g an ross section shown. D. Make slopes free of loose exposed root and ones ex e n n diamete� E. Round tops of banks to circular s, eral, t less t a 6' radiu F. Neatly and smoothly trim round S. 3.4 DISPOSAL OF EXCESS EXCAVATI� A. Dispose of excess exc terials, a or suitab as backfill or fill off - site. END OF SECTION O G o. DEMX ARCHITECTURE EARTHWORK FAYETTEVILLE 31 01 00- 3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 31 10 00 SITE CLEARING PART 1 - GENERAL 1.1 1.2 1.3 QUALITY ASSURANCE A. Workmen Qualifications: One person present ring tree clearing thoroughly familiar with types of trees involved. a ming o B. Codes and Standards: Comply with pertinent des and ti insurance carriers providing coverage for w k ♦ A# JOB CONDITIONS A. Dust Control: Prevent surfaces required to pi of other work on site. B. On -site Burning: Will nc C. Protection: Protec repairs and repX11NE PART 2 - PRODUCTS 2.1 BARRICADES AND NCE A. Materials required 2.2 FILL MATERIAL A. Fill Material: Cla S B. Under Buildi a fill to brin area: 2.3 TOPS(Mr DESCRIPTION A. Work Included: Site Preparation for this project includes but is not necessarily limited to: 1. Temporary fencing and protective barricades. 2. Protection of trees and shrubs to remain. 3. Removal of obstructions which interfere with work. 4. Stripping of topsoil and vegetation from earth areas of site. 5. Protection of active utilities and removal of utilities abandoned. 6. Stripping and removal of existing paving to be replaced. O anWbbing operations, Aid limbs where required. s, plus requirements of V w hly moisten Id rrent performance damage, immediately make Contractor's expense. nd related fencing furnished by Contractor TC) or sandy gravel (GM) approved by soil engineer. undercuts from under buildings and roads suitable for LeleSt.d tops r mi%Tite, properly stored and protected, free from roots, sticks, hard clay a et1tones w h williot pass through a 2 in. Square opening. Provide importelkersoil of equal quality if required to accomplish the work. 1. Natural, fertile, friable soil, possessing characteristics of representative productive soils in the vicinity. Obtain from naturally well -drained areas, without admixture of subsoil and free from Johnson grass (sorgam halepense), nut grass (cyprus rotundus), and objectionable weeds and toxic substances. Topsoil furnished shall be free from trash, brush, and stones over 1 in. In diameter, and related extraneous material. PART 3 - EXECUTION 3.1 PREPARATION: A. NOTIFICATION: Notify Architect at least two full working days before commencing work. DEMX ARCHITECTURE SITE CLEARING FAYETTEVILLE, AR 31 31 16-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS B. SITE INSPECTION: 1. Prior to work of this Section, carefully inspect entire site and objects designated to be removed or preserved. 2 Locate existing utility lines to be abandoned and determine requirements for disconnecting and capping. 3. Locate existing active utility lines which are to remain and determine requirements for their protection. C. CLARIFICATION: 1. Drawings do not purport to show all objects existing on site. 2. Before commencing work of this Section, verify with Architect all objects to be removed and all objects to be preserved. D. SCHEDULING: 1. Schedule work in a careful manner with necessary considerati neighbors and public. 2. Avoid interference with use of, and passage to and fro buildings and facilities. E. Preserve in operating condition acti s borde tfaversing site designated to remain. Protect property, including, ut not li v e boxes, poles, guys and related appurtenances. Repair mag o activ i y, to work ur Dntract, to satisfaction of utility co e'a�"► 3.2 STRIPPING TOPSOIL: A. During compacting operati tain o icabl m s n ent required for compaction purposes i ift of fill. B. Maintain moisture con i orm through lift. C. Add water to the the site of xcava ion. Sup required, by sprinkling the fill.` D. At the time o o a 'on, m th water to o e material at optimum moisture content, r ' us 2 percen , c t as othe specified for embankments. E. Do not a mpac at rial that tains cessive moisture. F. Aerate ma ial by bladi , Nidg, harr(;Wvirt o ther methods to hasten the drying process. 3.3 PROTECTION A. Erect temporary&rANJ;dj(ad fencing r it for preparation and construction operation. 3.4 UTILITIES ow A. Prote r"serve in o rati ondition, active utility services that traverse or border nd pair dam occur to these services due to work performed during Con eriod. i y lines that are to be abandoned from building area. 3.5 STUM N OOTS A ove co etely tumps and roots from areas within building walls and 5 feet outside building walls. ial resulting from grubbing becomes property of Contractor, to dispose of by him. Burn no material on premises. 3.6 OBSTRUCTIONS A. Remove existing obstructions from area to be occupied by work under this Contract unless otherwise specified herein, or specifically directed by Architect to remain. 3.7 REMOVAL OF DEBRIS AND CLEANING A. Remove and legally dispose of rubbish and debris found on demolition area at start of the work that resulting from demolition activities or deposited on site by others during the duration of contract. Keep project area and public right-of-way reasonably clear at all times. DEMX ARCHITECTURE SITE CLEARING FAYETTEVILLE, AR 31 31 16-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS Upon completion of work remove temporary construction, equipment, salvaged materials, trash and debris leaving entire project area in neat condition. END OF SECTION DEMX ARCHITECTURE SITE CLEARING FAYETTEVILLE, AR 31 31 16-3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 31 22 19 FINISH GRADING PART 1 —GENERAL 1.1 WORK SPECIFIED ELSEWHERE A. Section 31 01 00 Earthwork PART 2 - PRODUCTS 2.1 FILL: A. Any additional fill required for finish grading shall meet requirements of Section 02210. PART 3 - EXECUTION O 3.1 SITE FILL: A. Fill all areas where settlement has occurred. B. General site fill shall be compacted to dens of 85% m imum density (Standard Proctor). C. Fill in areas to receive pavemen R pacte in acc ce with 210 .3.2 FINISH GRADING: A. Complete finish grading s aft i con-gle ies installed, site improvements complet a erials, r is debris rem d m site. B. No debris or rubbish s buried in any backfil nor on th iIding site. C. Grade at perimeter g to shed ater away from g on all sides. O END OF SECTION G ♦ Cl DEMX ARCHITECTURE FINISH GRADING FAYETTEVILLE, AR 31 2219 -1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 31 31 16 SOIL TREATMENT PART 1 - GENERAL 1.1 SUMMARY: Soil treatment for termite control, complete. 1.2 SUBMITTALS: In compliance with Section 01300, submit manufacturer's technical data, name of chemical, rates of application, and application instructions. 1.3 QUALITY ASSURANCE: A. Complying with requirements of Arkansas Plant Board, or other go ority. B. Engage a professional pest control oper licensed in accorda� ith regulations of governing authorities for application of soil t t soluti� 1.4 PROJECT CONDITIONS: Do not apply soil treatment solution until va filling d gradii peration leted. Do not apply soil treatment to frozen or exc et soils ring i clement w th Comply with handling and application instructions f e I toxicantof turer. 1.5 WARRANTY: ` Furnish 5 year warranty certify t t applied oil icide trea a ill prevent infestation of subterranean termites an subterran termite activit vered during the warranty period, Contractor will r soil a d r EreP Y lace sed b termite infestation. ro PART 2 - PRODUCTS 2.1 MATERIALS: Use termiticid an EP n number and approved by Arkansas Plant Board or other governing PART 3 - EXECUTION 3.1 APPLICATIO A. a Pr paration: oreign matter which could decrease effectiveness of treatment on ar o be tr t♦ a rake and level soil to be treated, except previously compacted ea nder sl s an undations. B. Co centration and plication Rates: Comply with label directions of termiticide, and with Arkansas State oard or other governing authority specifications and recommendations for the following areas: 1. Under slab -on -grade, sidewalks, platforms, ramps, and paving within the border of roof line. 2. Floor drains and traps. 3. Below expansion joints, control joints, and to all electrical and plumbing conduits and pipes that penetrate the concrete slab. 4. Along both sides of foundation walls, around perimeter of concrete footings, beams, and piers that extend below grade. DEMX ARCHITECTURE FAYETTEVILLE, AR SOIL TREATMENT 31 31 16-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS C. Allow not less than 12 hours for drying after application before beginning construction activities. D. Post signs in the areas of application warning workers that soil termiticide treatment has been applied. Remove signs when areas are covered by other construction. E. Reapply soil treatment solution to areas disturbed by subsequent excavation, landscape grading, or other construction activities following application. END OF SECTION DEMX ARCHITECTURE SOIL TREATMENT FAYETTEVILLE, AR 31 31 16-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 01 74 19 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1 —GENERAL 1.1 SECTION REQUIREMENTS A. Action Submittals: 1. Waste Management Plan: Submit plan within 30 days of date established for commencement of the Work. B. Informational Submittals: 1. Waste Reduction Progress Reports: Submit concurrent with each Application for Payment. Include total quantity of waste, total quantity of waste salvaged and recycled, and percentage of total waste salvaged and recycled. 2. Records of Donations and Sales: Receipts for salvageable w MillgriatIpcl or sold to individuals and organizations.. Indicate whether organizatio mpt. 3. Recycling and Processing Facility Re s: Manifests, weight t s, receipts, and invoices. 4. Landfill and Incinerator Disposal Recor : Manife igh tickets, receipts, and invoices. 5. Statement of Refrigerant t e ned b refrige recovery n responsible for recovering t, statin t all efrigerant t t present was recovered and that recove w performed cc ing to EP� o C. Refrigerant Recovery Tec ci alific S. ied b ved certification program. D. Waste Management C nce: Conduct erence a r t site to comply with requirements in S 3000 "A inistrative Re ." Review methods and procedures relat to ma a I � E. Waste Mana a n: D I waste a 9 P 9 ge141�nt Ian consisting of waste identifica reduc ion w an, and cos venue analysis. Indicate quantities by weight or b t use a uni s of mea re thr ghout waste management plan. 1. Salva d Material r se: Ider#tif m rials that will be salvaged and reused. 2. Salvaged Mat Sale: t rials that will be sold to individuals and organizatiorls i e list of a addresses, and telephone numbers. 3. Salvag� at s for Don *o Identify materials that will be donated to individu�a organiza s, in ude list of their names, addresses, and telephone ifers. �► 4. aterials: clu list of local receivers and processors and type of mater h will accept. Include names, addresses, and telephone �. Pbst/Rev ue AN#ly'sis' Indicate total cost of waste disposal as if there was no waste niVagejent plan and net additional cost or net savings resulting from implementriopeaste management plan. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Achieve end -of -Project rates for salvage/recycling of 50 percent by weight of total nonhazardous solid waste generated by the Work. PART 3 - EXECUTION 3.1 PLAN IMPLEMENTATION A. General: Implement approved waste management plan. Provide handling, containers, DEMX ARCHITECTURE CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL FAYETTEVILLE, AR 01 74 19-1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS storage, signage, transportation, and other items as required to implement waste management plan during the entire duration of the Contract. Training: Train workers, subcontractors, and suppliers on proper waste management procedures, as appropriate for the Work occurring at Project site. 1. Distribute waste management plan to entities when they first begin work on -site. Review plan procedures and locations established for salvage, recycling, and disposal. 3.2 RECYCLING WASTE A. General: Recycle paper and beverage containers used by on -site workers. B. Packaging: 1. Cardboard and Boxes: Break down packaging into flat sheets. Bundle and store in a dry location. 2. Polystyrene Packaging: Separate and bag materials. 3. Pallets: As much as possible, require deliveries using p emove pallets from Project site. For pallets th&rEmain on -site, bre wn pallets into component wood pieces and complrquirem ecycling wood. 4. Crates: Break down crates into comp woo s d comply with requirements for recycling woo C. Asphaltic Concrete Paving: B p ransp rt pavi asphalt- facility. D. Concrete: Remove reinforce ther met from oncrete a s with other metals. • E. Masonry: Remove metal ment d ties o ry and sort with other metals. 1. Clean and sta amaged, who sonry unit on d pallets. F. Wood Materials, V 1. Sort a eusab a accor ' type, and length. Separate lum e i red ro cts, p I p d and treated wood materials. 2. ffs of Lumb Ind or chip o small pieces. 3. n a dust: saw ust that s no ontain painted or treated wood. G. Metals: parate me pe. H. Asphalt Shingle R move of nails, staples, and accessories. I. Gypsum Board* rge cle wood pallets or in container and store in a dry locatio edge trim a s with other metals. Remove and dispose of fasteners. � J. Acoust' i g PanekaC : Stack large clean pieces on wood pallets and store in a tion. ✓ K. e I S pension Separate metal members including trim, and other metals fro usticajit n the and sort with other metals. L. Pip' g: Red a pipi t straight lengths and store by type and size. Separate supports, ngers, val s, s inklers, and other components by type and size. M. Conduit: Red nduit to straight lengths and store by type and size. 3.3 DISPOSAL OF WASTE A. Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. B. Do not burn waste materials. END OF SECTION DEMX ARCHITECTURE CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL FAYETTEVILLE, AR 01 74 19-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 07 13 13 ASPHAULT SHINGLES, UNDERLAYMENT AND RIDGE VENT PARTI-GENERAL 1.01 SECTION INCLUDES 1.02 1.03 1.04 A. Shingles - Granule surfaced asphalt shingle roofing B. Sheet membrane/Eave membrane - for eaves, valleys and ridges C. Shingle underlayment's D. Roofing cements E. Attic ventilation F. Nails G. Metal flashing associated with shingle roofing O RELATED SECTIONS A. Section 061000 - Rough Carpentry: Framing, d decking, and roofs ng B. Section 072500 — Weather Barriers ��4 C. Section 076200 —Flashing and Sheet Metal: S et metalT q rat associated with shingle roofing; gutters and downspouts� D. Section 086200 — Unit Skylights ;` ` f**,tqhj REFERENCES A. American Society for Testing 1. ASTM A653/A653M - Zinc Iron Alloy -Coated 2. ASTM 6209 - Stan 3. ASTM B370 - S 4. ASTM D226 - an Waterpr 5. ASTM D1 - a dard Materials ed as Stee� 6. ASTM D3161 - Stan Method). 7. ASTM D346 to r Surfaced wit n I Grp 8. ASTM D4 dard 9. ASTM tandard C. D. I Bo�tdarcls She- ,dan(Galvanized) or Im-Alloy Sheet and Plate. for Building Construction. nic Felt Used in Roofing and eNg Polymer Modified Bituminous Sheet r Ice Dam Protection. ;istance of Asphalt Shingles (Fan Induced Asphalt Shingles Made from Glass Felt and )n for Asphalt Roof Cement, Asbestos -Free. ion for Asphalt —Saturated Organic Felt Underlayment for Wind -Resistance of Sealed Asphalt Shingles (Uplift %o,rcejUplift R is anl�eth'od). 11. A E108 ands Test Method for Fire Test of Roof Coverings. Underwriters Labor g s (UL) - Roofing Systems and Materials Guide 1. UL 790 — Standard Test Methods for Fire Tests of Roof Coverings. Asphalt Roofing Manufacturers Association (ARMA) Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA) - Architectural Sheet Metal Manual. E. National Roofing Contractors Association (NRCA) F. American Society of Civil Engineers (ASCE). G. Miami Dade County H. Florida Building Code 10. DEFINITIONS DEMX ARCHITECTURE ASPHAULT SHINGLES, UNDERLAYMENT AND RIDGE VENT FAYETTEVILLE, AR 07 13 13 - 1 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS A. Roofing Terminology: Refer to ASTM D1079 and the glossary of the National Roofing Contractors Association (NRCA) Roofing and Waterproofing Manual for definitions of roofing terms related to this section. 1.05 SUBMITTALS A. Product Data: Provide copies of manufacturer's product data information and samples for each type of roofing product. B. Manufacturers Application Instructions: Provide manufacturer's application instructions that indicate preparation required, installation procedures, and detail drawings. 1.06 1.07 1.08 1.09 MANUFACTURER & CONTRACTOR QUALIFICATIONS A. Manufacturer Qualifications: Provide all primary roofing products, including shingles, underlayment, sheet membrane -eaves membrane, and ridge ventilatio o red by a single manufacturer. //�� B. Installer Qualifications: Installer must be licensed or otherwise auth �iMl federal, state and local authorities for installation of all roofi,� roducts to be installe u er this section. REGULATORY REQUIREMENTS A. Provide a roofing system listed by Underw ers L oratori s L Class A fi ssification. B. Install all roofing products in acco c all ap licable eral, stat al building codes. C. All work shall be performed in a m ne onsistemt w c ent OSHA PREINSTALLATION MEETING A. General: Roofing Contraonduct a stallation g at the site prior to commencing work of on: Requiri[atten ance of irectly concerned with roof installation. B. Agenda: Installati ures; f ocedur c r tion with installation and other work; availa ' o ofing materi gulatory r irements; preparation and approval of substrate an n r ions t ugh r of; and er it s related to successful execution of work. C. Maintain one copy of mg er's agpliG jQ tructions on the project site. DELIVERY, STORAG A. Deliver shingles Promptly veri i B. Store all C. Store' ffdispose local regulations. o Ne in manufacturer's unopened labeled packaging. ps. Immediately remove damaged products from site. unopened, labeled packaging until they are ready for i Maximum stacking height shall not exceed TAMKO's son end. sed materials in accordance with all applicable federal, state and 1.10 WEATHER CONDITIONS A. Proceed with work only when existing and forecasted weather conditions will permit work to be performed in accordance with TAMKO's application instructions. B. Take special care when applying shingles in temperatures below 40 degrees F (4.4 degrees C) to avoid damage to the edges and corners of the shingles. C. Apply Moisture Guard@, TW Metal & Tile Underlayment and TW Underlayment only in fair weather and when air, substrate, and membrane temperatures are above 40 degrees F (4.4 degrees C). 1.11 LIMITED WARRANTY DEMX ARCHITECTURE ASPHAULT SHINGLES, UNDERLAYMENT AND RIDGE VENT FAYETTEVILLE, AR 07 13 13 - 2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS A. Manufacturer's Limited Warranty: Provide to the owner a TAM KO@ Fiberglass/Asphalt Shingle Limited Lifetime Warranty and Arbitration Agreement for the product listed below which includes a binding arbitration provision. 1. Heritage@ Shingle: Fiberglass/Asphalt Fiberglass/Asphalt Shingle Limited Lifetime Warranty and Arbitration Agreement, 10-Year Full Start" period. Available at tamko.com 2. The TAMK0O Fiberglass/Asphalt Shingle Limited Lifetime Warranty and Arbitration Agreement provides the manufacturer's remedy to cover materials (and labor during the Full Start- period) with manufacturing defects which have directly caused leaks: 3. Term: The period of time this Limited Warranty lasts. The Term begins on the date of retail purchase of the Shingles and continues, unless sooner terminated, for the length of time set forth in Table 1 below. For Heritage@, Heritage@ IR, Heritage W te@, Heritage@ Premium and Heritage@ Vintage@ installed on a Single -Family S c e, e Term is the Lifetime of the Original Owner or Purchaser. For Heritage@ R IR, Heritage Woodgate@, Heritage@ Premium and Heri e@ Vintage@ shingle Iled on structures other than Single -Family Structures, the Te mont 4. Full Start'" period: the initial period theTerm dur g hi AMKO's�tion is not prorated and includes the reas r� of lab r nece to inst ngles. The length of the Full Start'" period i Table 1 W. 5. 120 Month Algae Cleanin arra •` 6. Limited Wind Warrant he period o the Limit i Warrant lasts, beginning P Y 9 9 on the date of reta' a of the angles and cont' the length of time set forth in Table 1 belo O 7. Transfe Original Hof Herita Herita e0 IR, Heritage Wood ate@ 9 9 9 9 Heritage e i and *iitage Vintag shin s may transfer this Limited Warranty one (1) ti during the tllre (5) ye4rs f Term to a Purchaser of the building upon which the Shingles Wed. 8. Exclusions: TA CO Fiber s/ halt Shingle Limited Lifetime Warrant and 9 P 9 Y Arbitration ent for lusio and other important details. Available at www.ta_ (�/+ o. TABLE 1. C-) ULL STANDARD LIMITED 9%4T APPLICATIO HIGH WIND WIND i ALGAE '" N WIND APPLICATIO WARRANT CLEANIN SHINGLE TERM PERIOD WARRANTY N WARRANTY Y TERM G TERM Elite Glass -Seal" 300 months 5 years 60 mph — 5 years 120 months Heritage® Limited * Lifetime 10 years 110 mph 130 mph 15 years 120 months Heritage' IR Limited * Lifetime 10 years 110 mph 130 mph 15 years 120 months Heritage Wood ate' Limited * Lifetime 10 years 110 mph 130 mph 15 years 120 months Heritage' Premium Limited * Lifetime 10 years 110 mph 130 mph 15 years 120 months DEMX ARCHITECTURE ASPHAULT SHINGLES, UNDERLAYMENT AND RIDGE VENT FAYETTEVILLE, AR 07 13 13 - 3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS Heritage" Vintage' Limited * 10 years 110 mph 130 mph Lifetime 15 years 120 months PARTII- PRODUCTS 2.01 MANUFACTURERS A. Acceptable Manufacturer: TAMKO Building Products LLC, P.O. Box 97, Galena, KS 66739-0097. Toll Free: 1-800-641-4691. B. Requests for substitutions will be considered in accordance with provisions of Section 01600. C. Substitutions: Permitted 2.02 SHINGLES A. Heritage® Shingles: Self-sealing, granule surfaced, laminated as I hi le made with fiberglass mat, unique blends of granules, and shadowtone blended f oking shadow line. Architectural laminate styling provide wood shake appear c with a 5-5/8 inch exposure. UL Listed for Class A Fire ResiralUL 79 8yU Classified for Wind Resistance: ASTM D3161, Class F and ASTM Dass CI sified in accordance with ASTM D3462 and ICC-ES Acceptance Crite a A,ori it Code Ap FL 18355, UL Evaluation Reports ER2919-01 a & 2. 0 1. Color: As selected from urers' ful nge Classic a erica's Natural Colors. ♦` 2.03 HIP & RIDGE SHINGLES A. TAMK00 12-1/4" x 12" a e0 Hip & IR: Self- li hip and ridge shingles complementing the co ected roo hingl . Feature lass mat construction with an additional polyes a n the and Ts f the shi e�ted for Class A Fire Resistance (UL 790/E108), ed fo d sistan . A 161, Class F, UL Classified in accordance A D3462 an CITS Accepta Criteria AC438, UL Evaluation Reports, UL Classifie o ance kh UL 218, Clk 4, 919-01 and ER2919-02. Each bundle covers approx. 3 linear feel ) with 4 5- ch (130.2 mm) exposure. 1. Color: As d om m f full range of Colors. 2.04 STARTER STRIP A. TAMKOOO 10 Inch a r: Self-s ing x 40" starter shingle designed for all roof shingles. Each bundle c rox. 10�lieet (30.48 m). 2.05 SHEET M A - EAV RANE A. Mo' ure O Ice n layment: Self -adhering, fiberglass mat, rubberized asphalt ice an in derlay su d ith fine mineral granules. UL Classified as a Prepared Roofing Acce , UL Cla ified accordance with ASTM D1970, Miami -Dade County Florida NOA: 17- 0531.01, Expiration 7/5/22, Florida Building Code Approved FL 12328. a. 0.87 Square Roll - Roll Coverage when applied according to instructions approx. 87.34 sq. ft. [±1.52 sq. ft.] (8.11 sq. m. [±0.14 sq. m.]), Roll Dimensions are 36" [±.07"] x 32'3" [± .05'] (91.44 cm. [±.17 cm.] x 9.83 m. [±.15m]) Roll Contains approx. 96.75 sq. ft. [±1.68 sq. ft.] (8.99 sq. m. [±0.16 sq. m.]). 55 mils thick. b. 1.74 Square Roll - Roll Coverage when applied according to instructions approx. 174.69 sq. ft. [±1.52 sq. ft.] (16.23 sq. m. [±0.14 sq. m.]), Roll Dimensions are 36" [±.07"] X 64'- 6" [±.50'] (.91.44 cm. [±.17 cm.] x 19.66 m. [±.15 m.]). Roll Contains approx. 193.5 sq. ft. [±1.68 sq. ft.] (17.98 sq. m. [±0.16 sq. m.]). 55 mils thick. 2.06 SHINGLE UNDERLAYMENTS DEMX ARCHITECTURE ASPHAULT SHINGLES, UNDERLAYMENT AND RIDGE VENT FAYETTEVILLE, AR 07 13 13 - 4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS A. TAMKO@ No. 15 ASTM: No. 15 asphalt saturated non -perforated, organic felt. UL Classified in accordance with ASTM D226, Type I. UL Classified as a Prepared Roofing Accessory and Florida Building Code approved. a. 4.08 Square Roll — Roll Coverage when applied according to instructions approx. 408 sq. ft. [±4.41 sq. ft.] (37.9 sq. m. [±0.41 sq. m.]), Roll Dimensions are 36" X 144' (.91 m. x 43.89 m.). Roll Contains approx. 432.00 sq. ft. [±4.49 sq. ft.] (40.13 sq. m. [±0.42 sq. m.]). 2.07 ROOFING CEMENTS A. TAM -PRO@ SIBS Flashing Cements have been tested by an independent laboratory for compliance with ASTM D 4586, Type I. B. TAMKO@ Tam -Seal@ Roof Patch Sealant has been tested by an independent laboratory for compliance with ASTM D 4586, Type I. C. TAM -PRO@ Plastic Roof Cements have been tested by an independent I o or compliance with ASTM D 4586, Type I. D. TAMKO@ Plastic Roof Cements have been tes by an independent lab ry for compliance with ASTM D 4586, Type I. 2.08 ATTIC VENTILATION 0 A. RIDGE VENTS 1. TAMKO@ Xtractor Vent@ rbo Con ous idge Vent Li weight, rolled injection molded polypro n hingle-or r *dg ventilation junction with eave/soffit ventilation Pr s . inch N t en ilation Area per linear foot (0.3 sq. Each p o tains 25 li (7.6 m.) of vent. Nail - gun installed. 2.09 NAILS A. Standard round z c ated r minu i 2 'e, smooth, barbed or deformed shank, with ch (9mm) inch 11 m n diameter. Length must be sufficient to penetrate i s oodNast 3 4 inch ( m) through roof deck by at least 1/8 inch (3.18mm). . � 2.10 METAL FLASHING A. 24 gauge hot -dip k%tnCVistIeel sheet, ying with ASTMA653/A653M, G90/Z275. B. 0.032-inch (0.8minum she omp ing with ASTM B209. PART III -EXECUTION 3.01 EXAMI ATIO A. Exa ine ubstra , an conditions, with installer present for compliance with requir ents for i talla n tolerances and other conditions affecting performance. 1. Examine ro eathing to verify the sheathing joints are supported by framing and blocking or metal clips and that installation is within flatness tolerances. 2. Verify that the substrate is dry, sound, clean, smooth, sloped for drainage, and completely anchored, and that provision has been made for flashings and penetrations through asphalt shingles. B. Proceed with installation only after unsatisfactory conditions have been corrected and roof deck has been properly prepared. C. If roof deck preparation is the responsibility of another installer, notify the architect or building owner of unsatisfactory preparation before proceeding. DEMX ARCHITECTURE ASPHAULT SHINGLES, UNDERLAYMENT AND RIDGE VENT FAYETTEVILLE, AR 07 13 13 - 5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.02 PREPARATION 3.03 3.04 A. Remove all existing roofing down to the roof deck. B. Verify that the deck is dry, sound, clean and smooth. It shall be free of any depressions, waves, and projections. Cover with sheet metal, all holes over 1 inch (25mm) in diameter, cracks over 1/2 inch (12mm) in width, loose knots and excessively resinous areas. C. Replace damaged deck with new materials. D. Clean deck surfaces thoroughly prior to installation of eaves membrane and shingle underlayment. PREPARATION A. Clean deck surfaces thoroughly prior to installation of eaves membrane and shingle underlayment. B. At areas that receive eaves membrane, fill knotholes and cracks with latex C. Install crickets on the upslope side of all chimneys in the north, any i ey ider than 24" (610mm), and on all roofs steeper than 6/12. INSTALLATION OF TAMKO@ UNDERLAYMENTS 40 0 A. General: 1. Install using methods recommen ed b the maTinsions in accor with local building codes. When local a s pplic ion are the more stringent requirements shal cedence. B. Eaves: 1. Install eaves edge me g tig t boar s, inches (51 mm) and seal with plas ' e t or hi - �rethane nail at the top of the flange. P1 do* C A In the north, Ill" Moisture Guar Valleys: 1. Install vE Lap ends 6 2. Where vall( Moistur flashin . edge Hips and E. Ro ►9 4. iV a0W slopes) install TAMKO@ anderlayment up the slope from inches (610 mm) beyond the ) and bond. inches wide and centered on the valley. &valleys", install metal flashing over TAMK0@ derlayment is installed, DO NOT nail through the ailing at 18 inches (457 mm) on center just beyond s hold down the edge. Guard@, TW Metal & Tile Underlayment, or TW Underlayment le vents are to be installed, position the TAMK0O TW Metal & Jnderlayment so that the ridge slots will not be covered. Install one M"Ptf TAMKO@ underlayment over the entire area not covered by TAMK0@ Moisture Guard@, TW Metal & Tile Underlayment, or TW Underlayment at the eaves or valley. Install sheets horizontally so water sheds and nail in place. On roofs sloped at more than 4:12, lap horizontal edges at least 2 inches (51 mm) and at least 2 inches (51 mm) over eaves membrane. On roofs sloped between 2:12 and 4:12, lap horizontal edges at least 19 inches (482 mm) and at least 19 inches (482mm) over eaves membrane. Lap ends at least 4 inches (102 mm). Stagger end laps of each layer at least 36 inches (914 mm). Lap TAMKO@ underlayment over TAMK0O Moisture Guard@ or TW Metal & Tile Underlayment in valley at least 6 inches (152mm). DEMX ARCHITECTURE ASPHAULT SHINGLES, UNDERLAYMENT AND RIDGE VENT FAYETTEVILLE, AR 07 13 13 - 6 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS F. Synthetic Guard" Underlayment or Synthetic" Guard Plus Underlayment Application. 1. Install in accordance with TAMKO's instructions and local building codes. When local codes and application instructions are in conflict, the more stringent requirements shall take precedence. 2. Synthetic Guard- Underlayment or Synthetic'" Guard Plus Underlayment shall be installed over a clean, dry deck. 3. Install TAMKO@ Moisture Guard@, TW Metal & Tile Underlayment or TW Underlayment at eaves, rakes, skylights, dormers and other vulnerable leak areas. Install TAMK06 Moisture Guard@ or TW Metal & Tile Underlayment in valleys. 4. Lay Synthetic Guard" Underlayment or Synthetic" Guard Plus Underlayment over deck and overlap 3" (76mm) at side laps and 6" (152mm) at end laps. 5. Follow the nail pattern as marked on the synthetic underlayment. Fasten at the fastener locations marked for all applications as solid circles. Faste n vertical and horizontal laps must be spaced 8" (203 mm) o.c. for or 12" (3 0. . for Synthetic. 6. For high wind applications follow the nail pattern as mar Underlayment. Fasten at the fastener locations mark for all applications as I circles and fasten at the additional nail locations that r rked a��tA circles for high wind application. Fasteners on vertical and orizontahX0 be spaced (4" (102 mm) o.c. for high wind areas). 7. For slopes less than 4:12, u p1icati in of S tic Guar layment or Synthetic'" Guard Plus Und t is requi S complet R thetic Guard" Underlayment or Syntheti '" and Plus; e yment in structions at www.tamko.com. G. Penetrations: 1. Vent pipes: Install nch (610 mm re piece membrane lapping over roof deck and seal tigh& to pipe. 2. Vertical wa I eave m e exten 6 inches (152mm) up the wall and 12 in es m) a of surf e. L e membrane over the roof deck and 3. Skyli oof h es: I stall ea me rane from under the built-in counter flashin and 12 i ee 05mm, o t he roof surface lapping over roof deck underlayment. 4. Chimney411nl es me a �nd entire chimney extending at least 6 inches (152mm Iand 12inc s 5mm) on to the roof surface. Lap the membrane overthek underlaent. 5. Rake stall %e`aA� ge flashing over eaves membrane and roof deck un ent, set tigh o r boards, lap joints at least 2 inches (51 mm) and seal with p sti ement, th nails. 3.05 INSTAL TI OF T R SHINGLES A. Gener . 1. Install in a 'Once with TAMKO's application instructions and local building codes. When local codes and application instructions are in conflict, the more stringent requirements shall take precedence. 2. Refer to application instructions for the selected starter strip shingles. B. Placement and Nailing: 1. For maximum wind resistance along rakes & eaves, install any TAMK0O starter strip containing sealant or cement shingles to underlayment and each other in a 4" (102mm) width of TAM-PR0O SIBS Flashing Cement, TAMKO@ Tam -Seal@ Roof Patch Sealant, or TAMK0O or TAM-PR0@ Plastic Roof Cement. 2. Place starter strip shingles 1 /4" - 3/4" (6 - 19mm) over eave and rake edges to provide drip edge. DEMX ARCHITECTURE ASPHAULT SHINGLES, UNDERLAYMENT AND RIDGE VENT FAYETTEVILLE, AR 07 13 13 - 7 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 3.06 3.07 3. Nail approximately 1-1/2" - 3" (38 - 76mm) above the butt edge of the shingle. 4. Rake starter course should overlap eave edge starter strip at least 3" (76mm). INSTALLATION OF TAMKO SHINGLES A. General: 1. Install in accordance with TAMKO's application instructions and local building codes. When local codes and application instructions are in conflict, the more stringent requirements shall take precedence. 2. Minimize breakage of shingles by avoiding dropping bundles on edge, by separating shingles carefully (not by "breaking" over ridge or bundles), and by taking extra precautions in temperatures below 40 degrees F (4.44 degrees C). 3. Handle carefully in hot weather to avoid scuffing the surfacing, or damaging the shingle edges. O B. Placement and Nailing: ***Note: Tear Off or New Construction- 1 . Secure with nails per shingle per TAM application instructio local codes. When local codes and application instruction onflict, stringent requirements shall take precedence. 2. Placement of nails varies base on t type f i specified onsult the application instructions for � d shin le for d S. 3. Nails must be driven flush ingle sur not o;0t nder drive the nails. • 4. Shingle offset varies the ty f spec ie . e application instructions for the ie shingl il?;. C. Valleys 1. Install valleys "closed G<valley method: a. Ru i course es from roof slope across the valley at I st hes ( ). 2 ceeding cc a of shingles m the lower roof slope across the valley t a 12 in I s (30 mm) an it no loser than 6 inches (152mm) to center of valley. • c. Run shig4 r the u rpe into the valley and trim 2 inches (51 mm) from If er line. ` INSTALLATION OF ANTILATI A. General 1. Ve n ust meet%r ex d current F.H.A., H.U.D. and local code requirements. C 2 Ir1jTWridgeveN t entire length of ridges: C continCuugh the sheathing, stopping 6 inches (152mm) from each nd of the dge. 3. On roofs wi ridge board, make a slot 1 inch (25mm) wide, on either side of the peak (2 inch (51 mm) overall). 4. On roofs with ridge board, make two slots 1-3/4 inches (44.5mm) wide, one on each side of the peak (31/2 inch (89mm) overall). 5. Install ridge vent material along the full length of the ridge, including uncut areas. 6. Butt ends of ridge vent material and join using roofing cement. 7. Install eaves vents in sufficient quantity to equal or exceed the ridge vent area. Roof and Gable Louvers: 1. Cut vent hole through sheathing as specified by the manufacturer for the type of vent to be installed. DEMX ARCHITECTURE ASPHAULT SHINGLES, UNDERLAYMENT AND RIDGE VENT FAYETTEVILLE, AR 07 13 13 - 8 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 2. Install a 24 inch (610mm) square of Moisture Guard@ or TW Metal & Tile Underlayment, centered around the hole for roof louvers 3. Install according to manufacturer's instructions for flashing vent penetrations 4. Install eave vents in sufficient quantity to equal or exceed the exhaust vent area, calculated as specified by manufacturer. D. Solar Powered Ventilators: 1. Cut vent hole through sheathing as specified by the manufacturer for the type of vent to be installed. 2. On rooftop applications, install a 36 inches (914mm) square of Moisture Guard@ or TW Metal & Tile Underlayment, centered around the hole 3. Install according to manufacturer's instructions for flashing vent penetrations 4. Install eave vents in sufficient quantity to equal or exceed the exhaust vent area, calculated as specified by manufacturer E. Whole House Fans 1. Install at desired locations in ceiling below attic space per m recommended location and application instructions. 3.08 PROTECTION A. Protect installed products from foot traffic until c pletion r ct. B. Any roof areas that are not completed bythe a of the are to b cted from moisture and contaminants. END OF SECTION O G COO O G O . DEMX ARCHITECTURE ASPHAULT SHINGLES, UNDERLAYMENT AND RIDGE VENT FAYETTEVILLE, AR 07 13 13 - 9 RESTROOM RENOVATIONS AND MODIFICATIONS FOR: FAYETTEVILLE PARKS & REC. 1455 S HAPPY HOLLOW RD, FAYETTEVILLE, AR 72701 VIC] MIN MAP �GIJLILEV PARK LAIE FIYE—Lll PARK PERMITS &APPLICABLE CODES A.— -1. ArErrw..4w Fart Pnwnlon Dom. GRAL NOTES Tl— "'S" LA-1.1 mM YY A - All ,.dA.g Dune A RA I—w- -I.A u. A-0, A, 1­1 P., A 1-F-I.- R.- Al 0-,- R,, I VICAWTV MAP - VETERANS PAN MINM MAP m LEM PAPA INERBY CERTIFY THAT THESE PLANS AND S-1—TRUNS HAVE PFFN RBFPARFO BY W ORUNDERW SHIERVISPOI, PWRIFP LfRIKY TNAi iU MF PfSi OF I.ry KNfNA FO.F THISiPLANSAND SPECIFIC 10% ARE AS MIDDEED BY —AND IN OOAVI IANCU N TN MF ARKANSAS FIFE PREVENTION CODE FUR ME S TA If Of ABLARSAS EC1I EDITION, 8 IINFIETINDID1 P— .11I-- .11 —AAR.H.1— CONUTTS ne SENT "A I VICINITY IMP WALKER PARK AIATUFRIAL LIFIRMI. w oa BID SET LIAM O OEYEO IRITH: OEWLMN GIAN -GUIYV HK GEKEMIKOTES r:-IIININHI.IN-GI—PKHK O nYEN NS,a: uEw vux-,uurvnRK DOOR WNpIF I I I a H..rcwLl II NMTN ELEVATION - GULLY PAN _ - _ _ II111111111I I II II11111I I11!_ �,` _ ,n_wnLL-� T ( - - - III \\ �on•.o- V ww u.wu.o EASTELEYATNNT-GULLY PARS \ ---------- nr LJ T;w.L I SOUTH ELEVATION - GULLY PARK — — — — — —� — —on—s — I WEST ELEYATNIN - GULLY PAN � 2 1111011. ERAW TIMBI G d E 000 w 0 0-a &41 Ito o EO/NOCINpIE � •' L © � B ' . 'YNLL LINRON RARNFCIEOIRE-11ULLE1' PAN ML ww pnufMhemrFl N'rtR Vllow #4uK, FAN OCNFdAE �eREKROBOR9rr M --_ _ - OENOLIOMPUN-BULLY PRRR A, b' a-o NOTE: ALL ITEMS SHOWN HALFTONE (GRAY LINES) ARE DUSTING Oy (O • 0 Li Po- 10 0 - 1 0- q o~I q �.- �.,. I I I •r.'� i r �i I � I WI ---------------0-_._........._...........[. I I l c e 1 NEW PLAN - GULLY PAN 1 1 1 'I ti 1 1 U NW w mod ) p` o 0 V z Z o� H lL Q J U J LL p a t- fW ~ W ZJ LLQ ZJ o> r >0 W` z r Z = 0�_ LLI rn � Ir LL. P1RK BID SET 19I2W2929 91119 ------------------------------------------------------ ---------------------------------- ------ �� � wm4'� - - ---------------------------------------- =12 M fRUMY WALLSASE DETAt 1�77 1 Q EAL- -I- - REFLECTED CEILING PLAY - ----- -------------------------- - MOTE. ALL SHOWN HALFTONE (GRAY ARE DUSTING �m ROOF FRAWNG PLAN - GULLEY PARK CK -9 < LFAEItl a Cl p .no .. o 11 M IAKF 1AYFFIF4R1E PANT( KfRMI KOlE4'. �EBGLBP.IN %AN-IAKF iAYFTIEI'li 1 © NYFOMM:NFW'PIA�Y-IAKEFAKI1FVLtF PARK DaoR alNauF ..� .,,r ��=• 111 WRRL fKINF,rm - f11ONN:NEdAf .0 ' B EKP� InFWP,. KNtl0WRK1®IILF LtlMfpIIRE FKNFWLF iNRCNFpRF NORM ELEVATION - LAKE FAYETIEYILLF PARR MSTELEVATION - LAKE FAMMLLE PARR SOUTH ELEVATION - LAKE FAYETIMLLE PARK WEST ELEVATIDII - LAKE FAYETIEVILLE PARK " NOTE: ALL ITEMS SHOWN HALFTONE (GRAY LINES) ARE FASTING q o' o o o �o o- o--r�®la --o lOtll 0--- Ku. �a '� moo° Y amp a q a DENDLITNN PLAN - LAKE FAYETTIMLE PARK q a 0­7N Lo w_fo ,A: a boK 0 o- o -o 0 NWBI[Y I a NEW PLAN -LAKE FAYETTEVILLE PARK 1 LI 9 1 1 9 1 1 `I 1 I, 5X W w [L' 0 o N N o L Q� w U _J LL_ 0 O I- C, LLI LL aJ LL o f 2> QOw o ZH o x X�>_ LJJlIL i o>_ _ �Q fA '� 1 LU aLL LAKE fAYETTEVILLE P1RK 21tl BID SET PFIIWIPIO 51119 --L • rn �m • s y — m r _ All j ii r Irn 2 JtRESTROOM RENOVATIONS AND MODIFICATIONS FOR: - FAYETTEVILLE PARKS & REC. 0=111111111 x : 1455 S HAPPY HOLLOW RD, FAYETTEVILLE, AR 72701 n f8 o? _ l r 'e3 D r-M X ARCHITECTURE s J s ----------------------------------------------------- -r1- LEGEND l� 1 — - — - — -- -- — j/ I O rzr[G NGrtr GEMGutmxvuu.RNrFR..-. I ', � w ..,au«.wnR "l - Irs.v GENERAL Mn.:GEMGLREM R AN-FMUR PARK I WEST ELEVATION • FINGER PARK NORTH ELEVATION FINGER PARK I I w, ca,r,. eww ka, I I O CFY[G MGiFf: NFW PLAN•[MNFR RARx I ,mir.vvw,. I ,...,o —- _— - _—_—+_—_—_— A_ I om is ®INE. v..F.mrx.rcucurx .Rm, rw m UST ELEVATION n FINGER FMGER' ARE SOUTH ELEVATION FINGER PARK I I wiz n : _ NOTE: ALL ITENIS SHOWN HALFTONE (GRAY LINES, GGGR L FMYF TrPFt ARE EXISTING I °,d oP a Imo=o a `0 _a { I I PAIFN It REINKE '@ 000 ruNeNrn -'-O 000 �I 00 LD � -_O sN ° _- INNrt FR,R[AEREINIE (� ' ° A Q /•�� �� =J^^ � Q I n wwR.�Em `�, FU ACNFWRE`c� BE NOLITNIN PLAN -FINGER PARE /(1 NEW PUN-FINGERPARC rT\ W LEGEND p .uP O aor O {ETFO pIF{: CFMOLI11uN NUN-WAI KEN �ARx 6FMFRAL IMIF{: OEMOIIInN PUN�WEKFA PAFnn � O {ETEB..S:nx PLAN WM KFR PARK 00011 {CIEDUE ANN,> WDR A EMLE mFs 0 EKYN6NFNILf -_- wKnDWxxuNE — LnxrPNTRE ecINauE fYCNFDIKt M 1 N 1 EAST ELEVATION -WALKER PARK IV NORTH ELEVATION -WALKER PARK rr- tK��°Aww WEST ELEVATION -WALKER PARR NOTE: ALL ITEMS SHOWN SOUTH ELEVATION - WALKER PARK HALFTONE IGRAY ONES) ARE allSTING O b O o -0 d ,-0 o �b off,'moo b to p/ Di O O O ! Oti �� Ku m O— —O 000 °" ooO K0�{0 o' tl Kam. � J tl l � IO 0 I�KO - ITO —O \ O - _ - v, Y a DEMOLITIONPLAN WAEKERPARK K NEW PLAN -WALKER PARK K /r Xt W BID SET 51119 -------------------------------------------------------- ---------------------------------------------- A I I IFI i I w- sr — -- ------- ---- I ,N..•a.,�.Po, � K ------------------ / } C. 1�¢ u n I w �mr per«.nP�Aol I 0 00 I I 0 0 00 O aR:... wr �- I i I I i I WALKER PARK ENUPGEC SITE PI AV \ �� r _ —� I • JI 0 ---- --- --. fMIAPRFD9NFPUNGENENI NDRi EADENMAWISEDIMFYf LDN1Ml NDR.{—'--"'- -------- � - 0 0.0� -_- ... •---------------- - ---- I ! I I m.>..+n.en.s.•gw1.7.o. nor. wAr+AW �..nP.s.Wn I O �T I—T Ar B' D.C. .�.�,i.a. w.w.r ..wwi. •Wa.vw DRP TINE w.uiy Mew~wy�eF we•�.. w.1�, w.A ! e PLAN +rirro ,~.wiw�.iwi.."i wwis�+wiww SINGLE TREE DRIP UNE CRANDE SAPEtt P INMI USE LP RE5 ro SEa1RE--'}(y-�.,1y /''�-- y FENCE ro T-Post'.`'�/ J S dTAKRM: A' WVMT 2 .%J r-Pasr r e' o.D WAK r.o..:..•.�'w: ���` ws�wl'e.,i i WA I I I aNTICAL RWT zaNE ..P.nw.Nr P...�u.... o...... �.. .e......,... r+••... 1 rom PER 1 INCN TRUWc DIAI[:TER I THEE PRESERVATION FENCING DETAIL 8 NOTES WALKER BARN dflF PLAN r-T I I 11 1 1 1 1 II 1 1 1 1 1 1 1 1 1 aI W w �06 zf oNo ZY ON ii of Q � J U J LE oar o � w U,' Z _J aLL ZJ d- O` � H OLLu O Z r O 2 0. LLI O� _ to `� C L WLLItN PARII CIIT .� 11:nmm -A I -0 LOI j -0 I Ito 11 ItIT, -7 -0 F� jo 6 Ll j g 1 gF93 RESTROOM RENOVATIONS AND MODIFICATIONS FOR: FAYETTEVILLE PARKS & REC. M X D'E ARCHITECTURE T5) 1455 S HAPPY HOLLOW RD, FAYETTEVILLE, AR 72701 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - - - - - - --- - - --- -- ---- -- ----------- - - --- - - ------- ---- -- - ------------- - T, SEWER TRENCH WATER TRENCH --Iris ---------- . WAMM EC2 A LU w cl) Ui -1 i LL ES 0 LLJ L z _j LL Z 0 >Lu zi-- LU cr MLU 0 0 LLI LL WALKPA OW 07 BOSET 5lu --------------------------------- � - - - - ^ I wv� na:u•r I Ll -------------- 2 I i I I I I I I I I I � I I I I I I - I ~• I , I I I I I I I I I 1 I I I � I J I I I � • I z � i � I I � I � � i I I �. ;a I I I I I I I I I I � I I , I i , I I I I I L I I � i I I — I I ------------------ lit _ hi I I � I f I � � NTT - I' r9� m m RESTROOM RENOVATIONS AND MODIFICATIONS FOR: — FAYETTEVILLE PARKS & REC. ��//��V D C I V I /\ ARCHITECTURE N m ? 1455 S HAPPY HOLLOW RD, FAYETTEVILLE, AR 72701 s•�+� • E E�«E. a •n* �• ;:' I USEMR'.lFVA1 PARS i%'dlFdlplP?8ldbb axon �c oiw[m� l-RAI NDm: I ENl PARR KEWD Mohr REA0 NFN Il—PUN-1E PARS MARCRIFWLE_L—PMR_ MR. FRANK W R'L i IMMi iU1M ECNfOULE LfYN PARE FAN IGIEOLRE IEKM RARA 1-1E10PM1 SCMEWLF LI MPMR 1� i M iASf,N BFTAR-LENT PARK xuAo ii J E F um� rn e RiAlew�sfclum %], I W f.ABi F NNI IyF tAY -1 FVlSyARI( HATE: ALL ITEMS SHOWN HALFTONE (GRAY LINES) ARE DOPING r u O 1L Ri t _� 4 � a F aa•.a. r vx xuwEx+m taNa ne �. iRv. ws.Mxrw.ra.e �'D.SU EAST ELEVATION -LEKAS PARK SOUTH ELEVATION - LEWIS PARS Nw rm ux.rova iwB9e -- '� / oMxnw,..w,�n ,w.wm rms. ��<<.axnn nrw rw u..in. �. s'lAR -Rn. R- WES7 ELEVATON -LEWIS PARK NORTH ELEVA710M - LEWIS PARK DEMO . NEW FLOOR PLAN - LEWM PAIOF J y X W p o z p_ w Q J U J LLI oa p � 2W w Z _ LL -0 F- 3 QoW o 2 p 2 f W a - 0 x LLJ w � L" BI[) 5ET 09/2U2020 51119 � \ q § }i' % !| [! # .!, Ai (() §!! || I 1; 0� !; 4� ® - >> »> >A>>> ;|; |!> !|, d� � |! oll RQ&o RENOVATIONS AND moF�q,mSFOR: 4 \ iFA�E��E�|��E ��R�S REC. �CMka mTu\ / ONE& I,asHAPPY HOLLOW p 9#rv� mie , Bid 20-80, Addendum 1 Date: Friday October 09, 2020 To: All Prospective Vendors From: Adonis Bwashi-479.575.8258—abwashi@fayetteville-ar.gov RE: Bid 20-83, Construction — Park Restroom Renovations CITY OF FAYETTEVILLE 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 of the Bm. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. w �V 1. The architects Addendum No. 1 is attached. O 2. The Bonfire bid form has been revised to i t prici g line s (unit lshall be used for change orders, as such quantities are 0 and be incl in alculation f t total based bid, but may be used in evaluation of bid submitt 3. #2 Hem Fir and #2 Yellow Pine are a e substitut f #2 Doug 4. The City held a non-mandato - d me ti esda r 29, 2020. The sign -in sheet from that meeting is attache G o. City of Fayetteville, AR Bid 20 80, Addendum 1 Page 111 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 October 5, 2020 Project: City of Fayetteville, Arkansas Parks Restroom Renovations and Modifications Architect: DEMX architecture 104 N East Ave. Fayetteville, AR 72701 DcMX Addendum No. 1 All bidders shall take note of the following revisions and/or additions to the plans and/or specifications for the above referenced project and adjust their bids accordingly. These revisions and/or corrections are her ade part of said documents as if included therein. City of Fayetteville Document Revisions: l 1. Bid form revised to include unit cost. See revised bid form Bonfire. O Drawing Revisions: 2. 1 a1.1 - Replace with attached sheet 1.1 a1.1 ` a. Revised key notes for demolitio new plan` 3. 1 a1.2 - Replace with attached sheet " - 1" a. Added typical steel toilet a elevation an t 4. 2a1.1 - Replace with attache 1.1 - R1' a. Revised key notes lition pi n �� plan. b. Key notes remo d moliti IN ar♦I new pl c. Revised w. ule 5. 3a1.1 - Replace wit ac a sheet"NOU10-n R1" a. Revised key tes for dem and n*,a n. 6. 4a1.1 - Replace with attached .1 - R a. Revised keynotes f ion Ian Ian. P b. Revised windo du 7. 6a5.1 -Replace withh heet "645.1(:�Y Specifications Revis n 1. ReplaceC )edwareas sectio i attached "01 50 00 Temporary Facilities and Controls R1a.00d a sec endr g option. b. feren ng City of Marshall to read City of Fayetteville in 2 locations Substitution Request: 1. 1/2" Zip System Sheathing and Zip System Flashing Tape by Huber Engineered Woods is acceptable in lieu of Advantech sheathing and Tyvek. 2. #2 Grade wood is acceptable for the exposed pressure treated fascia's and columns in lieu of #1 grade boards as described in spec section 061000, 2.3.A.2. Boards with bark edges will not be acceptable or approved for use where board is exposed. Questions & Clarifications: 104 N. East Ave, Fayetteville, Arkansas 72701 p 479.966.4871 info@demxarch.com October 5.2020 DGMX 1. Q. There is a requirement for the exposed treated boards that are going to be painted to have a 15% moisture content or less which suggests kiln dried after treatment. This is not a common material and might not be available in such small quantities. Is there another commonly available material that would be acceptable? A. In lieu of using kiln dried pressure treated wood to meet moisture content requirements it is acceptable to allow pressure treated wood to naturally dry for 60-90 days. Once required drying time is meet a moisture content reading shall be taken and submitted to the architect for review and approval prior to priming and painting the exposed pressure treated wood. 2. Q. At Lewis Park for the custom steel shutters. Each shutter will weigh approximately 150lbs. We have concerns about the blocking. We propose to add 4 x 4 metal square tubing for the blocking. A. The structural engineer has analyzed connections at window/shutter jambs and confirmed they are adequate as designed. Simpson Strong -Tie clips have been added to the top and bottom of the jambs for additional support. See drawing revision list, #6 above for more information. 3 4 5 6 Q. Is construction fencing required? A. Yes, A unit cost for construction fencing had been added to the Bid form for 6'Hx12' h link fence panels. Final construction fencing layout will be determined with Owner and Archite pr ct is awarded. reference spec section 0150000,2.1.A for fence specifics. Q. Is sod required? ' A. No sod is not required but seed and straw will be requir disturbe ar Q. Is a SWPPP required? A. No SWPPP required. Q. Where are the unit cost located in the bid f A. Unit costs have been added to bid form. e C of Fayett*vill Do ment Revisi End of Addendum No. 1 Date of Addendum No. 1: Oct er 0 G O G O . 104 N. East Ave, Fayetteville, Arkansas 72701 p 479.966.4871 info@demxarch.com O KEYED NOTES: GEMi MM PUN - GUI Y PANK DEISM WEEK'C—LIIKIN PI AN 1,11;Y PANK O KETF➢WTEE NEW YtAN •ftfl,LY PARII ONON $M*DU,E S Y Now a NNANN TYPFa 5 � �NNO�m©®�Ol-�i7E ©NNN� m�0G1� 1 �J I I LJ I-_,f-- I I —.—.—I I I I Ij l.rtwo— MTN ELEVATION -GULLY PARK .wrt4 .P jll L I -_ — EAST ELEVATION• GULLY PARK — — — — — — — — — — EA WAIT I r¢.rw I SOUTH ELEVATION • GULLY PARE �.- - _ - _ _ _ _ - -�� WEST ELEVATION - GULLY PARK OENOIITION PLAN - GULLY PARK NOTE: ALL ITEMS SHOWN HALFTONE (GRAY LINES) ARE BUSTING QX � � I;; JO "O o K O- 0- --O 0N 0 -o 0 - - - - --„ I I I , ------------------------------ NEW PUN - GULLY PAU -4 U NW w O ca O c LL z oWH 111 LL J LL w O F �W w aJLL zJ o> 3 ~ o >W z = LL,� a MLu 0x Q(A GWL:Y PARK ROser wxa:Rxo sE E,S f ------------ ------------------------------------ - I I I ...m��..... - I tom-e• �► 5 MWDGE DETML cwrrrtwui I I . oeww r..a ww. ,..mwwx mur (—� -- �>•T M+E DELAgS I- II 1—u.ww a I .m..•a zo.swu �,. �. Ww ___ _ I ' I .aBsuwwP x.0 ux....n mini I I ( +,MBFAM iU F1051FIG WALI DfLRk �MCd IAq iO BFAM OfTAI I I_ — — — — — — — — — — — — — — ` _ _ a I — u.r r«Ww. r,cn..ru.�nsw I e ,E 51EEl-11 Ilk I-FIFVA RDN ( . TiW F00MYWMlI RA.Cf fFiyl L1 `TYP Ctl IBMfM11VC pFTAL • " �• I n v •✓V, ✓1 ✓L _A _A _A _A — — — — — — — — — — —————— — — — — — — NOTE: ALL ITEMS SHOWN HALFTONE (GRAY LINES) ARE EXISTING ROOF FRAMING FLAN -GULLFV FILNE ins REFLECTED CUING FLAN - GULLEY � s F W w LY Cl) o LL r cn z ON a F— LL Q J LU LL_ H- F w LL J LL a zJ ir O> 3: aoW o zCL x oin � _ in Q Fn W LL B 0 RET 0913013020 51t,9 0 KEYEYYATEA:YEMYLIMAPIAN-IAKF FAYTT LE PANK O O �vr..�.z rc.x wu _-4wrtc1 W,i NOTM ELEVAMYM - LAKE FAYETITME PARK EAST ELEVATION - LAKE FAYETTEVILLE PAN l rim -------- - - - SOUTH ELEVATION- LAKE FAYETTEVILLE PARR WESTELEVATI0N LAKE FAYETTEVILLE PARR MOTE: ALL ITEMS SHOWN HALFTONE )GRAY LINES) ARE EMS TING T O- O--Vlffl� --O LoE O - — Vtv l 000 OO O �°" O.. •O @_ O 000 00 a OEMOLITME PLAN • LAKE FAYETTMLE PAM HYFYMEYLL[ - q b � o %00 O uwL LL_ --- - - - - -- NEW PLM • LAKE FAYETiEYIIIF MR[ LLI w LAKE FAME "E PARK 21tl I I — �' I w.eorz rze rr r.rM... 0 AM WTEA:OEx 90. 'IA. .A PARK I I I I .... r.o.,wa. I rom BEMMI W IEF: DfwblIllDN M AN - FINfiR PARK I I xxrw. I I 0 EEYED WIFE: NEW PUN -IN —PARK I I I � od, roPrz I I .wrr,.�rx..rn.w� wr I DOOR fgEINIIE I I M�r.r I I ODOR L iM W ttPFE ®v KM=3 azMARM ____- ---- ___- ____- l� II air x<os I i III vaho..wvo yr r WEST ELEVATION - FINGER PARR NORTH ELEVATION • FINGER PARE �wk :rrotxiq �_� _ II II L_:l Li I vurrzc _ - - - _ - _I _ - - _ -. - - EAST FLE0MN - FINGER PARK _ NOTE: ALL ITEMS SHOWN HALFTONE (GRAY LINES) ARE EIISTING / ♦1 �� � rM�xD r�.ry n SOUTH ELEVATION ELEVATION -FINGER PARE 0v b �7f �� d o b o'' o-, 0, 0� f.0 0= `o -0= o Li o 000 000 0 MA (-)-����-��'..7II � ��1���.-. ®, 0--+ 00 GIW 'f �-. 00 p—ql Q pr cll � i ads,d i I � q 0 U Nol a DEMOLITION PLAN - FINGER PARR NEW PLAN - FINGER PARR co sue ,m-o- �M Lu + w Ir06 0,^ o LL v/ r N ZY n 0 Q � Lli a LL J J^ LL oa ui Lu w o > aJ LL of �. Q> o OWO ` J Z r CL W = 0x In of 3�t1 8FC SET ­3130 91119 lfBflp O •arA rAa O EEYEO MOIFi: CENbIIiNIN PIAN-WAI KEP PpPK s i4a MnNw.Amm rwn OENEML WEI, pENgLIRON PLAN- NAIKEP PAPK O iFYN1YiEi: KEvftAN-WAI KGP PAPF uttrrr. x�Aii ODOR ECXFOLLF - OOWA A iMIN NPfE R o�P��fw� K,••K a ` n EAST ELEVATION - WALKER PARK IF[ MORTN ELEVATION-VMLKER PARK my ssnlnr. ----{ _ •..�` ru n rsus. FwnP - ' 'I S .uvw SIX` WEST ELEVATION WALKER PARK NgTE:ALLITEMS SHOWN 6WTX ELEVATION -WALKER PARK a HALETONEIGRAY LINES] ARE EKISTING o . -'-a bid ova o o o d GN fd I, I� N"" 0-1 -o 00o 000 o Op O�.y�., GUKuw�' '_0 00 ' . 010-�I„`-O p� mm INiXTERIIIF iOXEOLLE OFEOLIIIOM PUN -WALKER PARK MEW PLAN - WALEER PAW( RYIEiml ' Q `_J xui met ru WPN!INl�Iil WRIT NLC CF IAY,y .ivuwxn .n.rtww .WrzP�w _. _. wrxr.�..srwox- -_O MhY1 IR W w otZ � o 0 N zY " o� a w U J J LL 0 H r W W ?J < zJ ao W o Z�—LU o x LLI a CL o>- _ rn InQ In � �L LEW19 P4flR e DID 9ET mlzaz9za 91119 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other B. Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related Sections: 1. Division 1 Section "Summary" for limitations on work restrictions and utility interruptions. 2. Division 2 Section "Dewatering" for disposal of groundwater at Project site. 1.3 USE CHARGES A. General: Installation and rem use charges for tempora s shall be included in the Contract Sum un ise indicated. B. Sewer Service: Contractor will pay for sewer+ e t ice}' se charge usage by all entities for construction opQfat,S. C. Water Service: Contract I pay for rvice use c or water used by all entities for construction`, 4ations. D. Electric Power Service -,"ton tractor Alf pay or elect ' r service use charges for electricity used ties fo c ion ope 1.4 INFORMATIONAVALS A. Site Plan: pora aciliti s, utility okup , staging areas, and parking areas for construction personnel. B. Erosion- and Sedime�_o ontro a w compliance with requirements of EPA Construction General au r' ing jurisdiction, whichever is more stringent. C. Moisture -Protection an: Describe o dures and controls for protecting materials and construction from water absorption and damage, including delivery, handling, and storage provisions, rovision aterials sdbj(xAAo water absorption or water damage, discarding water - damaged tenals, protocols for mitigating water intrusion into completed Work, and replacing water damaged Work. 1. 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. D. Dust -Control and HVAC-Control Plan: Submit coordination drawing and narrative that indicates the dust -control and HVAC-control measures proposed for use, proposed locations, and proposed time frame for their operation. Identify further options if proposed measures are later determined to be inadequate. Include the following: 1. Locations of dust -control partitions at each phase of the work. 2. HVAC system isolation schematic drawing. 3. Location of proposed air filtration system discharge. 4. Other dust -control measures. 5. Waste management plan. 1.5 QUALITY ASSURANCE DEMX ARCHITECTURE TEMPORARY FACILITIES AND CONTROLS FAYETTEVILLE, AR 01 50 00-1 CITY OF FAYETTEVILLE, ARKANSAS.- PARKS RESTROOM RENOVATIONS AND MODIFICATIONS A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. C. Accessible Temporary Egress: Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines and ICC/ANSI A117.1 if requested by Owner. 1.6 PROJECT CONDITIONS A. 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. PART 2 - PRODUCTS 2.1 MATERIALS 1;r " A. Chain -Link Fencing: Minimum 2-inch (50-m 0.148-incli., „ n) thick, galvanized steel, chain -link fabric fencing; minimum 6 feet (1. m) high %ith1 lvanized pipe posts; minimum or as directed by the eville. e, B. 8 foot (2.4 m) apart REMO v `~ • C. Polyethylene Sheet: Reinforrd, lire-resi , 10 mils minimum thickness, with flame spread ratin or less per A 84. D. Dust Control Adhe ce Walk-ol Mats: Provide imum 36 by 60 inches (914 by 1624 mm). E. Insulation: U ac neral- i�iI ket, ma fa ur from glass, slag wool, or rock wool; wja�e}(um flKme-sand sm -developed indexes of 25 and 50, respectively. 2.2 TEMPORARY FACILITIES A. Field Offices, Gener yricat oZ units with serviceable finishes, temperature B. Storage and ,Fabricsbon Sheds: 1�rovide sheds sized, furnished, and equipped to accommodate` tbrials and equipment for construction operations. 1. Store n Otible materials rt from building. 2.3 EQUIPMENT A. Fire Extinguishers: ♦ e, L rated; with class and extinguishing agent as required by locations and sses i e exposures. B. HVAC Equipment: Unless Owner authorizes use of permanent HVAC system, provide vented, self-contained, liquid -propane -gas or fuel -oil heaters with individual space thermostatic control.. 1. Use of gasoline -burning space heaters, open -flame heaters, or salamander -type heating units is prohibited. 2. Heating Units: Listed and labeled for type of fuel being consumed, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. 3. Permanent HVAC System: If Owner authorizes use of permanent HVAC system for temporary use during construction, provide filter with MERV of 8 at each return air grille in system and remove at end of construction C. Air Filtration Units: HEPA primary and secondary filter -equipped portable units with four - stage filtration. Provide single switch for emergency shutoff. Configure to run continuously. DEMX ARCHITECTURE TEMPORARY FACILITIES AND CONTROLS FAYETTEVILLE, AR 01 50 00-2 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS PART 3 - EXECUTION 3.1 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. 1. Locate facilities to limit site disturbance as specified in Division 1 Section "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. 3.2 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 seryi0%. B. Sewers and Drainage: Provide temporary utilities to remove effluent lawfully. 1. Connect temporary sewers to municipal system as directed by authorities having jurisdiction. C. Water Service: Install water service and distribution piping in sizes and pressures adequate for construction. D. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply w(th requirements Of authorities having jurisdiction for type, number, location, operation and mairitenance'offixtures and fib ilities. E. Heating: Provide temporary heating required byponstruction sCttvities for curing or drying of completed installations or for protecting InsInIled construction from adverse effects of low temperatures or high humidity. Select equipment t4at;will.not have a harmful effect on completed installations or elempntsbeing installed. f ",..0 F. Ventilation and Humidity Control: ",Provide temporary ventilation required by construction activities for curing or drying of `completed installations or for protecting installed construction from adverse effects of high humidity:` Select equipment that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce �rhbler►l condition required and minimize energy consumption. 1. Provide dehumidification systerrtCwhen required to reduce substrate moisture levels to level required to allow installation of application of finishes. G. Electric Power Service: Oonilect rto Owner's existing electric power service. Maintain equipment in a condition acceptable to Owner. H. 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 or underground, unless otherwise indicated. I. 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. 2. Install lighting for Project identification sign. J. Telephone Service: Provide temporary telephone service for use by all construction personnel. 1. At each telephone, post a list of important telephone numbers. a. Police and fire departments. b. Ambulance service. c. Contractor's home office. d. Architect's office. e. Engineers' offices. f. Owner's office. DEMX ARCHITECTURE TEMPORARY FACILITIES AND CONTROLS FAYETTEVILLE, AR 01 50 00-3 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS g. Principal subcontractors' field and home offices. 2. Provide superintendent with cellular telephone or portable two-way radio for use when away from field office. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Provide construction for temporary offices, shops, and sheds located within construction area or within 30 feet (9 m) of building lines that is noncombustible according to ASTM E 136. Comply with NFPA 241. 2. Maintain support 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-jafflts and paved areas within construction limits indicated on Dravviq s. 1. Provide dust -control treatment that ollutin non -tracking. Reapply treatment as required to minimize dust. C. Temporary Use of Permanent Roads ariV Paved Areas L at $imporary �4cfs and paved ¢Y^ areas in same location as perrvgwAt"�`oads an paved as. Con�,t q*,AA'd maintain temporary roads and paved areas*degA for co�ucti � operation8. rxtend temporary roads and paved areas, within o nsbuction limitskindi'bated, as nect$4.ary{tot construction -% operations. r 41- 1. Coordinate elevation a plUmporary r6a. Ad*'paved are I permanent roads and paved areas.- �, 1 2. Prepare subgrade and Install subbase and base fo[4oweary roads and paved areas according to AivWiQ4 2 Section,�Earl%work ' � 3. Recondition b4e `,•after temporary use, ir4udffig *fnoving contaminated material, regrad qi,,p bvfrolling, compacting, and testing, 3. Delay irrstaRation of final course of jermaiient hot -mix asphalt pavement until immedik1ely before. 'Substantial Comple IW. Repair hot -mix asphalt base -course pavement before installation of #irial OW@a according to Division 2 Section "Asphalt Paving." D. Traffic Controls: Comply with requiretttepts of authorities having jurisdiction. 1. Protect exf ting site improvements to remain including curbs, pavement, and utilities. 2. Mainta i aWess for fir04igbtiIng equipment and access to fire hydrants. E. Parking; l l(*jde temporaryparkhtg areas for construction personnel. F. Dewatering Facilities acted ..grains: Comply with requirements of authorities having jurisdiWton. Maintafi ed—Site, excavations, and construction free of water. 1. Dispose of_-fa_inwdWr in a lawful manner that will not result in flooding Project or adjoining properties nor endanger permanent Work or temporary facilities. 2. Remove snowentl ice as required to minimize accumulations. G. Project Signs: Provide Project signs as indicated. Unauthorized signs are not permitted. 1. Identification Signs: Provide Project identification signs for the project. 2. Temporary Signs: Provide other signs as indicated and as required to inform public and individuals seeking entrance to Project. a. Provide temporary, directional signs for construction personnel and visitors. 3. Maintain and touchup signs so they are legible at all times. H. Waste Disposal Facilities: Comply with requirements specified in Division 1 Section "Construction Waste Management." 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 Division 1 Section "Execution Requirements" for progress cleaning requirements. DEMX ARCHITECTURE TEMPORARY FACILITIES AND CONTROLS FAYETTEVILLE, AR 01 50 00-4 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS J. Lifts and Hoists: Provide facilities necessary for hoisting materials and personnel. 1. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities. K. Temporary Elevator Use: Use of elevators is not permitted L. Temporary Stairs: Until permanent stairs are available, provide temporary stairs where ladders are not adequate. M. Existing Stair Usage: Use of Owner's existing stairs will be permitted, provided stairs are cleaned and maintained in a condition acceptable to Owner. At Substantial Completion, restore stairs to condition existing before initial use. 1. Provide protective coverings, barriers, devices, signs, or other procedures to protect stairs and to maintain means of egress. If stairs become damaged, restore damaged areas so no evidence remains of correction work. N. 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. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Environmental Protection: Provide protection, operate temporary facilities,_:8nd conduct construction as required to comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other rindesirable effects. 1. Comply with work restrictions specified in Division 1 Section "StoivOty.", ` B. Temporary Erosion and Sedimentation Control Comply with requ{cements of 2003 EPA Construction General Permit or authoritieis,4sVirig jurisdiction,'VOUCM'ever is more stringent and requirements specified it Division 2 Section'Site Clearing." C. Temporary Erosion And}SedimentationControl: Provide treasures to prevent soil erosion and discharge of soil -fearing water runoff and a{*rne-6st to undisturbed areas and to adjacent properties and walkways, according to:` erosion- and sedimentation -control Drawings pr requirements of 2003 EPA ConstrucWn General Permit or authorities having jurisdiction, whichever is more stringent. 1. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross tree -or plant- protection zones. 2. Inspect, repair, andmaintain erosion- and sedimentation -control measures during construction until permanent vegetation has been established. 3. Clean, repair, and restore adjoining properties and roads affected by erosion and sedimentation from the project site during the course of the project. 4. Remove erosion and sedimentation controls and restore and stabilize areas disturbed during temoval. D. �rr)ier Ater Control, Comply with requirements of authorities having jurisdiction. Provide in and aroundexcavations and subgrade construction to prevent flooding by runoff water from heavy rains. E. Tree and Plant Protection: Comply with requirements of City of Fayetteville. 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. Obtain extended warranty for Owner. Perform control operations lawfully, using environmentally safe materials. H. Site Enclosure Fence: Prior to commencing earthwork, furnish and install site enclosure fence in a manner that will prevent people and animals from easily entering site except by entrance gates. DEMX ARCHITECTURE TEMPORARY FACILITIES AND CONTROLS FAYETTEVILLE, AR 01 50 00-5 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS 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 restricting distribution to authorized personnel. Furnish one set of keys to Owner. I. Security Enclosure and Lockup: Install temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. Lock entrances at end of each work day. J. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. K. Temporary Egress: Maintain temporary egress from existing occupied facilities as indicated and as required by authorities having jurisdiction. L. 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 buhdAgexterior. 1. Where heating or cooling is needed and permanent enclosure is.tlot complete, insulate temporary enclosures. M. Temporary Fire Protection: Install and maintain temporary dice-p`t'otection facilities of types needed to protect against reasonably predictable and conttoll2bte fire loss mply with NFPA 241. fi 1. Prohibit smoking in construction areas. 2. Supervise welding operations, combustion -type temporary h and similar sources of fire ignition according to regelneme�ts� f autlnpritpess ''a dig jurisdiction. 3. Develop and superviseYBn overall fire-WeVer;ion and -prof i "11program for personnel at Project site. Revil4Wrteeds with locaN(e departmen€ and establish procedures to be followed. Ins o% personnel in' methods and rFes. Post warnings and information7;. 4. Provide t stand and hoses or ire ection. Hang hoses with a warnR*sign Stating that hoses are for fire-p ection purposes only and are not to be removed. Match hose s[ze with outlet si and equip with suitable nozzles. 3.5 MOISTURE AND MOLD CONTROL A. Contractor's Moisture -Protection PI oid trapping water in finished work. Document visible signs of mold that may appear ring construction. B. Exposed Construction Phase:.before installation of weather barriers, when materials are subject,te ting and exposure and to airborne mold spores, protect as follows: 1.. ,Prateckorous matet4aLs from water damage. 3. Prgfect stored aril installed material from flowing or standing water. 11, K4p porou8`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 Phase: 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 or components, or items with high organic content, into partially enclosed building. 2. Keep interior spaces reasonably clean and protected from water damage. 3. Periodically collect and remove waste containing cellulose or other organic matter. 4. Discard or replace water -damaged material. 5. Do not install material that is wet. 6. Discard, replace or clean stored or installed material that begins to grow mold. 7. Perform work in a sequence that allows any wet materials adequate time to dry before enclosing the material in drywall or other interior finishes. DEMX ARCHITECTURE TEMPORARY FACILITIES AND CONTROLS FAYETTEVILLE, AR 01 50 00-6 CITY OF FAYETTEVILLE, ARKANSAS: PARKS RESTROOM RENOVATIONS AND MODIFICATIONS D. Controlled Construction Phase of Construction: After completing and sealing of the building enclosure but prior to the full operation of permanent HVAC systems, maintain as follows: 1. Control moisture and humidity inside building by maintaining effective dry -in conditions. 2. Use permanent HVAC system to control humidity. Comply with manufacturer's written instructions for temperature, relative humidity, and exposure to water limits. a. Hygroscopic materials that may support mold growth, including wood and gypsum - based products, that become wet during the course of construction and remain wet for 48 hours are considered defective. b. Measure moisture content of materials that have been exposed to moisture during construction operations or after installation. Record daily readings over a forty- eight hour period. Identify materials containing moisture levels higher than allowed. Report findings in writing to Architect. c. Remove materials that can not be completely restored to their manufactured moisture level within 48 hours. 3.6 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To ritnimiZe waste and abuse, limit availability of temporary facilities to essential and intended Vises. B. Maintenance: Maintain facilities in good operating condition until reIMOval.' 1. Maintain operation of temporary enclosure§; "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. Operate Project -identification -sign lighting daily from dusk.00til 12:00 midnight. D. Temporary Facility Changeover: Do riot change over fmrn using temporary security and protection facilities to permanent cili es until Subsntel`Completion. E. Termination and Removal: Remove ach tempolrry facility when need for its service has ended, wheait has been rep4ced by authori2ed use``of a permanent facility, or no later than Substantial 'Completion. COr *ete or,. f necessary, restore permanent construction that may have been delayed because of erkeenee with temporary facility. Repair damaged Work, clean exposed surfaces, and "lace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of Contractor. Owner reserves right totake possession of Project identification signs. 2. Rernove temporary roads and paved areas not intended for or acceptable for ...integration into permanent construction. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 3. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period. Comply with final cleaning requirements specified in Division 1 Section "Closeout Procedures." END OF SECTION DEMX ARCHITECTURE TEMPORARY FACILITIES AND CONTROLS FAYETTEVILLE, AR 01 50 00-7 I City of Fayetteville, Arkansas Attendance Sheet BIID/RFP�/`R�FQ #: Description: �kf)S-i VC�t 6Yl - Jl'fit� R2� �41'� Kzf�Wai"idY15 CITY or Function Pre-B�MeetinBidOpening, Selection Committee Me�e�elting, Interviews RAY IET T E w I L L IN Date:_0 _ /a0i / A= Start Time: = W wRKwaSwS eNNJ City staff e-mail includes "@fayetteville-ar.gov" Name Company Ti 2 haver �RknLti� W-�I, oCanfvw��iv=1 3 '�INhp 4 5 (_LAtAi 10 W 11�<Czlllrs LL h 12 �k G 13 14 15 16 17 18 19 20 Meeting Notes, Decision, Description of Handouts, etc.: Yl,: Email '(71M. s- DW •I�r-li Co ,Cor— yree2l•2AaFPf�I�` Ortrf'6c u A *540ya I(QJ,01a,)ia,,, a,'ka C u v�, fV Bid 20-80, Addendum 2 Date: Monday October 12, 2020 To: All Prospective Vendors CITY OF FAYETTEVILLE r4ff ARKANSAS From: Adonis Bwashi — 479.575.8258 — abwashi@fayetteville-ar.gov RE: Bid 20-83, Construction — Park Restroom Renovations 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 of the BBIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM A 1. Clarification: Substantial Completion —150 Days O Final Completion — 180 days • 2. Taxes paid by the City shall not be include ricin . •� C:j City of Fayetteville, AR Bid 20 80, Addendum 2 Page 111 Telecommunications Device for the Deaf TDD (479)521-1316 113 West Mountain Fayetteville, AR 72701 Contract for Bid 20-80 Appendix B Bid Submittal — Legacy Construction Management, Inc. CITY OF FAYETTEVILLE ARKANSAS 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 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 corcerning 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.) In lieu of a bid bond, the bidder may submit a cashier's check from a bank located in the State of Arkansas for at least five percent (5%) of the amount bid (inclusive of any deductive alternates). Cashiers checks shall be made payable to the City of Fayetteville, AR. [7 All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). All line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. Total base bid should be calculated in the provided space. ETAli pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents All bid documents shall be delivered in a sealed envelope to the address listed below before the stated deadline on the coversheet of the bid. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractor's License Number. City of Fayetteville, AR Purchasing Division — Suite 306 113 W. Mountain Fayetteville, AR 72702 CONTRACTOR NAME: Ze° l p'cy CohS � tv c . u�t /Ncnc �e Mcr-} �wc ARKANSAS CONTRACTORS LICENSE NUMBER: 0 3 "72- 3 9 o 5 2 1 City of Fayettevi!le, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 2 of 23 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 authorization, am duly authorized to certify the information provided herein is accurate and true. 5. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment in addition to all federal, state, and local laws. 6. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain): 7 Bidder will perform the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P — Excavations. & Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. 9. As A bidder on this 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. 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. City of Fayetteville, AR Bid 20-80, Construction — Parks Restroorn Renovations & Modifications Page 5 of 23 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 federa� department or agency. Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM: Co4 ` r'V. "10. -e t-_l1 ` Purchase Order/Payments shall be issued to this name *D/B/A or Corporation Name *BUSINESS ADDRESS: .3-733 Uj A c,'k- cr-ct(G *CITY: P� e_4'+e u• ! t *STATE: A (� *ZIP: -7Z70 *PHONE: `1 _77 - E I - D8 77 FAX: *E-MAIL: S Col ),'Cr D f c- C f, <om *BY: (PRINTED NAME) St y-c Co *AUTHORIZED SIGNATURE: *TITLE: Pre S a e n+ DUNS NUMBER: *TAX ID NUMBER: 9(- 51 .S ► 9 9 8 CAGE NUMBER: Acknowledge Addendums: Addendum No. /I- Dated: f 0-- 7- 10 Acknowledged by:�- Addendum No. __2_ Dated: [o- f 2-10 Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: City of Fayetteville, AR Bid 20-80, Construction — Parks Restroom Renovations & Modifications Page 6 of 23 Bid 20-80, Addendum 1 Date: Friday October 09, 2020 To: All Prospective Vendors From: Adonis Bwashi — 479.575.8258 — abwashi@favetteville-ar.gov RE: Bid 20-83, Construction — Park Restroom Renovations CITY OF FAYETTEVILLE 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 of the Bid Form. BIDDERS SHOULD 1. The architects Addendum No. 1 is attached. 2. The Bonfire bid form has been revised to include unit pricing line items (unit pricing shall be used for change orders, as such quantities are 0 and shall not be included in calculation of the total based bid, but may be used in evaluation of bid submittals.) 3. #2 Hem Fir and #2 Yellow Pine are acceptable substitutes for #2 Doug Fir. 4. The City held a non -mandatory pre -bid meeting on Tuesday September 29, 2020. The sign -in sheet from that meeting is attached. I ! I Bid 20-80, Addendum 2 Date: Monday October 12, 2020 To: All Prospective Vendors From: Adonis Bwashi — 479.575.8258 — abwash�f�yetteville-ar.gov RE: Bid 20-83, Construction — Park Restroom Renovations CITY OF FAYETTEVILLE 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 of the Bid Form. BIDDERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID FORM. 1. Clarification: Substantial Completion —150 Days Final Completion —180 days 2. Taxes paid by the City shall not be included in bid pricing. 1 ..', It, tein FaVPtieviIle, AR 72701 Responses Success: All data is valid! Numeric Bid 20-80 Success: All values provided #1-1 Insurance and Bonding 1 1 LS E 4,659.00 E 4,659.00 Success: All values provided #1-2 Complete Scope of Work (Lump Sum Price) 2 1 LS E 374.105.00 E 374,105.00 Bid 20-80, Deductive Alternates Success: All values provided #2-1 Front Porchs @ Gulley 6 Veterans Park DA-1 -1 LS E 8,500.00 -E 8,500.00 Success: All values provided #2-2 Finger Park restroom in its entirety DA-2 -1 LS E 11,600,00 -E 11.600.00 Success: All values provided #23 Walker Park Restroom Pre -Fab in it entirety DA-3 -1 LS E 73,000.00 -$ 73,000.00 Bid 20-80, Unit Pricing Success: All values provided #3-1 -Removal and replacements of fascia's Unit Price 1 0 LF E L74 E 0.00 Success: All values provided #3-2 -Removal and replacement of soffits Unit Pnce 2 0 SF E &00 E 0.00 Success: All values provided #3-3 -Removal and replacement of roof decking Unit Pnce 3 0 SF E 26.00 E 0.00 Success: All values provided #341 -Removal and replacement of siding Unit Price 4 0 SF E 5.00 E 0.00 Success: All values provided #3-5 -Construction Fencing — Unit cost per 6'xl2' Unit Pnce 5 0 per 6k 12' chain E 72.00 E 0.00 chain link fence panel !ink fence pane! Responses Error: Check cell(s) 88 Bid 20-80 Error: Missing value for'Unit #1-1 Insurance and Bonding 1 1 LS tl 6 S Price' in cell 18 7 0 Error: Missing value for'Unit 01-2 Complete Scope of Work (Lump Sum Price) 2 LS �/ 3-7 105 Pnra' in cell 19 7 Bid 20-80, Deductive Alternates Error: Missing value for'Unit #2-1 Front Porchs @ Gulley & Veterans Park DA-1 1 LS ov S 50o Price' In cell 112 uu Error: Missing value for'Unit #2-2 Finger Park restroom in its entirety DA-2 i LS Price' In cell 113 Error: Missing value for Unit #2-3 Walker Park Restroom Pre -Fab in it entirety DA-3 -1 LS w 3/ 600 Price' in cell 111 Bid 20-80, Unit Pricing Error: Missing value for'Unit #3.1 -Removal and replacements of fascia's Unit Price 1 0 LF �'�� �+ / �+ �l �- Price' in cell 117 Error. Missing value for'Unit #3-2 -Removal and replacement of soffits p Unit Price 2 o SF / } Price' in cell 148 Error: Missing value for'Unit Price' In cell 119 #3-3 -Removal and replacement of roof decking Unit Price 3 0 SF s ')(0. OV -tt r sb Error: Missing value for'Unit #3�3 -Removal and replacement of siding Unit Price a 0 SF s Tt ' 0 0 " Price' In cell 120 Error: Missing value for'Unit #3-5 -Construction Fencing — Unit cost per Wx12' Unit Price 5 0 per 6'xl2' chain link fence panel Price' In cell 121 chain link fence panel JF -7 A 7.2 THE CINCINNATI INSURANCE COMPANY (I\('II.\ \I V 0HW KNOW ALL MEN BY THESE PRESENTS, that we Legacy Construction Management, Inc as Principal, hereinafter called the Principal, and THE CINCINNATI INSURANCE COMPANY, 6200 S. Gilmore Road, Fairfield, Ohio 45014-5141, a corporation duly organized under the laws of the State of Ohio, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville, AR as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid Dollars (s 5% of bid for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Construction - Parks Restroom Renovations & Modifications - Bid #20-80 NOW, THEREFORE, if the Obligee shall accept tie bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 12th day of October 2020 Legacy Construction Management, Inc. (Principal) (Seal) (Witness) By �c- __ --- P«st>a���' (Title) THE CINCINNATI _INSURANCE COMPANY (Surety) (Seal) -- — ----- (Witness) BY rt'i Billy Eugene B nA ton ,y-in-Fact The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310, February 1970 Edition. S-2000-AIA (6i08) PUBLIC THE CINCINNATI rNSURANCE CONIPANY Fairfield, Ohio POYVER OF ATTORNEY KNOW ALL MEN BYTIiESE PRESENTS: That "ruE CINCINNATi INSURANCE COMPANY, a corporation organized. wider the lases of tite State of Ohio. and having its, principal office in the City of Fairfield, Ohio, does hereby constitute and appoint Marvin Smith IV, Mike Luttrell, Billy Eugene Bennett, Jr., Danny Schneider, Jacque Lir:dsey, Adrian Luttrell. of Springdale, AR its trite and lawful Attom s)-in-Fact to �•( sign, execute, seal. and deliver on its behalf as Surety, .and as its act and deed, any and all bonds, .policies, undertakings, or other like instruments, as'follows: Fifteen Million Dollars and 001100 (S15,000,000.00) This appoinment is made under and by authority of the following resolution passed by the. I3oard of Directors of said Company, at a meeting held in the principal office of the Company,, a quortun being present andvoting, on the 64' day of December, 1958, which - resolution is still in effect: "RESOLVED, that the President or any :`ice President be hereby authorized, and empowered to appoint Attorneys-ia- Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney -in -Fact to aiTtx the corporate seal. and may with or without cause modify or revoke any such appointment or authority. Any such writings so executed by such Attorneys -in - Fact shall be binding upon the Company as if they hnd been duly executed :and acknowledged by the regularly elected officers of the Company," This Power of Attorney is,signed_and seated by facsimile under and by the authority of the following Resolution adopted by the Board of Airectors.of the Company at a meeting duly called and held on the T' day of December, 1973, "RESOLVED, that the signature of the President or a Vice President and the seat of the Company may be affixed by facsimile on any power of atiomey granted; and the signature of the Secretary or Assistant Secretary, and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and scaled and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached. continue to be valid and binding on the Company," IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed. with its corporate seal, duly attested by its Vice President this 10i1 day of May, 2012. �` U1�YI 3�•coaro.u[ THE CENCINNATI INSURANCE COMPANY SEAL onto A -. - — STATE OF OHIO ) ss: Vice Prusidcnr COUNTY OF BUTLER j On this,10" day of May, 2012, before me came the above -named Vice President ofTHE CiNCIN'NA►t INSURANCE COMPANY; to me personally known to be the officer described herein, and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate scat and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporation. ,`�t�nnaprp ``�.•��t~1At SF•y y MARK J. H LLER, Attorney at Law NOTARY PUBLIC - STATE OF OMO My commission has no expiration 'RNktIs" r�'' date. Section 147.03 O.R.C. F, th.; utidersignwd Secretary'or Assistant Secretary of THE CiNCINNATI INSURANCE COt41P.ANY, hereby certify that the above is a true and correct Copy of the Original Power of Attorney issued by said Company, and do hereby further certify that die said Power of Attorney is still in full force and effect. GIVEN"under my hand ;and seal of said Company at Fairfield, Ohio. this 12th day of October 2020da, �4e / — S SEAL ; Assistant Secretary • ON tO . BN-1005 (5/12) 10/14/2020 Back to Project Proposal Data Bid 20-80, Construction - Parks Restroom Renovations - Proposal Data Show/Hide —4 Search Supplier Arkansas Arkansas Secretary Pursuant Arkansas Code Annotated §25-1-603, the Con Contractor's of State Filing # certifies that they do not currently boycott Israel and wi License # during any time in which they are entering into, or whil< public entity as defined in §25-1-503. If at any time durir contractor decides to boycott Israel, the contractor mue public entity in writing. Alpha Building Corporation 0010600721 10018729 Yes Scorecard Open... Ellingson Contracting 0324340321 800184726 Yes Scorecard Open... Legacy Construction Management, Inc. 0372390521 811123269 Yes Scorecard Open... - Milestone Construction 0156050421 80004464 Yes Scorecard Open... li Q Help https:/Ifayefteville-ar.bonfirehub.com/projects/32012/proposalData 1 /1 Contract for Bid 20-80 Appendix C Recommendation for Award CITY OF FAYETTEVILLE ARKANS ARKANSAS Official Bid Tabulation Bid 20-80, Construction - Parks Restroom Renovations Certification of Funds: $320,000.00 25% Allowance: $80,000.000 Ellingson Contracting Legacy ConstructionMilestone Construction Alpha Building Corporation Management, Inc. Max Allowed: $400,000.00 $399,755.00 $427,260.00 $378,764.00 $408,322.00 # Items ItemNo. QuantityRE UnitofMea UnitPrice TotalCost UnitPrice TotalCost UnitPrice TotalCost UnitPrice TotalCost #1-1 Insurance and Bonding 1 1 LS $5,755.00 $5,755.00 $13,800.00 $13,800.00 $4,659.00 $4,659.00 $7,022.75 $7,022.75 Complete Scope of Work (Lump #1-2 Sum Price) 2 1 LS $394,000.00 $394,000.00 $413,460.00 $413,460.00 $374,105.00 $374,105.00 $401,299.25 $401,299.25 Front Porchs @ Gulley & Veterans #2-1 Park DA-1 -1 LS $20,424.39 (520,424.391 $20,145.00 ($20,145) $8,500.00 ($8,500) $32,976.00 ($32,976) Finger Park restroom in its #2-2 entirety DA-2 -1 LS $9,412.39 ($9,412.39) $35,560.00 ($35,560) $11,600.00 ($11,600) $29,663.00 ($29,663) Walker Park Restroom Pre -Fab in #2-3 it entirety DA-3 -1 LS $75,755.23 ($75,75523) $116,710.00 ($116,710) $73,000.00 ($73,000) $100,616.00 >1UU61� Removal and replacements of #3-1 fascia's Unit Price :0 LF $20 $0 $9.30 $0.00 $7.74 $0.00 $10 $0 Removal and replacement of #3-2 soffits Unit Price :0 SF $20 $0 $7.40 $0.00 $6 $0 $3.50 $0.00 Removal and replacement of roof #3-3 decking Unit Price :0 SF $6 $0 $3.50 $0.00 $26 $0 I $2 $0 Removal and replacement of #3-4 siding Unit Price 0 SF $20 $0 $5.60 $0.00 $5 $0 $3.50 $0.00 Construction Fencing — Unit cost #3-5 per 6'x12' chain link fence panel Unit Price' 0 per 6'x12' 1 $70 $0 1 $100 $0 1 $72 $0 $15 $0 .� V'd1Y��I= LIE A a1t4NS ti Bid 20-80, Construction - Parks Restroom Renovation - Bid 20-80, Construction - Parks Restroom Renovations Project Overview Project Details Reference ID Bid 20-80, Construction - Parks Restroom Renovation Project Name Bid 20-80, Construction - Parks Restroom Renovations Project Owner Andrea Foren Project Type ITB Department Purchasing Project Description Parks Restroom Renovations Open Date Sep 20, 2020 12:00 PM CDT Close Date Oct 14, 2020 2:00 PM CDT Highest Scoring Supplier Score Legacy Construction Management, Inc. 100 pts Seal status Requested Information Unsealed on Unsealed by FAY Ef TAV I LLE AiK.AKYA9 Required City Forms Oct 14, 2020 2:05 PM CDT Les McGaugh Bid Bond Oct 14, 2020 2:05 PM CDT Les McGaugh Arkansas Contractor's License Oct 14, 2020 2:05 PM CDT Les McGaugh Arkansas Secretary of State Oct 14, 2020 2:05 PM CDT Les McGaugh Filing # Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not currently boycott Israel and will not boycott Israel during any time in which they are entering into, or Oct 14, 2020 2:05 PM CDT Les McGaugh while in contract, with any public entity as defined in §25- 1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Bid 20-80, Bid Form (BT- Oct 14, 2020 2:05 PM CDT Les McGaugh 23UW) Tax ID # Oct 14, 2020 2:05 PM CDT Les McGaugh Conflict of Interest # Declaration of Conflict of Interest You have been chosen as a Committee member for this Evaluation. Please read the following information on conflict of interest to see if you have any problem or potential problem in serving on this committee. ## Code of Conduct All information related to submissions received from Suppliers or Service Providers must be kept confidential by Committee members. ## Conflict of Interest No member of a Committee shall participate in the evaluation if that Committee member or any member of his or her immediate family: * has direct or indirect financial interest in the award of the contract to any proponent; * is currently employed by, or is a consultant to or under contract to a proponent; * is negotiating or has an arrangement concerning future employment or contracting with any proponent; or, * has an ownership interest in, or is an officer or director of, any proponent. Please sign below acknowledging that you have received and read this information. If you have a conflict or potential conflict, please indicate your PAT ETI_ViLLt A 3KA04 SAS conflict on this acknowledgment form with information regarding the conflict. I have read and understood the provisions related to the conflict of interest when serving on the Evaluation Committee. If any such conflict of interest arises during the Committee's review of this project, I will immediately report it to the Purchasing Director. Name Date Signed Has a Conflict of Interest? Les McGaugh Oct 14, 2020 2:05 PM CDT No .` MAY E T T V I LLE AiKAKSAS Public Notices The City has issued Addednum 1 to Bid 20-80, Construction - Parks Restroom Renovations Les McGaugh, Oct 09, 2020 1:29 PM CDT This addendum includes revisions to the Bid Form on Bonfire, additional clarifications and drawings. The City has issued Addendum 2 to Bid 20-80 with 2 clarifications Les McGaugh, Oct 12, 2020 8:26 AM CDT The City has issued Addendum 2 to Bid 20-80. cl\Y Of F"ETTOVILLE ARKANS A�IfAMtAl Submissions Supplier Milestone Construction Alpha Building Corporation Ellingson Contracting Legacy Construction Management, Inc. Date Submitted Oct 14, 2020 1:31 PM CDT Oct 14, 2020 1:25 PM CDT Oct 14, 2020 1:33 PM CDT Oct 14, 2020 3:28 PM CDT Name Lance Norsworthy Matthew Stovall Email Iorsworthy@mstonecc.com mstovall@alphabuilding.com David Ellingson david@ellingsoncontracting.com scollier@legacy-const.com Confirmation Code MTAyNzE2 MTAyNzEz MTAyNzE5 MTAyNzc2 ��FAIETTEVIII£ ♦.K.r.ana Scoring Summary Active Submissions Supplier Legacy Construction Management, Inc. Alpha Building Corporation Milestone Construction Ellingson Contracting Total Total Bid Price / 100 pts / 100 pts 100 pts 100 pts ($378,764.00) 94.75 pts 94.75 pts ($399,755.00) 92.76 pts 92.76 pts ($408,322.00) 88.65 pts 88.65 pts ($427,260.00) Within Certified Funds Pass/Fail Pass Pass Pass Pass Ilez -Y j reviL►E mAKAKias Signatures Name Andrea Foren (Project Owner) Les McGaugh (Evaluator) Andrea Foren Signatures Digitally signed by Andrea Foren Date: 2020.10.20 13:47:56-05'00' Les McGaugh Digitally signed by Les McGaugh Date: 2020.10.20 11:31:05-05'00' Wade Abernathy Submitted By CHANGE ORDER #2 BID #20-80 City of Fayetteville Staff Review Form 2021-0374 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 5/11/2021 FACILITIES MANAGEMENT (140) Submitted Date Division / Department Action Recommendation: Change Order #2 to Bid #20-80 Contract with Legacy Construction Management, Inc. in the amount of $8,995.61 for construction associated with additions, reparis, and replacements at restooms in multiple city parks. The project contingecy funds will be used for this Change Order. Budget Impact: 2250.520.9255-5806.00 Parks Development Account Number Fund 13001.1902 Parks Restrooms Improvements Project Number Budgeted Item? Yes Does item have a cost? Yes Budget Adjustment Attached? NA Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 673,644.00 $ 445,125.45 $ ^ 228,518.55 $ 219,522.94 V20180321 Purchase Order Number: 2020-00000769 Previous Ordinance or Resolution # #287-20 Change Order Number: Original Contract Number: Comments: 2 #2020-00000073 Approval Date: 05/12/21 CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Paul Becker, Chief Financial Officer Connie Edmonston, Parks and Recreation Director FROM: Wade Abernathy, Director Bond and Construction Projects DATE: May 11, 2021 STAFF MEMO SUBJECT: Change Order #2 to Bid #20-80 Contract with Legacy Construction Management, Inc., for the construction associated with additions, repairs, and replacements at restrooms in multiple city parks. RECOMMENDATION: Staff recommends approval of Change Order #2in the amount of $8,995.61 with Legacy Construction Management, Inc. Project Contingency funds will be used for this change order. BACKGROUND: Resolution #214-19 authorized approval of an Architectural Contract with deMx Architecture for restrooms that need renovations or replacement including Gulley Lake Fayetteville Softball, Veterans Park, Finger Park, a Restroom at Walker Park, and Lewis Park. Resolution # 287-20 authorized approval of Bid #20-80 Contract with Legacy Construction Management Inc. in the amount of $378,794.00. Change Order #1 was approved in the amount of $24,445.82 in February 2021. DISCUSSION: This change order includes necessary items to complete the parks restrooms including plumbing, replacement of rotten roof decking, exterior light fixture, and moisture barrier for all restrooms receiving epoxy flooring. BUDGET/STAFF IMPACT: Account 2250.520.9255.5860.00. The Remaining contingency funds in the amount of $12,790.18 will be used for this change order. Attachments: Change Order Document. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Document G701 Change Order PROJECT: (Name and address) City of Fayetteville Parks Restrooms Renovation OWNER: (Name and address) City of Fayetteville CONTRACT INFORMATION: Contract For: General Construction Date: 11 /17/20 ARCHITECT: (Name and address) DEMX Architecture 104 N East Ave Fayetteville, AR,72701 CHANGE ORDER INFORMATION: Change Order Number: 002 Date: 05/10/2021 CONTRACTOR: (Name and address) Legacy Construction Management, Inc THE CONTRACT IS CHANGED AS FOLLOWS: (Insert a detailed description of the change and, if applicable, attach or reference speck exhibits. Also include agreed upon adjustments attributable to executed Construction Change Directives.) Fayetteville Park Plumbing P-traps parts and labor $396.00 Lewis Park RPZ parts and labor $577.50 Lake Fayetteville decking around skylights $1,920.43 Lewis Park add new disconnect for hot water $245.83 Moisture Barrier add (all parks) $5,292.00 Lake Fayettevulle Park exterior light fixture $563.85 Total add to contract $8,995.61 The original Contract Sum was $ 378,794.00 The net change by previously authorized Change Orders $ 24,445.82 The Contract Sum prior to this Change Order was $ 403,239.82 The Contract Sum will be increased by this Change Order in the amount of $ 8,995.61 The new Contract Sum including this Change Order will be $ 412,235.43 The Contract Time will be increased by (0) days. The new date of Substantial Completion will be TBD NOTE: This Change Order does not include adjustments to the Contract Sum or Guaranteed Maximum Price, or the Contract Time, that have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Ceder is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER DEMX architecture ARCHITE Firm name) ATURE Tim Maddox. AIA. Principal PRINTED NAME AND TITLE 5/1 1 /2021 DATE Steve Collier, President I ioneld Jordan Mayor PRINTED NAME AND TITLE PRINTED NAME AND TITLE 05/10/2021 05/ 12/21 DATE DATE AIA Document G701" — 2017. Copyright Q 1979, 1987, 2000 , 2001 and 2017 by The American Institute of Architects. AN rights reserved. The "American Institute of Architects," "AIA," the AIA Logo, and `AIA Contract Documents' are registered trademarks and may not be used without permission. This document was produced by AIA software at 10:59:55 ET on 05/10/2021 under Order No.0487839984 which expires on 04/11/2022, is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documentse Terms of Service. To report copyright violations, e-mail copyright@aie.org, User Notes: (389ADASF) CO-02 From: Ryan Henderson To: Ben Cruc Cc: Elina Garner Subject: Fwd: Walker Park Date: Tuesday, March 16, 2021 10:02:45 AM Here is the pricing changes for Lewis and Lake Fayetteville Get Outlook for iOS From: Steve McKenzie <steve@cobareplumbing.com> Sent: Tuesday, March 16, 2021 8:58:01 AM To: Ryan Henderson <rhenderson@legacy-const.com> Subject: Re: Walker Park Ryan. Lake Fayetteville Park Parts and labor for P-traps $360 REPLACEMENT P-TRAPS FOR LEWIS PARK Parts and labor for RPZ $525 ADDITIONAL LABOR AND MATERIAL FOR RPZ INSTALL AT LAKE FAYETTEVILLE Let me know if you have any questions. Shouldn't have any problems at Finger Park. On Tue, Mar 16, 2021 at 8:43 AM Ryan Henderson <rhenderson(ao legacy-const.com> wrote: Did you send in a price for traps -etc for Fay Parks? I need to get the chase done at Lewis and RPZ at Finger ASAP please.. Get Outlook for iOS From: Steve McKenzie <steveftcobare lumbing.com> Sent: Monday, March 8, 2021 5:52:06 AM To: Ryan Henderson <rhendersonftlegacy-const.com> Cc: bran don moody99ftyahoo.com <brandonmoody99Pyahoo.com> Subject: Re: Walker Park Yes, I can be there. On Fri, Mar 5, 2021 at 9:21 AM Ryan Henderson <rhendersonQegacy-const.comn> wrote: Can you meet at Walker Park on Tuesday morning at 8:30 to look at terminating the services that feed the building that gets demo? Ryan CO-03 L E G A C Y Change Order Request #004 Project: City of Fayetteville Parks Restrooms Renovation Description of Change: Lake Fayetteville decking around the skylight Subcontractor Change Description Cost Vargas installation/labor $ 900.00 Material taxes included plywood 10 sheets $ 737.66 Material taxes included R 19 insulation $ 113.52 Material taxes included sealant $ 77.80 Total $ 1,828.98 10% fee $ 91.45 Total $ 1,920.43 The work outlined in this proposal does not affect the Contract Completion Date x The work outlined in this proposal affects the Contract Completion Date as follows: x Contract Completion Date must be extended _5_ Calendar Days An equitable extension to the Contract Completion Date must be considered at a later date The pricing in this proposal is effective for 30 days e a- .6m l� -._..�.__. y. _. L L E G A C Y 'oN 1I R U ( I I UN MAN AUC M!N1 Change Order Request #005 Project: City of Fayetteville Parks Restrooms Renovation Description of Change: Lewis Park add new disconnect for hot water CO-04 Subcontractor Change Description Cost Criterion to bring the hot water heater up to code standards $ 234.12 Total $ 234.12 10% fee $ 11.71 Total $ 245.83 The work outlined in this proposal does not affect the Contract Completion Date x The work outlined in this proposal affects the Contract Completion Date as follows: x Contract Completion Date must be extended _5_ Calendar Days An equitable extension to the Contract Completion Date must be considered at a later date The pricing in this proposal is effective for 30 days CO-04 CRITERION ENERGY 479-601-1729 P.O. Box 321 Elkins, AR. 72727 criterionenergy@yahoo.com Request for Change Order TO: RYAN HENDERSON LEGACY CONSTRUCTION MANAGEMENT JOB: Project: FAYETTEVILLE PARKS RESTROOM RENOVATION. Lewis park add new disconnect for hot water heater Change Order Number: CO210420 OTHER INFORMATION: This is per the request from GC to bring the hot water heater at Lewis park up to code standards WORK DESCRIPTION: Additional labor, disconnect, and whip. The total amount of this Change Order is: $234.12 Sincerely, Coby D. Hall CHANGE ORDER #3 TO BID #20-80 City of Fayetteville Staff Review Form 2021-0512 Legistar File ID N/A City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Wade Abernathy 7/6/2021 FACILITIES MANAGEMENT (140) Submitted By Submitted Date Division / Department Action Recommendation: Change Order #3 to Bid # 20-80 Contract with Legacy Construciton Management in the amount of $3,794.57 for construction associated with additions, repairs, and replacements at restrooms in multiple city parks. The project contingency funds will be used for this change order. Budget Impact: 2250.520.9255-5806.00 Account Number 13001.1902 Parks Development Fund Parks Restoom Improvements Project Number Budgeted Item? Yes Current Budget Funds Obligated Current Balance Does item have a cost? Yes Item Cost Budget Adjustment Attached? No Budget Adjustment Purchase Order Number: 2020-00000769 Remaining Budget Project Title $ 673,644.00 $ 454,121.06 219,522.94 $ 3,794.57 $ 215,728.37 V20210527 Previous Ordinance or Resolution # #287-20 Change Order Number: 3 Approval Date: Original Contract Number: #2020-00000073 Comments: 08/04/2I _CITY OF FAYETTEVILLE ARKANSAS TO: Mayor Lioneld Jordan THRU: Susan Norton, Chief of Staff Paul Becker, Chief Financial Officer Connie Edmonston, Parks and Recreation Director FROM: Wade Abernathy, Director Bond and Construction Projects DATE: July 6, 2021 STAFF MEMO SUBJECT: Change Order #3 to Bid #20-80 Contract with Legacy Construction Management, Inc., for the construction associated with additions, repairs, and replacements at restrooms in multiple city parks. RECOMMENDATION: Staff recommends approval of Change Order #1 in the amount of $3794.57 with Legacy Construction Management, Inc. Project Contingency funds will be used for this change order. BACKGROUND: Resolution #214-19 authorized approval of an Architectural Contract with deMx Architecture for restrooms that need renovations or replacement including Gulley Lake Fayetteville Softball, Veterans Park, Finger Park, a Restroom at Walker Park, and Lewis Park. Resolution # 287-20 authorized approval of Bid #20-80 Contract with Legacy Construction Management Inc. in the amount of $378,794.00. Change Order #1 was approved in the amount of $24,445.82 in February 2021. Change Order #2 was approved in the amount of $8995.61 in May 2021. DISCUSSION: This change order includes replacement of 2 light fixtures at Finger Park and replacement of a skylight and installation of 2 hand dryers. BUDGET/STAFF IMPACT: Account 2250.520.9255.5860.00. The Remaining contingency funds in the amount of will be used for this change order. Attachments: Change Order Document. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 MAIA Document G701'- 2017 Change Order PROJECT: (Name and address) CONTRACT INFORMATION: CHANGE ORDER INFORMATION: City of Fayetteville Parks Restroorns Contract For: General Construction Change Order Number: 003 Renovation OWNER: (Name and address) City of Fayetteville Date: 11 /17/20 ARCHITECT: (Name and address) DEMX Architecture 104 N East Ave Fayetteville, AR,72701 Date: 06/282021 CONTRACTOR: (Name and address) Legacy Construction Management, Inc THE CONTRACT IS CHANGED AS FOLLOWS: (Insert a detailed description of the change and, if applicable, attach or reference specific exhibits. Also include agreed upon adjustments attributable to executed Construction Change Directives) Finger Parks 2 S1 light fixtures $1,461.96 PR03 $2,608.00 Credit-$275.39 Total add to contract $3794.57 The original Contract Sum was ; The net change by previously authorized Change Orders 7 9 , 378740 0 $ The Contract Sum prior to this Change Order was 43 3441. 43 The Contract Sum will be increased by this Change Order in the amount of $ 2,, 23543 The new Contract Sum including this Change Order will be 413,,794...43 57 00 The Contract Time will be increased by (0) days. The new date of Substantial Completion will be TBD NOTE: This Change Order does not include adjustments to the Contract Sum or Guaranteed Maximum Price, or the Contract Time, that have been authorized by Construction Change Directive until the cost and time have been agreed upon by both the Owner and Contractor, in which case a Change Order is executed to supersede the Construction Change Directive. NOT VALID UNTIL SIGNED BY THE ARCHITECT, CONTRACTOR AND OWNER. DEMX architecure Legacy Construction Management Inc ARCHITECT irm name CONT �F R i7n Qfife) NATURE ATURE Tim Maddox AIA, Principal PRINTED NAME AND TITLE 7/26/2021 DATE Steve Collier, President PRINTED NAME AND TITLE 06/28/2021 DATE 08/04/21 DATE AIA Document 0701"— 2017. Copyright ®1979, 1987, 2000, 2001 and 2017 by The American Institute of Architects. All rights reserved. The "American Institute of Architects,' "AIA,' the AIA Logo, and 'AIA Contract Documents" are registered trademarks and may not be used without permission. This document was produced by AIA software at 14:10:58 ET on 07/22/2021 under Order No.0487839964 which expires on 04/11/2022, Is not for resale, is licensed for one-time use only, and may only be used in accordance with the AIA Contract Documentse Terms of Service. To report copyright violations, e-mail copyright®ais.org. User Notes: (389ADA5E)