Loading...
HomeMy WebLinkAbout66-21 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 66-21 File Number: 2021-0072 BID #20-86 CROSSLAND HEAVY CONTRACTORS, INC. - 2019 PARK IMPROVEMENT BOND PROJECT: A RESOLUTION TO AWARD BID 420-86 AND AUTHORIZE A CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. IN THE AMOUNT OF $6,387,494.47 FOR THE CONSTRUCTION OF PHASE TWO OF KESSLER MOUNTAIN REGIONAL PARK INCLUDING A FOUR -FIELD BASEBALL COMPLEX, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $487,505.53, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 PARK IMPROVEMENT BOND PROJECT 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 #20-86 and authorizes Mayor Jordan to sign a contract with Crossland Heavy Contractors, Inc. in the amount of $6,387,494.47 for the construction of Phase Two of Kessler Mountain Regional Park, including a four -field baseball complex, and further approves a project contingency in the amount of $487,505.53. 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 2/18/2021 Page 1 Printed on 2/19/21 l Resolution: 66-21 File Number: 2021-0072 Attest: 1t n • per,; Kara Paxton, City Clerk Treasurer., FqY c �F ';�'L��.q�SAS ••• N COU,�a�c Page 2 Printed on 2119121 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville. AR 72701 (479) 575-8323 Text File File Number: 2021-0072 Agenda Date:2/1612021 Versional Status: Passed In Control: City Council Meeting File Type: Resolution Agenda Number: C.2 BID 920-86 CROSSLAND HEAVY CONTRACTORS, INC. - 2019 PARK IMPROVEMENT BOND PROJECT: A RESOLUTION TO AWARD BID #20-86 AND AUTHORIZE A CONTRACT WITH CROSSLAND HEAVY CONTRACTORS, INC. IN THE AMOUNT OF $6,387,494.47 FOR THE CONSTRUCTION OF PHASE TWO OF KESSLER MOUNTAIN REGIONAL PARK INCLUDING A FOUR -FIELD BASEBALL COMPLEX, TO APPROVE A PROJECT CONTINGENCY IN THE AMOUNT OF $487,505.53, AND TO APPROVE A BUDGET ADJUSTMENT - 2019 PARK IMPROVEMENT BOND PROJECT BE 1T 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 #20-86 and authorizes Mayor Jordan to sign a contract with Crossland Heavy Contractors, Inc. in the amount of $6,387,494.47 for the construction of Phase Two of Kessler Mountain Regional Park, including a four -field baseball complex, and further approves a project contingency in the amount of $487,505.53. 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. Page 1 9 Printed on 2/18/2021 City of Fayetteville Staff Review Form 2021-0072 Legistar File ID 2/16/2021 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item Ted Jack 1/28/2021 PARKS & RECREATION (520) Submitted By Submitted Date Division / Department Action Recommendation: Approval of a contract with Crossland Heavy Contractors, Inc. for construction of Phase Two including a four -field baseball complex at Kessler Mountain Regional Park for a contract cost of $6,387,494.47 (Bid 20-86) plus a $487,505.53 project contingency and approval of supporting budget adjustments. Budget Impact: 4605.860.7502-5806.00 4605 - Park Project 2019 Bond Account Number Fund 46050.7502.1000 Kessler Mountain Regional Park, Baseball/Parking Project Number Project Title Budgeted Item? Yes Current Budget $ 6,479,792.00 Funds Obligated $ 63,361.31 Current Balance $ 6,416,430.69 Does item have a cost? Yes Item Cost $ 6,387,494.47 Budget Adjustment Attached? Yes Budget Adjustment $ 487,506.00 Remaining Budget $ 516,442.22 V20180321 Purchase Order Number: Previous Ordinance or Resolution # RFQ #19-01, Change Order Number: Approval Date: Original Contract Number: Comments: CITY OF FAYETTEVILLE ARKANS ARKANSAS MEETING OF FEBRUARY 16, 2021 TO: Mayor and City Council THRU: Susan Norton, Chief of Staff Connie Edmonston. Parks Director FROM: Ted Jack, Park Planning Superintendent DATE: January 28, 2021 CITY COUNCIL MEMO SUBJECT: Approval of a contract with Crossland Heavy Contractors, Inc. for construction of Phase Two including a four -field baseball complex at Kessler Mountain Regional Park for a contract cost of $6,387,494.47 (Bid 20-86) plus a $487,505.53 project contingency and approval of supporting budget adjustments. RECOMMENDATION: Approval of a contract with Crossland Heavy Contractors, Inc. for construction of Phase Two including a four -field baseball complex at Kessler Mountain Regional Park for a contract cost of $6,387,494.47 (Bid 20-86) plus a $487,505.53 project contingency and approval of supporting budget adjustments. BACKGROUND: In 2018 a public planning process identified projects to be supported by the 2019 park bond proposal. The addition of a four -field baseball complex was placed as a high priority project to be supported by the bond program. Garver Engineering was selected to develop the construction documents and the project was put out to public bid. DISCUSSION: This phase was approved in the Kessler Regional Park Master Plan. It includes adding 211 parking spaces, concession/restroom facility, batting cages, and providing synthetic turf on the ballfield's infields. This construction project will create an exciting facility for the people of Fayetteville to participate in ball sports and a facility capable of hosting large tournaments that will help the economy of the city. BUDGET/STAFF IMPACT: Improvements came in within the anticipated budget and are funded from the first phase of the 2019 Park Bond. The project contingency of $487,505.53 is funded from the Park Land Dedication Fund in the SW Park Quadrant. Staff time will be used to provide construction administration along with Garver Engineers. The additional fields and infrastructure will require approximately 1 FTE in additional maintenance support beginning in last half of 2022 and approximately $80,000 in equipment including a truck and turf groomer. Additional utilities, materials, and supplies of about $45,000 annually will be needed. Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Attachments: Staff Review Form Bid documents/Contract Bid Tabulation Budget Adjustment Contract for Construction CITY F Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 IVFAYETTEVILLE Contractor/Vendor: Crossland Heavy Contractors, Inc. Term:Term: Single Project THIS AGREEMENT is made this-_ day of Le 6 r—U&P( 2021, by and between City of Fayetteville, Arkansas, acting by and through its Mayor (hereinafter ca e—It d CITY OF FAYETTEVILLE or CITY) and Crossland Heavy Contractors, Inc. (Vendor or Crossland Heavy), and CITY OF FAYETTEVILLE from time to time requires professional construction services in connection with construction projects. Therefore, CITY OF FAYETTEVILLE and Crossland Heavy in consideration of their mutual covenants agree as follows: Work performed by Crossland Heavy shall be performed under valid, active, current license with the Arkansas Contractor's Licensing Board. Crossland Heavy 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. Crossland Heavy Tax identification number (TIN) ending in 1853 ii. Crossland Heavy Arkansas Contractor License No. 0067301121 iii. Crossland Heavy Secretary of State Filing No. 100205582 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: L Appendix A: Bid package identified as Bid 20-86, Construction —Kessler Mountain Regional Park, Phase 2 with the specifications and conditions typed thereon inclusive of all bidding documents, plans and drawings and issued addenda. ii. Appendix B: Crossland Heavy bid submittal iii. Appendix C: Bid 20-86, Recommendation for Award. inclusive of the bid tabulation iv. Appendix D: Crossland Heavy's Certificate of Insurance v. Appendix E: Crossland Heavy'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 Crossland Heavy. CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 1 of 21 Last Revised 01.20.2021 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 amendments to this Agreement which are executed by all parties; (b) the Agreement; (c) Crossland Heavy'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: Crossland Heavy Contractors, Inc., PO Box 350, Columbus, KS 66725 4. General Provisions: i. 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. ii. 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. 1. 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 CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 2 of 21 Last Revised 01.20.2021 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 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. CONTRACT: Sid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 3 of 21 Last Revised 01.20.2021 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: 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. S. Definitions: a. Jnless 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. h. "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. CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 4 of 21 Last Revised 01.20.2021 k. "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. 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. CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 5 of 21 Last Revised 01.20.2021 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 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. CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 6 of 21 Last Revised 01.20.2021 d. Correction of Work 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 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. ii. 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. v. 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 a. 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 CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 7 of 21 Last Revised 01.20.2021 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 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. d. 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: a. Crossland Heavy 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 20-86 as stated in Crossland Heavy bid response, and in accordance with specifications attached hereto and made a part hereof under Bid 20-86 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 $6,387,494.47 US Dollars. c. The City of Fayetteville shall pay Crossland Heavy 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 CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 8 of 21 Last Revised 01.20.2021 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: 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. 5. 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. CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 9 of 21 Last Revised 01.20.2021 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. 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. h. 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. i. 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, Crossland Heavy shall provide a 100% separate performance and payment bond from a bonding company, licensed to do business in the state of Arkansas. 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 as outlined below. 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. i. Substantial completion shall be 270 calendar days from Notice to Proceed. ii. Final Completion shall be 300 calendar days from Notice to Proceed. b. Time is of the essence with regard to the obligations of the Contract Documents. CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 10 of 21 Last Revised 01.20.2021 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 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. CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 11 of 21 Last Revised 01.20.2021 14. Final Completion: 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. 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. v. 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. b. Crossland Heavy 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: CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 12 of 21 Last Revised 01.20.2021 i. 'According to Arkansas low, 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 ofsurety l.' ii. Crossland Heavy 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. 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: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 13 of 21 Last Revised 01.20.2021 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: 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. ii. Unless otherwise directed in writing by City, before starting the Work, Crossland Heavy 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: 1. 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; 3. 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; S. 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 CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 14 of 21 Last Revised 01.20.2021 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 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. v. 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. 1. 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. 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 CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 15 of 21 Last Revised 01.20.2021 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. 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 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 Crossland Heavy by placing at Crossland Heavy disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. iii. Assist Crossland Heavy in obtaining access to property reasonably necessary for Crossland Heavy to perform its services. iv. Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by Crossland Heavy and render in writing decisions pertaining thereto. v. Review all documents and provide written comments to Crossland Heavy 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 Crossland Heavy relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, cost estimating, and operating results are based on Crossland Heavy experience, qualifications, and judgment as a Crossland Heavy professional. CONTRACT: Sid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 16 of 21 Last Revised 01.20.2021 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: 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. CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 17 of 21 Last Revised 01.20.2021 26. Delays a. In the event the services of Crossland Heavy 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. c. Liquidated damages are hereby set as $200 US DOLLARS per calendar day. 27. Rights and Benefits a. Crossland Heavy 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 Crossland Heavy for services rendered by Crossland Heavy. 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, CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 18 of 21 Last Revised 01.20.2021 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: 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 rghts 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: CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 19 of 21 Last Revised 01.20.2021 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. 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 CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 20 of 21 Last Revised 01.20.2021 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: a. 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 law. c. The VENDOR agrees to work with the City of Fayetteville to prominently display a bronze or comparable material plaque inside the Fayetteville Police Headquarters main lobby stating "The City of Fayetteville thanks the citizens and taxpayers of Fayetteville for their over SXX million investment for the project name and year". Wording shall be finalized with the CITY prior to procuring the plaque. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and Crossland Heavy Contractors, Inc. by its authorized officer have made and executed this Agreement as of the day and year first above written. ATTEST: By: Kara Paxton, City Clerk Date Signed: �/a� CROSSLAND HEAVY NTR ORS IN _�:: �.�;_ --sue'••, Y Mark Sell, President' ATTEST: By: Holly Rhodes, Corporate Secretary Date Signed: t — CONTRACT: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Page 21 of 21 Last Revised 01.20.2021 Contract for Bid 20-86 Appendix A City Bid Package City of Fayetteville, Arkansas CITY OF Purchasing Division — Room 306 FAYETTEVILLE 113 W. Mountain A R K A N S A S Fayetteville, AR 72701 Phone: 479.575.8289 TDD (Telecommunication Device for the Deaf): 479.521.1316 Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 ('DEADLINE: TUESDAY. DECEMBER 17.2020 before 2:00 PM. Local Time' PRE -BID MEETING: Wednesday, December 02, 2020 at 10:00 AM, via Zoom ACCEPTABLE DELIVERY METHODS: (1) City's third -party bidding platform, Bonfire 0 (2) sealed and delivered directly to the City of F I le as' ructed PURCHASING MANAGER: Andrea Forenr115€or�n favettevi ar.�ov C No late bids shall be accepted. Bids al NTnitted in of oNhe followi t ds: (1) through the City's third -party bidding platform, Bonfire, or, (2) ' a ft envelope to the de na d drop box outside of City Hall, 113 W. Mountain St., Fayetteville, AR 7270 S mitting t nfire is s on ncouraged. All bids shall be submitted in accordance with the attached City o ayetteville a ficatio ocuments attached hereto. Each bidder is required to fill in every blank and shall supply in ion req ted ailure to do so maybe used as basis of rejection. All interested parties can obtain files for this distributed electronically from the City of FayE FILE #01: BID & PROJECT MANUAL — 62 tal pages FILE #02: PROJECT DRAWINGS —161 Plan Sheets to http://favetteville-ar.gov/bids. Bid documents shall be ng Division only. *Additional files added as addendums are issued. Addendums will be uploaded and posted to the City's electronic bidding portal, Bonfire. *PLAN HOLDER LISTINGS & ADDENDUMS WILL BE POSTED AT http:Hfayetteville-ar.aov/bids Bidder shall assume all responsibility for receiving updates and ony addenda issued to this project by monitoring http.//favetteville-or.00v/bids. Failure to acknowledge oddendo issued os instructed could result in bid rejection. Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain - Fayetteville, AR 72701 Ob THIS PAGE INT(f ONA`�' EF��j�NK G Telecommunications Device for the Deaf TDD(479)521.1316 113 West Mountain- Fayetteville, AR 72701 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. ❑ 5% Bid Bond of the amount bid accompanied by required documentation (Power of Attorney, etc.) o 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). Cashier's checks shall be made payable to the City of Fayetteville, AR. o Upload bid bond to Bonfire (preferred) OR attach bid bond with physical submittal. Cashier's Checks shall be submitted physically. ❑ All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pag es). ❑All line items shall be appropriately filled out and extereveal the line item price as ell as the total bid price. Total base bid should be calculated in th space. Bidders are requi`d on deductive alternates. v All pages provided with signature lines I b appropriate sign d, dated r itgly, and included with submitted bid documents ❑All bids shall be received before th s ted deadline . i"`he electron ding software, OR by submitting a sealed bid at the City of Fay t� (chasing D' id ddress lis a Submitting a bid electronically is strongly encouraged. A u opening i conducted ho ly after the deadline at City Hall and livestreamed at htt s: w tube.co offa ett I ate or misdirected bids shall not be accepted. The City of Fayette ille shall n b respon or misdirected bids, or failure of bidder's technical equipment. All bid documenxx�d, ��sha-�I deliver n a aled envelope to the address listed below before the stated deadline on the cove t the bid. II bi should be delivered with the name of the bidder (contractor) on the sealed en pe a v�ell`as he bidders Arkansas Contractor's License Number. t�ayetteville, AR PurcWrgDivision—Suite306 113 W. Mountain Fayetteville, AR 72701 Additional Information Req Ced: • List of SubcontractoJ mit form on Bonfire or attach if submitting a physical bid • AR Secretary of State Filing: or submit on Bonfire • Arkansas Contractor License#: or submit on Bonfire • 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. o Submit on Bonfire (preferred), OR circle applicable answer: YES or NO Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain- Fayetteville, AR 72701 THIS PAGEIN3fO�tvY LF NK G Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain - Fayetteville, AR 72701 SPECIFICATIONS ANFAYETTEVILLECITY OF CONTRACT DOCUMENTSARKANSAS For the Construction of KESSLER MOUNTAIN R FAYETTEV Garverbi IC DA :NOVAmk L PARK, PHASE II AR A, AS ct W . 1 ,T21090 R 23, 2020 CITY OF FAYETTEVILLE KESSLER MOUNTAIN REGIONAL PARK, PHASE II I hereby certify that the applicable portions of this project plans and specifications were prepared by me or under my direct supervision and that I am a duly Licensed Engineer under the laws of the State of Arkansas. SEAL AND SIGNATURE APPLICABLE DIVISION OR PROJECT RESPONSIBILITY Greg Archer, A.I.A. Architectural 'V O � Gre cn C' .2671 � s OF ARC Zach Moore, E. O Site Civil Q. . ` ATE 00 AR N AS LICENSED PROFESSIONAL I ER G'EN No. 1565744, 9c$ MOO T SEAL AND SIGNATURE APPLICABLE DIVISION OR PROJECT RESPONSIBILITY David Clement, P.E., S.E. Structural //RKANSAS' LJ tt \ EN 64 '-P4 Log,,,/�'' Joe Kaminski, P.E., F.P.E. echanical and PI Ibira //, , O' ////sl F—= A OFESSIONAL ENGINEER ti� No. 16917 itt 8. Bryan Melt , P.E. Electrical /T E ��t��� PROFESSIONAL CjENGINEER �mrpy No. 12569 `So/tt SEAL AND SIGNATURE APPLICABLE DIVISION OR PROJECT RESPONSIBILITY Brent Thomas, P.L.A., A.S.L.A Landscaping and Irrigation �y NDSCgPF19C A! tiCM W� BRENT D. THOMAS 04 �3 �lFOF AfkV1 Larry Gregory, P.E., O Water and Sewer sS AT �J .S' O� a' a► G EER >- * o� No.9637 CE G4 F Mark Da Sewer Septicj�,Wnt pTI �--ZC I Cie A R >iilS A NS v �� NEC- 8g *,q Z P On, , ■ E P, :, ,,26 G � N�11621 RKA. DP';v 00` ��o'Ov GARVER, LLC CERTIFICATE OF AUTHORIZATION: 1 GARVER LLC No. 766 Expiration Date: 12/31/2020 ���wgED AR, f� WV Garver, LLC License No. LL111 s�Pe FX 4 Expiration Date: 1/31/2021 Pao Aft CITY OF .� FAYETTEVILLE ARKANS ARKANSAS TABLE OF CONTENTS Contract Title: KESSLER MOUNTAIN REGIONAL PARK, PHASE II CONTRACT DOCUMENTS INTRODUCTORY INFORMATION 00010 TABLE OF CONTENTS 00010-1 of 5 00100 BID SOLICITATION 00120 INVITATION TO BID 00120-1 of 00200 INSTRUCTIONS TO BIDDERS rTI --I of I I 00400 BID FORMS AND SUPPLEMENTS +�J 00400 BID FORM ,0400-1 of 12 00410 BID BOND V 00410-1 of 00430 LIST OF SUBCONTRAC R v ` 00440-1 of I 00440 LIST OF MANUFACT<IjRER to00440-I of I 00500 AGREEMENT 00500 AGREEMENY 00550 NOTICE TO PR 00600 BONDS AND CERTI 00610 PERFORMANCE B 00611 LABOR AND MATE1 00700 CONTRACT �V 05000-I 00500-I off 10 10 ` 00550-1 of) 00800 SUPPLEMENTARY CONUITS 29 CFR Part 1926 SttbgarLP, SHA Standards DIVISION SUMM RY O WO ,x-�TS 01110 01250 CONTRACT MIATION PROCEDURES 01270 UNIT PRICES 01271 MEASUREMENT AND PAYMENT FOR WATER AND SANITARY SEWER 01290 PAYMENT PROCEDURES 01320 PROJECT MEETINGS, SCHEDULES, AND REPORTS 01321 SCHEDULES 01325 CONSTRUCTION PHOTOS 01330 SUBMITTAL PROCEDURES 01420 DEFINITIONS AND STANDARDS 00010 Table of Contents 00010- 1 00610-1 of 00611-1 of 00700-1 of51 00800-1 of 1 366 - 403 01110-1 of 01250-1 of 01270-1 of 2 01271-1 of 01290-1 of 2 01320-1 of) 01321-1 of2 01325-1 of 4 01330-1 of 01420-1 of 01530 BARRIERS AND TEMPORARY CONTROLS 01530-1 of 6 01560 TEMPORARY UTILITIES AND FACILITIES 01560-1 of 01600 LOGS OF BORINGS I of 15 TECHNICAL SPECIFICATIONS The current edition of the Arkansas Department of Transportation Standard Specifications; latest edition, and Errata are hereby incorporated. SPECIAL PROVISIONS SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION SP-1 S P-2 SP-3 S P-4 SP-5 SP-6 SP-7 S P-8 S P-9 SP-10 SP-1 I SP-12 SP-13 SP-14 SP-15 SP-16 SP-17 SP-18 SP-19 SP-20 S P-21 ARDOT REFERENCE SPI-I SITE ELECTRICAL MEASUREMENT AND PAYMENT SP2-1 PAVEMENT PERMANENT REPAIR SP3-1 NYLOPLAST DRAINAGE STRUCTURES SP4-1 JUNCTION BOXES ADJUSTED TO GRADE SP5-I STORAGE BUILDINGS SP6-1 LANDSCAPE SP7-1 IRRIGATION SP8-I SEPTIC EQUALIZATION T + v SP9- I STEEL PIPE GATE ^ SPIO-I SITE FURNISHINGS A • A' TITES ` ` SPI I -I SCOREBOARDS �` SP12-1 SHADE STRUCTI •` SP1-1 FLAG POLE SP14-I FIELD SIGNA ` SP15-1 ARTIFICIAL U SURFAC ` SP16-1 BASEWAL FENC .- ��/ SP17-1 SAN RES CITY OF FAYETTEVILLE ST FOR STREET AND DRAINAGE /\ SP18-1 UMPS R SJAvO�URE SP19-1 sDF SP20-1 -IO SP21 DA SPEC?NATIONS DIVISION 100. GENERAL PROVISIONS v DIVISION 200. EARTHWORK � DIVISION 300. STORM D '\!G DIVISION 400. BASE AN �, PAV 'G DIVISION 500. MIS--- AN OUS CONSTRUCTION DIVISION 600. MATERIALS 5 55 68 81 96 130 00010 Table of Contents 00010- 2 SUPPLEMENTAL SPECIFICATIONS TO CITY OF FAYETTEVILLE STANDARD SPECIFICATIONS FOR STREET AND DRAINAGE CONSTRUCTION SECTION SS-202 EXCAVATION AND EMBANKMENT SS-202-1 SUCTION SS-203 SUBGRADE PREPARATION SS-203-1 SECTION SS-204 SELECT GRADING SS-204-1 SECTION SS-301 STORM DRAINAGE PIPE SS-301-1 SECTION SS-303 CONCRETE BOX CULVERTS SS-303-1 SECTION SS-502 CONCRETE SIDEWALKS SS-502-1 SECTION SS-503 DRIVEWAY CONSTRUCTION OR RECONSTRUCTION SS-503-1 SECTION SS-505 SEEDING AND SODDING SS-505-1 SECTION SS-507 PAVEMENT MARKINGS SS-507-1 SECTION SS-511 MOBILIZATION SS-511-1 STANDARD SPECIFICATIONS FOR DESIGN D CONSTRUCTION OF WATER LINES AND SEWER LINES FACILTIES SPECIFICATIONS 03 1000 CONCRETE FORMING A 03 2000 CONCRETE REINFORCII 03 3000 CAST -IN -PLACE CO 04 22 00 CONCRETE UNITi S 04 73 13 CALCIUM SI 05 1200 STRUCTURA'[ L FF 05 5000 METAL FABRIVVMONS 06 1000 ROUGH CARPENTRY 06 1600 SHEATHING 1 06 1800 GLUED-LAMINAT 06 40 23 INTERIOR ARCHIT U 0641 16 PLASTIC -LAMINATE L 0721 00 BUILDING INSULATION 07 27 26 FLUID -APPLIED MEMBF 07 41 13.16 STANDING SEAM META 074646 FIBER-CEMENTSU 07 62 00 07 92 00 SHEET METACTLO.0011: JOINT SEA LA� 08 1 113 HOLLOW ME ,V ,40 P � D C�SSOR k f E MO(VENEER� •v MIN O RI)CThNO D ' C1�T-GTURAL CABINETS tN BARRIERS R00 PANELS i 4NND TRIM AND FRAMES 08 51 13 ALUMINUM SLI RIG WINDOW 0871 00 DOOR HARDWARE 0991 13 EXTERIOR PAINTING 09 91 23 INTERIOR PAINTING 10 1 1 00 VISUAL DISPLAY UNITS 10 14 23.16 BUILDING SIGNAGE 1021 13.14STAINLESS-STEEL TOILET COMPARTMENTS 10 28 00 TOILET ACCESSORIES 104416 FIRE EXTINGUISHERS 2211 16 DOMESTIC WATER PIPING 00010 Table of Contents 00010- 1 2211 19 DOMESTIC WATER PIPING SPECIALITIES 22 13 16 SANITARY WASTE AND VENT PIPING 22 33 00 ELECTRIC; DOMESTIC -WATER HEATERS 22 41 00 PLUMBING FIXTURES 23 05 00 COMMON WORKS RESULTS FOR HVAC EQUIPMENTS 23 05 13 COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 23 05 29 HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT 23 05 53 IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT 23 0700 HVAC INSULATION 23 31 13 METAL DUCTS 23 33 00 AIR DUCT ACCESSORIES 23 37 13 DIFFUSERS, REGISTERS; AND GRILLES 23 81 26 SPLIT -SYSTEM AIR-CONDTIONERS 23 82 39 UNIT HEATERS 2605 19 LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 2605 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 29 HANGERS AND SUPPORTS FOR ELECT CAL SYSTEMS 2605 33 RACEWAYS AND BOXES FOR ELECT I SYSTEMS 260544 SLEEVES AND SLEEVE SEALS FO ICAL RACEWAYS AND I G 26 09 23 LIGHTING CONTROL DEVICES /� 26 22 00 LOW -VOLTAGE TRANSFOR�I6�S� � N 2624 16 PANELBOARDS lv\ 26 27 26 WIRING DEVICES • 2628 16 ENCLOSED SWITCHES A RCUIT B�,AB S 2651 19 LED INTERIOR LIG6t�' 26 56 13 LIGHTING POLES ANDAR2656 19 LED EXTERI I 26 56 68 EXTERIOR �IC LIGHTI� 3231 19 ORNAMENTA TAL FEN �D G . S� P •� END OF TABLE OF CONTENTS 00010 Table of Contents 00010- 4 Alft CITY OF FAYETTEVILLE ARKANS ARKANSAS City of Fayetteville, Arkansas INVITATION TO BID Bid 20-86, Construction Kessler Mountain Regional Park, Phase II The City of Fayetteville is accepting sealed bids from properly licensed firms for the Kessler Mountain Regional Park, Phase II. The project includes, but not limited to, construction of four new lighted baseball fields with a central building facility for concessions and restrooms, storage building, bleachers with overhead canopy, batting cages, parking lot with landscaping and lighting, irrigation, water and sewer lines, retaining walls, and sanitary sewer plant expansion. Questions should be addressed to Andrea Foren, Purchasing Manager at aforen@fayetteville-ar.gov or by calling (479) 575-8289. Bidding documents, plans, plan holders, and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.fayetteville-ar.gov/bids which will be made available by end of day, Monday, November 23, 2020. All bids shall be received by Thursday, December 17, 020 before 2:00 PM, local time utilizing the electronic bidding software, OR by submitting a sealed bid at the C' a tteville, Purchasing Division Al ss listed below. Submitting a bid electronically is strongly encouraged. A p ening ' I be conducted shoc�it v a. t the deadline at City Hall and livestreamed at htt s: www. outube.com us offa ette 'I ate or m'',,Elir c e bids shall not be accepted. The City of Fayetteville shall not be res n • I for lost i `cted bids,;r}u�re of bidder's technical equipment. Rr�of Fayet6,evSX+osing Divi ' •m 306 13 ` West nta n Street Fayet�72701 A non -mandator Pre -Bid meeting will V Y g be held W �esc ay, Dec ber �0 at 10:00 AM virtually. please note the initial advertisement on Sunday 11/22/20 indica ed tR pr -b •• meetin oul be on site; however, the pre -bid meeting will be held virtually via Zoom. Information regar �e-bid m ing is vailable on the project page on the City's electronic bidding platform. All interested parties are couraged@ ten Each bid shall be accompanied by a cashier's check © ank doing business in the State of Arkansas or a corporate bid bond in an amount not less than five (5) perce t of Itt amount bid. A one hundred percent (100%) performance and payment bond is required with the contra t�+ax�ed. A State of Arkansas Contractor's License is required for all bidders and license shall be valid at the time of brd.Xdl lie, `v • In an effort to understand hardships •ur ve dors and suppliers are facing in relation to the current COVID-19 situation, the Purchasing Division will take feedback plan holders and interested parties to understand the current impact to vendors operations. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. The City of Fayetteville reserves the right to waive irregularities, reject bids, and postpone the award of any Contract for a period which shall not exceed beyond ninety (90) days from the bid opening date. ,glIIyral AftCITY OF FAYETTEVILLE ARKANS ARKANSAS City of Fayetteville By: Andrea Foren, CPPO, CPPB City Purchasing Manager P: 479.575.8289 Email: afore fayetteviIle-ar.eov TDD (Telecommunications Device for the Deof): (479) 521-1316 Date of advertisement: 11.22.2020 & 11.29.2020 00I20- 2 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: ARTICLE I - INTRODUCTORY INFORMATION 1.01 DEFINED TERMS: A. Terms used in these Instructions to Bidders and which are defined in the GENERAL CONDITIONS, have the meanings assigned to them in the GENERAL CONDITIONS. B. Bid Documents shall include the following: Bidding Requirements: a. Imitation to Bid. b. Instructions to Bidders. c. Bid Form. d. Bid Bond. e. List of Subcontractors I Contract Forms: a. Agreement E b. Performance C. Labor and V Contract Coi di l a. Genera Cl C b. SuRalemen 4. 5. 6. it:cennd Co tractor ent Bond. 'rots. • Con/diwti`ob` imt rpint Of Riiic&P'*� C. Certain d Inal items Wiese Inst U so Bidders have the meanings indicated low which e a plicabVadt 1 singular and plural thereof. I. Bidder- a �ufjo bmits a,-. ctly to Owner as distinct from a sub- bidd o u nuts a td tor. 2. Issuin+ e the often which the Bid Documents are to be issued and wh d a the bi o ores are to be administered. 3. Successful Bi er 1-ekowest, responsible, and responsive Bidder to whom Owner on the b< ~owner's evaluation as hereinafter provided makes an award. 1.02 COPIES OF BID ST`I TS: A. Complet'b setshe Bid Documents in the number and for the purchase sum stated in the In 'tati to Bid, may be obtained from the Issuing Office. B. Complete sets of Bid Documents shall be used in preparing Bids: neither Owner, nor Engineer assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bid Documents. C. Owner and Engineer in making copies of Bid Documents available on the above terms do so only for the purpose of obtaining Bids on the Work and do not confer a license or grant for any other use. 00200 Instructions to Bidders 00200- 1 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) 1.03 QUALIFICATION OF BIDDERS: A. Prequalification statements are not required. Owner will; however, evaluate the Bidder's qualifications following the opening of Bids. Evaluation criteria considered will include, but not be limited to: 1. Experience and performance records on similar work. 2. Financial responsibility. 3. Ability to supply construction equipment and personnel to complete the Work within the Contract Time. 4. Evidence of Bidder to do business in the state where the Project is located, or covenant to obtain such qualifications prior to award of the Contract. B. Bidders may be requested to submit financial statement and other information relating to experience and financial responsibility after bids are received and before awarding a contract. C. Only those Bids will be considered v ' are submitted by Bidders who v satisfactory completion of wor o d size comparable to the 'red by these Bid Documents. I . A list of compa. I je s, including pprtinent informal n a d identificatio to Hers, shall b subm`itted with t 2. See ART[ E ��A�WARD 6 LTRACT her for:additional require ents a pening o D. For Federal - A' ects, Bidde nO required to t rased in the State of Arkansa [ th of bid. A ntr tor's liceit uu 6e secured by the successful bidde e • c, tracts are No toil. V E. For all o e rojects, a all be icon ed , a contractor in the State of Arkansas and shall - eir lic se n er on the Bid Form. NATION 1.04 EXAMIQ A T OCC�TS AND SITE: A. Before submitu a Bid, it *1 t e ponsibility of each Bidder: I. To thoroughly . a in a Contract Documents and other related data identified in the ' id ! ocuments (including "technical data" referred to below). 2 To vist[ e to become familiar with and satisfy Bidder as to the general, locaI� n Sit onditions that may in any manner affect cost, progress, and r onn n of the Work. 3. o con t er federal, state, and local laws, ordinances, rules, and regulations t to ay in any manner affect cost, progress, performance, and furnishing of the Work. 4. To study and carefully correlate Bidder's knowledge and observations with the Contract Documents and such other related data. 5. To promptly notify Engineer of all conflicts, errors, ambiguities, or discrepancies which Bidder has discovered in or between the Contract Documents and such other related documents. B. Before submitting a Bid, each Bidder shall be responsible to obtain such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or 00200 Instructions to Bidders 00200-2 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) contiguous to the Site or otherwise. which may affect cost, progress; performance; and furnishing of the Work or which relate to any aspect of the means; methods, techniques, sequences, or procedures of construction to be employed by Bidder, including safety precautions and programs incident thereto or which Bidder deems necessary to determine its Bid for perforniin_ and furnishing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. This shall include local shipping facilities and availability of lands if applicable. C. In the preparation of the Contract Documents, neither reports of explorations nor tests of any Hazardous Environmental Condition at the Site of the Work have been prepared. D. Access to the Site: I . On request, Owner will provide each Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as each Bidder deems necessary for ubmission of his Bid. Bidder shall fill all holes, clean up, and restore the Si is former conditions upon coin Vila of such explorations, inv i f. t tests, and studies. V✓� 2. The lands upon which rk is to b e o med, rights^-�a and easements for a t e and other la s designated fo'- use�b Contractor y in performin are identified in t i Contract nt nts. All additional I nd an cess t 0? quired forte p onstruction facilities, cons on equip n , t�storage of terfiils and Equipment to be inco rated n the Wor ,aree obtain d p id for by Contractor. EaSern nts r permanet t s u res or per n hanges in existing a to be oi�btaoiand paid to - er unless otherwise provided i ontract Do e is. 3. rty ovine a by d -rk a e named on the Drawings where known, but racy of ch o n ship is not guaranteed. Bidders shall veri andliakq tit 'r own ar ge ents with such property owners for any e n accedconned* n wi the preparation of Bids. E. Subsurface Inf nation: ► 1. Certain subsur ce n ation has been obtained at, or in the vicinity of, the Site of the Wor . 2. Reports use in preparation of Conti -act Documents: a. In th aration of the Contract Documents, the following reports of AN 1 ati and tests of subsurface conditions at or contiguous to the it Y e Work were used: (I Report dated March 27, 2020, prepared by Terracon Consultants, Inc.; entitled Geotechnical Engineering Report— Kessler Mountain Regional Park Baseball Fields Phase II which may be reviewed at the office of Garver, 2049 East Joyce Blvd., Ste 400, Fayetteville, Arkansas. 3. Log(s) of Boring(s) from the above referenced Report (E.2.a( I)). a. Soil characteristics provided in any soil reports, or as shown on boring logs within the plans or specifications, are representative only at the location of the sample taken, and neither the Owner, Engineer nor Engineers consultants will be responsible for variations in the 00200 Instructions to Bidders 00200-3 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) soil characteristics at other locations. Such reports and drawings are not Contract Documents. b. Any subsurface information; whether included in the plans; specifications; or otherwise made available to Contractor; was obtained and intended for the Owner's design and estimating purposes only. c. The Contractor may not rely upon or make any claim against Owner; Engineer, or Engineer's Consultants with respect to (1) the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by the Contractor and safety precautions and programs incident thereto, (2) other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings, (3) any In interpretation or other conclusion drawn from any da in rpretations, opinions, or infon i n. 4. Copies of the above re%ere port E.2.a(1)) may be purfihfise ly by prospective Bidders west such s ice infomiati��tsopies may bepurchasedfro heEER at th ost of reprodu�i}on. Purchased copies are no urn le and no ref nd or eimburse n `i be made. 5. There is noTxpnre s � impli dew tee as to the rae or completeness of the ubsurfa a '' formation o he inter p ton hereof by the Owner, the ;n%tis:er; cii aniy of thei epr entatives. 6. Th@ace inform on opies Cher fdo of form a part of this or any cuntent i ue he Owner En g eer. 7. spective B er shall make interpretation of subsurface i tion is�, ed Ind slmal a its n expense, make surveys and investieationsta av deeilFnec a to evaluate conditions which will 8. In the�p pLLXc n of the ontrac"t Documents; no drawings of physical conditi sin or relatin . to isting surface or subsurface structures which are at S of the Work were used. F. The submission of a Bt ill onstitute an incontrovertible representation by the Bidder that he has c • nplie ith every requirement of this paragraph "Examination of Contract Dq u, and'Site," and that the Bid Documents are sufficient in scope and detail to�i 46te d convey understanding of all terns and conditions for nerforma�and.t�rni mine of the Work. 1.05 INTERPRETATIONS. MODIFICATIONS. AND ADDENDA: A. Any Bidder who discovers ambiguities, inconsistencies, or errors or is in doubt as to the meaning or intent of any part of the Bid Documents shall promptly request an interpretation from Engineer. Interpretations or clarifications considered necessary by Engineer in response to such requests will be issued by Addenda mailed or delivered to all parties recorded by Engineer as having received the Bid Documents. 00200 Instructions to Bidders 00200-4 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) B. Addenda may also be issued to modify the Bid Documents as deemed advisable by Owner or Engineer. C. Because of the time required to publish and deliver, no Addenda will be issued within the last 7 days before the date of opening Bids. However, an addendmn that affects the time, date or location of the bid opening may be issued as little as two (2) days before the date of opening bids. D. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 1.06 PREBID CONFERENCE: A non -mandatory Pre -Bid meeting will be held Wednesday, December 2, 2020 at 10:00 AM virtually. All interested parties are encouraged to attend. 1.07 LABOR -RELATED REGULATIONS: A. Pursuant to Arkansas Code Ant�ta(V 2 9-203, the City of FayettevSm c rages all qualified minority and wom@njbu ness ente ' es to bid on and raontracts for goods, services; and c nstruc ten. Also, Cit�etteville e c� all general contractors to suDco ct portionsiff their contract to maps small; minority, and worn sptres�s enterpr�e ARTICLE 2 - BASIS OF BtDDJ 2.01 SPECIFIED NT ANL)lM TERIAL V A. Substitutions will b 3id@red onl, after he ffective Date of the Agreement and asset forth in he N RA,L CON O S. 2.02 INDIRECT COSTS: A. Taxes: ` L. All applicable s s, e, compensating, or other taxes to be paid or withheld by Bidder, n1gw i m osed by any taxing authority, on Equipment and Materi �p incorporated in the Work, and on any or all other cost items entetTi i t t t Contract Price, shall be included in the Bid price. 2 ie Bi er shall include all such taxes except those on Equipment and ater� Is, if any, furnished by Owner or others, or exempted by the state. and B d?r shall furnish taxing authorities any information or reports pertaining thereto as required. B. The cost of all construction licenses, building and other pennits, and governmental inspections required by public authorities for performing the Work, which are applicable at the time Bids are opened and which are not specified to be obtained by Owner, shall be included in the Bid price. C. The cost of all royalties and license fees on Equipment and Materials to be furnished and incorporated in the Work shall be included in the Bid price. 00200 Instructions to Bidders 00200-5 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) D. Tests; inspections, and related activities called for throughout the Bid Documents are a responsibility of Contractor unless specified otherwise. The Bid shall include all costs arising from such responsibility. E. The cost of all electrical; water, gas, telephone, sanitary, and similar facilities and services required by Contractor in performing the Work shall be included in the Bid price unless specified otherwise. 2.03 SUBCONTRACTORS: A. The experience; past performance, and ability of each proposed Subcontractor will be considered in the evaluation of Bids. Any Subcontractor so requested shall be required to furnish experience statements prior to the Notice of Awards. B. No Contractor shall be required to employ any Subcontractor, other person, or organization against whom Contractor has reasonable objection. Owner or Engineer may accept or reject Subcontractorbe ordance with Paragraph 6.05 of die GENERAL CONDITIONS. % 2.04 CONTRACT TIMES: A. The number of days 'pAnn- , or the dates by hich, the isoachieve Substantial Comple�ono fin F mpon and be r mal payment shall be as stat din theent. B. Provisions ior .r in darnag are as set fo the Agreement. ARTICLE 3 - BIDDINCrjPd2URE Q IO ` 3.01 PREPARATBTD: ` �^ )� m o A. One se[ of bound u,en 9 includeA ith he purchased set of drawings and specification311 sed for t Bid. B. The Bid Forall I f�e� t i detail in black ink and signed by the Bidder. Forms shall not be ren • e of the bound document. C. Bids by partnerships sha b xecuted in the partnership name and signed by a partner whose title s%II appear under his signature, and the official address of the partnership !4A1'1'�' �71 wn below the signature. D. Bids by(ident or 0 s all be executed in the corporate name by the president or a vice pre r other corporate officer accompanied by evidence of authority to sign—efiorporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown below the signature. E. Names of all persons signing shall be printed below their signatures. F. A power of attorney shall accompany the signature of anyone not otherwise authorized to bind the Bidder. G. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 00200 Instructions to Bidders 00200-6 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) K The address to which communications regarding the Bids are to be directed shall be shown. 3.02 METHOD OF BIDDING: A. Bids will be received on a Unit Prices basis as set forth in the Bid Forni. B. Fimh Bids are required. C. Schedule of Unit Prices: I. The Bidder shall complete the "Schedule of Unit Prices" included in the Bid (and shall accept all fired Unit Prices listed therein.) 2. The total Bid price will be determined as the sum of the products of the estimated quantity of each item and the Unit Price set forth in the "Schedule of Unit Prices." The final Contract Price shall be subject to adjustment according to final treasured, used, or delivered quantities, and the Unit Prices set forth in the ' Schedule i Prices" will apply to such final quantities except that if quantitie v lot than 25 percent above or �elosjJmated quantities, Unit Prices t s ject tchange by Change /Oi�tter.✓ 3.03 SUBCONTRACTORS INFO EIO SUBMITI? ITH Bi `V A. Bidders shall submi o e wn with tl e'eEE ist of Sub tYaGrs contained in the Project Manual as Dgc�finent 004R hpleted with es fall such Subcontractors, pliersand other ers s and orga v on proposed for those Port of the or or which cli d n ification i�reged. The list shall be suppler n d% experien moment with p enAfonnation regarding similar project - - o er evidence u" lification f ea h ch Subcontractor, Supplier, person, o anization r'g ted by g eer. IE after due investigation, Owner or Engineer has reason tion t ny p- Mcd Subcontractor, Supplier, or other person or orgava tt , h, n r shay, b re a Notice of Award is given, request the apparent Succi der to su it an , ceptable substitute without an increase in the Bid. If thearent ucees ulder declines to make any such substitution. Owner may athe Co acc to h next lowest Bidder that proposes to use acceptable Subcontract ers, and other persons and organizations. The declining to make request stitutions will not constitute grounds for sacrificing the bid security of an Bidder. Any Subcontractor, Supplier, or other person or organization 14s1� an o whom Owner or Engineer does not make written objection prior to th , vi kg - h Notice of Award will be deemed acceptable to Owner and Enginee ubjetI� revocation as provided in Paragraph 6.05 of the General 3.04 MANUFACTURERS SUBMITTED WITH BID: Bidders shall subnhit to Owner with the Bid, the List of Manufacturers contained in the Project Manual as DOCtttnent 00440, completed with names of all such Manufacturers, Suppliers, and other persons and organizations proposed for those portions of the Work for which such identification is required. The list shall be supplemented by an experience statenhent with pertinent information regarding similar projects and other evidence of qualification for each such Manufacturer. Supplier, person, or organization, if requested by Engineer. If, after due investigation, Owner or Engineer has reasonable objection to any proposed 00200 Instructions to Bidders 00200-7 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) Manufacturer, Supplier; or other person or organization, Owner may; before the Notice of Award is given; request the apparent Successful Bidder to submit an acceptable substitute without an increase in the Bid. If the apparent Successful Bidder declines to make any such substitution; Owner may award the Contract to the next lowest Bidder that proposes to use acceptable Manufacturers. Suppliers, and other persons and organizations. The declining to make requested substitutions will not constitute grounds for sacrificing the bid security of any Bidder. Any Manufacturer, Supplier, or other person or organization listed and to whom Owner or Engineer does not make written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Engineer subject to revocation as provided in Paragraph 6.05 of the General Conditions. 3.05 FORMS TO BE SUBMITTED: A. The following fornis shall be complete an ubmitted with the Bid: I. DOCUMENT 00400 B�^ R 2. Bid Security as bank c I to c eck, o d Bond (DOCUMENT 0 410),� 3. DOCUMENT 0 43 I IST OF SU CO RACTORS 4. DOCUMEJ 0 0 ISTO� UFACTURE S� 3.06 BID SECURITY: 00, A. Each B' al lCcompan �Bid security�PayyaBo Owner, of the amount supul n e Invitation r?i v B. The requi2e'd security all in the! rmnk cashier's check or a Bid Bond on the forni prescribed h IA; Do tnen 310, or on similar fonn attached. C. Bid Bond sha uted by a urety i eeting the requirements set forth for "Surety Bonds'' in the trNEURAL (i0 1 NS. D. Bid securiq of oo'ss der will be retained until Bidder has executed the Agreement and furnish to quired surety Bonds as set forth in the GENERAL CONDITIONS, wh eupo id security will be returned. If the Successful Bidder fails to execu[ t reement and famish [lie surety Bonds within 15 days after the date of Noticda , Owner may annul the Notice of Award; and Bid security of that Bid er"'lsih+,`��e or eited to Owner. E. The Bid cu ' of any Bidder whom Owner believes to have a reasonable chance of receiving the award may be retained by Owner until the earlier of 10 days after the Effective Date of the Agreement and the required surety Bonds furnished; or the 91�' day after the Bid opening.. Bid security of other Bidders will be returned within 10 days of the bid opening. 3.07 SUBMISSION OF BID: A. Bids shall be submitted at the time and place designated in the Invitation to Bid. 00200 Instructions to Bidders 00200-8 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) 3.08 B. If the Bid is sent by mail or other delivery system; the sealed envelope shall be enclosed in a separate envelope with the notation `Sealed Bid Enclosed' on the face thereof. C. Electronic Submittal: Proposers can go to www.fayetteville-at-.Pov/bids and follow the prompts to submit a proposal within the electronic bidding platform. If a proposal is submitted electronically, a physical submission is not necessary. OR D. Physical Submittal: Physical Submittals shall be submitted in a sealed envelope with the solicitation number, and the Company name shall be clearly marked on the outside of the package. NO LATE submittals shall be accepted. Physical submittals shall be mailed to 113 W. Mountain Street, Fayetteville, AR 72701, or submitted into the drop box in front of City Hall pr 0r to bid deadline. E. Bid Documents with accontpat i �ecurit d other required i shall be enclosed in an opaque seale�e v ope (for p s cahsubmittal ma k!nbcon y with the following: /� I . Project nam I V 2 Bid numbe v 3. Name m d add of Bidde 4. Co�ttra license num . equired fo e rat Aid Projects) _4 N r A. Bids may be modifi thdrawi ManAlelivered popriate document duly executed (inthe manner that Bi4l nu executto the place where Bids are to be submitted tye prior t04 g of Bids. B. If, within 24 ho rs after Bids ai�0ened, any Bidder files a duly signed written notice with Owner and ro t�t ereafter demonstrates to the reasonable satisfaction of Owner th he was a material and substantial mistake in the preparation of his Bid, Iha adder may withdraw its Bid, and the Bid security will be returned. Therseaafi��tg�hat Bidder will be disqualified from further bidding on the Work to be p'rgSiited M%der the Contract Documents. ARTICLE 4 - 4.01 A. Bids will be opened and (unless obviously non -responsive) read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids will be made available to Bidders after the opening of Bids. B. All Bids shall remain open for a period of 90 days after Bids are opened, but Owner may, at his sole discretion, release any Bid and return the Bid security at any time prior to that date. 00200 Instructions to Bidders 00200-9 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) ARTICLE 5 - AWARD OF CONTRACT 5.01 OWNER's RIGHT TO REJECT BIDS: A. Owner reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, non -responsive, unbalanced, or conditional Bids and to reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by Owner. Owner also reserves the right to waive all informalities not involving price, times, or changes in the Work and to negotiate Contract terms with the Successful Bidder. (Discrepancies between the multiplication of units of Work and Unit Prices will be resolved in favor of the Unit Prices.) Discrepancies between the indicated sum of any column of figures and the correct sum thereof II be resolved in favor of the correct sum. Discrepancies between words and re will be resolved in favor of thuds. B. All Bidders must agree that sua4iti71011 shall rthout liability a rt of the Owner nor shall the Bidd s se urse of an�gainst th r ecause of such rejections. The fil' g Ay Bid shall onsu to an aereeyFer� the Bidder to these conditions. V ♦ Vv' 5.02 EVALUATION OF BIDS ` A. In evaluatifi ids, caner will n e qualifiEauo of the Bidders, whether or not th s cc y with th ibed requir fen nd such Alternates, Unit Prices of er data, as m requested �l Form or prior to the Notice of Award. er must a ep erhates ier al order. B. Owner may consi [ q lificatio and xperience of Subcontractors, Suppliers, and other peNei` an ganiza ' ns pr ed for those portions of the Work as to whicglh the idubco tra�Suppliers, and other persons and organizations is requestedaragrat us document. C. Owner may conduct sgations as he deems necessary to assist in the evaluation of any Bid an017t tablish the responsibility, qualifications, and financial ability of the Bidder proposed Subcontractors, and other persons and organizations to perform ap rn the Work in accordance with the Contract Documents to Owner's — m vw hill the prescribed time. D. Owner (erve the right to reject the Bid of any Bidder who does not pass any such evaluatiogjwner's satisfaction. E. Within 10 days after Bids are opened, and if requested by the Owner or the Engineer, the apparent Successful Bidder, and any other Bidder so requested, shall submit supplemental information including an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, person, or organization, proposed by the Bidder for consideration as specified in ARTICLE 3 paragraph 3.03 above. The use of Subcontractors listed by Bidder (DOCnmenl 00430) and accepted by Owner prior to the Notice of Award will be required in the performance of the Work. 00200 Instructions to Bidders 00200— 10 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) F. Within 10 days after the Bids are opened; the apparent Successful Bidder, and any other Bidder so requested, shall submit an itemized breakdown of any lump sum portion of its Bid. This breakdown must include a separate item for each major category of work and each major piece of equipment. This breakdown may or may not be reflected in subsequent time schedule submittals. G. 'file award of the Contract, if it is awarded, will be to the lowest, responsive, responsible Bidder whose evaluation by Owner indicates to Owner that the award will be in the best interest of Project and Owner. H. The following method will be used for the evaluation of all bids: I. Bidders are required to provide pricing for all line items, including items presented for deductive alternates. Failure to provide deductive alternate 2. pricing can result in bid rejection. The city intends to award ghn*contract to the lowest qualified responsive responsible bidder based ot�htntp sum bid as long as such bi Its within the amount of funds cetRxt�he to ec' t plus 25%. In the event no bid falls ithi the anto t ands ceriifiKrX ie projcet, plus 25%, the ci II 'ti a the deducti alternates in itil bids can be compared vi rune amount certified; lus 25%. In the even all eve altetAat sre�ubtracted oid falls within the amoun`rtifie lus 25%, atill be reje � The City `` responsi the ceH �ute autnorny 'kUtiate an away 'th the apparent responsive er but onl f th low bid is . ,enty-five present (25%) of funds. - [ 1 Ov 5.03 NOTICE OF A . JRD: A. After conside ing a ba is f award a ,die luation of Bids; if the Contract is to be awarded; Ow er t I nhin 90��I.�a 's attei the date of opening Bids notify the Successful Bi rr o acceptanoeFOR,, s Bid (indicating- which, ifany, Alternate Bids have been accep d). ` ARTICLE 6 - SIGNING OF AGREE 6.01 When Owner gives Notic ward to Successful Bidder, Engineer will issue the required number of unbound,4lnst�" Anne - unterparts of the Agreement and other Contract Documents to Successful Bi ` 6.02 Within 15 days t! . fter; Contractor (Successful Bidder) shall sign all copies of the Agreement leaving the dates blank; insert the properly executed Bonds, power of attorney documents, and other required documents in the appropriate places; and deliver all copies to Owner. 6.03 Within 10 days thereafter. Owner will execute all copies of the Agreement and insert the Date of Contract in the Agreement, Bonds, and power of attorney documents. Owner will provide the executed Contract Documents to Engineer for binding and distribution as required. Each duly executed counterpart will be accompanied by a complete set of Drawings with 00200 Instructions to Bidders 00200— 1 1 DOCUMENT 00200 — INSTRUCTIONS TO BIDDERS: (continued) appropriate identification. Contractor is responsible for recording contract documents at courthouse. END OF DOCUMENT 00200 00200 Instructions to Bidders 00200— 12 DOCUMENT 00400-BID FORM Contract Name: Kessler Mountain Re=ional Park, Phase II Bid Number 20-86 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: ARTICLE I - INTENT 1.01 The undersigned B�d r proposes and agreement w' �( e<jin the form Z4 and furnis a rk as specifi price and withi the Bid ttitf in"`iiiicatte ternis and conditions a tIT! ie22 on ract f ARTICLE 2 - 2.01 2.02 Bidder accepts all of the :slthis Bid i d in the Coutr P�5 to enter into an to perform Documents for the Bid in accordance with the other itions of the Invitation to Bid and Instructions to Bidder, kpludil a without limitation those dealing with the disposition of Bid un . This Bid will remain subject to acceptance for 90 days after the da of Bi o, ening. Bidder will sign and deliver the required number of counterparts ofatht,Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. DEBARMENT AND SUSPENSION: I certify that to the best of my knowledge and belief that the company that I represent and its principals: 00400 Bid Fomh 00400 — 1 DOCUMENT 00400-1BID FORM (continued) A. Are not presently debarred, suspended, proposed for debarment; declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; B. Have not within a three year period preceding this proposal been convicted of or had a civil judgement 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 se tatements, or receiving stolen pr erty; C. Are not presently indicted orthenvise rally or civilly a y a government entity ( e aS[ate; or local) commissipt it�of the offenses grim at m agraphTB- h1s certiticati ' D. Have not with a three-year n d receding [hi's a cation/proposal had on hihic trans ctt�ederal, St �?+I cal) terminated for cause or au .h`understa a[ false stat per this certification regarding debarment and sy� n may gro \nos f)or rejection of this proposal or terminatig>—f�f(i�e g{tar . InLaddiu nder 18 USC Sec. 1001, a false statement I certification ARTICLE 3 - BIDDER'S RE 3.01 In submitting sd that: 1 inta`fi_f e. urther certify that I will obtain a similar PArS—Ub Nttr�act"awarded in excess of $25,000. .IONS represents, as more fully set forth in the Agreement, A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: Number Date 00400 Bid Fon» 00400-2 DOCUMENT 00400—BID FORM (continued) B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. D. Bidder has carefully studies I. 1) r. ports of explorations and tests subsurface conditions at or nn ous to th*Si and all drawii(uj� physical conditions lidn ruing to existing ace or sudaliq7arcintiq o�e sfructura at or contiguou o m :and (2t1 r and drawings Environm tal Cot if any thite. Bidde a owledges that such reportsjan dra ings are not act Docum�e is a may not be complete f i der purposes. er acknowledge_vs th9} wrier and Engineer do not a e respon 'bS,n the ac ur y o completeness of information and data shown ated in ejBid,,',ocurnents with respect to Under ro a ies at orlsontio the Site. g ♦ �g E. Bidder has o`btaine n ca efu�ly studied (or assumes responsibility for having done so) all h dditional or supplementary examinations, investigati n e, ]orations, tests, studies, and data concerning conditions (surffa�ac`� u r�ac , and Underground Facilities) at or contiguous to the Site or ot'lmerv,, which may affect cost, progress; performance, or furnishing of the Wo�leor which relate to any aspect of the means; methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. F. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this 00400 Bid Form 00400-3 DOCUMENT 00400 —BID FORM (continued) Bid for performing and furnishing of the Work in accordance with the times; price; and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations; explorations, tests, studies, and to with the Contract Documents. I. Bidder has given Engineer lice o conflicts; errors; a igtlit7es. or discrepancies tha 'ddeVi h discovered i ie ontract D um ts, and the written resor ' n e of by E�gi etr is acceptable to'0t r. J. The Contra ocurr'�ents are ge eSaNly ient o di to and convey unders�d = pall terms d c ditions for or ing and furnishing the W� W6�r Jtiich this Bi�gbmrtted. K. This Bid is genQna'rtd'noott nta Dtthinterest of or on behalf of any undisclo first; o orpoee and is not submitted in conformity with any ag�eement or e of y group, association, organization; or corporation: Bidd �ha n t�directly or indirectly induced or solicited any other Bidder to jubnnt alse or sham bid; Bidder has not solicited or inducedOZ11rsg'u, Finn; or a corporation to refrain from bidding: and Bidd r a%; s ught by collusion to obtain for himself any advantage over any Cher *idder or over Owner. L. 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. 00400 Bid Form . 00400—'4 DOCUMENT 00400—BID FORM (continued) ARTICLE 4. BID PRICE Bidder will complete the Work in accordance with the Contract Documents for the rollowing price(s): ITEM SPEC. NO. NO. DESCRIPTION ESTIMATED UNIT BID UNIT QUANTITY PRICE AMOUNT 1 511 Mobilization LS 1 2 SP Bonds and Insurance LS 1 3 112 Trench and Excavation Safety Systems LS i 4 201 (Clearing, Grubbing, and Demolition LS 1 5 202, SS-202 Unclassified Excavation (Haul Off) (Plan Quantity) CY 78,600 6 202, SS-202 Unclassified Excavation (On -Site Haul) (Plan Quantity) CY 29,400 7 202, SS-202 Embankment (Import) (Plan Quantity) CY 100 8 202, SS-202 Embankment (On -Site Material) (Plan Quantity) CY 29,300 9 202, SS-202 Select Embankment (Plan Quantity) CY 3.000 10 202, SS-202 Undercut and Backfill lkiR CY Vill4,150 11 202. SS-202 Rack Excavation CY 50 12 203, SS-203 Subgrade Preparation (Plan Quantity lSl' 9.418 13 301, SS-301 36" R. C. Pipe (Under Pavem 8040 14 301, SS-301 18" R. C. FES EA 5 Alm 15 301, SS-301 36" R. C. FES EA 4 16 301, SS-301 18" H.D.P.E. Pipe L 1,392 17 301, SS-301 18" H.D.P.E. Pipe (Under Pavemen F 304 18 301, SS-301 24" H.D.P.E. Pipe LF 71 19 301, SS-301 24" H.D.P.E. Pipe (Under Pavement) LF 53 20 301, SS-301 36" H.D.P.E. Pipe LF 445 21 301, SS-301 Trench Drain . LF 622 22 301, SS-301 4" PVC Pipe (Schedul 40 No All LF 85 23 302 4' Curb Inlets EA 3 24 302 5' Curb Inlets EA 1 25 302 6'x5' Curb Inlets EA 1 26 302 6' Junction Boxes EA 1 27 302 6' Area Inlets EA 1 28 302 4' Curb Inlet Extension EA 1 00400 Bid Form 00400— 5 DOCUMENT 00400—BID FORM (continued) ITEM SPEC. ESTIMATED UNIT BID nEECRIorinM UNIT QUANTITY PRICE AMOUNT 29 302 i8' Curb Inlet Extension EA 2 30 305 Turf Reinforcement Mat SY 50 31 306 Rip Rap SY 435 32 401 6" Aggregate Base Course SY 8,969 33 401 5" Aggregate Base Course SY 109 34 401 3" Aggregate Base Course SY 378 35 403 Asphalt Concrete Hot Mix Binder Course (PG 64-22) Ton 55 36 403 Asphalt Concrete Hot Mix Surface Course (PG 64-22) Ton 1.204 37 501 Concrete Curb and Gutter (Type A) LF 2,146 38 502. SS-502 I 4" Thick Concrete Sidewalk INSY 2.786 39 502, SS-502 6" Thick Concrete Sidewalk SY 17 40 502, SS-502 Sidewalk with Thickened Edge SY 225 tIVIN 41 502, SS-502 Concrete Heavy Duty 2,062 42 503, SS-503 Concrete Driveway Aprons (C ercial) CI S 12 43 507, SS-507 4" Pavement Marking Re ct " ed int) LF 94 44 507, SS-507 Pavement Symbo s O e ectorized Paint 1 45 507, SS-507 Pavement Symbols (B -- ReBectorized t) 1 46 507, SS-507 Pavement Symbols (Handi S mb - ectorize aint) 7 47 507, SS-507 Pavement Symbols (Arrows - e8ectorized Pair*) EA 5 48 508 Street Sign Installation EA 10 49 508 Concrete Ballard with Street Sign Inst Vation EA 7 50 509 Erosion Control LS 1 51 510 ff Traffic Control and ntenanj\W LS 1 52 513 Cast -in -Place Detectabl VAng Panel SF 12 53 513 Handicap Access Ramp SY 9 54 517 Tree Protection Fencing LF 1.700 55 SP-03 ACHM Pavement Permanent Repair SY 45 56 SP-04 Nyloplast 2830 AG Drain Basin EA 5 57 SP-04 Nyloplast 2730 AG Inline Drain EA 4 00400 Bid Form 00400— 6 DOCUMENT 00400—BID FORM (continued) ITEM SPEC. NO. NO. DESCRIPTION ESTIMATED UNIT BID UNIT QUANTITY PRICE 58 SP-04 Nyloplast 3099 CGS Grate EA 3 AMOUNT 59 SP-04 Nyloplast 3099 CGP Grate EA 5 60 SP-05 (Junction Box Adjusted to Grade EA 1 61 SP-06 Storage Building (20'x30') LS 1 62 SP-07 Landscape (Trees, Shrubs. Edging) LS 1 63 505, SS-505 Solid Sod (Buffalo Grass) SY 18,172 64 505, SS-505 Solid Sad (Meyer Zoysia) SY 5.214 65 505, SS-505 Solid Sod (Tit 419 Bermudagrass) SY 20,574 66 204, SS-204 Topsoil Placement (Parking Lot Islands)(24" Deep) SY 358 67 204, SS-204 4" Topsoil Placement SY 24,929 68 204. SS-204 6" Topsoil Placement SY 9,032 69 SP-08 Irrigation (Baseball Outfields And Landsca )/ LS 1 70 SP-11 Bike Racks, Installed ^Eq 14 71 SP-11 Bleachers (5 Row), Installed 8 72 SP-13 Shade Structures, Install EA 16 73 SP-11 Dugout Benches sta d 8 74 SP-11 Pet Waste Stations, Inst led 2 75 SP-11 Batting Cage Pavement, Install d EA 632 2 76 SP-11 Double Batting Cage (Net, Po 8 Footings), Install 77 SP-11 Portable Pitching Mounds, Installed EA 4 78 SP-11 Foul Poles (Pair), Installed EA 4 79 SP-17 Fence Caps (Black), Installed LF 1,220 80 SP-17 Fence Caps (Yellow) nstalle LF 1.540 81 SP-11 Batters Eye, Installed EA 1 82 SP-12 Scoreboards, Installed EA 4 83 505 Seeding and Mulching acre 3 94 SP-14 Flag Pole, Installed EA 1 BS SP-15 Signage- Outfield, Installed EA 12 86 SP-15 Signage- Field Identification, Installed EA J 4 00400 Bid Form 00400— 7 DOCUMENT 00400—BID FORM (continued) ITEM SPEC. NO NO DESCRIPTION ESTIMATED UNIT BID UNIT QUANTITY PRICE AMOUNT 87 502, SP-11 (Mowstrip, Batters Eye, Installed SF 528 88 502, SP-12 Mowstrip (Scoreboard), Installed SF 160 89 502, SP-17 Mowstrip- Fence, Installed LF 2,280 90 512. SP-17 i Chainlink Fence, 6' Tall, Installed LF 3,017 91 512. SP-17 Chainlink Fence, 8' Tall, Installed LF 688 92 512, SP-17 Backstop Fence, 10' Tall, Installed LF 560 93 SP-17 Backstop Netting- 30' Tall, Installed SF 16,800 94 512. SP-17 8-Foot Tall, T Wde Gate, Installed EA 8 95 512. SP-17 8-Foot Tall, 5' Wde Gate, Installed EA 8 96 512, SP-17 6-Foot Tall, 10' Wde Gate, Installed EA 4 97 512, SP-17 6-Foot Tall, 12' Wde Gate, Installed EA 8 98 512, SP-17 6-Foot Tall, 21' Wde Gate, Installed FA 2 99 SP-18 Dugout Root, Installed �FA e —101111 100 SP-16 Artificial Turf Surface, Installe 61 3 101 SP-16 Bullpen Artificial Turf Surface, tal SF 48 102 SP-16. Batting Cage Arti i rt Race. Installed 365 103 SP-11 Bases (w/ Anchors), Ins (led eF1 1 104 SP-19 Composite Screening Fence Dump r/ M int hence Bldg.),30 Installed 105 SP-19 10' Composite Double Swing Fo S enin Fe a (Maintenance Bldg.), Installed EA 1 106 SP-19 15' Composite Double Gate For Scream en Aster). Installed EA 1 107 SP-19 Steel Pipe Bollards, Installed EA 5 108 SP-19 Concrete Heavy Duty (Dump ad Called SV 45 109 SP-10 Steel Pipe Gate LS 1 110 517 Tree Protection Fencing LF 195 111 SP-20 Concrete Sandblast- Baseball Figure, Installed EA 3 112 SP-22 Entrance Signage, Installed EA 3 113 SP Restrooms/Concessions Building EA 1 114 SP-02 New Electrical Service LS 1 115 SP-02 Parking Lot Light Assembly EA 30 00400 Bid Fom1 00400 — 8 DOCUMENT 00400—BID FORM (continued) ITEM SPEC. NO. NO. DESCRIPTION ESTIMATED UNIT BID UNIT OIIANTITY PRICF AMOUNT 116 1 SP-02 Ball Field Sports Lighting I LS 1 117 SP-02 'Power Unit Maintenance Building EA 1 118 119 SP-02 SP-02 Power Unit Feeder Data Conduit (2" Conduit) LF LF 750 1,300 120 SP-02 Telecommunication Handhole EA 5 121 SP-02 Ball Field Electrical LS 1 122 01271 Utility Mobilization LS 1 123 01271 Utility Trench Excavation Safety Systems LS 1 124 01271 Spot Dig and Verify Exiting Utility Locations LS 1 125 01271 8" C900 PVC Water Line 1 LF 255 IV 126 01271 3" D2241 PVC Water Service Line tar LF 230 127 01271 4" Sewer Service Line LF 335 128 01271 18"x8" Tapping Sleeve and Valve 1 129 01271 Ductile Iron Fittings for Water LI L 25 130 01271 Fire Hydrant Assembly ♦ EA 1 131 01271 8" Gate Valve 1 132 01271 2" Water Meter Setting 1 133 01271 Sewer Service Cleanout 6 134 01271 Connect Sewer Service ♦ FJ1 1 135 01271 Trench Undercut and BackfillONN CY 50 136 01271 Rock Excavation for Utilities CY 10 137 t 01271 Septic Equalization Tank ♦ LS 1 U-w Deductive Alternate #1 ITEM SPEC. NO. NO. DESCRIPTION Total amount for items I to 137 listed above $ ESTIMATED UNIT BID I INIT OIIANTITY PRICF AMMINT 79 SP-17 1 Fence Caps (Black), Installed I LF 1 1.220 60 SP-17 Fence Ca s Yellow Installed LF 1.540 81 SP-11 Batters Eye Installed EA 1 87 502, SP-11 Mowstri, Batters Eye, Installed SF 528 lot SP-16 Bull en Artificial Turf Surface, Installed SF 4,248 110 517 Tree Protection Fencing LF 195 111 SP-20 Concrete Sandblast- Baseball Figure. Installed I EA 1 3 Total amount for Deductive Altemate 41 $ 00400 Bid Fom1 00400— 9 DOCUMENT 00400—BID FORM (continued) ITEM SPEC, ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT Deductive Alternate #2 ITEM SPEC. ESTIMATED UNIT BID NO NO DESCRIPTION UNIT QUANTITY PRICE AMOUNT fit P-2 Storage Building20W()' La 1 75 UP- SP-11 Batting Cage Pavement, Installed SY 632 76 1 SP-11 Double Batting Cage (Net, Posts & Footings), Installed I EA 2 117 1 SP-02 I Power Unit Maintenance Building EA 1 116 1 SP-02 I Power Unit Feeder LF 1 750 Deductive Alternate #3 ITEM SPEC. Total amount for Deductive Alternate #2 ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMUUNI 72 1 SP-13 Shade Structures, Installed EA 16 1 82 SP-12 Scoreboards, Installed EA 4 88 1 502, SP-12 IMowstnp (Scareboard). Installed I SF 1 160 Total amount for Deductive Alternate 43 $ Award will be to a single contractor based on the total amo t �Bid'Hers sh II submit a bid for all Nit m O ♦ � V V .Q O P •6. G� 00400 Bid Form 00400— 10 DOCUMENT 00400—BID FORM (continued) ARTICLE 5 - CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6 - RID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the fo f a certified or bank cashier's check or a Bid Bond and in the amou tf'B �. Dollars ) B. A tabulation of5�1 tors andothe�sons and r ata icons required to be idenC ied in t�id.� ♦ `� ARTICLE 7 - COMMIA& NS N Plo 7.01 Communic oncernin i� shall be dr the Bidder as follows: �i • w `ter Phone No. e ♦� FAX No. 00400 Bid Form 00400— 11 DOCUMENT 00400—BID FORM (continued) ARTICLE 8 - TERMINOLOGY 8.01 The terms used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED on If Bidder is: An Individual Name (type or printed): By: (I Doing business as: Tar ID Number: - Business addr sw Phone No.: V Il 20_ V� 00400 Bid Form 00400 — 12 DOCUMENT 00400 —BID FORM (continued) A Partnership Partnership Name: EAL) By: (Sisnature of general partner — attach evidence of authority to sign) Name (type or printed): Tax IDNumber: Business address: Phone No.: A�.: 6 � o O 00400 Bid Form 00400— 13 DOCUMENT 00400 —BID FORM (continued) A Corporation Corporation Name: "Fax ID Number: State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature — attachevid nce Name (type or printed): • Title: Attest: Business address: Phone No.: FAX No.: • AF DOCUMENT 00400 CGS EAL) L) 00400 Bid Fonn 00400— 14 DOCUMENT 00410 -BID BOND KNOW ALL MEN BY THESE PRESENTS: that we as Principal, hereinafter called the Principal, and a corporation duly organized under the laws 4 hereinafter called Surety, are held and fi City of Fayetteville. Arkansas 113 West Mountaii tee th�StA[� as jnnd unto o, � � V Fayetteville, a N2701 ZV as Obligee, hereinafter calle Owner, i he m of NIL D IDollars ($ for the payment of which sum; well and truly to be mad I and sa' uret ,bind ourselves, our heirs, executors; Y p Y administrators, successors anY gns, jo'i verally, firmly by these presents. WHEREAS, Principal has su: mit. a Bid KESSLER MOUNTAIN REGIONAL PARK, PHASE II NOW; THEREFORE, i tf' he O`r shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for 00410 Bid Bond 00410 — 1 DOCUMENT 00410 — BID BOND (continued) which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void. otherwise to remain in full force and effect. Signed and sealed this PRINCIPAL m SURETY 0 day of 20_ (This Bond shall be accompanied with Attomey-in-Fact's authority from S ety) END OF DOCUMENT 0041 (CORPORATE SEAL) • Vol x+ O� O(CORPORATE SEAL) 00410 Bid Bond 00410-2 DOCUMENT 00430 — LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing die Work for KESSLER MOUNTAIN REGIONAL PARK, PHASE II. Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Subcontractor's Name and Address NOTE: This form must be submitted in accordance with the Instructions to Bidders. Bidders Signature END OF DOCUMENT 00430 Expected Percentage or Value 00430 List of Subcontractors 00430 - 1 DOCUMENT 00440 — LIST OF MANUFACTURERS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Manufacturers to be used in performing the Work for KESSLER MOUNTAIN REGIONAL PARK; PHASE IL Bidder certifies that all Manufacturers listed are eligible to perform the Work. Manufacturer's Work Manufacturers' Name and Address Other (designate) Other (designate) Other (designate) ' A� NOTE: This form must be su on ed in ace +,ith [I ns uc ns to Bidders. Bidd s Stan Nre ENb�,h7D�CUMENT 00440 G� 00440 List of Manufacturers 00440— 1 DOCUMENT 00500 — AGREEMENT BETWEEN OWNER AND CONTRACTOR Contract Name/Title: KESSLER MOUNTAIN REGIONAL PARK, PHASE II Contract No.: THIS AGREEMENT is dated as of the day of in the year 20 by and between The City of Fayetteville; Arkansas and .(hereinafter called Contractor). ARTICLE 1 - WORK 1.01 Contractor shall compete all Work ass ified or indicated in the Contract Documents. The work under this m lades; but is not limited toa�V1 The project includes, b not �ited to. con tract of four n e e barse/ball fields with a central' f ciIi13' fer nc messions and re tr storage building, bleachers nh overhead c '�b�it n cages ar't i o[ with landscaping anklightinfirriga[ion,at��ind sewver lidninmg walls, and sanitary seV;er� a t expansion. Av ARTICLE 2 - ENGOb` Owis 2.01 The Project has been de ' � Gary L hereinafter called Engineer. The Engineer ass tes a ties an espon i f ities, and has the rights and authority assigned to Eneine m�Contra D menu in connection with completion of the g Work in accordance with tlt_ eDintr [ ocuments. ARTICLE 3 - CONTRACT LMN ♦ +�1 3.01 TIME OF TI,40ESS E 2E. A. All tim units for milestones; if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 00500 Agreement 00500- 1 DOCUMENT 00500 — AGREEMENT (continued) 3.02 DATES FOR SUBSTANTIAL COMPLETION AND FINAL PAYMENT: A. The Work will be Substantially Completed within 420 calendar days after the date when the Contract Times continence to run as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 30 calendar days after the date when the Contract Times commence to run. 3.03 LIQUIDATED DAMAGES: A. Owner and Contractor ri Agreement and that The Work is not completed t thereof allowed in a it time is of the essence of this !W' eville will suffer financial I me spe ed above, plus an/y�l the'GEN • AL CONDITIiN: parties also rec n to clays. eoxpens'e and difficultiesG❑nT ed in proving the -actual uffered6'T?QrtYofFay ll 'f the Work is not Subs[a�tia6a mpleted on[ordingly Ih eC�ty of Fayetteville and Cotac a r e that as ufdated damage or e�(but not as a penalty) Con shall pa t� of Fayet[ 1. ve Hundred Dollars ($500.00) for each calendjV'VP t expir after�me specified above in Paragrap 2 ubstan 'al Com �ietion until the remainder of the Work is Substantiate CompleteoA er stantial Completion, if Contractor shall neglect, refuse, or d co plete the remaining Work within the time specified in A-grai7lV-2 for completion and readiness for final payment or any prope en thereof granted by The City of Fayetteville, Contractor 4 Eif Fayetteville Five Hundred Dollars ($500.00) for each cal dar dathat expires after the time specified for completion and readiness for final payment. ARTICLE 4 - CONTRACT PRICE 4.01 The CITY OF FAYEITEVILLE agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the amount based on the prices bid in the Proposal (BID FORM) which is hereto 00500 Agreement 00500 - 2 DOCUMENT 00500 — AGREEMENT (continued) attached, for the actual amount accomplished under each pay item; said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. 4.02 As provided in the General Conditions estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by ENGINEER as provided in the General Conditions. Unit prices have been computed as provided in the General Conditions. ARTICLE 5 - PAYMENT PROCEDURES 5.01 SUBMITTAL AND PROCES^SING; ®F BAYMENT . l \' IRMW A A. Contractor GENERA 6C0VNDIPONS. A Enw`ided in the A. The City of Fad Contract Ynd recomme construction. All shall basis tra ment in for Paynl, CONDIT�I� '�t the processed by G" VeOss payments on account of the Applications for Payment as about the 15th day of each month during will be measured by the schedule of values established in th GENERAL CONDITIONS (and in the case of Unit Price Work ba4se'd+ono number of units completed) or, in the event there is no sch t ofes, as provided in the General Requirements. I. Qor to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below, but, in each case, less the aggregate of payments previously made and less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS. a. 95% of Work Completed (with the balance being retainage). 00500 Agreement 00500 - 3 DOCUMENT 00500 — AGREEMENT (continued) b. 100% of Equipment and Materials not incorporated in the Work but delivered, suitably stored; and accompanied by documentation satisfactory to The City of Fayetteville as provided in the GENERAL CONDITIONS. 2. Upon Substantial Completion, The City of Fayetteville shall pay an amount sufficient to increase total payments to Contractor to 95% of the Contract Price (with the balance being retainage), less such amounts as Engineer shall determine, or The City of Fayetteville may withhold, in accordance with the GENERAL CONDITIONS 5.03 FINAL PAYMENT: V) A. Upon final completi nd1R�ance of the ork in accords the ge GENERAL CO�f , The 6i a etteville shall ay he remainder of the Con act Pr recomm e N Engineer n, as p ovided in the GENE♦RAV DITIONS. r` V ARTICLE 6 - CONTRA( NOR'S REP- SEh♦YTATION� 6.01 In order to induce The i 2 a_vettevI to er into this Agreement, Contractor makes the follow ;&le ntations: A. Contractor has exat n �adcarefully studied the Contract Documents including the Adden a d other related data identified in the Bid Document low �� B. Con ractor wsited the Site and become familiar with and is satisfied as to g er ) the local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Contractor is familiar with and is satisfied as to all federal. state, and local Laws and Regulations that may affect cost, progress, performance, and furnishing of the Work. 00500 Agreement 00500 - 4 DOCUMENT 00500 — AGREEMENT (continued) D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site; and (2) reports and drawings of Hazardous Environmental Condition, if any, at the Site. Contractor acknowledges that The City of Fayetteville and Engineer do not assume responsibility for the accuracy or completene M/�f information and data shown or indicated ntract in the CoDon et is with respect to Underground lii-e's at or contiguous [o [he ite E. Contractor has obi 'nod a d carefi I died or assumeslkes°p risibility of having done so) all u additio t l mentary e ina ions, investigati n , explorations, t , t ies; and dat c cerning conditions (so Meei�`�tTrface, an ground Fac"'iie or contiguous to the Site or o e se which a, t cost, pr gre crforntance, and furnishing of the Work or w ' to an spec means, methods, techniques, sequenc d pdures cons ion to be employed by Contractor and f 4\ safety prec lions and pro as 'ncident thereto. Contractor does no ns" er that any additional examinations, investigation`eplorauons, tests, studies, or data are necessary for the perfornik, cl Tur ishing of the Work at the Contract Price, within the and in accordance with the other teens and conditions of the G. Contractor is aware of the general nature of work to be performed by The City of Fayetteville and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has correlated the information known to Contractor, inforniation and observations obtained from visits to the Site, reports and drawings 00500 Agreement 00500-5 DOCUMENT 00500 — AGREEMENT (continued) identified in the Contract Documents. and all additional examinations; investigations, explorations, tests, studies; and data with the Contract Documents. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents and the written resolution thereof by Engineer is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and ditions for performance and Furnishing of the Work. ;0 O G� 00500 Agreement 00500 - 6 DOCUMENT 00500— AGREEMENT (continued) ARTICLE 7 - CONTRACT DOCUMENTS 7.01 CONTENTS: A. The Contract Documents which comprise the entire Agreement between The City of Fayetteville and Contractor concerning the Work consist of the following and may only be amended; modified, or supplemented as provided in the GENERAL CONDITIONS: I. This Agreement. b 2. Exhibits to this Agreent t (enume d.as follows): SOO a. Noti ro ed. • � V b. ontracPbr's Bid. ` v • c`Documento /sittjmitted by ntra r prior to Notice of Award_\V �10 3. Perfyrniance,,papn'loentUnd other Bonds. a 5. S t p;men ary Conditions. 6.- �I`cifications consisting of divisions and sections as listed in table of contents of Project Manual. Drawings consisting of a cover sheet and sheets as listed in the table of contents thereof, with sheets bearing the following general title: KESSLER MOUNTAIN REGIONAL PARK. PHASE 11 Addenda numbers one(]) to (_), inclusive. 00500 Agreement 00500 - 7 DOCUMENT 00500— AGREEMENT (continued) The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the GENERAL CONDITIONS. ARTICLE 8 - MISCELLANEOUS 8.01 TERMS: A. Terms used in this Agreement which are defined in the GENERAL CONDITIONS shall have the i rt gs stated in the GENERAL CONDITIONS. 8.02 ASSIGNMENT OF COACT' A. No assign cut qby;rry heret ®p�'prights and - or terests in the Contract o' cur'hpnts will bem on anothe a ereto without the w - tten �of the p r �ght to be bound; nd specifically but without limi ' � n, moneys a aj becon d an nioneys that are due may not be assigned with t t�c onsen[ cept t the extent that the effect of this restricuo b united &�Wnlf )�ansd unless specifically stated to the contrary in y writtenan assignment, no assignment will release or discharge the a any duty or responsibility under the Contract Documents. 8.03 SUCCESSO ♦ S GNS: A. The 'ttXsP Fayetteville and Contractor each binds himself, his partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns; and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 00500 Agreement 00500 - 8 DOCUMENT 00500— AGREEMENT (continued) 8.04 SEVERABILITY: A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken; and all remaining provisions shall continue to be valid and binding upon The City of Fayetteville and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. OTHER PROVISIONS: All Dumpsters shall be procured from City ofFyu Any se of a thirdpartydst r r roll off container shall be procured from the Cf yetteville yc ing and Tra 6o St tion Division. Use of a Non -City dumpster or ��contamer is notkal owed. � � Contractor is responsible for obtain �g I a pticable e its owever; fee i�the�City issued pennits shall be waived. v V IN WITNESS WHERE, Tdi` ity of.ete Ile and C ra shave signed this Agreement in quadruplicate. One counterpart e h' Seen de ' ere ntractor and Engineer. Two counterparts each has been deu`e�e he G[ytf Fa t ville. All portions of the Contract Documents have been signed, i7ialed, or ident identified by Engineer on their behalf. G0 00500 Agreement 00500 - 9 The City of Fayetteville and Contractor or DOCUMENT 00500 - AGREEMENT (continued) This Agreement will be effective on Effective Date.of the Agreement. CONTRACTOR I'm (SEAL) 20_, which is the CITY OF FAYETTEVILLE is Title: (SEAL) Attest t Address for giving notices , ddress for ' innotices n. License No. • sign Agent for Service of procN114 tl] to or other documents of Agreement) (If Contractor is a corporation, Approved As to Form: attach evidence of authority to sign.) ` G END OF DOCUMENT 00500 A Attorney For: 00500 Agreement 00500- 10 DOCUMENT 00550 — NOTICE TO PROCEED TO: Contractor Name (Contractor] AM—d- e s Add dre s Contract Name/Title: KESSLER MOUNTAIN REGIONAL PARK, PHASE If Contract No: 20-86 Owner: City of Fayetteville, Arkansas You are notified that the Contract Tinte(s) under the ab,bri ntract will connence to run ea . By that date, you are to start performing yow ob s unde the Contract Docw�il accordance with the Agreement Between OHge� d ractor, the a sfof Substanq al' Before you may start any work at the 'o deliver to the other, (with co i s4g • : i insurance, which each is re tr' ed o`purc Also before you may start any work at th I. Preliminary constweA 2. Preliminary schedt I o 3. Satisfactory evidenc of Conditions. pletion for �eneral nd`, provid d1 ou a d Owner must each and ootAtIr id�rttified ad 'ori I nsureds) certificates of anin in auoWa with the Contract Documents. with the requirements of the General You are required to return an acknowledgement copy of this Notice to Proceed to the Owner. Dated this day of , 20_ 00550 Notice to Proceed 00550-1 DOCUMENT 00550 - NOTICE TO PROCEED: (continued) OWNER By_ Title ACCEPTANCE OF NOTICE TO PROCEED C^* CONTRACTOR 20 Copy to Engineer (Use Certified Mail, Return Receipt Requested) END OF DOCUMENT 00550 00550 Notice to Proceed 00550-2 DOCUMENT 00610 — PERFORMANCE BOND: KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and as Surety, hereinafter called Surety; are held and fiend unto City of Fayetteville, Arkansas O P •� 113 West Mountain Street Fayetteville, Arkansas *72``, 11► /���� as Obligee, hereinafter caber in/the amdLdCdf C Dollars ($ ), for the���p,,,ay//ymeet wh of ``ioVntracto an rje bind themselves, their heirs; executors; administrators, successors af 'd as 'g . jointly a d severally, firmly by these presents. WHEREAS, Contractor has by wri!i n Agreeme led , 20_, entered into a contract with Owner for KESSLER MOUNTAIN REG� 1XIE PARK PHASE 11 which contract is by reference made a part hereof, and is hereinafter referred t as the Contract. NOW; THEREFORE, THE C,AI QAJ F THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perfprn sat Contract, then this obligation shall be null and void: otherwise it shall remain in full force and The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations, thereunder, the Surety may promptly remedy the default, or shall Promptly: A. Complete the Contract in accordance with its terms and conditions. or 00610 Performance Bond 00610 - 1 DOCUMENT 00610 —PERFORMANCE BOND: (continued) B. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions; and upon detenmination by Surety of the lowest responsible bidder, or. if the Owner elects; upon determination by the Owner and the Suretyjointly of the lowest responsible bidder; arrange for a contract between such bidder and Owner; and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder; the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any r. amendments thereto, less the amount pro a d by Owner to Contractor. �/ _ Any suit under this Bond must be instituted before t e` iirrattiion of rs from th at onn w✓which final payment under the Contract falls due O ♦ inv No right of action shall accrue on th' Bond erfortheN person , co oration other than the c rs adminis rasuccess s o i Owner. Owner named herein or the heirsid V . Signed and sealed this Of J 20_• O CONTRACTOR (CORPORATESEAL) O By G� 00610 Performance Bond 00610 - 2 DOCUMENT 00610 - PERFORMANCE BOND: (continued) SURETY COUNTERSIGNED: State of Arkansas By By ATTORNEY -IN -FACT (CORPORATE SEAL) 9b 'V (This Bond shall be accompanied with • � �/] Attomey-in-Fact's authority from Surm • oved as t it O At o ey for G� 00610 Performance Bond 00610 - 3 DOCUMENT 00610 — PERFORMANCE BOND: (continued) 00610 Performance Bond 00610 - 4 DOCUMENT 00611 — LABOR AND MATERIAL PAYMENT BOND: This Bond is issued simultaneously with Perforniance Bond in favor of Owner conditioned on the full and faithful performance of the Contract. KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and 1 as Surety, hereinafter called SuPetyllarclield and firnil City of Fayetteville, rk sas e) 113 West Mountain Street Fayetteville, Arkansas 72 as Obligee, hereinafter called Owner, for th`�P�s /nn II m aount of Q`/ of claimants as hereinbelow defined, in the Dollars ($ ), for the payn en ^ereof Principal and Surety bind themselves, their heirs, executors; administrators, suCb s as igns, jointly and severally, firmly by these presents. WHEREAS. Contractor has tenAgreement dated ; 20_ entered into a contract with Owner for KESSLER MOUTNAI[N REGIONAL PARK, PHASE 11 which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract; then this obligation shall be void: otherwise it shall remain in full force and effect, subject, however; to the following conditions: 00611 Labor and Material Payment Bond 00611 - I DOCUMENT 00611 — LABOR AND MATERIAL PAYMENT BOND: (continued) A. A claimant is defined as one having a direct contract with the Contractor or with a Subcontractor of the Contractor for labor; material; or both; used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas; power, light, heat, oil, gasoline, telephone service, or rental of equipment directly applicable to the Contract. B. The above named Contractor and Surety herebyjointly and severally agree with the Owner that every claimant as herein defined, who has not been paid in full before the expiration of a period of 90 days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this Bond for the use of such claimant, prosecute the suit to final lent for such sum or sums as ma be justly due claimant and have execution there n. wner shall not be liable for (itt`pa r ent of any costs or expenses of any such suit. v C. No suit or action shall be imant: o%,K Unless clairiat�t�o[►�er than one h�nRP,&dSrect contra %, i Principal; shall have given tit n�o iee to any t the followinhSe ntractor, the Owner, or the Surety hi 90 days a t''0laimant d" erformed the last of the work or labor, or furnished t a of the m t rial o hich said claim is made, stating with substantial a e acan`ioun claim d the name of the party to whom the materials were Hushed, opfo , wh: m the work or labor was done or performed. Such notice shall be ser of e b,i in- the same by registered mail or certified mail, postage prepaid, in an 0 I fie addressed to Contractor, Owner or Surety, at any place where :rt,o_ Ic is regularly maintained for the transaction of business, or served inan a which legal process may be served in the state in which the aforesaiiLProje3t is located, save that such service need not be made by a public officer 2. After the expiration of one year following the date on which Contractor ceased Work on the Contract, it being understood, however; that if any limitation embodied in this Bond is prohibited by any Law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such Law. 00611 Labor and Material Payment Bond 00611 - 2 DOCUMENT 00611 — LABOR AND MATERIAL PAYMENT BOND: (continued) Other than in a state court of competentjurisdiction in and for the county or other political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof is situated, and not elsewhere. D. The amount of this Bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this Bond. Signed and sealed this day of CONTRACTOR 114.0 00RPORATE SEA%L�� v t GV OCOUNTERSIGNED: to Arkansas 3y 00611 Labor and Material Payment Bond 00611 - 3 DOCUMENT 00611— LABOR AND MATERIAL PAYMENT BOND: (continued) ATTORNEY -IN -FACT (This Bond shall be accompanied with Attorney-in-Fact's authority from Surety) (CORPORATE SEAL) Approved as to Form: Atto ey for END OF DOCUMENT 00611 O • � V V .Q O O P •� O� 0061 1 Labor and Material Payment Bond 00611 - 4 DOCUMENT 00700 -GENERAL CONDITIONS: ARTICLE 1 - DEFINITION'S AND TERMINOLOGY.......................................................5 1.01 CONTRACT DOCUMENTS: ............................................................................................ 5 1.02 DEFINITIONS: .................................................................................................................. 5 1.03 TERMINOLOGY: .............................................................................................................. 9 ARTICLE 2 - PRELIMINARY MATTERS..........................................................................9 2.01 DELIVERY OF BONDS: ................................................................................................... 9 2.02 COPIES OF DOCUMENTS: .............................................................................................. 9 2.03 COMMENCEMENT OF CONTRACT TIMES: NOTICE TO PROCEED: ..................... 9 2.04 STARTING THE PROJECT:....................................................................................... 10 2.05 BEFORE STARTING CONSTRU...................................................... 10 2.06 PRECONSTRUCTION CONFER ......................................... ....... 10 . 2.07 FINALIZING SCHEDULE ... 10 ........... ARTICLE 3 - CONTRACT DO C NTS: P N' , AMEN EUSE.............10 3.01 INTENT: ........ ... ........_.. .......................s(MENTS: .............................. 10 3.02 AMENDIN T? iS. PLEME �ONTRA �Q........................12 3.03 OWNER 1 A REUSE CUMENT.:................................................. 12 ARTICLE 4 - AVAILABILITO NDS;CAL CONDITIONS; 4.01 4.02 4.03 4.04 4.05 .....12 AVAILABILITY I LANDS:!..1kV�►......................................................................... 12 UNFORESEEN SUBSUR DITIONS ............................... 12 PHYSICAL CONDITIO S - ERGROUN 13 REFERENCEPOI�............................................................................................... 14 ASBESTOSyB\�FROLEUM. HAZARDOUS WASTE; OR RADIOACTIVE MATERIA.......1....................................................................................................... D FACILITIES:..... 14 ARTICLE 5 - BONDS AND INSURANCE .........................................................................IS 5.01 PERFORMANCEANDOTHER BONDS: .....................................................................IS 5.02 INSURANCE: .................................................................................................................. 16 ARTICLE 6 - CONTRACTOR'S RESPONSIBILITIES...................................................21 6.01 SUPERVISION AND SUPERINTENDENCE: ............................................................... 21 6.02 LABOR, EQUIPMENT, AND MATERIALS: ................................... '?? 00700 General Conditions 00700- 1 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) 6.03 6.04 6.05 6.06 6.07 6.08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 6.16 ARTICLE 7 7.01 7.02 ADJUSTING PROGRESS SCHEDULE: ........................................... SUBSTITUTES OR "OR -EQUAL" ITEMS: ..................................... CONCERNING SUBCONTRACTORS. SUPPLIERS; AND OTHERS :.......................24 PATENT FEES AND ROYALTIES: ................................................ 25 PERMITS: ........................................................................................................................ 26 LAWSAND REGULATIONS: ....................................................................................... 26 TAXES: ............................................................................................................................. 26 USEOF PREMISES: ........................................................................................................ 26 RECORDDOCUMENTS: ............................................................................................... 27 SAFETYAND PROTECTION: ....................................................................................... 27 EMERGENCIES: .................................. 28 ................................................................ SUBMITTALS: ................. -�.. .......................................................29 CONTINUING THE WORK....�.e(.................... ........................... INDEMNIFICATION:....!►...................................................... ................ 29 ♦� ........�. ................ OTHER WO K....................../��.................. 30 RELATED WORT SITE: ....... ��.......................... .. 30 COORDI1 iN.................. �.............. ..... .................................................. I ARTICLE 8 - OWNER'S RESPO IBILIT S.....0..................................................31 8.01 COMMUNICATIONS:`.................................................................31 8.02 CHANGE OF EN EER....e..`.........................................................................31 8.03 REQUIRED DATA: ............... 1, 31 8.04 LANDS AND EASEMENT 31 8.05 fNSURANCE:.....>.. .4A . 31 8.06 CHANGE O D 31 .. 8.07 INSPECTI S A D TESTS: ......................................................................................... 32 8.08 STOPPING T WORK:................................................................................................32 8.09 LIMI"fATIONS ON OWNER'S RESPONSIBILITIES:..................................................32 ARTICLE 9 - ENGINEER'S STATUS DURING CONSTRUCTION .............................32 9.01 OWNER'S REPRESENTATIVE: .................................................................................... 32 9.02 VISITS TO SITE: ............................................................................................................. 3 1 ITE:.............................................................................................................31 9.03 PROJECT REPRESENTATION: ..................................................................................... 32 00700 General Conditions 00700-2 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) 9.04 CLARIFICATIONS AND INTERPRETATIONS: .......................................................... 33 9.05 AUTHORIZED VARIATIONS IN WORK: .................................................................... 3 3 9.06 REJECTING DEFECTIVE WORK: ................................................................................ 33 9.07 SUBMITTALS, CHANGE ORDERS, AND PAYMENTS: ............................................ 33 9.08 DETERMINATIONS FOR UNIT PRICES: .................................................................... . 9.09 DECISIONS ON DISPUTES: .......................................................................................... 34 9.10 LIMITATIONS ON ENGINEER'S RESPONSIBILITIES: ............................................ 34 ARTICLE 10 - CHANGES IN THE WORK.........................................................................35 10.01 GENERAL: ....................................................................................................................... 35 ARTICLE I l - CHANGE OF CONTRAC j............................................ ��.'-�y .......36 0 11.01 GENERAL: .................................... ...... ......... ... ...................... !'!.......36 11.02 COST OF THE WORK:.....!, ....................................... 37 40 11.03 CONTRACTOR'S FE .................�.. ............ K.................39 11.04 CASH ALLOWANCES:... . ... .. �� 40 ............ .. 11.05 UNIT PRICE WO .. 40 11.06 RIGHT .................. .!.... .................. lr...............................................40 vV' ARTICLE 12 - CHANG OF CO CT TI E .......... 40 12.01 GENERAL :........ ....... .......... . .................................................................40 ARTICLE 13 - WARRANT I AND G.. �E; TESTS AND INSPECTIONS; CORRECTION, R y - L, OR ACCEPTANCE OF DEFECTIVE WORK..........................A..............................................................................42 13.01 WARRANTY AN U RANTEE:...............................................................................42 WQ$ 13.02 ACCESS TO •..............................................................................................42 13.03 TESTS AN INSTIONS:.........................................................................................42 13.04 DEFECTIVE WQRK:......................................................................................................43 13.05 UNCOVERING WORK: .................................................................................................. 43 13.06 OWNER MAY STOP THE WORK: ................................................................................ 44 13.07 CORRECTION OR REMOVAL OF DEFECTIVE WORK: ........................................... 44 13.08 TWO-YEAR WARRANTY AND CORRECTION PERIOD: ........................................ 44 13.09 ACCEPTANCE OF DEFECTIVE WORK: ..................................................................... 44 13.10 OWNER MAY CORRECT DEFECTIVE WORK: ......................................................... 45 00700 General Conditions 00700 — 3 DOCUMENT 00700— GENERAL CONDITIONS: (continued) ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION ........................45 14.01 SCHEDULE OF VALUES: .............................................................................................. 45 14.02 APPLICATION FOR PROGRESS PAYMENT: ............................................................. 46 14.03 CONTRACTOR'S WARRANTY OF TITLE: ................................................................ 46 14.04 REVIEW OF APPLICATION FOR PROGRESS PAYMENT: ...................................... 46 14.05 SUBSTANTIAL COMPLETION: ................................................................................... 48 14.06 PARTIAL UTILIZATION: .............................................................................................. 48 14.07 FINAL INSPECTION: ..................................................................................................... 49 14.08 FINAL APPLICATION FOR PAYMENT: ..................................................................... 50 14.09 FINAL PAYMENT AND ACCEPTANCE: ..................................................................... 50 14.10 CONTRACTOR'S CONTINUING OBL►I TION:....................................... 51 14.11 WAIVER OF CLAIMS: The maktn eptan . of final payment wt' copylute:. 51 14.12 INTEREST: NOT APPLIC B E44..l(�.................... ............... ................ 51 ARTICLE 15 - SUSPENSION O ORK AN IT ATION .... y.......................51 15.01 OWNER MAY SU3 ENNDRK:.........................................................................51 _i� 15.02 OWNER MAl»� RYR�MINATE:............ .................+........................................51 15.03 CONTRA. T \ Y STOP TERry A VVV............................................. 53 10 IL ARTICLE 16 - RESOLUTION 0�PUTESr..... ....-...................................................53 16.01 RESOLUTION A AND ISPU`I',)..............................................................53 ARTICLE 17 - MISCELLAN OU 1..:.��...................................................................54 v 17.01 GIVING NOTICE: .......... 11 OTICE:........... ......................................................................................54 17.02 COMPUTATION OF Tl E:........................................................................................... 54 17.03 CLAIMS,Cum A IV EMEDIES:.........................................................................54 G 00700 General Conditions 00700 — 4 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) This document is based upon Engineers Joint Contract Documents Committee "Standard General Conditions of the Construction Contract." with modifications. ARTICLE I - DEFINITIONS AND TERMINOLOGY 1.01 CONTRACT DOCUMENTS I . The Contract Documents establish the rights and obligations of the parties and shall consist of the documents listed in DOCUMENT 00500, AGREEMENT. B. Reports and drawings of subsurface and physical conditions and approved Submittals by Contractor are not Contract Documents. C. Only printed or hard copies of items listed in subparagraph 1.01 A are Contract Documents. Files in electronic media forniat of text, data, graphics. and the like that may be furnished by Owner to Contragtor are not Contract Documents. 1.02 DEFINITIONS: A. Wherever used in these Genera on itions or ee in the Co_tjtt�ci�ucuments, the following ternis hav h n nmgs indicated low, which are p -I'1"2able to both the singular and plur t reo% I its�d I . Addenda" t[ r graphic sorin[erpr aE'o f the Contract Docut ,a iss fby Owner •A40the openikt�B�ds. 2. "Agree t' - the written a ree ent behvee �j er and Contractor co i th Work to a pe ommed; other at Documents are attached to he ement an e a part ther a vided therein. 3. pp tcauon for Pa e"tv- the for c able to Engineer which is to be u g y Contra or unng the _.ur e o he Work in requesting progress and final paym a dhich i o be c mpanied by such supporting docut ent onre9�tired t Contract Documents. 4. "Asb materiaLlhat c ntains more than I % asbestos and is friable or is re asing asbestos the into the air above current action levels established by g)EV_9 lve ates Occupational Safety and Health 5. "Bid" - the forma o er of the Bidder submitted on the prescribed Bid Form together wit the required Bid security and all information submitted with the Bid IJm e�ti i s to performance of the Work. 6. �idd'an erson, firm, or corporation submitting a Bid for the Work or Rlmeir d131'authorized representatives. 7. har ge Order" - a written document signed by Owner and Engineer authorizing an addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract Time issued on or after execution of the Agreement. 8. "Contract Drawings" - drawings and other data designated as Contract Drawings prepared by Engineer for this Contract which show the character and scope of the Work to be performed and are referred to in the Contract Documents. 9. "Contract Price" - the total nmonies payable to Contractor under the Contract Documents as stated in the Agreement. 00700 General Conditions 00700 — 5 DOCUMENT 00700— GENERAL CONDITIONS: (continued) 10. "Contract Times" - the number of days or the dates stated in the Agreement to: (i) achieve Substantial Completion-, and (ii) complete the Work so that it is ready for final payment as evidenced by Engineer's written recommendations of final payment. 11. "Contractor" - the person; firm or corporation with whom Owner has entered into the Agreement. 12. "Date of Contract", "Effective Date of the Agreement" - the date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 13. "Engineer" or "Engineer -Architect" - Architect, engineer, or other licensed professional who is either employed or has contracted with Owner to serve in a design capacity and whose consultants, members, partners, employees, or agents have prepared and sealed the Drawings and Specifications. 14. "Engineer's Consultant" - dividua] or entity having a contract with Engineer to furnish service%,af% . er's independent professiot al associate or consultant with resp c rojec[. 15. "Equipment` - a produc vit operation ��r onoperationa w iether motorized or maYden Ir ted; that regtt�res service con' cu s, such as wiring or pipin 16. "Field Order'ordePiSnUk y Engineer M h rders minor changes in tie WOK in acco4ac e��ith Para ra 0- but which does not involve cham'1W in the Conrice or the o tra Times. g b 17. "Gene a"�I I�6puirements��s of DI ofthe Specifications. e �' ne I Requir en p r[ain [o a s c i of the Specifications. 18. <rdous Waste'�tenn Hazardou ste shall have the meaning p ded in Se o 1 4 of tf o(�d �nste Disposal Act (42 USC Section 6903) as anRe nd om tit o ti e. 19. "Law" - Id lace of t Pre, ect which shall govern the performance hLaws al 20. "Laws rid Regulation ws or Regulations" -laws; rules; regulations, ordinances, code^ i�dfZ, ers of any and all governmental bodies, na courts having jurisdiction. agencies, authr 21. `'Lien" - charges, a rity interests, or encumbrances on Project funds, real property, or$ersonal property. 22. "M4,er' spa oducts substantially shaped, cut worked, mixed, finished; rec(�ot�gthe vise fabricated, processed, or installed to fomi a part of the 23. oticZ of Award" - the written notice by Owner to the apparent successful BidUer stating that upon compliance by the apparent successful Bidder with the conditions precedent enumerated therein, within the time specified, Owner will sign and deliver the Agreement. 24. "Notice to Proceed" - the written notice by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform Contractor's obligation under the Contract Documents. 25. "Owner" - the City of Fayetteville, Arkansas, a constitutionally chartered municipal corporation , with which the Contractor has entered into the Agreement and for whom the Work is to be provided. 00700 General Conditions 00700 — 6 DOCUMENT 00700 - GENERAL CONDITIONS: (continued) 26. "Partial Utilization" - placing a portion of the Work in service for the purpose for which it is intended (or a related purpose) before reaching Substantial Completion of all the Work. 27. "PCBs" - Polychlorinated biphenyls. 28. "Petroleum` - petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60' Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Wastes and crude oils. 29. "Program Manager" -NOT USED. 30. "Project" - the total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. 31. Project Manual" - The bound documentary information prepared for bidding and constructing the Work.//�listing of the contents of the Project Manual, which may be bound in on elq ore volumes, is contained in the�(s) of contents. `0C 32. "Radioactive Material" - ource, special tear, or byprod �m nal as defined by the A o ic�n r y Act of 19 (42 USC Sectrd 22031 et seq.) as amended from t' ie time. �% 33. "Resident P�o3e [ e resentahvteauthorizeds��[ative of Engineer who is assigne t f[he construa[Stte or anyj� Ih , of. 34. "Refere a Dra rags" - dra m not specifi 1 p pared for, nor a part of. IhisCl tra . but whit t mformati pe y ent to the Work. 35. Sam physic Ms of Equine t, laterials, or workmanship a�are representat o sore port' of d Work and which establish the Ards by w c c portion-0 the ork will bejudged. 36. "S op Dra ' r S' - II dra% 'r�gs,� ins, illustrations, schedules, and other data or in ma on hich ar a ically prepared or assembled by or for Cont n submitte by Co ractor to illustrate some portion of the Work. 37. "Site" - rids oyarea led in the Contract Documents as being furnished by n Wid which the Work is to be performed, including rights -of -way anMeaArnents for access thereto, and such other lands furnished bYVwrier which are designated for the use of Contractor. 38. "Sp�,cii�ieno those portions of the Contract Documents consisting of t e [e hpi ,I descriptions of the Work, and covering the Equipment, atertals, workmanship, and certain administrative details applicable 39. "Sti(icontractor" - an individual, firm, or corporation having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 40. "Submittals" - all Shop Drawings, product data, and Samples which are prepared by Contractor, a Subcontractor, manufacturer, or Supplier, and submitted by Contractor to Engineer as a basis for approval of the use of Equipment and Materials proposed for incorporation in the Work or needed to describe proper installation, operation and maintenance, or technical properties. 00700 General Conditions 00700-7 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) 41. "Substantial Completion" - the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer as evidenced by his definitive certificate of Substantial Completion, it is sufficiently complete, in accordance with the Contract Documents; so that the Work (or specified part) can be used for the purposes for which it was intended. 42. "Supplementary Conditions" — part of the Contract Documents which amends and/or supplements these General Conditions. 43. "Supplier" - a manufacturer, fabricator, supplier; distributor, material man; or vendor. 44. '`Underground Facilities" - all pipelines. conduits, ducts, cables, wires, manholes; vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, gases, steam, liquid petroleum products, telephone or other communications, cable tele on, sewage and drainage removal, traffic or other control systems, or tt�oe �. 45. "Unit Price Work' - W r Jt`�+Paid on the basis of Unit Prices 46. "Work' - the entire con ete construe o the various e y identifiable nartsollereuf r uired to be f _ ished under th Con ract 47. Documents. Bonds and that by the parties as provided it result of p6rforldirip serviceR,4latishing of tislt` �tarsand furnish�ng,�!l0ncorporating in to o struction,_�fl s re uired by the irecti aitten direc vet Zontractor, issued on or D te�o the Agreente t'n med by Owner and E gt�F r, orderin Lq4 Ion; deletion, or revision in the idlfferi or un eseen physical conditions under be pe rote a rovided in Article 4 or to emergencies t. 3. A WorCnge Directive will not change the the Col-ittract Times, but is evidence that the parties expect recte or cuntented by a Work Change Directive will be sub ly issued Change Order following negotiations 9 ect, if any, on the Contract Price or Contract Times ta21l 10.01 B. 48. "Written AnkndmenP' - a written amendment to the Contract Documents, sign$er and Contractor on or after the Effective Dale of the ggr� ten n normally dealing with the nonengineering or nontechnical ati Vh'an strictly Work -related aspects of the Contract Documents. 49. ear 000 Compliance" or "Year 2000 Compliant" — means that equipment, devices; items, systems, software, hardware, and firmware included in the Work or used to produce the Work shall properly; appropriately, and consistently function and accurately process date and time data (including without limitation: calculating, comparing, and sequencing) on and after December 31. 1999, including leap year calculations. 00700 General Conditions 00700 — 8 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) 1.03 TERMINOLOGY: ARTICLE 2.01 2.02 2.03 A. Whenever used in these General Conditions or elsewhere in the Contract Documents, the following terminology shall have the intent and meaning specified below: I. The words "as indicated` refer to the Drawings and "as specified" refer to the remaining Contract Documents. 2. The terms "responsible" or "responsibility" mean that the party to which the term applies shall assume all responsibilities thereto. 3. The term "approve", when used in response to Submittals, requests; applications, inquiries, reports and claims by Contractor, will be held to limitations of Engineer's responsibilities and duties or specified in these General Conditions. In no case will "approval' by Engineer be interpreted as a release of Contractor from responsibilities to fulfill requirements of Contract Documents. 4. When applied to EquipmenAid Materials, the words "furnish", "install", and "provide" shall mean tieonin wing: a. The word " rovid ' a tofurnish; ny for, deliv a 58in le,PP� ,�install, adjust. clean and wise a Materials and E t�fient fit for their intende se,p b. The word " rnt t shall mean o sec e; pay for, eYve to Site; unload and tint at ui lent and M als. C. Thrd `'ns II" shallassemble, p; ce position, incorporate in e Wor •tdjust, clePn,!X, lake fit f� e.d. Th,p wse "furnis�ftl" shall le9uw lent to the word four hours uractor shall also nish in accordance s as stated in the A. The Contract Times will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times continence to run later than the I05th day after the day of Bid opening or the 30th day after the Effective Date of the Agreement, whichever date is earlier. 00700 General Conditions 00700 — 9 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 2.04 STARTING THE PROJECT: A. Contractor shall start to perfonn the Work on the date when the Contract Times continence to run; but no Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.05 BEFORE STARTING CONSTRUCTION: A. Before starting construction and undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent Figures shown thereon and all applicable field measurements. Contractor shall promptly report in writing to Engineer any conflict, error or discrepancy which Contractor may discover and shall obtain a written interpretation or clarification from Engineer before proceeding with any Work affected thereby: however, Contractor shall not be liable to Owner or Engineer for failure to report any conflict error, or discrepancy in the Contract Docume%s, unless Contractor had actual knowledge thereof or should reasonably have thereof. B. Within twenty days after the E ec e of tl a Agreement; not be e�o tractor starts the Work at the Site. Contr c�toy shall sub r�ett�s as noted it dent 00550 —Notice to Proc attoas specified) to pgmeer for revie C. Further, before any Q` at th Site is tart ; Contractor shaper to Owner, An with a copy to Engi eer''I! ce tcates ndiiq[ ie tdence of n e requested by Owner which ontract r required�o u Jtase and m in m accordance with Paragraph 5.02 a d Owner shall el er- Contract o ce. ficates and other evidence of insuranc e tie d by Cont cto v ich Ow eeS re ired to purchase and maint'a�/ 'c er ance with a a nph 5.02). V 2.06 PRECONSTRUQ ;DN CONF 6� O A. Within 20 days of t B. ective to of a Agreement, but before Contractor starts the Wo th . e; a co erenc ended by Contractor, Engineer, and others as appropriateeId to di c s the schedules referred to in Paragraph 2.05B, to discuss procedu es for has A a uttals, processing Applications for Payment, and to establish a workin' gZinde tandmg among the parties as to the Work. 2.07 FINALIZING SCHEDULES: A. A schedule shall t alized in accordance with the Specifications. The finalized constructio i p o es �hedule will be acceptable to Engineer if it provides an orderly rogress t of the Work to completion within the Contract Times, but such acceptatt a wil neither impose on Engineer responsibility for the progress or scheduling the Work nor relieve Contractor from full responsibility therefor. The finalized schedule of Submittal submissions will be acceptable to Engineer if it provides a workable arrangement for processing the submissions. ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 INTENT: A. The Contract Documents comprise the entire agreement between Owner and Contractor concerning the Work. The Contract Documents are complementary; what 00700 General Conditions 00700— 10 DOCUMENT 00700 — GENERAL CONDITIONS• (continued) is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the Law of the place of the Project. B. It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents. Any Work; Materials. or Equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result will be supplied whether or not specifically called for, at no additional cost to the Owner. I. When words which have a well-known technical or trade meaning are used to describe Work, Materials; or Equipment, such words shall be interpreted in accordance with that meaning. 2. Reference to standard specifications, manuals, or codes of any technical society, organization, or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard specification, manual; code, or Laws or Regulations in effect at the role of opening of Bids except as may be otherwise specifically st e o ever, no provision of any referlticed standard specification, is ua , r code hether or not specitaa11V incorporated by referent inie Contras u rents) shal effective to VL change the dude d Lesponsibilities Pfner; Contr�a�or 'ngineer; or any of their co tan .agents, or gin to es from th s� glsrNorth in the Contract Dgsw en ;nor sh hil b�e�eMRective to as tg `"tad° Nigineer, or any of Engineers coil ants; ages lovees, a t r authority to supervi r dir8ct the fur i m * r perform cc f e Work or any duty or aur�ndertake r` gpo i ility costa to he provisions of the unlei 3. ar cations an i ter etations of Iract Documents shall be issued b ngineer a ro ed in Pa =ca �9 4. C. If during the per c f the k, Co tractor finds a conflict, error. or discrepancy i e n act o ument „ntrac[or shall so report to Engineer in writing at one be =re proc rag wtth the Work affected thereby shall obtain a written interpret tion or clad. c do rom Engineer, however, Contractor shall not be liable to Owner or En ee f�i are to report any conflict. error, �,a p o , or discrepancy in the Contract Documen s File Contractor had actual knowledge thereof or should reasonably havkkkno nth of. D. Applicably dandards referenced in these Contract Documents establish minimum reaunt for Equipment, Materials, and Work and are superseded by more str ngent*`Nuirements of Contract Documents when and where they occur. E. The Spec' lead ris are separated into Divisions and Sections for convenience in defining the Work. Contract Drawings are separated according to engineering disciplines and other classifications. This sectionalizing and the arrangement of Contract Drawings shall not control the Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. 00700 General Conditions 00700— 11 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) 3.02 AMENDING AND SUPPLEMENTING CONTRACT DOCUMENTS A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: I. A formal Written Amendment. 2. A Change Order (pursuant to Paragraph 10.01 D). B. As indicated in Paragraphs 1 1.01 B and 12.01 A, Contract Price and Contract Times may only be changed by a Change Order or Written Amendment. C. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in the following way: I. A Field Order (pursuant to Paragraph 9.05). 2. Engineer's written interpretation or clarification (pursuant to Paragraph 9.04). 3.03 OWNERSHIP AND REUSE OF D4coRtereof A. All Contract Documents anfurn h y Engineer Nothe property of the Owner. '' B. Neither Contractor g6rZan• Su contrarto or u plier or o[ er rs n or organization performing or furnighin of the o uty er a direct o in t ect contract with Owner shall haQe or acy ire anY till ownership r is any of the Drawings, Specificati$ns or • ther documen �ies of an. t e f) prepared by or bearing the seal E i ee ; and they All reuse an o to ocuments on extensions of the Pr, • cc o a"By other pro', c s without written ons nt of Owner and Engineer and specific ri n verifica cote aptation b.ni eer. ARTICLE 4 - AVAILABILITY OFib DS• IRK SI L CONDITIONS• REFERENCE POINTS 4.01 AVAILABILITY OF UANDS: •� A. Owner shall furnish. a n 'ca eiP in the Contract Documents, the lands upon which the Work is to be perform fights -of -way and easements for access thereto, and such other lands whim are esignated for the use of Contractor. Easements for permanent s�deture3�� permanent changes in existing facilities will be obtained and paid for nle�ss otherwise provided in the Contract Documents. Ar B. If Contractor Eli ves that any delay in Owner's furnishing these lands. rights -of ay r easements entitles Contractor to an extension of the Contract Times; Contractor may make a claim therefor as provided in Article 12. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. D. Contractor shall confine his operations to the construction limits indicated. 4.02 UNFORESEEN SUBSURFACE CONDITIONS: A. Contractor shall promptly notify Engineer in writing of any subsurface or latent physical conditions encountered at the Site which differ materially from those 00700 General Conditions 00700 — 12 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) specified or indicated; or which could be reasonably interpreted from examination of the Site and available subsurface information at the time of bidding. B. Engineer will promptly investigate those conditions and advise Owner if further surveys or subsurface tests are necessary. Promptly thereafter, Engineer will obtain the necessary additional surveys and tests and furnish copies of results to Contractor and Owner. C. If Engineer and Owner find that the subsurface or latent physical conditions encountered at the Site differ materially from those specified or indicated, or which could have been reasonably interpreted from examination of the Site and available subsurface information at the time of bidding, then a Change Order will be issued by the Owner incorporating the necessary revisions. 4.03 PHYSICAL CONDITIONS - UNDERGROUND FACILITIES: A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existingderground Facilities at or contiguous to the Site is based on information at�&Yshed to Owner or Enginee s gwners of such Underground Facilities�os. U " it is otherwise e sSIprovided: �� I . Owner and Engt eer shall not be responsi a for the a or com letene�° a ch inf na is or data; and 2. Contactor shalll hVve full res on 'bity for revie/ �ng checking all such informs on an ata, for to ti I Undergro ho t2pcilities shown or indica ed the Contract D tt 1 nts, for c or ,'on of the Work with the f ch Under,r� on Facilities usi c nstruction, for the safety and %hateng n thereof" tided in Para r• h .12 and repairing any damage o resuItin " nAth Work, th co o all of which will be considered as been in ad in the n c�xPfcc. B. Not Shown or Ind' to -an Unde out�. Facility is uncovered or revealed at or contiguous to��y�� �t hick wa of sit . n or indicated in the Contract Documents and which Con , ctor could>no res . nably have been expected to be aware of. Contractor shalitpromptlVe.lep af%$� ec ming aware thereof and before performing any Work affected therebir�an emergencyas permitted by Paragraph 6.13), identify the owner oferground Facility and give written notice thereof to that owner and Engi neer will promptly review the Underground Facility to determine the �«e�ten , which the Contract Documents should be modified to reflect and docmue ttt,¢ezco,�s quences of the existence of the Underground Facility, and the Contrac Oct t is will be amended or supplemented to the extent necessary. During ch ti e, Contractor shall be responsible for the safety and protection of such Under round Facility as provided in Paragraph 6.12. Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, to the extent that they are attributable to the existence of any Underground Facility that was not shown or indicated in the Contract Documents and which Contractor could not reasonably have been expected to be aware of. If the parties are unable to agree as to the amount or length thereof. Contractor may make a claim therefor as provided in Articles I I and 12. 00700 General Conditions 00700 — 13 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) 4.04 REFERENCE POINTS: A. Engineer will provide en_ineering surveys to establish reference points for construction which in Engineers judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work (unless otherwise specified in the General Requirements); shall protect and preserve the established reference points; and shall make no changes or relocations without the prior written approval of Engineer. Contractor shall report to Engineer whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations; and shall be responsible for the accurate replacement or relocation of such reference points by professionally qualified personnel. Contractor shall be responsible for any mistakes or loss of time that may result from their loss or disturbance. B. Contractor shall make such surreys as are required for establishing pay limits and determining quantities for progresspy estimates. He shall furnish Engineer with one copy each of all field notes /do�ff situ rveys. 4.05 ASBESTOS PCBS. PETROLEUM. H'A�AS WASTE. OR RADIOAkI MATERIAL: A. Owner shall be reppo ib�e)03�ny Asbestos PCB Petrolew>"�:a�dous Waste; or Radioactive Materi un od or r JE I'�'d e Site whi f shown or indicated in Drawings pecificati0 o td�ntified in on ract Documents to be within the sco the ork and w ch a resent s stantial danger to persons P� Y P or proper[ x se thereto in nn c n with the or a the Site. Owner shall not be res b o miy such air Is brought t he t by Contractor. Subco O uppIiers. or, a�� ne else for i ontractor is responsible. B. Contractor call imme Late ���: (i) to all in connection with such hazardous condition and in anM:% ected th reby xcept in an emergency as required by Paragraph 6. an"1t n tify Owner n Engineer (and thereafter confirm such notice in wrm wager shall r raptly consult with Engineer concerning the necessity for O ner to retai` a anal- ed expert to evaluate such hazardous condition or take corrective actin t ontractor shall not be required to resume Work in connection with such h rdo s condition or in any such affected area until after Owner has obtained ny r fired permits related thereto and delivered to Contractor special written n tic (i) specifying that such condition and any affected area is or has been rentle a sa or the resumption of Work. or (ii) specifying any special conditiot u d�H c such Work may be resumed safely. If Owner and Contractor cannot T ree aS�to entitlement to or the amount or extent of an adjustment; if any, in Contract t or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by Contractor to be resumed. either party may make a claim therefor as provided in Articles I I and 12. C. If after receipt of such special written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order such portion of the Work that is in connection with such hazardous condition or in such affected area to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim 00700 General Conditions 00700— 14 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) therefor as provided in Articles I I and 12. Owner may have such deleted portion of the Work performed by Owner's own forces or others in accordance with Article 7. D. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor; Subcontractors; Engineer; Engineer's Consultants; and the officers; directors, partners, employees; agents, other consultants; and subcontractors of each and any of them from and against all claims, costs, losses, and damages arising out of or resulting from such hazardous condition; provided that: (i) any such claim, cost, loss or damage is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) nothing in this subparagraph 4.05D shall obligate Owner to indemnify any person or entity from and against the consequences of that person's or entitys own negligence. E. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner, Engineer, Engineer's Consultants, and the officers, directors, partners, employees, age s other consultants and subcontractors of each and any of them from and agaii I lai s. costs, losses; and danta yes d n out of 2 or relating to such hazardous c n lttl0 reared . Contractor or by an n ' r whom Contractor is responsible. Noth"n this subpa a 4.05E sh I o Liga e Contractor to indemnifj�gon or enut from and against sequences of that erson's or entit, o%. ri n ligenc�e. `[`//� F. The provisions of Parag a s 4.02 an e not inter Nd fd�apply to Asbestos; PCBs; Petroleu Haz ous Waste or a8ioactive M5 eria uncovered or revealed at the Site. UN ARTICLE 5 - BONDS AftjSit ANC V 5.01 PERFORMANNA DOTHE3 B,NDS: O A. Contractor shall f is e��1�.ormance d yment Bonds; each in an amount at least equal to the v4ntra ice as seturity o die faithful performance and payment of all Contractor's off, g�ons under a ntract Documents. These Bonds shall remain in effect at least unlit two s ftD date when final payment is approved by Owner, except as othe i p�ded by Law or Regulation or by the Contract Documents. Contractor al Iso furnish such other Bonds as are required by the Contract Documents�All onds shall be in the forms prescribed by Law or Regulation Qi bh ntract Documents and be executed by such sureties as are named in a 6itr vylis of "Companies Holding Certificates of Authority as AcceptIfle Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as publishe n ( w'cular 570 (amended) by the Financial Management Service; Surety Bond Branch, U.S. Department of the Treasury. All bonds shall be signed by an Arkansas Agent. B. The Bonds shall be automatically increased in amount and extended in time without formal and separate amendments to cover full and faithful performance of the Contract in the event of Change Orders, regardless of the amount of time or money involved. It is Contractor's responsibility to notify his surety of any changes affecting the general scope of the Work or change in the Contract Price or Contract Times. 00700 General Conditions 00700— 15 DOCUMENT 00700—GENE RALCONDITIONS: (continued) C. Bonds signed by an agent must be accompanied by a certified copy of the authority to act. D. Date of Bonds shall be the same as the Effective Date of the Agreement. E. If at any time during the continuance of the Contract; the surety, on any Bond becomes unacceptable to Owner for financial reasons, Owner has the right to require additional and sufficient sureties which Contractor shall furnish to the satisfaction of Owner within ten days after notice to do so. I . If the surety on any Bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of Paragraph 5.01 A, Contractor shall within five days thereafter substitute another Bond and surety, both of which must be acceptable to Owner. 5.02 INSURANCE: A. Contractor's Liability Insurance- Contractor I . Contractor and all of hSimntr ,tors shall purchase and n a fe_ich liability and other insus is appro e for [I Work be• fd fished and performed and as vide protec4•n rom claims et t below which may aril ou or result froqi Con actor's fu i�h'n and performanc�Pof�1: rk and Cons ors other o ffo under the Contract Do``�cwt]e s, whetS t be perform b ontracror, any Subcoi Sactor • upplier,n one directl or directly employed by any �of fie to p mi Work,o b one for whose acts any of �aem�1hay,�be liable: (a J� I2tttu under �r S�sLcompensatiability benefits; and other nnilar emp%%©y. O efit acts; b. Claims fofflLamOges beck e - odi y injury, occupational sickness or 2. disease or el%ofCon ctorb employees; C. us amage ecau bodily injury, sickness, or disease, or de t o n pe4so r than Contractor's employees; d. Cla is for iaQes i red by reasonably available personal injury liability c era e�wbich are sustained: (i) by any person as a result of an offense dire, o indirectly related to the employment of such person by Cont ctor, r (ii) by any other person for any other reason; e. CI 't o damages, other than to the Work itself, because of injury to _arm true on of tangible property wherever located, including loss of arising out of operation of Laws or Regulations for damages of bodily injury or death of any person or for damage to property; and g. Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. The insurance required by this paragraph shall include the specific coverages, and be written for not less than the limits of liability specified or required by Law, whichever is greater. a. Umbrella General Liability b. Workers' compensation $5.000.000 Statutory (State and Federal Limits) 00700 General Conditions 00700 — 16 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) Employer's Liability $500,000 each accident c. Commercial General Liability (1) General Aggregate $2.000.000 (2) Products -Completed Operations Aggregate $2,000,000 (3) Personal & Advertising Injury Limit $1;000;000 (4) Each Occurrence Limit $ I.000.000 (5) Fire Damage Limit $ 100.000 (6) Medical Expense Limit $ 5.000 d. Business Automobile Liability (1) Any one loss or accident $ I.000.000 B. The policies of insurance so required by paragraph 5.02A to be purchased and maintained shall: I . with respect to insurance required by Paragraphs 5.02A. Lc through 5.02A.I.g inclusive, includeM additional insureds by endorsement (subject to customary exclusion ' r spec of professional liability) Owne , uteer, and Engineer's Consultar d nclud coverage for the respe'cttenfficers, directors, partners, emp ee , agents, a titer consultant subcontractors h(an any of all suc additional insura`tls, Nhd the insurance of or to tese addition I insu eds shall pg primary coverage foy all cl s covere8 erer v 2. includ at least I especific - r le� and be 1 fo not less than the limits abilit , specifie iargraph 5.02 required by Laws and Rejulation , whicheve s g �a er; 3. r s ect to incur. ce quired by pa 1, phs 5.02A I.c through 5.02A Lg i cl .ve, include t�mt es/operatic s �d iicts, completed operations, n endent c itra�tors, and al i ury insurance;; 4. include in -eelh5 �o ercial , enera ra ility policy, contractual liability insura cc a ng ontractor i entity obligations under Parag yp 3+v6 1 , 6.10, �6.16, and written for not less than the limits of liabilit and covera s ecrfied above; 5. contain proviso or t rsement that the coverage afforded will not be cancelled, mat i y anged, or renewal refused until at least 30 days' prior written notice b rfied mail has been given to Owner and Contractor and to each other% ditional insured to whom a certificate of insurance has been 6. pr0VidNrr'bd4I7orm Property Damage coverage and contain no exclusion canna rr y referred to as XC&U exclusion) relative to blasting; earthquake; od xplosion, collapse of buildings, or damage to underground property; 7. remain in effect at least until final payment and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work in accordance with Paragraph 13.07; 8. with respect to completed operations insurance, and any insurance coverage written on a claims -made basis, remain in effect for at least two years after final payment and Contractor shall furnish Owner and each other specified additional insured to whom a certificate of insurance has been issued, evidence satisfactory to Owner and any such additional insured of continuation of such insurance at final payment and one year thereafter; 9. include Independent Contractors Protective Liability coverage; and 00700 General Conditions 00700 — 17 DOCUMENT 00700— GENERAL CONDITIONS: (continued) 10. with respect to the Commercial General Liability policy; the maximum deductible allowed shall be $5, 000. I I . Owner and Contractor waive all rights against each other and their respective officers; directors; partners, employees, agents, and other consultants and subcontractors of each and any of them -for all losses and damages caused by; arising out of, or resulting from any of the perils'or causes of loss covered by such policies required by Paragraph 5.02A and any other liability insurance applicable to the Work: and; in addition, waive all such rights against Subcontractors, Engineer; Engineer's Consultants; and all other individuals or entities endorsed as insureds or additional insureds (and the officers, directors; partners; employees; agents and other consultants and subcontractors of each and any of them) under such policies for losses and damages so caused. As required by Paragraph 6.05D, each subcontract between Contractor and a Subcontractor shall contain similar waiver provisions by the Subcontrkit in favor of Owner, Contractor, Engineer, Engineer's Consultants, anther arties endorsed as insured rbpadditional insureds. N,n Bove waivers shall extend ib thC�rip that any of the insured parts ma have top • ds of insu'r- e y Owner as trustee or oth eu le under an olicy so iss6e' dwi h respect to the Commercial Gen al Liability , licy; a mavimuu tible allowed shall be $5;� • 6 C. Owner's Pr e•tiv iability In ra e. �► I . C �ror shall be of Bible for pure; ass nd maintaining Owner's Met [roe Liabiqiaavectel,,e 'u anee withtnd Engineer as named insureds. 2. insuranc to imi of liability as the Commercial General Li i trannd sha I protect Owner and Engineer against any and a aid ;;1'a bility injury [o or death of persons, or damage to pro a ga ed in wa or it part by; or alleged [o have been caused in whole in partb , eige acts or omissions of Contractor or Subcontractors t servant, worker, or employee of Contractor or Subcontractor in i from the operations under the Contract Documents. 3. This insurance fit . e provided by endorsement to Contractor's Commercial General ab lity insurance policy. D. Property Ins3an I. o ra ('r to purchase and maintain property insurance upon the Work at to Site in the amount of the full insurable value thereof (subject to such citduAble amounts as follows) or as required by Laws or Regulations. This insurance shall: a. be on the completed value form and include the interests of Owner, Contractor, Subcontractors, Engineer, and Engineer's Consultants, and the officers, directors, partners, employees, agent, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; b. be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work. temporary buildings, false work, and Equipment 00700 General Conditions 00700 — 18 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) E. and Materials, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, demolition occasioned by enforcement of Laws and Regulations, water damage, terrorism, and such other perils (as Flood, earthquake, explosions, collapse, underground hazard) or causes of loss as may be specifically required in the Contract Documents; c. include expenses incurred in the repair or replacement of any insured property (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals); d. cover Equipment and Materials stored at the Site or at another location that was agreed to in writing by Engineer prior to being incorporated in the Work, provided that such.Equipment and Materials have been included in an Application for Payment recommended by Engineer; e. allow for partial utiliza 'on of the Work by Owner; f. include testing and stain P. be maintained in a ea u�'ti til nal pa merit (or the Owne s tme beneficial occupane an agrees toide insurance erS or the facilities so made unless erwise agreeld�o�writing by Owner; Co n acto , and Enginedy with 0 days' wf� tti`n'otice to each other a rti nahittsured towvho a certificate ofminsuc ce has been insurable i 3. All oolicie amouQotp IU,000. as'NI aintain suc bo Ic and machinery insurance trance as requtrr d aws and Regulations which of Owner, ao r, Subcontractors, Engineer, lt�n[s in a)Rork% each of whom is deemed to have an shall b'i listhwnsured or additional insured parties. cc regtt ed p be purchased and maintained in grai 5.02 will contain a provision or endorsement that th'e"�'overage afeforded"kill not be cancelled or materially changed or renewXcefused tih9i�ea�t 30 days' prior notice by certified mail has been given to Ownd"a Aractor and to each additional insured to whom a certificate of ins7i1pri has been issued and will contain waiver provisions in accordance th Paragraph 5.02F below. 4. Copyet t c olicies shall be furnished for property insurance. Certificates Canslinsurance \ c9ptable. Transitfie. I. shall be furnished by Contractor to protect Contractor and Owner from all risks of physical loss or damage to Equipment and Materials, not otherwise covered under other policies, during transit from point of origin to the Site of installation or erection. 2. This insurance shall be written on an "All Risk" basis with additional coverages applicable to the circumstances that may occur in the particular Work included in this Contact. 3. This insurance shall be in an amount not less than 100% of the manufactured or fabricated value of items exposed to risk in transit at any one time. 4. This insurance shall contain a waiver of rights of subrogation the insurer may have or acquire against Engineer. 00700 General Conditions 00700 — 19 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) Waiver of Rights: I. Owner and Contractor intend that all policies purchased in accordance with Paragraph 5.02D will protect Owner. Contractor, Subcontractors, Engineer; Engineers Consultants, and other individuals or entities endorsed as insureds or additional insureds (and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them) in such policies and will provide primary coverage for all losses and damages caused by the perils or causes of loss covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage, the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder; and if die insurers require separate waiver forms to be signed by Engineer or Engineer's Consultants, Owner will obtain the same, and if such waiver forms are required of any Subcontractor. Contractor shall obtain the same. 2. Owner and Contractor waiv all rights against each other and their respective officers, directors. partnerskerployees., agents, and other consul tits and subcontractors of each n a . them for all losses and daF&ge sed by, arising out of, or resultin fro t any of a 'Is or causesCovered by such policies re ed ragraph 5.02 ` an any other 0�op�e insurance applicable to th�Wor ; and, in addition, w ive all sit against or entities enac sseo as i directo st�partners, emp suhconirracYp_ rs of each ; 'pio�rfsions by Engineer's additional - s any o rn m as trust or G. Receipt and ;# er Gonsultants, dill Cher individuals itional in3} r-dZINO nd the officers, yyy��,ants, and oflige soon Rants and �f them) u�r��LcTi policies for losses and ed by Parma .05D, each subcontract )contr sl it contain similar waiver r nI avo of Owner, Contractor, Engineer, 1 o &F , hies endorsed as insureds or e ve waivers shall extend to the rights that h e to proceeds of insurance held by Owner e under any policy so issued. Proceeds: I. Any insured los nn k the policies of insurance required by Paragraph 5,�02D'V1be adjusted with Owner and made payable to Owner as fiduciaryortt a insureds, as their interests may appear, subject to the requiret�ii c7liM, any applicable mortgage clause and of Paragraph 5.02G.2. e� Wd osit in a separate account any money so received and shall tistriWtel it in accordance with such agreement as the parties in interest may retch f no other special agreement is reached, the damaged Work shall be repaired or replaced, the moneys so received applied to account thereof, and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. 2. Owner as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within 15 days after the occurrence of loss to Owner's exercise of this power. If such objection is made, Owner as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached. Owner as fiduciary shall adjust and settle the loss with the insurers and, if required 00700 General Conditions 00700-20 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) in writing by any party in interest. Owner as fiduciary shall give bond for the proper performance of such duties upon the occurrence of an insured loss. Ff. Acceptance of Insurance: I . If Owner has any objection to the coverage afforded by or other provisions of the insurance required to be purchased and maintained by Contractor in accordance with Paragraph 5.02 on the basis of non-conformance with the Contract Documents, Owner shall so notify Contractor in writing thereof within 10 days of the date of delivery of such certificates and other evidence of insurance to Owner required by Paragraph 2.05C. 2. Owner and Contractor shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request If either party does not purchase or maintain all of the insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure ton prior to any change in the required coverage. Without preju c a other right or remedy; the otl party may elect to obtain eq va en uranc to protect such other�a interests at the expense o th party tvh equired to p �uut�e�ttch coverage, and a ng�Order shall be is ued to adjust e@,on act Price accordinglyV � ♦ wJ 1. Partial Utilization, Ack o edgmen f ronrty Insurjj;rt r: I . If Own r finds it r ecessary t cu y or use a or portions of the Work •fio to Substantial. o itp' tion of all tft ,qrk as provided in ar, ap1.06, no so u or occupag�G� commence before the insjproviding, insurance p! rsufint to Paragraph 5.02D have k ' vledged %Q ice t� eof and in "nceffected any changes in coverage necessitated th@ eb The in re —pTqgibing the property insurance shall consent b n r nent on a po i v or policies, but the property insurance shall b elled o lapse . n ccount of any such partial use or occup m ARTICLE 6 - M t A. Contrador shag supervise and direct the Work competently and efficiently, devoting Such atitcht'L.0,0,41hereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences, and procedures and for coordinating all portions of the Work, but Contractor shall not be responsible for the negligence of others in the design or selection of a specific means, method, technique, sequence, or procedure of construction which is indicated in and required by the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. 00700 General Conditions 00700 — 21 DOCUMENT 00700— GENERAL CONDITIONS: (continued) B. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall not be replaced without written notice to Owner and Engineer except under extraordinary circumstances. The superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to Contractor. C. When manufacturer's field services in connection with the erection, installation, start-up, or testing- of Equipment furnished under this Contract, or instruction of Owner's personnel thereon are specified; Contractor shall keep on the Work, during its progress or as specified; competent manufacturer's field representatives and any necessary assistants. 6.02 LABOR, EQUIPMENT. AND MATERIALS: A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construcdo' as required by the Contract Documents. Contractor shall at all times maiotai too discipline and order at the �t��accept in connection with the safety or p�y� f pers or the Work or pr ``��tyaa��the Site or adjacent thereto; and except a rwise inch t the Contrnemen[s; all Work at the Site shall b pe o tv led during regulat�working h0,� :�' tNntractor will not permit over a or r the perfgg �t�Yiance of Work on(Stfftfrday, Sunday, or any legal holiday NO tho t n.ineer' 'tter yconsent. VV B. Unless othervi speci in the G nequiremen�Ils C ractor shall furnish and assume full�re o t bility for all ut to nt and M to labor, transportation, construe 14 n�q�,ittpjnent and ma me. ,tools; apI is e , fuel, power, light, heat, telep ne [et, sanitary f� , [emporar� Gilt 'es; and all other facilities and inciden 1cessary fo e u ishing, pe toil rice; testing, start-up, and completio of the Wor � C. All Equipment and 1a na(,s shall Qlq"t d quality and new; except as otherwise provided in d�o [r Docun*e tired by Engineer, Contractor shall furnish to Engi er sElu facto evidence (including reports of required tests) as to the kind and quIl ity of E a t:a�id Materials. All Equipment and Materials shall be applied, installed, to erected, used, cleaned, and conditioned in accordance with [lie inst cti s of the applicable Supplier except as otherwise provided in the CoAact D cunients; but no provision of any such instructions will be effective sod t Engineer, or any of Engineer's consultants, agents, or employee n Cho authority to supervise or direct the furnishing or performance of the rk or pay duty or authority to undertake responsibility contrary to the provision off ragraph 9.1OC and 9.1 OD. D. All Equipment and Materials incorporated in the Work shall be designed to meet the applicable safety standards of federal, state, and local Laws and Regulations. E. Domestic Product Procurement: Not Applicable. 6.03 ADJUSTING PROGRESS SCHEDULE: A. Contractor shall submit to Engineer for acceptance (to the extent indicated in Paragraph 2.07) adjustments in the progress schedule to reflect the impact thereon of new developments; these will conform generally to the progress schedule then in 00700 General Conditions 00700 — 22 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) effect and additionally will comply with any provisions of the General Requirements applicable thereto. 6.04 SUBSTITUTES OR "OR -EQUAL" ITEMS: A. Whenever an item of Equipment or Material is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitute is permitted; other items of Equipment or Material of other Suppliers may be submitted by Contractor to Engineer for review under the circumstances described below. I. "Or -Equal" Items: If in Engineer's sole discretion an item of Equipment or Material proposed by Contractor is functionally equal to that named and sufficiently similar so that niTthanee in related Work will be required, it may be considered by Engineer �s nn or -equal" item,. in which case kA v and approval of the proposed liem�naj in En ineer s sole discre accomplished without c t Dance with m all of the r q tre ents for approval of pro b's�d s tto te items. F, purposes of s Paragraph 6. , I, a roposed iten of Eq ipment or will be considered,;unc ion 'YTy equa ann7 so named/ff a. In to ere ss�of reaso e��d ment En nA de ermines that: (i) it is at [ equ in qualit , ur ili1) appeaia�n strength, and design •N ac istics; (ii)�reliably per nt sleast equally well the Qu c 'on impos�3e design comp dfRhe completed Project as a ncttonina wh I , d; bontractor er In" that. e i to increase in cos[ to Owner; and (ii) it w'1 o drm sub ntia 1, ,even with deviations, to the detailed re uir eithe item ^ t in the Contract Documents. 2. Subs tote a. If i Engineer'9 o di -retion an item of Equipment or Material proposed b n r c r does not qualify as an "or -equal" item under Paragraph 0 I it will be considered a proposed substitute item. b. Contrac or s 1 11 ubmit sufficient information as provided below to allow E ineer to determine that the item of Equipment or Material pr�R', s essentially equivalent to that named and an acceptable �ti qZt tte eherefor. Requests for review of proposed substitute items of EgUipment or Materials will not be accepted by Engineer from anyone N.a*r than Contractor. c. The procedure for review by Engineer will be as set forth in Paragraph 6.04A.2.d, as may be supplemented in the General Requirements and as Engineer may decide is appropriate under the circumstances. d. Contractor shall first make written application to Engineer for review of a proposed substitute item of Equipment or Material that Contractor seeks to furnish or use. The application shall certify that the proposed substitute item will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified, and be suited to the same use as that specified. The 00700 General Conditions 00700 — 23 DOCUMENT 00700—GENERAL CONDITIONS: (continued) application will state the extent; if any, to which the use of the proposed substitute will prejudice Contractor's achievement of Substantial Completion on time; whether or not use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for work on the Project) to adapt the design to the proposed substitute item; and whether or not incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute item from that specified will be identified in the application, and available engineering; sales, maintenance, repair, and replacement services will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change. aDcof which will be considered by Engineer in evaluating the propose fibtitute item. Engineer may regw. Contractor to furor ad-d io al data about the proposed �t�br6if t item. B. If a specific means, method. tec�' sequenc cedure of c n fair ction is indicated in or required eAontract Doc en ,Contractor a fu ish or use a substitute means. meth seq cote, techniq'tte, or rocedure 1�,5trucuon acceptable to Engin er, f ntracto u mit s ficient in ��rifn to allow Engineer to de nrnme the substi ap'osed is a ten to that indicated or required by the .ntracFDocume t Th procedure''�rr,, i w by Engineer will be similar to di ovtded in Para ap 4A.2 as a ijIteayoy Engineer and as maybe suppler [, d+p� ie Generaements. V C. Engine it a allowed nable time it m hich to evaluate each proposed substitute r "or -equal 'tem EnginQiill a sole judge of acceptability, and no substitute or ` or-eq al �� be orde stalled, or used until Engineer's review is complete, wl ' wi b evideneed by� (i) a Change Order for a substitute; or (ii) an approv al for equal." Owner may require Contractor to furnish a[ Cont lector's ex ene spial performance guarantee or other surety with respect to any substitu ` D. Engineer will record tim re ued by Engineer and, Engineer's Consultants; in evaluating substitute=propo ed or submitted by Contractor pursuant to Pa I d 6.046 and in making changes in the Contract Documents or in the pro q�s • an other direct contract with Owner for ��rork on the Project occasio d ther I&. Nether or not Engineer approves a substitute item so proposed or subm tied b. Contractor, Contractor shall reimburse Owner for the charges of Engineer, n Engineer's Consultants for evaluating each such proposed substitute. 6.05 CONCERNING SUBCONTRACTORS. SUPPLIERS. AND OTHERS A. Contractor shall not employ any Subcontractor, Supplier, or other person or organization (including those acceptable to Owner and Engineer as indicated in Paragraph 6.05B), whether initially or as a substitute, against whom Owner or Engineer may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other person or organization to furnish or perform any of the Work against whom Contractor has reasonable objection. 00700 General Conditions 00700 — 24 DOCUMENT 00700—GENERAL CONDITIONS, (continued) MO. B. If the Contract Documents require the identity of certain Subcontractors; Suppliers, or other persons or organizations (including those who are to furnish the principal items of Equipment and Materials) to be submitted to Owner within the required time after Bid opening prior to the Effective Date of the Agreement for acceptance by Owner and Engineer and if Contractor has submitted a list thereof. Owner's or Engineer's 'acceptance (either in writing or by failing to make written objection thereto) of any such Subcontractor; Supplier, or other person or organization so identified may be revoked on the basis of reasonable objection after due investigation, in which case Contractor shall submit an acceptable substitute. the Contract Price will be increased by the difference in the cost occasioned by such substitution, and an appropriate Change Order will be issued or Written Amendment signed. No acceptance by Owner or Engineer of any such Subcontractor. Supplier, or other person or organization shall constitute a waiver of any right of Owner or Engineer to reject defective Work. C. Contractor shall be fully responsibISAb Owner and Engineer for all acts and omissions of the Subcontractors u be and other persons and or am�2 is performing or furnishir any o tl N under direct or indirect c fr nth Contractorjust as Contractor is r pe sible for n c or's own as� ''� n, Omissions. Nothing in the Contract ocur>)�nts shall create a contractuage '8tion'^ship between Owner, or Engineer nd ss ch SubcontrActor. Xpplier, or �rson or organization, nor sli II cr ie any Qga i non thepart �5ror Engineer to pay or to see t the payt of any n e �e any succ ntractor, Supplier, or other person or , aniz�tion exce t m otherwiseyel,,,quired by Laws and Regulation3 �D. All W, rk �eri rived for Co tr ISa by a Subco�trago�r will be pursuant to an appropr Le agreement I contractor n Ubcontractor which specifically binds the ubcontractdtfto t e applic 'lee u nd conditions of the Contract Documents for the en i f Owne d E eineer and contains waiver provisions as required by Pat raj .02 . ntrac call pay each Subcontractor ajust share of any, insurancelt e�eceived�Contractor on account of losses under policies issued pursuanftto Paraerauii.5.Q D r A. Contractor shall pay II licrnse fees and royalties and assume all costs incident to the use in the per c of the Work or the incorporation in the Work of any invention, deli n, roc ss, product, or device which is the subject of patent rights or copyrig�ffs eld others. If particular invention, design, process, product, or device is�pecn fled in the Contract Documents for use in the performance of the Work and if to thei-a'i tual knowledge of Owner or Engineer its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. B. Contractor shall indemnify and hold harmless Owner and Engineer and anyone directly or indirectly employed by either of them from and against all claims, damages, losses, and expenses (including attorneys' fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract 00700 General Conditions 00700 — 25 DOCUMENT 00700— GENERAL CONDITIONS: (continued) Documents. and shall defend all such claims in connection with any alleged infringement of such rights. 6.07 PERMITS: A. Unless otherwise provided in the Contract Documents; Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids. City of Fayetteville will waive the fees of all city construction permits for this project. Contractor shall pay all charges of utility owners for connections to the Work, and Owner shall pay all charges of such utility owners for capital costs related thereto such as plant investment fees. 6.08 LAWS AND REGULATIONS: A. Contractor shall give all notices nd�ycom�ly with all Laws and Regulati applicable to furnishing and pe,�negoft he or'. Except whereYdmermwf e expressly required by applicable' and Regu aU neither C. n nbPEngineer shall be responsible for o Aug Contractor's c� mpliance A L ws or Regulations. B. If Contractor obser s 11� ayt e Speci : ca'Ggn or Drawin s.ar t variance with any Laws or Regul 'ors; tractor sha a nemeer mp vruten notice thereof, and any neces ry oranges will ized by ooe oi�th methods indicated in •�,ra Par 3. on[ractor fo s any Wo�jksl r o mg or having reason to know that i c • W�, , to such L s rRegulations. d rthout such notice to Engineer, Contra .r sl 311 bear all - t§a�tsing there om h wever; it shall not be Contractor's primary re onsibili ma a certa ha ecifica[ions and Drawings are in accordance with s µwand Re Ilion . 6.09 TAXES: A. Contractor shallWpay all sales�c s mer, use; and other similar taxes required to be paid or withheld by C= tr; I accordance with the Laws and Regulations of the place of the Project whi r applicable during the performance of the Work. 6.10 USE OF PREMISES: , -`` A. Contract r s m5 I( c ' n u construction equipment, the storage of Equipment and Material ,and h operations of workers to the Project Site and land and areas identifiA.in_10 permitted by the Contract Documents and other land and areas permitted by Laws and ReQUIations; rights -of -way, permits, and easements, and shall not unreasonably encumber the premises with construction equipment or other equipment and materials. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any land or areas contiguous thereto, resulting from the performance of the Work. Should any claim be made against Owner or Engineer by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim by arbitration or at Law. Contractor shall; to the fullest extent pennitted by Laws and Regulations, indemnify and hold Owner and Engineer harmless from and against all claims, damages, losses, 00700 General Conditions 1 00700-26 DOCUMENT 00700—GENERAL CONDITIONS: (continued) M 6.12 and expenses (including; but not limited to, fees of engineers, architects, attorneys and other professionals, and court and arbitration costs) arising directly, indirectly or consequentially out of any action, legal or equitable, brought by any such other party against Owner or Engineer to the extent based on a claim arising out of Contractors performance of the Work. B. During the progress of the Work, Contractor shall keep the premises free from accumulations of waste materials, rubbish, and other debris resulting from the Work. At the completion of the Work, Contractor shall remove all waste materials, rubbish, and debris from and about the premises as well as all tools, appliances, constriction equipment and machinery, and surplus materials, and shall leave the Site clean and ready for occupancy by Owner. Contractor shall restore to original condition all property not designated for alteration by the Contract Documents. C. Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stressressures that will endanger it. / RECORD DOCUMENTS: _ X� b A. Contractor shall maintain a Specifications, Addenda I Directives, Field TeJMteo ds clarifications (issued pu su,�nt show all chang madel'dring all approv%d S n%es and a counjeypWall saf pl cc at the St noel -record record en Ali ts, : nge Ordei Field Qrde and written in rj to Paragraph 0) in goo4drde constQril These rec6fd d6cuments together with bmittals shall be available these record documents ions and annotated to erequisite for final payment t, and supervising all safety Contractor shall take all the necessary protection to d organizations who may be 2. h acid Materials and Equipment to be incorporated therein, teethe t storage on or off the Site; and 3. c t e roperty at the Site or adjacent thereto, including trees shrubs. lawns. waI s, pavements, roadways, structures, utilities and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. The work site is located within an active public park. Contractor shall take precautions to protect the public from possible dangers involved in the work including maintain signage warning park users to stay out of construction areas. C. Contractor shall comply with all applicable Laws and Regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such 00700 General Conditions 00700 — 27 DOCUMENT 00700— GENERAL CONDITIONS: (continued) 6.13 6.14 safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection; removal; relocation, and replacement of their property. All damage, injury or loss to any property referred to in Paragraph 6.12A.2 or 6.12A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Engineer or anyone employed by either of them or anyone for whose acts either of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor). Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as all the Work is completed and Engineer has issued a notice to Owner and Contractor in accordancpawitli Paragraph 14.09A that the Work is acceptable (except as otherwise Completion). ' D. Contractor shall designate a res thedel otherwise prevention n to i otherwise designate i mn EMERGENCIES: A. In emergencies echng the sal at the Site o ailja�e t thereto, from E�eeV Owner, is loss. fi[ra for shall g' any sign leant change n t V esBre s provided in connection with Subgtantial si`le represe ah . t the Site &AN—etitty shall be person shall be ontractors shdent unless by Contrac� vner andEr�y' e , Section of p o0 or the Work or property nt tor, withou ci`at instruction or authorization daced to act to ev t threatened damage, injury, or eer promp notice if Contractor believes that Jork o4vaRidltons from the Contract Documents have been caused thereBginee�6fennin that a change in the Contract Documents iTeuir ecause f the t taken in response to an emergency, a Change Ordee t ued to ument the consequences of the changes or variations. SUBMITTALS: ` NN A. After checking and enfying all field measurements and after complying with applicable pro e s pecified in the General Requirements, Contractor shall submit to Engineer �ieNN nd acceptance by Engineer, in accordance with the accepted schedule sub isstons, copies of Submittals which will bear the required informa on th♦t Contractor has satisfied Contractor's responsibilities under the Contract ments with respect to the review of the submission. All submissions will be identified as Engineer may require. The data shown on Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to enable Engineer to review the information as required. B. Before submission of each Submittal, Contractor shall have determined and verified all quantities, dimensions, specified performance criteria, installation requirements, materials, catalog numbers, and similar data with respect thereto and reviewed or coordinated each Submittal with other Submittals and with the requirements of the Work and the Contract Documents. 00700 General Conditions 00700-28 DOCUMENT 00700— GENERAL CONDITIONS: (continued) C. At the time of each submission; Contractor shall give Engineer specific written notice of each variation that the Submittal may have fi-om the requirements of the Contract Documents, and in addition; shall cause a specific notation to be made on each Submittal submitted to Engineer for review and approval of each such variation. D. Engineer will review Submittals with reasonable promptness; but Engineer's review and acceptance will be only for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents and shall not extend to means, methods, techniques, sequences; or procedures of construction (except where a specific means, method, technique, sequence, or procedure of construction is indicated ifi or required by the Contract Documents) or to safety precautions or programs incident thereto. The review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. Contractor shall make corrections required by Engineer, and shall return the required number of corrected copies of Submittals and resubmit as required for review and acceptance. Contractor shall direct p cific attention in writing to revisions other than the corrections called for b Ile on previous Submittals. E. Engineer's review and accepts c 6 bmittal all not relieve COntr cto rom responsibility for any variation f , I ie requires e is f the Cent�%va merits. Contractor shall in writi g I ngineer's attentio to each anguarel�li'ttal. riation at the time of submission. gt eer ill show p oval of each sucuonby a specific written notation thereo ncorporatedinQta ompanyin >e Acceptance by Engineer sha I not rc eve Contra q fr`o responsib�r errors or omissions in the Submittals F. Where a ub t I?is required b the pecifica[i:ms; n. related Work performed prior Et _i te `s review and ncc€ptance ofth eIinent submission will be the sole expense sad responsibilyt q GAntractor. ry 6.15 CONTINUING THE WOR A. Contractor slit �n the and a ere to the progress schedule during all disputes or dis regiments vyith n �p+eer or Owner. No Work shall be delayed or Pus tponed pendi g reso III y disputes or disagreements, except as permitted by Paragraph 15.03 or��tr for and Owner may otherwise agree in writing. 6.16 INDEMNIFICATION: A. To the FLIlles1e'�ft'ntIZp1rrnitted by Laws and Regulations, Contractor shall indemnify and hold aarm4e wnor, Engineer, Engineer's Consultants, and the officers, director partne'en' employees, agents, and other consultants and subcontractors of each and them from and against all claims, damages, losses and expenses, direct; indirect, or consequential (including but not limited to fees and charges of engineers, architects, attorneys and other professionals, and court and arbitration costs) arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss, or expense: I . Is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting therefrom. and 2. Is caused in whole or in pan by any negligent act or omission of Contractor. any Subcontractor, any person, or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone 00700 General Conditions 00700 — 29 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder or arises by or is imposed by Laws and Regulations regardless of the negligence of any such party. B. In any and all claims against Owner or Engineer or any of their consultants, agents; or employees by any employee of Contractor, any Subcontractor, any person, or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.1 GA shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor or other person or organization under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. C. The obligations of Contractor under Paragraph 6.16A shall not extend to the liability of Engineer, Engineer's Cons I . The preparation or ar Change Orders, desq: 2. The giving of or the 1 agents, or employees cause of injury r D. If necessary for enfor n t herein, or if applicable re insurance to ins a any den applicable gov ra with min Paragra ein, the c and aV%inity attributa limited trasupp''jjn msuran, ARTICLE 7 - OTHER WORK 7.01 RELATED WORK AlPhR. A. Owner may per mn od we forces, have other wo e o therefor which shall con other work is to be p forced vents, or employees arising out of: [!naps, drawings, opinions, reports. surveys, cn cations. e coninkunncations by Engin� . orr such givtailure to gi dprimary coot tc uon and hood ess requirement knrtactor to ob�j[i specified limits of Mn; then not less 0 all obtain such ified in Iruded in the Contract Price, indemnified party shall be k%lfted to the Project at the Site by Owner's own t�d by utility owners, or let other direct contracts eneral Conditions similar to these. If the fact that such was not noted in the Contract Documents, written notice thereof the 1 iven to Contractor prior to starting any such other work; and, if Contra������to...CCCCCC� at such performance will involve additional expense to Contra cquires additional time and the parties are unable to agree as to the extent do eof ' ontractor may make a claim therefor as provided in Articles I I and 12. B. Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the Site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work, and shall properly connect and coordinate the Work with theirs; Contractor shall do all cutting, fitting, and patching of the Work that may be required to make its several parts collie together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering their 00700 General Conditions 00700 — 30 DOCUMENT 00700— GENERAL CONDITIONS: (continued) work and will only cut or alter their work with the written consent of Engineer and the others whose work will be affected. C. If any part of Contractor's Work depends for proper execution or results upon the work of any such other contractor or utilitV owner or Owner; Contractor shall inspect and promptly report to Engineer in writing anv delays; defects, or deficiencies in such work that render it unavailable or unsuitable for such proper execution and results. Contractor's failure so to report will constitute an acceptance of the other work as fit and proper for integration with Contractors Work except for latent or nonapparent defects and deficiencies in the other work. 7.02 COORDINATION: A. If Owner contracts with others for the performance of other work on the Project at the Site, the person or organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified in the General Requirements, and tlfrspecific matters to be covered by such authority and responsibility will be itemi d.r9nd t% extent of such authority a id responsibilities will be provid �/ g%#ARTICLE 8 - OWNER'S RESPONSIBJ.LIT0 % 8.01 COMMUNICATIONS: • A. Owne4®R shall is a all c nlunicatiot� tractor th`, gh mmeer. 8.02 CHANGE O.ti `S ` 7►A.Inan of thgloymen[ offe e,r, Owjer shall appoint an en if�is[ whom Cy2-for makes nable ob'ection, whose status under theyontract Doc e`a�ts shall e t is ormer Engineer. Any dispute in connection with sue a tment sh be ddressed as discussed in Article 16. 8.03 REQUIRED DATA: � A. Owner shall furn'sh the�r�egi is d of Owner under the Contract Documents promptly and shall ma e e is to Contractor promptly after they are due as provided in Paragraphs a(�4t� and 14.09A. 8.04 LANDS AND EASEMEN' S A. Owner's 1.1tie in . 'spe t of providing lands and easements and providing eneinee�ny g su veys to establish reference points are set forth in Paragraphs 4.01 and 4.04. 8.05 INSURANCE: A. Owner's responsibilities in respect of purchasing and maintaining insurance are set forth in Paragraph 5.02. 8.06 CHANGE ORDERS: A. Owner is obligated to execute Change Orders as indicated in Paragraph 10.01. 00700 General Conditions 00700 — 31 DOCUMENT 00700—GENERAL CONDITIONS: (continued) 8.07 INSPECTIONS AND TESTS A. Owner's responsibility in respect of certain inspections; tests and approvals is set forth in Paragraph 13.0313. 8.08 STOPPING THE WORK: A. In connection with Owners right to stop Work or suspend Work, see Paragraphs 13.06 and 15.02. Paragraph 15.02A deals with Owner's right to terniinate services of Contractor under certain circumstances. 8.09 LIMITATIONS ON OWNER'S RESPONSIBILITIES: A. Owner shall not supervise, direct, or have control or authority over, nor be responsible for. Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply wit ILL\vs and Regulations applicable to the performance of the Work. Owner it n be responsible for Contractor' lure to perform the Work in accordan Contract Documents.✓) ARTICLE 9 - ENGINEER'S STATUS DUR Contract ON 40, 9.01 OWNER`S REPRESENTAT$P A. Engineer willOwneepresenta •the co r do period. The duties and responsibil €it and the limita['o'outhority o deer as Owner's representat ur construction a set forth itth� C�tract Documents and shall not be de without wriytetsent of Owner. r ar, Engineer. 9.02 VISITS TO SI VV1 O\/ A. Engineer will mak i/yyts the Site t inte als appropriate to the various stages of construction bs ueKe prog ess an%quality of the executed Work and to determine, in _ era'. Sthe W roceeding in accordance with the Contract Documents. E meer will n t e r nred to make exhaustive or continuous on -Site inspections to check th e r quantity of the Work. Engineer's efforts will be directed toward providm weer a greater degree of confidence that the completed Work Aicoloo'rh to the Contract Documents. On the basis of such visits and on -Site ob ets as an experienced and qualified design professional, Engineer wilder informed of the progress of the Work and will endeavor to guard OwrM a i d fects and deficiencies in the Work. 9.03 PROJECT RASEXATION: A. Engineer may furnish Resident Project Representative and assistants to assist Owner and Engineer in observing the performance of the Work. I. Communications pertaining to Submittals, written interpretations, and Change Orders shall be directed to Engineer at his home office. 2. Communications pertaining to day-to-day operations at the Site shall be directed to Resident Project Representative. 3. Resident Project Representative and his assistants will conduct observations of the Work in progress to assist Engineer in determining that the Work is proceeding in accordance with the Contract Documents. 00700 General Conditions 00700-32 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) 4. Resident Project Representative will not have authority to permit any deviation from the Contract Documents, except with concurrence of Owner and Engineer. 9.04 CLARIFICATIONS AND INTERPRETATIONS: A. Engineer will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents (in the form of drawings or otherwise) as Engineer may deternine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents. If Contractor believes that a written clarification or interpretation justifies an increase in the Contract Price or an extension of the Contract Times and the parties are unable to agree to the amount or extent thereof. Contractor may make a claim therefor as provided in Article I I or Article 12. 9.05 AUTHORIZED VARIATIONS IN WORK: A. Engineer may authorize minorten i ns n the Work from the requirein s`of the Contract Documents which doo Ise an ad usunent in the Cont',re�cQ`t� rc� or the Contract Times and are consistihthe over 11 t of the C i t"bcuments. These may be accompliQea Field Order an ill be bindiu a Ownerand also on Contractor who s(hall n the por+,volived promptlyll 9.06 REJECTING DEFECTIVE W ` ���////// A. Engineer will hNauthority to d' ,Q ro a or reject hich Engineer believes to be defec ' e, aI also hav uth"Ic city to requ a tal inspection or testing of the W� ided in Par �l - i) 13.05B, whethe r not the Work is fabricated, installe or • mpleted. B. Resident Protect Re eS��,' to the wil av t h ity, subject to final decision of Engineer, to disapp ov OJect an efe ve workmanship, Equipment, or Material. 9.07 SUBMITTALS. CHANGE ORDERS, AND' AYMENTS: • A. In connection with En, n _ne r ponsibility for Submittals, see Paragraph 6.14. B. In connection with ngin responsibilities as to Change Orders, see Articles 10, 11,and 12. C. In connectiofl�th. n ineers responsibilities in respect of Applications for Payment, see Artic e�P4. h. 9.08 DETERMINATII.NS IOR UNIT PRICES: A. Engineer will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Engineer will review with Contractor the Engineer's preliminary detenminations on such matters before rendering a written decision thereon to the Owner. Engineer will provide approval by recommendation of an Application for Payment to the Owner or return Application to Engineer for further review. B. Engineers written decisions thereon will be final and binding upon Owner and Contractor, unless, within ten days after the date of any such decision, either Owner 00700 General Conditions 00700 — 33 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) or Contractor delivers to the other party to the Agreement and to Engineer written notice of intention to appeal such a decision. 9.09 DECISIONS ON DISPUTES: • t A. Engineer will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes, and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and claims under Articles I I and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to Engineer in writing with a request for a formal decision in accordance with this Paragraph, which Engineer will render in writing within a reasonable time. Written notice of each such claim, dispute, and other matter will be delivered by the claimant to Engineer and the other party to the Agreement promptly (but in no event later than 30 days) after the occurrence of the event giving rise tt Weto, and written supporting data shall be delivered to Engineer and [he oil er vithin 60 days after such occur Ace unless Engineer allows an additional per f�mie to ascertain more accura d .,�n support of the claim. Owner ma. re uest writtoWn FevjSw by Engin e o'faims, disputes, and other matte�fs�glagOng to the accepta iliry of the W rii, or e interpretation of the u't em is of the Co tract t ocuments.' B. When functioning int r er and jud�e u dfr Paragra fts % 'slid 9.09A, Engineer will ngt show tiality to NNSFor Contract, an Engineer will not be liable in conne r• wit[ any inter r tat ,nordecisio a ered in eood faith in such capacity.tdPing ofa debio by Engine �w th spec[ to any such claim, dispu o matter (exc.�pi�njn which hav bee waived by the making or accepta e o final pays tiovided in�p t 14.11) will be a condition precedent my exerci e b Owner ac � r of such rights or remedies as either may otherwise hav n 1 .die Contr ct Do uments or by Laws or Regulations in respect of ail uch lai . disimttee, or matter. A. Neither Engineer's au ri�ct under this Article 9 or elsewhere in the Contract Documents nor any deei ton ade by Engineer in good faith either to exercise or not exercise such author ty sha give rise to any duty or responsibility of Engineer to Contractor, an) tractor, any Supplier; or any other person or organization performin aSt� the ork, or to any surety for any of them. B. WheneN r in the Contract Documents the terns "as directed", "as required", "as allowed "as approved or terms of like effect or import are used, or the adjectives "reasonabl . "suitable", "acceptable", "proper", or "satisfactory' or adjectives of like effect or import are used to describe a requirement, direction; review; or judgment of Engineer as to the Work, it is intended that such requirement, direction; review or judgment will be solely to evaluate the Work for compliance with the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to Engineer any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Paragraphs 9. IOC or 9.1 OD. 00700 General Conditions 00700 — 34 DOCUMENT 00700— GENERAL CONDITIONS: (continued) C. Eng-ineer will not supervise; direct; control, or have authority over or be responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Engineer will not be responsible for Contractor's failure to perforni or furnish the Work in accordance with the Contract Documents. D. Engineer will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. ` E. The presence or absence of Engineer, or any of their representatives will not act to relieve Contractor of any responsibility or of any guarantee of his performance. Neither will observation by Engineer, or any of their representatives in any way be understood to relieve Contractor of any responsibility for proper supervision of the Work at all times. F. Review by Engineer of the final A li lion for Payment and accompany i documentation and all maintenam aerating instructions, sched I sg to antees. Bonds, certificates of inspection st and appr ak and other docitm tafion required to be delivered Parr pH 14.08A w hl be to dete�him enerally that their content conhplies th a requirementi of aryl in the cas c .6ficates of inspections, tests, at i3"a�p s that tke re tilts certified indica �mpliance with, the Contract Documents.� G. The limitations on atNf Drily and spo�iliq set rt in his Paragraph 9.10 shall also apply to gin er`s Consult nN�Restd mt Project epresentative, and assistants. ARTICLE 10 - WA 1N THEO". K 10.01 GENERAL: O A. Without invalidatin thAReetient a N. hout notice to any surety, Owner may, at any, time or 1`4 mh5 time, o er add ions, deletions, or revisions in the We r S these wt be aputhori2ed , ritten Amendment, a Change Order, or a Work Chan a Directi U ell any such document, Contractor shall promptly proceed with the Wor n d which shall be performed under the applicable conditions of the Co htract cuments (except as otherwise specifically provided). B. If Owner and o tra or are unable to agree as to the extent, if any, of an increase or decrease in tite ntra t Price or an extension or a shortening of the Contract Times that shou i %A to d as a result of a Work Change Directive, a claim may be made therefo as prr�ovided in Article I I or 12. C. Contracto W111 not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified, and supplemented as provided in Paragraphs 3.02A and 3.02C, except in the case of an emergency as provided in Paragraph 6.13 and except in the case of uncovering Work as provided in Paragraph 13.0513. D. Owner and Contractor shall execute appropriate Change Orders (or Written Amendments) covering: I. Changes in the Work which are ordered by Owner pursuant to Paragraph 10.01 A, are required because of acceptance of defective Work 00700 General Conditions 00700 — 35 DOCUMENT 00700 -GENERAL CONDITIONS: (continued) under Paragraph 13.09 or correcting defective Work under Paragraph 13.10, or are agreed to by the parties; 2. Changes in the Contract Price or Contract Times which are agreed to by the parties; and 3. Changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Engineer pursuant to Paragraph 9.09A, provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the progress schedule as provided in Paragraph 6.15. E. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be given to a surety, the giving of any such notice will be Contractof7S responsibility, and the amount of each applicable Bond will be adjuste a r t ly. ARTICLE I I - CHANGE OF CC N AA ICE 11.01 GENERAL: P A. The Contract Price n it�the to I-ot�ation (suhjec c thorized adjustments) p able t ntractor f rbie rmmg the o 11 duties, responsibilities at d obligauonsassijte o or undert en y Contractor shall be at his expel a f u change in �e tract Price.Nor B. The ntr N� e may onLb yFibnged by a and Order or a Written Amend nt Any clan �auFiicrease or cc se m the Contract Price shall be based on Hritten 9-- .�Fclffmleli eyed by e p aking the claim to the other party and to Engineer promno even ater ham 30 days) after the occurrence of the event giving yy�ain at statin a general nature of the claim. Notice of the amount of�hwitil s p tng data shall be delivered within 60 days after such occuiTenc unless ews an additional period of time to ascertain more accurate data in p ot3the claim) and shall be accompanied by claimant's written statement that th m nt claimed covers all known amounts (direct; indirect, and consequential) t whit the claimant is entitled as a result of the occurrence of said event. AI atnfor adjustment in the Contract Price shall be determined by Engineer inria ice with Paragraph 9.09A if Owner and Contractor cannot otherwis agree he amount involved. No claim for an adjustment in the Contract Price wi be valid if not submitted in accordance with this Paragraph I I.01 B. C. The value o any Work covered by a Change Order or of any claim for an increase or decrease in the Contract Price shall be determined in one ofthe following ways: I. Where die Work involved is covered by Unit Prices contained in the Contract Documents, by application of Unit Prices to the quantities of the items involved (subject to the provisions of Paragraphs 11.05A through 11.05C, inclusive). 2. By mutual acceptance of a lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 11.03A.2.a. 00700 General Conditions 00700 - 36 DOCUMENT 00700— GENERAL CONDITIONS: (continued) 3. On the basis of the Cost of the Work (determined as provided in Paragraphs 11.02A and 11.0213) plus a Contractor's Fee for overhead and profit (determined as provided in Paragraphs 11.03A and 11.0313). 11.02 COST OF THE WORK: A. The term Cost of the Work means the sum of all costs necessarily incurred and paid by Contractor in the proper performance of the Work. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall include only the following items and shall not include any of the costs itemized in Paragraph 11.02B. I. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules ofjob classifications agreed upon by Owner and Contractor. Payroll costs for employees not employed full timme on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall ii dude, but not be limited to, salaries and wages plus the cost of fringe bee ich shall include social securit contributions, wmempl nt m ; "se at d ayroll taxes, work workmen's compensauo h Ith and re r eft t benefits, b ui%s-.* ick leave, vacation;QnG1,Vp,�day pay applicab thereto. Suc upl ees shall include su eriut and f remeat th Site. The �e�''ns�s of erforming Work afteP eg kingtM ^QQ aturday, S fida}tiolegal holidays, shall be includ it the abo�@xtent aut n d�'by Owner. 2. Cost o a} Equipment andIs fumish an incorporated in the Work; incFug q is of trans{Ar ton and stora tha. of, and Suppliers' field uired in��,�nJ�tion therewi A ash discounts shall accrue to ntr ctor unless Older deposits f n Contractor with which to make pa in, in hic axe the c m d' co is shall accrue to Owner. All trade discowmts,--r��ba and refun , an� n retw•ns from sale of surplus materials and e ul, rn$ Pacc�rue to Qw r, and Contractor shall make provisions so tha ty be obtat?ted. 3. Payme s made by Co Irac r to the Subcontractors for Work performed by Subcon actors req ire by Owner. Contractor shall obtain competitive bids from Sub u ac rs acceptable to Contractor and shall deliver such bids to Owner wI o wt en determine; with the advice of Engineer, which bids will be acc_ ep'ted. If a subcontract provides that the Subcontractor is to be paidaonA, me s of Cost of the Work Plus a Fee, the Subcontractor's Cost of d eatb'all a determined in the same manner as Contractor's Cost of the Uork. I subcontracts shall be subject to the other provisions of the u, t Documents insofar as applicable. 4. Costs of special consultants (including but not limited to engineers; architects, testing laboratories; surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation; travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Costs; including transportation and maintenance; of all materials, supplies; equipment, machinery, appliances; office and temporary facilities at the Site, and hand tools not owned by the workers; which are 00700 General Conditions 00700 — 37 DOCUMENT 00700— GENERAL CONDITIONS: (continued) consumed in the performance of the Work; and cost less market value of such items used but not consumed which remain the propeny of Contractor. c. Rentals of all construction equipment and machinery and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Engineer, and the costs of transportation; loading, unloading, installation, dismantling; and removal thereof - all in accordance with terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use; or similar taxes related to the Work, and for which Contractor is liable, imposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor; any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of em may be liable, and royalty payments and fees for permits and lie n es f. Losses and damag n i pensated by insurance or, f i ss o the Work or otherwise tai ed by CoT et in connecti �Tithh�Tfie perfomhancZa u nhg of the t`k —rovided [he isresulted from causethan the negl' once f Contract �r y `�4511bcon[rac[or; or any aor indir@c y f lovep,o 'ih or for whose actsany ofth i may beki 6 shall incents made with the wn cons nt and app va Owner.sses, damages; and en 5 shall be i I e the cost or the purpose of te ming Con c is fee. If; hIN, loss or damage �ires recons t' nand Contt c placed in charge thereof; ontractor is )aid f4ser ic' a fee proportionate to that stated in g. The c t of ti ities, fuel? d nitary facilities at the Site. h. n nses suc�i as telegrams, long distance telephone calls; telk lone service a th ite, expressage, and similar petty cash items in i. Cost of pt9hi m for additional Bonds and insurance required because of chan es in h Vork and premiums for property insurance coverage within tie limns of the deductible amounts established by Owner in 4cae'A'ahwith Paragraph 5.02D.4. The tem!�@ostt% Irk shall not include any of the following: I, ayrol c sts and other compensation of Contractor's officers, executives. p 4n _als (of partnerships and sole proprietorships), general managers; engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, tinhekeepers, clerks, and other personnel employed by Contractor whether at the Site or in Contractor's principal or a branch office for general administration of the Work and not specifically included in the agreed upon schedule ofjob classifications referred to in Paragraph 'I 1.02A.1 or specifically covered by Paragraph 11.02A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 00700 General Conditions 00700 — 38 DOCUMENT 00700— GENERAL CONDITIONS: (continued) 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work, and charges against Contractor for delinquent payments. 4. Cost of premiums for all Bonds and for all insurance whether or not Contractor is required by the Contract Documents to purchase and maintain the same (except for the cost of premiums covered by subparagraph 11.02A.5.i above). 5. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work. disposal of materials or equipment wrongly supplied, and making good any damage to property. 6. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraph I I.02A. 11.03 CONTRACTOR'S FEE: A. The Contractor's Fee allowed n or for verhead and profit s I'be� determined as follows: ,� I . A mutually acce "f0 le�6ixe fee; or if non can be agreed upon 2. A fee based e Bowing percentages of the vario s * ns of the Cost of the Workc v a. Fo costs it' erred under a�r�a hs 11.02A 1 nd I,02A.2, the Co��ctor Fee shall b 10° (negotiabl Owner); b. • 0 costs incurred Paragraph 1 I. �A. 3 the Contractor's Fee shall b o; and if a ❑ tract is on thyew t f Cost of the Work Plus a e, the maxim lowable to 1fr3or on account of overhead and profit of a I Su ontracto ha be 0%(negotiable with Owner); c. Where •n�o a ore tier of su ontracts are on the basis of the Cost of the k Plts Fee andfid fee is agreed upon; the intent of P eft; p l 1.03A aitd 1 1. 2A.I through A.3 is that the Subcontractor will actually pdrfoZis o furnishes the Work, at whatever tier; will be paid a fee tc�e in (10%) of the costs incurred by such Subcontra to n er Paragraphs 11.02A.1 and 11.02A.2 and that any higher tier Su ntractor and Contractor will each be paid a fee of five perce i N/o) of the amount paid to the next lower tier Subcontractor. d. �loj eeiall be payable on the basis of costs itemized under Pa. grthli 1.02A.4; 11.02A.5 and 11.026; h a noun[ of credit to be allowed by Contractor to Owner for any such cl nge which results in a net decrease in cost will be the amount of the actual net decrease plus a deduction in Contractor's Fee by an amount equal to 10% of the net decrease; and f. When both additions and credits are involved in any one change; the adjustment in Contractor's Fee shall be computed on the basis of the net change in accordance with Paragraphs 11.03A.2.a through 11.03A.2.d, inclusive. B. Whenever the cost of any Work is to be determined pursuant to Paragraph 11.02A or 11.0213. Contractor will submit in form acceptable to Engineer an itemized cost breakdown together with supporting data. 00700 General Conditions 00700 — 39 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) 11.04 CASH ALLOWANCES: A. Not applicable. 11.05 UNIT PRICE WORK: M A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work; initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the established Unit Prices for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Engineer in accordance with Paragraph 9.08. G71 C. A. ARTICLE 12 - Each Unit Price will be deemed to adequate to cover Contractor'sn item. Where the quantity of the estimated quantity percent or more and item of Work and i expense as a result the Contract Price cco m the aoun�o V t c Owner sh'a r have th correspondence, ir memoranda r ng supporting do en Contractor herev g the purpose ofinspe Contractor's option, documentation avail item bel ide an amount considered by Contractor to be Jgnd profit for each separately yid nt' ted Price W�',k�t�onned by ( n a%t8r exceeds Gated in the,�Agreemen0CPdadditional o five mdigg adjustment will to any other tstha�t�,C'b�ntractor has ii [rake a clatn'f6rVi fl increase in the I if the pa ellgre unable to agree as to mspee D41 aI of Contractor's books, records, drawinipts, payment records, vouchers, and Wor andactor shall preserve all such records and or a od of three years after date of Final Payment. 'A� er e authority to enter Contractor's premises for Nb records and supporting documentation or; at may make such records and supporting tner at a location satisfactory to Owner. All of the recotd;upporting documentation shall be open to inspection and subject to�ud a e oduction by Owner or its authorized representative for any and all purpose ; eluding but not limited to (i) compliance with the Contract Docum s: (ie proper pricing of Change Orders: and (iii) claims submitted by or against Contractor or any Subcontractor or Supplier in connection with any performance under the Contract Documents. 12.01 GENERAL: CHANGE OF CONTRACT TIMES A. The Contract Times may only be changed by a Change Order or a Written Amendment. Contractor, in undertaking to complete the Work within the Contract Times, shall take into consideration and make allowances for all of the ordinary 00700 General Conditions 00700 —40 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) delays and hindrances incident to such Work; whether growing out of delays in 17 securing equipment or materials or workmen or otherwise. B. Adjustments to the Contract Times will be made for delays in completion of the Work from causes beyond Contractor's control; including the following: I . Federal embargoes; priority orders, or other restrictions imposed by the United States Government. 2. Unusual delay in fabrication or shipment of Equipment or Materials required in the Work, whether ordered by Contractor or furnished by Owner or others under separate contract. 3. Strikes and other labor disputes. 4. Delays caused by court proceedings. 5. Change Orders. 6. Neglect, delay; or default of any other contractor employed by Owner. 7. Unusual construction delays resulting from weather conditions abnormal to the geographical area and t900e season of the year such as above normal continuous days of prec'�ta.t,,�� n��; a,bove nonnal amount of precipf�jt�"ui,gn within a 24 hour perio�gr 440 normatdays of extreme co�Phptl' temperature conditions a . cc -IF manufacturers o ececatiow cause for ex nsi ns� time if stage of co tru do . All cl'�4 weathe&conditilg's nmst be - PI area and on in theB nTnl b'er of t 8. CWicts, e Engineer a 9. Any ailurZ or se c Subcotl•raci services as compliance deliver equi or both ,%anDlication tationT. These con i wAH not be mal Amber condtti o not affect the r extension oL� eto abnormal r ted with eV r nc from a weather Weathetcb°Q`drhons normal to the of th�e ar all be taken into md'„r , all be defined as the average VEt a'LS—fear period averaged per season. itl e l ontract Documents reported to VIUCI1 in th (ieneral Conditions. [Ia}� by Contra t n supplying equipment, materials; work; pre Yea compliant or failure or delay by Contractor's or Sh (((fersin providing equipment, materials, work, or u"Itntractors' or Suppliers' lack of Year 2000 iej o n operations, systems, or processes used to provide or nt, aterial, work, or services shall not be considered to be caused bve� is beyond Contractor's control. Such Year 2000 compliance proWer slra of constitute a basis for delay in completion of the Work, a/Ajttstr�n�o D the Contract Times, or an excuse for Contract nonperformance. C. Owner shall a "v ia``rd extensions of the Contract Times on account of such causes of delay, prod did that adequate evidence is presented to enable Engineer to determine with exactness the extent and duration of delay for each item involved. D. No extension to the Contract Times will be granted for delays involving only portions of the Work, or which do not directly affect the time required for completion of the entire Work. E. Any claim for an extension to the Contract Times shall be delivered in writing to Owner and Engineer within ten days of the occurrence of the event giving rise to the claim. All claims for adjustment to the Contract Times will be determined by Engineer if Owner and Contractor cannot otherwise agree. Any change to the 00700 General Conditions 00700-41 DOCUMENT 00700— GENERAL CONDITIONS: (continued) Contract Times resulting from any such claim will be incorporated in a Change Order or a Written Amendment. F. All time limits stated in the Contract Documents are of the essence of the Agreement. The provisions of this Article 12 shall not exclude recovery for damages (including but not limited to fees and charges of engineers, architects. attorneys and other professionals, and court and arbitration costs) for delay by either party. ARTICLE 13 - WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 13.01 WARRANTY AND GUARANTEE: A. Contractor warrants and guarantees to Owner and Engineer that all Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to Contrrail I defective Work, whether or n m place, may be rejected, corrected or a Geprovided in this Article 13. B. No provision in the Contract Doe m is nor an ecified guarani ti �t shall be held to limit Contract. liVi&Eor defects ess than the legal i it of liability in accordance with the w. C. All Equipment and ta, ri urnish o tractor for shall carry a written guarantee from t nanufact��pPlier of rt is when called for in the Specificatio Wn en guarante4�II be subm'tl�e� oEngineer with other Submittals!Enein _ r will trans iuch euarantees?to finer for review. 13.02 13.03 0 agencies, and the Work at q Contractor sh A. Contractor shall give inspections, tests, or` personnel. B. Owner shall ett2p iIj n`ti er r presentatives of Owner, testing I'agenci with nsdictional interests will have access to mFs f6hesual rvation; inspecting, and testing. properfe conditions for such access. f�me�''` ely notice of readiness of the Work for all required o , s and shall cooperate with inspection and testing pay for the services of an independent testing laboratory to tests, or approvals required by the Contract Documents except: I . fo inspections, tests, or approvals covered by Paragraphs 13.03C and 13.03D below: 2. that costs incurred in connections with tests or inspections conducted pursuant to Paragraph 13.0513 shall be paid as provided in said Paragraph 13.0513; and 3. as otherwise specifically provided in the Contract Documents. 4. The costs of retest required due to failure of initial tests will be the responsibility of the contractor. C. If Laws or Regulations of any public body havingjurisdiction require any Work (or part thereof) to specifically be inspected; tested; or approved. Contractor shall assume 00700 General Conditions 00700 —42 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) full responsibility therefor, pay all costs in connection therewith; and furnish Engineer the required certificates of inspection, testing, or approval. D. Contractor shall also be responsible for and shall pay all costs in connection with any inspection or testing required in connection with Owners or Engineer's acceptance of a Supplier of Materials or Equipment proposed to be incorporated in the Work, or of Materials or Equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. E. All inspections, tests, or approvals other than those required by Laws or Regulations of any public body havingjurisdiction shall be performed by organizations acceptable to Owner and Contractor (or by Engineer if so specified). F. If any Work (including the work of others) that is to be inspected, tested, or approved is covered without written concurrence of Engineer, it must, if requested by Engineer, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Engineemiely notice of Contractor's intention to cover the same and Engineer has not acted },vtt�i reasonable promptness in respo to such notice. ;0 G. Neither observations by Engine nor mspectio sts. or approva ers shall relieve Contractor from o trVto obligations per unit the W1k accordance with the Contract Docui ents 13.04 DEFECTIVE WORK: ` A. The terns "defe eViYeidin thes do�c menu to d crtbre Work that is unsatisfacta auI ,not in co of a e with the qu ;menu of the Contract Docun n . o t, meeting t v uirentents off spection, test, approval, or accep r Lured by LaH oft a Contrac cZc Sifts. B. Any def`�Work in b disappr . re c♦ted by Engineer at any time before final acceptance ev8n f o i it ma rave ' en overlooked and included in a previous Application fe a Ie C. Prompt noticeeNy givens y eer to Contractor of defects as they become evident. `` ` 13.05 UNCOVERING WORK: A. If any Work is coveted Ronrary to the written request of Engineer, it shall, if requested by � sbe uncovered for Engineer's observation and replaced at Contractor e I B. If Engirt er coast ers it necessary or advisable that covered Work be observed by Eneinee it peeled or tested by others, Contractor, at Engineer's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Engineer may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect, and consequential costs of such uncovering, exposure, observation, inspection, and testing and of satisfactory reconstruction, (including but not limited to fees and charges of engineers, architects, attorneys, and other professionals); and Owner shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in Article 11. If, however, such Work is not found to be defective. Contractor shall be allowed an increase in the Contract Price or an 00700 General Conditions 00700 — 43 DOCUMENT 00700— GENERAL CONDITIONS: (continued) extension of the Contract Times, or both; directly attributable to such uncovering; exposure; observation; inspection; testing; and reconstruction; and; if the parties are unable to agree as to the amount or extent thereof; Contractor may make a claim therefor as provided in Articles I I and 12. 13.06 OWNER MAY STOP THE WORK: 13.07 13.08 A. If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Owner may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give rise to any duty on the part of Owner to exercise this right for the benefit of Contractor or any other parry. CORRECTION OR REMOVAL OF DEFECTIVE WORK: A. If required by Engineer, Contract r hall romptly, as directed; either co' o ec II defective Work, whether or no a 'c< e , inst 11ed or completed, or;a th ork has been rejected by Engineer, remo rom the Si e n eplace it w fh o efective Work. Contractor shall ea aAdirect, indirect, a consequenti sts of such correction or remov� n udi g but not linAted to ees and c ryej� o engineers, architects, attorney at of r profeg�iovta .,made necess d�ier"�by. A. If withiy s fter the Da - o ; ubstantia I_ on or such longer period of time ma a rescribed or Regula[i • s by the terms of any applicable special g ar tee regmr t�tl Contract oc nt is or by any specific provision of the Contra Documenfkan. Work 'n ido e defective, Contractor shall promptly, withoui:41SNNA,ner an in ac rdance with Owners written instructions; ter m l such efectt ork, or, if it has been rejected by Owner; remove it fron nd repl t with nondefective Work. If Contractor does not promptly c tply wid thi �t ri f such instructions, or in an emergency where delay would cause seri s r K loss or damage, Owner may have the defective Work corrected or the rt etc Work removed and replaced, and all direct, indirect, and consequential c • sts of ch removal and replacement (including but not limited to fees and ch en sneers, architects, attorneys, and other professionals) will be paid by Con ctor. n special circumstances where a particular item of EquipmCeinif p•lace in continuous service before Substantial Completion of all the Work; tAchon period for that item may start to run from an earlier date if so provideSpecifications or by Written Amendment. 13.09 ACCEPTANCE OF DEFECTIVE WORK: A. If, instead of requiring correction or removal and replacement of defective Work, Owner and, prior to Engineer's recommendation of final payment, also Engineer prefers to accept it, Owner may do so. Contractor shall bear all direct, indirect, and consequential costs attributable to Owner's evaluation of and determination to accept such defective Work (such costs to be approved by Engineer as to reasonableness and to include but not be limited to fees and charges of engineers; architects, attorneys; and other professionals). If any such acceptance occurs prior to Engineer's 00700 General Conditions 00700 —44 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) recommendation of final payment; a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work: and Owner shall be entitled to an appropriate decrease in the Contract Price, and; if the parties are unable to agree as to the amount thereof; Owner may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner. 13.10 OWNER MAY CORRECT DEFECTIVE WORK: A. If Contractor fails within a reasonable time after written notice of Engineer to proceed to correct and to correct defective Work or to remove and replace rejected Work as required by Engineer in accordance with Paragraph 13.07, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents; Owner may, after seven days' written notice to Contractor, correct and remedy any such deficiency. In exercising the r ghts and remedies under this Paragraph, Owner shall proceed expeditiously. B. To the extent necessary to contpl�ete^s cove �ttd remedial action; Ov� er4alay exclude Contractor from all or act a the Site; t _c, ssion of afhb'r�� of the Work; and suspend Con ra ttzr3fservices related ereto, take WA ion of Contractor's tools, ayp to cgs constru�ti Lequtpin and m c i ry at the Site and incorporate in the Wor all quipnte t al1d a rials stor a t ite or for which Owner has pai Contrattttcllllt r but cvhic a. red elsewl re. C. Contractoroch a Nv Owner, OianeVr4$,Ehpresenta 've a ents, and employees such access tot et i may be neca�ltssaa to enable er oo exercise the rights and reme 1 s Mgt- his Paragr D. All direc irect, and �den[ial c [s of O ner in exercising such rights and remedies will be ch etinst C rac n amount approved as to reasonableness by ange a and a ang rder will be issued incorporating the necessary re j�.��Contra t Documents with res ect to the Work: and Owner shall be entitle R'oaii apropri to _ rease in the Contract Price; and; if the parties are unable to age as to e 3'tt�%nnhereof. Owner may make a claim therefor as provided in Article 11. SuchR11 ct, indirect, and consequential costs will include but not be limited to fees and ges of engineers, architects, attorneys and other professionals, all co t and arbitration costs; and all costs of repair and replacement of work of othhs e yed or damaged by correction; removal; or replacement of Contrac[o.' d e tt.e ork. E. Contractbr sha}t be allowed an extension of the Contract Times because of any delay in p� o lance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 SCHEDULE OF VALUES: A. The schedule of values established will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Engineer. Progress payments on account of Unit Price Work will be based on the number of units completed. 00700 General Conditions 00700 —45 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) 14.02 14.03 14.04 APPLICATION FOR PROGRESS PAYMENT: A. Not later than the 15i° day of each month, or on the next business day thereafter; (but not more often than once a month), Contractor shall submit to Engineer for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. B. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. C. If payment is requested on the basis of Equipment and Materials not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation ww-i anting that Owner has received the Equipment and Materials free and clear of al l arges, security interests, and enSbrances (which are hereinafter in these'Geri [ hC ndi[i s referred to as "Lie�p evidence [hat the Equipment an 1a rials are by appropn t��perty insurance and other arr _ cp to protect Owner s interest the e alVof which will be Y satisfactot t er. D. The amount of retafnag�c wi respec to ro e s payment as stipulated in Paragraph 14. G. V C0NTRACT0WSaW R. NTY OF TI ` A. Contr to rr�ants and gu2"ra�utee that title to II "ovrk,_Materials, and Equipment coveree Applicag t> ayment, e r ncorporated in the Project or not, will ass t Owner nnoo er an the dent free and clear of all Liens. REVIEW OF APPLI ATIR7 DtO PROGR' .S P MENT: A. Engineer will, t !v, en�da a er receipt of each Application For Payment, either indicate i wri ire ii ndation of payment and present the Application to Owner (subject to d p 's of the last sentence of Paragraph 14.04D), or return the Application to o Factor indicating in writing Engineer's reasons for refusing to recomni d pa lent. In the latter case, Contractor may make the necessary coa�t 'and resubmit the Application. After the required internal reviews a prgc'@s�s n�by the Otsmer, the Owner will diligently proceed to make paymen o the* ntractor, in accordance with the approved payment request, within 30 days. II orts will be made to make payments within the 30 day period, but the Owner can guarantee the 30 days maximum time. B. Engineer's recommendation of any payment requested in an Application for Payment Will constitute a representation by Engineer to Owner, based on Engineer's on -Site observations of the Work in progress as experienced and qualified design professionals and on Engineers review of the Application for Payment and the accompanying data and schedules that the Work has progressed to the point indicated: that, to the best of Engineer's knowledge, information, and belief, the quality of the Work is in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract 00700 General Conditions 00700 —46 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) Documents. to a final determination ofquantities and classifications for Unit Price Work under Paragraph 9.08, and to any other qualifications stated in the recommendation); and that Contractor is entitled to payment of the amount recommended. However, by recommending any such payment; Engineer will not thereby be deemed to have represented that exhaustive or continuous on -Site inspections have been made to check the quality or the quantity of the Work beyond the responsibilities specifically assigned to Engineer in the Contract Documents, or that there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or Owner to withhold payment to Contractor. C. Engineer's recommendation of final payment will constitute an additional representation by Engineer to Owner that the conditions precedent to Contractor's being entitled to final payment as set forth in Paragraph 14.09 have been fulfilled. D. Engineer may refuse to recommend the whole or any part of any payment if, in Engineer's opinion, it would be inc�rrect to make such representations to Owner. Engineer may also refuse to recap ^end y such payment. or, because �°f10 subsequently discovered evide ce to 10 results subsequent inspects is ortfests; nullify any such payment revio I. recommen tosuch esten s a e necessary in Engineers pi �to protect Owner om loss beca I. The Work i Iderfe ivet or com1plete_ Work has been ae requiring correction o re lacement. �� 2. Writtei claims e been nisl&at�%dinst Owner or tgr s have been filed in conK�Y� ith the Wor. * ` 3. T�iePrice has een duced by et mendment or Change Dr A- ( 1 4. w r has bee a 4Zed to coiTect ee cM3e Work or complete Work in ace rdance wifPar graph I ?I0 v 5. Of Enginee sac al kno� I dge o the occurrence of any of the events enun ate aragrap}� 15.0_ 6. Of Co tr c unsatisfac.�ry prosecution of the Work in accordance with the Con ract Do( ept J► 7. Contractor's fa' ur 'L%Tce payment to Subcontractors, or for labor, Materials, or t m it, or 8. Engineer sh I no rtify payments requesting more than eighty (80) percent of the Ra t amount until such time as all operation, maintenance, repair, t manuals, and product data has been furnished by the �e Owner. E. Owner i ay ruse to make payment of the full amount recommended by Engineer because c aims have been made against Owner on account of Contractor's performance of furnishing of the Work, or Liens have been filed in connection with the Work, or there are other items entitling Owner to a set-off against the amount recommended, but Owner must give Contractor immediate written notice (with a copy to Engineer) stating the reasons for such action. F. When all grounds for withholding payment are removed, payment will be made in the amounts withheld because of them. G. Progress payments will be in the amount of 95% of the amount of the Work completed and 100% of Equipment and Materials suitably stored and documented as indicated on the Application for Payment less the sum of all previous payments. 00700 General Conditions 00700 —47 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) When the amount retained by Owner becomes equal to 5% of the Contract Price, the remaining progress payments will be made in full, provided Contractor's performance is satisfactory in the opinions of Engineer and Owner. 14.05 SUBSTANTIAL COMPLETION: A. When Contractor considers the entire Work ready for its intended use, Contractor shall notify Owner and Engineer in writing that the entire Work is substantially complete (except for items specifically listed by Contractor as incomplete) and request that Engineer issue a certificate of Substantial Completion. B. Within a reasonable time thereafter, Contractor, and Engineer shall make an inspection of the Work to determine the status of completion. If Engineer does not consider the Work substantially complete, Engineer will notify Contractor in writing .iving his reasons therefor. If Engineer considers the Work substantially complete, Engineer will prepare and deliver to Owner a tentative certificate of Substantial Completion which will fix the DateftLubstantial Completion. There shall be attached to the certificate a tentati I st items (punch list) to be com 1�ted�or 01 corrected before final paynhen[ C. Owner shall have seven s a efeipt of the a e certifica e d 'n� which to make written objection eer as to an� pro ions of the Stta v pte or attached list. If, after consi ;efft ch bjectiogs roeerconclu �aI a Work is not substantially complete, n meer wil vt 'n ourteen da a�sobmission of the tentative certif to to 1 ner notif onta for in writi st m the reasons therefor. IL a r nsideration Q n_o's object i ns, Inc considers the Work substa11 'a n te, Enginee" vi'I i[hin sai uu n days execute and deliver to OwnVedta n ractor a de n e ertificate o ub antial Completion (with a revishe listof ii to a coin let o orrected) reflecting such changes from the tentative certit at as Engi e �Iy s justified after consideration of any objections from O e D. At the time ofi�i e f the to atrve ificate of Substantial Completion, Engineer will deriver to Ohmter an ontractor a written recommendation as to division of respikhsibilit' dh coal payment between Owner and Contractor with respect to securi iO , safety, maintenance, heat, utilities, insurance, and warranties. E. Unless Owner and tractor agree otherwise in writing and so inform Engineer prior to Eng(pe� s ing the definitive certificate of Substantial Completion, Engineer fo�tesTitd,re ommendation will be binding on Owner and Contractor until final pa mentj F. Owner s h Ave the right to exclude Contractor from the Work after the Date of Substantial Completion, but Owner shall allow Contractor reasonable access to complete or correct items on the tentative list. 14.06 PARTIAL UTILIZATION: A. Use by Owner of any finished part of the Work, which has specifically been identified in the Contract Documents, or which Owner, Engineer, and Contractor agree constitutes a separately functioning and useable part of the Work that can be used by Owner without significant interference with Contractor's performance of the 00700 General Conditions 00700 —48 DOCUMENT 00700— GENERAL CONDITIONS: (continued) 14.07 remainder of the Work; ntav be accomplished prior to Substantial Completion of all the Work subject to the following: I. Owner at any time may request Contractor in writing to permit Owner to use any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If Contractor agrees; Contractor will certify to Owner and Engineer that said part of the Work is substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. Contractor at any time may notify Owner and Engineer in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Engineer to issue a certificate of Substantial Completion for that part of the Work. Within a reasonable time after either such request; Owner, Contractor; and Engineer shall make an inspection of that part of the Work to determine its status of completion. If Engineer does not consider that part of the Work to be substantially complete; En eer will notify Owner and Contractor in writing giving the reasons therefor. gmeer considers that part of th Work to be substantially complete Oneons of Paragraph 14.05 wi pp4with respect to certification�Otyuial Cp n }e 'on of that pa�tug�i Work and the division fr es Bit in res a thereof and a_ec, ss�lt{{�tereto. Owner may at alyti a request over operasn � f attyAuch part complete. A c&Vbf such re&i that part qfF11k to list ofthe ternremain icto5in writing 'it Owner to take c�york althou i of substantially I be sent t m er and within a ntracto a d ginger shall make an }ete in hit status of completion and nt�l ompleted or corrected tJ er n before fins 1pry cut. If Co 3'1 }�loesnot object in writing to rand En i'e2'tiTiaat such art Work is not ready for separate operation bte-, Engine r wi ii ize the list of items to be completed or correct an 11 deliver ch1 t to Owner and Contractor together with a wri�t♦ent�re.c� t�tmendau as toe division of responsibilities pending final paynteilYYbetween awn�eAr a Contractor with respect to security, operation, safety,i aintenaa e; 11 insurance, warranties, and guarantees for that part of the Wdrk iI ill become binding upon Owner and Contractor at the time when Ot .n, takes over such operation (unless they shall have otherwise all eed in writing and so informed Engineer). During such operptid arior to Substantial Completion of such part of the Work, II alw Contractor reasonable access to complete or correct items Xn sai'tod, t and to complete other related Work. 3. o o panty or separate operation of part of the Work will be accomplished prior to compliance with the requirements of Paragraph 5.021 in respect of property insurance. FINAL INSPECTION: A. Upon written notice from Contractor that the Work or an agreed portion thereof is complete, Engineer will make a final inspection with Owner. Engineer; and Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. 00700 General Conditions 00700 —49 DOCUMENT 00700 — GENERAL CONDITIONS: (continued) 14.08 14.09 FINAL APPLICATION FOR PAYMENT: A. After Contractor has completed all such corrections to the satisfaction of Engineer and delivered all maintenance and operating instructions, schedules, guarantees; Bonds, certificates of inspection, marked -up record documents, and other documents - all as required by the Contract Documents, and after Engineer has indicated that the Work is acceptable (subject to the provisions of Paragraph 14.1 1), Contractor may make application for final payment following the procedure for progress payments. B. The final Application for Payment shall be accompanied by all documentation called for in the Contract Documents, together with complete and legally effective releases or waivers (satisfactory to Owner) of all Liens arising out of or filed in connection with the Work. In lieu thereof and as approved by Owner, Contractor may furnish receipts or releases in full; an affidavit of Contractor that the releases and receipts include all labor, services, Material, and Equipment for which a Lien could be filed, and that all payrolls, Equipment anqFMaterial bills, and other indebtedness connected with the Work for which Owner or n is property might in any way b responsible, have been paid or ; h rw se atisfied; and consent of thelsu�any. to final payment. If any Subcon act r or Supp ' r ' s to furnish Qt e s or receipt in full, Contractor may 'sh�Bo d or other c I feral satisfactod4Owner to indemnify Owner again' an ien. ` FINAL PAYMENT AND A°CONP CE: A. If, on the basisp Engin er's obser ionthe Wor do ' g construction and final inspection, td n� leer's revie } 1 Ap I"cau or Payment and accom��pp n in dunientatio ` required y tntract Documents, Engineer is satihiie t tt c Work h ee complete an ntractor's other obligations under th Pntract Doc mn a' berg ft^r ill , Engineer will, within fourteen days after receipt o Ff Application 1a Payment, indicate in writing Engineer's recommendation o ay lent and pres t Application to Owner for payment. Thereupon, g la, ill give tten n ice to Owner and Contractor that the Work is acceptable (u ject to thetpr isi s of Paragraph 14.1 1). Otherwise, Engineer will return the Aplicat n ort ctor, indicating in writing the reasons for refusing to reconunen I vment, in which case Contractor shall make the necessary correction an -e ubmit the Application. Thirty days after presentation to Owner of the Ap liclition and accompanying documentation, in appropriate form and substance, aqd ititi gmee'r's recommendation and notice of acceptability, the amount ;econi elided .y Engineer will become due and will be paid by Owner to B. If. throujhzuorault of Conti -actor, final completion of the Work is significantly delayed and if Engineer so confines. Owner shall, upon receipt of Contractor's final Application for Payment and recommendation of Engineer, and without terminating the Agreement, make payment of the balance due for that portion of the Work fully completed and accepted. The written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Engineer with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. C. The Final Pay Estimate will include all sums remaining to be paid. 00700 General Conditions 00700 — 50 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) 14.10 CONTRACTOR'S CONTINUING OBLIGATION: A. Contractors obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by Engineer; nor the issuance of a certificate of Substantial Completion, nor any payment by Owner to Contractor under the Contract Documents, nor any use or occupancy of the Work or any part thereof by Owner, nor any act of acceptance by Owner nor any failure to do so, nor any review and approval of a Submittal; nor the issuance of a notice of acceptability by Engineer pursuant to Paragraph 14.09, nor any correction of defective Work by Owner will constitute an acceptance of Work not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents (except as provided in Paragraph 14.11 14.11 WAIVER OF CLAIMS: The making and acceptance of final payment will constitute: A. A waiver of all claims by Owner a ri t;,Contractor, except claims ansingafrom unsettled Liens, from defectiv gearing after final inspection ur�sttan to Paragraph 14.07; or from failur t coin I witlig�tiiontract Docup t o to terms of any special guarantees peci te�f%rein:: howei�, it"will not c titl't(e a waiver by Owner of any rights i re ct of Contractor's ntinuing lqtlbns under the Contract Documen—, a •� B. A waiver of all claims ontractor atir s�ner otl er n hose previously made in writing and unse led. 14.12 INTEREST: NO A P I BLE. ARTICLE 15 - S E SION O.T kt ORK`AND ATION W New 15.01 OWNER MAY SUSPEN A. Owner may, a a y and wit' u9'cause.."suspend the Work or any portion thereof for a period of not more tha'il day by notice in writing to Contractor, and Engineer which will fix the date,,�99n h or will be resumed. Contractor shall resume the Work on the date so fiA&� Co,tractor shall be allowed an increase in the Contract Price or an extensiovf %fie.4ontract Times, or both, directly attributable to any suspension if ont a or makes an approved claim therefor as provided in Articles I I and 12. 15.02 OWNER MAY�ER(v1�INA E: A. Upon theZi�e rrence of any one or more of the following events: I . If Contractor commences a voluntary case under any chapter of the Bankruptcy Code (Title I I, United States Code); as now or hereafter in effect, or if Contractor takes any equivalent or similar action by filing a petition or otherwise under any other federal or state Law in effect at such time relating to the bankruptcy or insolvency; 2. If a petition is filed against Contractor under any chapter of the bankruptcy Code as now or hereafter in effect at the time of filing, or if a petition is filed seeking any such equivalent or similar relief against Contractor under any 00700 General Conditions 00700-51 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) other federal or state Law in effect at the time relating to bankruptcy or insolvency; 3. If Contractor makes a general assignment for the benefit of creditors; 4. If a trustee, receiver, custodian, or agent of Contractor is appointed under applicable Law or under contract, whose appointment or authority to take charge of property of Contractor is for the purpose of enforcing a Lien against such property or for the purpose of general administration of such property for the benefit of Contractor's creditors; 5. If Contractor admits in writing an inability to pay its debts generally as they become due: 6. If Contractor persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable Equipment or Materials or failure to adhere to the progress schedule established under Paragraph 2.07 as revised from time to time); 7. If Contractor disregards La b Regulations of any public body wing jurisdiction; 8. If Contractor disregard e a thority o� i eer; or 9. If Contractor otl isefVi ales in any s tan fiat way any pro ; sions of the Contract Docun its, o B. Owner may,after g in C n ractor at ety. if the Thi ten days' written notice and to t e exten emitted by �r7d Regula ' �nye ,inate the services of Contractor, ex m eCo�i tractor fr m the le and tak oion of the Work and of all Contract too ,appliance co u ruction a ut gent, and machinery at the Site and us h - at e o the fulls iey could b us Contractor (without liability to Co or for trespass or c n, ersion); iIbtPO in the Work all Equipment and Materials red at the rte r or whir. eryas paid Contractor but which are stored elsewhere; a d+6tn the W as ner may deem expedient. In such case, Contractor slice I no e�lnu ed to recei e y further payment until the Work is finished. If th alance ie Contract Price exceeds the direct, indirect, and consequential sts of complet , t Work (including but not limited to fees and charges of engin ers, aa orneys and other professionals; and court and arbitration costs), such x s dl be paid to Contractor. If such costs exceed such unpaid balance, Contract o all pay the difference to Owner. Such costs incurred by Owner will be apyrowed as to reasonableness by Engineer and incorporated in a Change OrdeA itch exercising any rights or remedies under this Paragraph. Owner s,t��Ihn�bbftq fired to obtain the lowest price for the Work performed. C. Where �ontraclo``r's services have been so terminated by Owner. the termination will not affec n�rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due to Contractor by Owner will not release Contractor from liability. D. Upon ten days' written notice to Contractor and Engineer, Owner may; without cause and without prejudice to any other right or remedy, elect to abandon the Work and terminate the Agreement. In such case; Contractor shall be paid for all Work executed and any expense sustained plus reasonable termination expenses; which will include, but not be limited to, direct, indirect, and consequential costs (including, but not limited to; fees and charges of engineers, architects, attorneys and other professionals; and court and arbitration costs). 00700 General Conditions 00700 — 52 DOCUMENT 00700 —GENERAL CONDITIONS: (continued) 15.03 CONTRACTOR MAY STOP WORK OR TERMINATE: A. IE through no act or fault of Contractor; the Work is suspended for a period of more than 100 days by Owner or under an order of court or other public authority, or Engineer fails to act on any Application for Payment within 40 days after it is submitted, or Owner fails for 40 days to pay Contractor any sum finally determined to be due, then Contractor may, upon ten days' written notice to Owner and Engineer, terminate the Agreement and recover from Owner payment for all Work executed and any expense sustained plus reasonable termination expenses. In addition and in lieu of terminating the Agreement. if Engineer has failed to act on an Application for Payment or Owner has failed to make any payment as aforesaid, Contractor may upon ten days' written notice to Owner and Engineer stop the Work until payment of all amounts then due. The provisions of this Paragraph shall not relieve Contractor of the obligations under Paragraph 6.15 to carry on the Work in accordance with the progress schedule and without delay curing disputes and disagr. reements with Owner. ARTICLE 16- RESOLUTION OF DISPUT.' 16.01 RESOLUTION OF CLAIMS AND DIS aUTS A. Contractors claims a vai��ati er will be r�viewa�l by Engine r h shall take one or more of the folio m9�s wi[hid [fin (yh0},days afterFgetp Fa claim: 1. Request ad rti supportin ,da%ftfm the cla,�y nt; 2. Submit chedu e to Contr to tp icating reaso A time within which Engin r e ects to (ak a tin; 3. �E e�t ti laim in h�or m part, sta ir^i Sons for rejection; 4. `5. SWst a com nd appro�t e claim; o� B. Owner's claims aga'ns �(ractor II be viewed by Contractor who shall take one or more of th folio. in act on witht to 10) days after receipt of the Claim: 1. Requ 'ljnal supp_6ng d, a from Engineer; 2. Submi a schedule t8�t,� En ineer indicating a reasonable time within which Contractor expebis' oi�tion; 3. Deny the claim in le or in part, stating reasons for denial; 4. Recommend app u of the claim; or 5. Suggest ,rco promise. C. If a claim hat— �n re ved, the Owner will prepare or obtain appropriate D. If a clai has been denied or if no action has been taken in the manner provided in Paragraph 1..61 A or 16.01 B, then the claimant, within ten (10) days thereafter, may notify the Owner, the other party, and Contractor's surety that Engineer and Contractor have been unable to resolve the claim. In that event. the Owner, pursuant to Paragraph 16.01 E shall review the claim and make a decision on the claim. E. If a claim is presented to the Owner. then the Owner shall review the claim and make a decision within fourteen (14) days. F. Disputes that cannot be settled through negotiation or the procedures in Paragraphs 16.01 A through 16.01 E above, shall be settled as mutually agreed or in a court of competentjurisdiction within the State of Arkansas. 00700 General Conditions 00700 — 53 DOCUMENT 00700— GENERAL CONDITIONS: (continued) G. Arbitration shall not be used in the settlement of disputes. ARTICLE 17- MISCELLANEOUS 17.01 GIVING NOTICE: A. Whenever any provision of the Contract Documents requires the giving of written notice. it will be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail; postage prepaid, to the last business address known to the giver of the notice. 17.02 COMPUTATION OF TIME: A. When any period of time is referred to in the Contract Documents by days; it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturd5'f Sunday or on a day made a legal holiday by the Law of the applicable jurisd'ctio suc0'4day will be omitted from the computation. co— B. A calendar day of 24 hot me u from midn he nest n i 8%% call constitute a day. ,,, 17.03 CLAIMS. CUMULATIVE�REN.1 -1: S: • V A. Should Ownertr Contra for suffertern o'f damage t`o rs or property because of any error; pp+i io or act of [h o rty or of y 5t other party`s employees or agen�orwhose ct heother pa I Bally liable, claim will be made low t other a n a reasonable run of the first observance of such p injury o age. The .roes of thi P ag p shall not be construed as a substitute or or a w ' �Ite pro ' ton ' applicable statute of limitations or repose. B. The duties anVranti, q`ns impo d by t se General Conditions and the rights and remedies availareunder t . the arties hereto, and, in particular but without limitation, the +n sand obligations imposed upon Contractor by Paragraphs 6.16A, 13. 3.10, 14.03, and 15.02A and all of the rights and remedies available to O+ et nd Engineer thereunder, are in addition to. and are not to be construed in st ay as a limitation of, any rights and remedies available to any or all of theta tc otherwise imposed or available by Laws or Regulations, by special i eNgualantee, or by other provisions of the Contract Documents, and the pro sions his Paragraph will be as effective as if repeated specifically in the Contrac oc tents in connection with each particular duty, obligation; right, and remedy to w ich they apply. All representations, warranties, and guarantees made in the Contract Documents will survive final payment and termination or completion of the Agreement. END OF DOCUMENT 00700 00700 General Conditions 00700 — 54 DOCUMENT 00800 — SUPPLEMENTARY CONDITIONS ARTICLE l - LABOR RELATED REGULATIONS 1.01 SUPERSESSION. A. These Supplemental Conditions supersede any conflicting provisions of the Contract Documents. 1.02 SUBMIT WITH PROGRESS PAYMENT A. The following items shall be submitted along with applications for progress payment: I . Current progress schedgIG�( �\/ � 2. Summary of reque is orf%Ien510n$ o the Contract Time dufjng' payment per! d. ,v A� 3. Constru ti ph'ot"ograp s ascordin to Sectio �3 4. �S[ rm ater Pollutio�ed ion Plan us c n and Maintenance R orT Fornis c m Iduring pa mer�iod. 1.03 CONTRACTTIMES O A. No exten 'on Contrac " imes�3ill be allowed for delays on Saturday; Sundav, orMy legal hoild`LV N I k out prior approval to work on the day. B. Time will be assess d�fbr Sh day day on which, in the judgement of the Engineer, conditioitl to the Contractor to effectively utilize 60% of 14. normal forces a d egwp lien[ to prosecute the work required at that time, for at leas[ 60° o o th Contractor's normal work hours, regardless of whether the Contract0�ttuuaa l works. C. ExceJtherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site will be performed during regular working hours, Monday through Friday between 6 a.m. and 6. p.m. except during scheduled park events such as evening ball games. Contractor will not perform Work on a Saturday, Sunday, or any legal holiday. Contractor may perform Work outside regular working howl or on Saturdays, Sundays, or legal holidays only with Owners written consent, which will not be unreasonably withheld. 00800 Supplementary Conditions 00800— 1 DOCUMENT 00800 — SUPPLEMENTARY CONDITIONS (continued) 00800 Supplementary Conditions 00800-2 North Rupple Road Occupational Safety and Health Admin., Labor § 1926.650 fit is necessary to stand at the out 25059). or 9-83 (48 FIR 35736), as applicable. and oard or inboard edge of the deckloa 29 CFR part 1911. e, re less than 24 inches of bulwar SOURCE: 54 FIR45959, Oct. 31, 1989, unless r 1, coaming, or other protection x- otherwise noted. ist all employees shall be prov' ed wit a suitable means of proterxion agai st falling from the deckload. (d) first -aid and lifesaving equi rnenc. (1) P visions for rendering fi t aid and m dical assistance shall ti in ac- cordan with subpart D of thi part. (2) Th employer shall en re that there is i the vicinity of eat barge in use at le t one U.S. Coas Guard -ap- proved 30- ch lifering wi not less than 90 fee of line atta ed, and at least one po able or per anent ladder which will r ch the to of the apron to the surface f the wat r. If the above equipment is n t avail le at the pier, the employer all f nish it during: the time that h is w rking the barge. (3) Employees I ng or work 11 the unguarded de of barges h 1 lid protected with U. Coast ua p proved work vests buoyant�e s (e) Commercial d vi op ation . com- mercial diving o era 'on s I be sub- ject to subpa t rt 1910, §§ 1910.401-1910.4 1, �(iapter. /! 139 FIR 22801, Ju a 24, 4 �s amend �V/2 FIR 37674, July , 19771 § 1926.606 efinitions a i�e to this so art. (a) Apro The area alo he waeer- front edg of the pier or w r (b) Bu v k.The side of a s i��abh the upp r deck. vJ (c) naming —The raised f- e, as aroun a hatchway in the de keep out w ter. ♦ lk Jacob's ladder— JRnji t_n'h;1ilad r of or chain with woode or tal Rail, for the purpose of § 1926. 5, s a light structure serving as at the outer edge of a ship Subpart P—Excavations AUTHORITY: Sec. 107, Contract Worker Hours and Safety Standards Act (Construc- tion Safety Act) (40 U.S.C. 333); Secs. 4, 6, 8, Occupational Safety and Health Act of 1970 (29 U.S.C. 653. 655. 657); Secretary of Labor's Order No. 12-71 (36 FIR 8754), 8-76 (41 FIR § 1926.650 Scope, application, and defi- nitions applicable to this subpart. (a) Scope and application. This sub- part applies to all open excavations made in the earth's surface. Exca- vations are defined to include trenches. (b) Definitions applicable to this sub- part. Accepted engineering practices means those requirements which are compat- ible with standards of practice required by a registered professional engineer. luminum Hydraulic Shoring means a p ry ineered shoring systemom- e C aluminum hydrauli o 'nd rs c ssbrace ed in conju n an u rtical rai (I�p7ights) h ontal rails (wellers) Such syst�rtt s desipned, spejifcd ly t(5 support Veliaewalls of a e cav )an and p n cave-ins. R���tom pier means a type of shaft r footing - v ion, the bottom Pk 1ch is m de a get than the cross seZ'tion abo a to f= In a belled shape. Benchi a thing system) means a method o tecting employees from c e- excavating the sides of an e ava on to form one or a series of ho o al levels or steps, usually with 5vertical or near -vertical surfaces be- een levels. Cave-in means the separation of a mass of soil or rock material from the side of an excavation, or the loss of soil from under a trench shield or support system, and its sudden movement into the excavation, either by falling or sliding, in sufficient quantity so that it could entrap, bury, or otherwise injure and immobilize a person. Competent person means one who is capable of identifying existing and pre- dictable hazards in the surroundings, or working conditions which are unsan- itary, hazardous, or dangerous to em- ployees, and who has authorization to take prompt corrective measures to eliminate them. Cross braces mean the horizontal members of a shoring system installed perpendicular to the sides of the exca- vation, the ends of which bear against either uprights or wales. OSHA Subpart P 369 § 1926.650 Excavation means any man-made cut, cavity, trench, or depression in an earth surface, formed by earth re- moval. Faces or sides means the vertical or inclined earth surfaces formed as a re- sult of excavation work. Failure means the breakage, displace- ment, or permanent deformation of a structural member or connection so as to reduce its structural integrity and its supportive capabilities. Hazardous atmosphere means an at- mosphere which by reason of being ex- plosive, flammable, poisonous, corro- sive, oxidizing, irritating, oxygen defi- cient, toxic, or otherwise harmful, may cause death, illness, or injury. Kickout means the accidental release or failure of a cross brace. Protective system means a method of protecting employees from cave-ins, from material that could fall o I from an excavation face or into cavation, or from the collaps, 7f a'tuo cent structures. Protective s3(pt hems in- clude support systems, 6de mvand benching systems, shieldrns, and other systems that p ohe nec- essary protection. Ramp means an n rn walking working surface tha sed to c cess to one point from anothe is constructed from earth or f m ' c- tural materials such as CG,�1 0 0 . Registered Professional `her leans a person who is registere as a prole sional engineer in the sta • whee Aho work is to be performed. Howt3e ,' professional engineer, registered it a state is deemed to be a "regis red pro- fessional engineer" withi earning of this standard when ro de- p g signs for "manufactu ed p?� ti, e sys- tems" or "tabulated ata' to be used in interstate commerc Sheeting means the members of a shoring system that retain the earth in position and in turn are supported by other members of the shoring system. Shield (Shield system) means a struc- ture that is able to withstand the forces imposed on it by a cave-in and thereby protect employees within the structure. Shields can be permanent structures or can be designed to be portable and moved along as work pro- gresses. Additionally, shields can be ei- ther premanufactu'red or job -built in 29 CFR Ch. XVII (7-1-04 Edition) accordance with §1926.652 (c)(3) or (c)(4). Shields used in trenches are usu- ally referred to as "trench boxes" or "trench shields." Shoring (Shoring system) means a structure such as a metal hydraulic, mechanical or timber shoring system that supports the sides of an exca- vation and which is designed to prevent cave-ins. Sides. See "Faces." Sloping (Sloping system) means a method of protecting employees from cave-ins by excavating to form sides of an excavation that are inclined away from the excavation so as to prevent cave-ins. The angle of incline required t mprevent a cave-in varies with dif- f�r n s in such factors as t� soil nvironmental conditi x- o ure, an p lication of s o:Y irge y ds. Stable ock eans nat�a olid min- eral erial that care excavated w h e I sides a'rM f remain in- t p d e lbe,. Unstable rock is c nsi red to b abl@ when the rock /iha -erial on the Ade or sides of the ex- caTation i e re@d against caving -in Sr moveme o f rock bolts or by an- other p t e system that has been deogi' ct6bj a registered professional Sb"uGiffiral ramp means a ramp built of steelMr wood, usually used for vehicle Ncess. Ramps made of soil or rock are wilt considered structural ramps. Support system means a structure such as underpinning, bracing, or shor- ing, which provides support to an adja- cent structure, underground installa- tion, or the sides of an excavation. Tabulated data means tables and charts approved by a registered profes- sional engineer and used to design and construct a protective system. Trench (Trench excavation) means a narrow excavation (in relation to its length) made below the surface of the ground. In general, the depth is greater than the width, but the width of a trench (measured at the bottom) is not greater than 15 feet (4.6 m). If forms or other structures are installed or con- structed in an excavation so as to re- duce the dimension measured from the forms or structure to the side of the ex- cavation to 15 feet (4.6 m) or less OSHA Subpart P 370 Occupational Safety and Health Admin., Labor § 1926.651 (measured at the bottom of the exca- (4) While the excavation is open, un- vation), the excavation is also consid- derground installations shall be pro- ered to be a trench. tected, supported or removed as nec- Trench box. See "Shield." essary to safeguard employees. Trench shield. See "Shield." (c) Access and egress —(I) Structural Uprights means the vertical members ramps. (i) Structural ramps that are of a trench shoring system placed in used solely by employees as a means of contact with the earth and usually po- access or egress from excavations shall sitioned so that individual members do be designed by a competent person. not contact each other. Uprights Structural ramps used for access or placed so that individual members are egress of equipment shall be designed closely spaced, in contact with or by a competent person qualified in interconnected to each other, are often structural design, and shall be con - called "sheeting." strutted in accordance with the design. Wales means horizontal members of a (ii) Ramps and runways constructed shoring system placed parallel to the of two or more structural members excavation face whose sides bear shall have the structural members con - against the vertical members of the ne ted together to prevent displace - shoring system or earth. e u) Structural members use or § 1926.651 Specific excavation require�n and unways shall be o unarm ments. Ztlu�ckness. (a) Surface encumbrances. All s ce, (rv) Clea or other p opriate encumbrances that are located so as means 4 ed connec r M struc- create ahazard to employeess��s a e tural ers shall t ched to the removed or supported, as necessaiy to b to f the runty r shall be at - safeguard employees. t a mann to revent tripping. (b) Underground installa o s. (I) The v tructural��ps used in lieu of estimated location ol� t lit installa- s ens shall be ro' ided with cleats or tions, such as se t�el�ephone, f I-* her surf ceatments on the top electric, water li s ray other surface tg� nt slipping. derground installa fin that r n (2 ans of egress from trench exca- ably may be expecte to bee o va o stairway, ladder, ramp or tered during excavation wor^Nal be c r s fe means of egress shall be lo- determined ric too �,�❑ exca- cat n trench excavations that are 4 vation. eet .22 m) or more in depth so as to (2) Utility companies o owners s I r quire no more than 25 feet (7.62 m) of be contacted within establ hed uoler- teral travel for employees. tomary local response times, ad ` (d) Exposure to vehicular traffic. Em- the proposed work, and asked to'- ployees exposed to public vehicular lish the location of the utili L' traffic shall be provided with, and shall ground installations priorit a start wear, warning vests or other suitable of actual excavation.* W en tility garments marked with or made of or owner�y n ��s and to reflectorized or high -visibility mate- companiesa request to locate �rtndergr nd utility rial. installations within4 F urs (unless a (e) Exposure to falling loads. No em- longer period is required by state or ployee shall be permitted underneath local law), or cannot establish the loads handled by lifting or digging exact location of these installations, equipment. Employees shall be re - the employer may proceed, provided quired to stand away from any vehicle the employer does so with caution, and being loaded or unloaded to avoid being provided detection equipment or other struck by any spillage or falling mate - acceptable means to 'locate utility in- rials. Operators may remain in the stallations are used. cabs of vehicles being loaded or un- (3) When excavation operations ap- loaded when the vehicles are equipped, proach the estimated location of under- in accordance with § I926.601(b)(6), to ground installations, the exact Iota- provide adequate protection for the op- tion of the installations shall be deter- erator during loading and unloading mined by safe and acceptable means. operations. 371 OSHA Subpart P § 1926.651 (f) Warning system for mobile equip- ment. When mobile equipment is oper- ated adjacent to an excavation, or when such equipment is required to ap- proach the edge of an excavation, and the operator does not have a clear and direct view of the edge of the exca- vation, a warning system shall be uti- lized such as barricades, hand or me- chanical signals, or stop logs. If pos- sible, the grade should be away from the excavation. (g) Hazardous atmospheres—(l) Testing 29 CFR Ch. XVII (7-1-04 Edition) mospheric conditions exist or may rea- sonably be expected to develop during work in an excavation. This equipment shall be attended when in use. (ii) Employees entering bell-bottom pier holes, or other similar deep and confined footing excavations, shall wear a harness with a life -line securely attached to it. The lifeline shall be sep- arate from any line used to handle ma- terials, and shall be individually at- tended at all times while the employee wearing the lifeline is in the exca- and controls. In addition to the require- vation. ments set forth in subparts D and E of (h) Protection from hazards associated this part (29 CFR 1926.50-1926.107) to with water accumulation. (1) Employees prevent exposure to harmful levels of shall not work in excavations in which atmospheric contaminants and to as- th re is accumulated water, or in exca- sure acceptable atmospheric condi- vo s in which water is ac umu- tions, the following requirements shall n�g unless adequate p ec�t' ns apply: been ken to protect �IC ees (i) Where oxygen deficiency a inst the ds posed t) r ac- (atmospheres containing less tha��.5� mulation. e precautiohl§ necessary percent oxygen) or a hazardous a o to prot t e ployees as utdtely vary phere exists or could reasonab�� with ea rtuation, u c Id include petted to exist, such as in ex �ea t' ns sp@cr pport o h systems to in landfill areas or excava7 ons in reas rat Crom ca in water removal where hazardous substan es acre stored �o co trot the �g of accumulating nearby, the atmospheres'*n ji>he exca-�(\vi�w'y�ter, or useVf j'*safety harness and vation shall be tes e��r employe feline. v enter excavations r than 4 (2) If t r controlled or prevented (1.22 m) in depth. fro a u lating by the use of water (ii) Adequate prec utionsqo 1%e r o ipment, the water removal taken to prevent employee r�toeq 'pm nt and operations shall be atmospheres containing s19.5 mon red by a competent person to percent oxygen and oedous nsure proper operation. atmospheres. These pr autions 9 (3) If excavation work interrupts the elude providing proper res 'rator 0 natural drainage of surface water (such tection or ventilation in acc d o as streams), diversion ditches, dikes, or with subparts D and E of this pa other suitable means shall be used to spectively, prevent surface water from entering (iii) Adequate precau all be the excavation and to provide adequate taken such as providing a ti 'on, to drainage of the area adjacent to the ex - prevent employee e�pdsuo n at- cavation. Excavations subject to runoff mosphere containing a o centration from heavy rains will require an in - of a flammable gas I e ess of 20 per- spection by a competent person and cent of the lower flammable limit of compliance with paragraphs (h)(1) and the gas. (h)(2) of this section. (iv) When controls are used that are (i) Stability of adjacent structures. (1) intended to reduce the level of atmos- Where the stability of adjoining build- pheric contaminants to acceptable lev- ings, walls, or other structures is en- els, testing shall be conducted as often dangered by excavation operations, as necessary to ensure that the atmos- support systems such as shoring, brac- phere remains safe. ing, or underpinning shall be provided (2) Emergency rescue equipment (i) to ensure the stability of such struc- Emergency rescue equipment, such as tures for the protection of employees. breathing apparatus, a safety harness (2) Excavation below the level of the and line, or a basket stretcher, shall be base or footing of any foundation or re - readily available where hazardous at- taining wall that could be reasonably 372 OSHA Subpart P Occupational Safety and Health Admin., Labor § 1926.652 expected to pose a hazard to employees the shift. Inspections shall also be shall not be permitted except when: made after every rainstorm or other (i) A support system, such as under- hazard increasing occurrence. These in - pinning, is provided to ensure the safe- spections are only required when em- ty of employees and the stability of the ployee exposure can be reasonably an - structure; or ticipated. (ii) The excavation is in stable rock; (2) Where the competent person finds or evidence of a situation that could re- (iii) A registered professional engi- sult in a possible cave-in, indications neer has approved the determination of failure of protective systems, haz- that the structure is sufficently re- ardous atmospheres, or other haz- moved from the excavation so as to be ardous conditions, exposed employees unaffected by the excavation activity; shall be removed from the hazardous or area until the necessary precautions (iv) A registered professional engi- have been taken to ensure their safety. neer has approved the determination (1) Walkways shall be provided where that such excavation work will not employees or equipment are required pose a hazard to employees. o ermitted to cross over excavations. (3) Sidewalks, pavements, and appur- u3�drails which comply with tenant structure shall not be under- y263�(12(b) shall be provi ed dC re mined unless a support system or an ays a e 6 feet (1.8 m) r re other method of protection is provided b ve lowe le to protect employees from the po ibIV collapse of such structures. 154 FFIR45959, t. 31' 1989. PNnded by 59 FR 40730, ug. 9. 199494l (j) Protection of employees o ♦ rock or soil. (1) Adequate p o c 'on $ AM equirg *Q1 for protective shall be provided to protect em • ees "s ms. �k a hazard by falling or♦ o in from an� excavation face. S N tion shp!o consist of scaling o e ove loose rqq-J�/ terial; installation o otective� cades at intervals as necessar e face to stop and contain fa ng mavte- rial; or other means that quiv-, alent protection. ( (2) Employees shall be protected fry excavated or other materials ord .IP ment that could pose a hazard b a ing or rolling into excavations. P t - tion shall be provided by pla ing and keeping such materials Zkq ipment at least 2 feet (.61 m) f8o)�11 the dge of excavations, or by tkh'eLrs a ining. devices that are s fficiel'rt to prevent materials or equip tmf tom falling or rolling into excavations; or by a com- bination of both if necessary. (k) Inspections. (1) Daily inspections of excavations, the adjacent areas, and protective systems shall be made by a competent person for evidence of a sit- uation that could result in possible cave-ins, indications of failure of pro- tective systems, hazardous atmospheres, or other hazardous condi- tions. An inspection shall be conducted by the competent person prior to the srnrr of wnrk and as needed throughout �a�� Pr(� ctloq o7� Pm/oyees in exca- ," oiis. 1 c m to ee in an exca- �ation shal be protected from cave-ins by an e e protective system de- <ffrl'('-�' ccordance with paragraph of this section except when: avations are made entirely in stabl rock; or )G i) Excavations are less than 5 feet 05'2m) in depth and examination of the ground by a competent person provides no indication of a potential cave-in. (2) Protective systems shall have the capacity to resist without failure all loads that are intended or could rea- sonably be expected to be applied or transmitted to the system. (b) Design of sloping and benching sys- tems. The slopes and configurations of sloping and benching systems shall be selected and constructed by the em- ployer or his designee and shall be in accordance with the requirements of paragraph (b)(1); or, in the alternative, paragraph (b)(2); or, in the alternative, paragraph (b)(3), or, in the alternative, paragraph (b)(4), as follows: (1) Option (I) —Allowable configurations and slopes. (i) Excavations shall be sloped at an angle not steeper than one and one-half horizontal to one vertical OSHA Subpart P 373 § 1926.652 (34 degrees measured from the hori- zontal), unless the employer uses one of the other options listed below. (ii) Slopes specified in paragraph (b)(1)(i) of this section, shall be exca- vated to form configurations that are in accordance with the slopes shown for Type C soil in Appendix B to this subpart. 29 CFR Ch. XVII (7-1-04 Edition) (B) The configurations that were de- termined to be safe for the particular project; and (C) The identity of the registered pro- fessional engineer approving the de- sign. (iii) At least one copy of the design shall be maintained at the jobsite while the slope is being constructed. (2) Option (2)—Determination of slopes After that time the design need not be and configurations using Appendices A at the jobsite, but a copy shall be made and B. Maximum allowable slopes, and available to the Secretary upon re - allowable configurations for sloping quest. and benching systems, shall be deter- (c) Design of support systems, shield mined in accordance with the condi- systems, and other protective systems. De- tions and requirements set forth in ap- signs of support systems shield sys- pendices A and B to this subpart. tems, and other protective systems (3) Option (3)—Designs using other tab- sh,,�,II be selected and constructed by ulated datii. (i) Designs of sloping ore. employer or his designee and shall n ccordance with the re uir is benching systems shall be selecte agra (c)(I); or, in e aal er- from and be in accordance with tab- na ive, par g (c)(2); o ape al- ulated data, such as tables and c t:4 rnative, �aph (c) 3 or, in the (ii) The tabulated data shall ���a alterna ve, paragraph follows: written form and shall inclu iii✓ (I:) �J (1)—Desi Being appen- the following: df �4 and D. wens for timber (A) Identification of the,parsers s �`g►�in trenchQ s�}tall be determined that affect the selection o sloping or ���nnn ac ordance he conditions and benching system drawn ch data;Ie�uirements $�rth in appendices A (B) [dentificatio th mits of and C to t� part. Designs for alu- of the data, to ine �u e phe magnitu� mmumy lie shoring shall be in and configuration o es dete i e acco dance ith paragraph (c)(2) of this to be safe; s tro �h t if manufacturer's tab- (C) Explanatory informati • n a y u • ed ata cannot be utilized, designs be necessary to aid the ups in aking sha in accordance with appendix D. a correct selection of a pt otr e s�s- (2) ption (2)—Designs Using Mantrfac- tem from the data. er's Tabulated Data. (i) Design of sup- (iii) At least one copy of t ort systems, shield systems, or other ulated data which identifies th. eg protective systems that are drawn istered professional engineer who p_ from manufacturer's tabulated data proved the data, shall be mainit e at shall be in accordance with all speci- the jobsite during cons�t Rio of the fications, recommendations, and limi- protective system. After h t ti a the tations issued or made by the manufac- data may be stored off tjo site, but turer. vail- ('i) Deviation from the specifications, a copy of the data stall b made a able to the Secretary request. recommendations, and limitations issued or made by the manufacturer (4) Option (9)—Design by a registered shall only be allowed after the manu- professional engineer. (i) Sloping and facturer issues specific written ap- benching systems not utilizing Option proval. (1) or Option (2) or Option (3) under (iii) Manufacturer's specifications, paragraph (b) of this section shall be recommendations, and limitations, and approved by a registered professional manufacturer's approval to deviate engineer. from the specifications, recommenda- (ii) Designs shall be in written form tions, and limitations shall be in writ - and shall include at least the following: ten form at the jobsite during con - (A) The magnitude of the slopes that struction of the protective system. were determined to be safe for the par- After that time this data may be titular project; stored off the jobsite, but a copy shall 374 OSHA Subpart P Occupational Safety and Health Admin., Labor § 1926.652 be made available to the Secretary ner that is consistent with the rec- upon request. ommendations of the manufacturer, (3) Option (3)—Designs using other tab- and in a manner that will prevent em- ulated data. (i) Designs of support sys- ployee exposure to hazards. tems, shield systems, or other protec- (3) When material or equipment that tive systems shall be selected from and is used for protective systems is Jam- be in accordance with tabulated data, aged, a competent person shall exam - such as tables and charts. ine the material or equipment and (ii) The tabulated data shall be in evaluate its suitability for continued written form and include all of the fol- use. If the competent person cannot as - lowing: sure the material or equipment is able (A) Identification of the parameters to support the intended loads or is oth- that affect the selection of a protective erwise suitable for safe use, then such system drawn from such data; material or equipment shall be re- (B) Identification of the limits of use moved from service, and shall be evalu- of the data; ated and approved by a registered pro- (C) Explanatory information as may fessional engineer before being re - be necessary to aid the user in making to ned to service. a correct selection of a protective sys- e Installation and removal o�sup tem from the data. //gy�p ,t— ) General. (i) Membe�s 6`t�s' up- (iii) At least one copy of the tab systems shall be securV',gAn- ulated data, which identifies the reg- n ted toge t prevent �rfiiing! fall- istered professional engineer wh= irg, kickout or other pre cta le fail - proved the data, shall be maintair eld'al ure. ,, the jobsite during constructi=Vle h (ic) sSuppprt system shall be in - protective system. After thatrthe stlaile Ad remove in manner that data may be stored off th 'obsut pried employees from cave-ins, a copy of the data shall b ade avail- u ral collap%s or from being able to the Secretary u'uo re est. s uck by meiAbe of the support sys- (4) Option (4)—D r '� regitem. professional en gin (i) upport s, (iii) I 1JI members of support tems, shield system , a d other ec syst m sh l not be subjected to loads tive systems not utilizing Opti n`I� ex ee n ose which those members tion 2 or Option 3, above, s e ap- w e de igned to withstand. proved by a registered = ess on I en- (i efore temporary removal of in- ivgineer. rdual members begins, additional (ii) Designs sbe in written foi p- hall cautions shall be taken to ensure and shall include the folio 'ng: e safety of employees, such as in - (A) A plan indicating the size t stalling other structural members to and configurations of the materi carry the loads imposed on the support be used in the protective syste. an system. (B) The identity of e 0rstered (v) Removal shall begin at, and professional enginee6copy 'rn he de- progress from, the bottom of the exca- sign. vation. Members shall be released slow- (iii) At least onefdthe design ly so as to note any indication of pos- tshall be maintainedjobsite dui- Bible failure of the remaining members ing construction of the protective sys- of the structure or possible cave-in of tem. After that time, the design may the sides of the excavation. be stored off the jobsite, but a copy of (vi) Backfilling shall progress to - the design shall be made available to gether with the removal of support sys- the Secretary upon request. tems from excavations. (d) Materials and equipment. (1) Mate- (2) Additional requirements for support rials and equipment used for protective systems for trench excavations. (i) Exca- systems shall be free from damage or vation of material to a level no greater defects that might impair their proper than 2 feet (.61 m) below the bottom of function. the members of a support system shall (2) Manufactured materials and be permitted, but only if the system is equipment used for protective systems designed to resist the forces calculated shall be used and maintained in a man- for the full depth of the trench, and 375 OSHA Subpart P Pt. 1926, Subpt. P, App. A 29 CFR Ch. XVII (7-1-04 Edition) e there are no indications while the to subpart P of part 1926, and when alu- trench is open of a possible loss of soil minurn hydraulic shoring is designed in ac- from behind or below the bottom of the cordance with appendix D. This Appendix support system. also applies if other protective systems are (ii) Installation of a support system designed and selected for use from data pre - shall be close) coordinated with the Pared in accordance with the requirements Y set forth in § 1926.652(c), and the use of the excavation of trenches. data is predicated on the use of the soil clas- (f) Sloping and benching systems. Em- sification system set forth in this appendix. ployees shall not be permitted to work (b) Definitions. The definitions and exam - on the faces of sloped or benched exca- ples given below are based on, in whole or in vations at levels above other employ- part, the following: American Society for ees except when employees at the lower Testing Materials (ASTM) Standards D653-85 levels are adequately protected from and D2488; The Unified Soils Classification q Y P System. The U.S. Department of Agriculture the hazard of falling, rolling, or sliding (USDA) Textural Classification Scheme; and material or equipment. The National Bureau of Standards Report (g) Shield systems —(I) General. (i) BSS-121. Shield systems shall not be subjected Cemented soil means a soil in which the par - to loads exceeding those which the sys- titles are held together by a chemical agent, tem was designed to withstand. s eh as calcium carbonate, such that a hand- (ii) Shields shall be installed in a mple cannot be crushed into po er or manner to restrict lateral or other haz n vid al soil particles by finger r ardous movement of the shield in the sivc soi eans clay (fine gra a Jys• il). or oil with glclay conte w h has event of the application of sudde at' esive stre h. Cohesive it .oes not eral loads. crumble, can I a excava vertical (iii) Employees shall be t to side topp�ees, and is plastic n Hoist. Cohe- nfrom the hazard of cave-ins when sigVi..P`Ird to br ��hen dry, and ing or exiting the areas rotec by e�gmficant h on when sub - shields. mohesive s s clude clayey silt, Em to ees shalb n allowed say. silty c ay and organic clay. (iv) P Y iy sod mean so, that does not exhibit in shields when s ds ate.-elbeing visible signs rr re content. stalled, removed, q�sT vertical) Fissured ns soil material that has a (2) Additional req me ent for tendenc b ak along definite planes of systems used in trench cavadons Ex a- fra • - 't little resistance, or a material vations of earth material to a eot t t ex i s open cracks, such as tension greater than 2 feet (.61 m) elaw he cra- s, i an exposed surface. bottom of a shield shal e3itted,6coor(ngth. r at" soil means gravel, sand. or silt, but only if the shield is d ned'[o e-arse grained soil) with little or no clay Y g tent. Granular soil hasno cohesive sist the forces calculate or th u!� Some moist granular soils exhibit depth of the trench, and there a tto indications while the trench is o a possible loss of soil from behirt r below the bottom of the shield APPENDIX A TO 1926—SOIL (a) Scope and appli von 1) Scope. This appendix describes a m d of classifying soil and rock deposits based on site and envi- ronmental conditions, and on the structure and composition of the earth deposits. The appendix contains definitions, sets forth re- quirements, and describes acceptable visual and manual tests for use in classifying soils. (2) Application. This appendix applies when a sloping or benching system is designed in accordance with the requirements set forth in §1926.652(b)(2) as a method of protection for employees from cave-ins. This appendix also applies when timber shoring for exca- vations is designed as a method of protection from cave-ins in accordance with appendix C apparent cohesion. Granular soil cannot be molded when moist and crumbles easily when dry. Layered system means two or more dis- tinctly different soil or rock types arranged in layers. Micaceous seams or weakened planes in rock or shale are considered lay- ered. Moistsoil means a condition in which a soil looks and feels damp. Moist cohesive soil can easily be shaped into a ball and rolled into small diameter threads before crumbling. Moist granular soil that contains some cohe- sive material will exhibit signs of cohesion between particles. Plastic means a property of a soil which al- lows the soil to be deformed or molded with- out cracking, or appreciable volume change. Saturated soil means a soil in which the voids are filled with water. Saturation does not require flow. Saturation, or near satura- tion, is necessary for the proper use of in- struments such as a pocket penetrometer or sheer vane. OSHA Subpart P 376 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. A Soil classification system means, for the pur- (v) Material in a sloped, layered system pose of this subpart, a method of catego- where the layers dip into the excavation or a rizing soil and rock deposits in a hierarchy slope of four horizontal to one vertical of Stable Rock, Type A, Type B, and Type C, (4H:IV) or steeper. in decreasing order of stability. The cat- Unconfined compressive strength means the egories are determined based on an analysis load per unit area at which a soil will fail in of the properties and performance character- compression. It can be determined by labora- istics of the deposits and the environmental tory testing, or estimated in the field using conditions of exposure. a pocket penetrometer, by thumb penetra- Stable rock means natural solid mineral tion tests, and other methods. matter that can be excavated with vertical Wet soil means soil that contains signifi- sides and remain intact while exposed. cantly more moisture than moist soil, but in Submerged soil means soil which is under- such a range of values that cohesive material water or is free seeping. will slump or begin to flow when vibrated. Type A means cohesive soils with an Granular material that would exhibit cohe- unconfined compressive strength of 1.5 ton sive properties when moist will lose those to- per square foot (tsf) (144 kPa) or greater. Ex- hesive properties when wet. amples of cohesive soils are: clay, silty clay. (c) RequircincnL—(I) Classircadon of soil sandy clay, clay loam and, in some cases, and rock deposits. Each soil and rock deposit silty clay loam and sandy clay loam. Ce- shall be classified by a competent person as mented soils such as caliche and hardpan are S able Rock, Type A, Type B, or Type C in also considered Type A. However, no soil is cfMance with the definitions setoth in M h b of this appendix. Type A if. g P O PP (i) The soil is fissured: or 2 asis oldrlassification. The cla'i i Ica on (ii) The soil is subject to vibration from of he deposil}4�be made ba�et he re - heavy traffic, pile driving, or similar ��� is of at lea on visual arf at ast one or manual analys' . Such anatiall be con- (iii) The soil has been previous[ �s duld b a competent pert/ ing tests de - or sc iB paragraph () beto or in other rec� methods o oil assification and (iv) The soil is part of a loped, a�red t tinch as thou ad pled by the Amer - system where the layers dip ' �to th exca- �,. vation on a slope of fours h izott al to one rc iety for Tes s g�4aterials, or the U.S. D artment of r Iture textural classi- vertical (4H:IV) or great :�d fic3tion syst i. (v) The material iV '� otherfact (3) Visua d anual analyses. The visual that would require iassified as I and man a yses. such as those noted as stable material. bein U t le in paragraph (d) of this ap- T}ape B means: p ndix, be designed and conducted to (i) Cohesive soil with an unto in - m- pro 'de ufficient quantitative and qua[i- pressive strength greater han�s( (48 tali formation as may be necessary to kPa) but less than 1.5 tstF (144 kP ddenti y properly the properties, factors, and (ii) Granular cohesionless oils mclud�g: co ditions affecting the classification of the angular gravel (similar to ushed ocl0 deposits. silt, silt loam, sandy loam and, ly s•nee cases, silty clay loam and sandy cla am (III) Previously disturbed soils except e which would otherwise be classed s Type C soil. (iv) Soil that meets the*un• n in d com- pressive strength or en at A require- isments for Type A. bu fis ur d or subject to vibration; or (v) Dry rock that is no le; or (vi) Material that is part of a sloped, lay- ered system where the layers dip into the ex- cavation on a slope less steep than four hori- zontal to one vertical (4HAV), but only if the material would otherwise be classified as Type B. Type C means: (I) Cohesive soil with an unconfined com- pressive strength of 0.5 tsf (48 kPa) or less: or (ii) Granular soils including gravel, sand, and loamy sand; or (iii) Submerged soil or soil from which water is freely seeping; or (iv) Submerged rock that is not stable, or (4) Layered systems. In a layered system, the system shall be classified in accordance with its weakest layer. However, each layer may be classified individually where a more stable layer lies under a less stable layer. (5) Reclassification. If, after classifying a de- posit. the properties, factors, or conditions affecting its classification change in any way, the changes shall be evaluated by a competent person. The deposit shall be re- classified as necessary to reflect the changed circumstances. (d) Acceptable visual and manual tese;. (I) Visual casts. Visual analysis is conducted to determine qualitative information regarding the excavation site in general, the soil adja- cent to the excavation, the soil forming the sides of the open excavation, and the soil taken as samples from excavated material. (i) Observe samples of soil that are exca- vated and soil in the sides of the excavation. Estimate the range of particle sizes and the relative amounts of the particle sizes. Soil that is primarily composed of fine-grained OSHA Subpart P 377 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-04 Edition) material is cohesive material. Soil composed designation D2488—"Standard Recommended primarily of coarse -grained sand or gravel is Practice for Description of Soils (Visual — granular material. Manual Procedure).") Type A soils with an (ii) Observe soil as it is excavated. Soil unconfined compressive strength of 1.5 tsf that remains in clumps when excavated is can be readily indented by the thumb; how - cohesive. Soil that breaks up easily and does ever, they can be penetrated by the thumb not stay in clumps is granular. only with very great effort. Type C soils with (iii) Observe the side of the opened exca- an unconfined compressive strength of 0.5 tsf vation and the surface area adjacent to the can be easily penetrated several inches by excavation. Crack -like openings such as ten- the thumb, and can be molded by light finger sion cracks could indicate fissured material. pressure. This test should be conducted on If chunks of soil spall off a vertical side. the an undisturbed soil sample, such as a large soil could be fissured. Small spalls are evi- clump of spoil, as soon as practicable after dence of moving ground and are indications excavation to keep to a miminum the effects of potentially hazardous situations. of exposure to drying influences. If the exca- (iv) Observe the area adjacent to the exca- vation is later exposed to wetting influences vation and the excavation itself for evidence (rain. flooding), the classification of the soil of existing utility and other underground must be changed accordingly. structures, and to identify previously dis- (iv) Other strength tests. Estimates of turbed soil. unconfined compressive strength of soils can (v) Observe the opened side of the exca- a be obtained by use of a pocket pene- vation to identify layered systems. Examine or%ter or by using a hand-o rated layered systems to identify if the layers �Vary ne. slope toward the excavation. Estimate th V� tying st The basic pulpp~oow�e oaf .he degree of slope of the layers. dr ng test i t i erentfa[e b�ed�cohe- (vi) Observe the area adjacent to th ca, a material %Ah7issures, u Qss d cot e- vation and the sides of the openedLexot sive ma real, nd grams erial. The vation for evidence of surface w ate proceed for the drying t n elves drying seeping from the sides of the exc .aeon, a amp a fssoil that ximately one the location of the level of the watea ble. in - h�(2.54 cm) n- si inches (15.24 cm) (vii) Observe the area adjace t to tl� exca- i iiLdia eter until i tho oughly dry: vation and the area with h excavation t the sam� velops cracks as it for sources of vibration &at a ffect the s.signific ss„tes are indicated. stability of the excava f ( ) Sampl t ry without cracking are (2) Manual tests. a alysis of �/ter ' o be bro �nd. If considerable force is samples is conducted o etermine u f necessar to reak a sample, the soil has sig- titative as well as qual five prop ie o nif'a -oh,give material content. The soil soil and to provide more infor �in c be ssified as a unfissured cohesive ma - order to classify soil properly. t�nd the unconfined compressive (I) Plasticity. Mold a mois a ple of stren should be determined. soil into a ball and at[emp 't into IF a sample breaks easily by hand, it is threads as thin as '/8-inch in iameter. CAe- a her a fissured cohesive material or a sive material can 1 successf ly rollSdy�n anular material. To distinguish between threads without crumbling. For exV the two, pulverize the dried clumps of the at least a two inch (50 mm) length sample by hand or by stepping on them. If thread can be held on one end withthe clumps do not pulverize easily, the mate- ing, the soil is cohesive. rial is cohesive with fissures. If they pul- (if) Dry strengt1i. If the s s dry and verize easily into very small fragments. the crumbles on its own or wider a pres- material is granular. sure into individual gr o n der, it is granular (any combi atio ravel, sand, APPENDIX B TO SUBPART P OF PART or silt). if the soil r dry and falls into 1926—SLOPING AND BENCHING clumps which break up f smaller clumps, but the smaller clumps can only be broken (a) Scope and application. This appendix up with difficulty, it may be clay in any contains specifications for sloping and combination with gravel, sand or silt. If the benching when used as methods of protecting dry soil breaks into clumps which do not employees working in excavations from break up into small clumps and which can cave-ins. The requirements of this appendix only be broken with difficulty. and there is apply when the design of sloping and bench. no visual indication the soil is fissured, the ing protective systems is to be performed it soil may be considered unfissured. accordance with the requirements set forth (iii) Thumb penetration. The thumb penetra- in § 1926.652(b)(2). tion test can be used to estimate the (b) Definitions. unconfined compressive strength of cohesive Actual slope means the slope to which ar soils. (This test is based on the thumb pene- excavation face is excavated. tration test described in American Society Distress means that the soil is in a condi for Testing and Materials (ASTM) Standard tion where a cave-in is imminent or is likely 378 OSHA Subpart P Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B to occur. Distress is evidenced by such phe- (2) Maximum allowable slope. The maximum nomena as the development of fissures in the allowable slope for a soil or rock deposit face of or adjacent to an open excavation; shall be determined from Table B-I of this the subsidence of the edge of an excavation; appendix. the slumping of material from the face or (3) Actual slope. (i) The actual slope shall the bulging or heaving of material from the not be steeper than the maximum allowable bottom of an excavation; the spatting of ma- slope. terial from the face of an excavation; and (H) The actual slope shall be less steep ravelling. i.e.. small amounts of material than the maximum allowable slope. when such as pebbles or little clumps of material there are signs of distress. If that situation suddenly separating from the face of an exca- occurs, the slope shall be cut back to an ac- vation and trickling or rolling down into the tual slope which is at least 'A horizontal to excavation. one vertical (1AFI:IV) less steep than the Maximum allowable slope means the steep- maximum allowable slope. est incline of an excavation face that is ac- (iii) When surcharge loads from stored ma- ceptable for the most favorable site condi- terial or equipment, operating equipment, or tions as protection against cave-ins, and is traffic are present, a competent person shall expressed as the ratio of horizontal distance determine the degree to which the actual to vertical rise (H:V). slope must be reduced below the maximum Short term exposure means a period of time allowable slope, and shall assure that such less than or equal to 24 hours that an exca- rd`duction is achieved. Surcharge loads from vation is open. c{�['ehwt structures shall be evaluat n ac- (c) Requirements—(1) Soil classification. Sol ordewith §1926.651 (i). and rock deposits shall be classified in ac- 4 Configu tt ns. Configurations o op- cordance with appendix A to subpart P ofr' and bench sy,�tems shot m accord - part 1926. *+# ante with Figurse B-1. tj�ABLE B- ` X[MUM ALL- SLOPES SOIL OR ROCK 1'W V NA*I u ATLOWABLE SLOPES(H:V)"J A� FO 4ATIONS LESS THAN 20 FEET STABLE ROCK VERTICAL(909 TYPE A [21 3/4:1 (530) TYPE B 1:1 (340) TYPE L 1>s: l (34� NOTES: 1. Numbers shown in parentheses next to maximum allowable slopes are angles expressed in degrees from the horizontal. Angles have been rounded off. 2. A short-term maximum allowable slope of I/2H:IV (63°) is allowed in excavations in Type A soil that are 12 feet (3.67 m) or less in depth. Short-term maximum allowable slopes for excavations greater than 12 feet (3.67 m) in depth shall be 3/4H:1V (53°). 3. Sloping or benching for excavations greater than 20 feet deep shall be designed by a registered professional engineer. 379 OSHA Subpart P Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-04 Edition) Figure B-1 Slope Configurations (All slopes stated below are in the horizontal to vertical ratio) B-1.l Excavations made in Type A .soil. I. All simple slope excavation 20 feet or less in depth shall have a maximum allowable slope of a/,:1. 20' Max. \ SIMPLE Exception: Simple slope excavations wh are 12 feet or less in depth shall have a mE At 3/4 less (short ter a d which V T•+4tcxq Al2 2. All benched excavations ? feet or of 1/4 to 1 and maximum bench imensid 20' Max. 4' shall have a maximum allowable slope 1 3/4 OSHA Subpart P Occupational Safety and Health Admin., Labor SIMPLE BENCH 20' Max. 5' Max. j_ 4' Max. r. Pt. 1926, Subpt. P, App. B r. MULTIPLE ///�����- 'b 3. All excavations 8 feet or less in depth w�nsuppo ted vertically side,�w'e�por- tions shall have a maximum vertical side of 3'z fee v O' ♦ d 8' aC�j�'flImo/ UNSUPPORTED VERT1jk&TVOS? ED Low ORTION—MAXIMUM 8 FEET IN DEPTH All excavations more than 14feet vertically sided lower portions shall vertical side of 31/z feet. 2' Max. \ now or than 12 feet in depth which unsupported n aximuln allowable slope of I:1 and a maximum A' Max. IN 1 OSHA Subpart P 381 Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-04 Edition) UNSUPPORTED VERTICALLY SIDED LOWER PORTION —MAXIMUM 12 FEET IN DEPTH All excavations 20 feet or less in depth which have vertically sided lower portions that are supported or shielded shall have a maximum allowable slope of -++/n:1. The support or shield sys- tem must extend at least 18 inches above the top of the vertical side. i 1 20' Max. 3/14 (_18" Min. height of vertical side SUPPORTED OR SHIELDED VEY SIDED PORTION 4. Al] other simple slope, compounMes,'$rtically sewerporti�/e�x`oavations shall be in accordance with the otheerr permitted under §XA26.652(b). A_`B-1.2 E'tcaMad In Ty�Soil 1. All simple slope excava ins 20 Wet or less p�th shall ha a � ximum allowable slope of 1:1. /6\\\V/NN ♦ (�/� � O 20' Max. P ♦ � 1 ( SIMPLE SLOPE 2. All benched excavate ns 20 feet or less in depth shall have a maximum allowable slope of I:1 and maximum bench dimensions as follows: 382 OSHA Subpart P Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. B This bench allowed in cohesive soil only. 20' Max 4' Max. -rL1 20' Max. SINGLE BENCH This bench allowed in 've soil only 4' Marx, 3. All excavations 20 feet or 1 be shielded or supported to Agtj such excavations shall have tn. 1 G� 20' Max. al 1 '1101- PLE B' which ave ertically sided lower portions shall : ,L8 inch ove the top of the vertical side. All wgMle slope of I:1. � 1 S" Min. Total height of vertical side VERTICALLY SIDED LOwER PORTION 4. All other sloped excavations shall be in accordance with the other options permitted in §1926.652(b). B-1.3 EXCAVATIONS MADE IN TYPE C SOIL 1. All simple slope excavations 20 feet or less in depth shall have a maximum allowable slope of 0h:1. OSHA Subpart P Pt. 1926, Subpt. P, App. B 29 CFR Ch. XVII (7-1-04 Edition) 20' Max. ' � 1 1§ SIMPLE SLOPE 2. All excavations 20 feet or less in depth which have vertically sided lower portions shall be shielded or supported to a height at least 18 inches above the top of the vertical side. All such excavations shall have a maximum allowable slope of lIPi:l. ' Support or shiel�tem (8f /► 20' Max. V loll Mi ` Total of vertical side V' IDED L ER P TION 3. All other sloped excava v ss be in �a with the other options permitted in § 1926.652(b). \rT�` B-1.9 Excave I. All excavations 20 feet or less 4 lowable slope for each layer as set fort Cj� in Layered Soils in layered soils shall have a maximum al- 384 OSHA Subpart P Occupational Safety and Health Admin., Labor a OVER A OVER V` Pt. 1926, Subpt. P, App. B U' a OSHA Subpart P 385 Pt. 1926, Subpt. P, App. C A OVER B 2. All other sloped excavations §1926.652(b). v APPENDIX C TO SUBPAR O ART 1926—TIMBER SHORh�fOAN4 ,REN HES • (a) Scope. This appe dix co rains informa- tion that can be used tl* b shoring is pro- vided as a method of protection from cave- ins in trenches that do not exceed 20 feet (6.1 m) in depth. This appendix must be used when design of timber shoring protective systems is to be performed in accordance with §1926.652(c)(1). Other timber shoring configurations: other systems of support such as hydraulic and pneumatic systems: and other protective systems such as slop- ing, benching, shielding, and freezing sys- tems must be designed in accordance with the requirements set forth in § 1926.652(b) and § 1926.652(c). 29 CFR Ch. XVII (7-1-04 Edition) with the other options permitted in (b) Soil Classification. In order to use the data presented in this appendix, the soil type or types in which the excavation is made must first be determined using the soil clas- sification method set forth in appendix A of subpart P of this part. (c) Presentildon of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables C-1.1, C-1.2, and C-1.3, and Ta- bles C-2.1, C-2.2 and C-2.3 following para- graph (g) of the appendix. Each table pre- sents the minimum sizes of timber members to use in a shoring system, and each table contains data only for the particular soil type in which the excavation or portion of OSHA Subpart P :o Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C the excavation is made. The data are ar- (B) When vertical loads imposed on cross ranged to allow the user the flexibility to se- braces exceed a 240-pound gravity load dis- lect from among several acceptable configu- tributed on a one -foot section of the center rations of members based on varying the of the crossbrace. horizontal spacing of the crossbraces. Stable (C) When surcharge loads are present from rock is exempt from shoring requirements equipment weighing in excess of 20,000 and therefore, no data are presented for this pounds. condition. (D) When only the lower portion of a (2) Information concerning the basis of' the trench is shored and the remaining portion tabular data and the limitations of the data of the trench is sloped or benched unless: is presented in paragraph (d) of this appen- The sloped portion is sloped at an angle less dix, and on the tables themselves. steep than three horizontal to one vertical; (3) Information explaining the use of the or the members are selected from the tables tabular data is presented in paragraph (e) of for use at a depth which is determined from this appendix. the top of the overall trench, and not from (4) Information illustrating the use of the the toe of the sloped portion. tabular data is presented in paragraph (f) of this appendix. (e) Use or Tables. The members of the shor- ing system that are to be selected using this (5) Miscellaneous notations regarding Ta- information are the cross braces. the tiles gh C through Cent and Tables C-2.1 up i hts, and the wales• where wales are re - through ppen are presented in paragraph (g) q i e Minimum sizes of members are speci- of this Appendix. Fl o use in different types of soi. .ere O Basis and emi embee of the data. —(I) o Di- a si tables of information, t%ow : e ch nrensions of timber members. (i) The sizes of th timber members listed in Tables C-1.1 so type. Tliiq I type must fi e°d ter - through C-1.3 are taken from the N tonal in ned in acc d c with the sifica- Bureau of Standards (NBS) report, R tion system d cribed in a n� to sub- ommended Technical Provisions struation Practice in Shoring andJSI ing-o-oo^ttt"' Trenches and Excavations." In a ion, where NBS did not recommenkNospecii sizes of members, member sizes a e sed on an analysis of the sizes regLf%�y,e fo se by ex- isting codes and on e Nca'�pre rice. (ii) The required ['n , of the m bets listed in Tables bl r�jrough C-1#,l f to actual dimensions a—Aff not no nal i- mensions of the timber. Employer - g to use nominal size shoring are dire t to Tables C-2.1 through C-2. r 3. this choice under §1926.652(c)(3),� ferred to The Corps of Engineers, a Bureau>o Reclamation or data from other acceptabU sources. (2) Limitation of application. (i) It is in tended that the timber shoring sp cific ' n apply to every situation that may a experi- enced in the field. These dat:�y . veloped to apply to the situ ation''S� at most commonly experienced dnZcur.�entttrenching practice. Shoring systTfrms for se in situa- tions that are not cover d byJithe data in this appendix must be desi�gn'eiras specified in § 1926.652(c). (if) When any of the following conditions are present, the members specified in the ta- bles are not considered adequate. Either an alternate timber shoring system must be de- signed or another type of protective system designed in accordance with § 1926.652. (A) When loads imposed by structures or by stored material adjacent to the trench weigh in excess of the load imposed by a two - foot soil surcharge. The term "adjacent" as used here means the area within a horizontal distance from the edge of the trench equal to the depth of the trench. part P cipart 1926. Usin r-'gg ppropnate tab18.. C-hebIrs is oft ze 'hd spacing of th ^�'�nj4�[prs is then a e selection is ba e o he depth ai th of the trench w ere he membe ae o be installed and, t most instant t election is also based on he horiz%mal cing of the crossbraces. stances w re choice of horizontal spac- ing of cjbr ng is available. the hori- zon spacin of the crossbraces must be c •sen a user before the size of any m bet an be determined. When the soil typ�Yh width and depth of the trench, and the h izontal spacing of the crossbraces are own, the size and vertical spacing of the ossbraces, the size and vertical spacing of the wales, and the size and horizontal spac- ing of the uprights can be read from the ap- propriate table. (0 Examples to Illustrate the Use of Tables C- 1.1 through C-1.3. (1) Example 1. A trench dug in Type A soil is 13 feet deep and five feet wide. From Table C-1J, for acceptable arrange- ments of timber can be used. Arrangement #Bl Space 4x4 crossbraces at six feet hori- zontally and four feet vertically. Wales are not required. Space 3x8 uprights at six feet horizontally. This arrangement is commonly called "skip shoring." Arrangement #B2 Space 4x6 crossbraces at eight feet hori- zontally and four feet vertically. Space 8x8 wales at four feet vertically. OSHA Subpart P at Pt. 1926, Subpt. P, App. C 29 CFR Ch. XVII (7-1-04 Edition) Space 2x6 uprights at four feet hori- Space 12x12 wales at five feet vertically. zontally. Position 2x6 uprights in a close sheeting Arrangement#B3 configuration unless water pressure must be resisted. Tight sheeting must be used where Space 6x6 crossbraces at 10 feet hori- water must be retained. zontally and four feet vertically. (4) Example 4. Space 8x10 wales at four feet vertically. A trench dug in Type C soil is 20 feet deep Space 24 uprights at five feet hori- and 11 feet wide. The size and spacing of zontally. members for the section of trench that is Arrangement#134 over 15 feet in depth is determined using Table C-1.3. Only one arrangement of mem- Space 6x6 crossbraces at 12 feet hori- hers is provided. zontally and four feet vertically. Space 8x10 crossbraces at six feet hori- Space 10x10 wales at four feet vertically. zontally and five feet vertically. Spaces 3x8 uprights at six feet hori- Space 12x12 wales at five feet vertically. zontally. Use 3x6 tight sheeting. A rentE.Yatd 2. Use of Tables C-2.1 through C-2.3 would fol- A trench dug in Type B soil in 13 feet deep low the same procedures. g and five feet wide. From Table C-1.2 three acceptable arrangements of members are (g) Notes for all Tables. listed. /11"'Member sizes at spacings other than in - are to be determined as spe ed in Arrangement #Bl 19 (c), "Design of Protective s ms." Space 6x6 crossbraces at six feet hori When c0 ions are satura�te or�ub- zontally and five feet vertically. m ged use 7 eeting. 1gh�Sheeting Space 8x8 wales at five feet vertical]Zlhor refers to the � a of special] - ge timber Space 2x6 uprights at two f planks (�.g.�to^ngue and gnov at least zontally. threle AITL.1�s thick, s t piling, or si 'la cdnstruction a n driven or Arrangement# P. c Iposition pyr a tight wall to re - Space 6x8 crossbraces at 0 � t feet hori- si th lateral pr2�SiS�e of water and to pre- zontally and five feet ver&ca�,�jy n he Toss r� f Mj jifill material. Close Space 10x10 wales acF��yf'v rtically. �� Sh eting ref to placement of planks Space 2x6 uprig t�4o feet hor' e-by-side Iow'ing as little space as pos- zontally. sible bet ee 1. 3. •1 aci g indicated is measured center Arrangement #133 t ent Space 8x8 crossbraces at 10 fee ri- Wa #s to be installed with greater di- zontallyandfive feet vertic men o horizontal. Space I0x12 wales at five fe t erd ly. 5 If the vertical distance from the center Space 2x6 uprights at two fe vertically o he lowest crossbrace to the bottom of the (3) Example 3. ench exceeds two and one-half feet, A trench dug in Type C soil is 13 t uprights shall be firmly embedded or a and five feet wide. mudsill shall be used. Where uprights are From Table C-1.3 two acceptabl arr e- embedded, the vertical distance from the ments of members can be used. center of the lowest crossbrace to the bot- Arrangement#<BJ tom of the trench shall not exceed 36 inches. When mudsills are used. the vertical dis- Space 8x8 cross brac t �aix a hori- tance shall not exceed 42 inches. Mudsills are zontally and five feet v'rtica ] �. wales that are installed at the toe of the Space 10x12 wales at e fe vertically. trench side. Position 2x6 uprights a osely together as 6. Trench jacks may be used in lieu of or in possible. combination with timber crossbraces. If water must be retained use special 7. Placement cf crossbraces. When the tongue and groove uprights to form tight vertical spacing of crossbraces is four feet, sheeting. place the top crossbrace no more than two Arrangement#B2 feet below the top of the trench. When the vertical spacing of crossbraces is five feet. Space 8x10 crossbraces at eight feet hori- place the top crossbrace no more than 2.5 zontally and five feet vertically. feet below the top of the trench. OSHA Subpart P Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C Q H x U N n N J . Z N N O C O H b S W X W N LL J 6 O 10 J X N aJ £ £ # u IO 10 a0 # X X X X c� ^ � � w d• I I U W Q Q Q Q Q N O' x X X x U^ �n a:uw Q Q Q Q Q Q Q �1v N O O �O 10 QI m W X X X X X ,O b t0 b W W 1- W 10 10 10 10 OJ (O Gi W 61 W X X X X X X X x LL b b b b b b b m 10 10 10 10 10 00 Z ?O X X X X x X W 6 .O Q10 �O IO 10 b OJ 2 �J h LL O O 1- < b YI 10 10 10 W M 0 X X X X X X X S 6 Q Q Q 10 10 10 10M N o_ 3 C H Q IO Q b 10 10 IO M m Q X X X X X X X X X X 4_ Q Q Q 10 10 b 10 N W • c� -C W o N Z H O O O O O O O O O O Z H F• F- F- H H H H !- H (a N 10 CO O N IO C) O N W N C O.OZW VI O O 0 0 N-r � O O �iN O 6' LL f OSHA Subpart P •B Pt. 1926, Subpt. P, App. C 29 CFR Ch. XVII (7-1-04 Edition) m V H 6 0. m a F O N x xWvl x x U N W W 4 N N a a � a N x x x N N N j2' 1 N M O •O �p .n # 6 U M ix+1 1xi FN F aU W Vl V1 J1 J� J1 N J1 W v O O O N N N 3 N 2 W U F IZi W a U W v\ J1 vl vt J1 >a� m O� O F m W m m + 0 o m m W m m W U � O PG O� C aXFc aX0 m m O O O F �O .O m m m -• O X x X F m c U •O m O U W u U c0. 0. 0. U O > > m > > > m 2 > > x W 2 S S WOOa W �n F O O N >N F .fir F N OSHA Subpart P 390 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C U N P. U U �! F d Z d m N n m F O H x x W V W N W 1 m a 1 m O 3 O .J] G F W Y ry Y 0 X X x x X % U {O F •Z .". mU 31 1iG W u1 N Jl N J1 >m� O Z N .z O N N N m m O O N N V 1 •Z H m¢ J�v �n m x x c x � - O O W m m W m X m m NP m m U S U O O m W F P x m x x a 1 m K WO O O O m U x p• % X x X x m m m 0 3 E~ O O O X X X x x Z O � W nN+ F F F z Nu W L U L U U U U U W 'L W 7 N Z a N Z m Z m Z m O O O 1O W W O W W H H F N O O F v J 391 OSHA Subpart P Pt. 1926, Subpt. P, App. C 29 CFR Ch. XVII (7-1-04 Edition) x 6 U z m m x U v G N a O O Z v v v v O N N Y' a_ m 3 � N N a a a a Oo oO w¢ z� za v v a o v v v v > m Ndb W N Y9 O O OP OC OO' N eD m m zo X W m • Z F r+ F C V W WaW v v v v v v v v v > a a N x x x x O O O �` •O Y.` N F N F �y x X C X X X X X �t v O •G �G G G W � w N 4 m O F V `O x % % x x x X x X x F m � N 10 G✓ ♦ W • V O O O O O O O O O O x u z o 0 0 0 ✓� N O o (m.10 wo W W O F v p OSHA Subpart P 392 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. C Z N U X b � N J ' F X � O H a W iC x X 9 Y O O O O 6 n v v v W W n n n v v v s • z m F 4' K V V1 vl N v� N J1 J1 a > {w N T W � p n+ nn m m Z N a • z F w F I -I W w .cw p > w v y N Q O � ✓1 m m m m m m n W W w 6 X X % Y•C� X X X V H y P � O F c 3 O F v �O �O •D m m m m m W oo �' O W U U U Y U u W S w U O W J f z > > > NZ > > > NZ w JK F-NX WO 393 OSHA Subpart P Pt. 1926, Subpt. P, App. D U 29 CFR Ch. XVII (7-1-04 Edition) U 6 N Q F Z C N F O F x x W U W N W LL a_ a 3 Q N �^ O X X X X X X X X ,•1 N e1 v v v x x U V •Z F N F m N m N N m O O N O Z la-J 6 R h h N > 0. m O � ^ < x x < x N O m m m m o, X x x x F x c x + m x m x a a O LL O a O N m m X X A 3 O v W N V N u m w w w a a W — aY NYL wu uY m Y W w o L a m o 0 o wo we u c mVIZ m N W p W-WO o o O O O o µa o O a LL F N N N > N F v O APPENDIX D TO SUBPART P OF PART 1926—ALUMINUM HYDRAULIC SHOR- ING FOR TRENCHES (a) Scope. This appendix contains informa- tion that can be used when aluminum hy- draulic shoring is provided as a method of protection against cave-ins in trenches that do not exceed 20 feet (6.1m) in depth. This ap- pendix must be used when design of the alu- minum hydraulic protective system cannot be performed in accordance with § 1926.652(c)(2). (b) Soil Classification. In order to use data presented in this appendix, the soil type or types in which the excavation is made must OSHA Subpart P 394 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D first be determined using the soil classifica- tion method set forth in appendix A of sub- part P of part 1926. (c) Pr'esentadon of Information. Information is presented in several forms as follows: (1) Information is presented in tabular form in Tables D-1.1, D-1.2, D-1.3 and E-1.4. Each table presents the maximum vertical and horizontal spacings that may be used with various aluminum member sires and various hydraulic cylinder sizes. Each table contains data only for the particular soil type in which the excavation or portion of the excavation is made. Tables D-1.1 and D- 1.2 are for vertical shores in Types A and B soil. Tables D-1.3 and DIA are for horizontal water systems in Types B and C soil. (2) Information concerning the basis of the tabular data and the limitations of the data is presented in paragraph (d) of this appen- dix. (3) Information explaining the use of the tabular data is presented in paragraph (e) of this appendix. (4) Information illustrating the use of the tabular data is presented in paragraph fil of this appendix. (5) Miscellaneous notations (foo t garding Table D-1.1 through D-I�. r- sented in paragraph (g) of this appendb (6) Figures, illustrating ty ical f : � alla- tions of hydraulic shoringQ a�� eluded just prior to the Tables. The s't at s page is entitled "Aluminum li, uc oring: T i ca l Installations." (d) Basis and liorimtioD of re data. (1) Vertical shore r s and h zon al wales are those that meet the Se of n d- ulus requirements in the D-1 blee u- minum material is 6061-T m aerial of equivalent strength and prop (2) Hydraulic cylinders spe rcations. (i9 2- inch cylinders shall be a mini um 2-11 r side diameter with a minimum safe or capacity of no less than 18,000 poun - xi compressive load at maximum exten i n. Maximum extension is to include II range of cylinder extensions as rsq i ded by product manufaturer. • �l` (ii) 3-inch cylinders s b a n mum 3- inch inside diameter W th a oaf working ca- pacity of not less thar, 30,0 pounds axial compressive load at ex lions as rec- ommended by product manufacturer. (3) Limitation of application. (i) It is not intended that the aluminum hydraulic specification apply to every situa- tion that may be experienced in the field. These data were developed to apply to the situations that are most commonly experi- enced in current trenching practice. Shoring systems for use in situations that are not covered by the data in this appendix must be otherwise designed as specified in § 1926.652(c). (fi) When any of the following conditions are present, the members specified in the Ta- bles are not considered adequate. In this case, an alternative aluminum hydraulic shoring system or other type of protective system must be designed in accordance with 1926.652. (A) When vertical loads imposed on cross braces exceed a 100 Pound gravity load dis- tributed on a one foot section of the center of the hydraulic cylinder. (B) When surcharge loads are present from equipment weighing in excess of 20,000 pounds. (C) When only the lower portion or a trench is shored and the remaining portion of the trench is sloped or benched unless: The sloped portion is sloped at an angle less steep than three horizontal to one vertical: or the members are selected from the tables for use at a depth which is determined from the top of the overall trench, and not from t4elitoe of the sloped portion. ( e of Tables D-IJ. D-1.2. D-l.3 rd D- Th members of the shoring &,y�tti f at r�a set ed using this infor atrptfare the hydraul nders, and�w�Sai� t a the rtical shore • ' t e horizon s. When awaterYste is used tF�Vcal timber sheetiIa Ito be used is a9s- S lected from thges tabl s. The Tabl and D-1.2 for ve�r'i�h'c,a sores are d - Type A and B sdr'> 6� do not re ui sheeting. Type B so at may req heeting, and Type C sods that alwa�5ireq,�ire sheeting are found n the horizo I��`vv�'aTe Tables D-1.3 and D-1.4. he soil t u`t first be determined in ac- cordanc yr �e soil classification system des' I)Id�,in pendix A to subpart P of part 1926. a appropriate table, the selectio oe size and spacing of the members rs mahe selection is based on the depth d width of the trench where the members ae to be installed. In these tables the rtical spacing is held constant at four feet on center. The tables show the maximum horizontal spacing of cylinders allowed for each size of wale in the waler system tables, and in the vertical shore tables, the hydrau- lic cylinder horizontal spacing is the same as the vertical shore spacing. (f) Example to Illustrate die Use of the Tables: (1) Example I: A trench dug in Type A soil is 6 feet deep and 3 feet wide. From Table D-I.I: Find vertical shores and 2 inch diameter cylinders spaced 8 feet on center (o.c.) horizontally and 4 feet on center (o.c.) vertically. (See Figures 1 & 3 for typical installations.) (2) Example 2: A trench is dug in Type B soil that does not require sheeting, 13 feet deep and 5 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinders spaced 6.5 feet O.C. horizontally and 4 feet o.c. vertically. (See Figures 1 & 3 for typical installations.) (3) A trench is dug in Type B soil that does not require sheeting, but does experience some minor raveling of the trench face. The OSHA Subpart P 395 Pt. 1926, Subpt. P, App. D trench is 16 feet deep and 9 feet wide. From Table D-1.2: Find vertical shores and 2 inch diameter cylinder (with special oversleeves as designated by footnote #B2) spaced 5.5 feet o.c. horizontally and 4 feet o.c. vertically, plywood (per footnote (g)(7) to the D-1 Table) should be used behind the shores. (See Fig- ures 2 & 3 I'or typical installations.) (4) Example 4: A trench is dug in pre- viously disturbed Type B soil, with charac- teristics of a Type C soil, and will require sheeting. The trench is 18 feet deep and 12 feet wide. 8 foot horizontal spacing between cylinders is desired for working space. From Table D-1.3: Find horizontal wale with a sec- tion modulus of 14.0 spaced at 4 feet o.c. vertically and 3 inch diameter cylinder spaced at 9 feet maximum o.c. horizontally. 3x12 timber sheeting is required at close spacing vertically. (See Figure 4 for typical installation.) (5) Example 5: A trench is dug in Type C soil. 9 feet deep and 4 feet wide. Horizontal cylinder spacing in excess of 6 feet is desired= for working space. From Table D-1.4: Find I horizontal wale with a section modulus 7.0 and 2 inch diameter cylinders space at feet o.c. horizontally. Or, findqnd3 t wale with a 14.0 section modulusdiameter cylinder spaced at 10 feeri- zontally. Both wales are spa fe o.c. vertically. 3xl2 timber sheenjng s required at close spacing verticall��See Fi gure 4 for typical installation.) ,,,,,,//////������ (g) Footnotes. and en n res. for Ta D-1.1. D-1.2. D-1.3. an � L (1) For applications of than tho li e in the tables, refer to § 1926.652(c)( of manufacturer's tabulated data. or r ch depths in excess of 20 t, er to*, § 1926.652(c)(2) and § 1926.652(cTW G� 29 CFR Ch. XVII (7-1-04 Edition) (2) 2 inch diameter cylinders, at this width, shall have structural steel tube (3.5x3.54.1875) oversleeves, or structural oversleeves of manufacturer's specification, extending the full, collapsed length. (3) Hydraulic cylinders capacities. (i) 2 inch cylinders shall be a minimum 2-inch in- side diameter with a safe working capacity of not less than 18.000 pounds axial compres- sive load at maximum extension. Maximum extension is to include full range of cylinder extensions as recommended by product man- ufacturer. (ii) 3-inch cylinders shall be a minimum 3- inch inside diameter with a safe work capac- ity of not less than 30,000 pounds axial com- pressive load at maximum extension. Max- imum extension is to include full range of cylinder extensions as recommended by product manufacturer. t?uII spacing indicated is measured cen- S)�rtical shoring rails shall t • e`��n- �m m sect io duIus of 0.40 inch When v c shores a u d, there must be a mi ium of th�r.e� .ores spaced equally, horizon ally, in a �rq£fp oqd shah,5 in. thick r 0.75 inc th V, 14 ply, arctic c (Finlan fo . Please note that is not to ed as a structural but on fo revention of local rav- iughyiig o e trench face) between (8) See frfig�ndix C for timber specifica- calculated for simple span appendix D, item (d), for basis and s of the data. 396 OSHA Subpart P Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D ALUMINUM HYDRAULIC SHORING TYPICAL INSTALLATIONS FIGURE NO. 1 FIGURE NO. 2 vER1CAL YLMiY, MYWIAIAX. NNORM Yi11TX:AL ALNOMAJ I W i YM.C.W IIYOHAI.IIC WOAW M'rtM AVW000) NORIZ OYTAL HORIZONTAL SPACING SPACING IS" MAX. VERTICAL SPACING 4' MAX. £� 2• MAX. FIGURE NO. 3 VERtCLL K XYM.VUI: NRWMR miAUEW ♦y VERTICAL SPACING 4' MAX. 2• MAX. VERTICAL RAIL �VERiICAL RAIL \NTO RAULIC CYLIYO E0. i �TI CAL OSPACING 1�1i•,�A � w\NP2' MAX.` F rru Erareu <ORNZOMTAL SPACING WA) RAIL 2' MAX. RAULIC r I HOER HYDRAULIC CYLINDER up: SNE ETING OSHA Subpart P 397 Pt. 1926, Subpt. P, App. D � Q 29 CFR Ch. XVII (7-1-04 Edition) a a U W WO �� O w a a „ a ap z F W E N¢ p O O QZ 0 3 a O a ?0 zUw P z U U K o 7 ¢ - G z� F- � F O z MIX Xxzz p Q !±? �` ao r �y 20� 2 ` Ii T W W J0 W OR" W v�p O N a WO� O a O -Oa.- O -a. ON > F O ao OSHA Subpart P M Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D U z `V UOa -„WjAaO �}V.h F C a Z > J a a � W U w0 �< M < ' O n F W U tt °O U W 0r 0 W F' W z F Oz w O N< A xO F O 3 �p O w 0. z vv w � U *61 U w z LL o z �zz h z W O o _ Lil o F- -O_ L+l vi �F o -=N N c: w WOWK O F O O O O O OSHA Subpart P 399 Pt. 1926, Subpt. P, App. D 29 CFR Ch. XVII (7-1-04 Edition) U F• I n O Z N Ym T O F I I x oz z z z z z z z z a � Ua U (� N Q: 0: U o6 o� fV C o6 O Vl T w O x ZZ{]Z ] Z ZN Z Z ZW Z Z } U f J NONQ M N M NO M M U a u`' z Z z U � NU = o 0 0 0 0 0 0 a 0 j o a oo w C o p O } x 0 oZ Z Z Z Z Z _ pp N M N U U cfl 0 0 W T OC O Vy O w Z y vj W O N Q �� 3 • �Ua e e N c- (�ly11��"""ZV.gq♦ � O h= {�t1 O O V� a in O O a w OZ) 0 aN > E O 400 OSHA Subpart P Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. D H z � a N oz m=x 0 e N N N � UG yz Z ` w > zy �c -c c o vi w M r 41 � � Z FQ i U J<LPi NFO'N ry N n o NF n m V z a uo Z Z zz 0 m Ix LU U N Z O h O h O O O ¢ > o Q C vi w �p A e O zy 2 3 s 1. ILL g ZN xv nt u- U 6J �_ 7 O �n O O vt O O R7 vi oo Alm Z Z H pO V n e vi r� O LU y �a H wU O 0 K O o oG O O h N N a O O a i 401 OSHA Subpart P Pt. 1926, Subpt. P, App. E 29 CFR Ch. XVII (7-1-04 Edition) APPENDIX E TO SUBPART P OF PART 1926—ALTERNATIVES TO TIMBER SHORING Figure 1. Aluminum Hydraulic Shoring 1g" MAX. VERTICAL SPACING O 4M A X. I f"""'WWM • z6x. Figure 2. Pneum�i VN VERTICAL RAIL HYDRAULIC CYLINDER • V e �� G Y,hyd ul horing OSHA Subpart P 402 Occupational Safety and Health Admin., Labor Pt. 1926, Subpt. P, App. F Figure 3. Trench Jacks (Screw Jacks) INSIZ61 4�0 col APPENDIX F TO SUBPART P OF PART part P for excavations 20 feet or less in 1926—SELECTION OF PROTECTIVE depth. Protective systems for use in exca- SYSTEMS vations more than 20 feet in depth must be designed by a registered professional engi- The following figures are a graphic sum- neer in accordance with §1926.652 (b) and (c). mary of the requirements contained in sub- 403 OSHA Subpart P Pt. 1926, Subpt. P, App. F Is there potential for cave-in? 13 29 CFR Ch. XVII (7-1-04 Edition) Is the excavation more than 5 feet in depth? Excavation may made with vertical s Q ion Is the excavation entirely in stable rock? Slo in 4m/ Shori o selected. s Go to Figure 2 6 Go FIGURE 1 - P I Y DECISIONS G� lding to Figure 3 404 OSHA Subpart P Occupational Safety and Health Admin., Labor Sloping selected as the method of protection Will soil classification be made in accordance with J1926.652 (b)? Excavation must comply with one of the following three options: Option ,S1926.652 (b)(2) which requires Appendices A and R to be followed <` Option 2: �1926.652 (b)(3) which requires other tabor , data 6see definition be followed. Option ( .S1926.652♦ �A requires the exCvati � requires the exto be designedregistered profal engineer. Pt. 1926, Subpt. P, App. F Excavations must comply withJ1926.652 (b)(1) which requires a slope of lkH:1V Q� �G O FIGURE 2 - SLOPING OPTIONS OSHA Subpart P 405 Pt. 1926, Subpt. P, App. F 29 CFR Ch. XVII (7-1-04 Edition) Shoring or shielding selected as the method of protection. Soil classification is required when shoring or shielding is used. The excavation must comply with one of the following four options: Option 1 S1926.652 (c)(1) whi requires Appendices A and C followed (e.g. timber s� tip .` 91926.6 2 c 2) whitr,+urea ma6actu rs data tjo ollowed ,(e9. hydraulic ,trenchaair shor ields).� V O O 0 n 3 Sl c)(3) ch requires to lated da4 a efinition) to e fo d e any system as per t 1 ted data). ` Option 4 6.652 (c)(4) which requires the excavation to be designed by a registered professional engineer (e.g. any designed system). FIGURE 3 - SHORING AND SHIELDING OPTIONS 406 OSHA Subpart P DIVISION I - GENERAL REQUIREMENTS SECTION 01110 — SUMMARY OF WORK PART1- GENERAL 1.01 SUMMARY: A. This Section summarizes the Work covered in detail in the complete Contract Documents. B. Owner: The City of Fayetteville, Arkansas, 113 West Mountain Street, Fayetteville, AR 72701 is contracting for Work described in the Contract Documents. I. Contract Identification: PHASE II 2. Location: Fayetteville C. 1.02 PROJECT DESCRI The projec? fields i �+ bleach lighting, i expansion. 1.03 1.04 1.05 Engineer: The Cot Fayetteville Office Fayetteville, Arkar WORK BY OTHERS\ A. Work Under Ot er C B. Work by Owner: None. C. Other Activities: No e. CONTRACTOR'S_64K! P A. Kl�R MOUNTAIN REGIONAL PARK; �� ��ere prepay y ARVER contact nun ers ar 2049 East eleph X,V=l 9100, f� 1VER Ivd, Ste 400, 101. of ur new lighted baseball Xa d restrooms, storage building, g lot with landscaping and walls, and sanitary sewer plant Exclusi Use- During the construction period; Contractor shall have full use of the premises tdr_ . ecction of the Work. Use of premises is limited only by Owners right to perform duties and functions as stated in the GENERAL CONDITIONS and in this Section. OWNER'S USE OF PREMISES: A. Partial Owner Occupancy: The Owner reserves the right to occupy completed areas of the contract, prior to Substantial Completion provided that such occupancy does not interfere with completion of the Work. Such partial occupancy shall not constitute acceptance of the total Work. 01 1 10 Summary of Work 01 1 10 — 1 SECTION 01110 — SUMMARY OF WORK (continued) 1.06 WORK SEQUENCE: A. General: Construction sequence shall be determined by Contractor subject to Owners need for continuous operation of existing facilities; and subject to the requirements as indicated or specified. B. Continuous Service of Existing Facilities: Exercise caution and schedule operations to ensure that functidning of present facilities will not be disrupted. Shutdown of Owner's operating facilities to perfomi the Work shall be held to a minimum length of time and shall be coordinated with Owner who shall have control over the timing and schedules of such shutdowns. 1.07 PREORDERED EQUIPMENT AND MATERIALS:. None. 1.08 MEASUREMENT AND PAYMENT: A. Unit Price Contracts: All Wor m c'dt on the Contract Drawings 5nti sp'h1fled in the Contract Documents shall b ncl' ded in th i Price Sched�����' i to Agreement. A Unit Pri aq N nt proposed Contractor an't�staI in the Agreement as a price a um f measurem tt for atenals or e�bc��ss. B. Specific Items: Me su ment and p t specific it s a e as specified in each applicable�k, do he TECI�T71 SPECIFIG4S. 1.09 COPIES OF DOCL4M!kT -- ��' `� A. Furni e sw: After e Agre i t ( iVll actor will be furnished at no cost_ a m • ' um of thr r e s of C Ultra t D • cuntents consisting of full-size Contract Drawings in revise ra% and the Project Manual, in addition to those used in(exec0 ion a Agrees nt. B. Additional Coo itional es o above documents will be supplied by Engineer upon quest of CS [ cto and approval of Owner. 1.10 LIST OF DRAWINGS (ANDV ES): A. Contract Drawings: I . Each 9 e Contract Drawings bears the following general title: KESSLf R n`,061NTAIN REGIONAL PARK, PHASE Ii 2. InTTidual sheet numbers and titles are as stated on SHEET INDEX. B. Reference Drawings: I. Reference Drawings included with the set of Contract Drawings are as stated on SHEET INDEX. I.I 1 SCHEDULE OF OWNER -SUPPLIED EQUIPMENT AND MATERIALS: None. 01110 Summary of Work 01110-2 SECTION 01110 — SUMMARY OF WORK (continued) PART 2 - PRODUCTS— NOT APPLICABLE. PART 3 - EXECUTION —NOT APPLICABLE. ��aQe�aoG�� Pao 01110 Summary of Work 011 10-3 SECTION 01110 —SUMMARY OF WORK (continued) END OF S %=913011 10 �5 4Qj�aQe�aoG�� P�`ao 01110 Summary of Work 01110-4 SECTION 01250-CONTRACT MODIFICATION PROCEDURES PARTI- GENERAL 1.01 SUMMARY A. Section Includes: I. Minor changes in the Work. 2. Proposal request. 3. Work Change Directive. B. Related Sections: I. DOCUMENT 00700— GENERAL CONDITIONS. 2. Supplementary Conditions. 1.02 MINOR CHANGES 1N THE WORK A. Engineer will advise Contractor of Ci n changes in Work not involving at adjustment to Contract Price or�O,�II ct mies as authorized by the �(TGIENT 00700 — GENERAL CONDITI©Nr , it paragigp 9�.05 by issuing Fie?d Orers. 1.03 PROPOSAL REQUEST A. Owner -Initiated P410.1I R ests: • +LVRquest, I. ENGI EER in Yisslu a Rp% slain la ''og etailed descriptions of prop d changes in ther hatmay requir adjustment to the Contract Price the Contract T' e. a. I to ssary, th de i tton will inUdh� r lemental or revised awurgs and ct cations. b. roposal R quued GI EER are for information only. Do not co h ininst ctions t Tier to stop Work in progress or to e'ecu the roposedd than e. 2. CON CZ � shall sib nit co t proposal, including any request for an extension in Contract a�nte within 14 days of receipt of Proposal Request. 3. In orderMto facie ate c�ie.�eee"ng of CONTRACTOR's proposals for extras or credits, all pros s, xt ept those so minor that their propriety can be seen by inspection, sill accompanied by a complete itemization of cost includin lab r, materials, and Subcontracts. Labor and materials shall be itenyz 'in anner acceptable to the Engineer. Where major cost items are abed tra ts, they shall be itemized also. Document each proposal for a changed cos[ or time with sufficient data to support computations, including t e o Towmg: a. Include list of quantities of Products, labor, and equipment required or eliminated and unit costs, with total amount of purchases and credits to be made. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. c. Indicate amounts for insurance and bonds. d. Indicate amounts for,Contractor's overhead and profit. e. Include justification for any change in Contract Time. f. Include credit for deletions from Contract; similarity documented. g. Include an updated Contractor's Construction Schedule that indicates the 01250 Contract Modification Procedures 01250— 1 SECTON 01250- CONTRACT MODIFICATION PROCEDURES (continued) effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. (1) Use available total float before requesting an extension of the Contract Time. 4. On Owner's approval of a proposal request, Engineer will issue Change Orders for signatures by Owner and Contractor as provided in the DOCUMENT 00700 — GENERAL CONDITIONS. a. Upon execution of a Change Order, Contractor shall promptly revise Construction Progress Schedule and Schedule of Values accordingly. 1.04 WORK CHANGE DIRECTIVE A. Engineer may issue a Work Change Directive, signed by Owner and Engineer, including detailed descriptions of changes, and identifying method for determining any change in Contract Price or Contract Time, instructing Contractor to proceed with a change in the Work, for sub q ut inclusion in a Change Order. I . Contractor shall prompt e, cut the change. G 2. Work Change Directi a issue Owner's standard V. B. Contractor shall maintai tad r cords for cha` es m the Wor er rnted on a time and material bnem'l�ze ' I. Submit an a count and p rFing data n�jGeo substantiate cost and tinugunents tot; act. /� C. Enginee D. Upon e; prov PART 2-PRODUCTS PART 3 - PART 3 — EX END OF SECTION 01250 revise Construction twner and Contractor as 01250 Contract Modification Procedures 01250-2 SECTION 01270 — UNIT PRICES PARTI- GENERAL 1.01 SUMMARY A. Section Includes: I. Submission procedures. 2. Changes of Contract Sum. 3. Description of Unit Prices. B. Related Sections: I. DOCUMENT 00400— BID FORM. 2. DOCUMENT 00500 —AGREEMENT. 3. DOCUMENT 00700— GENERAL CONDITIONS. 1.02 SUBMISSION PROCEDURES A. Insert on DOCUMENT 00400— I ^ ru M. Unit Prices for Work or meeriayls listed in this Section. �✓ I. Such Unit Prices shall apply or addi[ioi a deletions. 1.03 CHANGES TO CONTRACT S M �`` A. Unit Prices shall coristiNut�full comp szh0gor credit,,�13 e se may be, for the complete provi ' n, fal:i cation, and nst lation of eachplisted in this Section based solely, o k in place_i e all necesary�, product, tools. equipme t tation, sees and mcidentat9,, urtenances, and connections requi d c • m lete the W¢®r, place, and ' dt1tut� insurance, overhead, profit and supervi ��i B. The Unit Prices areA3 ei1�g1DOCU EN 0 00 — BID FORM, and will apply to the net chan n ar, QJVen ch ge to Ue cope of Work. C. Unit Prices iceed y the♦O er d Contractor shall be identified in the Owner- 16 Contractor Agr ment. D. Contractor shall take nt a re`its and compute quantities for which Unit Price items are applicable. I. Engineer it verify measurements and quantities. a. Go rac' shall assist Engineer by providing necessary equipment, e and survey personnel as the Engineer requires. 2. final ten[ for Work governed by Unit Prices will be made on the basis o dual measurements and quantities accepted by the Engineer multiplied by the Unit Price for Work which is incorporated in or made necessary by the Work. 3. Payment will not be made for any of the following: a. Products wasted or disposed of in a manner unacceptable to Engineer. b. Products which Engineer determines as unacceptable before or after installation. c. Product not completely unloaded from the transporting vehicle. d. Products installed beyond the lines and levels of the required Work. e. Products not installed after completion of Work. f. Loading; hauling; and disposing of rejected Products. 01270 Unit Prices 01270— 1 SECTION 01270 —UNIT PRICES (continued) 1.04 DESCRIPTION OF UNIT PRICES Measurement and Payment of specific items shall be as specified in each applicable section of the TECHNICAL SPECIFICATIONS except for water and sanitary sewer. Measurement and Payment for water and sanitary sewer shall be as specified in Section 01271 — MEASUREMENT AND PAYMENT FOR WATER AND SEWER. PART 2- PART 2—PRODUCTS NOT USED PART 3 - PART 3 — EXECUTION NOT USED END OF SECTION 01270 ' O o� • • V V � o O P •� O� G� 01270 Wait Prices 01270-2 SECTION 01271 — MEASUREMENT AND PAYMENT FOR WATER AND SEWER PART1-GENERAL I.I SUMMARY A. This section includes delineation of measurement and payment criteria applicable to unit price work related to water and sewer, whether the unit price items are part of a unit price contract or are part of a Stipulated Price contract. B. Defect assessment and non-payment for rejected work. 1.2 AUTHORITY A. Measurement methods are delineated for each individual bid item under this section. B. The Engineer will take all measurements and compute quantities accordingly. C. Contractor shall assist by pr 'd'nL_g n�cessap equipment workert��d'sglvey personnel as required. \/ 1.3 UNIT QUANTITIES SPECIFd D A. Quantities and i emeits indicated n the Bid Fonn ar�•r bidding and contract purposE o ly. - uantiti a d ii1if cements irpp}t��d�or placed in the Work and �rified b��e Engine_ al eterminep . m it. B. If the acI y��ork require m ear fewer quan i� than those quantities indic+atedr_ol ft the regyife quantities at tlLiAn1 ricer contracted. 1.4 MEASURMI Il OF UAN--TIY.g A. Measurement b \ ,fight I is PTed by weight will use specified standard hand ,ok et hts unle ofise specified in this section for an individual th B. Measureme% by Voluri e- 6ss herein noted differently, volume shall be measured by cubit nt s using mean length, width and height or thickness with survey chain, el pe, approved distance meter, or by use of Total Surveying Statt s an ngineering Software, as approved by Engineer. C. Measurepi lea: Unless herein noted differently, area shall be measured by s are 1 lion using mean length and width or radius, with survey chain, stee tape, p roved distance meter, or by use of Total Surveying Stations and Engm eri Software; as approved by Engineer. D. Linear Measurement: Unless herein noted differently, linear measurements shall be measured at the item centerline or mean chord; with survey chain, steel tape, approved distance meter, or by use of Total Surveying Stations and Engineering Software, as approved by Engineer. E. Stipulated Price Measurement: Items measured by weight, volume, area, or linear means or combination, as appropriate, as a completed item or unit of the Work. 01271 — Measurement and Payment 01271-1 SECTION 01271 —MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) 1.5 PAYMENT A. Payment Includes: Except as modified herein, payment shall be full compensation for all required labor; products, tools, equipment, plant, transportation; services and incidentals; erection; application or installation of an item of the Work; overhead and profit. B. Final payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities accepted by the Engineer multiplied by the unit price for Work which is incorporated in or made necessary by the Work. 1.6 DEFECT ASSESSMENT A. Replace the Work, or portions of the Work, not conforming to specified requirements. B. If, in the opinion of the En 'gee i is not ctical to remove anX lac' the Work. the Engineer w' I direc following r dy. V1 I. The defeeti Wo k will be repa ed to he instruct'rlte Engineer; and the uni pnc will be 8jpus new pric iscretion of the En ineer. C. The auttho f the Engin 6sess the de'c and identify payment adjt ti3'f fiat. r 1.7 NON-1 NI OR REJECTED UCT A. Payment will not be lad for an o h • Tog: I. P odute or ispos o m a manner that is not acceptable. 2. P c d ern�n``e a nacceptable before or after placement. 3. Pro acts n c i' 'I unloaded from the transporting vehicle. 4. Products pll �yond the lines, levels or boundaries of the required Work 5. Brodit'V � raining on hand after completion of the Work. 6. Loa i g, hauling and disposing of rejected Products. 7. rk performed beyond the specified limits unless authorized by the Engineer. 1.8 BID ITEMS Utilit- Mobilization The work required by this item will be paid for at the lump sum (LS) price bid for Utility Mobilization associated with water and sanitary sewer construction shown in the Unit Price Schedule. This item shall consist of preparatory work and operations; including those necessary for the movement of personnel, 01271 — Measurement and Payment 01271-2 SECTION 01271 — MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) equipment; supplies; and incidentals to or away from the project site and departure from the site after the project is completed and accepted. This item shall also include Other work and operations that must be performed; or for expenses incurred, before beginning work on the various Contract items on the project site. It shall also include pre -constriction costs which are necessary direct costs to the project and are of a general nature rather than directly attributable to other pay items under the Contract including videotaping the site before and after construction. Periodic payments will be made in proportion to the amount of work accomplished, as detennined by the Owner, and will be full compensation for mobilization, including all materials, labor, and incidentals necessary to perform the work. UtilityTrench Excavation Safety System The work required by this item Q I b paid for at the lump sum (LS) ce bid for Trench and Excavation a E hown ,n the Unit Price Sell o the item listed above. After co tra award, t e n ractor shall bm to the Owner a cost breakdo f7 r I a work involve m the lump pn e bid for Trench and Excaavati n Sarfety System fo all wIter and san e ewer facilities and shall, with eC ac�rtbdic pa, tt t quest, subm ce ica[ion by the "commpeten ersonpdefined inA, FaR 1926.65 at he Contractor has complied the provisionl[ �e OSHA S drd�for Excavation and Trench v . stems, 29 FIR 26 Subpa f ork for which payment is qu eeriodic en will be m e irk proportion to the amount of wo ac omplished a m ternmined } Owner, and will be full compensation for tt re: and exc vaf' nnssafrty, including all materials, labor, and incidentals a al� to per m the vork. Spot Dig and Vern 'tin Utility atolls The work r aired YAiNLIill be paid for at the lump sum (LS) price bid for Spot Dig and e sting Utility Locations shown in the Unit Price Schedule. This item ma consist of notifying utility owners and spot digging and veriti,ing ac al locations of all utilities at connections or intersections of proposed, y� dte d sewer facilities prior to any construction. Delays, addi[i nal♦G�et action work, and replacement of facilities installed when con icts a 'NIrmn not spot digging will be made at the Contractor's expense. 8" C900 PVC Water Line 3" D2241 PVC Water Service Line 4" Sell. 40 PVC Sewer Service Line The work required by the above listed items will be paid for at the linear foot (LF) price bid for the above listed items as shown in the Unit Price Schedule. These items shall consist of Trench Excavation for the size pipe and depth specified at the locations shown on the plans. Work performed and accepted under this item will be measured horizontally by the linear foot (LF) along the center of the excavated trench along the pipe. Payment will be full 01271 — Measurement and Payment 01271-3 SECTION 01271 —MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) compensation for all excavation, dewatering, backfill (including backfill under roadways and parking lots), cleanup, grading, topsoil, seeding, sodding, fertilizing, watering, protection of existing utilities and vegetation, site and fence repairs, pavement and driveway repairs, acquisition and transportation of additional backfill materials, rip rap and filter fabric for bank restoration, tracer wire, detectable tape, joint restraints, clean outs, connections to existing pipes, all fittings except for ductile iron fittings, testing (including pressure, backfill compaction, and concrete), and .all other materials, labor, and incidentals necessary to perform the work. Excavation shall include, but not be limited to: soil, stones, stumps, debris, concrete, structures, footings, foundations, and any other obstacles that may obstruct the work except for undercut and rock excavation authorized by the Engineer which will be paid for n er a separate pay item. I A"xA" Tanning Sleeve and Valve n� Work completed and thI'ssPdu>�I tapping sleeve and h Ive - Ythe size Owner or Enuinf ram. in d and at compensation fo`r fu m kingar valve box �t1d lid, alve nut sanitary s er rce main tap' wir o&�thrust b ocV6 v�I all oth ui conk et the work be me re and paid f r b�lh (EA) c�'f.ie.d o the plans, ected by the rte the Owner m nt shall be full ih Ong the Lapps eve and valve with o with se�� the water main or Lug" tyRR��re i4�� ed joint glands, tracer g, co ae?kAbs around the top of the o 1ss �, and incidentals necessary to p �91isteitcins V Ductile Iron Fittings The work m y the aZINI_ will be paid for at the price bid per Pound (LB �f Ductile Ifigihs asshown in the Unit Price Schedule for the items listed above. i ns shall consist of installing Ductile Iron Fittings of the size specifie th locations shown on the plans or as directed by the Engineer. Wor erfo ed and accepted under this item shall be measured per pound (L o ttings not including restraint glands properly installed and accepted µ ie n ineer. No measurement will be made for restraint glands. Pay n %be II compensation for fittings, swivel adapters, mechanical join glands, "Mega -Lug" type restrained joint glands, thrust blocking, poly ra , and all other materials, equipment, tools, labor, and incidentals necessary to complete the installation of the fittings. Fire Hydrant Assembly Work completed under this item shall be measured and paid for by each (EA) fire hydrant assembly installed complete as shown on the plans, or as directed by the Owner or Engineer, and accepted by the City. Payment shall be full compensation for all fire hydrants, risers as required, auxiliary valve, valve box and lid, locked hydrant adapters, thrust blocking "Mega -Lug' type restrained joint glands, tracer wire, concrete slab around the valve box, paint, granular 01271 — Measurement and Payment 01271-4 SECTION 01271 —MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) material for hydrant drainage, and all other materials; equipment, tools, labor, and incidentals necessary to complete the fire hydrant installation. 8" Gate Valve 4" Gate Valve Work completed under this item shall be measured and paid for by each (EA) gate valve of the size specified on the plans, or as directed by the Owner or Engineer, installed and accepted by the Owner. Payment shall be full compensation for furnishing and/or installing the valve with valve box and lid, valve nut extension with set screw, "Mega -Lug" type restrained joint glands, ductile iron solid sleeve, tracer wire, polywrap, testing, concrete slabs around the top of the valve boxes, and all other equipment, tools, labor. and incidentals necessary to complete the work. 2" Water Meter Setting The work required of the above listed per City of Fayiffi excavation, lab items, incltP ing co Connect Sewe b"e Tli r equired the a e listed it eZe vill be paid f the price shown in th Uni rice Sche ptad W 14. a ent for these 'tee ds, an nS er��ls necessay to i and Y'(�ece�line fio`m t�S"t►er n it \J- V 0 >' ph (EA) It constructed Oall include all >tall and test the to meter. t e t will be pi the price bid per each (EA) of s own juath Un Price Schedule. This item shall consist of cone i e new4einch ewer service line from the proposed restroom d c ce 'o bu'Iding d existing sewer stub. Payment for this item shall ' c t I excav n. labor, reinforced flexible coupling and other materials, and mcidental5 e; to perform the work. Sewer Service Cleanout �� The work required by d is item will be paid for at the price bid per each (EA) of the above is It ems as shown in the Unit Price Schedule. This item shall consi fv n a sewer service cleanout to either new or existing sewer sery e li espier City of Fayetteville detail S16. Payment for this item shall inclu a al excavation, labor; cleanout, reinforced flexible coupling, concrete collars, and other materials, and incidentals necessary to perform the work. Trench Undercut and Backfill The work required by this item will be paid for at the cubic yard (CY) price bid for Undercut and Backfill as shown in the Unit Price Schedule for the items listed above. This item shall consist of undercutting unsuitable materials from the bottom of pipeline trenches or from the bottom of manhole or concrete excavations and replacing with select granular till materials. Work performed 01271 — Measurement and Payment 01271-5 SECTION 01271 — MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) and accepted under this item will be measured by the cubic yard (CY) of materials actually removed, but shall not exceed the maximum payment width for the trench or the manhole/structure base dimension plus 2.0 feet or as directed by the Engineer. Unauthorized undercutting shall not be measured for payment but shall be replaced as directed by the Engineer and at the Contractor's expense. Payment will be full compensation for all excavation, backfilling, granular fill materials, and all other materials, labor, and incidentals necessary to perform the work. Excavation shall include, but not be limited to: soil, stones, stumps, debris, concrete, structures, footings, foundations, and any other obstacles that may obstruct the work. Rock Excavation for Utilities The work required b y the a vell; to items will be aid for at the �ice��mi per q > p i , d� cubic yard (CY) of rock ex aterial be classified as i , in the opinion of the Engineer. thh,�otrial canno�ioved ex t asting, using trenchers with oc Seth, or employing tiiwdraulic ha fracture the rock. Said resis inary repmov, methods shall a in nstrated to the satisfaction of e L [ ineer by t�e F4oi ractor. Sg- e vation shall also include the` %oval boulders e�a- jTcubic yard mot m volume. The ro all excavated eo pt$vide minim cleiances below and on each sid o -pe, valves, t and manho s. ery trench or excavation in roc a be fully o e a at east 50 fee ce of the location where pipe is bein aid. Work perfomme an a epted un er [ s item will be measured by the cubic yard (C oc";emove . Meas relent shall be performed as follows. Upon enco ermg a rgc the ontractor shall excavate to the top of the rock. Upon the Engineer, ag i wept that the material meets the stated criteria to be classified as rock, t of ractor shall then record the elevations of the top of rock. The Contractor all then excavate to the limits described. Upon the Engineers g f I� of the excavation limits, the Contractor shall record the elevation's n du nsions of the excavation. Elevations shall be based on es[a 'Fis'Imed on ro points or temporary benchmarks. Said records will be prom ded t, the Engineer for verification of the quantity removed. Pre- and post-r loyal elevations for trench excavation shall be taken every 20 linear feet or fraction thereof or at definite grade breaks. Pre- and post -removal elevations for manholes, junction structures, etc. shall be taken as necessary to calculate the amount of rock removed. The quantity removed shall be calculated by the average end area method based on the width and depth requirements stated above. Rock excavated in excess of required clearances will not be measured or paid for. The cost of backfilling over excavated areas will be bome solely by the Contractor. 01271 — Measurement and Payment 01271-6 SECTION 01271 — MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) Payment will be fill compensation for all rock removal, disposal of removed materials; additional beddine materials for areas beyond the excavation limits; dewatering, specialized equipment or materials and all other materials, labor, and incidentals necessary to perform the work. PART 2-PRODUCTS Not Used PART 3-EXECUTION 01271 — Measurement and Payment 01271-7 SECTION 01271 — MEASUREMENT AND PAYMENT FOR WATER AND SEWER (continued) END OF SEC-FION 01271 iA 01271 —Measurement and Payment 01271-8 SECTION 01290 -PAYMENT PROCEDURES PART1- GENERAL 1.01 SUMMARY A. Section Includes: 1. Schedule of values. 2. Applications for payment. B. Related Sections: 1. DOCUMENT 00700— GENERAL CONDTIONS. 2. DOCUMENT 00800 —SUPPLEMENTARY CONDITIONS. 1.02 APPLICATIONS FOR PAYMENT A. Format: Document 0 1290.0 1 format. I . Owner will provide and 01290.02. B. Payment Period: As sp tf CONDITONS Articllk C. Preparation of Applitatipn : I. Presen equireafc 2. E.xeecu g,lication 3. ndi VIlar value ted through da7 of the 4. Round ofl 5. Contlite� 6. lndica d by Document 01290.02 or other approved r a electronic copy of Docunt^�,,V0.01 )OCUME 00700—GEN!RAA �/ \4+ _ A `Z by s gt>n�ttt cf author L e I}&cer of Contractor's firm. in ach olumn of ae nem for portion of Work st ay of the a lit tion period, and for products ey ante with e o ract Documents through the last Mpplicau n i ues ton es; ollar. y o form.iii izeSPIG Order as separate items on continuation sheet. Isi -�v' a. List by ap�rop a e�Cjhange Order Number. b. Indicate dos? vaiie breakdown of each Change Order by each applica a Pro ec[ Manual Section. D. Submittal Pr`pc� re. I . pp�40CUMENT 00700 - GENERAL CONDITIONS Article 14. 2 ubm' 5tcopies of each Application for Payment. 3. SitbWan updated Construction Progress Schedule with each Application for Payment. 4. Submit waivers of mechanics liens from Contractor. Subcontractors, sub - subcontractors, and Material and Equipment Suppliers for amounts certified by Engineer for construction period covered by previous application for payment. a. Submit on form acceptable to Owner. 5. Substantiating data: a. When Owner or Engineer requires substantiating information to support Contractor's application for payment, submit data justifying dollar amounts which are in question. 01290 Payment Procedures 01290-1 SECTION 01290 — PAYMENT PROCEDURES (continued) b. Provide I copy of data with cover letter for each copy of Application for Payment. (1) Indicate application number and date. (2) List each item in question by continuation sheet identification. 6. Submit application for final payment in accordance with DOCUMENT 00700 — GENERAL CONDITIONS Article 14. PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION NOT USED END OF SECTION 01290 01290 Payment Procedures 01290-2 SECTION 01320 - PROJECT MEETINGS, SCHEDULES, AND REPORTS PARTI- GENERAL 1.01 Summary: This Section includes the following administrative and procedural requirements: A. Project Meetings: I. Preconstruction conference. 2. Progress meetings. B. Schedules and Reports: I . Comply with SECTION 01321 SCHEDULE. C. Related Work Specified Elsewhere: I. For Schedules: SECTION 01321. 2. For Submittal Requirements: SECTION 01330. 1.02 PROJECT MEETINGS: w A. Preconstruction Conference: ('[vA) I. Engineer will conduct eetjng within days after the Eff�ec�pto -ate of the Agreement. evie✓vv runs stated in o lowing agenda establish a working a derstanding ehvee the partiesl5eir relationshi�I�Sfdtinin performanceto i Work. 2. Preconstruction co tference s�Fi I e attended byRf a. Col actor a d his supe ntote, nL � b. *Eniin per and Resid� ^^ t Represetait�e any. 11 �eQ'reSentative(�Qer. Colbrincipal .!,#*Aj ngineer's Tepresentat. Subcontractors and pPliers. 3. Meeting A er a. Constructs iedules. b. rk sequee�cma. �) c. D na io ofbesp3bn�jl�le personnel. d. Proj. ct coor 'naE�in e. Procedur an obessing of: (1) Fie l de'4sions. (2) ubsu bons. 3)�7bltmie Ir 3ge Orders. (5lications for Payment. (6posal Requests. (7ract Closeout. (8) Requests for Interpretation. (9) Field Orders. (10) Work Change Directives. f. Procedures for testin_. g. Procedures for maintaining record documents. It. Use of Premises: (1) Office, work, and storage areas. (2) Owners requirements. i. Construction facilities, controls, and construction aids. 01320 Project Meetings, Schedules and Reports 01320— 1 SECTION 01320 — PROJECT MEETINGS, SCHEDULES, AND REPORTS (continued) j. Temporary utilities. k. Safety and first -aid. I. Security. m. Requirements for start-up of equipment. n. Inspection and acceptance of equipment put into service during construction period. o. Distribution of Contract Documents 4. Location of Meeting: At or near the Project Site. 5. Reporting: a. Within 7 working days after the meeting, Engineer will prepare and distribute minutes of the meeting to Owner and Contractor. b. Contractor shall provide copies to Subcontractors and major Suppliers. B. Progress Meetings: I. V Engineer shall schedule and conduc as requested by Owner. R pr to Representative, and Co ac • r s al Engineer's concurrenc ractor representatives of Subc�e�tors; S current prograi or lived with pi future activt}}�e� II rticipaptts Project and%Ut or V ed to co I e i a. Co tractor d each Sub ♦dif l7sthe current c994�� 'oon _ fL e o anaes to th$ cRedule. 2 Vat"ithin Rn of Meetin�f0r near 3. 7 O rkigg days a reeN 7.1 ♦ l PART 2 - PRODUCTS — Not Applicable ` PART 3 - EXECUTION —Not Applicabl END OF SECTION 01320 • VV J G. t monthly meetings; or at other intervals tives of the Engineer, Residen Project I be present at each meetigg.Wj'th mavaFeauest attendance X 4) pli r o other enti � s Meerned with nink coordinati,ofny�%er ormance of' e meeting shall I�fa'�tiliar with the `s)I all be prepared to and any anticipated pleeting, Engineer shall prepare and to Owner and Contractor. to principle Subcontractors and 01320 Project Meetings, Schedules and Reports 01320-2 SECTION 01321 —SCHEDULE PARTI- GENERAL 1.01 SUMMARY A. This Section includes procedural requirements for preparation, submittal; and updating of Contractor's construction progress schedules. B. Related Work: I. Documents affecting work of this Section include, but are not limited to: General Conditions; Supplementary Conditions, and Sections in Division I of these Specifications. . 2. Section 01290 — Payment P ozedures. 3. Section 01320— Project Wct S'S Schedules; and Reports. 1.02 FORMAT A. Prepare Schedules as ntt )hart with sepalate b. for each n ai�jg ,po'Yticn of Work or operation; identifyiTgf st ork day oPe_a'✓'h%ek. B. Sequence of Li Cgs she chronolo ica`rder of the to o each item of Work. C. Scale a. o prov'd ice for notatibnns' c�revisions. D. Sheet Siz : inimum nu�It Ids of 8- loin preferred 1117 inches. 1.03 CONTENT A. Show complete sequence (If c nstr tion by activity, with dates for beginning and completion of a ch elet a t o struction. The schedule shall clearly indicate the sequence of constructn for the various items that involve either existing and/or potentially relocated utili his schedule shall have the least negative impact on the adjacent property o ers and provide an orderly sequence that will produce the least disniptive acji��foi 'lities and their customers. B. Identify UNpaO rate stages and other logically grouped activities. C. Provide sub -schedules to define critical portions of the entire Schedule. D. Show accumulated percentage of completion ofeach item, and total percentage of Work completed; as of the cut-off date for each monthly pay estimate. 1.04 SUBMITTALS A. Submit a finalized construction progress schedule within fif9een (15) days after date of Notice of Award or at least seven (7) days prior to the pre -construction conference; whichever occurs first. After review; resubmit required revised data within ten ((0) 01321 Schedule 01321-1 SECTION 01321 —SCHEDULE (continued) days. B. Submit monthly revisions with each pay estimate in the number of opaque reproductions that Engineer requires; plus two copies, which will be retained by Engineer. 1.05 REVISIONS TO SCHEDULES A. Indicate progress ofeach activity to date ofsubmittal, and projected completion date of each activity. B. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. C. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action aken, or proposed, and its effect. 1.06 DISTRIBUTION A. Distribute copies of revi wed SV6 ules to proje site file, Subco"' rac'?ors; suppliers, and other concerned a es. ��) B. Instruct recipients to prb��tly repor i ng; probl an ipated by projections indicated in Schedules. PART 2 - PRODUCTS.IOR,'b_ �APPLICAB� O PART 3 - EXECUTION: NOT APPS)BLE O E O` CTION 01321 G� 01321 Schedule 01321-2 SECTION 01325 —CONSTRUCTION PHOTOGRAPHS PARTI- GENERAL 1.01 SUMMARY: A. This Section specifies administrative and procedural requirements for construction photographs. 1.02 SUBMITTALS: A. As specified elsewhere and in compliance with PART 3 — this Section. 1.03 QUALITY ASSURANCE: A. Photographs may be taken by Contractor personnel provided the photographs are of sufficient quality, clarity, and content to adequately indicate the status and detail of the Work. If the quality and detail,of4he photographs taken by Contractor personnel is not adequate to clearly show t e tonnAnii 'on of die Work, the Contracto ha. retain the services of a qualified and to tsHe comp ercial photographer eaoe�ed in construction photography. Engt er ill make e tt�a determinat o o the adequacy of the photogr p �� B. Audiovisual tapes ofdi tre re ordingsbtnaaken by Co tr�crto • personnel provided they are oPsu dent quail c% it and Conte t�to equately and clearly indicate the sta and dKil of thePC well as c$tS 'uotys before and after the constructiop a rn ies. If the qu 1itail of ie t�co logs is not adequate to clearly s eucondition and Xte Wo eJl as conditions before and apftei t1t� ctiogn activit e , tractor shal et n the services of an established rofesst al ectro >ra a�Tienced in e o uction of color audio/video tape documents ton of the c st ction in • s r �ineer will make the final determination of tlt,- ad tiny of th pes nd recordings. PART 2 - PRODUCTS v` 2.01 PHOTOGRAPHIC RE IRE TS? pecified in PART 3, this Section. PART 3 - EXECUTION 3.01 PROGRESS SITE P OQ� PHS: A. Contracto�tiae responsible for photographs of the Site to show the existing and general I gre s of the Work. Engineer will advise as to which views are of interest. Photograp s shall be taken of the following areas and at the following times. I . Existing- Site conditions before Site work is started. Number of views shall be adequate to cover the Site. 2. Progress of the Work from clearing throughout construction. There shall be four (4) different views taken no more than five days before the date of the periodic Payment Application. 3. Finished Project after completion of Work. Number of views shall be adequate to show the finished Work. 01325 Construction Photographs 01325 — I SECTION 01325—CONSTRUCTION PHOTOGRAPHS (continued) 3.02 4. If Project is not completed during the Contract Times or authorized extensions; photographs shall continue to be taken at no increase in Contract Price. B. Construction photographs may be either photographic prints or digital images. C. Photographic Prints: I . All prints shall be color; smooth glossy finish; 5" x 7" in size taken with full frame 35 nun camera, and inserted into archival quality polypropylene photographic binder pages punched for insertion into a standard 3-ring binder. Provide binders identified by Contract name and Contract number. D. Digital Images: I. Submit a complete set of digital image electronic files with each submittal of photographic prints. a. Provide images in JPEG format, with minimum sensor size of 3.0 megapixels. b. Submit images that an aspect ratio as the sensor, uncPed. E. Print Negatives: *40 I . Negatives for 5" " pnn call be pro y roll inn at eeves. Negative sleev sha `be identified vith ntract nani. ontract number, dat Je�tp�o ure, rollvmtn�r. r other ge era d tifying information, an me of Co Va to F. Identification: ���/// I. Id ti , ea photogra is m on the rWe with a label which o e fviera n and Contra Hunt r; date of exposure; and sc�ption of vie r its shall als, eatatt% photographer's name or t mark. 2. Identify el , edia % ' dat ignal photographs were taken. Provide a sepVte eriic do umen eh contains the Contract name and Conterdate xposure; and description of each referenced view. G. Provide threef H. Deliver prints and elect c e8ia files to Engineer. I. Deliver photograph io negatives to Engineer. A. Audio / ideo recordings shall be made of the entire Site showing the condition of the Site or t , Orevious to any alterations by Contractor and before disturbing of the Site is started. Existing utilities shall be marked and construction staking shall be in place before taping begins. A second audio / video recording shall be produced after completion of all construction operations, showing the same view or views as close as possible, to illustrate "before" and "after" conditions. This is the responsibility of Contractor. Three days' notice shall be given to Engineer and Owner prior to this Work to allow them to accompany electrographer. 01325 Construction Photographs 01325 — 2 SECTION 01325 — CONSTRUCTION PHOTOGRAPHS (continued) B. All required equipment, accessories, materials; and labor for the timely production of this documentation shall be arranged/furnished through Contractor. The audio / video system shall be capable of producing bright, sharp, clear visual images which render accurate colors free from imperfections and distortions that might obscure recorded information during playback. The simultaneous audio record shall be made directly onto the original tapes, and shall record narration of the electrographer clearly and audibly, with adequate volume, free from unnecessary interruptions and distortions that might eliminate recorded information during playback. C. Zone of Influence: Unless otherwise indicated by Engineer or Owner, the area which might be affected by the construction operations and, therefore, shall be documented in these tape recordings, shall be whichever of the following includes the greatest area. I. All areas within the temporary construction right-of-ways and grading limits, as indicated on the ContractfUrawings. 2. The permanent easeme btoL ie •ompleted improvements, a m�t�d on the Contract Drawings ✓ 3. All areas within 35 feetproposed t r: v�ements wit a�ldltional 20 feet of supplem�t�� c6terage in resident's areas. 4. All areas wit �t �! e P ject Si� . (/ D. Audio Video Tape ro uuation Proce'du� I. It is reat'red thlltta the audio vi ape recordm s produced while actyall l (king the conk ion route or 'te +T through the use of eeted�ea�icles. 2. �'o tape reco it i call displa I information continuously; this o Cation sha elude the curre time and date, showing the month, day; an year. T,i �fo iatioit as a�d"bly acknowledged by the electrogra er"a �propriate rules uring recording sequences. 3. Each tape sh< beginith a visual of the professional electro <p er nq r mess trademark; followed by the current date and umepon digit di e�lus audible (and visual, if possible) indication of Contract nam �ao rN 96ers; municipality, name of Contractor, and other pertinent inforThereafter; each recording sequence shall begin with the curt t to an date; followed by the location of the electrographer, directi�a4m�t, 7, w, and description of the scene being recorded. Continuous t�ipdate�O�itt is nforniation, plus other pertinent comments, shall be given rou t t the recording sequence. Such audio and video records shall t clud ;but not be limited to; conditions of existing pavement, curbs, s.jalks, driveways, culverts; headwalls, retaining walls; ditches; roadways; mailboxes, fences, trees; shrubs and landscaping, major structural conditions of residences and commercial buildings, fences, signs; headwalls, general terrain, and similar items. Particular and detailed attention shall be given to any defects noted, such as cracks, disturbed areas, damaged areas; or as may be required by Engineer. 4. Representatives of Engineer and Contractor shall accompany the electrographer during recording sessions, to assist with location of the alignment and areas of construction activity, and identification of items and conditions to be recorded. 01325 Construction Photographs 01325 — 3 SECTION 01325 —CONSTRUCTION PHOTOGRAPHS (continued) 3.03 5. All recordings shall be completed during periods of adequate lighting and visibility. Sufficient lighting must be available to provide proper illumination of shadowed areas and proper exposure adjustments shall be made where required. No taping shall be completed during precipitation; mist. fog. or when more than 10% of the ground surface has snow cover. 6. Houses and buildings shall be identified visually by house number, when visible; in such a manner that structures of the proposed system, i.e.. manholes on a sewer system and hydrants on a water system, may be located by reference. 7. Original audio / video tape recordings shall be furnished to Owner and a copy furnished to Engineer before the start of any construction. One copy shall be retained by Contractor. 8. Any portion of the videotape recording not conforming to the Specifications will be rejected. 9. Any taped coverage not ac eeptable to Owner shall be refilmed at no additional cost to Owner W tlhffitve (5) days after notification laping inadequacy. `J E. Ownership and Authenticity of 'gi al Tapes: I. All original audA tape recordings hall become he op rty of Owner; plus • e up ate of each s�all be provided t • neer. Each tape shall be proi'WE I in prote '� le 't'br case. id n t s to Contract name d numbet�producti0 d t original co in ,name of Contractor. and elegrap ier's na o [ra mark. A I€gigcopy of file log shall be in 111 w`V* ADDITIONA P O OYiRAPHS: D' �V A. From time o time E er lay iss re esfs�for additional photographs; in addition to period plt o phs spe fed. Additional photographs will be paid for by Change O np" ate not inb uded a Contract Price or an Allowance. I . Engin vi ve 4lie io grapher 3 days' notice; where feasible. 2 In eme ncy st a i6 tt , photographer shall take additional photographs within 24 hou of i�eer's request. 3. Circumstances t t Id require additional photographs include, but are not limited to: a. St , X, Completion of a major phase or component of Work. b. 6, 'n o Engineer's request for special publicity photographs. SpeC events planned at Project Site. Im iediate follow-up when on -site events result in construction damage or losses. e. Photographs to be taken at fabrication locations away from Project Site. f. Extra record photographs at time of final acceptance. END OF SECTION 01325 01325 Construction Photographs 01325-4 SECTION 01330 —SUBMITTAL PROCEDURES PARTI-GENERAL 1.1 SUMMARY A. Section includes description and requirements of: I. Submittals Related to Project Submittals as related to: a. Action Submittals b. Informational Submittals B. Related sections: 01290 — Payment Procedures. 01310 — Project Management and Coordination. 1.2 DEFINITIONS A. Action Submittal: Written and graphic info cation submitted by Contractor that requires Engineer's approval. B. Informational Submittal Information sub irtj ti'e¢ y Cont o that does not re tt{cv ngineers approval. ,`� tt� /�� 1.3 PROCEDURES O V f A. Direct Submittals to Engi er.� ` `/ B. Contractor will sub aka sy mittals el@ [� ro7cally usin, at�l'ip�gineers project website or Construction M a e eripSoftware t fa i�itate the transf$r o ubmittals and related files. C. Transmittal ofSubmi al: �� O I. Contractor shall: a. Review eaC ub u` I and c6ckk or mpliancc with Contract Documents. b. Stamp each u m bwith u approval stamp before submitting to Engineer. I). Stamp [o elude Proj tsubmittal number, Specification number, Con- tractors reviewe na �te of Contractor's approval and statement certifying that submittal has en eviewed, checked, and approved for compliance with Contract Doc lent 2). Enginee w I �t review submittals that do not bear Contractor's approval stamp wd turn them without action. 2. Complete, si n, <n , ansn4t with each submittal package, one Transmittal of Contractor's Submittal f n. A lank Transmittal of Contractor's Submittal form may be provided by Engineer. 3. Identify Each Submittal with the Following: a. Numbering and Tracking System: 1) Submittal No. 1090-001, etc. b. Sequentially number each submittal. C. Resubmission of submittal shall have original number with sequential alphabetic suffix (ie: Resubmittal No. 1090-001-A). 1). Specification section and paragraph to which submittal applies. 2). Project title and Engineer's project number. 3). Date of transmittal. 01330 Submittal Procedures 01330— 1 SECTION 01330 —SUBMITTAL PROCEDURES (continued) 4). Names of Contractor; subcontractor or Supplier and Manufacturer as appropri- ate. 4. Identify and describe each deviation or variation from Contract Documents. D. Format I. Do not base Shop Drawings on reproductions of Contract Documents. 2. Package submittal information by individual Specification section. Do not combine different Specification sections together in submittal package, unless otherwise directed in Specification. 3. Present in a clear and thorough manner and in sufficient detail to show kind, size; arrangement, and function of components, materials, and devices, and compliance with Contract Documents. 4. Index with labeled tab dividers in orderly manner. E. Timeliness: Schedule and submit in accordance Schedule of Submittals, and requirements of individual Specification sections. F. Processing Time: - � I. Time for review shall commence o 'ma's receipt of submittal. 2. Engineer will act upon Contractor's m ttal and tr it response to r c r not later than 30 days after receipt, un a opie se specified. 3. Re -submittals will be sub'ed o Mine review it e. 4. No adjustment of Con +c Tiii}e;or Price �rfl b4allowed du to�de�ays in progress of Work caused by rejection a_d�subsequeneeittals. G. Re -submittals: Clearly id nu each correc t Brk[ha-ange m,de. d H. Incomplete Sub tt s-. I. Engineer wt a trn entire it incomplete. ,���� 2. When any of the follo a. Contractor 1141 b. Transmittal Conti 3. Submittals not requ ed by stamped "Not Reviewed." 4 4. Engineer will keep one ele if preliminary review deems issing, s na I will be deemed incomplete: co%eleteakrnd signed. s u n ittal completed and signed. ke tunents will not be reviewed and will be returned and return one electronic copy to Contractor. 1W Coordination with Projec I. It is the Contract r' esp risibility to coordinate all equipment furnished with project elevations amen ions. Approval of the submittal does not relieve the Contractor of the responsibili fib//)) 2. Contractor sha 1 e responsible for coordinating all project aspects and project changes with all submittals. 1.4 ACTION SUBMITTALS A. Prepare and submit Action Submittals required by individual Specification sections. B. Contractor will submit all submittals electronically using the Engineer's project website or Construction Manaeement Software to facilitate the transfer of submittals and related files. 01330 Submittal Procedures 01330-2 SECTION 01330 — SUBMITTAL PROCEDURES (continued) C. Shop Drawings: I . Identify and Indicate: a. Applicable Contract Drawing and Detail number; products, units and assemblies, and system or equipment identification or tag numbers. b. Equipment and Component Title: Identical to title shown on Drawings. C. Critical field dimensions and relationships to other critical features of Work. Note dimensions established by field measurement. d. Project -specific information drawn accurately to scale. 2. Manufacturer's standard schematic drawings and diagrams as follows: a. Modify to delete information that is not applicable to the Work. b. Supplement standard information to provide information specifically applicable to the Work. 3. Product Data: Provide as specified in individual Specifications. 4. Foreign Manufacturers: When proposed, include following additional information: a. Names and addresses of at least two companies that maintain technical service representatives close to Project. b. Complete list of spare parts and a�ries for each piece of equipment. D. Samples: �C I. Copies: One, unless otherwise s eci d t individua cifications. P P 2. Preparation: Mount, display o pae}ta Samples in ar specified ` ilitate review of quality. Attach label on u�exp ed side that i clude the follow'n a. Manufacturer nat e. • b. Model number. �` �,�♦ C. Material. d. Sample sour e. 3. Manufactu�ry_ r hart i[ r ections o un L� iowing full range of colors, textures, a14dP t ns available. 4. Full-size Sam 11 a. Size as indicated m tv ual S ificaction. b. Prepared from 0 to als to b sed or the Work. C. Cured and - ni hed n manner,S ecifi d. Physically i nical with<pro uc joposed for use. Action Submittal Dispositions: n �rwill review, mark, and stamp as appropriate, and distribute marked -up copies as note . I. Furnish as Submitted: a. Contracay�iitrporate product(s) or implement Work covered by submittal. b. Distributi ' 1). One cleat I nic copy furnished to Resident Project Representative. 2). O eele-&onic copy retained in Engineer's file. 3). One electronic copy returned to Contractor appropriately annotated. 2. Furnish as Corrected or Noted: a. Contractor may incorporate product(s) or implement Work covered by submittal, in accordance with Engineer's notations. b. Distribution: I). One electronic copy furnished to Resident Project Representative. 2). One electronic copy retained in Engineer's file. 3). One electronic copy to Contractor appropriately annotated. 3. Revise and Resubmit: a. Make corrections or obtain missing portions, and resubmit. 01330 Submittal Procedures 01330-3 SECTION 01330 —SUBMITTAL PROCEDURES (continued) b. Except for portions indicated, Contractor may begin to incorporate product(s) or implement Work covered by submittal, in accordance with Engineer's notations. C. Distribution: 0. One electronic copy furnished to Resident Project Representative. 2). One electronic copy retained in Engineer's file. 3). One electronic copy to Contractor appropriately annotated. 4. Rejected: a. Contractor may not incorporate product(s) or implement Work covered by submittal. b. Distribution: I). One electronic copy furnished to Resident Project Representative. 2). One electronic copy retained in Engineer's file. 3). One electronic copy returned to Contractor appropriately annotated. 1.5 INFORMATIONAL SUBMITTALS A. General: I. Contractor will submit all submittals el Construction Management Software to 2. Refer to individual Specification sefM 3. Engineer will review each submitt I Engineer will forward electroni:pp submittal does not meet unacceptable, Engineer review comments to Contras 4. Application for Payi ens In 5. Certificates: a. Gen 1). 15in'e otarized pr ng certifita 2). Signed by o �i that entitv. , and ittonically using the Engineer's project website or i t i to the transfer of submittals an . Iated files. N �f or pecific submittal requireiii&it . Y submitta is conditions fie Contract, to approprrties. If u�r determines of the Cont ct and i More considered edtrofiTi�eppy and �retuf,,,,,sl ctronic copy with i e",4latP�ubmittal ted and resubmitted. ith'. ection012$NT PROCEDURES. ioht[hatinc of entity responsible for zed to sign documents on behalf of 6. Welding: In acco nce-Wh indivtnal Sp�fication sections. 7. Installer: Prepare s s a[esgen o anufacturer s letterhead certifying that installer complies with requiNments sp 1 individual Specification sections. 8. Material Test: Preparede testing agency; on testing agency's standard form, indicating and interpreting tes a ilts of material for compliance with requirements. 9. Certificates of Success Testing or Inspection: Submit when testing or inspection is required by LaDv n egulations or governing agency or specified in individual Specification e tip B. Construction Photograph and Video: In accordance with Section 013250; PROJECT PHOTOS, and as may otherwise a required in Contract Documents. C. Contractor -Design Data: I. Written and graphic information. 2. List of assumptions. 3. List of performance and design criteria. 4. Summary of loads or load diagram, if applicable. 5. Calculations. 6. List of applicable codes and regulations. 7. Name and version of soft -ware. 01330 Submittal Procedures 01330-4 SECTION 01330 —SUBMITTAL PROCEDURES (continued) 8. Information requested in individual Specification section. D. Manufacturer's Instructions: Written or published information that documents Manufacturer's recommendations, guidelines, and procedures in accordance with individual Specification sections. E. Schedules I. Schedule of Submittals: Prepare separately or in combination with Progress Schedule as specified in Section 01321, SCHEDULES. a. Show for Each, at a Minimum, the Following: I). Specification section number. 2). Identification by numbering and tracking system as specified under Paragraph "Transmittal of Submittal". 3). Estimated date of submission to Engineer, including reviewing and processing time. b. On a monthly basis, submit updated schedule to Engineer if changes have occurred or re -submittals are required. 2 Schedule of Values: In accordance wit' jSa ion 01290, PAYMENT PROCE�tJRES. 3. Progress Schedules: In accordance i ``Sy�ec,,,jt �n 01321, SCHEDULES. �{_/✓� F. Special Guarantee: Suppliers writ[ u� as required ' m rvidual Spe 'fi ion sections. G. Statement of Qualification: E de c of ualificationn fication, or reRi t�tr�tion as required in Contract Documents to verify qurIt cations o�ir8fes 'onal land a r, engineer, materials testing laboratory, specia4. Subc ntractor, ad ecialist, u nt, installer, and other professionals. ♦�� f'� H. Submittals Requ Led y i% ss,, Regula `and`Gove �nvcies: I. Submit prom d notificatio s, rts, certifi tion , payrolls, and otherwise as may be required, diree ly to th a i ble Fe ra, cfor local governing agency or their representative. 2. Transmit to Engird o wner's ecord a electronic copy of correspondence and transmittals (to in l e n os4res(an attachments) between Contractor and governing agency. ` I. Test and Inspection Reports: I. General: Shall contain si natur of person responsible for test or report. 2. Factory: a. Identifican to uct and Specification section, type of inspection or test with refere ced sta and or code. b. Date test roject title and number, and name and signature of authorized person. C. Test res d. If test or inspection deems material or equipment not in compliance with Contract Documents, identify corrective action necessary to bring into compliance. e. Provide interpretation of test results, when requested by Engineer. f. Other items as identified in individual Specification sections. 3. Field: As a minimum, include the following: a. Project title and number. b. Date and time. C. Record of temperature and weather conditions. d. Identification of product and Specification section. 01330 Submittal Procedures 01330-5 SECTION 01330 — SUBMITTAL PROCEDURES (continued) e. Type and location of test. Sample; or inspection; including referenced standard or code. f. Date issued; testing laboratory name, address, and telephone number, and name and signature of laboratory inspector. g If test or inspection deems material or equipment not in compliance with Contract Documents; identify corrective action necessary to bring into compliance. h. Provide interpretation of test results, when requested by Engineer. i. Other items as identified in individual Specification sections. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 01330 01330 Submittal Procedures 01330-6 SECTION 01420 —DEFINITIONS AND STANDARDS PART1- GENERAL 1.01 SUMMARY: A. Definitions: I. Basic contract definitions used in the Contract Documents are defined in the GENERAL CONDITIONS. Definitions and explanations are not necessarily either complete or exclusive, but are general for the Work. 2. General Requirements are the provisions or requirements of DIVISION I Sections; and which apply to the entire Work of the Contact. B. Related Information Specified Elsewhere: Specification standards and associations applicable to the Work are specified in each Section. 1.02 SPECIFICATION FORMAT AND CONTENT EXPLANATIONS: A. Specification Format The of CONTRACT DOCUME Specification Content: 'V I. These Specifica ion ply certain intended mean he, rtain te6ms particular AM one or circw tanii follows �/ and organized into two (2) majb^divisions L SPECIFICATIO V; jons in the uTeW Nnguage and the and phrase�`ie'ih used in :se cc9ALenhqps are explained as are written ve and ab'�resRRated form'�perative language of the ecti s tsidYrected at Ste%. on actor, unless specifically noted n pl to sentenc e completed by inserting "shall." or hall:' a aand similar mandatory phrases by Rth ame ma era they are applied to notes on the afWe" shall be supplied by inference where a itences or phrases. Except as worded to the all indicated requirements whether stated b. Specifying ' eth: s: The techniques or methods of specifyin_ requirements nes throughout text, and may include "prescriptive," �;cqob,aAce with standards," "performance," "proprietary," or a �qlio t of these. The method used for specifi'ing one unit of Work ha54earutg on requirements for another unit of Work. Orlapping and Conflicting Requirements: Where compliance with two o more industry standards or sets of requirements is specified, and overlapping of those different standards or requirements establishes different or conflicting minimums or levels of quality, notify Engineer for a decision as specified in GENERAL CONDITIONS. d. Abbreviations: Throughout the Contract Documents are abbreviations implying words and meanings which shall be appropriately interpreted. Specific abbreviations have been established, principally for lengthy technical terminology and in conjunction with coordination of Specification requirements with notations on Drawings and in schedules. 01420 Definitions and Standards 01420 — 1 SECTION 01420 — DEFINITIONS AND STANDARDS (continued) These are normally defined at first instance of use. Organizational and association names and titles of general standards are also abbreviated. C. Assignment of Specialists: In certain instances, Specification test requires that specific Work be assigned to specialists in the operations to be performed. These specialists shall be engaged for performance of those units of Work, and assignments are requirements over which Contractor has no choice or option. These assignments shall not be confused with, and are not intended to interfere with, enforcement of building codes and similar regulations governing the Work; local trade and union jurisdictions, and similar conventions. Nevertheless, final responsibility for fulfillment of Contract requirements remains with Contractor. D. Trades: Except as otherwise specified or indicated, the use of titles such as "carpentry" in Specification text, implies neither that the Work must be performed by an accredited or unionized tradesperson of corresponding generic name (such as "carpenter'), nor that specified regtu m ee'nts apply exclusively to work by tradespersons of that correspondin n c name. 1.03 DRAWING SYMBOLS: 0. ,�� A. Except as otherwise indi act d �aphic symbols used on Dnwi���yySYe tfTose symbols recognized in the cogs u do industry for rpos�s indicated �Ft$rr instances of uncertainty to Engirwe or anfica6fin6 �//1.04 INDUSTRY STANDARDS: • A. A lica�ttN�dards:07>11P) ere the ntra ocuments include more s[nngEnt q�'Ti r rents, appstructi i d try standards have the same force an ct as if bo nd directo the Contract Documents. Such standards are made a o he Cot c o�mmf�itents by reference and are stated in each Section. I. Refet me Bards, erenc irectly in Contract Documents or by gover , ti ns av recedence over nonreferenced standards which are rec nized i ' d r applicability to the Work. 2. Where compy c t it industry standard is required, standard in effect shall be as state NERAL CONDITIONS. 3. Where an a licab a code or standard has been revised and reissued after the date ofyt(i�• tract Documents and before performance of Work affected, the non 3 N II decide whether to issue a Change Order to proceed with the 4. 9�ex instance the quantity or quality level shown or specified shall be the minimum to be provided or perfornmed. The actual installation nmay comply exactly, within specified tolerances, with the minimum quantity or quality specified, or it may exceed that minimum within reasonable limits. In complying with these requirements, indicated numeric values are nminimunv or maximum values, as noted, or appropriate for the context of the requiremments. Refer instances of uncertainty to the Engineer for a decision before proceeding. 01420 Definitions and Standards 01420-2 SECTION 01420—DEFINITIONS AND STANDARDS (continued) 5. Each entity engaged in construction on the Project is required to be familiar with industry standards applicable to that entity's construction activity. Copies of applicable standards are not bound with the Contract Documents. a. Where copies of standards are needed for performance of a required construction activity; Contractor shall obtain copies directly from the publication source. B. Abbreviations and Names: Trade association names and titles of general standards are frequently abbreviated. Where such acronyms or abbreviations are used in the Specifications or other Contract Documents, they mean the recognized name of the trade association; standards generating organization, authority having jurisdiction, or other entity applicable to the context of the text provision. PART 2 - PRODUCTS— Not Applicable. PART 3 - EXECUTION —Not Applicable. w - P � � o O G� 01420 Definitions and Standards 01420-3 SECTION 01420 — DEFINITIONS AND STANDARDS (continued) 01420 Definitions and Standards 01420-4 SECTION 01530—TEMPORARY BARRIERS AND CONTROLS PARTI- GENERAL 1.01 SUMMARY: A. This Section includes General Requirements for: I . Safety and protection of Work. 2. Safety and protection of existing property. 3. Barriers. 4. Security. 5. Environmental controls. 6. Access roads and parking areas. 7. Traffic control and use of roadways. 8. Railroad service. B. Related Work Specified Elsewhere: I. Temporary Utilities and Fa il, i PART 2 - PRODUCTS— Not Applicable.00 PART 3 - EXECUTION *# 3.01 A. General: r I . Pr for he safety a� C IrT ONS. Prgd4je fr st reezing cd sa( pment an at nal< day, all ne r 'ely 2. Noti ngt eer int tedis condi 'on make obtainoper result3 3. Constr5t and u'a5t�i alai a necessary to k•pxc�va of water. AA// or SECTION 01560. �+ : ERTY: i of tl�e�as set forth in GENERAL at I tl against rain, wind, stomts, Ulwg maintain all Work and u or damage. At the end of each aged shall be appropriately protected. time operations are stopped due to e to continue operations safely or to :ssary temporary drainage and do all pumping floors, pits, trenches, manholes, and ducts free 4. Protect flyor from damage by proper covering and care when handling heavy ���'uip i nt, painting, or handling mortar or other such materials. Use p 6periblfin— and shoring to prevent overloading of floors while moving kavy@quipment. Provide metal pans under pipe -threading machines and c an tch pans daily, keeping oil off floors. Restore floors to former condition where damaged or stained. 5. Concrete floors less than 28 days old shall not be loaded without written permission from Engineer. 6. Restrict access to roofs except as required by the Work. Where access is required, provide protection with plywood, boards, or other suitable materials. B. Property Other than Owner`s: I . Provide for the safety and protection of property as set forth in the GENERAL CONDITIONS. Report immediately to the owners thereof and 01530 Temporary Barriers and Controls 01530 — I SECTION 01530—TEMPORARY BARRIERS AND CONTROLS (continued) promptly repair damage to existing facilities resulting from construction operations. 2. Names and telephone numbers of representatives of agencies and utilities havingjurisdiction over streets and utilities in the Work area can be obtained from Engineer for the agencies listed below. Concerned agencies or utilities shall be contacted a minimum of 24 hours prior to performing Work, closing streets and other traffic areas, or excavating near underground utilities or pole lines. a. Water. b. Gas. c. Sanitary sewers. d. Storm drains. e. Pipeline companies. f. Telephone. g. Electric. It. Municipal streets. i. State highways. 9) j. City engineer. 0 k. Fire. I. Police. 3. Operation v ve otheReE —€ anees on e requir , shall y or ondy'Ict super 4. Where ces are [o be br aprivate p bet n ct and arran m is made to enlS t i tt or other pr thus ex 5. e a plicable re u nts speci ap to the pr ec n of exi 6. Before accetst3) the rk by 3.02 BARRIERS: A. General: I. Furnish, entry, pi and ppI at cK ��tiFities, when the owning utility. he owners thereof shall protection of any of the Work shall also of others. ier, restore all property affected by or better condition. install; d `[ain suitable barriers as required to prevent public xegthe p lic; and to protect the Work, existing facilities, trees, Slj�dhi construction operations. Remove when no longer needed or W n ,f' Work. 2. itolaCeria'% ay be new or used, suitable for the intended purpose, but shall not telequirentents of applicable codes and standards or regulatory 3. Barriers shall be of a neat and reasonable uniform appearance, structurally adequate for the required purposes. 4. Maintain barriers in good repair and clean condition for adequate visibility. Relocate barriers as required by progress of Work. 5. Repair damage caused by installation and restore area to original or better condition. Clean the area. 01 530 Temporary Barriers and Controls 01 530 — 2 SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS (continued) B. "free and Plant Protection: I. Preserve and protect existing trees and plants at the Site which are designated to remain and those adjacent to the Site. 2. Provide temporary barriers around each, or around each group of trees and plants. Unless indicated or specified otherwise, construct to a height of 6 feet around trees, and to a height to adequately protect plants. 3. Consult with Engineer and remove agreed -on roots and branches which will interfere with construction. Employ qualified tree surgeon to remove and to treat cuts. 4. Protect root zones of trees and plants as follows: a. Do not allow vehicular traffic or parking. b. Do not store materials or products. c. Prevent dumping of refuse or chemically injurious materials or liquids. d. Prevent puddling or continuous running water. 5. Carefully supervise excava n grading and filling; and subsequent construction operations ve I damage. 6. Remove and replace; suptaa epair; ees and plants whit rF da Waged or destroyed due to consU on operate l51 which wer esi ated to remain. 3.03 ENVIRONMENTAL CON O ♦♦�� A. Noise Control:6VIDSHA quirement�Fiaf�be adhered or is contract. Contractor shall also hhapter 96: ou ntrol of t e F� e eville Code of Ordinan .tractor sha1kon'tluct their u mg nornial daytime working hours d by the C, no weeken wo without prior authorization. B. Dust Con I. Provide pos e i hods a app s[ control materials to minimize raisin g�dus fro c struction • pe tions; and to prevent airbome dust from 2. Clean i erior spaces prior the start of finish painting and continue cleanin on an a' a eVat e�Sobasis until painting is finished. 3. Schedule operaE_dust and other contaminants resulting from cleaning processfall on wet or newly -coated surfaces. C. Water and Erosj9 1. PromA�ethods to control surface water to prevent damage to the Project, e tte, r adjoining properties. 2. iPIan a�d execute construction and earthwork by methods to control surface from cuts and fills, and from borrow and waste disposal areas, to prevent erosion and sedimentation. a. Hold the areas of bare soil exposed at one time to a minimum. b. Provide temporary control measures such as berms, dikes; and drains. 3. Control fill, grading, and ditching to direct surface drainage away from excavations, pits, tunnels, and other construction areas; and to direct drainage to proper runoff. 4. Provide, operate, and maintain hydraulic equipment of adequate capacity to control surface and groundwater. 01530 Temporary Barriers and Controls 01530 — 3 SECTION 01530 — TEMPORARY BARRIERS AND CONTROLS (continued) 5. Dispose of drainage water in a manner to prevent Flooding; erosion; or other damage to any portion of the Site or to adjoining areas. 6. Provide temporary drainage where die roofing or similar waterproof deck construction is coiiipleted prior to the connection and operation of the permanent drainage piping system. 7. Comply with all other requirements indicated or specified. D. Debris Control and Clean -Up: I . Keep the premises free at all times from accumulations of debris, waste materials. and rubbish caused by construction operations and employees. Responsibilities shall include: a. Adequate trash receptacles about the Site, emptied promptly when filled. b. Periodic cleanup to avoid hazards or interference with operations at the Site and to maintain the Site in a reasonably neat condition. c. The keeping of construe on materials such as forms and scaffolding neatly stacked. d. Immediate cleanup o ec he Work by removing spla r'Ced,�Crete, asphalt; oil, paint, o tue liquids cleaning soluti fn'valls, Floors; and nt tal su before su s e marred. 2. Prohibit overlo ing [rucks to pr vent • illages on nd haul routes. Provide per s ction of eas to enfor e u ements. 3. Final cleanup is sp cified in TI N 01780 - CT CLOSEOUT. E. Pollution Cont I. Pro1,i )Io hods, mea ani[ies re CS. ed o prevent contamination of r atmosph y [he dischai ge o. azardous or toxic substances fjmonstruction 21 as ons. Pe equip en �fperso e r�fo n emergency measures required to contain any tt c and r love - nfaminated soils or liquids. Excavate and os ofontamina -d rth off -Site in approved locations, and replan tt�s 'table co acted ill and topsoil. 3. Takes cial meastit vent harmful substances from entering public waters, anita o t n veers. 4. Adhere to the ' P vention Control and Countermeasures Plan (SPCCP) requirement as st t in 40 CFR Par[ 112. 3.04 ACCESS ROADS AND WA�ING AREAS: • A. New TeCLOA, a`On-Site Roads and Parking Areas: I. roads. drives, walks, and parking facilities to provide access to construction offices. mobilization, Work; storage areas, and other areas required for execution of the Contract. a. Consult with Engineer regarding any desired deviation therefrom. b. Size of parking facilities shall be adequate to provide for needs of Contractor's personnel, Resident Project Representatives, and visits to Site by Engineer and Owner. 2. Provide access for emergency vehicles. Maintain driveways a minimum of 15 feet wide between and around combustible materials in storage and mobilization areas. 01530 Temporary Barriers and Controls 01530-4 SECTION 01530—TEMPORARY BARRIERS AND CONTROLS (continued) 3. Maintain traffic areas free of excavated materials, construction equipment, snow, ice, and debris. 4. Construct temporary bridges and culverts to span low areas and allow unimpeded drainage. 5. Keep fire hydrants and water control valves free from obstruction and accessible for use. 6. Construction: a. Clear areas required. b. Fill, compact, and grade areas as necessary to provide suitable support for vehicular traffic under anticipated loadings. Materials and construction shall be as indicated or specified. c. Provide for surface drainage of facilities and surrounding areas. d. Maintain roads, walks, and parking areas in a sound, clean condition. Repair or replace portions damaged during progress of Work. 7. Removal: a. Completely removeeel ora materials and construction wl�'enn— construction needsj4c t by u e of perniane it insta io~rt itless construction is to be to rated into a at3ent constru m n. emove and dispose �rtf�acled materials t depths requi c arious condition t be rriet in completlid Wo k � b. Rester re s angina b'ettter, or pecified c n at completion of W rk. 3.05 TRAFFIC CONTROL USE OF R AD, YS: 11 A. Traff �1 P'-v,,IJa I. a ontractorand exec a toe work so that interference with the flow of traffic d t e passa oNee est�'ians will be the minimum possible. 2 The Contr to h be resp Bible for making provisions for the safe and free erson6rovisions ex by, over, or around the work until the projec c ip eted. shall be satisfactory with the Owner and Sta CoVanr uthority havingjurisdiction in the area of work. 3. Provide, opern intain equipment, services, and personnel, with traffic controlective devices, as required to expedite vehicular traffic flow on hau , Site entrances, on -Site access roads, and parking areas. idudes traffic signals and signs, flagmen, flares, lights, bc andjother devices or personnel as necessary to adequately protect 4. emove temporary equipment and facilities when no longer required. RI -store grounds to original, better, or specified condition when no longer required. 5. When required by the State, County or local authority that traffic be maintained over any construction work in a public or private highway, street, road, or other vehicle traffic path, and such traffic cannot be maintained on the alignment of the original roadbed or pavement, the Contractor shall, at his own expense, provide and/or construct and maintain a detour around the work. Such detours shall be satisfactory to the Owner and to State, County, or local authority. The Contractor shall provide and maintain all barricades, signs, torches, lights and markers around the work as may be required by the 0I530 Temporary Barriers and Controls 01530 — 5 SECTION 01530—TEMPORARY BARRIERS AND CONTROLS (continued) 3.06 various agencies havingjurisdiction in the work area. The Contractor shall also provide qualified flagmen to direct traffic while working upon a highway; street or road over which traffic must pass. 6. Excavated areas within the traffic lanes of highways; streets or roads and pedestrian walkways shall be backfilled as soon as possible and the area opened to traffic. 7. Bridge over open trenches where necessary to maintain traffic. 8. Consult with governing authorities to establish public thoroughfares which will be used as haul routes and Site access. All operations shall meet the approval of owners or agencies having jurisdiction. 9. The Contractor shall obtain penmission from the applicable State; County or local authority(ies) before closing or obstructing any public highway, street or road. This shall include, but not necessarily be limited to; coordination with Fire Departments, 911 services; and other emergency services. 10. The Contractor shall ntakelh- same provisions as described above for the passage of vehicular an p to n traffic between A A,private prop public highways; scree°a s or o er provisions that area ' tory to the Owner and theprope ivners invl� �� B. Maintenance of Roadwd>�� C 1. Repair road a, s, and qth t� is areas da b operations. Keep traftic�ar �s free as ttl fexcavat �?at ials and maintain in a manner$o elim" to dust, m`d n�dlhazardou s. 2. Alhop ra s and repan eet [he ap ro Na f owners or agencies diction. RAILROAD S/6Rr INJIF A. Maintenance: AA"� I. Schedule 6 era on�and exer a re to avoid any interruption to continuous servioe�o�ve a railroa ithin r adjacent to the Work area. 2. Beforelansporting>Eq ipi t and Materials across railroad tracks or performing Wor it 'n n railroad right-of-way; obtain permission or any 3. END OF SECTION 015. necessary per" The Work shall railroads. ect to all supervision, inspection, and other conditions I railroads. 01530 Temporary Barriers and Controls 01530 — 6 SECTION 01560—TEMPORARY UTILITIES AND FACILITIES PARTI- GENERAL 1.01 SUMMARY: 1.02 1.03 1.04 A. This Section includes requirements of a temporary nature not normally incorporated into final Work. It includes the following: I. Utility services. 2. Construction and support facilities. 3. Construction aids. 4. Safety and health. 5. Fire protection. B. Related Work Specified Elsewhere: I. Temporary Barriers and Controls: SECTION 01530. REFERENCES: A. American National Standards I . A 10 Series — Safety F B. National Electrical Con acto I . Electrical it tb C. National Fire RLotecuovso ahon (A IS q it ents for Association' ni —Tam nEir n ption and Dem Ili i ) =al F if Demolition Operations. peter readings, and similar Attle indicating within 15 days of the date ble laws and regulations of authorities having jurisdiction, including but not limited to: I. Building Code requirements. 2. Health and safety regulations. 3. Utility company regulations. 4. Police, Fire Department, and rescue squad rules. 5. Environmental protection regulations. B. Standards: I. Comply with NFPA 10 and 241, and ANSI A 10 Series standards "Temporary Electrical Facilities." 01560 Temporary Utilities and Facilities 01560— 1 SECTION 01560 — TEMPORARY UTILITIES AND FACILITIES (continued) 2. Comply with NEMA, NECA, and UL standards and regulations for temporary electric service. Install service in compliance with NFPA 70. C. Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.05 PROJECT CONDITIONS: A. Temporary Utilities: Prepare a schedule indicating dates for implementation and tennination of each temporary utility. At the earliest feasible time, when acceptable to Owner, change over from use of temporary service to use of the permanent service. B. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Take necessary fire prevention measures. Do not overload facilities. or permit them to interfere with progress. Do not allow hazardous, dangerous, unbaotaary conditions, or public nuisance o develop or persist on the Site. PART 2- PRODUCTS � A 2.01 MATERIALS AND E UIPME' • A. Provide new materials �quipmen c ptable to n ;in rundamaged previously used �aleri and equip ten serviceable ni ion may be used. Provide mater� Isequipme t for the usein�t ed, of capacity for require u e�0, eetin p' e codes a t't�dfrds. Comply with requit he TECH IC PECIF�S. B. Wat(r: P ide potabl wa r appro p c health authorities. C. Water Hoses: Pro!,ide tech (19- ); I avy-duty, abrasion -resistant, flexible rubber hoses 0 ef 0 m) Ion wrth-ressure rating greater than the maximum pressure of the ater dtstribyti s tem. Provide adjustable shutoff nozzles at hose discharge. ` D. Electrical Outlets: Properly configured, NEMA-polarized outlets to prevent insertion of 110- Aerls V pj gs into higher voltage outlets. Provide receptacle outlets equipp dound-fault circuit interrupters, reset button, and pilot light for connection df o and equipment. E. Electric (Pow rXords: Provide grounded extension cords. Use hard -service cords where e, oset�o abrasion and traffic. Provide waterproof connectors to connect separate len is of electric cords if single lengths will not reach areas where construction activities are in progress. Do not exceed safe length -voltage ratio. F. Lamps and Light Fixtures: Provide general service incandescent lamps of wattage required for adequate illumination. Provide guard cages or tempered -glass enclosures where exposed to breakage. Provide exterior fixtures where exposed to moisture. G. Heating Units: Provide temporary heating units that have been tested and labeled by UL. FM, or another recognized trade association related to the type of fuel being consumed. 01560 Temporary Utilities and Facilities 01560-2 SECTION 01560—TEMPORARY UTILITIES AND FACILITIES (continued) H. Fire Extinguishers: Provide hand -carried, portable; UL-rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide hand -carried; portable; UL-rated, Class ABC, dry -chemical extinguishers or a combination of extinguishers of NFPA-recommended classes for the exposures. Comply with NFPA 10 and NFPA 241 for classification, extinguishing agent; and size required by location and class of fire exposure. PART 3- 3.01 TEMPORARY UTILITIES: A. General: I. Engage the appropriate local utility company to install temporary service or connect to existing service. Where utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. Comply with 2. Provide adequate utilit}yc availability of tempc required for start- 3. Obtain and pay Icr to the Projej' t N for that purpose 4. Furnis install nd coast ti ,safety, Grade of recommendations. jp pity t each stage of coi rf b5cs at theeite_provide vary gas ed to the ewner ernianent ea mamtai A p, a , utiliti a red for adequate an curt[ Modify re a , and extend systems as Nag, caus b�llation or use of temporary aceas f Site affec d 0 temporary installations to area. Remove on completion of as y utilities be used WTrk or until s to or faci a Monger needed or are replaced by authorize se eormplete erma ent facilities. 5. The oft, porary<sonstru'ej n utilities and facilities required include; but no f limi o water distribution, drainage; dewatering equiptn ;tt, enclo ur o, heat; ventilation; electrical power distribution. Itut h ' ting facilities, stairs, ladders, and roads. 6. Inspect and test ach rvice before placing temporary utilities in use. Arrange for ,quire inspections and tests by governing authorities, and obtain e t� certifications and permits for use. 7. Math i I used or temporary service shall not be used in the permanent s emil sss so specified or acceptable to Engineer. 3.02 TEMPORARY ELECTRICITY AND LIGHTING: A. New Service I . Arrange with utility company and provide service required for power and lighting. 2. Connect temporary service in a manner directed by utility company officials. Provide separate meter for metering of power used by all entities authorized to be at or perform Work at the Project Site. 01560 Temporary Utilities and Facilities 01560-3 SECTION 01560—TEMPORARY UTILITIES AND FACILITIES (continued) 3. The electric service shall be of sufficient capacity and characteristics for the various construction tools; machinery, lights, heating and air conditioning, pumps; and other tools required by Contractor and his Subcontractors. 4. Provide weatherproof. grounded, power distribution system sufficient to accommodate construction operations requiring power, use of power tools; electrical heating; and lighting. Provide overload protection. Locate multiple outlets spaced so that entire area of construction can be reached by power tools on a single extension cord of 100-foot maximum length. Supply power for electric welding, if any, from either temporary power distribution system or by engine -driven, power -generator sets at Contractor's option. 5. Provide all necessary temporary wiring, panelboards, switches, outlets, and other devices so that power and lighting is available throughout the construction area. Include meters, transformers, overload protection disconnects automatic ground fault interrupters, and main distribution switch gear. Include overcurrent p o ection on all conductors of the temporary system. G 6. Provide adequate artif¢i g for a areas of Work who "t�nai`Fi I'r� light is not adequate for Work. a. Sufficient li ha4l be provided for eneral cons[�c a as and Floor areas; w 4 diu , tal sufficien ightin for specicsJc and to meet safety qut enre II ♦ �// B. Use of Existing stem �` I. Owrne s �eisting systen �afhndt be used or �;orary electricity. C. Use of ianv% ysten, I . Pnor o use of pert en system (fling constructed by Contractor) C nstructi pu , oses, ob i H tte permission of Owner. 2. Maintain p n system s spe it for temporary facilities. D. Costs of Ins tati, It it Opera n: I. Pay fe n c r2e f nits and applications. 2. Pay co of installati-o r t ntenance, removal df temporary services; and restoration of y %l ent facilities used. 3. Pay costs of e e tca power used. 4. Obtain and ay co for temporary easements required across properties other of Owner. 3.03 TEMPORARY NNW T A. New Se ice- 1. Arrange with utility service company to,provide water for construction purposes. 2. Connect service to water main in a manner directed by utility company officials. Provide with meter and shut off valve near connection to the water main. 3. Size water service to provide adequate volume for all anticipated construction uses, and to maintain minimum required pressure. 4. Install piping with outlets located so that water is available throughout the construction area. 01560 Temporary Utilities and Facilities 01560-4 SECTION 01560—TEMPORARY UTILITIES AND FACILITIES (continued) Prevent freezing of water distribution system. Maintain hose connections and outlet valves in leakproof condition. Sterilize temporary water piping prior to use. Use of Existing System I. Owners existing system may be used for temporary water. 2. Make connections to existing facilities to provide water for construction purposes. a. Water Source: Make connections to Owner's service located at point indicated or where instructed by Owner. Modify, supplement, and extend system as necessary to meet temporary water requirements and prevent overloading of existing system. Regulate system to prevent interference with Owners usage. C. Use of Permanent System: I . Prior to use of permanent sy9tern for construction permission of Owner. 2. Prior to Use of System oc mg Wa er: a. Disinfect piping. b. Obtain insp i. end approval of tvO ning D. Costs of Installation ran I. Pay all costs ton in tallation,�tal)4en lice, and rei 2. Pay al costs fq in use `A 3.04 TEMPORARY SANI aAR FACILIT ` A. Contra t - Facili i s �V purposes, obtain written ON� instalganaintainQonestnip a sanitary facilities for use through constructioyf�emo etion of Work. Provide for a"tall Cbnsnvction %under this Contract and representatives at the 3. To cilities shall b of chemical, aerated recirculation. or combustion type, pi erly v fi �n dly enclosed with a glass- fiber -reinforced polyester shell rnlilaTnonabsorben[ material. 4. Water and sewerLo�yr r�ected facilities may be installed to extent permitted by governin r ulauons. a. Rrg�gyatories, mirrors; urinals (where applicable); and water closets nNat a sewer connected units. Provide onh potable water at l Iva ries. Provide individual compartments for water closets where the to it is intended for occupancy by more than one person. Provide suitable enclosure with nonabsorbent sanitary finish materials and adequate heat, ventilation and lighting. b. Provide separate toilet facilities for male and female construction personnel as required. Wash Facilities: Install potable water -supplied wash facilities at locations convenient to construction personnel involved in the handling of compounds and Materials where wash-up is necessary to maintain a safe, healthy and sanitary condition. Where recommended or required by governing authorities and regulations or recognized standards provide emergency safety showers; emergency eye -wash fountains, showers, and similar facilities. 01560 Temporary Utilities and Facilities 01560-5 SECTION 01560 —TEMPORARY UTILITIES AND FACILITIES (continued) Dispose of drainage properly. Supply soap and other cleaning compounds appropriate for each condition. Drinking Water Fixtures: Provide containerized tap -dispenser type drinking water units. Provide drinking water fountains if piped potable water is reasonably accessible from permanent or temporary lines. Supply and maintain toilet tissue, paper towels, paper cups and similar disposable materials as appropriate for each facility. Provide appropriate covered waste containers for used material. B. Use of Existing Facilities: I . Not applicable. 3.05 SEWERS AND DRAINAGE: 3.06 A. General: Where sewers or drainage facilities are not available for discharge of effluent, provide containers to remo and dispose of effluent off the Site in a lawful manner. If existing sewers are ava able nor temporary drainage near the it rior to completion of permanent sewe r d tempo ary connections to re�fl�o�v' a uent that can be lawfully discharged i to a sewers. fisting sewers nrx�e used for discharge, provide drai g dity�es, dry wells, w e stabilization n , and similar discharge facilities toe owe ffluent that��kmver e I wfull dice m that manner. g wY B. Connect temporary ew r o [lie m ict ul syste m e manner directed by the sewer depa lent o i ials. C. Maintain tech p ra ewers an ra a facilities t�a bTgan, sanitary condition. Follow' g e age, rest [ ionnal condi[ on raptly. Provide and maintain tempo. ea hen embankri�and similar m and around construction excavatio nd subgr e.� ructioi u tcie t to prevent flooding by runoff of storm water from he yI r�uvstorm TEMPORARY CON ITL N AID A. General: I. Provide const cc I I I and equipment required by personnel and to facilitate the ex ti of the Work: scaffolds, staging, ladders, stairs, ramps. runways, platform . railings, hoists, cranes, chutes, and other such facilities and equi I e t. 2. Mate?' I . to a new or used, must be suitable for the intended purpose, and tt requi ements of applicable codes, regulations, and standards. 3. hen »emianent stair framing is in place; provide temporary treads, p rms, and railings for use by construction personnel. 3.07 TEMPORARY SAFETY AND HEALTH: A. General: Contractor shall be responsible for development of safety and health programs for personnel at Project Site as specified in the GENERAL CONDITIONS. 01560 Temporary Uti I ities and Faci I ities 01560-6 SECTION 01560 —TEMPORARY UTILITIES AND FACILITIES (continued) 3.08 TEMPORARY FIRE PROTECTION: A. General I. Contractor shall be responsible for development of a fire prevention and protection program for all Work under this Contract. 2. The program shall comply with the applicable provisions for safety and protection as set forth in the GENERAL CONDITIONS and with applicable parts of the NFPA 10 and 241. 3. Locate fire extinguishers where convenient and effective for their intended purpose, but not less than one extinguisher on each Floor at or near such usable stairwell. 4. Store combustible materials in containers in fire -safe locations. 5. Maintain unobstructed access to fire extinguishers, fire hydrants, temporary fire protection facilities, stairways, and other access routes for fighting fires. Prohibit smoking in hazard99u,3 fire exposure areas. 6. Provide supervision of weldi g erations and similar sources of, I ignition. 7. Post warning and instr! on at each e, • n bier location anAS tract construction per o ell�iin proper use of mguislters any dieerr available facilities at LOIRR, t Post local I. de artmen[ tell �pb$ a number on or near each t eplton t strumentt�t P O tt Site. B. Permanent Fir rotect I. Co5np1 e ch fire protection f tlity at ea li sonable date, place into 2 �one �d make rea�Y oo emergen u In tx)ucc ersonnel a�o'h availabili nd,proper use. 3.09 INSTALLATIIOMJD REMO A. Relocation: eloca a co s iction at s quired by progress of construction, storage limita o Work re w emen and to accommodate requirements of Owner and oth�contractors at he )te. B. Removal: Remove tei t ora rt terials, equipment, and services when construction needs can be met and a Iwedy use of permanent construction; or at completion of the Project. C. Repair: Cle4jAQd t 9ir damage caused by installation or by use of temporary facilities fit► I . Remo a oundations and underground installations for construction aids. 2. c ad the areas of the Site affected by temporary installations to required elevations and clean the area. END OF SECTION 01560 01560 Temporary Utilities and Facilities 01560-7 EXPLORATION RESULTS Contents: Boring Logs (B-1 through B-5 P- ho gh P-3 and S-1 throug C-71 Note: All attachments are o e pa a nless noted abov . ` V .Q O G� BORING LOG NO. S-1 Page 1 Of 2 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR 5 SITE: Kessler Mountain Regional Park west of SH-24 Fayetteville, AR ro0 LOCATION See Exploration Plan J i w = A UMRERG w J .. V >> Z v w� cot Latitude: 36.0265'Longitude: -94.2051' wF rc on W wM u i Northing: 623592,1974 Easting: 660333.4246 M§ w w p w Surface Elev.: 1352.5 (FL) 0 3 m C LL of 3 z0 LL-PL-PI DEPTH ELEVATION Ft. p o: o. 3" Topsoil 1.0 LEAN CLAYlCLI, dark brown 351.5 16 15 LEAN CLAY ICLI, yellowish brown, medium stiff N25 2.5 135C 6 2-3-3N=6 15 56-19-37 68 's FAT CLAY (CHI, yellowish brown and gray, medium stiff to stiff i i i 4.5 1348 14 3-9-16 N=25 14 i SHALEY LEAN CLAY lCL1, dark olive brown and gray, hard O• , 12-22-31 N=53 13 41-21-20 96 - with thin sandstone seams below about 3.5 t / 14.0 T338 5 1 2 10 20-50/6" 11 WEATHERED SHALE+, gray and dark oli t rown, soft � 18.5 ` 1334 — WEATHERED SHALE+, gray, soft 4 SOIS" 7 Stratification lines are approximate. Imshu, the transition may be gradual. Hammer Type: Automatic .Classification estimated from disturbed samples. Core samples and petrotyrapHe analysis may reveal other rock types. Advancement Method: Hollow Stem Auger See Explomtion and Testing Proceduresfora Notes: description of field and laboratory procedures used and additional data (If any). See S4pponing Information for explanation of Abandonment Method: symbcls and abbreviations. Boring barMtlled with soil cuttings upon completion. WATER LEVEL OBSERVATIONS Boring Started: 02-26-2020 Boring Competed: 02-28-2020 Not Encountered Mile Drilling 1 ��rraeon Drill Rig: CME-55 AN Driller: WD Not Encountered After Boring 9522 E 471h PI. Ste D T11sa, OK Project No.: 04195194 BORING LOG NO. S-1 Page 2 of 2 PROJECT: Kessler Mountain!!�kLC Baseball CLIENT: Fayetteville,verettL LC AR Fields Phase II Kessler Mountainwest of SH-2 5Fayetteville, SITE: AR ATfERBERG LOCATION See Exploration Plan LL.F a)) 2LIMITS M,<2 z>wZ Latitude: 360265-Longitude:-94.2051- NorrNng: 623592.1974 Easting: 6603 xw a wrc Q wN Dx ww 3o LL-PL-PI Surface Elev.: 1352.5 (Ft.) o a m 3o C 0 w M LL o: c1 w LL 7 DEPTH ELEVATION Ft. WEATHERED SHALE+, gray, soft (continued) (^^) V v Q • 2 3 50/5" 7 l i t 4 [ r r — -43-50/3" 8 29-18-11 90 � • �► w 38.8 / 1313.5 3 3 a F Y A Y S 3 50/4" 6 0 0 a w 0 s o _ 7 ¢ Boring Terminated at 38.8 Feet i z a 0 s 0 LL O aStratification lines are approximate. In -situ, the transition may be gradual. Hammer +Classification Type: Automatic estimated from disturbed samples. Core ¢ ¢ a sam es and petrographic analysis may reveal other rock types. w Advancement Method: See Exploration and Testing Procedures for a Notes: Hall Stem Auger g description of field and laboratory procedures used and additional data (If any). > See Supporting Information for explanauon of symbols and abbreviations. o Abandonment Method: z Boring balled vrith sail cuttings upon completion. _N l7 o WATER LEVEL OBSERVATIONS 1 rerracon Baring Started: 02-26-2020 Boring Completed: 02-28-2020 z Not Encountered While Drilling a Drill Rig: CME-55 AN Duller WD m Not Encountered After Boring 9522 E 47th PI, Ste D h x r Tulsa, OK Project No.: 04195194 BORING LOG NO. S-2 Page 1 of 2 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR SITE: Kessler Mountain Regional Park west of SH-2 5 Fayetteville, AR 0 LOCATION See Exploration Plan w .- ATTERBERG u Latitude: 36.0269- Longitude:-94.2055- --- `. W Z a E F r l2 aap LIMITS W a Northing: 623740.4207 Easting: 660218.4344 < w w FW yr- Surface Elev.: 1362.1 IF t.) o arwrl O wp 3i LL-PL-PI Z DEPTH ELEVATION Ft. to rn ¢ u' w o: a w a 3" Topsoil LEAN CLAY (CL), brown, medium stiff 14 1-2-2 N=4 24 a Q 3.0 1359 3.5 LEAN CLAY (CLI, yellowish brown and brown, wet, soft 13 1-2-2 N=4 21 F o 1358.5 LEAN CLAY ICU, with sandstone fragments, gray and yellowish _ w brown, stiff 3.5-10 5 18 N=15 14 41-17-241 71 a w 5 � of o z 'z w � L 8.5 laSA FAT CLAY (CHI, olive brown and 4 7 11 N=18 14 z a gray, very stiffs ` n n u e n n O 16 5 7 10 22 ' N=17 ` , i i 18.5 ` 1343.5 ° SHALEY LEAN CLAY LEAN CLAY (� dark we bro n and gray, hard 18 14-21-34 N=55 13 37-21-16 99 2 Stratification lines are approrimate. I "lu, the transition may be gradual. Hammer Type: Automatic .Classification estimated from tlisturbed samples. Core samples andPetrographic anal sis ma reveal other rock t es. Advancement Method: See Exploration and Testing Procedures for a Notes: Holt" Stem Auger description of field and laboratory procedures used antl additional data (If any). See Supponing Information for explanation of Abandonment Method: symbols and abbreviations. Boring backfilled vrith sail arttings upon completion. TER LEVEL OBSERVATIONS l rerracon Boring Stoned 02 28 2020 Boring Competed 02-28 2020 ncountered While Drilling rNot Rig: CME-55 ATV Driller: WD ncountered After Boring Drill 9522 E 4711, PI. Ste D No.: 04195194 Tulsa. OK jProject BORING LOG NO. S-2 Page 2 of 2 PROJECT: Kessler Mountain Regional Park Baseball Fields Phase II CLIENT: Garver LLC Fayetteville, AR 5 SITE: Kessler Mountain Regional Park west of SH-24 Fayetteville, AR U O = a LOCATION See Exploration Plan Latitude: 36.0269°Longitude: -94.2055' Northing: 623740.4207 Easting: 660218.4344 Surface Elev.: 1362.1 (Ft.) DEPTH ELEVATION (Ft. LL'- a 0 m >w Z WF �a w� 3 m O )a F w a oai = i w aO ¢ r WF �j ww u 4'F rw 3 ATTERBERG LIMITS z lL W a LL-PL-PI SHALEY LEAN CLAY ICU, dark olive brown and gray, hard (continued) V 13334 2 3 3 18 16-30-31 N=61 12 _ WEATHERED SHALE+, gray, soft q O 38.8 / 1323.5 Boring Terminated at 38.8 Feet _ 0/5" 7 31-17-14 94 4 50/5' 7 I s I i 3 50/4" 7 i i i i S Stmtifcetion lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic samplesicad estimated aria disturbed samples. Core samples and tr m hic analysis may reveal other rock types. D Advancement Method: - Hollow Stem Auger See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (It any). See Supporting Information for explanation of symbols and abbrvAations. Notes: i Abandonment Method: Boring baUddled with soil cunings upon completion. 9 WATER LEVEL OBSERVATIONS 1 rerracon 9522 E 471hPI. Ste D Tulsa, OK Boring Started: 02-28-2020 Booing Completed: 02-28 2020 Not Encountered While Drilling 0 Not Encountered After Boring n E Drill Rig: CME-55 ATV W Driller: D Project No.: 04195194 BORING LOG NO. S-3 Page 1 of 2 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR 5 SITE: Kessler Mountain Regional Park west of SH-24 Fayetteville, AR 0 Exploration LOCATION See E wO n _. ATTERBERG LIMITS Z J U Latitude: 36.0264' Longitude-94.2057- .. = > W1= it �' F w� o mr- u_ _ = Jot w o. W w O 1J 00 wz ti 1- O Surface Elew 1374.5 (Ft.) w 0 rw-w 3 m a w ww u ot 32 O LL-PL-PI w DEPTH ELEVATION t. w o- LEAN CLAY ICU, with sand and sandstone fragments, gray and brown to yellowish brown to olive brown and gray, stiff to very stiff 13 11-7-6 N=13 7 5-5-7 3 N=12 i j 8 4-5-11 S N=16 S — a.5 SHALEY LEAN CLAY IGL1, dark olive brown an gra har �v/� 17-29-39 N=68 10 15 N=43 P16-17-26 • 1355.5 2 _ 10 43-50/4" SHALE+, gray, soft to moderately harcf- Stratification lines are approximate. In -situ, the transition maybe gradual. Hammer Type: Automatic +Classification estimated from disturbed samples. Core samoles and petrographic analysis may reveal other rack types Advancement Method: Hollow Stem Auger See Exploration and Testing Procedures for a desuiplion of field and laboratory procedures Notes: used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Abandonment Method: Boring balled with soil adtings upon m pletion. WATER LEVEL OBSERVATIONS Boring Started: 03-20-2020 Baring Completed: 03-20-2020 Not Encountered While Drilling 1 ��rracon Drill Rig: Driller: ME Not Encountered After Boring 9522E 47th Pt. Ste D Tulsa. OK Project No.: 04195194 t BORING LOG NO. S-3 Page 2 of 2 PROJECT: Kessler Mountain Regional Park Baseball Fields Phase II CLIENT: Garver LLC Fayetteville, AR 5 SITE: Kessler Mountain Regional Park west of SH-2 Fayetteville, AR 00 J a W LOCATION See Exploration Plan Latitude: 36.0264' Longitude:-94.2057' Surface Elev.: 1374.5 (Ft.) DEPTH ELEVATION Ft. ., y w 0 W o rc> f w 3 m 0 i ss w o- w p w ¢ F Q D w w °-m O F z w 3 A U SRG z r Z 0 w a LL-PL-PI SHALE+, gray, soft to moderately hard (continued? O' V IQ 38.6 - hard at 38.5 feet AAft• 1336 Boring Terminated at 38.6 Feet 2 3 3 2 50/5" 0/3" - 3 j 50/3" Stratification lines are approximate. Insitu, the transition may be gradual. Hammer Type: Automatic +Classification estimated from disturbed samples. Core samples and Petrograpinc analysis may reveal other rock types. Advancement Method: Hollow Stem Auger Abandonment Method: Baring barkfilled vrith sail cuttings upon completion. See Exploration and Testing Procedures for a descaipiion of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Notes: WATER LEVEL OBSERVATIONS IrerraconDrill 9522E 4711, PI. Ste D TNsa, OK Boring Started: 03-20-2020 Boring Completed: 03-20-2020 Not Encountered While Drilling Not Encountered After Boring Rig: Duller. ME Project No.: 04195194 BORING LOG NO. B-1 Page 1 of 1 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR 5 SITE: Kessler Mountain Regional Park west of SH-2 Fayetteville, AR aLOCATION See Exploration Plan J w w — ATTERBERG w O J o ^, V w2 �� o- it = v ; t- LIMITS w Latitude: 36.0272' Longitude-94.2043' r~ M, WZ u a Northing: 623941.6561 Easting: 660575.6317 m> w w o� w �w w� 3z LL-PL-PI w O Sunace Elev.: 1344.6 (Ft.) p 3 m Q c>Oi w n O w DEPTH ELEVATION(Ft.)O rc a Dozed Topsoil FILL - LEAN CLAY, brown and dark brown X-- 15 344 8 15 - with shale fragments below about 2 feet i i 16 15 = N 15 23 34-18-16 78 t i 1 5.0 1339.5 5 FILL FAT CLAY, i - with shale fragments, olive brown and gray 4 3-5-8 N 8 i 8.0 , 1336rS aw FILL -SHALE, gray ` �` 12=15 N 15 7 13.0 37 5 FILL - LEAN CLAY, dark brown and dar\`lvive 8 ow ♦ 10 344 8 27 15.0 _ 1329.5 ♦ 1 Boring Terminated at 15 Feet ` Cj Stratification lines are approximate. Ir"lu, the transition may be gradual. Hammer Type: Automatic *Classification estimated from disturbed samples. Core sam es and demographic analysis may reveal other rock types. Advancement Method: Hollow Stem Auger See Exploration and Testing Procedures for a Notes: desorption of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of Abandonment Method: symbols and abbreviations. Boring baddilled with soil amings upon completion. WATER LEVEL OBSERVATIONS Boring Stoned: 02-29-2020 Boring Competed: 02-29-2020 Not Encountered While Drilling 1 rerr�con Drill Rig: CME-55 AN Duller. WD Not Encountered After Boring 9522 E 471h PI. Ste D Tulsa. OK I Pmied No.: 04195194 BORING LOG NO. B-2 Page 1 of 1 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR 5 SITE: Kessler Mountain Regional Park west of SH-24 Fayetteville, AR (9 LOCATION See Exploration Plan 0 a)) AT ERBERG LIMITS i >w tt1F F F Our wh tt LL u M Latitude: 36.0275' Longitude:-94.2047' Northing: 623953.4848 Easting: 660459.8263 i 1- ¢ o:> w of j I_ ❑y w ¢w r w Surface Elev.: 1334.8 (Ft.) Q. ❑ t- w m a < ❑ w co w "� 3 O LL-PL-PI U 3 w o: U a DEPTH ELEVATION(Ft.)O 3" Topsoil _ FILL - LEAN CLAY, with shale fragments, olive brown and gray - 18 4-6-5 18 N=11 2.0 1333 _ FILL - LEAN CLAY, with shale fragments, brown and dark brown 18 23 =11 N1 3.5 1331.5 _ LEAN CLAY ICU, yellowish brown and gray, medium stiff 18 NZ8 19 35-17-18 73 5 8.5 FAT CLAY T C (CHI, yellowish brown and gray, stiff 4-6-8 N�5 N=14 22 10.0 1 Boring Terminated at 10 Feetam e) V� O m Stratification lines are approximate. Irvshu, the transition maybe gradual. Hammer Type: Automatic -Classification estimated from disturbed samples. Core samples and petrographic analysis my reveal other rock types. Advancement Method: See Exploration and Testing Procedures for a Notes: Hallow Stem Auger description of field and laboratory procedures used and additional data (If any). See Supponing Information for explanation of Abandonment Method symbols and abbreviations. Boring balled With Sall cuttings upon completion. WATER LEVEL OBSERVATIONS eating Started: 02-29-2020 Boring Completed: 02-29-2020 Not Encountered While Drilling 1rerracon Not Encountered After Boring Orill Rig: CME-55 AN Driller: WD 9522 EPI. Ste 0 Tulsa, OK Project No.: 04195194 a BORING LOG NO. B-3 Page 1 of 1 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR 5 SITE: Kessler Mountain Regional Park west of SH-2 Fayetteville, AR LOCATION See Exploration Plan wZ ii ATTEM aSRG w J u Latitude: 36.0274' Longitude:-94.2039° u 0 tt F F ae w ti Z w a Northing: 623911.7958 Easting: 660695.5177 a;> > 0, aw Z Sudam Bev.: 1331.2 (Ft.) w 0 Fw m O w ww m 3z 0 LL-PL-PI W 0 DEPTH ELEVATION Ft. 3 O Q w rc w w a 3" Topsoil FILL - LEAN CLAY, olive brown and dark brown — x 10 2-2-2 21 N=4 2.0 1329 FILL - LEAN TO FAT CLAY, olive brown 14 -2B 25 16 2-5-7 N=12 19 47-18-29 90 ' 5 — 9.s � 1 FAT CLAY (CHI, yellowish brown and gray, stiff 11 war 2-5-7 N=12 28 10— 14.5 ♦ 131fi.5 1 16 34-10 N-14 22 15.0 SHALEY LEAN LEAN COY (CLl(CLI, dark olive brow and gray ti 1376 Boring Terminated at 15 Feet G� Stratification lines are appraAmme. In -situ, the transition may be gradual. Hammer Type: Automatic .Classification estimated from disturbed samples. Core samples and netrographic analysis may reveal other rock types. Advancemem Method: Hollow Stem Auger See Exploration and Testing Procedures for a Notes: description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of Abandonmem Method: symbols and abbreviations. Boring backfilled vnth soil tunings upon completion. WATER LEVEL OBSERVATIONS Boring Started: 02-29-2020 Boring Completed: 02-29-2020 Not Encountered While Drillingnlrerracon Not Encountered After Boring Drill Rig, CME-55 AN Driller WD 9522 E 47th Pl. Ste D Tulsa, OK Project No.: 04195194 BORING LOG NO. B-4 Page 1 of 1 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR SITE: Kessler Mountain Regional Park west of SH-21 5 Fayetteville, AR ATTERBERG u LOCATION See Exploration Plan wz N o-) v F LIMITS z o J LL U F > WJ WF LL 0 Latitude: 36.0266' Longitude-94.2048- < ,u w tiD ,-z a Northing: 623626.6046 Easting: 660422.9283 ww a p ,jw 3rz LL-PL-PI ¢ Surface Elev.: 1344.0 (Ft.) o m N tt LL c0of i w DEPTH ELEVATION Ft. 0 3" Topsoil 1-2-2 FILL -LEAN Cl.—AY, brown I 1.5 1342.5 X--- B N=q 32 LEAN CLAY fCL1, yellowish brown and gray, medium stiff 16 -38 22 4518-27 83 3.5 1340.5 _ FAT CLAY (CHI, yellowish brown and gray, very stiff 4-7-10 18 N=17 i l^�^] 0.V 5 22 ( ♦ P7-12 17 9.55 to— E N=19 ? SHALEY LEAN CLAY ti dark olive brow d gra , hard 0 /�♦ A) o o S O rl 10-20-31 N=51 13 i♦ 1;ill�*_ j115.0 \!�/� 132E 1 Boring Terminated at 15 Feet i n 7 Y 1 ♦ �� L Y 2 Cj Y D f D K 0 a Stratification lines are approximate. In -situ, the transition may be gredual. Hammer Type: Automatic +Classification estimated from samples. Core sis may reveal other rock types. samples andpetrographic analysis w w Advancement Method: ce See Exploration and Testing Procedures for a Notes : Hollow Stem Auger description of field and laboratory procedures o used and additional data (If any). > See Supporting Information for explanation of symbols and abbreviations. 0 Abandonment Method: z Boring bacWt led with soil cuttings upon completion. N_ o WATER LEVEL OBSERVATIONS l rerracon Boring Started: 02-28 2020 Booing Completed 02-26 2020 E Not Encountered While Drilling o Drill Rig: CME-55 ATV ONler. WD re Not Encountered After Boring 9522 E 47th PI. Ste D i Tulsa. OK Project No.: 04195194 r BORING LOG NO. B-5 Page 1 of 1 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR SITE: Kessler Mountain Regional Park west of SH-2115 Fayetteville, AR LOCATION See Exploration Plan J w ATTERBERC Inw0 iF LIMITS W o Latilude: 36.0267- Longitude:-S4.2039' `. T11 F > w W o: u Q Northing: 623657.0407 Easting: 660689.8086 j w Oj W Wz Q Surface Elev.: 1343.5 (Ft.) Wo ¢ w O0 W 3 rc LL PL PI 3m w ° w DEPTH ELEVATION Fl. O o: W 3" Topsoil FILL - LEAN CLAY, with shale fragments, brown, dark brown, and — gray 8 2-2-3 21 N=5 0 18 2-2-2 19 46-24-22 90 N=4 trace yellowish brown fat clay at about 3.5 feet 12 2-2-2 18 5 N=4 5 _ W b Q Q O Z ' O Q i 8?0 .5Irv�t3 5 '? LEAN CLAY fCLI, with shale fragments, olive brown zindyray, stiff ` z V 2-3-6 N=9 20 n 0.0 3.5 f Boring Terminated at 10 Feet �` -y� - 1 \-F N �V� are -Classification from disturbed samples. Core Hdlow Stem Auger See Exploration and Testing Procedures for a Notes: o desaiplion of field and laboratory procedures used and additional data (If any). i Abandonment Method: See Supporting Information for explanation of symbols and abbreNations. n Boring bacilled with soil cuttings upon completion. z WATER LEVEL OBSERVATIONS Not Encountered While Drilling r Boring Stoned: 02-232020 Boring Competed: 02-2&2020 DO Ri 9: CME-55 AN Griller. WD � Not Encountered After Boring �rracon 2 9522 E 47th PI, Ste D Tulsa. OK Pmjed No.: 04195194 BORING LOG NO. P-1 Page 1 of 1 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR SITE: Kessler Mountain Regional Park west of SH-21 5 Fayetteville, AR _ W Wz 0O LOCATION See Exploration Plan .- w a ` r IMITS z rERBERC J LL. WO F W- d'1- IL U Latitude: 36.0283' longitude:-94.2052' < W w j F W Do = Northing: 624247.9442 Easting: 660318.5355 w rw a O ww 2�Z-PL-PI Sudace Elev.: 1336.3 (Ft.) o 3 m a W u DEPTH ELEVATION Ft. O 3" Topsoil 18 1-2-2 N=,4 24 30.18-12 69 1.0 LEAN CLAY ICLI, dark brown, soft 1335.5 LEAN CLAY ICL1, with sand, brown, medium stiff 2.5 1334 16 2-3-8 N=11 17 30.17-13 37 LEAN CLAY (CL1, with sandstone fragments, yellowish brown, brown, and gray, stiff 18 2-4-10 N=14 20 so 1331.5 5 Boring Terminated at 5 Feet r O ♦ C i 0 0 x n "n V O n L ZI 1 ` Y 2 G [2 2 K O s O c O F HammerT e: Automatic < S1rolificalion lines are appro>umate. Irvsitu, the transition may be gmtlual. YP i6cad estimated from disturbed samples. Core n SarrW sam es and etr m hic anal sis ma reveal other rock types y Advancement Method: See Exploration and Testing Procedures for a Notes: Paeer Auger description of field and laboratory procedures g used and additional data (If any). See Supposing Imormati0n for explanation of symbols and abbreviations. o Abandonmem Method: z Boring barMlled vdth soil tunings upon completion. _n WATER LEVEL OBSERVATIONS lrerracon BoringSlanetl 02-242020 Boring Completed: 02-292020 �. 2.5 Feet While Dulling Drill Rig: CME-55 AN Driller. WD m 2.5 Feel After Boring 9522 ElPI, Ste D TJsa.sa, OK Project No.: 04195194 ,n 4 r BORING LOG NO. P-2 Page 1 of 1 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR SITE: Kessler Mountain Regional Park west of SH-2 5 Fayetteville, AR 00 LOCATION See Exploration Plan z W ATTERBERG ,e Latitude: 36.0283'Longitude :-94.2043' W �O a bW X LIMITS 2 LL n Northing: 624241.9857 Easting: 660584.5954 a M tW- wz (m0 Surface Elev.: 1329.5 (Ft.) € 3'n 1 m rc 3 p LL PL-PI 0 DEPTH ELEVATION Ft. O 0 rc U n 3" Topsoil 1.0 LEAN CLAY ICU, yellowish brown, very stiff — 18 2-7-14 1328.5 UALEY LEAN CLAY rrl 1, grading hard with depth, dark olive brown, gray, and yellowish brown, very stiff N=21 17 44-23-21 78 0 a 17 18-22-22 14 N=44 0 U v; a 5.0 18 19-24-24 N=48 16 Y 324.5 5 ji Boring Terminated at 5 Feet i o o O, u N W m gym+ O 5 a w LL W G f 0 LL ---•••�••-••.... =NN—uem. u.vW, me uenvuon may oe gradual. Hammer Type: Automatic Q. +Classification estimated from disturbed samples. Core w Advanceant Method: samples andpetrographic analysis may reveal other rock types. LL Auger See Exploration and Testing Procedures fora Notes: 0 description of field and laboratory procedures a used and additional data (If any(. z Abandonment Method: See Supposing Information for explanation of symbols and abbreviations. A Boring balled with sail cunings upon completion. 'J WATER LEVEL OBSERVATIONS Not Encountered While Drilling x Boring Staved: 02-29.2020 Boring Completed: 01-29-2020 Not Encountered After Boring �rracon DNI Ri g: CME-55 AN Griller: WD E 9522 E 47th PI. Ste D Project No.: 04195194 - Tulsa. OK BORING LOG NO. P-3 Page 1 of 1 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR 5 SITE: Kessler Mountain Regional Park west of SH-2 Fayetteville, AR O LOCATION See Exploration Plan .- w z a F a ATTERBERG LIMITS z u Latitude: 36.0282' Longitude:-94.2037' Easting: 660761.154 LL' O Q ¢ Lu w Z aw _ w a a Northing: 624201.6211 w o:> r w o- j O ply 1u, 2 2 LL-PL-PI 0 Surface Elev.: 1324.0 (Ft.) o a m 30 a w u O 0 a Ut DEPTH ELEVATION Ft. ¢ a. 3" Topsoil 1.13 LEAN CLAY (CLI, dark brown, medium stiff 1323 7 10 N=10 21 LEAN CLAY ICU, yellowish brown and gray, stiff z.o 1322 LEAN CLAY (CL7, with sandstone fragments, yellowish brown, brown, 4-6-5 and gray, stiff 18 N=12 17 40.18-22 45 15.0 X 18 4-5-9 N=14 16 1319 Boring Terminated at 5 Feet 0.J O, O G� Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic ♦Classification estimated from disturbed samples. Core samplescrN and petrographic analysis may reveal other rock t es. Advancement Method: Prover Auger See Exploration and Testirig Procedures for a description of field and laboratory procedures Notes: used and additional data (If any). See Supporting Information for explanation of Abandonment Method: symbols and abbredations. Boring balled with soil cunings upon completion. WATER LEVEL OBSERVATIONS I�erracon Boring Started: 02-29-2020 Boring Completed: 02-29.2020 Not Encountered While riig Not Encountered After Boring Orill Rig: CME-55 AN Duller. VlN No.: 04195194 9522 E 47th PI. Ste D Tulsa. OK lProjea SP-01 — ARDOT SPECIFICATIONS SP-01-1 General SP-01-LI The standard specifications of the Arkansas Department of Transportation (ARDOT) are bound in a book titled Standard Specifications for Highway Construction. These specifications are referred to herein as "Standard Specifications." The latest edition shall apply. A copy of these "Standard Specifications" may be obtained from the Arkansas Department of Transportation. Little Rock; Arkansas, at their customary charge. SP-01-2 Incorporation and Modification SP-01-2.1 Certain parts of the Standard Specifications are appropriate for inclusion in these Technical Specifications. Such parts are incorporated herein by reference to the proper section or paragraph number. The individual specification numbers noted herein may be different from those in the latest edition of the "Standard Specifications." The most current spec iticatio ,,number shall apply. Each such referenced part shall be considered to be a part of these Contract Docum t as hough copied herein in full. SP-01-2.2 Certain referenced parts of the Stvtdar ee fications dified in the ec to✓ons that follow. In case of conflict between the St d$Sp ifications an he Specificatib ns tt t follow, the Specifications that follow shall govern. SP-01-2.3 Individual material test Kibers It ge from tt e+Ci Use t M tes ppIicable test. SP-01-2.4 Reference in the Star pecificatigfi "Owner'. /1 A� V Qg a "Depai ten re herein changed to the G O O P7 •� <; G� Kessler Mountain Regional Park, Phase 11 y SP-01-1 19T21090 Kessler Mountain Reeional Park; Phase If V SP-01-2 19T21090 SP-2 — SITE ELECTRICAL MEASUREMENT AND PAYMENT MEASUREMENT AND PAYMENT SP-2 -1.1 New Electrical Service: Electrical service equipment shall be measured and paid for at the lump sum contract unit price bid for electrical service installed in place with grounding, meter pedestal, electric panel; circuit breakers, surge protective devices, required conduit size from pedestal to service point, pedestal foundation; pedestal enclosures; and other appurtenances required to complete the item as outlined in these Specifications and the Plans. The price shall be full compensation for furnishing all materials and for all preparation, placing and installation of these materials, furnishing and installation of appurtenances and connections as may be required to complete the item as shown on the plans, testing; and for all labor, equipment, tools; incidentals, and appurtenances necessary to complete this item. All work to be completed within the bounds of the pedestal and the pedestal foundation shall be considered subsidiary to the pedestal pay item. Separate payment shall not be made for items within this boundary. Payment will be made under: Item SP-2-I.I New Electrical Servi Imp m G SP-2 -2.1 Parkilip Lot Light Assembl : ar 'Mot light as Mil Its shall be e s 4LNy each unit tyre installed in glace with fixtures I s ports,jfounations, growtdi g oo isions, associated conduit; and appurtenances as accep d b ngineer. aie�ntlsliall be ma a a fhe contract unit price for each fixture; installed. This �i. �iice shale full co p s3flon for fu I�ii�rtg all materials and for all preparation, placing and install5fi� of these ma ia�rnishin anu n tallation of appurtenances and connections as ma ; e 4� it "c9 to comply a the item as sl the plans and for all labor, equipment, tools, incid tal d appurtenance a ssary to co le this item. Payment will be made un er: �J nX Item SP-2-2.1 Parking Q14i Assern 110 E O SP-2 -3.1 Ball Field Snorts Li a n": Ball field S' lighting shall be shall be measured and paid for by lump sum at the contract unit price '1 1 fixtures, poles, supports; foundations, grounding provisions, associated conduit, and ap�na es as accepted by Engineer. This price shall be full compensation for furnishing all materia for all preparation; placing and installation of these materials; furnishing and installa[io of appurtenances and connections as may be required to complete the item as showy td t�F plans and for all labor; equipment, tools, incidentals, and appurtenances necessary to e9mq Payment will be made Lul er: Item SP-2-3.1 item. ield Sports Lighting— Lump Sum Kessler Mountain Regional Park, Phase 11 SP-2-1 19T21090 SP-') -4 1 Power Unit Maintenance Building: Power Unit Maintenance Building shall be measured by each unit type installed in place with equipment, grounding provisions, and appurtenances as accepted by Engineer. Payment shall be made at the contract unit price for each unit, installed. This price shall be full compensation for furnishing all materials and for all preparation, placigg and installation of these materials; furnishing and installation of appurtenances and connections as may be required to complete the item as shown on the plans and for all labor, equipment, tools, incidentals, and appurtenances necessary to complete this item. Payment will be made under: Item SP-2-4.1 Power Unit Maintenance Building— EA SP-2 -5.1 Power unit Feeder: Power Unit Feeder shall be measured and paid for by linear feet installed in place with supports, trenching, foundations, grounding provisions, associated conduit, and appurtenances as accepted by Engineer. This price shall be fill compensation for furnishing all materials and for all preparation, placing and installation of these materials, furnishing and installation of appurtenances and connections as may be required to complete the item as shown on the plans and for all labor, equipment, tools, incidentals, and appurtenances necessary to complete this item. Payment will be made under: Item SP-2-5.1 Power Unit Feeder— L SP-2 -6.1 Data Conduit: Data conduit sh a jJCe fired and pai or y linear f in [led in place With supports, trenching, foundations, r un i provisions. ssoci ted conduin d purtenances as accepted by Engineer. This price s I e compett�a�'or furnishin terials and for all preparation, placing and installation of h e nmateri� n'shing and, Qin tall ion of appurtenances and connections as may be re r ed t complete toe rt i as showr%,d nth plans and for all labor, equipment, tools, incidentals;;ap rtenarry to conmpl tie IN iitem. Payment will be made a G Item SP-2-6.1 to onduit (2 u — LF O SP-2 -7.1 Telecommunication Handelecomm icat n Handhole shall be measured and paid for by each installed in place s rts, tree thing, o dations, grounding provisions, associated conduit, and appurtenances a � , d by �eer. This price shall be full compensation for furnishing all materials and for III ac rig and installation of these materials, furnishing and installation of appurtenances and c n ttor as may be required to complete the item as shown on the plans and for all labor, equipmen o , incidentals, and appurtenances necessary to complete this item. Payment will be made under: Item SP-2-7.1 Tel_I o'tftm Wic ion Handhole _— EA SP-2 -8 1 Ball Field Eliec�tricallwork completed and accepted and measured as provided in the plans will be paid for by lump sum at the contract unit price bid, which price shall be full compensation for furnishing, installing, and terminating the electrical conductors; trenching, conduit installation, and backfilling; installation of all inground boxes, switches and receptacles for the ball field areas as shown in the Plans; and for all labor, equipment, tools, and incidentals necessary to complete the work. Payment will be made under: Item SP-2-7.1 Ball Field Electrical — Lump Sum END OF SECTION SP-2 Kessler Mountain Regional Park, Phase 11 SP-2-2 19T21090 SP-03 — PAVEMENT PERMANENT REPAIR DESCRIPTION SP-03-I.1 This item shall consist of patching the existing roadway using asphalt concrete material composed of mineral aggregate and asphalt binder or using portland cement concrete pavement depending on the material of the existing pavement, in accordance with these specifications and in conformance with the lines, grades, thicknesses, and details shown in the Plans. MATERIALS SP-03-2.1 Aggregate base shall conform to the requirements of Section 401, prime and tack coats shall conform shall to the requirements of Sections 402, ACHM surface course shall conform to the requirements of Section 403, and concrete shall conform to the requirements of Class B concrete of Section 601 of the City of Fayetteville Standard Specifications for Street and Drainage Construction. SP-03-03.1 Areas in the existing roadways and to be repaired, shall be removed to provide firm parallel with the existing surface. All loo f; ACHM Pavement Permanent Repair, taV4 co the hole. The hole shall then be filled wi I'd course as shown in the details in the Plat he surrounding surface. SP-03-4.1 ACHM Pave e Pe measured by the square yard of i Payment for aggregate base shall i Fayetteville Standard Specifictih, • 950—fildhAesignated in the Plans orb he -i ineer rtic I sides antra, stable bottnat, rally y@ign material sha Ze reremoved froRRL�th hole. For of emulsified asph It shall be 0�077y & the sides of :gate as �,,crete Paven e�.tACHM Surface finish t�'ri •face shall be m oth'iand level with the TIEASUREMRK V and ete augment Permanent Repair shall be ac at t shed surface of the pavement repair. but all paid for under Section 301 of the City of IL raina. a Construction. SP-03-5.1 Work completed and accepteaft�d measured as provided above will be paid for at the contract unit price bid per square y d, which price shall be full compensation for excavation and backfill; for furnishing mate4al��'n�cht♦ding concrete and ACHM surface course; for performing mix designs and quality contr n• aisepnce sampling and testing, for the preparation, placing; and finishing of all materials for prep ring the subgrade and forming; for mixing, placing, finishing and curing concrete: and for of lab 0, equipment, tools, and incidentals necessary to complete the work. Payment will be made under: Item SP-03-5.1a ACHM Pavement Permanent Repair — per square yard Kessler Mountain Regional Park, Phase 11 SP-03-1 19T21090 Kessler Mountain Regional Park, Phasell SP-03-2 19T21090 SP-04 — NYLOPLAST DRAINAGE STRUCTURES DESCRIPTION SP-04-I.1 This section covers all work in required for the installation of nyloplast drain basins and inline drains in accordance with the locations and details indicated in the Plans and complying with these Specifications. The ductile iron grates for each of these fittings are to be considered an integral part of the surface drainage inlet and shall be furnished by the same manufacturer. The surface drainage inlets shall be as manufactured by Nyloplast, a division of Advanced Drainage Systems, Inc. or prior approved equal. MATERIALS SP-04-2.1 The drain basins and inline drains required for this contract shall be manufactured from PVC pipe stock utilizing a thermoforming process to reform the pipe stock to the specified configuration. The drainage pipe connection stubs shall be manufactured form PVC pipe stock and formed to provide a watertight connection with th ecified pipe system. This joint tightness shall conform to ASTM D3212 for joints for drain and W er lastic pipe using flexible elast fiieric seals. The Flexible elastomeric seals shall conform to . The�ptpe bell spigot steal �jom d to the main body of the drain basin, or to the inline, ain by use o �swa,e mechani t. The raw material used to manufacture the pipes tilt i used to man cture the drat ba t main body, inline drain body; and pipe stubs of t eFsur a e drainage it ets si II conforn t• T TM D1784 cell class 12454. '`� SP-04-2.2 The grates and fram forpal' drain ba� an( draii all a ductile iron and shall be made specifically for each as rovide a unto tom Hang ha osely matches the diameter of the surface drainage ' ie ate and frame shall be caps `lee pporting H-20 wheel loading for traffic or pedestria a as. The metal ue�' the manu c� t f the castings shall conform to ASTM A536 grade 70-50 cr ductile " on Gr"5tes and f a es call be provided painted black. � STALL - O SP-04-04.1 The specified PVC ain `n or, in the •ain shall be installed d using conventional flexible pipe backftll materials and proce tres. T t a�Ck r Iematerial shall be crushed stone or other granular material meeting the requirements of cl, I s2, or class 3 material as defined in ASTM D2321. Bedding and backftll for the drain basin o nr't�e drain shall be placed and compacted unifornily in accordance with ASTM D2321. The drain basin or inline drain body will be cut at the time of the final grade. No brick, stone or conrUe will be required to set the grate to the final grade height. For H-20 load rated ins[allatioa n et ing will be poured under and around the grate and frame. The concrete slab must be de gned •ta •ing into consideration local soil conditions, traffic loading; and other applicable design fat rs or other installation considerations such as migration of fines, ground water, and soft foundations re er to ASTM D2321 guidelines. METHOD OF MEASUREMENT SP-04-4.1 Completed and accepted nyloplast drain basins and inline drains shall be measured by the completed structure. Kessler Mountain Regional Park, Phase II SP-04-1 19T21090 BASIS OF PAYMENT SP-04-5.1 Work completed and accepted under this section and measured as provided above will be paid for at the contract unit price bid per each; which price shall be full compensation for excavation and backfill; for furnishing and installing the structure; including any grates; frames; covers; inlet and outlet adapters, and concrete rings; and for all materials, equipment; tools, labor and incidentals necessary to complete the work. Payment will be made under: Item SP-04-5.1a Nyloplast 2830 AG Drain Basin - per each Item SP-04-5.l b Nyloplast 2730 AG Inline Drain - per each Item SP-04-3. I c Nyloplast 3099 CGS Grate - er each Item SP-04-5.1 d Nyloplast 3099 CGP Grate pyr each w o .+ e) T IN o 0 � o O P/�•� E O`CTION SP-04 G� Kessler Mountain Regional Park, Phase 11 SP-04-2 19T21090 SP-05 —JUNCTION BOXES ADJUSTED TO GRADE DESCRIPTION SP-05-1.1 This item shall consist of adjusting the top elevation of existing drop inlets and junction boxes according to these specifications and to the grades, lines, and locations shown on the plans, or as directed. MATERIALS SP-05-2.1 New materials used in the grade adjustment shall comply with Section 302 —Drop Inlets and Junction Boxes of the City of Fayetteville Standard Specifications for Street and Drainage Construction. CONSTRUCTION METHODS SP-05-3.1 Construction methods, as modified below, shall comply with Section 302 — Drop Inlets and Junction Boxes of the City of Fayetteville Standecifications for Street and Drainage Construction and the details shown in the plans. The reinforcement size, spacing, and locations sha a ere to th ui entents shoe in �evant drainage inlet details shown in the plans.' The existing rings and covers or grat�s�a�it d t arRes shalh� oued`in a m �e ie'i id breaking or cracking and cleaned of old mortar befo etting at' elevat�'o�Si?uctures damaged because of the Conti negl Ile -rice shall be repair,, d o replaced atAid sts[o the Owner. If the top of the structur gis o IoRered, rn o i courses shal 'e rm$ved and old mortar cleaned from the remainingto rse or concrete sh cut on a h 00p line as directed, to an elevation that will allow the rings an rantes to b :e Fro e spec�fed ra� If the to of the structure is to a ra&k d ego of wall ha' be cleaned of old mortar, or the top of p P concrete walls shall be cleaned,$rtar and d, and the walls built up with concrete to an elevation that will allow the ring; nd framesot`,to the specified grade. SP-05-4.1 Junction Box Adjusted toE radeshall be measured by the unit. �ASIS OF PAYMENT SP-05-5.1 Work complCedaild accepted and measured as provided above will be paid for at the contract unit price bid per each for Junction Box Adjusted to Grade, which price shall be full compensation for adjusting drop inlets and junction boxes; for excavation and backfill, rebar, concrete; and for all labor, equipment, tools, and incidentals necessary to complete the work. Payment will be made under: Item SP-05-5. I a Junction Box Adjusted to Grade — per each Kessler Mountain Regional Park, Phase If SP-05-1 191-21090 Kessler Mountain Regional Park, Phase 11 SP-05-2 19T21090 SP-06 - STORAGE BUILDING GENERAL SP-06-I.I This item shall consist of furnishine and installing a 20-foot wide by 30-foot Ion_ storage buildine by General Steel or approved equal, with any appurtenances, at the locations indicated on the plans or as directed by the engineer. SP-06-1.2 The storage building shall be a 20-feet wide by 30-feet long by 10-feet tall steel building with I -Beam framing, 26 gauge sheeting, a 1:12 roof pitch, and a 10-foot wide roll up door. SP-06-1.3 Product submittals: A. Product Data — Manufacturer's brochures, specifications, and installation instructions. B. Shop drawings of the complete storage building layout; includes cut section and connection details. C. Three sets of engineer stamped and s led engineered drawings. D. Engineer Certification. /► E. Manufacturer's statement of cc ifi i. i iat materials meet or exce a4llicab le loadings (wind load; live load, load, sno oad for the ,e ocation in accordance with IBC 2006 nd A C 05.1 F. Samples of storage buildi fin hes and roof eaten I (upon req SP-06-1.4 Quality Assurance: A. Storage buildi� �ha be designed o omply with I I I ing codes. B. BuildinguY6cttiier shall ��v� minimum ois of experience in designing, fabncati�tallmg the ste�ified buildings SP-06-1.5 Delivery and Storage- V A. Building walls, o an other co ponen shall be assembled to the maxinmm extent ba � possible in clear! abeled crates d c ons. B. Store Materials in lean, dd Irt ccordance with manufacturers instructions. Keep materials in original, unopenc dtainers and packaging until installation. Do not store in direct contact with the suu o ain. SP-06-IS Warranty: A. 50-vear 1 Bearril ctura! Warranty B. 40-year Pau arranty C. 25-year Galva ume Roof Warranty D. 20-year Standing Seam Roof Warranty Products SP-06-2.1 Storage buildings shall be 2000 Metal Building Package with roll up door as manufactured by General Steel Corporation or approved equal. Kessler Mountain Regional Park, Phase 11 SP-06-1 19T21090 SP-06-2.2 Primary Franming: A. Solid I -Beam construction: Single bead; continuous submerged arc welded by automatic welding machines. B. End Wall Frames & Columns: Are either cold formed; mill -rolled; or built up "I" sections depending on specific steel building design requirements. SP-06-2.3 Secondar, Framing: A. Purlins: Are either 8", 10", or 12" to meet requirements. Purlins are top mounted on the rafter with a varied lap of 2' to 6'. B. Girts: Are 8.5" or 10" to meet design requirements; cold rolled Z-section, 13 to 16 ga. ASTM A-570, 50,000 or 55,000 p.s.i. yield material is used. C. Anchor Bolts: 2 or more bolts per side depending on building width and load. D. Base Angle: Is a continuous angle,,,supplied for the attachment of the base of the sheeting to the concrete. It is attacifte the concrete with ram sets o qui Went anchors by time contractor. �� �0 E. Sheeting Angle: Is a continuous Rnoe upplied f attachment of e€ ng at the rake of the building. ���� F. Eave Strut Is a cold -form d ection that i Ile for the app is roof pitch. • SP-06-2.4 Fasteners and Bracing. ,,aural bol s t r quirenment standards: A-32`- for primary frame connection anX-3071 r seconda� 9. A A. Self -Drill' a'0_�RTappin �teNn rs: Are p �elfi(iled with neoprene washers and met ca s sure weathe h ness of the el wilding. B. Bract IT al rod or acing may e s pplied for roof and walls to remove 1 a longitudinal d from a Iru.. re as a `� C. Angle Flange Bracii Z1ed fort con ction of the rigid frame to the purlins and girts. SP-06-2.5 Sheeting and Ri Cap: he II be 80,000 p.s.i. yield material. Sheeting shall be all coil steel with galvalume coatin sta dar (1.25 oz. — hot dipped) on each side. The ridge cap panel shall match the slope and profile o e a joining roof panels. SP-06-2.6 Sealants, Trim. a U,a'vling: A. Sealants: or ro$Qi claps, endlaps, and Flashing gable is provided to ensure weather tightness. rums '/8" s 1/8" thick pressure sensitive tape sealant shall be used. B. Trinuning an 'f lashing: Trimming at rake (gable) corners and eaves shall be provided. SP-06 2.7 Foundations: A. The foundation for the storage building shall be reinforced concrete, and shall meet the requirements of Sections 601 and 602 of the City of Fayetteville Standard Specifications for Street and Drainage Construction. B. The contractor shall submit stamped and sealed engineered drawings for approval of a detailed structural design for the concrete foundation. The storage building foundation shall meet the minimum requirements of this design; and the Kessler Mountain Regional Park, Phase 11 SP-06-2 19T21090 contractor shall provide any additional concrete, reinforcement, or any other item required by the design at no additional cost to the owner. METHOD OF MEASUREMENT SP-06-3.1 Storage buildings furnished and installed in accordance with this specification shall be measured by each unit completed in place and accepted and shall include associated concrete foundations. BASIS OF PAYMENT SP-06-4.1 Work completed and accepted under this item and measured as provided above shall be paid for at the contract unit price bid for each as listed below and in the Unit Price Schedule, which price shall be full compensation for furnishing and installing storage buildings and the storage building foundation; and for all tools, equipment, and mciden necessary to complete the work. //'+►� Payment will be made under: � �V') Item SP-06-4.1 Storage Building (30`.. 00 Per Eac `" ✓ � O 'Q P •� G� Kessler Mountain Regional Park, Phase If SP-06-3 19T21090 Kessler Mountain Regional Park, Phase 11 SP-06-4 19T21090 SP- 07— PLANT MATERIALS SUMMARY SP-07-I.I This section covers the furnishing and installation of plant materials and incidental iaterials in accordance with the types, locations, and details in the Plans. or as directed by the engineer. SP-07-1.2 RELATED DOCUMENTS- Sodding shall be installed per Section 505 of the City Standard Specifications for Street and Drainage Construction. Topsoil shall be installed per Section 204 of the City Standard Specifications for Street and Drainage Construction. SP-07-1.3 SUBMITTALS: Submit plant list; typical photos of plant materials prior to delivery; I -pint sample of mulch; and all product data and product certificates. SP-07-2.1 PLANT MATERIAL STANDARDS vi e quality, 'ze genus; spec: a' ,riety of plants indicated, complying with applicable r� u�ireaJerl m ANSI Z SP-07-2.2 GROUNDCOVERS Healt 'si se °free plapts.o s ecies and varie maicated, with well - established root systems reaching to Sid s it, a contain t u' main a fire al , ut not with excessive root growth encircling the container Provi only plant tt ar acclimate o •mtdoor conditions before delivery. � SP-07-2.3 TREES AND S:17,72 S�Nursery o with health POO `svys�tems, well -shaped, and full branched; healthy, vigorous c free of in e s, and la e; ee of defects and disfigurement. SP-07-2.4 SOIL AMENDMENT: Co e Cl available or nic soil amendment such as cotton burr mulch or Supersoil. SP-07-2.5 FERTILIZER: Commeroally ava' at tic, granular controlled release starter fertilizer containing the following minimum percen geseight, of plant food nutrients. 10 percent available nitrogen 10 percent available phosp o 10 percent available potAs SP-07-2.6 SHREDDED HARDW , MULCH: Double shredded hardwood mulch, free from noxious weeds, mold, pesticides or othe de eterious materials. SP-07-2.8 STEEL EDGING Metal edging to be hot rolled steel, soft enough to bend Flat on itself in any direction without cracking. Surface shall be normal mil oxide with smooth deoxidized matte finish. Edging shall confine with ASTM A36 with carbon content a maximum of 0.10. Paint shall be applied electrostatically and formulated to withstand outdoor exposure. Kessler Mountain Regional Park, Phase 11 SP-07-1 19T21090 CONSTRUCTION METHODS SP-07-3.1 PLANTING RESTRICTIONS: Plant during one of the following periods I. Spring Planting: April I to May 15 2. Fall/ Winter Planting: September 15 to March 31 SP-07-3.2 TREES AND SHRUBS: Excavate pits with sides sloped inward at a 45-degree angle. Trim perimeter of bottom; leaving center area of bottom raised slightly to support root ball and assist in drainage away from center. Excavate approximately two to three times as wide as ball or container diameter. Scarify sides of plant pit smeared or smoothed during excavation. Backfill shall be planting soil. Set each plant plumb and in center of planting pit or trench with root flare 2 inches above adjacent finish grades. Remove burlap and wire baskets from tops and sides of balls. For containers, remove root balls without damaging root ball or plant. For bare -root stock spread roots without tangling, plumb before backfilling, and maintain plumb while working. (`(`�/1 Backfill around ball in layers, tamping to settle soi an liminate and airpock ne-half backfilled, water thoroughly before placingQladienbackfill. r again after P R and tamping Final layer of soil. ` o' V • V Remove only dead, dying, or broken branPs.o not prthe,'�r ape. SP-07-3.3 SOIL AMENDMENT: la-e 6-incXF `amend en[� eh top of exposed subgrade and till into the top I2-inche e Ating be rO ° Nez [' . SP-07-3.4 FERTILIZER: adjacent finish grades. Do not SP-07-3.6 STEEL EDGING: planting. Remove rejected plants intm materials seven (7) days in advancele on manufacturer's labelling. 3 inches thick and finish level with trunks or stems. th stakes per details in the Plans. ON: Engineer may observe plant material at site before from Project site. Notify Engineer of sources of planting to site. SP-07-3.8 MAINTENANCBrA'ND'a•WARYRANTY: Maintain tree and shrub plantings by pruning; cultivating, watering, wee�ng, Jrtilizing, restoring planting saucers, adjusting and repairing tree - stabilization devices; and resetTing to proper grades or vertical position; as required to establish healthy, viable plantings. Spray or treat as required to keep trees and shrubs free of insects and disease. Maintain trees and shrubs until established, but not less than 12 months. Dead plant materials shall be removed immediately and replaced. Plant materials shall be guaranteed for 12-months from project acceptance. SP-07-3.9 CLEAN-UP: Turf areas, pavements and facilities that have been damaged from the planting operation must be restored to original condition at the Contractor's expense. Excess and waste material must be removed from the installed area and must be disposed off -site at an approved landfill, recycling center; or composting center. Adjacent paved areas must be cleared. Kessler Mountain Regional Park, Phase 11 SP-07-2 19T21090 METHOD OF MEASUREMENT SP-07-4.1 LANDSCAPE: Plant materials installed in accordance with this specification shall be measured by lump sum; in place; full and healthy, and accepted. Steel edging, mulch, soil amendment and fertilizer are subsidiary to LANDSCAPE. BASIS OF PAYMENT SP-07-5.I LANDSCAPE: Payment will be made on a lump sum basis, complete and in place, as measured above and accepted by the Engineer. The price shall be full compensation for furnishing all new plant materials and subsidiary items and for all preparation, installation, and maintenance of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SP-07-5.1 Landscape (Trees, Shrubs, Edging), Installed — per lump sum - P � � o O P •� G� Kessler Mountain Regional Park; Please 11 SP-07-3 19T21090 Kessler Mountain Regional Park. Phase 11 SP-07-4 1.9T21090 SECTION SP-08 — IRRIGATION DECRIPTION SP-08-1.1 This item covers furnishing and installing materials necessary to construct a new irrigation system in accordance with the types, locations, and details in the Plans; or as directed by the Engineer. SP-08-1 2 The item "IRRIGATION" shall include: I. PVC Piping and fittings. 2. Manual valves. 3. Automatic control valves. 4. Sprinklers. 5. Quick couplers. 6. Drip irrigation ni—co 7. Controllers. P 8. Wiring ' 9. Valve bores. 10. Bedding mateiwr • SP-08-1.3 SUBMITTALS: A. Product Data: Manufactwe '• �dtt gets on B. Maintenance Data: Man act rer's install C. Closeout Submittal: provide three completed system. Submittal shallt(� manuals, zoning chart, and run tins orientation of the system with desit �V V Z roproSttct to be ed. 'd maintena,Pcc e. cop es an PDF digital as -built drawings of s of c%gFeets for all system elements. user iGV shall also conduct on -site training and :se atives prior to completion. 1W SP-08-2.1 Materials, equipm nl an construction methods for IRRIGATION shall be in accordance with the specifications herein♦ SP-08-2.2 Irrigation z Ie co� shall be automatic operation with controller and automatic control valves. Design location is a p imate. Make minor adjustments necessary to avoid plantings and obstructions such as signs and light standards. Maintain 100 percent irrigation coverage of areas indicated. SP-08-2.3 Locate valve boxes and other appurtenances outside the field of play to minimize hazards to players. SP-08-2.4 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. MATERIALS Kessler Mountain Regional Park. Phase 11 SP-08-1 19T21090 SP-08-3.1 PVC PIPING. ASTM D1785, PVC 1 120 compound, Schedules 40 and 80. I. PVC Socket Fittings: ASTM D2466. Schedule 40. 2. PVC Threaded Fittings: ASTM D2464, Schedule 80. 3. PVC Socket Unions: Construction similar to MSS SP-107, except both headpiece and tailpiece shall be PVC with socket ends. SP-08-3.2 PIPE JOINING MATERIALS: Solvent Cements for Joining PVC Piping: ASTM D2564. Include primer according to ASTM F656. SP-08-3.3 MANUAL VALVES: A. Plastic Ball Valves a. Standard: MSS SP-122. b. Pressure Rating: 125 psig (860 kPa) minimum 150 psig (1035 kPa). c. Body Material: PVC. d. Type: Union. e. End Connections: Socket or threaded. f. Port: Full.(�[v^) �w SP 08 3 4 REDUCED PRESSURE BACKFLOW ITLiytpNE: �_✓ P A. Standard: AWWA C51 I. B. Operation: Continuous -pressure p i Lions.` C. Pressure Loss: 12 psiIl3 Pa naximum, tl sou h,tiiI dle 1/3 f a`e. D. Size:3". ` V O�j E. Design Flow Rate: 18 gpnh. V F. Boy: Bronze for NPS d "0 st aller; iron with interior lining complying with N � n AWWA C550 or that is F p b%edfor 2-1/2 (DN 65) and larger. G. End Connections: Threaded for N and smaller; Flanged for NPS 2-1/2 (DN 65) and �� ) larger. H. Configuration: Designed: I inlet, horizontal center section, and vertical outlet flow. I. Flip Top Cover: provt'0?, F�'t3tv6 lip Top, Low Profile Fiberglass Cover (Insulated, Unheated), model # LL044053 A& J. Concrete pad: Install 4" thick concrete pad under backflow device measuring 61" wide x 70" lone, per cover manufacturer's recommendations. SP-08-3 5 QUICK COUPLERS: Factory -fabricated, bronze or brass, two-piece assembly. Include coupler water -seal valve; removable upper body with spring -loaded or weighted, rubber -covered cap; hose swivel with ASME B 1.20.7. 3/4-1 1.5NH threads for garden hose on outlet; and operating key. SP-08-3.6 TRANSITION FITTINGS: Kessler Mountain Regional Park. Phase 11 SP-08-2 19T21090 A. Plastic -to -Metal Transition Fittings: Description: PVC one-piece fitting with manufacturer's Schedule 80 equivalent dimensions; one end with threaded brass insert, and one solvent -cement - socket end. B. Plastic -to -Metal Transition Unions: MSS SP-107, PVC four-part union. Include one brass thread- ed end; one solvent -cement joint plastic end, rubber O-ring, and union nut. SP-08-3.7 AUTOMATIC CONTROL VALVES Molded -plastic body, normally closed, diaphragm type with manual -Flow adjustment, and operated by 24-V ac solenoid. SP-08-3.8 SPRINKLERS: Designed for uniform coverage over entire spray area indicated at available water pressure. 1. Body Material: ABS. 2. Nozzle: ABS. I Retraction Spring: Stainless steel. 4. Internal Parts: Corrosion resistant. 5. Pattern: Fixed, with (low adjustment. w 6. Height: 6-inches `,,[VA) SP-08-3.9 DRIP IRRIGATION SPECIALTIESD'gtp 1}tbes with CO c -Attached Em- to I. Tubing: Flexible PE or PV vNp eged end. 2. Emitters: Devices to del Ht approxit }420 prig. a. Body Material: E or v� with Fl c t . b. Momtting:4Jns rte into tubing a s�als. ��� SP-08-3.10 CONTROLL . S. a h station i�yarrrab a from app x'� ately, 5 to 60 minutes. Include switch for manual or automat erasion of h 2on. 1. Interior Control Enclos res $N1A 250, vpe 2, drip proof, with locking cover and two matching keys; in*qtRoc p 1 ision I'ALroun v a. Body Material: Vtainles 21Neernetal. b. Mounting: Surface tyrff fos[eA 2. Control Transformer: 24'V sec ndary, with primary fuse. 3. Timing Device:*A� j tabl , 24-hour, 14-day clock, with automatic operations to skip operation any day 'fine period. to operate every other day, or to operate two or more times daily. a. Manual or Semiautomatic Operation: Allows this mode without disturbing preset automatic operation. b. Nickel -Cadmium Battery and Trickle Charger: Automatically powers timing device during power outages. c. Surge Protection: Meta l-oxide-varistor type on each station and primary power. Moisture Sensor: Adjustable from one to seven days, to shut off water Flow during rain. Kessler Mountain Regional Park, Phase 11 SP-08-3 19T21090 5. Smart Controllers: Use ET, tested in accordance with IA SWAT Climatological Based Controllers 8th Draft Testing Protocol and compliant with ASHRAE Standard 189.1. 6. Wiring: UL 493, Type OF multiconductor, with solid -copper conductors; insulated cable; suitable for direct burial. a. Feeder -Circuit Cables: No. 12 AWG minimum, between building and controllers. b. Low -Voltage, Branch -Circuit Cables: No. 14 AWG minimum, between controllers and automatic control valves; color -coded different from feeder -circuit -cable jacket color; with jackets of different colors for multiple -cable installation in same trench. c. Splicing Materials: Manufacturer's packaged kit consisting of insulating, spring -type connector or crimped joint and epoxy resin moisture seal; suitable for direct burial. 7. Attach to interior wall of concessions building as indicated in plans per manufacturers recommended installation method. SP-08-3.11 BOXES FOR AUTOMATIC CONTROL Vt>'13VES: Box and cover, with opeilobottorn and openings for piping; designed for installing fh.1SVT1.tf1Agpde. Place drainage backfif: n i ting of cleaned gravel or crushed stone graded from '/<-inch mi will to 3-i""r'h maximum 1.Size: As required for valves andf 2.Shape: Rectangular ^`J •ea\y; � 3.Sidewalk material: PE • 11/. 4.Cover material: PE, wi ettermg VALVE ` NSTRU "VALVE, SP-08-4.1 GENERAL: P i mininmu •over to f u erground piping according to the following: � 1. Irrigation Main i mum ill o inches to top of pipe from finished grade, g or not less than 18 Eh36 low•av ra local frost depth, whichever is deeper. 2. Circuit Piping: 12 u ches.„ 3. Drain Piping: 12 inches. 4. Sleeves: 24 inches. ` Install warning tape directly abov�y lure piping, 12 inches below finished grades, except 6 inches below subgrade under pavement a�&•Sl�S. SP-08-4.2 PIPING: Drax gs in`icate location and arrangement of piping systems. Install piping as indicated unless deviations are proved on Coordination Drawings. 1. Install piping at minimum uniform slope of 0.5 percent down toward drain valves. 2. Install piping free of sags and bends. 3. Install groups of pipes parallel to each other, spaced to permit valve servicing. 4. Install fittings for changes in direction and branch connections. 5. Install expansion loops in control -valve boxes for plastic piping. 6. Lay piping on solid subbase, uniformly sloped without humps or depressions. 7. Install piping in sleeves under roadways and sidewalks. Sleeves shall be made of Schedule 40 PVC pipe and socket fittings, and solvent -cemented joints. Kessler Mountain Regional Park. Phase 11 V SP-08-4 19T21090 SP-08-43 JOINT CONSTRUCION7 Remove scale, dirt; and debris from inside and outside of pipe and fittings before assembly. Ream ends of pipes and tubes and remove burrs. A. PVC Piping Solvent -Cemented Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: a. Comply with ASTM F402 for safe -handling practice of cleaners, primers; and solvent cements. b. PVC Pressure Piping: Join schedule number, ASTM D1785, PVC pipe and PVC socket fittings according to ASTM D2672. Join other -than -schedule -number PVC pipe and socket fittings according to ASTM D2855. c. PVC Nonpressure Piping-: Join according to ASTM D2855. SP-08-4.4 PRESSURE REDUCING VALVES Install in boxes for automatic control valves. SP-08-4.5 AUTOMATIC CONTROL VALVES Install in boxes per details in the Plans. SP-08-4.6 SPRINKLERS: Install sprinklers after Hydrostatic test is completed. Install at manufacturer's recommended heights and a minimum f tches from mow strips and edgeyof artificial turf unless otherwise indicated. (_/i0 SP-08-4.7 DRIP IRRIGATION SPECIAL .fES:�lnst'all drip tuba H h emitter d on finish grade where indicated on the Plans. Fasten sta a to ground p r man facturer's n .endations. SP-08-4.8 CONTROLLER: Install inTerrontroller Qyal inside con- si wilding mechanical room. Install anchor bolts to elevationsed for ppe achment o p . rted equipment Install control cable in same trench conductors of a size not less sleeve under paved areas. SP-08-4.9 TESTING: After-7 until no leaks exist. After ele control valves to conform prol Damaged and malfttnctioning defective if it does not pass tests adjacent to paved surfaces. SP-08-4.10 CLEANING: Flush dirt Remove waste and other debris frog piping and 5 eas wo inch be or beside piping. Provide nnmendea c ntroller it nu urer. Install cable in separate na a systetUanU, for leaks. Repair leaks and retest c0i had beized, operate controllers and automatic peratio Tadjust controls and safeties. Replace I e♦qui m t. Any irrigation product will be considered ctit s� u t sprinklers as needed to minimize oversprav into is7from piping- before installing sprinklers and other devices. and dispose of at an approved location. SP-08-5.1 Measurement fbrsfie installation of the irrigation system shall be measured as a lump sunH of the complete item, including all work completed in place and ready for operation, and including installation of the point of connection, meter, shut off valve, backflow device; remote control valves, controller, drip irrigation tubing and spray heads in accordance with the types, locations, and details in the Plans, or as directed by the engineer. BASIS OF PAYMENT SP-08-6.1 Payment will be made at the contact lump sum price for each complete item, as measured above, accepted by the Eng-ineer. This price shall be full compensation for furnishing all materials and Kessler Mountain Regional Park; Phase 11 SP-08-5 19T21090 for all preparation, assembly, and installation of these materials, and for all labor, equipment; tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SP-08-6.1 Irrigation (Baseball Outfields and Landscape Areas)— per lump sum END OF SECTION SP-08 Kessler Mountain Regional Park. Phase 11 SP-08-6 19T21090 SP-09 —SEPTIC EQUALIZATION TANK GENERAL SP-09-I.I This item shall consist of furnishing and installing a 6-foot diameter; 6,000 gallon underground; fiberglass equalization storage tank with all necessary appurtenances and accessories as indicated in the plans and these specifications. SP-09-1.2 Capacity; dimensions, and fitting locations and sizes will be indicated in the plans. Tanks shall be single -wall fiberglass as manufactured by Containment Solutions; Inc. The tank must be installed according to manufacturer's current installation instructions. SP-09-1.3 Quality Assurance: A. Acceptable Manufacturers: Containment Solutions Inc.; Conroe, Texas SP-09-1.4 Governing- Standards: A. Tank manufacturer shall be in ie �s of manufacturing tanksk ifT rwriters Laboratories (UL) Standard 1316 B. Tank manufacturer shall n4,fhe usiness of nu acturing to s nh materials conforming to the requ'jelentsof ANSI/A WA D120 (Th e ing Fiberglass - Reinforced Plastic TamC. Tank manufacturer mlisted b,lilRonal A s. iatt n of Plumbing and Mechanical Offici IA0 /ANSI I0 tandard - r a ed Septic Tanks. ( ) `�►` i p SP-09-1.5 Subntitt . ♦` V A. The contra shall su i e en 'nee th�recopies of shop drawings and three copies of manufacturer' t r re (in ci ding lation instructions). SP-09-1.6 Limited Warran A. Warranty shall be out in i n • dh7f(ons limited warranty in effect at time of delivery. Products SP-09-2.1 Single-Walc4duct-Storage ' a s derground Tanks SP-09-2.Ia Requirements: I. All primary tanks must be vented. Tanks are designed for operation at atmospheric pressure only. 2. Tanks shall be capable of storing non -potable water not to exceed 100°F at the tank interior surface. 3. Tank shall be capable of storing products identified in the manufacturer's current limited warranty. Kessler Mountain Regional Park, Phase If SP-09-1 19T21090 SP-09-2.2 SP-09-2.1 b Loading Conditions - Tanks shall meet the following design criteria: I. External hydrostatic pressure: Buried in ground with 7' of over burden over the top of the tank; the hole fully Flooded and a safety factor of 5:1 against general buckling. 2. Surface Loads: When installed according to manufacturers current installation instructions. tanks will withstand surface HS-20 axle loads (32,000 Ibs/axle). 3. Internal Load: Tanks shall withstand 5 psig (3 psig for 12' tank) air pressure test with 5:1 safety factor. 4. Tanks shall be designed to support accessory equipment such as submersible pmnps, ladders, drop/fill rubes, etc. when installed according to manufacturer's recommendations and limitations. SP-09-2.Ic Materials: 2, The tank shall be manufactured as a upxatrix of premium resin, glass fibers and silane- treated silica that together result ZTnomposite providing improve *corrosion protection. Oat Tank inner wall shall be fabricat a cost a mottiliqXrodUCe a nonmanr ' i ited and high gloss laminate to prov'd ful d inner su thout the R,,e�� f was coats, a low coefficient of friction an a natural res' tanc o the bui , f algae or other contamination on the g ag as and*va i coatings cane used to achieve full surface cure on tank sh1ells and ends& s. �- SP-09-2.Id ♦Ta mensions an Chap ci : (refer t les literature & drawings) 2_ 41 Inside t Qo Neer shall be - t.� Nominaopacity shAlt 00 gallons Accessories SP-09-2.2a UpEinall ncho6 w I. Straps shall be standarc 2. Provide glass fiber rein 3. Number and location o SP-09-2.2b Cda `3s+�C I. The standesscc collars are ootuonal). Aby tank manufacturer. stic anchor straps for each tank shown. shall be as specified by manufacturer. is supplied by the manufacturer (30" and 36" 2. All access collars will be furnished complete with exterior adhesive channel. 3. Manufacturer supplied adhesive kit (Model Kit -AD) shall be used for watertight collar/riser connection. 4. Location(s) shall be indicated on tank drawings. 5. Optional access riser shall be FRP with lockable composite lid. SP-09-2.2c Optional Ladders: Ladders shall be supplied by the tank manufacturer Kessler Mountain Regional Park, Phase If SP-09-2 19T21090 SP-09-2.2d Optional Pump Platform: I . Pump platforms shall be FRP as supplied by the tank manufacturer. 2. Contact tank manufacturer with pump details; such as dimensions, mounting configuration and weight. SP-09-2.2e Optional Fittings: All standard threaded fittings are carbon steel NPT half couplings. Reducers can be used for smaller sizes where specified and provided by the contractor. All standard threaded fittings to the primary tank are 4" in diameter. All optional inlet/outlet stub outs shall be FRP or PVC. Flexible connectors must be used on all piping connections. Piping must be free to move independent of the tank. SP-09-3.1 Testing and Installation A. Testing - Tank shall be tested Instructions in effect at tim m� B. Installation -Tank shall e in"lltalle effect at time of instal TI n. ract or other approved agency&T e install checklist (CSI Pu , No. IRT 6001) checklist to the t nk caner upon o and applic 14e approval m tank ow r a t be proovi�e e 9) an installed cc rding to the X nstallation a on. d accord g to Khe CSI Inst l i Instructions in or shall pined by th t�anufacturer, state, 6nc*%& tr ctormust pl the tank installation S with IN1yj k d return the completed n of the��ins Ila ion. The signed checklist, ontainme t�Solbti�ns. should be retained by the to CSI [� ida any future warranty claim. SP-09-4.1 Septic Equaliza o, s furn%hed�nd installed in accordance with this specification shall be meas y I mp su ^,CO. pleted in place and accepted. ?NPAYMENT SP-09-5.1 Work completed and ace fed under this item and measured as provided above shall be paid for by lump sum at thq t6lh:c�unit price bid, which price shall be full compensation for furnishing and installing theese'p[�'*Aqual zation tank with all necessary appurtenances and accessories; for excavation and bac A f��tny fence reinstallation required; for any landscape replacement necessary; for preparing th su grade; and for all labor, equipment, tools, and incidentals necessary to complete the work. Payment will be made under: Item SP-09-5.1 Septic Equalization Tank Per Lump Sum (LS) Kessler Mountain Regional Park, Phase If SP-09-3 19T21090 Kessler Mountain Regional SP-09-4 19T21090 Park, Phase 11 SP-10 —STEEL PIPE GATE DESCRIPTION SP-10-I.I This section covers furnishing and instaIIin- a steel pipe access gate in accordance with the location and details in the Plans; or as directed by the Engineer. REFERENCE'S S P-10-1.') A. Refer to the following specification sections in the City of Fayetteville Standard Specifications for Street and Drainage Construction for additional work related to these items: a. Section 601- Cast -in -Place Concrete SUBMITTALS SP-10-1.3: Submit gate shop drawings from fabrica q MAT RI LS �(♦//, SP-10-2.IAll frame and posts shall e the le 40 Galy ized teel. All v d�ll be ground smooth. AW Reflective tape shall be engine rade psm riatic re ec` tape wh'c i con ornis to ASTM D4956 Type I. Apply permanufacturin fictions. � ��Vv_ CON�T OO'1'Q� IONMElUIONS SP-10-3.I Install steel pipe Late Urpppved sho dtvings and details within construction documents. Footings shall be i Maaccord ce wit Section 601-Cast-in-Place Concrete. ME OI' MEASUREMENT SP-10-4.1 Steel Pipe Gate insta ed in accordance with this specification shall be measured by each unit completed in place ahc sd. Unit includes two (2) gate leaves and footings. BASIS OF PAYMENT SP-10-5.1 STEEL PIPE GATE -Work completed and accepted and measured as provided above will be paid for at the contract unit price bid per steel pipe gate, which price shall be full compensation for furnishing gate, footings and fasteners; and for all labor, equipment, tools, and incidentals necessary to complete the work. Concrete will be paid for separately under the appropriate contract item. Payment will be made under: Item SP-10-5.1 Steel PipeGate— pereach Kessler Mountain Regional Park, Phase If SP-10-1 19T10090 Kessler Mountain Regional Park, Phase 11 SP-10-2 19TIO090 SP- 11 —SITE FURNISHINGS AND AMENITIES SUMMARY SP-I I -I.I This section covers the furnishing and installation of site furnishings & amenities and inci- dental materials in accordance with the types, locations, and details in the Plans, or as directed and ac- cepted by the Engineer as an approved equal. SP-I 1-1.2 Drawings and general provisions of the Contract, including General and Supplementary Condi- tions and other Specification Sections, apply to this Section. A. Refer to the following specification sections in the City of Fayetteville Standard Specifications for Street and Drainage Construction for additional work related to these items: a. Section 202- Excavation and Embankment b. Section 502- Concrete Sidewalks R c. Section 601- Cast -in -Place Concrett d. Section 602- Reinforcing St I ' P D', � SP-11-1.3 SUBMITTALS: `+ A. Product Data: Manufactureds d to eels on color selections. B. Maintenance Data: Manufn�gt,`s instaa C. Include recommended methods fore D. Stamped footing shop drawings er eac—1 p uc to be use %, Ind uding full range of standard Zldd`ma`i ten nceP. lamage t the nish. eIpp I i�cab� AIALS SP-I I-2.1 BIKE RACKS: A. Manufacturer. Subject to coni"1p(ia ce w h requirements, provide products by BRP by Bison, 603 "L" Street, Lincoln, NE 685087 8 8�38i , www.brponline.com, or approved equal. B. Materials: 2-3/8" O.D. sc'edtfle 40 steel tubing, 26-3/8" wide x 34" high, powdercoat finish (color: Black) C. Style: Double -side parking, designed to accommodate no fewer than two bicycles. Flip Up Bike Rack, Model BFU2-02-SM, or approved equal. D. Installation method: Surface Flanges anchored at finish grade to concrete as indicated in manufacturer instructions. SP-11-2.2 BLEACHERS (5 ROW)• Kessler Mountain Regional Park. Phase If SP-1 1-1 19T21090 A. Manufacturer: Subject to compliance with requirements, provide products by Belson, 627 Anhersale Drive, Naperville, Illinois 60563; 800-323-5664: www.Belson.com; salesObelson.com, or approved equal. B. Materials: Extruded aluminum, pre -tempered grade 6061-T6 alloy; grooved -type, non -slip safety surface a. Install accessibility -compliance sticker on bleachers and markings on concrete surface per specified locations and details in construction documents. C. Style: Non -elevated, 5-row aluminum bleachers without aisle; 21-foot length; double footboards and semi -closed deck; chain link guardrail; Model BPT-004 or approved equal. a. 12" seat planks; 8" rise and 30" tread; 17" front row seat height D. Installation method: Surface rails anchored at finish grade to concrete per manufacturer instructions. SP-11-2.3 DUGOUT BENCHES: A. Manufacturer: Subject to compliance with requts, provid ducts by Outdo �unh, PO Box 118, Geneva, Alabama 36340: 800-225-� utdooral I i 1 om; or a o v equal. B. Materials: Extruded aluminum seat plan a d»d ckrestaNq�q re aluminum u e ie and legs C. Style: 21' long team bench wi 2x 12 ear anodi'6P plank; 2x ba Jc rest on double leg 2" square tube aluminum frame, IjodCTS or appr ve+l. D. Installation method: SVa.anchored atf'fSl�h de to con ret per manufacturer instructions. SP-1 1-2.4 PET WASTE SS: A. Manufacturer: Subject to con Banc h ' h regt6ement ovide products by Dogipot, 5340 Young Pine Road, Suite 8, OrlandoFlo'd R; 800681; www.dogipot.conh; infoa.dogipot.conh, or approved equal. B. Style: Model 1003-L pet waste s[ation�`t. Includes aluminum on -leash pet sign; aluminum junior bag dispenser with two (2) rolls f 20 unt Dogipot Smart Litter pickup Bags; 10-gallon Steel Trash receptacle with Stainless t el d Box of 50-count Dogipot Smart liner trash bags; 2"x2"x4'-8" square galvanized steel [elesc0 n un[rn post with installation hardware. C. Installation method: In-gr,� and q*sf installation per manufacturer's instructions. SP-11-2.5 DOUBLE BATTING CAGE A. Manufacturer: Subject to compliance with requirements, provide products by Sportsedge, PO Box 837, 259 Murdock Road, Troutman, North Carolina 28166; 800-334-6057; www.Sportsedge.conh, or approved equal. B. Style: Powerhouse Batting Cage Model #Double Baseball Cage- 70'L consisting of two (2) 1 1' tall x 14' wide x 70' long cages. No substitutions permitted. Kessler Mountain Regional Park. Phase II SP-11-2 19T21090 a. Structural Poles: 8.625" O.D. welded high tensile strength steel, .25" wall thickness With welded cap and integral lifting ring to prevent moisture from entering at the top and to ease the installation process. Corrosion dipped and finished with STRYK 5388 to form a solid coating bonded with the substrate, preventing corrosion. b. Cable and Tensioning System: All hardware including nuts, bolts, washers, are to be hot - dipped galvanized. Cable shall be 3/I6" heavy duty galvanized steel cable. Cable tensioning must allow for adjustment of any given cable. c. Netting: Net shall be #42 HDPE (black with 1-7/8" x 1-7/8" square openings, 220# of breaking strength: active UV content: 0.02%) knotted baseball netting manufactured into a batting cage. Netting is assembled to every rope with a posilock stitch. Ropes shall be at every corner with a rib line on the top panel that is centered on the long dimension. A door on the short dimension at one end, three feet from corner. i. Rope: Diameter: 5/16" TwistedbTi HDPE; Tensile: 1430 pounds: Color: Black ii. Hanging twine: 210d/l8 HDPL$le: 109 pounds of breaking strwigth Color: Black, heisted �(_`/►/ C. Installation method: Install per manufactur 's iin%bons. P � D. Maintenance: Provide Owner with '/ I�touch up pai h r each instaAa SP-1 1-2.6 PORTABLE PITCHINGWIOUN A. Manufacturer: Subject o Ii nce with w rents, pr vi�joducts by Arizona Mound Company, PO Bo. 3 `3311 l0�tr�et, Urban le, Iowa 50323; 515-238-3776: www.azbaseballco_com, " a roved equa O B. Style: Model #AZ-8, 8" tall x 8' e long; r forc fiberglass shell with turf surface; color: Red Clay. No substitutions p tte . rovitde 61e ) field. SP-11-2.7 FOUL POLES A. Manufacturer: Subject to compliance tth` uirenhents, provide products by PW Athletic, 2 Industrial Drive, PO Boa 1290; alem, Ilinois 62881; 866-833-4680; ww%v.PWAthletic.com; sales Qpwathlet ic corn, or approved. 16 a uaI. B. Style: Model 41274 or a pr3 1 e al 20' overall height with 12' tall x 18" wide mesh Flag; 4-1/2" O.D. posts; color: Yellok. I C. Installation method: Direct burial per manufacturers installation instructions and the construction drawings. SP-11-2.8 BATTER'S EYE A. Manufacturer: Subject to compliance with requirements, provide products by Sportsfield Specialties, 1455 Harrison Road, PO Bo 2489, Salisbury, North Carolina 28147; 704-323-2140; www.SPorts field.cont or approved equal. B. Materials: Overall system dimensions: 20' tall x 40' wide Kessler Mountain Regional Park, Phase 11 SP-11-3 19T21090 a. Vertical Structure: i. Terminal Uprights: W8x21 Steel I -Beams; Black Super Durable Powder Coated Finish ii. Center Upright: W8x24 Steel I -Beams; Black Super Durable Powder Coated Finish iii. 20' height above finish grade; 4' embedment depth (typical) b. Horizontal Structure: W8x13 Steel I -Beams; Black Super Durable Powder Coated Finish; Tensioned cables spaced 72" vertically c. Double Layer (Front and back) Vinyl Coated Polyester Wind Screen: Single -Piece Windscreen Panels 18'H x 39%10"W; Reinforced Perimeter Hem and Horizontal Grommet Flaps Spaced 72" Vertically; Grommet Spacing 12" Center -to -Center, (typ.) d. Concrete mow strip: install mow strip �oon base of structure per details in cosstruction drawings and Sections 502 and e. Manufacturer to provide seale drawi g and calcula i • a Licens+Pr ssional Engineer of Record in the S to 'Arkansas. �NO ♦ V C. Style: Model #BE2040 or approvedle t5a ' 20' tall . wi a batter's e; Nect embedment posts (color: Vulcan Black HP): dou e layer myl mesh �6m en (color: eenj D. Installation method: Dir t ur al er manufa ure ins[allatiQn,it c[ions and the construction drawings. V SP-I 1-2.9 BASES (WITH A HORSI A. Equipment Style: a. Bases: Jack Corbe Hollywoo 8 6eS t (set of 3). Provide one (1) set for each field. Provide steel anchors will u cc ipauble with base layout for each of the four (4) age group field layouts indicate in th construction documents or approved equal. b. Home Plate: Holly ury-All Rubber Home Plate. Provide one plate for each field or approved equal.* c. Pitching Ru ber: Pitching rubber with double stanchions or approved equal. Provide stanchions an es on each field for each of the four (4) age -specific pitching rubber configurations indicated in the construction documents. B. Installation methods: a. Bases: Install base anchors in the locations indicated in the construction documents. Anchors shall be set in concrete per manufacturer's instructions in a manner that does not interfere with artificial turf installation. b. Home Plate: Anchor home plates in formed concrete anchor in a manner that does not interfere with artificial turf installation. Kessler Mountain Regional Park. Phase 11 SP-11-4 19T21090 c. Pitching rubber: Install double -stanchions in the locations indicated in the construction documents. Stanchions shall be set in concrete per manufacturer's instructions in a manner that does not interfere with artificial turf installation. CONSTRUCTION METHODS SP-11-3.1 EXAMINATION: Do not begin installation until finish grading and/ or substrates have been properly prepared. If substrate preparation is the responsibility of another installer; notify Architect of unsatisfactory preparation before proceedingo. SP-1 1-3.2 INSTALLATION: Install site furnishings and amenities in accordance with manufacturer's installation instructions. Install site furnishings level, plumb; square, accurately aligned; correctly located per drawings, and without warp. It is the responsibility of the installer to ensure that all a materials into or onto which sit,�rnishings will installed can support the furnishings an o be damaged by any requi— Uinn allation procedures. ter,,// METH D 'eEASURE IEN3T SP-1 1-4.1 BIKE RACKS: Bike Racks in ta' e m accord nc�witr this speci a at n s call be measured by each unit completed in plaeSBenc � SP-11-4.2 BLEACHERSeachers ins Iletb in accord c 1 this specification shall be measured by each unit col and aG ep SP-11-4.3 DUGOUT BEs i stalled cc with this specification shall be measured by each unit completed inn pl •e accepted. SP-11-4.4 PET WASTE STATIONS% eet'�waste s i'is installed in accordance with this specification shall be measured by each unit competed in lat a d ae2epted. SP-11-4.5 DOUBLE BATTING CAGES o� Batting Cages installed in accordance with this specification shall be measured by eac um ompleted in place and accepted. Unit includes double batting cage, frames, footings, cables tting. A. Concrete slab at batting cgg'Ps a d Ilpens shall be measured as square yards of Bullpen and Batting Case Pavement, payabl unde hat pay item. B. Batting case turf shall be measured as square feet of Bullpen and Batting Cage Artificial Turf. payable under that pay item. SP-11-4.6 PORTABLE PITCHING MOUNDS Portable Pitching Mounds installed in accordance with this specification shall be measured by each unit completed in place and accepted. SP-11-4.7 FOUL POLES: Foul Poles installed in accordance with this specification shall be measured by each unit completed in place and accepted. A unit is two foul poles per field. Kessler Mountain Regional Park, Phase 11 SP-1 1-5 19T21090 SP-11-4.8a BATTER'S EYE: Batter's Eyes installed in accordance with this specification shall be measured by each unit completed in place and accepted. Unit includes batters' eye structural frame; footing. and windscreen. SP-11-4.8b MOW STRIP- BATTER'S EYE: Batter's Eyes Mow Strips installed in accordance with this specification shall be measured by square foot completed in place and accepted. SP-11-4 9 BASES (WITH ANCHORS): Bases installed in accordance with this specification shall be measured by lump suit) completed in place and accepted. This includes bases, pitching rubbers, home plates, stanchions; anchors and plugs for all four (4) fields. BASIS OF PAYMENT SP-11-5.1 BIKE RACKS: Payment will be made at the contract unit price, complete and in place; as measured above and accepted by the Engineer. The price shall be full compensation for furnishing all new materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to tlsatisfaction of the Engineer. Payment will be made under: (`(�A/� �CO Item SP-11-5.1 Bike SP-11-5 2 BLEACHERS (5 ROW): Pa 1n place, as measured above and accept t�y furnishing all new materials and f all prd'p? equipment, tools, and incidentals n ce ry to Payment will be made unde�` Item SP-11-5.22BBleachers` as measured above and accepted b n new materials and fo- itibm and tools, and incidentals necessary to complete Veer each P I be m4e tt a contract Engin T price slta m and m II tion of the3, nlete t em to the sau c , complete and in (571 compensation for ials, and for all labor, of the Engineer. o ), Insta D ccchJ I be made contract unit price; complete and in place, er. rice shall be full compensation for furnishing all a n these materials, and for all labor, equipment, !?ate to the satisfaction of the Engineer. Payment will be made under: I/ WaN Item SP-1 I-53 Du ut ches (21'), Installed — per each SP-11-5.4 PET WASTE SifATION` Pavment will be made at the contract unit price, complete and in place, as measured above an'd cepted by the Engineer. The price shall be full compensation for furnishing all new materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SP-1 1-5.4 Pet Waste Stations, Installed — per each SP-1 1-5.5 DOUBLE BATTING CAGE: Payment will be made at the contract unit price, complete and in place; as measured above and accepted by the Engineer. The price shall be full compensation for Kessler Mountain Regional Park. Phase 11 SP-11-6 19T21090 furnishing all new materials and for all preparation and installation of these materials, and for all labor. equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SP-11-5.5a Double Batting Cage (Net, Posts, R Footings); Installed — per each Item SP-1 1-5.5b Batting Cage Pavement,Installed — per square yard SP-1 1-5.6 PORTABLE PITCHING MOUNDS• Payment will be made at the contract unit price, complete and in place, as measured above and accepted by the Engineer. The price shall be full compensation for furnishing all new materials and for all preparation and installation of these materials, and for all labor. equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SP-11-5.6 Portable Pitching SP-I 1-5.7 FOUL POLES: Payment will be made measured above and accepted by the Engineer. l new materials and for all preparation and i stalla tools, and incidentals necessary to complete t its i e Payment will be made under: Item SP-1 1-5.7 �FcV(MR tiles (Pair), 1 SP-I I-5.8 BATTER'S E : P y iTn��t will begat measured above and accep b, the Engin '4 new materials and for all preparation and ins lai tools, and incidentals necessary to conjp�ejht&iter Payment will be made under: C Item SP-I I-5.8a Item SP-I 1-5.8b Installed — per each ZhRq'jLojtract unit price, complete a 41510vace, as shall b ZN compensation ufri shing all these ma r and for a I la , equipment, to the sari actiot)of the Engipe^t�. NpX er each Sthe contrac uni price, complete and in place, as price shalt compensation for furnishing all mth�se n erials, and for all labor, equipment, to the sate action of the Engineer. — per each Eye, Installed —per square foot or-i i-D.y rsAat�, w/ ANCHOR Payment will be made at the contract unit price, complete and in place, as measured above awace ted 15y, the Engineer. The price shall be full compensation for furnishing all new material and fo1Y C 11 preparation and installation of these materials, and for all labor, equipment, tools, and inciden%spfcessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SP-1 1-5.9 Bases (w/ Anchors), Installed — per Lump Sum Kessler Mountain Regional Park, Phase II SP-1 1-7 19T21090 Kessler Mountain Regional Park, Phase 11 SP-11-8 19T21090 SP-12 —SCOREBOARDS DESCRIPTION SP-12-I.IThis section covers furnishing and installing scoreboards in accordance with the types; locations, and details in the Plans, or as directed by the Engineer. SP-I2-1.2REFERENCES A. Refer to the following specification sections in the City of Fayetteville Standard Specifications for Street and Drainage Construction for additional work related to these items: a. Section 202- Excavation and Embankment b. Section 502- Concrete Sidewalks c. Section 601- Cast -in -Place Concrete d. Section 602- Reinforcing Steel B. Refer to the electrical specifications within [h' pr ject manu ` ork related� r ing electrical and communications servic tVscore boatds. j n� ♦ V SP-12-1.3 SUBMITTALS: V `� A. Product Data: Mandfac re data sheet i�n�Ut�"rOduct [o u /��,, p B. Maintenance � facturer's irjst3llItion, maintte e and usage guides. C. Shop Drawings: Sealed eng tie rawing or , hn.g installation. D. Closeout Activities: In u tr1%ing Other repm�entatives on the usage of the scoreboards. GALS SP-12 -2.1 Scoreboards shall match a odel currently in place at the existing baseball fields. No substitutions will be allowed. A. Manufacturer: Daktr�r s, QI aktronics Drive, Brookings, South Dakota 37006-5128; 800- 325-8766; w��w. aktr m s.com B. Style: Model 4BA-02 8 Baseball/ Softball Scoreboard; 10' wide x 5' tall x 8" deep powder coated cabinet (color to match existing scoreboards on site); LED numerals; include optional wireless controller; include 24" ad panel with art matching existing on -site scoreboards. SP- 12-1? Footings shall be constructed and work shall be in accordance with Section 601 — Cast -in - Place Concrete and Section 602- Reinforcing Steel of the City of Fayetteville Standard Street and Drainage Specifications and details shown in the plans, except as modified or augmented herein. For footing design considerations, use a wind speed of 115 MPH. Kessler Mountain Regional Park, Phase 11 SP-12-I 19T21090 SP-12-2.31nstaII concrete mow strip around base of structure per details in construction drawings and Sections 502 and SS-502. CONSTRUCTION METHODS SP-12 -3.1 Install scoreboards in accordance with manufacturer's installation instructions. METHOD OF MEASUREMENT SP-12 -4.1 Scoreboards installed in accordance with this specification shall be measured by each unit completed in place and accepted. SP-12-4.2 Conduit installed in accordance with this specification shall be measured by the linear foot competed in place and accepted. SP-12-43 Concrete Mow Strip installed in acepiAlance with this specification shall be measured by the square foot competed in place and accepted. n_ SP-12-4.3 Work and materials associated the scoreboards shall be measured and pa)Oziat SP-12-5.1 SCOREBOARDS: 4ricrard.crpl be paid for at the contract itbid per furnishing and installi strut control elements; and a or, equipmen'l Payment will be made under: /10 Item SP-12-5.1 SP-12 -5.2 MOW STRIP: Wofk co paid for at the contract unit price, wh the concrete mow strip; and for all la ling p d commut do a vices to "Ball d lectrical".. 'N ' `a cct:pied and n eared as provided above will which oe be full compensation for tpports and o Cn , and all necessary power and and inci_det_t ecessary to complete the work. per 'epted and measured as provided above will be full compensation for furnishing and installing tools, and incidentals necessary to complete the work. 1W Payment will be made under:*0� Item SP-12-5.2 Mo si Sp (Scoreboard), Installed — per square foot END OF SECTION SP-12 Kessler Mountain Regional Park, Phase 11 SP-12-2 19T21090 SP-13 —SHADE STRUCTURES DESCRIPTION SP-13-L I This section covers furnishing and installing shade canopies at the spectator seating areas in accordance with the types, locations, and details in the Plans; or as directed by the Engineer. SP-13-1.2 SUBMITTALS: A. Product Data: Manufacturer's data sheets on the product to be used. B. Maintenance Data: Manufacturer's installation and maintenance guide. C. Shop Drawings: Sealed engineering drawings for footing installation. MATERIALS SP-13 22.1 Shade Canopy A. Manufacturer: Superior Shade, 1050 Col un bia Drive, Carrollton, Georgia 301 17; 866-327- 0931; wwwsrpshade.com; or approved em�u B. Style: Model 11HANGING-CANTILEVCR3 jng Cantilever Shade Struct4e� wide s 24' long x 12' tall; hip roof; with glide ow; in-groutti %qnt fabric co Dv est Green; Structure color: Black (powder�-cued � �`/ o' SP-13-2.2 Footings shall be c stilttcte and ork sh'a13be in accord e�s�ith Section 601 — Cast -in -Place Concrete and Sec ion 602 einforcin :�e�the City oeReville Standard Street and Drainage Specifications an tails shown in t e Ian' , except as Y►tt�ietl or augmented herein. • V ` CONSTR,U 9N METHOD SP-13 -3.1 Install s e canopacco • with manufacturer's installation instructions. /\� SP-13 -4.1 Shade CanopiesTnstall in ac'C4rd'ance with this specification shall be measured by each unit completed in place and accep A nit is one (1) shade canopy measuring 14' wide x 24' long, the structural supports, and too 'ng. �• 0 ASIS OF PAYMENT SP-13 -5.1 Paym nt`HVill be made at the contract unit price, complete and in place, as measured above and accepted by the Engineer. The price shall be full compensation for furnishing all new materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SP-13-5.1 Shade Structures, Installed — per each Kessler Mountain Regional Park, Phase 11 SP-13-1 19T21090 Kessler Mountain Regional Park, Phase11 SP-13-2 19T1-1090 SP-14 —FLAGPOLE DESCRIPTION SP-14-LIThis section covers furnishing and installing a flagpole in accordance with the type; location; and details in the Plans; or as directed by the Engineer. SP-14-1.2REFERENCES A. Refer to the following specification sections in the City of Fayetteville Standard Specifications for Street and Drainage Construction for additional work related to these items: a. Section 202- Excavation and Embankment b. Section 601- Cast -in -Place Concrete c. Section 602- Reinforcing Steel SP-14-1.3 SUBMITTALS: �� w A. Product Data: Manufacturer's data sheets oft tl�� product ed. Q ATERIALS • SP-14-2.1 Flagpole: ` �` � A. Manufacturer: T Brown Deer, Wj approved equal. B. Aluminum Flagp . Cone complying with ASTM B24 inch (4.8 mm). Satin fill ishl C. Exposed Height: 25 fie � D. Construct Flagpoles in o e F the following: a. Fabricate shop and I b. Provide Flush hairlir E. Metal Foundation Tube: Ma and Parkin trol Co.. c.); 00 W. Brown Deer Road, 800t�1 12; www.T�n t.com, Model # 109827 or an ee agpoles fab *c QtFiniinirnuni ont seamless extruded tubing 4�LW, Alloy 63, wall thickness of 3/16 1 if pods INC more than one piece is necessary; comply with iThout using fasteners, screw collars, or lead calking. g self -aligning, snug -fitting, internal sleeves. standard corrugated -steel foundation tube, 0.060-inch (1.52-min) wall thic4e IN /16-inch (4.8-mm) steel bottom plate and support plate; 3/4- inch- (19-min-) jmeeel ground spike; and steel centering wedges welded together. Galvanize four ationl after assembly. Furnish loose hardwood wedges at too of foundation tube f lu bing pole. a. Flashing Co ar: Same material and finish as flagpole. F. Cast -Metal Shoe Base: Made from aluminum [with finish bolt mounting; furnish with anchor bolts. a. Furnish ground spike. G. Finial Ball: 0.063-inch spun aluminum with gold anodic finish. H. External halyard: Ball -bearing, non -fouling, revolving truck continuous #10 poly halyard and 9-inch cast -metal cleats with surfaces to match flagpole. a. Halyards and Cleats: One at each flagpole. matching Flagpole] for anchor - assembly of cast metal with fasteners. Finish exposed metal Kessler Mountain Regional Park, Phase If SP-14-1 19T21090 b. Cleat Covers: Cast metal, finished to match Flagpole, secured with cylinder locks. c. Halyard Flag Snaps: Bronze swivel snaps with covers. Furnish two per halyard. SP- 14-2.2 Footings shall be constructed and work shall be in accordance with Section 601 — Cast -in - Place Concrete and Section 602- Reinforcing Steel of the City of Fayetteville Standard Street and Drainage Specifications and manufacturer -derived details shown in the plans; except as modified or augmented herein. CONSTRUCTION METHODS SP-14 -3.1 Install Flagpole in accordance with manufacturer's installation instructions. METHOD OF MEASUREMENT SP-14 -4.1 Flagpole installed in accordance with this specification shall be measured by each unit completed in place and accepted. One unit includes flagpole and footing. BASIS OF PrY l-NT SP-14 -5.1 FLAGPOLE: Work completed and ga,ep d and me �u" as provided ill be paid for at the contract unit price bid, which t sa full compe� ation for furni 'nand installing the Flagpole and footing; and for all lab o equ ment, toolsAnd inAidentals ne a sa to complete the Work. 'ztll Payment will be made under: PX Item SP-14-5.1 ' le nstalled — p r e 01f 4 O O O 11F SEC DNS -14 V` Kessler Mountain Regional Park, Phase 11 SP-14-2 19T21090 SP-15 —FIELD SIGNAGE DESCRIPTION SP-15-1.IThis section covers furnishing and installing field dimension and identification signa_e in accordance with the types; locations, and details in the Plans, or as directed by the Engineer. SP-15-1.2 SUBMITTALS: A. Product Data: Manufacturer's data sheets on the product to be used. B. Shop Drawings: Final sign artwork/ configuration. MATERIALS SP-I5 -2.1 Signs shall be fabricated from 0.080" aluminum blanks at the dimensions specified in the construction drawings. Lettering shall be appli vinyl or screened. Apply protective anti -glare laminate with UV inhibiting properties to sign. SP-I5-22Signs shall be affixed to chain link n�� using a ttachmen[ kit/yyy. pecifically designed for die purpose. �� �/_ �[ G N T'R1.1"CTION MET , pDS` SP-I5 -3.1 Affix signage Nell ink fence er a 'Is and 'n uc ns in the construction documents and sign attachment it i truction/s�� `� "'IV`n�rrl. $... ..-.-. .. 1 SP-I5 -4.1 Field Sins ins unit completed in place and aca SP-I5 -5.1 FIELD SIGNS: Work be paid for at the contract unit price installing the sign: and for all labor, ea ification shall be measured by each ;rand accepted and measured as provided above will h price shall be full compensation for furnishing and tools, and incidentals necessary to complete the work. Payment will be made under4 `�� Item SP-IS-S.la Signage-Outfield, Installed — per each Item SP-15-5.1 b iVage- Field Identification, Installed — per each Kessler Mountain Regional Park, Phase II SP-15-1 19T21090 Kessler Mountain Regional Park, Phase If SP-15-2 19T21090 SP-16 —ARTIFICIAL TURF SURFACE SP-16-1.1 phis section covers furnishing and installing an artificial turf playing surface and associated aggregate subbase and sub -drainage system in accordance with the type, location; and details in the Plans, or as directed by the Engineer. SP-16-1.2REFERENCES A. Refer to the following specification sections in the City of Fayetteville Standard Specifications for Street and Drainage Construction for additional work related to these items: a. Section 203- Subgrade Preparation b. Section 301- Storm Drainage Pipe c. Section 401- Aggregate Base Course SP-16-1.3PREINSTALLATION MEETING: SP-16-1.3 SUBMITTALS: A. Product Data: For each type of B. Shop Drawings: For synthetic gr ss a. Include sections and de b. Show locations �eankarc. Show layoutlines. C. Samples: a. Turf Fabn _ inches sgSl b. Game Line mf Fabric�44 Condit conference at the project site. .t, P � i6tacin XP_ilih\ seaminbod. c. Infill Material: 4 0 ofe cliitype. d. Seam ch Sample: nsquare ♦ r` t a p ication/in o each line and marking. 14 1 ng by width. thh sea centered in sample. D. Informational Submittal a. Qualification data for I I tat er b. Product Test Reports: Fo c synthetic grass surfacing assembly c. Field quality-controlorts d. Sample Wa�rran ie?NFo special warranties. E. Closeout Submittals N a. Mainten cc ta: For synthetic grass surfacing, including maintenance cleaning instructions include in maintenance manuals. F. 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. i. Turf Fabric: Minimum of 600 sq. ft. for each type indicated. ii. Infill: Minimum of four (4) bags of each type. iii. Seaming Tape and Adhesive: Two rolls of seaming tape and one gallon of adhesive. Kessler Mountain Regional Park, Phase 11 SP-16-1 19T21090 iv. One new set of maintenance tools, of type recommended by synthetic grass surfacine manufacturer for installation. G. Quality Assurance a. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer. H. Delivery, Storage, and Handling a. Store materials in location and manner to allow installation of synthetic grass surfacing without excess disturbance of granular base. I. Warranty a. Special Warranty: Manufacturer agrees to repair or replace synthetic grass surfacing that fails in materials or workmanship within specified warranty period. i. Failures include, but are not limited to, the following: I. Deterioration and excessive wear. 2. Deterioration from ViWight. 3. Excessive loss of sh - a tenuation. 4. Seam separatio i u game lines and markings. �/✓� ii. Warranty Period: 8 year of date of Su ial Completi M;TERIALSS K 6-2.1 PERFORMANCE REQUIRE IENTS: ` A. The synthetic turf* &Ial hall corn the foil vefnp� standards and the manufacturer's t—sDrel be Dremid�d: - �' for,ft'rq&$ristics of Synthetic Turf Playing Surfaces raQ.00Materials. ASTM F355 — Tes ti for ock rbing Properties of Playing Surface Systems andVuredfin . ` ASTM F193 and Spe icauo for Impact Attenuation of Turf Playing Systems as Mthe�iel ASTM FI01or li a 'brasiveness of Synthetic Turf Playing Surfaces. ASTM D 1682 — Test f ea ng Load and Elongation of Textile Fabrics. ASTM D4158 — Test o�fi�e Abrasion Resistance of Textile Fabrics (Uniform Abrasion Method)' ethod)'. ASTM F289$ tan d Test Method for Permeability of Synthetic Turf Sports Field Base Slonye apd c ystem by Non -confined Area Flood Test Method. ASTM V tandard Specification for Total Lead Content in Synthetic Turf Fibers. ASTM — Standard Method for Mass Per Unit Area of Pile Yarn Floor Coverings ASTM D3218 — Standard Specification for Polyolefin Monofilaments. ASTM D5823 — Standard Test Method for Tuft Height of Pile Floor Coverings. ASTM D5793 — Standard Test Method for Binding Sites per Unit Length or Width of Pile Floor Coverings. SP-16-2.2SYNTHETIC GRASS SURFACING: Kessler Mountain Regional Park, Phase 11 SP-16-2 19T21090 A. Synthetic Grass Surfacing: Complete surfacing system, consisting of synthetic yarns bound to water -permeable backing and infill indicated, suitable for baseball playing fields. the following items are INFIELD PLAYING SURFACE AstroTurf Diamond OPS (1.5") 52 oz. 01' Approved equal Color: Terra Cotta GRASS INFIELD/ FOUL TERRITORY AstroTurf Root Zone Diamond Blend OPS (1.5") 52 oz. or Approved equal Color: Green BATTERS BOX/ CATCHERS AREA AstroTurf ERA Root Zone Diamond Blend OPS 90 oz. Color: Terra Cotta or Approved equal FIELD MARKINGS Foul lines, batter's boxes; catcher's box, I I U/ 2U pitching rubber location and coaches' boxes shall be marked with inlaid white turf. Line m., ngs shall be 4" wide. BATTING _ AG°E/ BULLPEN TURF V Low -pile artificial turf surface (min. 30Z-zJ TIth minim I nun padded bac i .° olor: Green match turf in field of la a clos9 ossible . B. Turf Fabric: Woven turf fabui 'th n "Rico following: a. Yarn Fiber: Monofilamen polyethy b. Lead Conteot o a n Fiber: Ma JIM c. Pile We t q. yd. ace rdli d. Pile H ches accoo C. Backing: Manufacturer s standaven or urethane -coated secondary cki g, rovide meet permeability indicated D. Infill: Use manufacturer' standatdainfrll a E. Game Lines and Markings: requirements indicated on 1 4, a. Applicatio ♦etltF lines inlai* N F. Seaming Method: Pam SP-16-2.3 MATERIALS: ored fibee and` V resi ta_g `plying with the eNor monof a ent nylon um4of 100 ppnacc di4tg to ASTM F2765. ;�tb ASTM - 5848 ASTM D nenwo - lypropylene primary backing with p ora ons or drainage channels sufficient to for the turf system(s) installed. lines and markers in widths and colors according to in to the maximum extent practicable, with remaining revs recommendation for the turf systent(s) installed. A. Rubber Infill: Ground SBR crumb rubber mesh free of metal, nonmetal fibers, and contaminants; mesh size as recommended by synthetic grass surfacing manufacturer. B. Sand Infill: Uniformly sized silica sand free of silts, clays, and contaminants, and of subangular or rounder shape according to ASTM FI02; mesh size as recommended by synthetic grass surfacing manufacturer. Kessler Mountain Regional Park, Phase If SP-16-3 19T21090 C. TPO Infill: Uniformly sized TPO granules free of contaminants, particle size as recommended by synthetic grass surfacing manufacturer. D. Organic Fiber Infill: Coconut or cork fiber granules free of contaminants, and as recommended by synthetic grass surfacing manufacturer. E. Seam Adhesive: One- or two-part urethane, recommended or approved by synthetic grass surfacing manufacturer, and suitable for ambient conditions at time of installation. F. Seam Tape: Synthetic grass manufacturer's recommended seam tape, mininuun 12 inches wide for inlaid game lines. G. Seaming Cord: Seaming cord or thread, recommended by the synthetic grass surfacing manufacturer. CONSTRUCTION METHODS SP-16-3.1 EXAMINATION: A. Examine base and other conditions, with Installer present, for compliance with requirements for installation tolerances, permeability, an other conditions affecting perfornance of the Work. B. Proceed with installation only after uns ' is onditions have been correcie_d SP- 16-3.2 INSTALLATION: �� A. Avoid disturbance of base d rm ii: ation bric. V B. Roll out turf fabric and alloH [o Pel, at least s prior to m� C. Provide seams Flat and ug, wit' h no gaps fr mg. Remo e;+an3 [hat are trapped within seams. Attach turf fR ri to rimeter re ai tem as re m `ded by the manufacturer. D. Install inlaid gg¢'ae h d marki r cutting [hr ge fabric and installing snugly fitting game I r (fabric. seam. E. Repair loose seams and bubhl infill. �(` F. Evenly broadcast ant7nt recommended by the m nufa fibers trapped by infill toX§urfa G. Batting cage and bullpen to 'rovid eilming tape nds minimum 6 inches beyond S. , - led dddu ex- n of turf fabric prior to installation of tttfill by achinMn proportions and depth after settling as turer�an_ to feet indicated performance requirements. Rake ing to dimensions provided in construction documents. Adhere to concrete MVISe using an appropriate adhesive. Leave no bubbles or wrinkles in surface. Any seal shal be tight and Flush with one another. T�16T - OD OF MEASUREMENT SP-16-4.1 Artificial Turf ac`stalled in accordance with this specification, inclusive of aggregate subbase and subdrain system, shall be measured by each square foot completed in place and accepted. Batting Cage and Bullpen Artificial Turf installed in accordance with this specification be measured by each square foot completed in place and accepted. Concrete slabs shall be measured and paid for under separate bid item. A. Bullpen Concrete Pavement shall be paid as described in Section 502. B. Batting Cage Pavements shall be paid as described in Section SP-I 1-5.5b. Kessler Mountain Regional Park. Phase 11 SP-16-4 19T21090 BASIS OF PAYMENT SP-16-5.1 ARTIFICIAL TURF SURFACE: Work completed and accepted and measured as provided above will be paid for at the contract unit price bid, which price shall be full compensation for furnishine and installing the turf. aggregate subbase; and subdrains: and for all labor; equipment; tools, and incidentals necessary to complete the work. Payment will be made under: Item SP-16-5.1 Artificial Turf Surface, Installed — per square foot SP-16-5.2 BATTING CAGE AND BULLPEN ARTIFICIAL TURF SURFACE: Work completed and accepted and measured as provided above will be paid for at the contract unit price bid, which price shall be full compensation for furnishing and installing the turf. and for all labor, equipment, tools, and incidentals necessary to complete the work. Payment will be made under: Item SP-16-5.2 Bullpen Artificial Turf Stice Installed —per squar fo Item SP-16-5.3 Battina Cage c a narf Surface, Installed— a qua foot 6ENDO BVTf%N SP-I6 V � O ,Q G� Kessler Mountain Regional Park, Phase 11 SP-16-5 19T21090 SP-17 —BASEBALL FIELD FENCING DESCRIPTION SP-17-LIThis section covers furnishing and installing baseball field chain link fencing, footings, backstop netting, swing gates, and appurtenances in accordance with the types, locations, and details in the Plans, or as directed by the Engineer. SP-17-1.2 SUBMITTALS: A. Product Data: Manufacturer's data sheets on the product to be used. SP-17-1.3 REFERENCES: A. Refer to the following specification sections in the City of Fayetteville Standard Specifications for Street and Drainage Construction for additional work related to these items: a. Section 512- Fences �w b. Section 601- Cast -in -Place Con%ee,4 M;�ERIA - —LS � V �• � V SP-17 -2.1 Chain link fence an g s hall be colt st cted in comp6 a ce ith Chain Link Fence requirements found in Section of tli7s City of Fa'etile Stand a ifications for Street and Drainage Construction. Thofol owl requireeut ement th a ss ications: A. All 8' and 10' nc� shall be 6z'a:Nwire. B. Bottom rails shall be instal e llll chi tin t cing, per details in the construction drawings. r re'shall be PVC -coated. Color: Black. C. All chain link fencine, �es, posts, andtia dva SP-17-2.2Backstop netting shall consist /-"1��2�`x♦1-1/2" square grid of 3-oz/ S.Y. netting sewn with water- and ultraviolet -resistant thread. is a edge to be secured to 1/4" steel cable connected to backstop post extensions and covered y 3 vinyl bands. Netting shall be fabricate(ieS ttISOe ions found on site. SP-17-2.3Six-footchain ff c`ing down each foul line and in outfield shall be topped with pre -slit poly tubing measuring 4-1/2" diameter. Fence caps shall be UV -protected. Install Black fence cap on fencing in foul territory. Install yellow fence capping on fencing in field of play. SP- 17-2.4 Install concrete mow strip under all fencing as indicated in the construction documents. CONSTRUCTION METHODS Kessler Mountain Regional Park. Phase 11 SP-17-1 19T21090 SP-17 -3.1 Install fencing and gates per details and instructions in the construction drawings and the specifications herein. SP-17-3.21nstall backstop netting per details and instructions in the construction drawings. manufacturer instructions, and the specifications herein. SP-17-3.3Install chain link fence caps per details and instructions in the construction drawings, manufacturer instructions, and the specifications herein. SP-17-3.4Install concrete mow strip under chain link fencing per details and instructions in the construction drawings and the specifications herein. METHOD OF MEASUREMENT SP-17 -4.1 Chain Link Fence installed in accordance with this specification shall be measured by linear foot (by fabric height) completed in place and accepted. Fabric, posts, and footings are subsidiary to this item. For 10-foot tall backstop chain link fencing, u of posts to which nettir iroft ed is included with this bid item. V v► SP-17-4.2 Chain Link Fencegi)salledin accgdanc with this�ciication shall be measured by each unit (by fabric her te ope i vCidh)icompleted�*;,,�lase�tand accepted. SP-17-4.3Backstop Netting inst�Ied in i%cordance ith his specifics i Sill be measured by each square foot completed in place nd cepted. SP-17-4.4Chain Link n `installed i�rdance wi i Pevcification shall be measured by each linear foot completed ' place and c t�9' SP-17-4.SConcrete Mow Stri ins ledccordan wi this specification shall be measured by each linear foot completed in pcepted. ' 4AANSNO PAYMENT SP-17 -5.1 CHAIN LINK FENCE: Work completed and accepted and measured as provided above will be paid for at tltg2 ntr unit price bid, which price shall be full compensation for furnishing and installing c�.tatpTin n g, posts and footings; and for all labor; equipment; tools and incidentals necessary to cSri,. ipl lie work. Payment will be made under: Item SP-17-5.1a Chainlink Fence, 6' Tall, Installed — per linear foot Item SP-17-5.1 b Chainlink Fence, 8' Tall, Installed — per linear foot Item SP-17-5.Ic Backstop Fence, 10' Tall, Installed — per linear foot SP-17 -5.2 CHAIN LINK FENCE GATES Work completed and accepted and measured as provided above will be paid for at the contract unit price bid, which price shall be full compensation for furnishing and installing chain link fence gates and hardware; and for all labor, equipment, tools, and incidentals necessary to complete the work. Kessler Mountain Regional Park, Phase 11 1 SP-17-2 19T21090 Payment will be made under: Item SP-17-5.2a 6-foot Tall; 10' Wide Gate, Installed — per each Item SP-17-5 2b 6-foot Tall, 1 T Wide Gate, Installed — per each Item SP-17-5.2c 6-foot Tall, 21' Wide Gate, Installed — per each Item SP-17-5.2d 8-foot Tall, 3' Wide Gate, Installed — per each Item SP-17-5.2e 8-foot Tall, 5' Wide Gate, Installed — per each SP-17 -5.3 BACKSTOP NETTING: Work completed and accepted and measured as provided above will be paid for at the contract unit price bid, which price shall be full compensation for furnishing and installing backstop netting, cables, fasteners and hardware; and for all labor, equipment, tools, and incidentals necessary to complete the work. Payment will be made under: Item SP-17-5.3 Backstop Netting- 30' Tall, Installed — per square foot SP-17 -5.4 CHAIN LINK FENCE CAPS: Wo,k mpleted and accepted and }t �'ttsured as provided above will be paid for at the contract nt Ce id, which price shall be fiilpc�'mnsation for furnishing and installing chain link fence ca an fastener for all labor eu dent, tools, and incidentals necessary to complete the k. Payment will be made under: n� • Item SP-17-5.4a Fenc Caps ( ck), Insta�ee NNNr linear fo� Item SP-17-5.46 F�n`c�s ( ellow), lust Lade ►► per linear o SP-17-SSCONCRET M STRIP: WotS�mp`leted and cce ted and measured as provided above will be paid for th contract e bid, wh' F rre shall be full compensation for furnishing and installing c Crete mo trip under at 1 ncing; and for all labor, equipment, tools, and incidentals necessary to co p e e w`ork. Payment will be made under: Y Item SP-17-5.5 Mowst ip- Feq n [a1J per linear foot CGS Kessler Mountain Regional Park, Phase 11 V SP-17-3 19T21090 j4M tioSEC , P e��5 ��aQe�aoG,F Pao Kessler Mountain Regional Park. Phase 11 SP-17-4 19T21090 SP-18 — DUGOUT ROOF DESCRIPTION SP-18-1.1This section covers furnishing and installing- dugout roofs in accordance with the location and details in the Plans, or as directed by the Engineer. SP-18-1.2 SUBMITTALS: A. Submit roof shop drawings from fabricator/ installer. B. Samples of finishes and roof materials, including color sample of selected metal roof material. SP-18-1.3 QUALITY ASSURANCE: A. Roof shall be built to comply with local codes. SP-18-1.4 WARRANTY: A. Standing seam metal roof panels shall h v it�ir�ium 20-year warranty for d<aroand aesthetics. ' TERIALS SP-18-2.1 Dugout roofs shall b 10' wi coy 3 2 ' to ♦an��r the tiT,3y f each dugout. Roof shall slope away from the field o lay.► ♦ V All roof posts, supports t ui shall be I. r ze and coat 61ack, fusion -bonded PVC to match chain link fence Exposed surfaces of 3/4" thick woo o d eking all b cled and painted black to match fence color using an exterior -grade paint. II ood ro f dec ints shall be supported. Metal roofing shall I mi i - b n nm� 9 g-augeaoo pa I with factory applied finish on both surfaces. Color to be Forest Green. Product shall r si [ r on, fading, chalking and chipping. Utilize stainless steel screws for fastening mg materials. Screws used to attach metal roofing to roof deck shall be self-drillin or sq f-tapping screws intended for metal roofing applications and prene w�sl , include rubber or neoP nt to match metal roof deck color. U"1111THOD OF MEASUREMENT SP-18 -3.1 Dugout roof installed in accordance with this specification shall be measured by each unit completed in place and accepted. BASIS OF PAYMENT SP-18-4.1 Work completed and accepted and measured as provided above will be paid for at the contract unit price bid per each for Dugout Roof, which price shall be full compensation for furnishing and installing posts, footings, metal roof frame/ supports, and roofing; and for all labor, equipment, Kessler Mountain Regional Park, Phase If SP-18-1 19T21090 tools; and incidentals necessary to complete the work. Fence fabric and dugout concrete Floor will be paid for separately under the appropriate contract items. Payment will be made under: Item SP-18-4.1 Dugout Roof; Installed —per each END OF SECTION SP-18 Kessler Mountain Regional Park. Phase 11 SP-18-2 19T21090 SP-19 CONCRETE DUMPSTER PAD AND ENCLOSURE DESCRIPTION SP-19-I.1 This item shall consist of the installation of a concrete dumpster pad, composite screening fence enclosure, swing gates with metal tube frames; and pipe bollards installed in the location shown in the Plans, or as directed by the Engineer. SP-19-1.2 SUBMITTALS: Contractor shall submit manufacturers cut sheets, details, shop drawings and material color sample to Owner for approval prior to installation. CONSTRUCTION METHODS SP-19-2.1 The subgrade upon which the dumpster pad will be constructed shall meet the requirements of SECTION 401 — AGGREGATE BASE COURSE of the City of Fayetteville Standard Specifications for Street and Drainage Construction. The foundation shall be prepared to the required depth and forms shall be set rigidly to the proper line and grade. All soft and yielding material shall be removed prior to placing the concrete. SP-19-2.2 The concrete slab shall meet the it is of SECTION 601 — CAS LACE CONCRETE of the City of Fayetteville Standard Sp ific tions for tr a and Drainag n tr coon. SP-19-2.3 The composite screening fe ce gates shall a coi tructed per th a, out in the plans and the manufacturer's installation det Ownet an weer of a 1 oat changes prior to installation. Fence material shall comp ise h TREX S� u♦'sisn Composit entz ystem; color shall be Woodland Brown. SP-19-2.4 Protective s pip bards shalom co tructed peyah de ils in the Plans. ( 1 SP-19-3.1 CONCRETE HEAVY UMP ER%A'D : Concrete dumpster pad installed in accordance with this specification hal e n as red by sq r and completed in place and accepted. Aggregate subgrade is measured h uare ar4o p d in place and accepted. Composite Screening Fence installed in accdrdanG1 with this specification shall be measured by linear foot completed in place and accepted. Vr SP-19-3.3 COMPOSITE T-M - SCREENING FENCE: Gates for Screening Fence installed in accordance with this specr�"atio h` I e measured by each unit completed in place and accepted. A unit includes each leaf of th doub swing gate; frames; steel/ aluminum posts; and other appurtenances. SP-19-3.4 STEEL PIPE BOLLARDS: Steel Pipe Bollards installed in accordance with this specification shall be measured by each unit completed in place and accepted. BASIS OF PAYMENT SP-19-4.1 CONCRETE HEAVY DUTY (DUMPSTER PAD): Payment will be made at the contract unit price, complete and in place, as measured above and accepted by the Engineer. The price shall be full compensation for furnishing all new materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Kessler Mountain Regional Park, Phase 11 SP-19-1 19T21090 Payment will be made under: Item SP-194.1 Concrete Heavy Duty (Dumpster Pad), Installed —per square yard Aggregate subbase is payable as part of 6" AGGREGATE BASE COURSE pay item. SP-19-4.2 COMPOSITE SCREENING FENCE (DUMPSTER/ MAINTENANCE BI DG : Payment will be made at the contract unit price, complete and in place, as measured above and accepted by the Engineer. The price shall be full compensation for furnishing all new materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SP-19-4.2 Composite Screening nce (Dumpster/ Maintenance Bldg.), Installed — per linear foot � A -V v>' J �o unit price, complete and in place, as r compensation for furnishing all new and for all labor, equipment. tools, A Engineer. • (` Payment will be made und'�` Item SP-194.3a 'W10' Item SP-19-4.3b KEENING FE .CE: P'iyyment will Me at the contract ib9?e and aGcejt�y ley the Engin I price shall be full Mnd for a�gr�brrhtion an§t3lito lation of these materials, als recess'♦\ary�tt' complete t the satisfaction of the YV ouble t^ to for Screening Fence (Maintenance d— per ea��C�i DouNph Gatevfor Screening Fence (Dumpster), Installed — r SP-19-4.4 STEEL PIPE BOLLARDS: Pa men[ will be made at the contract unit complete price, and in place, as measured above any kltp'Ai by the Engineer. The price shall be full compensation for furnishing all new materials adlypre aration and installation of these materials, and for all labor, equipment, tools, and incidentals nee ssary to complete this item to the satisfaction of the Engineer. Payment will be made under Item SP-19-4.4 Steel Pipe Bollards, Installed —per each END OF SECTION SP-10 Kessler Mountain Regional Park. Phase 11 y SP-19-2 19T21090 SP-20 —SANDBLASTED FIGURE DESCRIPTION SP-20-I.IThis section covers furnishing and installing sandblasted figures on hardened concrete pavement in accordance with the locations and details in the Plans, or as directed by the Engineer. SP-20-1.2REFERENCES A. Refer to the following specification sections in the Citv of Fayetteville Standard Specifications for Street and Drainage Construction for additional work related to these items: a. Section 502- Concrete Sidewalks MATERIALS SP-20-2.1 Concrete for test panel shall comply with Section 502- Concrete Sidewalks. Stencil material, thickness, size, durability, and adhe ileZUality shall be as recommended b e stencil manufacturer to achieve the specified ft �cs shown on the plans will available to the Contractor for the template ntanu c is use. a t}�le layers of s�ryil ay be required to achieve the graphics and finis) sYxNon the plans. Abrasive material used in the sand b stis shah cted based he�teults of the blast finish applied to the test panel a approv dd the Eng �et� pica) abra m lude glass bead or walnut shells for a Brush Blast F , cd'al slag for arils i Blast Finis a d tglarnet or steel shot for a Medium or Hard Blast Finish$)��a­,ond and o rt'ri of nonmet lic brasive containing more than one percent free siI a; will lowed. «1 � tit SP-20-3.IThe method of ap icat wa�be eithe brasive blasting or wet blasting at the Contractor's option in coor 'n ith the encd manufacturer. If dry blasting; equip the sandblasting unit with a recove ead or other nu vacuum equipment to remove blasting medium and control dust. The Contractor hall se e2aterial of type and gradation to expose aggregate and surrounding matrix surface to achielget"' in ,finish: A. Light Blasi Finish: fine a gr"gate exposed with occasional exposure of coarse aggregate, maximum 1/16 to 1/4i[tb r e�l. Unless otherwise specifi don the lapsin the proposal, or by the stencil manufacturer, the appearance of the completed surface hall e a Light Blast Finish and shall have a uniform overall appearance When the surface is viewed in total. Apply semi -transparent decorative stain to sandblasted Based Semi -Transparent Stain or approved equal. Colo r: Kessler Mountain Regional Park, Phase 11 SP-20-1 19T21090 The Engineer shall determine and approve the acceptability of the finish based on the results of the test panels. Concrete which has been over -blasted shall be removed and replaced at the Contractor's expense. METHOD OF MEASUREMENT SP-20 -4.1 Sandblasted Figures installed in accordance with this specification shall be measured by each unit completed in place and accepted. BASIS OF PAYMENT SP-20-5.1 SANDBLASTED FIGURES: Work completed and accepted and measured as provided above will be paid for at the contract unit price bid per sandblasted figure; which price shall be full compensation for furnishing the template and applying the sandblasted finish; and for all labor; equipment, tools, and incidentals necessary to complete the work. Concrete will be paid for separately under the appropriate contract item. Payment will be made under: Item SP 20-5.1 Concrete Sandblast- ba ba I igwe, stalled — per each SCOOP (END SECT I�SP� 0" V UN � o O� O G� Kessler Mountain Regional Park; Phase 11 SP-20-2 191­21090 SP-21—RESTROOM/CONCESSION BUILIDNG MEASUREMENT AND PAYMENT GENERAL SP-21-I.I This item shall consist of furnishing materials and constructing- restroom/concession building at the locations indicated on the plans or as directed by the engineer. METHOD OF MEASUREMENT SP-21-2.1 Building shall furnished and installed in accordance with the Plans and associated "Facilities Specifications" and shall be measured by each unit completed in place and accepted. BASIS OF PAYMENT SP-21-3.1 Work completed and accepted under this item and measured as provided above shall be paid for at the contract unit price bid for each as li below and in the Unit Price Schedule; which price shall be full compensation for. furnishing and t a ng complete turnkey building aq�equired in plans and specifications. This item shall includ u N011ited to mechanical items, imbin items; interior and exterior finishes, building electrical d I hting i[e ding clear tt nVs included in site electrical work; structural steel m L, mlding fo in tion, metal fa ca ns; concrete forming and concrete unit masonry, cai not , glued-IaminAted co struction, h g, roof panels, doors and frames, windows, interior an exec or pai On i#ding signa , an APsual display units; and for all tools; equipment, and inciden ecessary c' 4lete the w� Payment will be made under) 6 , 1113 Item SP-21-3.1 sty o/oncession Btfild)n9 `Perlach (EA) O P •� G� Kessler Mountain Regional Park, Phase 11 SP-21-I 19T21090 �e�a` Iq a� Kessler Mountain Regional Park, Phase 11 SP-21-2 19T21090 STANDARD SPECIFICATIONS FOR STREET AND DRAINAGE CONSOTEPC10��+�5 0 G City of Fayetteville DIVISION 100. GENERAL PROVISIONS .............................................. 5 Section 101. Definitions and Terms.......................................................................5 Section102. Not Used.........................................................................................15 Section103. Not Used.........................................................................................15 Section 104. Scope of Work................................................................................15 Section 105. Control of Work...............................................................................16 Section 106. Control of Material...........................................................................26 Section 107. Quality Control Requirements 1b ............................. ,,...29 Section 108. Legal Relations and Resp%bi ity to the blic ........... ....�....34 Section 109. Prosecution and Pro es �..............*............ .........41 • Section 110. Measurement an P,�yynent.....�� ..... .... 48 Section 111. Roadway.Co`"0st�ction Contro...........e ...........................51 Section 112. Trench and�zCVavation � Systemi c..V................................53 DIVISION 200. EARTHWORK>�......................................... 55 Section 201. Clearing, Gr&Min.Aand Section 202. Excavation ................................................ 55 ......................................................... Section 203. Subgrade Prepar tion...............................................................62 Section 204. Select Gradin a d opsoil.............................................................63 Section 205. Undercu4t an one Backfill............................................................65 DIVISION 300. STORM DRAINAGE .................................................. 68 Section 301. Storm Drainage Pipe.......................................................................68 Section 302. Drop Inlets and Junction Boxes......................................................71 Section 303. Concrete Box Culverts....................................................................73 Section 304. Vacant ................................... ST-2 ...................................................... 75 Standard Street and Drainage Specifications Section305. Open Channels..............................................................................75 Section 306. Filter Blanket and Riprap................................................................ 77 Section 307. Flowable Select Material................................................................ 79 DIVISION 400. BASE AND PAVING ..................................................81 Section 401. Aggregate Base Course................................................................. 81 Section 402. Prime and Tack Coats.................................................................... 82 Section 403. Asphalt Concrete Hot Mix............................................................... 84 Section 404. Asphalt Concrete Hot Mix Base Course ......................................... 91 Section 405. Asphalt Concrete Patching, iorcl .aintenance of Traffic......... .. . 93 Section 406. Asphalt Concrete Hot MF QPng 'sting Roadw y ..��..... 94 DIVISION 500. MISCELLA E LS CONST�ON ..�v .......... Section 501. Concrete Curlb aVGutter... � ......... ........ .............. 96 Section 502. Concrete Sib ... �........... ... .........................97 ` Section 503. Dni ay Construct' ott Reconstruc' 'Q....................................... 99 v V Section 504. Headwalls an �ta�ir�ing Is ................................................... 101 Section 505. Seeding ae%i o ding.. ................................................ 102 • Section 506. Mailboxes.. Section 507. Pavement Ma:king................................................................... 108 Section 508. Street Sig-nf%.%.k......................................................................... 111 Section 509. Ero!�jon G; ntrol.............................................................................112 Section 510. Traffic Control and Maintenance .................................................. 115 Section 511. Mobilization..................................................................................119 Section512. Fences.......................................................................................... 120 Section 513. Handicap Ramps.......................................................................... 125 Section514. Project Signs................................................................................ 126 ST-3 City of Fayetteville Section515. Handrail........................................................................................127 Section 516. Cold Milling Asphalt Pavement.....................................................128 Section 517. Tree Protection Fencing................................................................129 DIVISION 600. MATERIALS............................................................ 130 Section 601. Cast -in -Place Concrete.................................................................130 Section 602. Reinforcing Steel..........................................................................144 ST-4 Standard Street and Drainage Specifications DIVISION 100. GENERAL PROVISIONS Section 101. Definitions and Terms 101.01 Abbreviations and Definitions. Whenever the following abbreviations are used in these specifications or on the plans, they are to be construed the same as the respective expressions represented: (a) Industry Abbreviations. ACI American Concrete Institute AASHTO American Association of State Highway and Transportation Officials ADPCE Arkansas Department of Pollution Control and Ecology AGC Associated General Contractors of America AHTD Arkansas State Highway and Transportation Department AIA American Institute of Architects] RISC American Institute of Steel Con Von AISI American Iron and Steel Ins to ANSI American National Standard? ute ARA American Railway As .atd4'in AREA American Railway inee ing ASSOCIaO❑ ARTBA American Road artd an ortati u d�r3 Associatt34�V ASCE American Society of 01 Engine ASTM American So 'e for Testing derials ATSSA Americantlaafety Se ce ssociatio AWPA Ame a o d Presery s s ciation AWS Americ elding S e'e' O AWWA American ater socia n CoE U.S. Army Corp f " eers CRSI Concrete Re s Steel Institute FHWA Federal Highway Admmimy do FSS Federal Speci rcation arrdZ,tan ards, General iTE Institute of Traffic En ' ee MIL Military Specifica ons MUTCD Manual on U if Traffic Control Devices for Streets and Highways NEMA National EIt al Ynufacturers Association OSHA Occupa ion�al ety and Health Administration SAE Socie f A �omotive Engineers SSPC Steel Struc res Painting Council UL Underwriter's Laboratory USC United States Code ST-5 City of Fayetteville (b) Contract Abbreviations for Construction Work AC Asphalt Cement ACHM Asphalt Concrete Hot Mix ACTD Actuated ADJ Adjusted AGG Aggregate(s) ALUM Aluminum APPL Application APPR Approach ASPH Asphalt ASSY Assembly AST Asphalt Surface Treatment AUTO Automatic BIND Binder BIT Bituminous BLDG Building(s) BLDG Building(s) BLKT Blanket BNG(S) Bearing(s) BR Bridge(s) BST Bituminous Surface Treatment C & G Curb and Gutter CA Corrugated Aluminum cc cubic centimeter(s) CD Compacted Depth CEM Cement CL r Class CLVT(S) Culvert(s) C N[ ) Corrugated Metal �w CMBN Combination C T VVV C� ol. Controller COMP Compaction; C Cork t I Controller I ONST ConVict on CONT Continuous, RR ♦ rugated Continuously CR ` rushed CRS Course(s) CS Corrugate St I CTD Coated • Ciu�Vv Cubiq� DBL Double` Ds) DWY(S) Drivewa v EMUL Emulsified VWK E�thwork EXC Excavation XP Expansion F & I Fumish and Ins t I FD Foundation FES Flared End Sect •FNr Fence(s) FURN Furnish, Furnishin GA Gage, Gauge LV Galvanized GR Grade. Graded VL Gravel ha hectare(s) Hi High Intensity HM Hot Mix • HMA Hot Mix Asphalt HMAS Hot Mix As l tabsli d INST Install, Ins llin� In tallation j joule(s) kg kilogram(s) kL kilometer(s) km/h kilometers per hour KPa kilopascal(s) L liter(s) LAB Laboratory m meter(s) nun tnillimeter(s) MA Mineral Aggregate MAINT Maintenance MATL Material(s) MES Mitered End Section(s) MET Metal MG 1000 Gallons MIN Mineral MOB Mobilization MOD Modified MPa MegaPascal(s) ST-6 Standard Street and Drainage Specifications MRK Marking(s) msta metric station nmton 1000 kilograms NO Number(s) NON MET Non -Metallic NON REITN'F Non -Reinforced NPDES National Pollutant Discharge Elimination System OCT Octagonal OFF Office Pa Pascal(s) PC Portland Cement PIL Piles, Piling PM Plant Mixed ppm parts per million PRCST Precast PRFMD Preformed PROC Process, Processing PVC Polyvinylchloride PVMT Pavements(s) PVNG Paving QPL Qualified Products List QUAD Quadruple QUINT Quintuple R & D Removal and Disposal RC Reinforced Concrete RDWY Roadway(s) RI; C P Recompact(ed), RECON Reconstrct(ed) Recompaction REFL ReFlectorized abilitate; Rehabs 'tali n RELOC Relocate, Relocation V al, Rem, in RELP Replace, Replacing oved RESTOR Restoration O REST HA%7 nforc' e I RMC Rigid Metallic Cand t RN+ Rigid tallic Conduit SCAR Scarify, Scari g SG Sig .� SHLD(S) Shoulders'► C S ci sq Squar Statt n (100 feet) STAB Stabil abilizatio �STKPL ckpile, Stockpiling STL Steel S OStone STR(S) Structure(s) S Structural SURF Surface; Su WPWP Stone Water Pollution SYS Systepm, S.yyste ��` Prevention Plan TEMP Tem ora M Terminal THERMPL Thermoplastic MBR Timber . TRAF Traffic TRPL Triple TRMT Treatment TRTD Treated TY Type UNCL UnclasoThiness ` UNTRTD Untreated UT Unifo VAR Variable VEH Vehicl µm micrometer ( I x 10-6 m ) ST-7 City of Fayetteville (C) Definitions. Whenever in these specifications or in other contract documents the following terms; or pronouns in place of them, are used; the intent and meaning shall be interpreted as follows: Addenda. Written or graphic instruments issued prior to the opening of Bids which clarify; correct or change the bidding documents or the Contract Documents. Advertisement. The public announcement, as required by law, inviting bids for work to be performed or materials to be furnished. AHTD Standard Specifications. The Standard Specifications for HIGHWAY CONSTRUCTION. Arkansas State Hiehway and Transportation Department Edition of 2003 or latest version. unless version date indicated otherwise. Agreement. The written agreement between Owner and Contractor covering the Work to be performed; other Contract Documents are attached j athe Agreement and made a part thereof as provided therein. The terms Agreement and Co - tgre are used interchangeably. �+ Award. The acceptance by the City of a proposal. l�� �(/✓1 Bid. The offer or proposal of the BiddeZ usteedd on th presZribed for m forth the prices for the Work to be performed. T Bid6ae ptisal are us ' 'nhangeably. ► Bid Bond. The security furnish pith bid to u that the i � r will enter into the Contract if the bid is accepte8► Bidder. An individual, rtn�rship, co oon or join yr submitting a bid for the advertised work. (The term idder' and `' ontracto a quently used synonymously.) Bid Proposal Form. The a ed P pp on w Bch a caner requires bids to be prepared and submitted for the work. R I Business Day. Any calendar day exceol Sundays; and City recognized holidays. If a holiday falls on Saturday or Sunda a bserved day shall be the Friday preceding the Saturday or the Monday following th4Sun y. Calendar Day. Any day sw o t�e Calendar, beginning and ending at midnight. If a day is not identified by any of r m iEer, it shall be considered a calendar day. Change Order. A written Mader issued by the Owner to the Contractor, covering changes in the plans or quantities or both; within the scope of the Contract and establishing the basis of payment and time adjustments for the work affected by the changes. City. The City of Fayetteville, Arkansas. including authorized representatives. City Engineer. An Engineer employed by the City responsible for construction administration and inspection of projects for which the City is the Owner. ST-8 Standard Street and Drainage Specifications Construction Field Change. A written order issued by the Owner covering minor changes in the work. but which does not involve a change in the Contract Price or the Contract Time. Construction Observer. The Engineer's or City's designated personnel appointed to observe the Work. Multiple construction observers may be designated. Contract. The written agreement between the City and the Contractor setting forth the obligations of the parties thereunder, including, but not limited to, the performance of the work, the furnishing of labor and materials: and the basis of payment. (The Contract includes the contract form; the contract schedule of prices, the payment and performance bonds: specifications; supplemental specification, and special provisions: general and detailed plans; and any change orders and agreements that are required to complete the construction of the work in an acceptable manner, including authorized extensions thereof, all of which constitute one instrument.) Contract Documents. The Contract Document; (which pertain to the Contract Documents): Adl' Contractor's Bid (including documentaU'n documentation submitted prior to the Nouc o Agreement: List of proposed jSub+ adfors: Provisions, Supplementary Conr��ertif the same are more specificallid nU led in modifications, Change Orde and UP-Ir eer's w on or after the Effec[ive;ia the Agree and drawings of su a eta d physics of printed or hard col k ten liste dht: electronic media form text, dataphics to Contractor are not Contract Dgeu�-nth. Contract Item (Pay Its includes the executed Agreement; Addenda is inert for Bids; Tnfonnation idders. dtMimpan ng the Bid andJ st-Bid Lward) m he cached as_ ttm e!Zhibit to the the Bon the Speck bons; Special to � Insurance; tl�' 3ri (Drawings) as m A reement; -ge er with all written Y�terpreta.�iA s57jd clarifications issued pprove h%Urawings and the reports tions ar l"hw ontract Documents. Only aragr p.h� Contract Documents. Files in j thIik� that may be furnished by Owner unit of work for which a price is provided in the Contract. ` ♦`v► Contract Time. The number of wo !days allowed for completion of the Contract. If a fixed date of completion is show m proposal, the Contract shall be completed by that calendar date. Contractor. The indi•GiBitai to rship, corporation, or any combination thereof, or joint venture contraction � th th City for the prescribed work. (The terms "Contractor" and "Bidder" are frequently use synonymously.) Culvert. Any structure not classified as a bridge that provides an opening under the roadway. Defective. An adjective which when modifying the word Work refers to Work that is unsatisfactory, faulty or deficient, or does not conform to the Contract Documents or does not meet the requirements of any inspection, test or approval referred to in the Contract Documents, or has been damaged prior to final payment. ST-9 City of Fayetteville Effective Date of Agreement. The date indicated in the Agreement on which it becomes effective. but if no such date is indicated it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. Engineer. The Engineer of record, acting directly or through duly authorized representatives, whose engineering seal appears on the plans and specifications. Equipment. All machinery and equipment; together with the necessary supplies for upkeep and maintenance, and tools and apparatus necessary for the proper construction and acceptable completion of the work. Extra Work. An item of work not provided for in the Contract as awarded but found essential to the satisfactory completion of the Contract within its intended scope. Extra Work Order. A change order concerning the performance of work or furnishing of materials involving extra work. (Such extra work r ay be performed at agreed prices or on a force account basis as provided elsewhere in these cations.) k Holidays. The City observes the following leghhg"lidays: earsDayuther King Jr. Day; Presidents Day, Memor'at q,'. !U dependenc ayLabor IS,eteran's Day, Thanksgiving Day and the folio a , Chrishnas ve. � ecember an Christmas Day; December 2�. If a holiday fal o Sat rday Sun ay, the obse v`Z�'�l�y shall be the Friday preceding the Saturday or the M ay folio n t Sunday. Incidental item. Work sh w o tb plans bu or hich ther o 'd item included. This work shall not be paid fo se ara ely; rather st of thew k it� considered to be included in the contract amount bi or e projec O Laboratory. The Quality Contr q Labo to ry of the City or any other testing laboratory that may be desi ma a City. bstances Materials. Any suspe ified o e ii "the construction of the project and its appurtenances. V Milestone. A principal event specified in the Contract Documents relating to an intermediate completion date or time prior bp`b-Aaantial Completion of all the Work for which liquidated damages may or may not agpby.`�,r Notice of Award. The written ttice by Owner to the apparent successful Bidder stating that upon timely compliance by the apparent successful Bidder with the conditions listed therein_. Owner will sign and deliver the Agreement. Notice to Contractors. The advertisement for proposals for all work or materials on which bids are required indicating with reasonable accuracy the quantity and location of the work to be done, or the character and quantity of the materials to be furnished; and the time and place of the opening of proposals. ST-10 Standard Street and Drainage Specifications Notice to Proceed. A written notice given by Owner to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform his obligation under the Contract Documents. Notice to Proceed is also referred to as Work Order. Observer. See Construction Observer. Owner. The City of Fayetteville, Arkansas, and/or the duly authorized agent of the City of Fayetteville; Arkansas, with whom Contractor has entered in the Agreement and for whom the Work is to be performed. Pavement Structure. The combination of subbase, base course; and surface course placed on a subgrade to support the traffic load and distribute it to the roadbed. Payment Bond. The approved form of security, executed by the Contractor and his/her Surety or Sureties; guaranteeing the payment of legal debts of the Contractor pertaining to the construction of the project. C Performance Band. The approved form o cc sty; exec the Contoi '*and his/her Surety or Sureties; guaranteeing com_ptete,p�r rmance of Contract and all pplemental agreements thereto. A`3 _._ ` ^� Plans. The approved plans; pr3fries, typi As-sectio orking drawing; and supplemental drawings, or eat reproductio�� e f, which t e location. character, dimensions, and details o�t�tk to bed 7e. The Tide - et the plans is provided for general information I wtbis not to �n as an all- rel , sive description of the work. Other work and/or I t s may tns�u�ded in t o ct as described by the plans, specifications, supplemental specs i do s, and pe visions.) The terns Drawings and Plans are used interchangeably. v Profile Grade. Unless o r�* s sbp the plans; the trace of a vertical plane intersecting the top surface o 7 the p s"e aring surface; usually along the longitudinal centerline of the roadbed. (Profile weans either the elevation or gradient of such trace according to the context) Project. The specific 5e�oN if the highway together with all appurtenances and construction to be per e.. e'zo under the Contract. Proposal. The otter o sb}�d`er, on the prescribed form, to perform the work and to furnish the labor and materials at the unit prices quoted. Proposal Form. The approved form on which the City requires bids to be prepared and submitted for the work. Proposal Guaranty. The security furnished with a bid to guarantee that the bidder will enter into the Contract if the bid is accepted. ST-11 City of Fayetteville Prospective Bidder. An individual; partnership, corporation; or joint venture who has requested and been issued a proposal form from the City. Qualified Products List. A list of products that are approved for use in Highway Contracts with the Arkansas State Highway and Transportation Department. The QPL is maintained by AHTD. Registered Professional Engineer. An Engineer registered in the State of Arkansas by the Arkansas State Board of Registration for Professional Engineers and Land Surveyors. All details; drawings, calculations, and reports submitted by the registrant as required by these specifications shall be certified; signed, and stamped with the seal or facsimile thereof as authorized by the Board. Registered Professional Land Surveyor. A Land Surveyor registered in the State of Arkansas by the Arkansas State Board of Registration for Professional Engineers and Land Surveyors. All details; drawings, calculations, a��ds�reports submitted by the registrant as required by these specifications shall be certified, n'e,d, and stamped with the s al or facsimile thereof as authorized by the Board. �`�� 9eRegistered Scale Mechanic. A perso r isrwith the Ar ansas Bureau f andards. Division of Weights and Measures; b 'ng qualified b trainTing and a ien a to make adjustments and repairs to commerci�I soale3rand pa o s u work _ a 11d trade. Right -of -Way. A general term oting land, o • , or intere h ein, acquired for or devoted to highway purpose . �� Road. A general tens de ot` publir purpose o J€'Fiicular travel; including the entire area within the right — f— way. Roadbed. The graded porn n ghwa within op and side slopes; prepared as a foundation for the pavement str - rd sl�ou er Roadside. A general term denotingE�N adjoining the outer edge of the roadway. (Extensive areas between the roadway o a divided highway may also be considered roadside.) Roadway. The portion 0f. , Nigh limits of construction, or as defined in other sections. V� Shop Drawings. All drawings, diagrams, illustration, schedules and other data which are specifically prepared by Contractor, Subcontractor, manufacturer, fabricator, supplier or distributor to illustrate some portion of the Work. Shoulder. The portion of the roadway constructed primarily for the use of pedestrians. Sidewalk. That portion of the roadway constructed primarily for the use of pedestrians. ST-12 Standard Street and Drainage Specifications Sieve. U.S.A. Standard Series; as defined in AASHTO M 92. Percent passing or retained is by weight. Special Provisions. Additions and revisions to the standard and supplemental specifications covering conditions peculiar to an individual project. Specifications. A general term applied to all directions; provisions; and requirements pertaining to performance of the work. Standard Specifications. This printed book of Standard Specifications for Street and Drainage Construction. Unless otherwise noted; the Edition in effect on the date of advertisement. Station. A station when used as a definition or term of measurement will be 100 linear feet measured horizontally. Street. A general term denoting a public way ftovpurposes of vehicular travel, inpludmg the entire area within the right — of— way. o �(//� Structures. Bridges; culverts; catch inrs+dr"Tp inlets; re ing walls; c b ng, manholes; endwalls, buildings; sewers; service es underdrain fou�n dra'„ s other features that may be encountered in the r 6not othe iSassed herei i Subcontractor. An individ, fern , or co o fi whom eactor sublets part of the work. �`1 Subgrade. The top ac of a road eley,on whicl�Jement structure and shoulders are constructed. Substantial Completion. con '� n upo whit work has progressed to the point that it can be utilized for the tend evidenced by a Certificate issued by the Engineer under the authori of thin no such certificate is issued; Substantial Completion shall be when the work 'Sete and ready for final payment. Substantial Completion Date. Vile ife at which the Work has progressed to the point where; in the opinion of•[ &`OAer, it is sufficiently complete; in accordance with the Contract Documents; stth Wgrk (or specified part) can to utilized for the purposes for which it was intended . ityv thouMrther disruption to the public or occupants of the facility. Substructure. All of th�atJpart of the structure below the bearings of simple and continuous spans; skewbacks of arches and tops of footings of rigid frames, together with the backwalls. wingwalls, and wing protection railings. Superintendent. The Contractor's authorized representative in responsible charge of the work; present at the work site at all times during the progress to supervise and direct ST-13 City of Fayetteville construction, to receive and fulfill instructions from the Owner's representative, and to accept orders for changed and extra work. Superstructure. The entire structure except the substructure. Supplemental Agreement. A written negotiated agreenment constituting a modification of the originally executed Contract and covering the performance of work beyond its general scope. (The items of work contained therein will be included in an approved Change Order.) Supplemental Specifications. Revisions to the Standard Specifications that are adopted subsequent to issuance of the printed book of Standard Specifications. Surety. The company, other than the Contractor; executing a bond furnished by the Contractor. Titles (Or Headings). The titles or headings of a sections and subsections herein are intended for convenience of reference and shall n; tyconsidered as having any be g on their interpretation. �� A�� Ton. 2000 pounds. � .[ Traveled Way. The portion of the r d & for hit fi Iveme`nt of v JfZal`exclusive of shoulders and auxiliary lanes. Unit Price Work. Work to b r id ,, r on the h si nit price "`V' � Work. The furnishing o' � rials. lab"r!eauipment; ls�and incidentals necessary or me convenient to the successfu ompletio o e projects th carrying out of the duties and obligations imposed by the Contract WorkingDa A calendar da n hich ) � n�al construction operations could proceed; normally excludes Saturdays. Su v ays, and 't re agnized holidays. Working Drawings. Stress sheets, o drawings; erection plans, falsework plans; framework plans, cofferdam plans, oany • er supplementary plans or similar data that the Contractor is required to subim tt. Engineer for informational and record purposes or for approval. +1 Work Order. Written noti`from the Engineer directing the Contractor to begin prosecution of the work. 101.02 Specification Language. To avoid cumbersome and confusing repetition of expressions in these specifications; it is provided that whenever anything is, or is to be, done, if. as, when, or where "contemplated, required, determined, directed, specified, authorized. ordered, given, designated, indicated, considered necessary, deemed necessary, permitted, reserved, suspended. established, approval, approved, disapproved, acceptable, unacceptable, ST-14 Standard Street and Drainage Specifications suitable, accepted, satisfactory; unsatisfactory; sufficient.. insufficient, rejected, or condemned." it shall be understood as if the expression were followed by the words "by the Engineer/City Engineer' or "to the Engineer/City Engineer. Section 102. Not Used Section 103. Not Used Section 104. Scope of Work 104.01 Intent of Contract. The intent of the�C�ntract is to provide for the eb?t_gtruction and completion in every detail of to work e ii e8'. Th Contractor shall ft�t3is a I4 labor, materials, equipment; tools, transportation. an supplie r i ed to co- }),e�PAthe work according to the plans, specifications an terms of the Cont ct. A``` 104.02 Alteration of Plans or.0 aracter of ,O (V/t (a) General. The City shall� a the right to i c�e or decre t extent of the work or to change the location, ai8dlthe dimes ton of any p ��e work, provided that the length of the impro not iner s ecreased in �cess of 23% of the contract length, or that the qu�MM���++++a tis of wPayconditi: #b@ done or a atenals to be furnished are not increased or decreased in money vaexce o f the total Contract. Such changes shall not be considered as a wai r so the Contract nor invalidate any of the provisions thereof. The Co all pe�i rm t work as increased or decreased within the qualifying limits name•,nd no allo`an g will be made for anticipated profits on increases or decreases so incurred. If changes in the work require an stment in unit prices already established, or if additional work for which un �'ces have not already been established by the contract is necessary; the contract prtc+�",,, �Iis be adjusted according to the General Conditions of the Contract and this Secti n�tl'diu nal work is performed before an adjustment is made in the contract, the additi al work will be paid for at unit prices already established for similar work; if such additiona w rk is deemed necessary by the Engineer/City Engineer. If the Contractor performs additional work without authorization from the City and without an agreed Contract adjustment for such work, no payment for such additional work will be made. (b) Significant Changes in the Character of Work. The City reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and ST-15 City of Fayetteville alterations shall not invalidate the Contract nor release the Surety, and the Contractor agrees to perform the work as altered. If the alterations or changes in quantities significantly change the character of the work under the Contract, whether or not changed by any such different quantities or alterations, an adjustment. excluding loss of anticipated profits, will be agreed upon prior to the performance of the work. Ira basis cannot be agreed upon, then an adjustment will be made either for or against the Contractor in such amount as the Engineer/City Engineer may determine to be fair and equitable. If the alterations or changes in quantities do not significantly change the character of the work to be performed under the Contract_. the altered work will be paid for as provided elsewhere in the Contract. The tens "significant change" shall be construed to apply only to the following circumstances: • When the character of the work as altered differs materially in kind or nature from that involved or included in the original RLo�,,,' a construction or /+_ • When a major item of work is increased u d cess of I D xcent or de below 75 percent of the original contrafc%mdtity. Any adju ent due a in rease in quantity shall apply only to t at n m exee�S�Of 12 percent o n mal contract item quantity, or in case of a e e e belom 5 er =t, to the to mount of work performed. A major itei of wois defined a`�a'tly bid itei�f�o�which the original contract value is mores hafri 1�Qpercent ofAhhe�lh t�t�I origina con abet value. 104.03 If and Where i voted Items. pPa`ns and prrjtposal may specify one or more items to be incorpoDtt�into the ro'�fan wre erected" by the Engineer/City Engineer. The Engineer/City Engine,(, have • scre nd`'in determining whether and to what extent such items will be ' co oranto the p- 'e . The Engineer/City Engineer may order incorporation of such items ocatio ithin e project and at any time during the work. These items may or may of be located • n e plans. The estimated quantities set out in the proposal for such item are r en ed solely for the purpose of obtaining a representative bid price. The actual qua u ie employed may be only a fraction of or many times the estimated quantities. The C ntractor shall make no claim for additional compensation because of any qrka,�decrease, or elimination of such items. Section 105. Control'of Work 105.01 Authority and Direction. (a) Direction and Control by the Contractor. (1) General. The detailed manner and method of performing the work shall be under the direction and control of. and by, the Contractor. but all work performed shall at all times be subject to the observation of the Engineer/City Engineer or his authorized representative to ST-16 Standard Street and Drainage Specifications ascertain its conformance with the Contract Documents. The Contractor shall furnish all reasonable aid and assistance required by the Engineer for the proper observation and examination of the work and all parts thereof. The Engineer and Owner are not responsible for the Contractor's means: methods, techniques, sequences, or procedures of construction; or safety precautions and programs incident thereto. The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all trades; Subcontractors, or materialmen engaged upon this Contract. He shall be prepared to guarantee to each of his Subcontractors the locations and measurements which they may require for the fitting of their work to all surrounding work. Observers may be appointed by the Engineer or Owner. Observers shall have no authority to permit any deviation from the Plans and Specifications except on written order from the Engineer/City Engineer and the Contractor will be liable for any deviation except on such written order. Observers shall have authority, su ject to the final decision of the Engineer/City Engineer, to condemn and reject any defective or and to suspend the work wl tit is not being performed properly. The observer shall in no case act as Contractor; nor interfere with the observer may give the Contractor sh Engineer or Owner in any wa d or rel Contract. Any defective work�a ejected acceptance of the works en thou , estimated for payment an paymer t3 tfen ent or forem or perfo o er uties for the mt of the w k by a latter. tivice which the a va bacon trued as b' i 9e Engineer/City the C`n ,actor from fu Ili all of the tenors of the / L er at any time before final previously overlooked and (2) Accident Prevention. Co tractor s all ex�`ctse proper precaution at all times for the protection of persons and p e ands I responsible for all damages to persons or property; either on or off the s te; w o tZia s a result of his prosecution of the work. The safety provisions of applicable laws��ing and construction codes, including applicable parts of the Arkansas Departmen of r Safety Code, shall be observed. The Contractor shall take or cause to bet e. s'ch safety and health measures; additional to those herein required, as he may deem flee sa r desirable. Machinery; equipment; and all hazards shall be guarded in accord F�"wi * s fety provisions of the "Manual of Accident Prevention in P Construction" ublish b e Associated General Contractors of America. Inc., to the extent that such provisions are Mrffi conflict with applicable local laws. The Contractor shall maintain an accurate record of all cases of death, occupational disease, and injury requiring medical attention or causing loss of time from work, arising out of and in the course of employment on work under the Contract. The Contractor shall promptly furnish the Owner with reports concerning these matters. The Contractor shall indemnify and save harmless the Owner, and the Engineer, from any claims for damages resulting from personal injury and/or death suffered or alleged to have been suffered by any person as a result of any work conducted under this Contract. ST-l7 City of Fayetteville (b) Authority of the Engineer. As the direct representative of the Owner, the Engineer has immediate charge of the engineering details of each construction project; is responsible for the general administration of the Project and has the authority to reject unacceptable material or work and to suspend any work that is being improperly performed. The Owner, with input from the Engineer; will decide all questions that may arise as to the quality and acceptability of materials furnished and work performed and as to the rate of progress of the work; all questions that may arise as to the interpretation of the plans and specifications; and all questions as to the acceptable fulfillment of the Contract by the Contractor. The Engineer, with concurrence by Owner, will have the authority to suspend the work wholly or in part due to the failure of the Contractor to correct conditions unsafe for the workers or the general public; for failure to carry out provisions of the Contract; for failure to carry out orders; for such periods as deemed necessary due to unsuitable weather; for conditions considered unsuitable for the prosecutiZmof he Work; or for any other condition or reason deemed to be in the public interest. CO O. Any unresolved disputes arising under the C writing to the Engineer. Disputes cl m , information set forth in Subsection 10 Engineer shall render a written 8ecihign Contractor's letter and informati • . Shorld a of the Engineer, subsequent.oppea the Cc calendar days of the dec, n i io bgineer ct shall be sib 'used by tile t�tr 2tor in lditional compensation sha contain the aims Adjustment anVD! putes." The ti B� err d � receipt of the u not a resolve y e written decision > of all be su mfi'tF9+ in writing within 60 kh311 be add�r�ss�,airectly to the Owner. OV 105.02 Plans and Sub I 'Is. (a) Plans. Plans will show lines, g 4-de l ils ofgatcures, typical cross sections, and a summary of items appearing o , isaloma,e provided for on the Plans that is not located within the limits of e project as on the plan sheets. Work of this nature may include but is not limited towremo�g items, obliteration, grading, base and surfacing, transitions, etc.. and is con��tleart of the project. The Plans will be supplemented by such working drawings o sketches issued by the Engineer as are necessary to adequately control the Work. (b) Submittals. Shop d(shl:l n ix designs, vendor data, testing reports: certifications. calculations and workingx ' gs for structures shall be furnished by the Contractor as required herewith. They consist of such data and detailed plans as may be required to adequately control the work and are not included on the plans furnished by the Owner. They shall include stress sheets, shop drawings. erection plans, falsework plans, cofferdam plans, or any other supplementary plans or similar data required of the Contractor. Where calculations, plans or design are a requirement of any submittal, such shall be prepared and sealed by a Professional Engineer competent in the applicable field of practice and Licensed in the State of Arkansas. ST-18 Standard Street and Drainage Specifications All submittals shall be submitted to the Engineer for informational and record purposes or for approval as specified for the item of work involved. Contractor shall, in writing. call Engineer's attention to any deviation that the Submittal may have from the requirements of the Contract Documents. The Contractor should anticipate a review period of 15 - 30 calendar days from receipt by the Engineer of submittals. The review of submittals by the Engineer will be limited to checking for general agreement with the plans and specifications. and shall in no way relieve the Contractor of responsibility for errors and omissions contained therein. nor shall such review or approval operate to waive or modify any provisions contained in the Specifications or Drawings. It is mutually agreed that the Contractor shall be responsible for agreement of dimensions and details as well as conformity of its submittal with the Contract plans and specifications. (1) Where a Shop Drawing or sample is required by the Specifications, no related work shall commence until the submittal has been reviewed and approved by Engineer. Any Shop Drawings submitted without the considered and will be returned to him fo variations from the requirements of the C reason, the Contractor shall make specific mefr order that, if acceptable, suitable action ni_ and/or time; otherwise, the Conti o �, It -ot work in accordance with the Conw�n thot V The review of Shop Dra)yin s the Engin Contractor to assist $ executio Drawings shall not r l h Contract accordance with the PI d Specifii au n�, z ontractor's stamp of approval will not be pe resubmission. If any Dr in show ecause standard shop p�cqO r other of such v r i u in his lehSfSontract ransmittal in be taken f pr • er adjustrgeeprice be rPjieMee_ of die respor� • kr executing the %%n accommodation to the Engineer's review of such to perform the work in strict If the Shop Drawing is in a cord'alce�w�ti h the Co�'Ert a or involves only a minor adjustment in the interest of the Owner nc too .Iqg a chtce)i n ntract price or time, the Engineer shall so stamp the Drawing and shall o4ntam m stSlEsthe following: "Corrections or comment a on the shop drawings during this review do not relieve Contractor from c pliance with requirements of the drawings and specifications. This is only for review of general conformance with the design concept of the of ct d general compliance with the information given in the contract doen he Contractor is responsible for: confinning and correlating all quantiue an dimensions; selecting fabrication processes and techniques of construction: rdinating his work with that of all other trades; and perfonning his work in a safe and satisfactory manner". (2) The Contractor shall submit all material; product; or equipment samples, descriptions, certificates, affidavits, etc., as called for in the Contract Documents or required by the Engineer, promptly after award of the Contract and acceptance of the Contractor's bond. No such material or equipment shall be manufactured or delivered to the site; except at the Contractors own risk, until the required samples or certificates have been approved in writing by the Engineer. Any delay in the work caused by late or improper submission of samples or certificates for approval ST-19 City of Fayetteville shall not be considered just cause for an extension of the Contract time. Submit four (4) copies of data for Engineer's review. Each sample submitted by the Contractor shall carry a label giving the name of the Contractor. the project for which it is intended, and the name of the producer. The accompanying certificate or letter from the Contractor shall state that the sample complies with Contract requirements; shall give the name and brand of the product; its place of origin; the name and address of the producer. and all specifications or other detailed information which will assist the Engineer in passing upon the acceptability of the sample promptly. It shall also include the statement that all materials or equipment famished for use in the project will comply with the samples and/or certified statements. Approval of any materials shall be general only and shall not constitute a waiver of the Owner's right to demand firll compliance with Contract requirements. After actual deliveries. the Engineer will have such check tests made as he deems necessary in each instance and may reject materials and equipment and accessories for cause; ekn though such materials and articles have been given general approval. If materials; equi e or ccessories which fail to meekcheck tests have been incorporated in the work; the En ' vtt11 hav e right to cause th�rety val and replacement by proper materials or to deman� secure su a aration by�rron�ractor as is equitable; at the Contractor's expens v Except as otherwise specifically state i the cntra th c "sfs of sampli gt�nZl'te``s[ing will be divided as follows: � (a) The Co t aeto shall furnish�vi out extra eo�tscluding packing and deli v a't Le , all sar required f esn g purposes; except those samples n on the }the E 'rveerlk (b) The Contractors IlZ� e all core -testing materials which fail to meet Contrac utrements- (c) The Contractol shall �aur�e I costs of testing materials offered in substitution for those d cienr The contract price will include th cat of (furnishing all required working drawings; record drawings and other submittals* 105.03 Conformity wi>yh Pl nsand Specifications. All work perfonned and all materials furnished shall bt♦ reasonably close conformity with the lines. grades, cross sections; dimensions, and material requirements; including tolerances; shown on the plans or indicated in the specifications. Unless otherwise specified, in the event the materials or the finished product in which the materials are used is not within reasonably close conformity with the plans and specifications but reasonably acceptable work has been produced, the Engineer/City Engineer shall determine if the work shall be accepted and remain in place. If the work is accepted. the Engineer/City Engineer will document the basis of acceptance by Contract modification that will provide for an appropriate adjustment in the contract cost for such work or materials. ST-20 Standard Street and Drainage Specifications In the event the materials or the finished product in which the materials are used or the work performed is found not to be in reasonably close conformity with the plans and specifications and have resulted in an inferior or unsatisfactory product; the work or materials shall be removed and replaced or otherwise corrected at no cost to the City. 105.04 Coordination of Plans, Specifications, and Special Conditions. These Specifications including General Provisions and Technical Specifications, the Plans, Supplementary Conditions, Special Provisions and all other supplementary documents are essential parts of the Contract; and a requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all trades, Subcontractors, or materialmen engaged upon this Contract. He shall be prepared to guarantee to each of his Subcontractors the locations and measurements which they may require for the fitting of their wo o all surrounding work. In addition, the Specifications includ r e ces the Arkansas Og y and Transportation Department's Standard Spec lations for t y Constr �t,tionof 1996 and 2003 (AHTD Standard a ieauons). The p � rtions of IiD Standard Specifications, which are reference in hese sppe tcations. are heincorporated by reference. • 1/ ` All work shall conform tp a p 7 bile section City of Fa tte ille Code of Ordinances and to the City of Fay , to mimum Sf et tandards�n e of discrepancy, the most stringent requirem t, #NVV7 pply. ity of F e evt le Code of Ordinances and Minimum Street Standhd are here', c rporate y efe, nce. The Contractor shall not take ad an of any a ar nt error or omission on the plans or in the Contract Documents. 11 iscove '' g su error or omission shall notify the other party when the discovery t made. The n eer will then make such corrections and interpretations as may be d6eme n ces� for fulfilling the intent of the plans and specifications. 105.05 Cooperation by Co tractor. The Contractor will be supplied with a minimum of two sets of approved plarts�a ,¢tracts, one set of which shall be kept available on the project at all times. The Contractor shall gie work the attention necessary to facilitate the progress thereof and shall cooperate fully with the Engineer/City Engineer, inspectors, and other Contractors. The Contractor shall have on the project at all times an agent who is a competent superintendent capable of reading and thoroughly understanding the plans and specifications and thoroughly experienced in the type of work being performed. The Superintendent shall be satisfactory to the Owner and the Engineer. on the work at all times during working hours with full authority to supervise and' direct the work and who shall be the Contractor's agent responsible for the faithful discharge of the Contractor's obligations under the Contract. During ST-21 City of Fayetteville working hours; the Contractors superintendent shall be equipped with a mobile phone or other communication device suitable to the Engineer for contact by the Engineer or Owner. The superintendent shall receive instructions from the Engineer/City Engineer and shall have full authority to execute orders or directions of the Engineer/City Engineer without delay and to promptly supply such materials, labor, equipment; tools; and incidentals as may be required. Such superintendent shall be furnished regardless of the amount of work sublet. The Owner shall have the authority to require the Contractor to remove from the work any incompetent or insubordinate superintendent. 105.06 Coordination and Cooperation Between Contractors. The Owner reserves the right at any time to contract for and perform other or additional work on or near the work covered by the Contract. When separate contracts are let adjacent to or within the limits of any one project; the work of each Contractor shall be conducted so as not t santerfere with or hinder the progress or completion of the work being performed by other CSntractors. Contractors working,06 the same project shall cooperate with each other. � It is understood and agreed that the Contfac ronstdered in th id the slat . th existing Contract or Contracts at the time ofdd�fi g a d will arrange to coordinatdas hedule the work jointly with the other affecte C�©itntra tors ir� o complet h Tvrrk within the time allowed in the Contract. V If. through acts of neglee-o io gh regulations by the Con c.! , an. other damage on the work; thctor shall agreement or arbitration; if such othe 9 Contractor or Subcontractor shall as t ai alleged to have been so sustaine le own expense any suit based upon suchck shall be allowed, the Contractor s all I and expenses in connection therewith. N failureE o c mply wi a� applicable Goverment Cd>Uactt or any S co. tractor shall suffer loss or 01 Ath such Qier ontractor or Subcontractor by traitor or c n`ti�a for will so settle. if such other Iy aim agar st t�} Owner on account of any damage ner willktotify t is Contractor, who shall defend at his timt��a, , i nyjudgment or claims against the Owner IA such judgment or claim and pay all costs IV Contractors involved shall assumia<' liability, financial or otherwise, in connection with their own Contracts and shall Iio ctt R 1�d save harmless the City of Fayetteville from any and all damages or claims tha a e because of inconvenience, delay; or loss experienced because of the presence and ope ations of other Contractors working within the limits of the same project. Contractors shall arrange their work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project, and shall join their work with that of the others in an acceptable manner, and shall perform it in proper sequence with that of the others. 105.07 Cooperation with Utilities. The Plans indicate various utility items; some of which are to be relocated or adjusted by the utility owner, and others that are to be relocated ST-22 Standard Street and Drainage Specifications or adjusted by the Contractor. The City will notify all known utility companies; all known pipe line owners; or other known parties affected; and endeavor to have all necessary adjustments of the public or private utility fixtures; pipe lines; and other appurtenances within or adjacent to the limits of construction made before construction begins. Water lines; gas lines; wire lines; service connections; water and gas meter boxes; water and gas valve boxes; light standards; cableways; signals; and all other utility appurtenances within the limits of the proposed construction that are to be relocated or adjusted are to be moved by the owners of such facilities except as othei-ise provided for in the Contract or as noted on the plans. The Contractor shall consider in the bid all of the permanent and temporary utility facilities and appurtenances in their present, relocated; or proposed positions. No additional monetary compensation will be allowed for any delays, inconveniences; or damages sustained due to any interference from the utilities or appurtenances or from the operations of relocating them. It is the Contractor's responsibility to have all its roes located before constructio begins. it Any costs incurred due to damaged utilit li all be borne by the ith no exceptions. All work in this contract shall be cc dance with the Arkansas&r,round Facilities Damage Prevention Act. The C�>�iM t2r"§hall abtdkj y most c on of this Act. 105.08 Inspection and O f rvation of ts�f� the Work shall be sub'ecl tction by tt� the Work shall be sui0%bservatio designated representafihall be ra fled shall be furnished with such info a io and for the Engineers observation an o the observations by Engineer/ Weer not relieve Contractor from his 7ligation to_pe%,r Documents. /1 _X C,PAII mater115%nd each part or detail of er. All a and each part or detail of pneer. ' he ngmeer and Owner and their rtaPress to all parts of the Work and tthe Contractor as is necessary to r, observation and inspection.. Neither ion, tests or approvals by others shall the work in accordance with the Contract The Contractor shall notify the En meeettfficiently in advance of backfilling or concealing any facilities to permit proper bstion. If the facilities are concealed without approval or consent of the Engineer; th2 O tra r shall uncover for observation and recover such facilities all at his own expense, n n u sted by the Engineer. Observation of materiaQn)appurtenances to be incorporated in the Improvements embraced in this Contract may be made at the place of production; manufacture or shipment; whenever the quantity justifies it, and such observation and acceptance; unless otherwise stated in the Technical Specifications, shall be final, except as regards (1) latent defects, (2) departures from specific requirements of the Contract, (3) damage or loss in transit, or (4) fraud or such gross mistakes as amount to fraud. Subject to the requirements contained in the preceding sentence, the observation of materials as a whole or in pan will be made at the project site. ST-23 City of Fayetteville All condemned or rejected work shall be promptly taken out and replaced by satisfactory work. Should the Contractor fail or refine to comply with the instructions in this respect. the Owner may, upon certification by the Engineer; withhold payment; proceed to terminate the Contract. or perform work as provided herein. When requested by the Engineer/City Engineer at any time before acceptance of the Work. the Contractor shall remove or uncover such portions of the finished work as may be directed. After examination; the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering or removing and the replacing of the covering or making good of the parts removed will be paid for as extra work. Should the work so exposed or examined prove unacceptable; the uncovering or removing and the replacing of the covering or making good of the parts removed shall be at the Contractor's expense. Any work performed or materials used without sp�`c ion by the Engineer/City��eer may be ordered exposed; and/or removed an re a at nggg���cost to the Owner"�fl$ the Engineer/City Engineer or inspector failed to t s ct after IRa�ttg, been given s;nable notice that the work was to be performed��ub � C \`` When any unit of government, polio al ivisionaal�d orpora[' ' er agency is to pay a portion of the cos of th�Work cu e y the I nt c ; its respective representatives shall have the r g to inspect e�1�1Ugr . Such ' spec on shall in no sense make any unit of govern en �. 1_imcal subdifm 'on. railroad • -rp xa°ion. or other agency a party to the Contract, an _ s 11 in'hmo wayffin��f �rf ge vith the is �f either party [hereunder. 105.09 Removal of Unacceptab�l^e� rp naut Druz Work. All work that does not comply with the requirements of th llcohtr t will b�nss' ered unacceptable. Unacceptable work; whether the result of o rkmansim. useof unacceptable materials; damage gence, or any*ot er use. found to exist before the final through carelessness, negli acceptance of the Work; or du ing th a�r art period specified in Subsection 109.18 `'Warranty and Guarantee", shall be rem vei �nFd replaced in an acceptable manner at no cost to the Owner. Work performed contrary any instructions of the Engineer/City Engineer: work performed beyond the lies wn on the plans or as established, except as herein specified; or any extra work i fo without authority will be considered as unauthorized and will not be paid for ill provisions of the Contract. Work so performed may be ordered removed or replac�2d_ , at _no cost to the Owner. Should the Contractor fail to comply with any order of the Engineer/City Engineer; the Engineer/City Engineer will have the authority to cause unauthorized work to be removed and unacceptable work to be corrected or removed and replaced and to deduct time costs from any moneys due or to become due the Contractor. 105.10 Authorized Changes. All changes to the Plans performed in the field shall be reviewed; approved and authorized by the Owner prior to proceeding with the work. Any ST-24 Standard Street and Drainage Specifications changes to the Plans without authorization may result in removal of such item at the Contractor's expense and/or nonpayment for the work. at the discretion of the Owner. Verbal authorized changes to the Plans in the field will not be considered for additional quantities or compensation, unless they are followed by written documentation within 24 hours. Any authorized changes to the Plans which are approved by the Owner for additional compensation shall be in written form indicating all items of work involved and the cost for each item, and will be submitted to the Owner prior to proceeding with the work involved. 105.11 Substitution of Materials and Equipment. If the Contractor desires to use a material, method or type of equipment other than those specified in the Contract, authority from the Engineer/City Engineer to do so must be requested. The request shall be in writing and shall include a full description of the materials, methods and equipment proposed to be used and an explanation of the reasons for desiring to make the change. Prior to proposing any substitute material, method or type of equipment, the Contractor shall satisfy itself that the material, method or type pment proposed is, in facte�Gtt�al to that specified, that such material or type of eq n ill tit nto the space allo fey �It it such material or type of equipment affords coK ble ease o i erations, n fiance and service, that the appearance: Ion v :and that b re son of co vi gs, reduced �°� construction time, or similar deibl benefit t,e ubstttution ma al! method or type of equipment will be in Owner OwnesVnntee SsNlt The burden of proof of eaua1f a propose - ution for a s e 'fled material. method or type of equipment sh I 1 writing with suffici t equitable decision on e data and certificates for pri a manufacturer other than species other than those sl sole judge of whether or n specified. Approval of a substitution shall with all requirements of th the parts of the Work caus%'Ry n the Con ac r. Contr cto all support its request in and o e s to t t e Owner to make a fair and of sal. n act • shall submit drawings, samples, urto mat ria ny material or type of equipment by sp ced or br��d�'"ame or model number or of generic d ill be c�pr ttsideTd a substitution. The Owner will be the substitflti(% isslequal in quality, utility and economy to that 'i reli ` (Contractor from responsibility for compliance It?,act. Contractor shall bear the expense for any changes in Substitutions will Abe in those instances where the product is intended to accommodate artistic design, specific function or economy of maintenance. No change will be made in basis of payment for the construction items involved nor in contract time as a result of an authorized change in methods or equipment under these provisions. 105.12 Construction Layout. The Engineer/City Engineer will establish a limited number of control points and associated benchmarks for the contractor's use in establishing lines, grades, profiles, structures, and other associated items of work. In general, the control ST-25 City of Fayetteville points will be located approximately 500 feet apart along the project. All other construction staking will be the responsibility of the Contractor. The Contractor shall provide a sufficient workforce skilled in construction layout to establish all lines; slopes, profiles, and structure locations necessary to construct the project according to the plans. When section 111, "Roadway Construction Control" is included in the proposal then the Contractor shall comply with the requirements and provisions of such. 105.13 Maintenance During Construction. The Contractor shall maintain the work during construction and until the project is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day. with adequate equipment and forces, to the end that the roadway or structures are kept in satisfactory condition at all times. The Contractor shall be responsible for the maintenance of existing drainage ditches and channels within the right-of-way limits, including construction easements if any, from the date all work is begun on the project to the datesof its final acceptance. This is not a requirement that the Contractor improve existingrfaige ditches and channels. e c lgit as shown on the plans or directed by the Engineer Clneer. The Contractor sh�aJ lrt�rjtain waterways in such condition that dam, ge to the to a14'property wli �n iDresult from the Contractors operations. Obstrt of natural flow i waterways IiSpiIing or storing materials, or by placement o n nt or scup s wit out prov�for adequate bypassing of such natural flow. willotbe permute col c ions of Wen debris that prohibits or inhibits normal fncttgn of fflinage i r shall be rgl v promptly. All costs of maintenance �� be paid for separately,4 contract unit prices bid fi is accepted will not •ed included in the If the Contractor. at any time. fails co iby with t pr isions of this subsection, the City will itmediately notify the C am of suc oncompliance. If the Contractor fails to remedy unsatisfactory maintena`n%cee within 24 urs After receipt of such notice. the City may immediately proceed to maintain the p le t a�i a entire cost of this maintenance will be deducted from moneys due or to becom%de Contractor on the Contract. 1W All roadway cuts shall be tern or it or permanently repaired in accordance with Section 405, "Asphalt Concrete Path�j Maintenance of Traffic" within 24 hours of the completion , of trench b 1FRI1 `tgr th work, or segment of work, which required the excavation and/or cut. Section 106. Control of Material 106.01 Quality Requirements. The materials used in the work shall meet all quality requirements of the Contract. Quality control, to insure that materials and workmanship, prior to and after, being incorporated into the work meets the requirements of the Contract, is the sole responsibility of the Contractor. Testing required for Contractor's quality control. ST-26 Standard Street and Drainage Specifications certificates of compliance, mix designs and manufacturing of materials, and as needed for Contractor's operations shall be provided by the Contractor and the costs therefore will not be paid separately but full compensation will be considered included in the contract unit prices bid for associated items. All Quality Assurance testing, to insure that the materials and workmanship as a final product meets the requirements of the Contract; will be accomplished and paid for by the Owner. The costs for any retesting required in areas failing to meet the specified requirements shall be paid for by the Contractor. The materials furnished and used shall be new, except as may be provided elsewhere in these specifications, on the plans or in the Special Conditions. The materials shall be manufactured, handled, and used in a workmanlike manner to ensure completed work in accordance with the plans and specifications. 106.02 Sources of Supply. To exped Contractor shall notify the Engineer/City E delivery. The Contractor shall furnish w' Inspection and tests may be performed by t but it is understood that such inspec on an of incorporation in the work, in o v� s a such materials nor, of continued 'acceptance which inspections and tests M�ye becK-made. ♦ ^�r�'j The Contractor shall s I respons quantity required ari f e elivered Co,� shall be furnished by t ntractor. � 106.03 Samples, Tests ankCi and tested by the suppl incorporation in the Work. ork in or written permission of tl EnL Subsection 105.09 "Removal of U a ite he inspection and testing of materials, the ng f proposed sources of matotIL before h rge such samples as mk c��r quired. gineer o is design0't d t mg firm; �d tests, if made t any po'n •than the point II be con eyed as a guara acceptance of of is presume milar to that upon it for ore eri 'als of the quality and jy10 such mate 'al Materials needed in the work Btherw' e s ate in the Contract. ieci:cati ns. All materials will be inspected as Mquired by these specifications before an $ted materials are used without the approval Engineer shall be treated as provided in Ire or Unauthorized Work." Whenever a reference is kiaq e rthe specifications to a Federal Specification. or to a specification or test deso�n f the American Association of State Highway and Transportation Offici 9�'4mer can Society for Testing and Materials, American Water Works Association, or any &her recognized national organization, it shall mean the year of adoption or latest revision of the specification or test designation in effect on the day the advertisement for bids is dated. When a specific reference is made to a dated specification or test designation, the revision in effect on that date shall apply. When requested, the Contractor shall furnish a complete certified statement of the origin, composition, and/or manufacture of materials that are to be used in the Work. 106.04 Certification of Compliance. The Engineer/City Engineer may permit use of certain materials or assemblies prior to sampling and testing if accompanied by a Certificates ST-27 City of Fayetteville of Compliance stating that such materials or assemblies fully comply with the requirements of the Contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the Project must be accompanied by a Certificate of Compliance and clearly identified. Materials or assemblies used on the basis of Certificates of Compliance may be sampled and tested and if found not in conformity with Contract requirement will be subject to rejection whether in place or not. The form and distribution of Certificates of Compliance shall be as approved by the Engineer/City Engineer. 106.05 Plant Inspection. The Engineer/City Engineer may undertake the observation of materials at the source. In the event plant observation is undertaken the following conditions shall be met: • The Engineer/City Engineer shall have Contractor and of the producers of materr�la. • The Engineer/City Engineer shal as may concern the manufacture, Adequate safety measures shall It is understood that the I to incorporation into thI after the sample have be( meet the requirements of and Engine resNN the have /6eehd and :ooperation and assistance/Z�t the ie W� at all a es to such a o the plant t 1 materials bein�is ed. n�:t r%je�t all mat�rr atjon3or cons IN, i all materials prior at the source of supply when retested, do not 106.06 Storage of Materials�a'tera shat be s�ored as to assure the preservation of their quality and fitness for e work n i accordance with requirements of the � q Specifications; or if not covered t the S� ifitca'eio s; in accordance with the manufacturer's recommendations. Stored materials, e6e ugh approved before storage, may again be inspected before their use in the work. o ed materials shall be located so as to facilitate their prompt inspection. Portions f e right-of-way not required for public travel may be used for storage purp, lacing of the Contractor's plant and equipment; if approved by the Engineer s t aW a"dditional space required therefore must be provided by the Contractor, and at no cost e Owner. Private property shall not be used for storage purposes without written pe atssion of the owner or lessee, and if requested by the Engineer. copies of such written pemtission shall be furnished. All storage sites shall be restored to their original condition by Contractor at his expense. Construction materials may not be stored in the roadway for more than five (5) days after unloading. 106.07 Handling Materials. All materials shall be handled in such manner as to preserve their quality and fitness for the work. Aggregates shall be transported from the storage site to the Work in tightly covered vehicles so constructed as to prevent loss or segregation of materials after loading and measuring so that there may be no inconsistencies in the ST-28 Standard Street and Drainage Specifications quantities of materials intended for incorporation in the Work as loaded and the quantities as actually received at the place of operations. 106.08 Unacceptable Material. All materials not conforming to the requirements of the specifications at the time they are used shall be considered as unacceptable and all such materials will be rejected and shall be removed immediately from the site of the work unless otherwise instructed by the Engineer/City Engineer. No rejected material. the defects of which have been corrected; shall be used until approval has been given. 106.09 Owner -Furnished Material. The Contractor shall furnish all materials required to complete the Work; except those specified to be furnished by the Owner. Material furnished by the Owner will be delivered or made available to the Contractor at the points specified in the Special Provisions. The cost of handling and placing all materials after they are delivered to the Contractor will not be paid for separately, but full compensativstherefore will be considered included in the contract unit price(s) bid for the item(s) with whi;,6h�Fjey are used. �� The Contractor will be held responsible for I material d •i ed by the 0 er'ttjrtt rough this arrangement. Deductions will be ma oii any moneys e the Cont ct r tt make good any shortages and deficiencies; f y@ause whatsoever: or any d a Nat may occur after such delivery: and for any d m rrr char&eriai�s �V 106.10 Salvaged Matter) All salvaaed in r 1ple condition including pavement millings, wate�a rain property of the Cit �ofy�tteville. Engineer/City Engine�i o designate be disposed of by the Contractor at n 106.11 Automatically C htrolted Equ of the automatic controls ockrrs won stakes, equipment may be operated anus rr i working days, provided that such e a meetin the S ecifications elves, fist' other items, remain the shall die er items to location directed by atioems not considered of value shall it?/Whenever a breakdown or malfunction printers, batch plants; or mixing plants. the :r methods for a period not to exceed two Dds of operation produce results otherwise b p Section 107. Qu�y�ontrol Requirements 107.01 Description. This section shall set forth the requirements for Quality Control; including material testing and submittal requirements. 107.02 Submittal Requirements. Submittals shall comply with subsection 105.02, "Plans and Submittals" and the following: ST-29 City of Fayetteville All submittals required by the contract shall be submitted and approved before associated work is begun. Sufficient copies shall be submitted for the Engineer to retain two copies. the City to receive two copies and the Contractor to receive a minimum ofone approved copy. The following submittals are required: 1) Project Schedule 2) Concrete Mix Design(s) 3) Asphalt Mix Design(s) 4) Concrete Pipe Certifications 5) Precast Box Culvert Shop Drawings and Hydraulic Design 6) Listings of Project Personnel and Contact Phone umbers 7) Traffic Control Plan 8) Striping Material 9) Reinforcing Steel Fabrication Dr vi ` 10) Signal Equipment 11) Other Submittals as q, steiPby the En tgg�egr try En e The Engineer/City Engineer will rev' all u b m i t s p p y and notify the contractor of their approval or denial. The contra for h5411 have a ro d submittals before beginning any associated work. Any work ac�otTt ,lit ed befor . appro ed submittals are received is subject to rejection and removal from thi ob at theca ra rs expense. 107.03 Material Submittals. As a ntum. the following material submittals will be required: 1) Samples of on -site soils � t�he e soils are to be used as fill in the roadway. The Engineer/City Eng' lar5,, t) -mine the number of samples to be taken. 2) Samples of soils toed as borrow material. 3) Samples of material to be used as aggregate base under the roadway. One sample will be required initially. Additional samples will be taken during placement of aggregate base if deemed necessary by the Engineer/City Engineer. 4) Samples of material to be used as topsoil. Alternatively; the Engineer/City Engineer will inspect the site from which the topsoil is to be taken to determine its acceptability. All material samples shall be taken in the presence of a representative ST-30 Standard Street and Drainage Specifications from the Quality Assurance (QA)/Quality Control (QC) Laboratory. Other submittals may be required as determined by the Engineer/City Engineer. 107.04 Testing, Observation and Inspection Requirements (a) Field Observations and Inspections. The Construction Observer will be on -site during all work which is to be paid for under the contract. The contractor shall provide one person as its on -site representative to receive instructions from the Engineer/City Engineer. This person shall be qualified and experienced in job superintendence. The Contractor's representative shall be on -site daring all work that is to be paid for under the contract. If the Contractor's representative is not on -site; the Engineer/City Engineer may order all work be stopped until such time as the contractor's superintendent returns to the job site. The Contractor shall provide at least 24 hours Unless otherwise specified; the City will assurance/quality control (QA/QC) labora testing will be scheduled with the Q�'/%G The Contractor shall provide or'�3 '� aw�a advance notice for any concrete placement. �12telat its expense. an indel� en t quality 9 accompl>ss quality assur-e�esting. All and the Co actor by t �r Engineer. Sam �l as of materia cored by these specifications as well as any th r matenal ♦d eir�Ei Vnecess e Engineer/City Engineer. (b) Testing Requiremeri Contract6 ss I inform e "struction Observer at least 24 hours in advanc o equired testr�sia. he folio g the minimum sampling and testing fi•equency requ` ed �% O 1) Cross Drain Backfill: in' of one ensi test per layer of material placed per pipe or box culvert do 2) Storm drain/utility NOe bac 1`. um of one density test per 500 lineal feet of pipe or portion thereof whipe is located in the street or under the curb and gutter. 3) Embankment: mipiZSone density test per layer per 500 lineal feet of roadway or portion there `�� 4) Subgrade: min' nt n of one density test per 500 feet of roadway with a minimum of three density tests per project, and one sieve analysis and plasticity index test per project per material type for Subgrade soil classification. 5) Imported Embankment and Subgrade Materials. (1) One moisture/density relationship test (AASHTO T-99 with Note 7. or AASHTO T-180 with Note 8) shall be taken at the beginning of the project, and one additional moisture/density relationship test shall be taken for every 5000 cubic yards of imported material. ASTM testing methods for ST-31 City of Fayetteville moisture/density relationships may not be used for embankment and subgrade materials. (2) For every 20 density tests performed in accordance with the testing frequency for subgrade and embankments; a one -point moisture/density test shall be taken per AASHTO T 272. 6) Aggregate base course: minimum of one density test and one depth measurement (depth sounding) per 500 lineal feet of roadway; with a minimum of three density tests and three depth measurements per project; minimum of one gradation test per project. 7) Asphalt Concrete Hot Mix. Testing shall be as specified in Section 403. Core holes shall be filled with non -shrink grout mix by the Contractor. All holes shall be protected from traffic until the grout has cured. 8) Concrete for Drainage Structures and three concrete cylinders per day's concO junction boxes. and manholes. Other pi of cylinders per 30 cubic yards will be conducted at the time f�,c�ylin i seven days and the other twoWvilNj be brol 9) Concrete for Curb and GLtter. A min per 500 lineal feet ��� gutter or�i at seven days an h oEh two will be7ic r anholes. A minimum oOd-gts, of Dent will be required for dents will epled at th set placed. Slump and ai5,5 r frr�nment tests parau �n One cylinde�be broken at 3 * 2� tm�of one set o� th. a concrete cylinders Non thereof�a.linder will be broken n at 28 claws. I 10) Concrete PavemenP A ml ,Mm of one '4tht�e concrete cylinders per 500 lineal feet of pavement or rt I Jereof; th minimum of one set per project. The set shall be broken n and 28 ays a escribed above. Also; one core and depth measurement per 5� Imeal fert c mplete pavement with a minimum of one per project. Core holes shall be 1• ed`�,vrth non shrink grout mix. All holes shall be protected from traffic until the N7 ured. (c) Provisions for Acceptance oS�AInspecification Materials. This section provides for corrective actions to be take Kv'il test results indicate nonspecification materials or workmanship have been Teo o Nest the project. Any penalties, which are assessed; will be deducted from the ontra t price. 1) Density for Embankment; Subgrade; Pipe Backfill; and Crushed Stone Base Course: Recompact until the minimum density is obtained. 2) Depth of Crushed Stone Base Course: The depth of the crushed stone base shall be within plus or minus one-half inch (±'/") of the required depth. 1f the deficient depth is greater than one-half inch ('/"); additional material shall be added to reach the required depth. This material shall be incorporated into the existing material by the use of rippers or other equipment extending a minimum of 3 inches into the existing material. ST-32 Standard Street and Drainage Specifications 3) Depth and Density of ACHM Binder and Surface: Depth and density requirements shall be as specified in Section 403 "Asphalt Concrete Hot Mix" of these specifications. 4) Surface Tolerance of ACHM Surface: Surface tolerance of ACHM Surface shall be as specified in Section 403 "Asphalt Concrete Hot Mix" of these specifications. 5) Concrete Strength: The average 28-day compressive strength of the two cylinders of a set shall be at least the required strength of the concrete specified. If the average strength is lower, the following penalties will be assessed: % of Minimum Strength % Reduction in Contract Price 92-100 10 85-92 25 Below 85% Remove and Replace 6) Concrete Pavement Depth: The conoUTEjavement depths shall minus three -eighths inch (± 3/8") f t e�squire(�,,de th plus an required as a result of a deficie$ base dep�The ave measurements shall not be IZSXVII the requi ed d th, and an plus three -eighths inch ( -1 not be use 4 computi the average depth is less- th3& n�he requi dire th, the P 't wi g assessed: v be w hi lus or y ad' 1 depth eye o all depth lepth in excess of verage depth. If penalties shall be D cie a th % etlu ion in Contract Price Re to 1/8 inc I 1/8 i i to 1/4 i4h 3 1/4 inch to 3 i`i1i 7 3/8 incNIL-Nafth OV 15 1/2 inch 8 m h . 25 5/8 inch to 3/4 inc `e 40 More than 3/4 i Remove and Replace NO 7) Concrete Pavemegt�uCet (: The finished pavement surface shall have a maximum deviation of A to with a 10' straight edge parallel to the flow of traffic. slop Pavement cro Se hall vary by no more than 1/8" in 10' when tested with a straightedge. Grinding shall be performed. if necessary, to remove any deviations in excess of '''A". The grinding equipment shall be power driven and specifically designed to smooth and texture portland cement concrete by means of diamond blades. Areas that have been ground shall be re -grooved by grooving in accordance with subsection 601.16 for Class 7 surface finish, to provide a uniform texture equal in roughness to the surrounding pavement. ST-33 City of Fayetteville In addition to these requirements, if any individual test falls below the minimum requirements, the area represented by this test shall be assessed the appropriate penalty under the applicable section above. 107.05 Testing and Material Specification. These Specifications reference AASHTO Standards for testing and material. Unless specifically stated otherwise; the corresponding ASTM Standard will be allowed in lieu of the AASHTO Standard. Section 108. Legal Relations and Responsibility to the Public 108.01 General. The Contractor shall keep fully informed of all Federal and State laws: all local laws, ordinances; and regulations, and all orders and decrees of bodies or tribunals having any jurisdiction or authority which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. Further, the Contractor shall at all times observe and comply with all tnt �, ordinances, regulations, (rai ttLines. orders, and decrees; and shall protect and indthe City and its representatiWss aag�inst any claim or liability arising from or based violatio0 ysuch la rdt'hance, regulation, order, or decree, whether byhtractor or the Cc ractors e _ ee . All work pertaining to Electrical_ Nun` i b and/o 131 strict accordance with governing eder State, Cit particular attention to the cVrr�itions of tthe��Ar t National Electrical Code aadap ds v the Nah al ire The Contractor shall comi`FFV`th applic3b e Of health; and sanitation. Tfie Contrac protective equipment and take an th a, employees on the project and tft af6%of t with the performance c the work covered by Crafts haNbe performed in I Cod JIN ordinances, with t. to ibing Code and the a'rlfi-focal laws governing safety, sa eguards, safety devices. and to protect the life and health of to protect property in connection Unless specified elsewhere in these sAcif'[ions; the work involved or the delay or cost incident to compliance with these egul ions will not be paid for separately, but full compensation therefore will bec psi eyed included in the contract unit prices bid for the various items of the Contract. *` 108.02 Hazardous Substance. If the release of a suspect hazardous substance has occurred, the Contractor shatAotify the Engineer/City Engineer. This will not relieve the Contractor or responsible parties of the obligation to notify other appropriate agencies and will not relieve responsible parties of any liability. Commonly used materials which could be potentially hazardous substances if they are spilled or enter waterbodies are: asphalt materials, concrete, cement; paint; solvents, petroleum products, fertilizers; concrete curing compound, lime, linseed oil, asphalt additives, and concrete additives. This list is not all inclusive. ST-3d Standard Street and Drainage Specifications Notification should be made if. at any time, there is an indication of a spill. Indicators could be: • Leaking or empty containers; surface staining, chemical odors; vegetation damage. etc. • Oil, grease or petrochemical substances, which produce residue, coat the banks and/or bottoms of a waterbody, or produce a visible; colored film on the surface. • Distinctly visible solids; scum. or foam of a persistent nature, or slime. bottom deposits, or sludge banks in a waterbody. 108.03 Permits, Licenses, and Taxes. Unless specified otherwise in these Specifications, the Contractor shall procure all pen -nits and licenses, pay all charges, fees and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. These costs will not be paid for direkNyy, but will be considered included in the contract unit prices bid for the various items f t�i�0 ntract. �4'w The Owner will obtain any railroad and Ar nvs H/ighwa. d4Transport i n�3e_Jpartment permits when required. The Contractor shall obtain and a f�ll per a ie t n fees and e'r�d costs resulting from a request by the Cent ctor t ubstitute aten ?s or desi ns r those shown on the drawings or specified in the ��citicahons.A 108.04 Patented e. _i es, Materidrs+ aan`d Proce %Contractors employing any design, device, materi process �id<by letters ppytent or copyright shall provide for such use by suitable legal agree it h th pa "t�e�+or owner. Contractors and their Sureties shall indemnify and sa, a e the 'wne . any affected third party, or political subdivision from any and a s for ifringt by reason of the use of any such patented design, device, m ria ! or pro ess or any trademark or copyright, and shall indemnify the City of Fayet ville r nj� ts, legal expenses, and damages that it may incur by reason of any infringe m t a any time during the prosecution of or after the completion of the work. 108.05 Restoration oh Sues Opened by Permit. The right to construct or reconstruct any utility SVPNVic in h?highway or street, or to grant permits for such work, at any time, is hereby ex essl reserved by the City of Fayetteville or the proper authorities of the political entity in - e jurisdiction the work is done and the Contractor shall not be entitled to any damages either for the digging up of the street or for any delay occasioned thereby. Any individual, fine, or corporation wishing to make an opening in the roadway must secure a permit from the proper authority. The Contractor shall allow parties bearing such permits, and only those parties, to make openings in the roadway. When ordered by the Owner, the Contractor shall make in an acceptable manner all necessary surface repairs due to such ST-35 City of Fayetteville openings and such necessary work will be paid for as extra work, or as provided in these specifications. and will be subject to the same conditions as original work performed. 108.06 Sanitary Provisions. The Contractor shall provide and maintain in a neat. sanitary condition such accommodations for the use of the employees as may be necessary to comply with the requirements of the State and local Boards of Health; or of other bodies or tribunals having jurisdiction. Drinking water shall be provided from an approved source. so piped or transported as to keep it safe and fresh and served from single service containers or satisfactory types of sanitary drinking stands or fountains. All such facilities and services shall be furnished in strict accordance with existing and governing health regulations. 108.07 Public Safety and Convenience. The Contractor's work shall at all times be conducted so as to assure the least possible obstruction to traffic. The safety and convenience of the general public and the residents along the street and the protection of persons and property shall be provided for by the Contractor as specified by these Specifications and as directed by the Owner.. �► All roadway cuts shall be temporarily or perm'a"'I 405, "Asphalt Concrete Patching For Mainteatt completion of trench backfill for the or excavation and/or cut. The Contractor shall be responsible fo roviding areas where existing fencing It ed under t % temporary fencing as a pa er subseclI _ n temporary fencing is nvt%nprudeg as a pay a that is suitable for the re dyed use shdle supf separate payment shall be made fQ �th' mpoq fencing is not included asap iteth the pi Pepaired in accordance %U, Oe ion of Tra t tthin 24 �0 TNT f the egment o work. whitegTired the i�-TW� to contr,' Ii�s[ock and pets in mract. The ay elect to include 2. "Fenc s3' . ' hese Specifications. If in the o I, then temporary fencing all be a subsidiary item, and no I f c nn Additionally, if temporary s ' then permanent fence if included within the plans and/or the prop-T af. ay be •nstruc ed initially, or in lieu of temporary fencing. T The Contractor shall not create a public s` while performing the various operations of the work. Excessive noise between he ho rs of 10 P.M. and 6 A.M.. dust from haul roads. County roads. or State roads, and t lu tracked onto City. County or State roads or streets by equipment may be considered' ee try to be a public nuisance. The Contractor will be re onsyi, le for maintaining U.S. mailboxes within the project limit s to such a manner that the u "lie may receive continuous mail service according to U.S. Postal Service regulations. Unless otherwise provided, upon completion of the project. mailboxes will be replaced as near as practicable to their original location. 108.08 Railway Provisions. All work on railroad property shall be accomplished in strict compliance with the plans, these specifications, and such Special Provisions as are appropriate to the Contract. If the work near the railway requires a permit. the Contractor shall be responsible for acquiring this permit and adhering to the permit requirements. ST-36 Standard Street and Drainage Specifications All work to be perforned by the Contractor in construction on the railroad right-of-way shall be performed at such times and in such manner as not to unnecessarily interfere with the movement of trains or traffic upon the track of the Railway Company. The Contractor shall use all care and precaution to avoid accidents, damage; or unnecessary delay or interference with the Railway Company's trains or other property. Plans for all sheeting or cofferdams for foundation work adjacent to operated track, and plans of falsework, staging, protective sheeting, or other temporary construction near the operated track shall be approved by the Railway Company. The Contractor shall construct the work according to the approved plans. 108.09 Work Within Regulated Floodways. All work within regulated floodways shall be accomplished within the requirements of all pen -nits issued by the Federal Emergency Management Agency (FEMA), Corps of Engineers (COE), The State of Arkansas, the City, or other applicable agencies, and with Section 110 of the AHTD Standards "Protection of Water Quality and Wetlands." e (a) Responsibility for FEMA Permit. 1 nitgulat floodways all p ma�n'ent and temporary fills/structures must be in acc d ce xv ,OW and to rnmental requirements. The Owner obtains al a ii�d permits and/ variances sential work in the regulated floodway before th ova is awarded. The �wner wil y for Contractor requested variances which it det i are ne lie Contra or s�h�uld be aware that requested temporary fills/str Lures a}' not be p v''d or ma f�Zuire mitigation. (b) Corps of Engineers eesi n 404 Pe7miPRequire Ants of temporary fills/strictures withi a e ory floo�ay also reg re Iteration of the existing COE 404 Permit. V (c) Compensation and Exten •on ontrac im . The Contractor will not be granted additional compensation d ttra♦ct time*iue to requested floodway variances that are considered by the Engineer rty Engineer to for the convenience of the Contractor. If, however, due to no fault If the n . a floodway variance is deemed by the Engineer/City Engineer to be nece d itional contract time and/or compensation may be considered according to the p vist of Subsection 109.10 "Claims for Adjustment and Disputes." All permits issued t le mra for by the U.S. Army Corps of Engineers, or other applicable agencies, f the onvenience of the Contractor in accomplishing the Work, shall be complied with in full n the Project will not be accepted until the permittor has accepted the work covered by permit. The Contractor will be responsible for obtaining a release from the permittor before acceptance. 108.10 Use of Explosives. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the uunost care not to endanger life or property, including new work. The Contractor shall comply with all laws and ordinances regarding the use of explosives; further, the Contractor shall be responsible for all damage resulting from the use of explosives. ST-37 City of Fayetteville All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the City and in accordance with the Occupational Safety and Health Act of 1970, and the Safety and Health Regulations for Construction promulgated thereunder; but not closer than 1.000' from the road or from any building or camping area or place of human occupancy. The Contractor shall notify the Fire Marshal of any explosive storage sites. The Contractor shall notify each public utility company having structures in proximity to the site of the work of any intention to use explosives. Such notice shall be given sufficiently in advance to enable the companies to take such steps as they may deem necessary to protect their property from injury. 108.11 Protection and Restoration of Property and Landscape. The Contractor shall be responsible for the preservation of all pu re and private property and shall protect carefully from disturbance or damage all land ,ents and property marks p�f!j the Engineer/City Engineer has witnessed or oth renc d their location; ais p%a not move them until directed. �V The Contractor shall be responsible to al d age orb jur to pr perty of Zaracter: 1) during the prosecution f the �vo resul6-n9rhnya o `s ion; neglect, or misconduct in the m ne iethod ofe ethe work`, V 2) at any time, due , ive work rr aaterials, and aid responsibility will not be released until the p has bee rap)J ted and a ce em . Property shall include but not �� i ed to sweet 'nd roadway signs, right-of-way monuments, roadway lighting; 1�r c krral equtpmeinid any conduits and wiring. Should it become evident that any item�a i.s4ed N�,e. is in conflict with the proposed work; the Contractor will notify the Engineer/ n ifieer so that proper steps can be taken to adjust, remove, or otherwise eliminate t e o 'IN. Trees located outside of the easements or as indicated on the plans shall be retained and protected. Any roots 2" or la% dH&meter are to be clean cut with a hand saw where they conflict with excavation w -k+ ``�► J When or where any direct(iirect damage or injury is done to public or private property by or as a result of any act, omission, neglect, or misconduct in the execution of the work. or in consequence of the non -execution thereof. the Contractor shall restore; or bear the expense of restoring, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, rebuilding, or otherwise restoring as may be directed, or shall make good such damage or injury in an acceptable manner. Failure to do so within a period of time deemed reasonable by the Owner shall constitute noncompliance, and the City may cause the entire cost of the restoration to be deducted from moneys due or to become due the Contractor on the Contract. ST-38 Standard Street and Drainage Specifications 108.12 Load Restrictions. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads being maintained for the traveling public. A special permit will not relieve the Contractor of liability for damage that may result from construction equipment operations. The operation of equipment of such weight or so loaded as to cause damage to structures or the roadway or to any other type of construction will not be permitted. When hauling materials over the base or surface courses under construction. the Contractor shall limit the hauling as necessary to prevent damage. No loads will be permitted on bases, pavements, or structures before the expiration of the specified curing period controlling such operations. The Contractor shall be responsible for repair of all damage resulting from construction operations. No separate payment will be made for such repairs. 108.13 Opening Section of Roadway to Traffic. Whenever any roadway_ or portion thereof, is in an acceptable condition for travel, it shall be opened to traffic; as may be directed, and such opening shall not be held to in any way an acceptance of the roadway. or any part of it, or as a waiver of any o,S.atRjn visions of these specificatidit and the Contract. Necessary repairs or renewals ma e sect of the roadway op'ed t'o travel under instructions from the Engineer) er, due t�otive mate I r�i ork, or to natural causes; other than normal w ar ty d tear, pending c mpletion cjeptance of the roadway, shall be performed at n to ' e OwrLe4' Z If the Contractor is dilatory i compying shou e'Namage st ctu s, or other features of the work, the Engineer ipa g e notifi period of time in whi � should make a reasonable t8ward tort Engineer may take acts s provi l such sections that are so ordere e. icing and esQ` ish therein a reasonable Meted. If 11IN ractor is dilatory or fails to in this LWI f time, the Engineer/City i I "Authority of the Engineer." On the o ractor shall conduct the remaining construction operations so ato u least ob+'st ion to traffic and shall not receive any added compensation due to t cost c the work by reason of opening such section to traffic. (v�► 108.14 Contractor's Responsili'i ity for Work. Until final acceptance of the project by the City, the Contractor shall hav the�ige and care thereof and shall take every precaution against injury, theft, or dam t�aXny part thereof by the action of the elements or from any other cause; whether arising�t>re execution or from the non -execution of the work. The Contractor shall rebuff , repai . restore. and make good all injuries, thefts, or damages to any portion of the work oc%si d by any of the above causes before final acceptance, and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God; of the public enemy, or of governmental authorities. In case of suspension of work from any cause whatever, the Contractor shall be responsible for the project and shall take such precautions as may be necessary to prevent damage to the project, provide for normal drainage and maintenance of the traveled way, and shall erect any necessary temporary structures, signs, or other facilities. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing ST-39 City of Fayetteville condition all living material in newly established plantings, seedings, and soddings furnished under the Contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. The protection of the work shall be accomplished at no cost to the City. In case of errors or negligence on the part of the Contractor, any expenses incurred by the City for engineering, observation, inspection, testing, design, or evaluation relative to correction of the work will be assessed against the Contractor. 108.15 Contractor's Responsibility for Utility Facilities and Services. At points where the Contractor's operations are adjacent to railroad or utility Facilities, damage to which may result in loss or inconvenience, work shall not begin until all arrangements necessary for the protection thereof have been made. The Contractor shall cooperate with the owners of y utility facilities in their removal and rearrangement operations so that these operations q ogress in a reasonable man er, that duplication of rearrangement work may be red c aamunimum, and that servic'e�s reed by those parties will not be unnecessarily interru Ye In the event of interruption ofutility g ces, �a result ot]accid mal brea oPas a result of being exposed or unsupported, it and shall cooperate with the sai au interrupted, repair work shall b undertaken around fire by ran d the Owner.. ` thoV in the res 74& of si ntinuous unthwt rvice is rt 108.16 Furnishing RighXrof-Way.' necessary rights of way in advance of Acquisition of right-of-way by i 1. material sources (borrow, grave opsoi disposal of waste or excess materr I, or the work. The Contractor is responsibly right-of-way required for such purp sa agreements with the property o� mecs. l areas within the right-of-wa}� t``h are Erosion control. preventi X e pi and outside the right-o - ay, shall I specifications and at no cos i e City. roper authority f utility service is No work shall be been approved by he City ��t�r�sl3onsible for the securing of all pn ruction nh the limits indicated on the plans. loes no Nnclu areas required by the Contractor for sod, e: C. , lant sites, equipment storage, stockpiles. �% reas required for the proper prosecution of 0 o aaining, at no cost to the City, areas outside the shall, at the City's request, furnish copies of to Contractor may, with the approval of the City, use Dutside the construction limits for these purposes. lotion, and restoration of all such areas, both inside performed by the Contractor according to the 108.17 Personal Liability of Public Officials. In carrying out any of the provisions of these specifications, or in exercising any power or authority granted to them by or within the scope of the Contract, there shall be no liability upon the City or its authorized representatives, either personally or as officials of the City, it being understood that in all such matters they act solely as agents or representatives of the City of Fayetteville. ST-40 Standard Street and Drainage Specifications 108.18 No Waiver of Legal Rights. Final acceptance according to Subsection 109.1 5(b) "Final Acceptance" shall not preclude the City from correcting any measurement, estimate, or certificate made before or after completion of the work; nor shall the City be precluded from recovering from the Contractor or the Surety; or both; such overpayment as it may sustain; or by failure on the part of the Contractor to fulfill obligations under the Contract. A waiver on the part of the City of any breach of any part of the Contract shall not be held to be a waiver of any other or subsequent breach. The Contractor; without prejudice to the terms of the Contract; shall be liable to the City for any or all of the following: fraud or such gross mistakes as may amount to fraud, the City's rights under any warranty or guaranty, or any latent defects in the work. Section 109. Prosecution and Progress 109.01 Subletting of Contract. The C the Contract; except that work amounting I must be performed by the Contractor's of portion of the Work, the Bidder shall it sealed proposal on the form proved, ti . subcontractor. The experience, p st .e f6m will be considered in the evai3 ation f bids. statements, with reference t • an requested being no objection in rt the Ow ei the Contract, the sub tra=t rs will I intend to sublet any pa the woVii. The Contractor shall not sublet sf any portion thereof, of his i fit, 'tl� o ini Owner and of the surety. a tractc subcontractors without prior ritten cone Consent to sublet, assign, or construed to relieve the Contr The Contractor shall Special Conditions, subcontractor shall fi the Contractor and a( it to will be permitted to sublet ion of I2s� than 0% of the total C ' amount ation. If H idder intend5Nt blet any a list of subco%ractors as en l part of his the d�es+aio'i of work to r ormed by each nc a of eac pr osed Subcontractor J^pJl7rifr est, the b d er all furnish experience 6 actor; p oor mice of Award. If there %th8 listed s orl ctors prior to the award of led accep to the Owner. If bidder does not ins wo d "NONE" on the form provided. ign, :r otherwise dispose of the contract or •est Ia m, without prior written consent of the all not remove and/or substitute the listed )t iJie Owner. r�xspose of any portion of the contract shall not be of ht lability under the contract and bonds. s own organization; unless otherwise authorized by the to not less than 40% of the total Contract amount. No t any portion of the work without the written consent of of the Owner. The Owner will not recognize any subcontractor on the Work as a party to the contract. Nothing contained in any subcontract shall create any contractual relation between the subcontractor and the Owner. The Contractor will be held responsible for the progress of the subletted work in accordance with the contract progress required. 109.02 Prosecution and Progress. Contractor shall be responsible for planning; scheduling and reporting the progress of the work to ensure timely completion of the ST-41 City of Fayetteville Contract. For Contracts under $2 million, or where specified in the Special Conditions, the following schedule requirements shall apply: Prior to or at the Preconstruction Conference, the Contractor shall submit two copies of his proposed schedule of operations for acceptance by the Engineer/City Engineer. The proposed Schedule shall be a bar chart or schematic (arrow) diagram showing the work stages and operations for all major activities required by the Contract, including the starting and completion of date of each part, and shall include dates of any proposed road closure. and any significant or required milestone events. Unless approved by the Engineer/City Engineer, activities shown on the Schedule shall not exceed 15 working days in length. The Schedule shall be of sufficient detail to allow day-to-day monitoring of Contractors progress. For Contracts over $2 million, the following Critical Path Schedule requirements shall apply: Prior to or at the Preconstruction Conference, the Contractor shall submit a preliminary network analysis system defining the Contractor's planned operations during the first sixty calendar days after the date of the Notice to Proceed. The Contractor's general approach to the remainder of the Project shall be indicated. YARhin 30 calendar days of the Notice To Proceed, the Contractor shall submit a com let� a or analysis system, consisting is diagrams, computer mathematical analysis,eal5n d narrati n )to cover thetrae gr's anticipated time schedule for the complete Prgjee� As a mi the ne ora�ialysis system shall include the following features: 1) Shall be time -scaled in calen a d ys with a it 't�lotted o th ' early start and finish dates. Unless appromed b e Engin r Engineer. cu .ities shown on the Schedule shall not exceed 30* orking da; s -n h. �� V 2) Network diagra ow thejnd interde nce of activities and the proposed sequenc t- which e br is t e accomplished as planned by the Contractor in coordinationt bcon ctor a sequence and logic shall be clear. The critical path activRo s a be prom e tly distinguished. 3) Network diagram shall975 r eae cti ity the preceding and following activity, activity description, the oleWr Ie uration of the activity. 4) Activities shown shall include. inNgdition to construction activities. such tasks as submittal review and de Iiimes for long -lead time items, franchise utility work, subcontractor work. an er- rnished equipment delivery. The Contractor shall subs t mo"tlily updated Schedules with their pay estimate requests. The Contractor shall indicate on u h updated Schedule actual construction progress, extra work added to Contract, and any proposed changes to the operation sequence. If the progress of the Work is significantly behind schedule, the updated Schedule shall also reflect any revised operation sequence, changes in equipment, labor forces. or working shifts, or other pertinent factors by which insufficient progress will be made up to allow the Contract completion within the time set forth in the Contract, including time extensions granted to date. All submitted schedules and updated schedules shall be reviewed and accepted by the Engineer/City Engineer. If after review, the Engineer/City Engineer determines that the ST-42 Standard Street and Drainage Specifications schedule is not acceptable per the requirements listed above, the Contractor shall make adjustments and resubmit the schedule within 30 calendar days. Failure of the Contractor to submit an acceptable Schedule or monthly updated Schedule as required will be grounds for Owner to withhold an additional ten percent on the monthly progress payments. in addition to the normal retention, until Contractor is in compliance. Additional money withheld will be paid, upon compliance; in the next scheduled monthly estimate. Acceptance of Contractors schedules by Engineer/City Engineer shall not be construed as relieving Contractor of the obligation to complete the Work within the Contract Time; or as granting; rejecting; or in any other way acting on Contractor's requests for adjustments to the date for completing Contract Work, or claims for additional compensation. Such requests shall be processed in strict compliance with other relevant provisions of the Contract. No measurement or direct payment will be made for Contractor costs relating to preparation and submission of schedules, updates and revisions thereto, the cost being considered as included in the prices paid for Contract items. Contractor shall carry on the work and ma t 1 he'progr s schedule durin§On� sp�utes or claims with Engineer/City Engineer. No shall b Wed or po d pending resolution of any disputes or claim . c�pt as Contracto and the O e otherwise agree in writing. •�� Float time is not for the excl ive use r benefiiit�er the Or, o Contractor. Extension of time for performance dnayranted. as k�o�ted in subs ct09.08. for delays caused solely by action or in-'oR�be Owner tbthe@xtent tht�tile time adjustment for the activity affected ex ed a total floats project vh re an impact on the contract completion date can be h . wn. 109.03 Limitations of O er Awns.he Co�nQct shall conduct the work at all times in such a manner and in suc ce as v assume the least interference with traffic and utility services. Due regard all be given to�.e location of detours, bypasses; and to the provisions for handling traf c an i }Fen ices. No work shall be opened up to the prejudice or detriment of work alre st ed. The Engineer/City Engineer may require the Contractor to finish a section o wlu vork is in progress before work is started on any additional sections if the o e of such section is essential to public convenience. For roadway overlay projects d am a projects, each individual street or section of drainage must be completed, utrueo" llte restoration, within 45 days of the start of work operations within thaor section, unless otherwise authorized by the Engineer/City Engineer. Except in connection with the safety or protection of persons or the work or property at the site, and except as otherwise indicated in the Contract Documents, all work that requires inspection shall be performed during City of Fayetteville regular working hours; and Contractor will not permit overtime work or the performance of work on Saturday; Sunday, or any legal holiday as designated in Subsection 101(c) "Definitions" without Engineer/City Engineer's written consent. Contractor to submit a written request to the Engineer/City Engineer for non -regular working hours 48 hours in advance of the start of such work. ST-43 City of Fayetteville 109.04 Character of Workers, Methods, and Equipment. The Contractor shall at all times provide sufficient materials; equipment, and labor to guarantee the completion of the Project according to the Plans and Specifications within the contract time. The Contractor shall advance the Work so that the available time is appropriately utilized in order to complete the Work within the contract time. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform all work properly and satisfactorily. Any person employed by the Contractor or by any subcontractor who; in the opinion of the Engineer; does not perform work in a proper and skillful manner, or is intemperate; belligerent or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without the approval of goEngineer. Should the Contractor fail to remove such p so �erson as required abovo��ayl to furnish suitable and sufficient personnel for the er proseettdpf the Wo • ; h�3pwner may suspend the work by written no[iE�' idswithhold money due until u orders are complied with. �\V\ A", (vJ,All equipment that is proposed t be usn the 17 be of s ict t size and in such mechanical condition as tom 1yt►�quirements vork and �e a satisfactory quality of work. Equipme used pj any portionn tie projec ha such that no injury to the roadway, adjacent p e or other faces Zill resul i I,s use. When V the methods and equipment e sed b ti Y3ontractor in accomplishing the construction are not prescribed in C nt act. thent, ctor is free to use any methods or equipment that are demonstrate e satis&tion the Engineer as being capable of accomplishing the Contract wor n confol wi the requirements of the Contract. When the Contract specifies that the ru hfon be performed by using certain methods and/or equipment, such methods and/ r e 'Inent shall be used unless others are authorized by the Engineer in accordance Subsection 105.11 "Substitution of Materials and Equipment." • 109.05 Determination o��lt Time. (a) General. The time allowed for the completion of the Work included in the Contract will be stated in the Proposal and Contract, and will be known as the "Contract Time". The contract time will be specified as a fixed completion date or as calendar days. The Contractor shall take into consideration all normal conditions considered unfavorable to the normal progress of the Work and place a sufficient work force and equipment on the project to ensure completion of the Work within the contract time. ST-44 Standard Street and Drainage Specifications The Engineer/City Engineer will determine the date upon which the Contract is substantially complete and time assessment will cease. In the.event cleanup is necessary or items found at the final inspection are to be corrected; the Contractor shall complete this work in a timely manner or the Engineer/City Engineer will resume time charges. (b) Fixed Completion Date. When the contract time is specified as a fixed date; it will be the date on which all work on the project shall be substantially complete. (c) Calendar Day. Calendar day contract time includes delays for normal weather -related events; such as rain, snow, and freezing temperatures that may affect the progress of the construction in the following amounts on a per -month basis as hereinafter set out. Only weather -related delays in excess of these amounts will be considered for time extensions. if requested by the Contractor. Days Included in Contract Times for Normal Weather -Related Events are: (On A Monthly Basis) Month JNormal Weather -Related Events January February March April 8 May 8 • June July August • September 7 October 7 November 7 December No changes in contract time: the contractor. This req documentation as proof of rainfall amounts and soil coi nor will workload of the Co Engineer within 5 days of*tl made for monetary dar1r g'es u Ilt*w `ii�'r any reason without a request in writing from ^n I reasons for the request with supporting lays beyond the contractor's control. Normal n 1 not be considered as reasons for extensions of time, The request must be submitted for to the Engineer/City the month to be considered. No compensation will be rather delay(s). (d) Working Day. Onl�*Nsl'ien the contract time is specified in working days; the provisions of Section 109.08(d) shall apply. Time will be assessed for each day on which, in the judgment of the Engineer/City Engineer and subject to the limitations below. conditions allow the Contractor to effectively utilize 60% of normal forces and equipment to prosecute the work required at that time, for at least 60% of the Contractor's normal working hours, regardless of whether the Contractor actually works. ST-45 City of Fayetteville The Engineer/City Engineer will not assess a working day when conditions exist beyond the control and without the fault of the Contractor that prevent the utilization of forces and equipment as defined above. Also; for the purpose of assessment of working days; inaccessibility to a portion of the work due to utility conflict or utility work, either of which prevents utilization of forces and equipment as defined above. will be considered as an adverse working condition for the time exceeding that specified in the Contract for the utility adjustment. The ability of vendors, suppliers, and subcontractors to provide materials and/or services is considered within the Contractor's control for the purpose of assessment of working days. Time from December 21 through January 15, inclusive, will not be assessed against the contract time. Saturdays and City recognized holidays, other than those designated above, which may be declared by the City for certain special or unusual circumstances, will be optional to the Contractor as working days, and time will not b9nLsessed unless work is performed that requires inspection. If work is performed, conirao Me assessment will be based Lipp the same conditions as a normal working day. Contract time will not be assessed duri g fel suspension roryeth*71vork r; ered by the Engineer/City Engineer. During as��� ial uspen5io�bf the work a�ered by the Engineer/City Engineer; the contracthit t I I as�eA�ed t t direct pro of Wn to the ratio of the money value of the items not�tspenB d to the M, al o tract amo t. Each pay estimate will stat �tt�@ach wogrkin �la�yTha ged d rim tl preceding period and the total number of w6 ci gays charge ate. If t oo+tractor disagrees with the working days charged by Engineer/ 4y E'rfginee thZn e Contractor shall, within 10 calendar days of signing the pay est' a ive th ngiq_ rf ity Engineer written notice of such disagreement and the reason the e e. If t ntractor does not provide written notice within 10 calendar days the pa. esum te; no subsequent request for review will be considered. 109.06 Rights in and Use of Mate id `und on the Work. The Contractor, with the approval of the Engineer, may Use —obrthe Project such stone, gravel, sand, or other material; determined suitable by thgineer, as may be found in the planned excavation and will be paid both for the exc0ht o of ch materials at the corresponding contract unit price and for the pay item for ` `icti Nthmaterial is used. However, the Contractor shall replace with other accepPkble Material at no cost to the Owner all of that portion of the excavation material so rem ed and used that was needed for use in the embankments. backfills, approaches; or otherwise. No charge for the material so used will be made against the Contractor. The Contractor shall not excavate or remove any material from within the roadway location that is not within the grading limits; as indicated by the slope and grade lines, without written authorization from the Engineer. Planned excavation; for the purposes of this subsection, is defined as all excavation shown on the plans and/or as changed by the Engineer for any purpose other than obtaining additional material lying within the planned typical sections and slopes. Planned excavation also ST-46 Standard Street and Drainage Specifications includes any excavation made beyond the ends of the Project for the purpose of blending the new construction into the existing roadway. Unless otherwise provided, any material from any existing structures designated salvageable that is to remain the property of the owner; may be used temporarily by the Contractor in the erection of the new structure. Such material shall not be cut or otherwise damaged. Material thus used and subsequently cut or damaged by the Contractor's action or inaction shall be replaced in kind with new material of like dimension at no cost to the Owner. 109.07 Final Clean Up. Upon completion of the Work and before acceptance and final payment will be made; the Contractor shall remove from the right-of-way; from any temporary plant sites, and from any temporary equipment and material storage sites; all construction equipment, falsework, discarded material, rubbish, debris, temporary structures. footings, and all surplus material. The Contractor shall restore in an acceptable manner all property, both public and private, that has been damaged during the prosecution of the work and shall leave the waterways unobstructed 0nd the roadway in a neat and presentable condition throughout the length of the work00eville !t_t cc tract. No burning will be permitted on City of prttm right-of-611 _ieJasement without an approved burn permit i u 4ey the City of etteville ' partment and concurred with by the Engineer. r th Contract responsibilit o mme prior to bidding whether or not a burn pe be ap63K d n issued ./yh. perishable material is bumed. it shall be unde the c tant car�ompetelltwv- at�uer. Burning shall be accomplished at such titye an m such net the s ro�li �yng vegetation, adjacent property, or anythinqa3dcbris �. t d to re rt on the rights vf1awill not be jeopardized. Contractor shall ceamin when eorologica tons are unsuitable for burning operations. Materials tha c n be ne sh II be removed from the right-of- way and disposed of at locations - e� roject Contractor shall have prop sit or aste material approved by the City of Fayetteville prior to dispositiof of any was on , these sites. The materials, labor, equipment, anROation hse of the final cleaning up of the Project will not be paid for separately. but full therefore will be considered included in the contract unit prices bid fort a war us items in the Contract. 109.08 Failure to ComDol ork on Time. Time is an essential element of the V Contract and it is imp < ant hat the Work be pressed vigorously to completion. The cost to the Owner of the adm'tnt ration of the Contract, including engineering, inspection, and supervision, will be increased as the time occupied in the Work is lengthened. The public is subject to detriment and inconvenience when full use cannot be made of the Project. The Owner shall be entitled to recover from the Contractor all ascertainable damages arising from the delay in completion. Said damages shall include, without limitation, all engineering, inspection, supervision, and legal expenses directly incurred by the Owner because of such delay. ST-47 City of Fayetteville Additionally, Contractor agrees that the Owner and/or public will suffer other damage or financial loss if the Work is not completed on time or within any time extensions allowed in accordance with the Contract Documents. Contractor and Owner agree that proof of the exact amount of any such damage or loss is difficult to determine. Accordingly, Contractor agrees to pay the sums stated in the proposal and Contract as liquidated damages and not as penalty for each calendar day or part thereof that the Work remains uncompleted after the contract time has expired. Should the amount otherwise due the Contractor be less than the amount of such damages provided above, the Contractor and the Surety shall be liable to the Owner for such deficiency. Permitting the Contractor to continue and finish the Work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a waiver on the part of the Owner of any of its rights under the Contract. 1b Section 110. Measurement a TIT *ment P 110.01 Measurement of Quantft itork aece tali�y complete the Contract will be measured by the En measures. Only actual qua.ti otherwise specified; the fW♦rA 1) For computing cubic yard, the 2) Structures will be constructed at the i :i(VEpngineeP�aec rding to it P States Standard I be ai �o, nless otbe s ecified. Unless I methjtw;i be used:/► 's of excavatModiaterials a iced for measurement by the end are a�3i aethod wi1136e�Ne . A shown on the plans or as finally Engineer. 3) Items that are measured by 'Qje1Plr9e1r toot. such as pipe culverts, guardrail, underdrains, etc., will be mea ured fallel to the base or foundation upon which such structures are placed. 4) In detenmining thejreaff: m bid on a square yard or acre basis; except as noted below, the longitudinal� asurement will be made along the actual surface of the item and not hor�i�ontally, and transverse measurements shall conform to the dimensions shown on the plans or as directed by the Engineer/City Engineer. 5) In determining the area for all seeding and mulch cover items bid on an acre basis. when the area is a strip of varying width running approximately parallel to the centerline of the roadway, the longitudinal dimension will be measured horizontally and the transverse dimension will be measured parallel to the surface of the area seeded and/or mulched. For other areas of seeding and mulch cover items, all measurements will be made parallel to the surface of the area seeded and/or mulched. The area will be computed to the nearest 0.01 acre. ST-48 Standard Street and Drainage Specifications 6) Materials that are specified for measurement by the ton shall be hauled in approved vehicles bearing a plainly legible identification number and weighed on accurate, approved scales furnished by the Contractor and inspected by a registered scale mechanic at least once a year and before their use after each move. Scales shall be located at the loading point or other approved location. 7) The scales shall be an automatic weighing system, with digital or springless dials, and equipped with an automatic ticket printer. An automatic ticket printer is defined as a device connected to the weighing system in such manner that it automatically detects the weight determined by the system. It shall store and recall the TARE weight when the operator enters the truck identification. It shall print the following information on the ticket: • Gross, Tare, and Net weights. • Identification of the truck. • Current date. • For asphalt mixtures, the tip a t g or weighing. �G • A unique ticket number (maVd b eprinted the tickets). r/ The NET weight should be d by the weigh g system > w ver, it may be computed manually and k Nprintinds the net we f the material is determined by batch wei�hts� e scales�lall meet applicable requirements specified for truck sca&ste , inaRiding 'el pri tcept that the GROSS and TARE weights wil not be re u e The ticket s accompany each load delivered F c . n addit the items s �1a ove that must be printed by the ticket rim f�+th'� followin r ation shaJlf9b shown on each ticket: • Identification of tj�ct. v • Identificatio atena&e g ivered, including mix design numbers for asphalt m•fur a. hey obe the short ton of 2000 pounds. Vehicles used to haul r�teral'nee y weight shall be weighed empty for each load, or shall be wex daily or from time to time during the day as the Engineer may direct tablish the tare weight of each load. The scales furnished shall bell pab e of weighing the entire loaded vehicle at one time. Deduction Vf ade for the weight of moisture in aggregates in excess of 5% of theffov h ifto iaht of the material. 8) A station whenWas as a definition or term of measurement will be 100 linear feet measured horizontally. 9) The term "lump sum" when used as an item of payment will mean complete payment for the work described in the Contract. 10) When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. ST-49 City of Fayetteville 11) When mutually agreed, the plan quantity of any item may be taken as the Final Contract Quantity. Items to be paid at plan quantity shall be agreed upon in writing before work begins. When standard manufactured items are specified such as fence; wire. plates, rolled shapes; pipe conduit; etc.. and these items are identified by gage, unit weight, section dimensions, etc.; such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications; manufacturing tolerances established by the industries involved will be accepted. Of necessity the items described and shown as components are discussed in a general manner only, describing the major pieces of equipment and/or materials. Any item and/or appurtenance not specifically mentioned shall be considered a portion of the bid item to which, in the opinion of the Engineer, its function is most directly related. Failure to list all items and/or appurtenances does not relieve the Contractor from furnishing all apparatus, devices; labor or materials of whatever nature required for imomplete installation in accordance with the intent of the Drawings; approved Shop Draw' s?anE ese Specifications. The successful Contractor shall; as soon as possi: e`fteerr awar�ttk�e Contrac it a list itemizing the components of each lump s�tm id�item and their repecnve cost e used as an aid in the preparation of partial paynytilV� ll 110.02 Scope of Paynnent.3aym49 to the trr c'tor will acTe for the actual quantities of contract items c,�om I�ted and acce � rding to th s and specifications and if. upon completion o eisstrction, theactual quan ' es h w either an increase or decrease from the quart e �' in the prs�I schedule t e contract unit prices will still prevail, except as provide SubseA n 0' 3; '`Pan nt nd Compensation for Altered Quantities" below. The Contractor will receive an Me�p-t,e com nsation herein provided as full payment for furnishing all materials, labor; tpment. tool a 0 incidentals necessary to the completed work: for performing all work cons( a ibraced under the Contract; for all loss or damage arising out of the nature of the r from the action of the elements, or from any unforeseen difficulties or obstruct ns t may arise or be encountered during the prosecution of the work until ial acceptance by the City; for all risks of every description connected with r ec�5�tion of the work: for all expenses incurred by, or in consequence of, the tempo' ary su ension or discontinuance of the work as herein specified; for any infringement of p tent trade mark. or copyright for all costs of permits, licenses. fees, and taxes; and for com Ring the work in an acceptable manner according to the plans and specifications. The payment of current or final estimate, or of retained percentage, shall in no degree prejudice or affect the obligation of the Contractor, at no cost to the City, to repair, correct, renew, or replace any defects or imperfections in the construction of the roadway and its appurtenances, or in the strength of or quality of materials used therein or thereabouts, or relieve the Contractor from the payment of all damages due to such defects; provided such defects, imperfections, or damages shall be discovered on or before the final inspection or acceptance of the entire work. No retained percentage payable under the Contract. or any pat thereof. shall become due and payable, if the City so elects; until the ST-50 Standard Street and Drainage Specifications City is satisfied that the Contractor has fully settled or paid for all materials and equipment used in or upon the work, and for all labor done in connection therewith, and the City, if it so elects, may pay any or all such accounts wholly or in part and deduct the amount or amounts so paid from the final estimate. Any overpayments made to the Contractor or Surety, from whatever cause, are due and payable to the City upon receipt by the Contractor or Surety of a request setting forth the particulars, regardless of pending claims or intention of the Contractor or Surety to file a claim. 110.03 Payment and Compensation for Altered Quantities. When alterations in plans or quantities of work not requiring a change order are ordered and performed as provided in Subsection 104.02. "Alterations of Plans or Character of Work" or 104.03, "If and Where Directed Items' and when such alterations result in an increase or a decrease of the quantity of work to be performed. the Contractor shall accept payment in full at the contract unit prices for the actual quantities vork accomplished, except as provided in Subsection 104.02. "Alterations of Plans o a ter of Work" or 104.03. "It' Where Directed Items'. and no allowance will e�fits for anticipated pro. or -aru or overhead expense, or interest. 4 /�� Increased or decreased work inv tvin c' nge qde ill be paid for t� ted in such change orders. � � ` v Section 111. RQ`dW�ay Constt� ion Co l� 111.01 Description When to is i ud the proposal, it shall consist of furnishing and maintamin all me tr* ades. an asurements necessary for the proper execution of the roadwa rider Contract, all according to the plans and ,� g specifications. 111.02 Materials. The Contraotc sI furnish all stakes, templates, straightedges, surveying equipment. and oth��� de�vi es necessary for establishing, setting, checking. marking, and maintaining p(V es, grades, and layout of the work called for on the plans and in the specifications. ` 111.03 Constructio Re&& rements. (a) City Responsibilities. The Engineer/City Engineer will establish the benchmarks and horizontal control points referenced on the plans, certified correct by the Engineer, and furnish the data to the Contractor at the beginning of work. Any additional information provided by the Engineer shall be verified by the Contractor before use and the Contractor shall accept full responsibility for any costs incurred as the result of the use of such additional information. Any checking performed by the ST-51 City of Fayetteville Engineer/City Engineer will not relieve the Contractor of the responsibility for the final results. The City will be responsible for taking all measurements to establish both current estimate and final estimate pay quantities; including any horizontal and vertical control points necessary to complete such measurements. When making these measurements, the Engineer/City Engineer may use any points, stakes. lines. or elevations that have been set by the Contractor. (b) Contractor Requirements. Roadway Construction Control shall include use by the Contractor of the plans and the vertical and horizontal control points established by the City as described above to perforni all required construction surveying and layout. The Contractor shall make all necessary calculations and set all stakes including, but not limited to: centerline stakes; offset stakes; reference point stakes; additional bench marks as needed: slope stakes; pavement lines; curb lines; grade stakes; roadway drainage; pipe culverts; box culverts; underdrains; clearing and grubbing limit ardrail; fence; blue tops for subgrade, subbase. and base courses; and any other point 'tines, or elevations deemed nece for proper control of the work. On projects that include an ACHM over y Ar Asphalt Sur at ce Treatmeit C ntractor shall mark the stationing by setting a�stap at east ever+tt ee along th o way. "these stakes shall be placed on the should e r slope 4y will tt rfere with the construction operations. but will e usae f dete seu8� locations on the roadway. On projects with widening sectigns e a grade I' tt shown jn ee lans, the Contractor shall profile the existing even AtA the cen r e and edges^aLd'tnent. This profile data shall be furnished to th gW er/City Enor use in es ablishment of the finished grade line. This finished g. •Fline wi _ ishe t e -y�-y�•ntractor for use in computing and setting all grades required to con tkte finis. d ro Vey section. The Contractor shall be responsible for joining the or$ c n )uc us ro . s and/or bridges in an acceptable manner. This shall include 9. r a . sunents to the plan grade and/or typical section as necessary to construct smooth tr s tirom the new work to match the existing roadway. The Contractor shall provide sufficiev q�ed personnel to complete the work accurately. The supervision of the Contract ' ° u eying and personnel shall be the responsibility of the Contractor, and any errors res I icyo the operations of such personnel shall be adjusted or corrected by the Contra or atRQ cost to the City. The Contractor shall maintain adequate survey notes as the work progresses and make them available to the Engineer/City Engineer on request. Copies of survey notes designated by the Engineer/City Engineer shall be provided for the City's permanent project records. The Contractor shall be responsible for the accuracy and unifonnity of the construction stakes. lines, grades, and layouts. Any errors in the work constructed due to errors in the Contractor's Roadway Construction Control shall be adjusted or corrected by the Contractor at no cost to the City. ST-52 Standard Street and Drainage Specifications 111.04 Method of Measurement. Roadway Construction Control will be measured as a complete unit. 111.05 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract lump sum price bid for Roadway Construction Control. which price shall be full compensation for furnishing and maintaining all necessary lines: trades, and measurements; and for furnishing all engineering personnel, equipment, materials, tools, and incidentals necessary to complete the work. No adjustments in the lump sum price bid will be made for Roadway Construction Control required due to normal increases or decreases in Contract quantities. However, if the amount of Roadway Construction Control required is increased or decreased in connection with a Change Order, compensation will be adjusted accordingly. Partial payments for Roadway Construction Control will be made in proportion to the amount of work accomplished on this item. a additional payment will be made for re - staking needed to maintain the control. Payment will be made under: P Pay Item O Pav Unit Roadway Construction Cont I LS •` V Section 112. Tre c` d E04c,aItion �ystems. 112.01 Description. This it xtrenc nd 'cavation safety systems required for constructing improvementNdd [nCc� srtate en e, ations on the project. All work under this item shall be in accoce th �heient edition of the "Occupational Safety and Health Administration Stafor c aand Trenches Safety System, 29 CFR 1926, Subpart P", a copy of which may od from the Superintendent of Documents. U.S. Government Printing Office. Was n on. D.C. 20402. This document is hereby incorporated into the Specificatio 112.02 NotificationspRequRed.1The Contractor, prior to beginning any excavation, shall notify the State DepartluentNabor (Safety Division) that work is commencing on a project with excavations ereateer 9i five feet. The contractor shall notify all Utility Companies and Owners in accordance with OSHA Administration 29 CFR 1926.651(b)(2) for the purpose of locating utilities and underground installations. 112.03 Existing Structures and Utilities. Where the trench or excavation endangers the stability of a building, wall. street; highway, utilities or other installation. the Contractor shall provide support systems such as shoring: bracing, or underpinning to ensure the stability of such structure or utility. ST-53 City of Fayetteville The Contractor may elect to remove and replace or relocate such structures or utilities with the written approval of the owner of the structure or utility and the Engineer/City Engineer. 112.04 Method of Measurement. After award of the contact. the Contractor shall submit to the Engineer/City Engineer a breakdown of costs for work involved in the lump sum price bid for "Trench and Excavation Safety Systems" and shall, with each periodic payment request. submit a certification by the Contractor's "competent person" as defined in Subpart P 1926.650(b) that the Contractor has complied with the provisions of "Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System". 29 CFR 1926 Subpart P for work which payment is requested. 112.05 Basis of Payment. The work required by this item will be paid for at the lump sum price for "Trench and Excavation Safety Systems". Payment will be made under: Pay Item Pa n't 110 PD' Trench and Excavation Safety System \v� V � o G� ST-54 Standard Street and Drainage Specifications DIVISION 200. EARTHWORK Section 201. Clearing, Grubbing, and Demolition 201.01 Description. This work consists of clearing, grubbing; removing, and disposing of all vegetation, obstructions and debris within designated limits of the Right -of -Way and easement areas. Vegetation and objects designated to remain shall be preserved free from injury or damage. 201.02 Definitions. Clearing, Grubbing; and Demolition shall be defined as follows: Clearing shall consist of: cutting, removing, and disposing of trees, snags; stumps, shrubs, brush, limbs, and other vegetative growth. Clearing shall also include the preservation of trees, shrubs, and vegetative growth, which are not designated for removal. Grubbing shall consist of the removal and dispo al of wood or root matter below the ground surface remaining after clearing and shall inf%` d stumps, trunks, roots, or rod systems greater than 2 inches in diameter to a depth t below the natural grouK�''ge. Demolition shall consist of: ren- ✓ abandoned pipelines or utilities, remain. The work may also ir4 structures or portions thereo wh Provisions, together with all �p u 201.03 Constructi n @—qulie protruding obstructio d ignat required mowing. Un r rbed more than two feet below subg4 authorized; stumps and no s the ground line may remai hd�h sal of ex� g ences, d na structures; curbs and utter , which a i> designated to molishi an ot; removin he site building more p - ct ay descrie a plans and Special es, incl din • canopies,V,o es, and awnings. bj ets, ryes, stumps, roots, and other svEared and grubbed, including ,aonperishable solid objects located ikments may remain in place. When are located more than 1 foot below the construction limits of excavation and embankment areas.`v" Trees and other vegetation to be preserved shall be carefully protected from abuse, marring, or damage during construction op rations. Repair of damage to bark, limbs, or roots of trees or vegetation designated♦t�0��n shall be repaired by corrective pruning or other appropriate methods. ` Low hanging, unsounit o unsightly branches shall be removed from trees or shrubs designated to remain. Trees extending over the roadway shall be trimmed to provide a clear height of 18 feet about the pavement elevation. All trimming shall be accomplished with skilled workers and in accordance with good tree surgery practices. Parking and servicing equipment under branches of trees designated to remain is not allowed. Existing pipes, culverts, bridges; and other drainage structures shall be removed to the natural stream bottom and those parts outside the stream shall be removed to 1 foot below natural ground surface. Materials designated as City salvaged material shall be dismantled without ST-55 City of Fayetteville damage and stored at designated locations. All other structures shall be removed from the Right -of -Way. All concrete pavement, base course, sidewalks; curbs, gutters, buildings; foundations, slabs; ballast; gravel. bituminous material, and pavement materials shall be disposed of unless specifically stated otherwise in the Plans or by the Engineer/City Engineer. Moveable buildings to be demolished my be removed from the right of way intact if the contractor so elects. Concrete designated for use as rip rap shall be broken into pieces not to exceed 150 pounds and stockpiled at designated locations or promptly placed where specified on the project. Ballast, gravel, bituminous material, or other surfacing or pavement materials designated for salvage shall be stockpiled at designated locations without contaminating the material with dirt or foreign materials. Old concrete pavement -,,sidewalks, curbs, gutters, and similar structures to be left in place shall be sawed to a st� t and trite vertical line or re ed to an existing joint as shown on the plans or as di .ect d*bysfhe En ineer/City Engin/e�7, In embankment areas, cavities resulting ' a �ni dial of obstru tons shall be cII►ed and compacted with suitable material under S bseation _02.03' ( I ♦ /� Disposal of material and t City laws, ordinances, and care of a watchman so designated to remain is 11bli Materials and debris may bFdisl the project limits, if at least 12 i shaped, and seeded accordin pleasing appearance. Said buria. done unde '3f Eable Fede�al1S1bte, County, and :rishab ate 'al if burn I be under constant ngDV,,ge 'on, adja perry, and anything by bur1a�l a o t'o acceptable to the City within ver ma ial provided and the area is graded: speci cation r otherwise restored to present a iralio shall be at the Contractor's expense. �V 201.04 Measurement and Paym measurement of this. item will be made. Payment will be made on a lump su_m`ba ' Pay Item ♦ �v Pay Unit Clearing , Grubbing; and CO), n )) LS Section 202. Excavation and Embankment 202.01 Description. This work consists of excavation, hauling, disposal, placement, consolidation and compaction of all materials encountered within the limits of the work that is not covered under another item. For purposes of this section, roadway shall be defined as all locations within 1 foot of the back of curbs and gutters that define the edges of public streets. ST-56 Standard Street and Drainage Specifications Excavation will be classified as one of the following: (a) Unclassified Excavation. Unclassified Excavation consists of the removal and disposal of all material of whatever character encountered in the work not covered under other items. This shall include removal of material in existing ditch lines along roadways to a depth of 1 foot below existing grade in the ditches. This shall also include stripping and excavation of existing material as required up to a depth of one (1) foot below existing grade in embankment areas. (b) Rock Excavation. Rock Excavation includes removal and disposal of rock material that by actual demonstration cannot be excavated with a Caterpillar Model No. 215D LC track - mounted hydraulic excavator equipped with two rippers or similarly approved equipment. Rock excavation also includes boulders one-half cubic yard or more in volume. (c) Undercut Excavation. Undercut excavation includes removal and disposal of material not suitable for use as embankment material that is below the proposed subgrade elevation and that is more than one foot (1') below existing and within the roadway. Embankment will be classified as one of the Il ving: 4 (a) Select Embankment. Select n ent includA all aterial pl c d thin the limits of the proposed roadway withes q re of sub a eevation. Select Embankment material may 'nclude roved o te�of approve- material meeting - the requirements of secti�`1 2 (c� beIow�,�W V► < ,W (b) Embankment. placed within the li 202.02 Materials. (a) General. Samples of 91tr approval per the require m is of, requirements The City of Fayettevil(r laterial others ttf n select embankment that is eve plan ie grades. O embankment material shall be submitted for cifications. All material shall meet the Ordinances. (b) Stone backfill. Stone back II shTall be as defined and specified in subsection 205, Undercut and Stone BackQ1 (c) Embankment. Egn4 ankwunt shall consist of soil, or a mixture of soil and stone or gravel or other acceptable matT , alfreasonably free from sod, stumps.. logs, roots or other perishable or deleterious matter; and shall be capable of forming a stable embankment when compacted. Material placed within 24 inches of the proposed top of subgrade elevation shall meet the following requirements. 1) Material classified by the AASHTO Soil Classification System as A-1, A-2, or A-3, having a maximum of 35 percent of the material passing the number 200 sieve, and having a CBR equal to or greater than 8. ST-57 City of Fayetteville 2) Material not meeting the above requirements for AASHTO Classification and gradation. but having a CBR equal to or greater than 8 and a Liquid Limit and Plasticity Index of less than or equal to 40 and 15. respectively. 3) Material not meeting the above requirements for liquid limit and plasticity index may be used if chemically modified by the use of lime, fly ash; or cement. The type and amount of treatment shall be determined by a material testing lab approved by the City. The chemically modified soil must meet all requirements of Section 2 above. 202.03 Construction Requirements. (a) General. Excavations and embankments shall be finished to smooth and uniform surfaces. No excavation material shall be wasted without permission of the Engineer/City Engineer. Excavation and embankment operations shall be conducted without disturbing material outside the staked construction limits. Before beginning excavation, grading: and embankment operations, all necessary clearing, g bbing and top soil removal in that area shall be completed. Excess or unsuitable excavated material. inc din topsoil; ro jyand boulde��all be disposed of at locations acceptable to tfineer/City Eng��eer. All a r_ve8 surplus Right - material shall be used to uniformly a em ankments aitd Flaften All n the Right- Y� of --Way. Rocks and boulders sh£Ile_ vered nth , ninimunoin (I) foot of embankment material. �V �� J[� Demolition of old roadOdis ♦ Nk.uclude filli all ditcheANdd grading to restore the original contour of the ducing a Or sm appearan e b. forming natural, rounded slopes. Removal and of pav nts�nd base ou es shall be performed under Section 201. (b) Rock Excavation. Materi si d as ro sha e excavated to a minimum depth of 6 inches and a maximum depth 2 me ies4be o`� proposed subgrade within the limits of the roadbed. The excavation shall b back dEompacted with material designated in the Contract or approved by the Engineer/ leer. Rock excavation removed in excess of 12 inches below subgrade will not be Ilea . d and paid for. Rock excavation backfill of the depth in excess of 12 inches bel wosed subgrade is at the Contractors expense. Undrained pockets shall n ft �rl die rock surface. Depressions shall be drained. Bore holes shall be drilled alon the ope line; maintaining the drill holes at the angle designated on the plans and ensuring aall drill holes are in the same plane. The diameter, spacing, and loading of presplit holes shall result in a neat break. The presplitting holes shall be drilled for the full depth of the ledge. The initial presplitting of a geological fonmation shall be accomplished utilizing a 100-foot test section. After drilling, loading, and shooting this test section, the material shall be removed to determine if the diameter, spacing, and loading of the presplit holes are adequate to give an acceptable backslope. If the results are determined to be acceptable, the presplitting may continue throughout the geological formation using those methods and procedures. If the presplitting is determined to be ST-58 Standard Street and Drainage Specifications unsatisfactory, adjustments shall be made in the spacing, diameter and loading of the presplit holes utilizing another 100-foot test section. Presplitting holes shall be loaded with explosives as per the manufacturers recommendations. The cost of presplitting shall be included in the unit bid price for rock excavation. (c) Undercut Excavation. If and where directed by the Engineer/City Engineer, unsuitable material encountered at the proposed subgrade elevation shall be removed to the depth specified or directed by the Engineer/City Engineer and backfilled and compacted with approved off -site material, in accordance with this section or in accordance with subsection 205. Stone Backfill as indicated or directed. Excavation operations shall be conducted so necessary measurements can be taken before replacing unsuitable material with approved backtill. No payment will be made for this item if. The contractor does not notify the Eng" eer Engineer of potential lea; quiring undercut before excavating these areas. ''\\ An area that was previously stab) e�orn s unstable dbe to ctions of retractor. These causes include, but are not limite toa p_- Ci ing ot�wa=e rid constru ti'o't� Ytic. The Contractor does not alto the undercut excavation vo urrtere i In addition, no paym nt `ill be n placed on unsuitable soil;fhat subseg (d) Embankment Constr t n` areas where embankments material for replacement 1; c embankment material in all caviti time to measure the any embankment material •eplacement. ludes the preparation of the and compaction of approved embankment al, and placement and compaction of is within the roadway area. Rocks, broken concrete, and othdLsoli l materials shall not be placed in embankment areas where piling is to be placed kaMlIvJ. Benching shall be re: uirej"khen embankment is placed on hillsides or against existing embankment with sloph tl t are steeper than 6-to-1 when measured at right angles to the roadway and shall be continuously benched in loose lifts not to exceed 12 inches. Benching shall be wide enough to permit the operations of placement and compaction equipment. All horizontal cuts shall begin at the intersection of the ground line and the vertical side of the previous bench. Existing slopes shall also be stepped to prevent wedging action of the embankment against structures. Excavation from benching shall be compacted with the new embankment material and the cost for benching and recompaction shall be included in the unit bid price for excavation. ST-59 City of Fayetteville When natural ground is within 4 feet of the subgrade, all sod and vegetable matter shall be removed from the surface where embankment is placed. The cleared surface shall be completely broken up by plowing, scarifying, or stepping to a minimum depth of 6 inches and shall then be compacted to the specified embankment density. Sod not requiring removal shall be thoroughly disked prior to embankment construction. Wherever a compacted road surface containing granular material lies within 3 feet of the subgrade, the old road surface shall be scarified to a minimum depth of 6 inches and compacted to the specified embankment density. If embankment can only be placed on one side of abutments, wing walls, piers, or culvert headwalls, compaction shall be accomplished without overturning of or placing excessive pressure against the structure. The fill adjacent to the end bent of a bridge shall not be placed higher than the bottom of the backwall until the superstructure is in place. When embankment is placed on both sides of a concrete wall or box -type structure. the embankment shall be brought up equally on both sides of the structure. Embankment that is adjacent to structures or inaccessible to normal co action equipment shall be placed in 4" loose lifts and compacted with mechanical equkN en to 95% of maximum de ttt as determined by AASHTO T99. Roadway embankment shall be place m drizontal lifts no to excee ches (loose measurement) and compacted to e s eci ued dugs efore the e, h t is placed. Spreading equipment shall be used Oft n unifor I� t, ickness p ompaction. As the compaction progresses, leveli ganipulat'ng ll be co in ou to assure unifonn density. Moistw-e content shall e�creased or d , d as nec%sa obtain the required density and stability. trlic�han equiprrenthall be route83ttfonnly over the entire embankment surface. � (%�f _� i When the excavated material consis 7% lifts, the material may be placed i t 1 exceed 3 feet. Each lift shall e ty d fragments of earth. Rock shall rttot be end of embankment. Rock shall be durn ,cr pushed into place. The lifts shall not 6� finished subgrade. A minimum of 2 feet of is placed. ommant4 of dPfoo large to be placed in 8-inch messes up e average rock dimension not to and oothed by distribution of spalls and finer 8u ed irectly on the previously completed lift th ift of embankment being constructed and co strutted above an elevation 2 feet below the shall be placed over structures before rock (e) Moisture and Density 9equirements. All lifts in embankment areas shall be compacted to not less than 95 percent of the maximum density. The moisture content of the material shall be uniformly increased or decreased to within 2% of optimum moisture content before compaction. Maximum density will be determined using AASHTO T99 (Standard Proctor). In -place field density measurements shall be determined using AASHTO T 191, T233 , or T 310. ST-60 Standard Street and Drainage Specifications Density requirements do not apply to portions of embankments constructed of materials such as rock that cannot be tested by approved testing methods. 202.04 Method of Measurement. (a) Undercut and Backfill will be measured by the cubic yard of material placed and compacted according to the specifications and as directed by the Engineer/City Engineer. Measurements of the excavated area will be taken by the Engineer/City Engineer after excavation and before backfilling. The quantity of Undercut and Backfill will be measured as In Place quantities. Measurement for undercut will begin at subgrade elevation or one (I) foot below existing ground, whichever is lower. (b) Rock Excavation will be measured by -the cubic yard of rock in place actually removed according to the specifications. Measurement ,�taken after the rock is removed and before any associated backfilling will be used to calcuf73t ck excavation quantities. (c) Unclassified Excavation will not be mea e''11I1and the p aantity will c�-aered the final quantity for purposes of final p . egt�ss change o the origina est n are made. In such case; the revised quanti ha be agreed upon prior to e�g any work associated with the change. • (d) Embankment and Select �ankment wi . n t b measured a plan quantity will be considered the final uan 't purposesal payme tl s changes to the original design are made. I suc ca , the rev' u ntity shall e geed upon prior to beginning any work associated wt�e change O 202.05 Basis of Payment. . ua Tiffs of earl wor completed; accepted and measured as provided above will be pai a Contr t Pri td as follows: (a) Undercut Excavation sha be pa' 16 a' t Contract Price bid per cubic yard (CY) for Undercut and Backfill. Said pri s as e full compensation for excavation, disposal, furnishing, hauling, placing, and co acing approved off -site material according to the plans and specifications. This rite sha I not include final compaction and finish grading to subgrade elevation. Fina(, i np �Ction and finish grading will be paid for under the item "Subgrade Preparation (b) Rock excavation shi3fI paid for at the Contract Price bid per cubic yard (CY) for Rock Excavation. Said price shall be full compensation for rock removal and disposal to the lines and depths shown on the plans and according to these specifications, and for furnishing, hauling, placing, and compacting approved material in the excavated area as required. (c) All earthwork not paid for under other items will be paid for under the separate items (1) Unclassified Excavation or (2) Embankment as follows: (1) Excavation shall be paid for at the Contract Price bid per cubic yard (CY) for Excavation. Said price shall be full compensation for excavation, hauling off. and disposal ST-61 City of Fayetteville of all materials on the project that are not required for completion of the project; and any other excavation, grading or other miscellaneous earthwork items not included in other items of work. The plan quantity will be considered the final quantity for purposes of final payment, unless changes to the original design are made. (2) Embankment shall be paid for at the Contract Price bid per cubic yard (CY) for Embankment. Said price shall be full compensation for placement of materials on the jobsite, whether from on -site or off -site sources, to establish the lines and grades shown on the plans; placement of embankment as backfill for excavated areas to 1 foot below existing ground in roadway areas; and any other embankment, grading or other miscellaneous earthwork items not included in other items of work. The plan quantity will be considered the final quantity for purposes of final payment, unless changes to the original design are made. Pav Item Pay Unit Undercut and Backfill CY Rock Excavation C Unclassified Excavation C I Quanti Select Embankment te(Plan Quantity Embankment ,A,) (Plar4 u_ tity) Section 203. Subgra4e e. aratio V 203.01 Description. hi �k consist gpagring t _ ub* ade for placement of the base course, curb and g�and asprses. h in nt of this specification is to provide a stable subgrade consisting Saf coved n eria pacted as specified. 203.02 Materials. 203.03 Construction Requ combination of the following tre (a) Unsuitable material will Engineer, disposed of. and r Engineer. This material shAT- -ial at subgrade will receive one or a by the Engineer/City Engineer: rated to a depth as directed by the Engineer/City th off -site material approved by the Engineer/City and compacted to conform to Subsection 202.03. (b) If the material is accep ableRor use as subgrade material, the subgrade will be scarified to a depth of 8 inches and recompacted to conform to Subsection 202.03 of these Specifications. (c) In areas requiring fill to achieve subgrade elevation, the subgrade shall consist of approved on -site or off -site material meeting the requirements of Subsection 202.02 and compacted in accordance with Subsection 202.03 of these Specifications. The subgrade shall be shaped for its full width to the required grade and cross section. The finished subgrade shall not vary at any point by more than .02 foot from the prescribed elevation. ST-62 Standard Street and Drainage Specifications Finished sections damaged by construction operations shall be corrected by the contractor at no cost to the City. 203.04 Method of Measurement. Measurement for this item will be as follows: (a) Excavation and backfill of any areas of subgrade requiring undercut will be measured as specified in Section 202.04. (b) Subgrade Preparation will be measured by the square yard. Measurement will include all subgrade area including areas up to 1 ' behind proposed back of curbs or to the edge of the roadway pavement where curb is not specified. Measurement will include areas of undercut, areas that receive scarification and recompaction of existing acceptable material_ and areas where fill material is required to achieve subgrade elevation. The plan quantity will be considered the final quantity for purposes of bfilayment, unless changes to the original design are made. In such case.. the revised qushall be agreed upon prior t egmning any work associated with the change. �C3 (c) Fill material required to achiev beca "elevation I be measur as specified in Section 202.4. o, 203.05 Basis of Payment Quan, '�s of earl vZo plete a,gp ed and measured as provided above will be paid Z at the Contrac R ce id as foil] s. (a) Undercut Exc ky e paid f tated in S doh 202.5a. This price shall not include final compact finish grading will be pa fon I d fir unde finish to subg 'elevation. Final compaction and tte�"Subgr d paration." (b) Subgrade preparation ViLb pdid -for t theA ntract Price per square yard (SY) for Subgrade Preparation. Sai ric shall♦be compensation for scarification (if required), compaction, and finish gradin of su ak ea Pav Item NO `Pay Unit Subgrade Preparation ♦ SY (Plan Quantity) ci Section 204. 0 Select Grading and Topsoil 204.01 Description. This work consists of excavating; placing, and compacting material between the back of the roadway curb and the limits of the work. It also includes grading and placing topsoil in this area or other disturbed areas. 204.02 Materials. ST-63 City of Fayetteville (a) General. Material used for backfilling curbs and grading for sidewalk shall be free of trash, organics; and other deleterious materials. (b) Topsoil. Topsoil may be obtained from sources outside the right-of-way limits or from areas within the project limits that will be occupied by cuts and/or embankments. When topsoil is furnished from sources outside the right-of-way; the Contractor shall be responsible for locating and obtaining the material and for performing all work; including erosion control; prevention of water pollution; and restoration; according to the specifications. The cost of such work will be considered included in the contract unit price bid for Topsoil Furnished and Placed. At the request of the City, the Contractor shall furnish copies of agreements with the property owners. Topsoil shall be good quality, fertile, friable, surface soil and consist of loamy sand; sandy loam; clay loam, or sandy clay loam and shall be clean; rich, dark soil that contains adequate organic material. River sand will not be accepted as topsoil. Topsoil shall be reasonably free from subsoil, slag, weeds, grasses, roots, or stones greater than: • 1/4 inch for residential/commercial law rden eas, or landscaped ar�as r • 1 inch for all other areas. Topsoil shall have a pH suitable for int de use ar a lownrcc iI shall e'♦o e d only from • naturally well -drained sites whe topsoi 011ccurs in 6 greater thaopsoil shall not be obtained from bogs, mash r steep cla ..$)opes. To so all not be stripped; collected, or deposited wlul �' In no case shall topsoil b e, avated m�r. ) 12" fro ttii- original ground level. Brush and other vegetation that wi I not b crated it il during handling operations shall be cut and removed. Ordina so d herba eo growth, such as grass and weeds, shall not be removed but shall Sr ughly b1her up and intermixed with the soil during handling operations. 204.03 Construction Requirement` (a) Curb Backfill and Grading. Aer curbs have set sufficiently, they shall be backfilled with approved material and grati'ed s at no pending will occur. Areas on which sidewalk or driveways are to be c♦pfi�trt�te&shall be compacted to 90% of maximum density as measured by AASHTO T or ' S�FM D698 (Standard Proctor). Upon completion of the construction of sidewalks. driveways; and other items of construction within the construction limits, all areas to receive topsoil shall be excavated, graded, backfilled and compacted as necessary to remove all depressions, ridges, soft areas, waste concrete, and other items that will interfere with placement of the topsoil layer. All slopes shall be excavated to a maximum slope of I vertical foot in 3 horizontal feet unless otherwise noted in the plans or directed by the Engineer. (b) Topsoil Placement. After the areas to receive topsoil have been prepared to the satisfaction of the En_ineer/City Engineer; topsoil placement may begin. ST-64 Standard Street and Drainage Specifications Topsoil shall be placed on all earth areas to a minimum depth of 4 inches unless shown otherwise on the plans or directed by the Engineer/City Engineer. Topsoil shall be graded to within 1 inch of finished elevation; and lightly compacted. Before placing seed all topsoiled areas shall be lightly scarified and raked to remove rocks; sticks; roots, and other undesirable materials as outlined in Section 204.02b. 204.04 Method of Measurement. (a) Curb Backfill and Grading. Backfilling of curbs and grading of areas between the back of curb and the construction limits will not be measured and is considered subsidiary to excavation and embankment items. (b) Topsoil. Topsoil furnished and placed will be measured by the square yard based on the location. Measurement will be made to the manent street right-of-way or permanent easement or to the toe or top of slopes as sh n the plans. Areas outside pl�ese limits disturbed by the Contractor restored in acc r NAlth these Specifications o t to the City. 204.05 Basis of Payment. ua tie completed, acce ed, and V r d as provided above will be paid for at the Con ac Prrc bid i. V (a) Topsoil will be paid for e unit price id er are yard . Said price shall be full compensation for excava�i g, to kpiling, h lin ,placing, ing, and all other labor, tools, and equipment to prima 1 Syer of top accordance ith he specifications. Pay Item `` Pa Unit O 4" Topsoil Placement ( Yar ea O 4" Topsoil Placement (Oche eas Sy. Section 205. Undercut anclYStGi a Backfill 205.01 Description. Thi� shall consist of excavation and disposal of unsuitable materials and furnishin02* ' T W, : lacing, spreading, consolidating and compacting stone materials as specific at orations designated on the Plans or as designated by the Engineer/City Engine- If and where directed by the Engineer/City Engineer, unsuitable material encountered at the proposed subgrade elevation shall be removed to the depth specified or directed by the Engineer/City Engineer and backfilled with Stone Backfill as further defined herein. 205.02 Materials. a) Stone Backfill. Stone for Stone Backfill shall be hard, durable, crushed stone aggregate, as manufactured by local quarries, ranging in size from 11/2` (40mm) minimum to 6" ST-65 City of Fayetteville (I50mm) maximum. Stone Backfill shall not contain more than 5% by weight of shale; slate or other deleterious matter. The stone shall be uniformly graded and the amount passing the 11/2" (37.5 mm) sieve shall be not more than 10% by weight. b) Aggregate Base Course Cap. When backfilling with Stone Backfill to subgrade elevation, or to an elevation below subgrade when directed by the Engineer/City Engineer, the top 4" to 6" (100 min to 150 mm) shall be material complying with subsection 401. "Aggregate Base Course" for Class 7 Aggregate Base Course. 205.03 Construction Requirements. (a) Excavation. Excavation operations shall be conducted so necessary measurements can be taken before replacing unsuitable material with approved backfill. (b) Stone Backfill. The area shall be excavated and the Stone Backfill shall be placed within the limits shown on the Plans or as designated by t ngmeer/City Engineer. The excavated materials shall be disposed of by the Contractor mpliance with these Specifications. Jr The stone may be dumped into the areas under u v out regard to depth of layer. T s ne shall be spread; shaped, and consolidated to the ne nd grad de 4rnined in dh he Engineer to provide a firm and unyieldin unlation for the su grade and/o Lyba a course and/or base course. � � (c) Aggregate Base Course 6�ap..,,eClass 7 egalr Ba tur e Cap shall be compacted per the requirem�issecuon 40 ggregate Bas rse". 205.04 Method of MR rer`?tent. D' V (a) Undercut and Stockfill wildbe measu tl� ton of material placed and consolidated or compacted acco in the ecifi,ations and as directed b the P -e Y Engineer/City Engineer. MES e is of V e ex Aated area will be taken by the Engineer/City Engineer after e, va ton ap�1{ e backfilling. The quantity of Undercut and Backfill will be measured as n Placez u tce Measurement for undercut will begin at subgrade elevation or one (I ) foot belo e� ground, whichever is lower. (b) Aggregate Base Course Cap sh I not be measured for separate payment but shall be measured and paid for as Stong >�� 205.05 Basis of Payme 1eft `� (a) Undercut Excavation and Stone Backfill shall be paid for at the Contract Bid Price per ton for Undercut and Stone Backfill. Said price shall be full compensation for excavation and disposal of unsuitable material; for furnishing, hauling, placing, shaping and consolidating or compacting material according to the plans and specifications; and for all labor, equipment, tools, and incidentals necessary to complete the work. Excavation and backfill authorized by the Engineer/City Engineer that is in excess of the volume occupied by the Stone Backfill will be measured and paid for under the appropriate subsections of these Specifications for the appropriate classifications of material. ST-66 Standard Street and Drainage Specifications (b) No payment will be made for this item if. The contractor does not notify the Engineer/City Engineer of potential areas requiring undercut before excavating these areas. An area that was previously stable becomes unstable due to actions of the contractor. These causes include, but are not limited to, pending of water and construction traffic. The Contractor does not allow the Engineer/City Engineer sufficient time to measure the undercut excavation volume before placing backfill material. In addition, no payment will be made to remove and replace any embankment material placed on unsuitable soil that subsequently requires removal and replacement. Pay Item Pay Unit Undercut and Stone Backfill Ton 01�1 P O D� • ) V .Q O P •� G� ST-67 City of Fayetteville DIVISION 300. STORM DRAINAGE Section 301. Storm Drainage Pipe 301.01 Description. This work consists of the construction or reconstruction of pipe culverts, including excavation and backfill of storm sewer trenches. 301.02 Materials. All materials supplied under the requirements of this section shall meet the requirements of Section 606 of AHTD Specifications. All reinforced concrete pipe shall be Class III unless otherwise shown on the Plans or directed in the Specifications. Sizes and -au-es of corrugated metal pipe shall be as shown on the plans. 301.03 Construction Requirements. (a) General. Unsuitable material excavated for storm sewer placement shall be disposed of under Subsection 202.03(a). Suitable surplus excavated material shall be used in the construction of embankments. Unsuitable excava d aterial below the designed bo t m of pipe elevation shall be replaced and compacted n proved material. Rock. harnd other unyielding material shall be excavated begone design ade for a dep o 6 ches minimum and 8 inches maximum. Th' x th excava} n shall be ck led with approved bedding material. Trenches I b excavated t• a ru urtum wi ha allows for proper jointing of the pipe and co1npac ion bac�naNeral under n nd the pipe. The completed trench bottom shWII be fi or its fug 5�and wid (b) Bedding. All storm sewt eN a a all be granular material. Bedd placed the bottom configuration thpipe. A (c) Laying Pipe. Pipe placement s tI 1 :0 with the shaped bedding throu h ut i ll outside circumferential laps of VTibIe7pipe shall be placed with longitudinal ps or Lge_r 1NVi-th a mini s%tn�&f4 inches of approved required d,d th4and shaped to conform to O at thelQwnream end. Pipe shall be in contact ngth. groove ends of concrete pipe and shill a placed facing upstream. Flexible pipe 5�a A sides. Paved or partially lined pipe shall be la1 3e longitudinal centerline of the paved segment coincides with the flow line. Elliptical pip shall be installed so the orientation of a vertical plane through the longitudina4Asta conduit does not vary more than 5 degrees from the design orientation. ` ' Pipe that is not in true alig t e t or that shows settlement after placement shall be removed and re-laid at no cost to the City. (d) Joining Pipe. The method of joining pipe sections shall be such that the ends are fully entered and the inner surfaces are reasonably flush and even. Pipe protruding through structure walls shall be cut off flush with the inside face of wall and grouted. ST-68 Standard Street and Drainage Specifications All surfaces of the joint upon or against which joint seal gaskets may bear shall be smooth, free of spalls, cracks, fractures; and imperfections that would adversely affect the performance of the joint. A primer shall be applied if recommended by the manufacturer. When preformed rubber gasket is selected by the Contractor, the gasket shall be the sole element depended upon to make the joint flexible and watertight. The gasket shall be a continuous rind_ that fits snugly into the annular space between the overlapping surfaces of the assembled pipe joint to form a flexible watertight seal. The gasket shall not be stretched more than 30% of its original circumference when seated on the spigot or tongue end of the pipe. When bitumen/butyl plastic gasket is selected by the Contractor; the following procedure shall be used. The protective wrapping shall be removed from one side of the gasket The gasket shall be pressed firmly to the vertical shoulder of the pipe joint, end to end continuing around the entire circumference of the joint. .he remaining protective wrapping shall be removed and the pipe forced into connection unl tti terial fills the joint space. e, For either type of gasket used and to ensure lenJand I ed joint. di joining of the pipe shall be accomplished by ei uNmg or pulling, y approve ` naa ical means; each joint of the pipe as it is laid. old veather wn dir cted, the t naterial shall be warmed in a hot water bath; or b pprova�•rrket d , to the aeilt� uired to keep the material pliable for placementamvitho reaking a king. (e) Backfilling. The t e�i We backfill wi beddin ater I in 4 inch compacted lifts to the springline. P tac under r cr drive ay will then be backfilled with aggregate base matena�Iieeting t nt ements c ion 401 placed in 4 inch lifts compacted to 95% of maximum d jear opt m �isture as determined by AASHTO T180 or ASTM D1557. Flow le 1 n accor�artc ith these specifications may be used as an alternate to the aggre bas materia For e purpose of this section; roadway shall be defined as back of curb to ack o curb. All other areas shall be backfilled m eiial free from lumps or clods placed in lavers not to exceed 6" at or near optimum moms . content and compacted with mechanical equipment to 90% of the maximum density as determined by AASHTO T 99 or ASTM D698, to the limits shown on the plans!�I, i aged during construction operations shall be replaced at no cost to the City. `�► S When the existing mat " xcavated for the pipe trench is declared by the Engineer/City Engineer as unsuitable for pipe backfill, this material shall be placed at other locations on the job and used to backfill behind curbs and/or placed on the fill slopes. If the Engineer/City Engineer determines that no suitable location exists on the job to utilize this material, the Engineer/City Engineer may approve the material to be wasted at an appropriate location outside the job limits. Material declared unsuitable for backfill shall be replaced with suitable material from roadway excavation and/or off -site sources. (f) Curtain walls for Flared End Sections. The foundation for curtain walls shall be prepared to the required depth. For cast -in -place curtain walls, the forming; placement of ST-69 City of Fayetteville reinforcing steel; and placement; finishing; and curing of concrete shall be according to the applicable requirements of subsections 601 ' "Cast -in -Place Concrete' and 602, 'Reinforcing Steele. Precast curtain walls shall be installed according to the applicable requirements for laying concrete pipe. Curtain walls shall not be measured for separate payment but shall be included with and subsidiary to Flared End Sections. (g) Temporary Repairs for Roadway Cuts. All roadway cuts shall be temporarily or permanently repaired in accordance with Section 405, "Asphalt Concrete Patching For Maintenance of Traffic within 24 hours of the completion of trench backfill for the work. or segment of work, which required the excavation and/or cut. 301.04 Method of Measurement. Stone drainage pipe of the type and size specified will be measured by the linear foot (LF) measured parallel to the tlowline of the pipe. Where inlets, junction boxes, or other structures are included in lines of pipe, that length of pipe extending to and flush with the inside of the structure wall will be included for measurement but no other portion of the structure length or widtIrwill be so included. Whenever possible, the lengths shown on the plans may be addu tty the Engineer/City Eng to accommodate the pipe lengths available from up ier t most nearly mate Ian lengths. Flared end sections for pipe culverts `y'• measure •y e unit an include the curtain wall, complete in place. ' LIL 301.05 Basis of Payment. Worn eted; acte "ted; and measur d�, provided above will be paid for at the Contract P6ce,bidlll�s follows:,(a) Pipe will be paid fora thrice per Itt"3ear�foo[ (LF) or@ type and size of pipe and type of backfill spe- ie ch price >e full co a al`'on for furnishing. hauling, and installing the pipe; fo serial inint e for concrete pipe and connection bands for metal pipe; for excava[io b kfilli me t g class 7 base as required; and for all other labor, tools. and equipme ssary to ete the work. (b) Flared End Sections (FES) Aff be paid for I ttNunit price per each (EA) for the type and size of the flared end section specified;i h\shall be full compensation for furnishing s, hauling; and installing the flared endt{ n or material including joint filler for concrete pipe and connection bands for metal &redkAd sections; for curtain walls complete in place: for excavation and backfillim, ine u g compacted backfill, and for all other labor, tools, and equipment necessary to coin It t 1 work. Payment will be made ST-70 Standard Street and Drainage Specifications Pay Item (Pipe Type and Material) Under Pavement (Pipe Type and Material) LF (FES Type and Material) Pay Unit LF EA Section 302. Drop Inlets and Junction Boxes 302.01 Description. This item shall consist of the construction of drop inlets, junction boxes, and drop inlet extensions with rings and covers or grates and frames. 302.02 Materials. (a) All concrete for this section shall conformJLo the requirements for Class A Concrete as provided in Section 601. (b) Reinforcing steel shall conform to the req it ents of • i n 602. ��(//, (c) Steel for welded steel grates and fra shall con rm� requi e - ens of ASTM A 36. . (d) Iron castings for rings awild coy rs; grates an names, a d%th r appurtenances shall conform to the re uirem&t f �STM A 4 q s OA. Be b rfaces between rings and covers or grates an Ps all be c machinepwidt ch precision that uniform bearing shall be provt d roughoumeter aretact. Castings shall be of the weight shown on the I ns. Mini m eight i shall be 275 pounds. The lid shall include the standard City f e eville to ace, rding to the Standard Details. (e) Precast concrete units oe y; size designation shown on the plans may not be used unless written permissi is gi City. Precast units shall be subject to the requirements of AASHTO M 199. ni o anufactured must be certified by a professional engineer registered in the State of A -an s that they have been designed and manufactured according to AASHTO M199 an• that hey meet the requirements for HS20 loading. Joint materials shall conform tooSuuW, n 301.02. (f) Curing Materials. urin materials shall meet the requirements of Subsection 601.15. 302.03 Construction Requirements. Drop inlets; junction boxes, and drop inlet extensions shall be constructed with either reinforced or non -reinforced concrete, as shown on the plans. Concrete shall not be placed until the Engineer/City Engineer has inspected the forms and the placement of reinforcing steel and rings or frames. ST-71 City of Fayetteville Round monolithic drop inlets may have the floors cast monolithically with the walls. All other concrete Floors shall be placed at least 24.hours before beginning construction of the walls. A longer period of time may be required if weather conditions make it necessary. When completed; the concrete shall be cured as specified in Subsection 601.15 Walls shall be constructed to form a tight joint with the floor and around the inlet and outlet pipes. Pipes shall be cut Flush with the inside surfaces of the wall. Utility lines that are carried through the walls shall be protected in an approved manner to avoid damage. Faces of drop inlets and drop inlet extensions shall be placed as a part of the curb in order to preserve the proper alignment. Precast concrete drop inlets or junction boxes may l e, used only by special permission of the City. Inlet and extension tops and throats will be c [@s,�ir�place with no exceptions. Precast reinforced concrete drop inlet orjunc t n ox secti 'n shall be care l e with joints conforming to the requirements of se�Pi 301.03(d)� l � ii. Metal rings or frames shall be set ac u t'ely fb the fifiish%' elevations Lth"�So subsequent adjustments will be necessary. They sh l e set in a I n rtar bed tit�rt bearing on the walls or securely fastened to th orm so that no i ement wil' o �u when concrete is placed around them. • f`- Welded steel grates an ra` shall e te�lied with A valet welds, and painted in accordance with the plans. 302.04 Backfilling. Backf ro inlets and Don boxes shall be with approved material as defined in the folio v'n p�rag•rapl Backfilling of inlets and junction boxes shall not begin until results of cq Crete cm'de to s demonstrate that concrete has reached 75% of specified strength. Backfill � 3t4 all be placed in layers not to exceed 4" in depth and shall be compacted to 95% of III density as measured by AASHTO T 99 for soil materials or by AASHTO�(T 1%0 for aggregate base materials. All structures or parts of stnid t fall within the limits of the roadway (defined as centerline to 1' behind (IIE back^f curbs) shall be backfilled with aggregate base material unless otherwise allowed i Rng by the Engineer/City Engineer. Structures in other areas shall be backfilled with approved material provided from on -site or off -site areas. Structures shall be cleaned of any accumulation of silt. debris; or foreign matter of any kind. and shall be reasonably free of such accumulations at the time of final inspection. 302.05 Method of Measurement. Drop inlets, junction boxes, and drop inlet extensions will be measured by the unit. One drop inlet extension unit is measured at a 4' length. Each ST-72 Standard Street and Drainage Specifications unit shall consist of the concrete frame, the ring and grate, and any pipe required to form the vertical portion of the drain including a standard elbow or tee. 302.06 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract unit price bid each for Drop Inlets, Drop Inlet Extensions, or Junction Boxes, of the size and type specified, which price shall be full compensation for constructing drop inlets, drop inlet extensions, or junction boxes; for furnishing, installing, and painting (if required), of rings and covers or grates and frames; for excavation and backfill; and for all materials, labor, tools, equipment, and incidentals necessary to complete the work. Payment will be made under: Pay Item (Size) Drop Inlets (Type) (Size) Junction Boxes (Type) (Size) Drop Inlet Extension Section 303. Concrete Pay Unit EA EA EA O_ql 303.01 Description. Thi�k c� is in accordance with the setV own on shown on the plans.k also in the box culvert. `+P rutting reined -concrete box culverts, and to to , grades, and dimensions ated wng�a Is and aprons at the ends of 303.02 Materials. Concrete or r�tgforced ,onc to box culverts shall be class B in accordance with Section&-59-9 un gs spe ed o iwise. Reinforcing steel shall be in accordance with Section PrecVt on rete box culverts shall be subject to the requirements of AASHTO S. TO M 273-00. Units so manufactured must be designed and certified by a pro registered in the State of Arkansas that the precast culvert(s) have been Vand manufactured according to AASHTO M 259- 988 and/or AASHTO M 273- 0 for the site specific conditions and the requirements for minimum HS20 live loaad�*`� 303.03 ConstructioYt Re�,�Sirements. Concrete box culverts shall be constructed on firm, unyielding mate`ri�r Unsuitable material found at the planned elevation of the box bottom shall be removed and replaced with material acceptable to the Engineer/City Engineer to provide an adequate foundation for construction of the box culvert. No concrete shall be placed before approval of the subgrade by the Engineer/City Engineer. Reinforcing steel and concrete for box culverts shall be provided and placed in accordance with Sections 601 and 602 and as detailed on the plans. All concrete shall be placed in the dry unless otherwise directed by the Engineer/City Engineer. Precast box culverts shall be placed in accordance with Section 301.03. ST-73 City of Fayetteville Backfill material placed within the roadway limits (defined as centerline of roadway to I' behind the back of curb) or under driveways and parking lots shall be AHTD Class 7 aggregate base material or gravelly clay material. generally known as "hillside". Aggregate base shall be placed in layers not to exceed 4" loose depth and shall be compacted to 95% of maximum density as determined by AASHTO T 180 or ASTM D1557. "Hillside" material shall be placed in layers not to exceed 8" loose depth and shall be compacted to 95% of maximum density as determined by AASHTO T 99 or ASTM D698. Backfill material placed in other areas shall be `hillside" material or other material that may be approved by the Engineer/City Engineer. Backfill in these areas shall be placed in layers not to exceed 8" loose depth and shall be compacted to 90% of maximum density as determined by AASHTO T 99 or ASTM D698. No backfill shall be placed against box culvert walls or on box culvert tops until the concrete has cured for 14 days and until test cylinders show that the minimum specified strength has been obtained. i► Backfill shall be placed and compacted on 303.04 Method of Measurement. as detailed below. The method to bel (a) Lump Sum Method. No m6asuren lump sum basis. (b) Unit Price Metho C crate box box culvert constructed �uremen Wingwalls, headwalls; and o er appurl be considered as a separate lump sut rit 303.05 Basis of Payment. (a) Lump Sum Method. Payment usin sum price shall include all labor, r completely construct each box c�uApi, wingwalls, headwalls; and othgr��f'puq and over excavation as neeessar%to ro of s�ifhe bo culvert simultaneo�tfs� wrement will be by^grie of the foo ng ethods it be stated in, e bin form. (/t will be 3NQ rrtis i t e Vent will be on a �Nill be measrurredd y the linear foot (LF) of ,� taken at'✓-nterline of the box culvert. lees wil of e`4ne�sured under this item but will Mthod will be on a lump sum basis. The lump ijs, equipment, and incidentals necessary to Payment shall also include construction of all ces, as shown on the plans, excavation, backfill; a stable subgrade for box culvert construction. (b) Unit Price Method. PIyMCmt using this method will be made at the per linear foot price (LF) for box culvert completed, accepted and measured as provided above. The per lineal foot price shall include all labor, materials, equipment, and incidentals necessary to completely construct each box culvert. Payment shall also include excavation, backfill, and over excavation as necessary to provide a stable subgrade for box culvert construction. This per linear foot price shall not include construction of headwalls, wingwalls, and other appurtenances. They will be paid on a lump sum basis for each box culvert. ST-74 Standard Street and Drainage Specifications Payment will be made under: Pay Item Pay Unit (Size) Cast -in -Place Concrete Box Culvert LS or LF (Size) Precast Concrete Box Culvert LS or LF Wingwalls & Appurtenances LS Section 304. Vacant Section 305. Open Channels 305.01 Description. This work consists instruction of open channelss+aincluding earthen and concrete channels. Qi ts' 305.02 Channel Excavation. Chl on the plans. All constructed grades Ponding or standing water in the fold ti 305.03 Earthen Channel ish of topsoil meeting the req me s of the surface scarifie "n e Lion for diameter shall be renwi a efore as specified on the plans hall s be arc Erosion control fabric; � specifications. Fabric shall e writing by the City. The Cont with specifications before such ha be excava to the lines d ades shown pes shall a within ± 0.1 ee he plan grade. chann@ wi_l'iot be allgCre. ,iee cl eels shal eeMSive a 4" minimum layer 2Q4. Tops$t��s ale firmly compacted; then Ssod. All r4ks3nd clods larger than I inch in soddingaons begin. Seeding or sodding I gp o elm the requirements of Section 505. I byplaced according to manufacturer's .'!cified unless an altemate type is approved in arit a sample of the alternate fabric type along 305.04 Concrete Ditch Pavink 1W (a) Materials. Concre e, N45cpaving shall be Class A concrete in accordance with section 601. (b) Construction Requirements. 1) Subgrade. The subgrade shall be excavated or filled to the required grade. Soft and yielding material shall be removed and replaced with suitable material and the entire subgrade shall be thoroughly compacted. 2) Forms. Forms shall be constructed of metal or wood; free from warp.. and of sufficient strength to resist springing during the process of depositing concrete. They ST-75 City of Fayetteville shall be securely staked; braced; set, and held firmly to the required line and grade. Forms shall be cleaned and oiled before concrete is placed against them. 3) Placing and Finishing. The concrete shall be deposited in the fornis upon a wetted subgrade to such depth that when it is compacted and finished; the flow line shall be at the required elevation and the sides at required widths. slopes, and thicknesses. The concrete shall be thoroughly compacted and the edges along the forms spaded to prevent honeycomb. The flow lines and sides shall be struck off with a straightedge and tamped sufficiently to flush mortar to the surface, after which it shall be finished with a wood float to a smooth and even surface. Edges shall be rounded with a ''/" edger. Transverse joints ''/<" wide shall be tooled or sawed perpendicular to the flow line at intervals not greater than 15' measured longitudinally along the Flow line. Joints shall continue across the bottom and up the slope to form a continuous joint. 3" diameter weepholes shall be spaced at 10' intervals long the channel. These weepholes shall be constructed in both channel walls a m �'' um , f 6 inches and a maximum dd foot above the channel flowline. Weephole V%itnu e required if the channel, all i�5less 40 than I ` tall. /��A When completed, the concret�sha be tired ass s ecified m Sect;iozn fla `` S '�V/ 4) Backfilling. Immediatel99,�a of the paving shalh bXt mechanical equip en�So when provided th la�i s. 5) Expansion Joints. hen a structure, a space not less tl and the structure. Thi*shl requirements of AASHi successive placements or as 6) Placement on Slopes. constructed to the lines an .1 7) Toewalls. Concre�tc�ee that do not termina"fe at d+4 and 3' deep below`h with the concrete channel. 305.05 Method of Measurement. Ve rorms nalveijeft removed. ihNpaces on each side filled w i le materi�a d compacted with soddin a1'$be place sin unction with backfill f ditch, avt Qtenninates at a drop inlet or other ide shay�Ibee d ft between the end of the paving ;Shall b filledvmvith joint tiller conforming to the t13.+E an 'on joints shall also be placed between c e b Engineer/City Engineer. shall begin at the toe of the slope and be as shown on the plans or as directed. 'shall be constructed at the ends of all paved channels :rote structure. Toewalls shall be a minimum of 8" thick ine of the channel, and shall be placed monolithically (a) Excavation for earthen or concrete channels shall be measured by the cubic yard (CY) of material removed. Quantities will be measured by cross sections taken before and after excavation operations. Payment for plan quantity of channel excavation will be made unless a change in the channel profile or cross section is made. ST-76 Standard Street and Drainage Specifications (b) Concrete channels will be measured by the square yard (SY) of concrete placed. (c) Erosion control fabric will be measured by the square yard (SY) of area covered by fabric. Overlaps, splices; and other additional fabric required for proper placement of fabric according to manufacturers' specifications will not be measured. 305.06 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract unit price per square yard for concrete channels and per square yard for erosion control fabric. Said price shall be full compensation for placement and finishing of concrete as specified; placement of erosion control fabric per manufacturer's specifications; and all other labor, equipment, and materials necessary for a complete installation of each item as detailed on the plans. Excavation will be paid on a CY basis. The plan quantity will be considered the final quantity for purposes of final payment, unless changes to the original design are made. Payment for excavation shall include excavatioincand removal of material as required; grading - to proposed elevations, and all other items o5co required to prepare propo d channel areas for concrete or topsoil as required. T tI eding; d sodding as speo � O�'y shown on the plans will be paid for under other it o vork. ^ Payment will be made under: O Pay Item Pa L Channel Excavation C Ian Qua RA Concrete Channel P V Erosion Control Fabri^ Y Q N 1 /W%� Section 306. 306.01 Descrip blanket. 306.02 Material: durable material v (AASHTO T96). than 140 pounds p layer of riprap, including filter )ved source and shall consist of a )y the Los Angeles Abrasion Test ed faces; and shall not weigh less Riprap stone shall be well graded to produce a minimum of voids. The maximum size of each piece shall be no greater than 18" in any dimension; and approximately 50% of material shall consist of pieces weighing 35 pounds or more. Filter blanket material shall consist of crushed stone reasonably well graded from coarse to fine as approved by the Engineer/City Engineer; or shall be a synthetic geotextile filter fabric meeting the requirements of AASHTO M288 for Erosion Control Class A. ST-77 City of Fayetteville 306.03 Construction Requirements. (a) General. Prior to placing filter blanket and riprap, the slopes shall be shaped as shown on the plans. When rock or hard shale is encountered at the toe of the slope, the riprap shall be keyed into this material the depth of the riprap. Riprap shall be placed immediately following construction of the embankment in order to provide slope protection. (b) Filter Blanket. Granular filter blanket material shall be spread uniformly on the previously prepared and approved surface to the thickness and location shown on the plans. Placement of the material by methods that will cause segregation or cause damage to the surface will not be permitted. Compaction of filter blanket will not be required, but it shall be finished to present a reasonably even surface free from mounds or windrows. When fabric is used in lieu of granular material. i s�iall be placed directly on the prepared surface. Fabric sections may be placed verticall r torizontally on the slope. djacent fabric sections shall be joined by overlapping fi'"i t uttm of 2' at the edges and tnrt n the overlapped strip with U-shaped wire pins; sing sh ed steel to ith metal fs ds, or similar fasteners. The fasteners shall be snore m length an shall hold e ac firnily in place. Fasteners shall be inserted o gh oth strips o over apped tab; at ntervals of 1.approximately 4' along the overlap. d iuonal pin �ia�l 'nstalled n - s ary to prevent displacement of the fabric. Fabric shall be overlapped 'nh dj`rection of ater Flow. T h u shall be turned down and buried approximate 1 -ihe exteriors. J No construction equipment V ill be pegii tte directllff"n�lthefa(iric. (c) Dumped Riprap. Stone o i manner as to produce a reason percentage of voids and shall be ' directed by the Engineer/City En, depth shall be 18 inches. Material underlying material. The larger F and the finished riprap shall4be�►Q Hand placing, to a limited x ntt the results specified above. PII ci likely to cause segregationt ric fioncret or clRo ped riprap shall be placed in such a m fel grade s of rock with the minimum practicable trusted Ntt t roes and grades shown on the plans or as 0A otherwise specified. the minimum rip -rap ill b aced in such a manner as to avoid displacing the shall be well distributed throughout the entire mass om objectionable pockets of small or large pieces. y be required, but only to the extent necessary to secure riprap by dumping into chutes or by similar methods sizes will not be permitted. Riprap stone shall not be deposited in a manner that will cause damage to the titter blanket. Any damage to fabric during placement of riprap shall be corrected by the Contractor at no cost to the City prior to proceeding with the work. Damaged fabric shall be repaired by placing a piece of fabric large enough to cover the damaged area, overlapping, and pinning in accordance with this section. 306.04 Measurement and Payment. Quantities of 18" thick rip -rap will be measured by the square vard (SY). Filter blanket will not be measured. ST-78 Standard Street and Drainage Specifications Payment for quantities of rip -rap completed and accepted and measured as provided above will be paid for at the unit contract price bid per square yard. Said price shall be full compensation for excavation and grading, placement of filter fabric; and placement of the rip -rap to the lines; grades; and depth specified. Payment will be made under: Pay Item Pay Unit Rip Rap I SY Section 307. Flowable Select Material 307.01 Description. This item shall consi of the furnishing, mixing, and placing a Flowable mixture of ortland cement, fly h. and, and water for backfil 'n bridge P ) fh t g abutments; pipe culverts; box culverts; st uE"Etur• l p ate pipe and arches; or o ses as approved by the Engineer/City Engineer. e i aterial s b laced in�p�hv)_�SN nformity with the lines; grades, dimensions. Od aitiss shown on a plans or eRtablrished by the Engineer. • 307.02 Materials. The in erials in the y I elect n e Nal hall conform to the applicable requirements o�f. ction 601. IN Ft land ceMb , y ash, and chemical admixtures shall be list Nn, PL. (a) Mix Design. The i, esign wf5epared b th �("Untractor. The mixture will be proportioned to produce Flowable it tion. Material for one cubic yard, absolute volume; shall be as fol ws Cement 80 - 100 lbs. Fly ash 220 - 300 lbs. �• Sand Variable to equal one cubic yaLzi Water Approximately 65 gallons The minimum flow of thq i x shall be 8" as determined by the test method described herein. The unit weig hai%w d mimum of 110 lbs./cubic foot. The mix design shall be accompanied by the fo owing ocumentation: • A listing of the weights of all components of the proposed mix (water and admixtures may be measured by volume); • Certified test results for flow and unit weight. When unsatisfactory results or other conditions make it necessary, a new mix design will be established. ST-79 City of Fayetteville (b) Sampling and Testing. Sampling and testing will be perfornied by the City. The Flow test shall consist of filling a 3" diameter x 6" high open-ended cylinder to the top with the flowable material mixture. IF necessary, the top of the mixture will be struck off level. The cylinder will then be pulled straight up and the flow will be measured by the approximate diameter of the mixture. There shall be no evidence of segregation in the mixture. The unit weight shall be determined according to AASHTO T 121; except that rodding and tapping shall not be done. 307.03 Construction Requirements. The Contractor shall provide sufficient supervision; labor, equipment, tools, and materials to assure proper production, delivery, and placement. When deemed necessary by the Engineer/City Engineer, the Flowable select material shall be contained within the designated area by metal or wood forms that are sufficiently tight as to keep the loss of material to a minimum, or by other means as approved by the Engineer/City Engineer. The flowable select material shall be discharged from the mixer and conveyed into the space to be filled according to Section 601. The fill material shall be brought up uniformly to the fill line shon the plans or as directed by the Engineer/City Engineer. Placing of other mate---1 ver flowable select material m� egin after the flowable select material has taken i �.n t' set; is table, and does not�dispface tinder equipment. ' � _/'� 307.04 Method of Measurement{ . w ble Seje . Material will e e ured by the cubic yard. The quantities shown ficld in the pr�pC o a will b con���ered the final quantities and no further measur ent r I be mad un e ; m then of the Engineer or upon evidence furnished byah C retractor, sub variatio ertst etween the planned quantities and actual qu ies ue to Chan e ignmentUor imeensions or to apparent errors. �� � v 307.05 Basis of Payment. Wor:• ted, a epte• red measured as provided above will be paid for at the contrac unit rd er c i and for Flowable Select Material, which price shall be full com n a o for de in e mix: for p �� TD g o furnishing, mixing; and placing the material: and for 11 labor t ui mmr"t, tools, and incidentals necessary to complete the work. �� Payment will be made under: Pay Item •`�� Pay Unit Flowable Select Material t ) CY ST-80 Standard Street and Drainage Specifications DIVISION 400. BASE AND PAVING Section 401. Aggregate Base Course 401.01 Description. This work consists of preparing an aggregate base course on a prepared foundation. 401.02 Materials. Materials for aggregate base course shall meet the requirements of the AFITD Standard Specifications (2003) Section 303 for Class 7. 401.03 Construction Requirements. The base course material shall be placed on a completed and approved subgrade or existing base that has been bladed to substantially conform to the grade and cross section shown on the plans. The subgrade shall be prepared as specified or deficiency of moisture at the time of pla comply; where applicable, with the requirX Contract that provide for the constru n.o reconstruction of the existing base ��ursl. frozen subgrade or subbase. `r The aggregate shall be plac . !1111eesubl uniformly to such depth d me that when cross section shown n , --Nns. Unle extend full depth to I .ey d the pl iwkul If the specified compacted dept� 11 ase in two or more layers of apUtQ i'r oa y equa nection 203 and shall be free fron Vn excess e ourse material. The sub II also �0 other that may be n a' din the nstruction, sh ping of th�grade or the Base cot se n�al shal Ne placed on a ier bas Mo.rsse material and spread it ,wi►l a the thickness. width, and citled or irected. base material shall :k of curbtt?Ceo/ cVseeeeds 8" the base shall be constructed th The material shall be spreadve same c fat T is hauled. Spreading shall be performed in such a manner that no segregation c Band fine particles nor nests or hard areas caused by dumping the aggregate on the sub ad will exist. Care shall be taken to prevent mixing of subgrade or unspecified material ith the base course material in the blading and spreading operation. �� When the base course iPechanical adjacent to an existing or newly constructed asphalt surface course or portland cemncrete pavement, the aggregate shall not be dumped or mixed on the pavement surface. spreading equipment shall be used, if necessary, to place the base course on the subgrade. Each course shall be thoroughly mixed for the full depth of the course and shall be compacted by any satisfactory method that will produce the density specified. The aggregate shall be maintained substantially at optimum moisture during the mixing; spreading, and compacting operations. The specified grade and cross section shall be maintained by blading throughout the compaction operation. The material in each course shall be compacted to a density, not less than 98% of the maximum density determined in the laboratory by ST-81 City of Fayetteville AASHTO T 180 or ASTM D1557. The aggregate shall be compacted across the full width of application. The compacted base course shall be tested for depth and any deficiencies corrected by scarifying; placing additional material; mixing, reshaping, and recompacting to the specified density.. as directed. The base coarse shall be shaped for its full width to the required grade and cross section. The finished base course layer shall not vary at any point by more than .02 foot from the prescribed elevation. The Contractor shall maintain the base course in a satisfactory condition until accepted. 401.04 Method of Measurement. Aggregate base course will be measured in square yards of material in place per the plans. Measurement will include areas up to P behind the backs of curbs if required on the plans. Aggregate base course placed beyond I' behind the back of curbs will not be measured. 401.05 Basis of Payment. Work completed a 3 ccepted and measured as pf�ovided above will be paid for at the contract unit p c i er s uare yard for Agg aie ase Course, which price shall be full compensatio fo preparin t eubgrade; f fishing material; for spreading; finishing, water . Bali ipulating, an mpacting; d or II labor. equipment; tools. and incidentals necessaf to omplete th work Pav Item (Depth) Aggregate Base C Section 402. Prime and Tacc 402.01 Description. This w, asphalt or emulsified petroleum 402.02 Materials. * . r ` P'av/U�oi S �` ► J► O� i;ets O and treating an existing surface with , blotter material. (a) Asphalt. Asphalt cement 4hM t"i ee the requirements of AASHTO M 20 or M 226. (b) Emulsified Asphalt. CU )IN d asphalt shall meet the requirements of AASHTO M 140 or M 208. (c) Emulsified petroleum products. Emulsified petroleum products. "EPR-1 Prime" or approved equal; may be used as the Prime Coat when indicated on the Plans or approved by the Engineer/City Engineer. (d) Blotter Material. Aggregate for blotter material shall meet the requirements of AASHTO M 43 for size 10. ST-82 Standard Street and Drainage Specifications Asphalt will be conditionally accepted at the source. Blotter material may be accepted in the stockpile; at the source. or at the roadway prior to placement. 402.03 Construction Requirements. (a) Weather Limitations. Prime and tack coats shall not be applied on a wet surface, when the surface temperature is below 45 degrees F, or when weather conditions would prevent the proper construction of the prime or tack coat. (b) Equipment. The contractor shall provide equipment for heating the asphalt and uniformly applying the asphalt and blotter material. The distributor shall be capable of uniformly distributing prime and tack coats at even temperatures on variable surface widths at readily detenmined and controlled rates from 0.05 to 2.0 gallons per square yard. Distributor equipment shall include a tachometer pressure gages, volume measuring devices or a calibrated tank; and a thermometer for me m temperatures of tank conten,}s _ (c) Preparation of Surface. Surfaces to be ini d shall b a ed to the re�nueV4✓r�ade and section. free from all ruts; corruga *4segregated mat al, or other �reNIarities and uniformly compacted and broomed, ur a•es to receiv® tack`toat shall of dirt, gravel, and other debris and shall be th ro gh wash;andnmomed to ce a clean and dry surface. ��• (d) Application of As h9a�t.�A phalt shalla�pfed bys�3t r� distributor in a uniform; continuous spread. h ffic is m d, not mo th / the width of the section shall be treated in on ap lication. tall be tape*n*%N a application of asphalt at the junctions of spreads is of in ec s f the ecmount. Excess asphalt shall be squeegeed fiom the surface. Ska ped a. as or d ciehall be corrected. Building paper shall be placed over the epreviou app i ations, and the joining application shall start on the building paper. it mg paper se shall be removed and satisfactorily disposed of. `` ,, ` When traffic is maintained, one -ways shall be permitted on the untreated portion of the roadbed. After the asphalt haass�eeei absorbed by the surface and will not pick up, traffic shall be transferred to the treated io d the remaining width of the section shall be primed. So J The quantities, rate o� Dion, temperatures; and areas to be treated shall be approved before application of A�Ume or tack coat. (e) Emulsified petroleum products Emulsified petroleum products, "EPR-1 Prime' or approved equal.. where indicated on the Plans or approved by the Engineer/City Engineer as the Prime Coat shall be installed per the Manufacturer's recommendations and as follows: Required Field Dilution Rate — 3 parts water to 1 part EPR-I PRIME (Note: Verification samples will be obtained prior to dilution); (b) Minimum required Application Rate — 0.30 gallons per square yard. ST-83 City of Fayetteville (f) Application of Blotter Material. If the prime coat fails to penetrate within the time specified and the roadway must be used by traffic, blotter material shall be spread in the quantities required to absorb any excess asphalt. (g) Prime Coats not required. Unless indicated or directed otherwise; prime coats will not be required when the initial asphalt course placed upon the aggregate is a minimum of 4 inches in thickness. 402.04 Measurement and Payment. Prime coat; when required, will be measured and paid for per square yard of material placed at the required application rate. Tack coat will not be measured and will be subsidiary to other items. Blotter material will not be measured but will be subsidiary to other items. Pay Item Pa Unit Prime Coat �4 P KN �J Section 403. Asphalt Concrete�X MiXr e 403.01 Description. This ite �e nsif fur 's n nd lacin c ha t concrete hot n +� � P a�SI mix of the type specified on a pre'pa�drt hndation. �� 7► 403.02 Materials, Dest n, d Quality�14troll of\ s I J Mixes (a) Materials. Materials for Asphal§nc to Binflr Co"ii rse shall meet the requirements of Section 406 of the AHTD Sta ari cai ns N n of 1996. Materials for Asphalt Concrete Surface Course shall �h req ire is of Section 407 of the AHTD Standard Specifications Edition of 1996, n ,dified as t31 All surface courses serving as wearing c se in travel lanes and not covered with a friction course shall contain not more than 6 i/o lin estone aggregate in the course mineral aggregate fraction. If and where so indicate( the Plans and the Bid for Unit Price Contract; and urse where the surface cois s�b. two or more lifts, then the surface course(s) which shall be installed beneath �to ti a lift of the wearing course may be an all limestone course aggregate mix otherwise ckuoTing with Section 409 of the AHTD Standard Specifications Edition of 1996 and subject to the review and acceptance by the Engineer and Owner. (b) Design and Quality Control Requirements Design and quality control of Marshall mixes shall be as specified in Section 404 of the AHTD Standard Specifications Edition of 1996. (c) Materials and Equipment for Asphalt Concrete Plant Mix Courses Materials and equipment for asphalt concrete plant mix courses shall meet the requirements of Section 409 of the AHTD Standard Specifications Edition of 2003. ST-84 Standard Street and Drainage Specifications 403.03 Materials, Design, and Quality Control of Superpave Mixes (a) Materials. Materials for Asphalt Concrete Binder Course shall meet the requirements of Section 406 of the AHTD Standard Specifications Edition of 2003. Materials for Asphalt Concrete Surface Course shall meet the requirements of Section 407 of the AHTD Standard Specifications Edition of 2003, modified as follows: All surface courses serving as wearing courses shall fully comply with Section 409 of the AHTD Standard Specifications Edition 2003. If and where so indicated in the Plans and the Bid for Unit Price Contract, and where the surface course is installed by two or more lifts, then the surface course(s) which shall be installed beneath the final lift of the wearing course may be an all limestone course aggregate mix otherwise complying with Section 409 of the AHTD Standard Specifications Edition 2003 and subject to the review and acceptance by the Engineer and Owner. (b) Design and Quality Control Requirements: Design and quality control of Superpave mixes shall be as specified in Section 404 of I ^ ITD Standard Specification %,di(ion of 2003. (c) Materials and Equipment for s°'ll ati oncrete Pla"�i Mix Cou ee�Materials and equipment for asphalt concrete p x���rourses shall�eet the requir n s of Section 409 of the AHTD Standard Specifica o 'i on of �t ecept fort ra x ments of Section 409.04(b) is at the contractor opti If a mateTia�nsfer devi e i used, the requirements of Section 409.04(b) shah a§qi �� 403.04 ConstructiVnt rementZ� G (a) Description. Thods e p9e in per m� work shall be at the Contractor's option. When the production n r-acemen of a material does not comply with the specifications, the Contra make U e ch ges necessary to bring the work into compliance. (b) Pre -Placement Conference.S waived by the Engineer, prior to the start of paving operations the Contractor sh nduct a Pre -Placement Conference involving the Contractor's personnel and thneer and City s personnel. The Contractor's proposed plant. delivery, laydown,♦c on, and equipment shall be discussed and, if deemed necessary by the CityfNlh pment inspected. The accepted mix designs and materials to be used shall be di usse�&./ It proposed mixing and compaction temperatures, sampling and testing plan. hauN 4fte, rolling pattern; and other pertinent information shall be discussed. The Pre -Placement Conference and all items discussed shall be documented by the Contractor and furnished to the Engineer within ten calendar days after the Pre -Placement Conference. (c) Preparation of Mixture. The aggregates, mineral filler, and asphalt binder shall be measured separately and accurately mixed in the proper proportions according to the mix design. The aggregates shall be thoroughly coated and the mixture shall not show an excess or deficiency of asphalt binder, injury or damage due to burning or overheating, or an improper combination of aggregates. The continuous production of ACHM shall be within ST-85 City of Fayetteville plus or minus 251 F (14' C) of the mixing temperature shown on the approved mix design. Momentary temperature spikes shall be kept to a minimum. (d) Preparation of Base or Existing Surface. Newly constructed base courses or subgrade shall be prepared as set forth in the specification item covering such items. Prior to placing asphalt base, binder, or surface courses, all required corrections of the existing pavement or base; such as filling potholes. sags, and depressions, or alterations of the existing pavement crown, shall be made. Such corrections shall be accomplished by placing asphalt binder or surface course mixtures at the location and in a manner as directed by the Engineer/City Engineer. Asphalt material used for wedging or leveling courses; or for fillings holes, may be placed by hand, blade grader, or mechanical spreader methods. The mixture shall be featheredged to a smooth and even surface around the edges of these areas. Prior to arrival of the mixture on the work, the prepared surface shall be cleaned of all loose and foreign materials and primed or tack coated as specified. Excessive joint and crack filler shall be removed before application of the prim r t ck coat. The mixture shal n t be placed on a surface that shows evidence of fire m s ,�V Contact surfaces of curbing, gutters, m � c and other struafures shall �bb nted with a thin coating of rapid curing cutbackpNalLt.�enrolsfed asphalt. No dir-fee eXpensation will be made for this work.` VIf the earlier course has bee; co mwitf�di�other forei . terials, or when the time lapse between cours,,,,e,,��isexeess of 72 the earli c•ur'� shall be cleaned and given a tack coat priorjn the suc eig course. 1 dire ted by the Engineer/City Engineer, a tack coat shal a ed even Isou a lapsed im as been less than 72 hours. (e) Transporting. The mixture s II nsport fro the mixing plant to the work in vehicles with clean tight beds. When the mixture is being haul more an Ailes or when the mixture is being placed between November 1 and April 1, the ens t e vehicles shall be covered with canvas or other suitable material to retard loss of h t he cover shall extend over the sides and ends o'the truck bed and shall be securel fastened. When the mixture is being hauled less than 15 miles the cover shall be storre n e truck at all times to be utilized when overtaken by sudden rains. No loads shall be sent soCeo the day as to interfere with spreading and compacting the mixture during daylight hours unless adequate artificial lighting is provided. Sufficient haul vehicles and plant production rate shall be maintained to the project to provide a continuous operation on the roadway. Only non -petroleum release agents approved by the Engineer/City Engineer shall be used in haul trucks. ST-86 Standard Street and Drainage Specifications (f) Spreading and Finishing. The mixture shall be placed on an approved surface, spread, and struck off to the line, grade, and elevation established. The mixture shall be placed only on a base that shows no evidence of free moisture, and only when weather conditions are suitable. Tile mixture from all types of plants should be delivered to the paver within the recommended compaction temperature range as shown on the approved job mix design. These recommended temperatures should be used in placing and compacting the material. In addition, surface and binder course mixtures shall not be placed on the roadway at a temperature lower than 250' F. The paver shall uniformly distribute and compact the mixture in front of the screed for the full width being paved. The screed or strike -off assembly shall effectively produce a finished surface of smooth and uniform texture without tearing, shoving, or gouging the mixture. The paver shall be operated at forward speeds consistent with satisfactory laying of the mixture. The speed of the paver shall be matched with thF�"lant production rate and number of hauling units. Stoo and eo operation of the paver is tab'eMWed. r� The longitudinal joint in one layer shall o that in h dyer imm�dra e� below by approximately G'. In general; the om the top layer all be ath,Vnt�rline of the pavement if the asphalt is placed s or lens, t lane lines if t halt is placed in more than 2 passes. `` �` (g) Rolling and Densi%Requ ements an on. t�. The mix e, fter being spread, shall be thoroughly compa ed t,k ng as s n as'i2 will be th�ght of the rollers without undue displacement�1 At the beginning of placement of o ���x Bides' A, t -tractor shall establish an optimm u rolling pattern that will achie a t,e pecifie en ty for the mix being placed. The Contractor may continue a opera ns the optimum rolling pattern is being established. The established rolling pattern be used for compacting all mix placed unless a change in the job mix �u%3ccurs or unacceptable results are obtained. Whenever a change in the job mi. o ula occurs; or when the compaction method or equipment is changed; or when unac table results are obtained, a new optimum rolling pattern shall be established. k\\, The number, weight, Yty"yof rollers, and the optimum rolling pattern shall be such that the specified density id.d su-�rface requirements are consistently attained while the mixture is in a workable condition�ftnal approval of the rollers and the rolling pattern will be based upon satisfactory performance and the ability to compact the mixture to the specified density and surface requirements. Rollers that produce excessive crushing of aggregate particles will not be permitted. When using vibratory rollers, the Contractor shall exercise due caution to prevent any deterioration of the material caused by excessive rolling or vibration. Vibratory rollers shall be operated in such a manner that overlap of adjacent passes shall be held to a minimum. Vibration shall not be used on courses less than 1 %" thick. ST-87 City of Fayetteville Rolling shall start longitudinally at the low edge and proceed toward the higher portion of the mat. When paving in echelon or abutting the previously placed lane, the longitudinal joint shall be rolled first followed by the regular rolling procedure. Alternate passes of the roller shall be terminated at least 3 from any preceding stop. Rolling on superelevated curves shall progress from the low side. Rollers shall not be stopped perpendicular to the centerline of the traveled way. The speed of the roller shall be slow enough to avoid displacement of the hot mixture. and in no case more than 3 mph. The roller shall be operated in such a manner that no displacement of the mat will occur. Rolling shall proceed continuously until the required density is attained and all roller marks are eliminated, leaving the surface smooth and uniform and the required density attained. To prevent adhesion of the asphalt mixture to the rollers, the rollers shall be kept moist for the firll width of the rollers, but excess water will not be permitted. Rollers shall not pass over the unprotected end of*hly laid mixture. Transverse joints shall be formed by cutting back on the previous 6&5epose the full depth of the c rr e A brush coat of asphalt material shall be used t su aces of transverseijgr is ust before additional mixture is placed against the p�sly placeZlaterial. (h) Weather Limitations. Bituminoou es shah) no be placed on p`et or frozen surface or when weather conditions�ot rse pre tithe roper h d an d finishing of the mixture. � �� Bituminous mixtures may BIN laced when ,Lth the ambi nt 'r emperature or the road surface temperature is e a] o_p'r�greaterrh tt hewn in t�i to e. Regardless of the temperature density, either by percent of before the bituminous mixture 11 Bituminous Placement Temperatu"te Li VA; i'•blAot be allowed unless specific Iling procedure, can be achieved heit. Paving Course Thickness (inches • Min. Air Temperature (Degrees F. Min. Road Surface Temperature (Degrees F. Surface 45 45 Subsurface ' L s th 3 40 45 Subsurface 3 or m re 30 35 403.05 Acceptance of Pavement and Adjustments in Payment. (a) Marshall Mixes. Acceptance of asphalt payment designed using the Marshall Method shall be according to Section 410.09 of the AHTD Standard Specifications Edition of 1996 except as modified herein. ST-88 Standard Street and Drainage Specifications (b) Superpave Mixes Acceptance of asphalt payment designed using Superpave Methods shall be according to Section 410.09 of the AHTD Standard Specifications Edition of 2003 except as modified herein. 403.06 Modifications and Augmentations of AHTD Standard Specifications. Modifications and augmentations of AHTD Standard Specifications detailed in this subsection apply to both the 1996 and 2003 Editions of the Standard Specifications. Samples for all properties except density, thickness, and the investigation of segregation shall be obtained from trucks at the plant. The contractor/testing agency shall clearly mark the load ticket of each sampled truck to indicate that the load has been sampled. The Contractor shall provide the straight -edge for use in pavement smoothness testing Sublet sizes for density and depth measurements will be 500 tons, and lot sizes will be 3000 tons. Locations for cores to be taken for densind depth testing will be determined using AHTD Test Method #465. (�[v/�) Compliance, price reduction, and rejection I : its or densi i be in accor with Table 410-1 of the AHTD Standard Spe � ater Calculation of price red lion will be in accordance with 410.09(d)(5) of D Standar�Spe ifications sphalt that is outside the limits shown as lot reyec nits b t* MNhe limits ass sublet rejection limits in Table 410-1, the Civy shall rmine i t r ix shall b e vcd at the contractors expense or left in place with ay to contract r All asphalt that is s' Tite limits s Ns sublot rejcti,n limits shall be removed in accordance with this ti Q For small projects (less than l 'MGO%d total) pace duction amounts shall be reduced to 50% of the amounts specified ion 416@mff he TD Standard Specifications. Thickness of the finished asp I[ will aed by measuring the thickness of the density cores taken. The average of all dep uiements shall not be less than the required depth shown on the plans. Depth of an V. excess of plus three -eighths inch (+ 3/8") will not be used in computing the avera�a epth. If the average depth is less than the required depth, it will be corrected by eye hyi� with additional ACHM surface, or as directed by the Engineer/City Engineers► ,` In addition, thickness o`h rvidual cores shall not be less that 3/8" less than the plan depth. The method for determining the limits of removal for density or depth is as follows: If a single core test falls outside of the limits shown as "Sublot Rejection Limits" in 410-1. two additional tests shall be run in close proximity (within three feet). If the average of these three tests is within the sublot rejection limits in Table 410-1, then this average shall become the value for the density of this sublot. if the average of the three tests is still outside of the sublet rejection limits, tests shall be run at 50-foot intervals in both directions until results are found that are within the sublot rejection limits. ST-89 City of Fayetteville All asphalt that is outside of the limits shown as sublot rejection limits as determined by the above method shall be removed and replaced. After replacement, a core shall be taken in the replacement asphalt and the density detenmined. The average of this density test and the two isolation tests shall become the density for the sublot. The contractor shall do all coring and testing for density and depth at no additional cost to the City. The City may require additional cores cut for verification of the contractors test. Verification testing will be paid for by the City. When lots and sublot divisions for initial and final courses do not coincide. the Contractor may be required to take additional samples (full -depth) at his expense to determine asphalt thickness. Locations of such cores shall be approved by the Engineer. Section 410.10 of the AHTD Standard Specifications will not be used under this contract. 403.07 Method of Measurement. Measuretnenttwill be by one of the following methods as detailed below. The method to be used will be aLM in the bid form. Asphalt concrete hot mix (ACHM) will be mea red y either: ;Z*, (a) the ton, or ' (b) the square yard (SY) ` of material in lace and as intl'ed n the Pla an th i p � e Bid for�lrtii�nce Contract. Asphalt concrete hot mW-SM) where Yn icated to easururred by the ton will be substantiated by weight twhich a be subn 'tted to e City at the time of asphalt delivery. Deductions for asphalt p���reas n°gLdest nated in the plans and not directed by the Engineer/City Engineer , 0 Aa�pi ced alai• iths more than 1/8' over plan depth will be made at the discretio tN Engir City Engineer. Measurement of these deductions will be by a method deemed afro rta by the Engineer/City Engineer. Asphalt concrete hot mix (ACHM) where in cated to be measured by the square yard (SY) will be substantiated by surface arek mea rements of asphalt concrete hot mix in place. Deductions for asphalt placed ib M� enot designated in the plans and not directed by the Engineer/Cityeer Enginw Il be ad at the discretion of the Engineer/City Engineer. Measurement of these • eductzons will be by a method deemed appropriate by the Engineer/City Engineer. 403.08 Basis of Payment. Payment will be based upon the method of measurements and by one of the following methods as detailed below. Asphalt concrete hot mix will be paid for by either: (a) Per ton: at the contract unit price bid per ton of material placed in plan locations: said price shall include famishing mix designs, furnishing material; for heating. mixing, ST-90 Standard Street and Drainage Specifications hauling; placing: rolling, finishing, and for all other labor, equipment; tools. and incidentals necessary to complete the work. or (b) Square yard (SY): at the contract unit price bid per (depth asphalt concrete hot mix) square yard (SY) of material placed in plan locations: said price shall include furnishing mix designs; furnishing material, for heating, mixing; hauling, placing, rolling, finishing, and for all other labor, equipment, tools, and incidentals necessary to complete the work, as indicated on the Plans and the Bid for Unit Price Contract. Payment will be made under: Pay Item Pay Unit Asphalt Concrete Hot Mix Ton Binder Course (ACHMBC) Asphalt Concrete Hot Mix T�b Surface Course (ACHMSC) OR , ♦ D' Pay Item Pantit�, h Asphalt ncret@Y (Dept) sp Co Ix ` 1► Binder Course (ACI� •VV (Depth) Asphalt Con e I of Mix SY�v Surface Course (ACHM' ) v �, O Section 404. Asphal mete o. Mix Base Course 404.01 Description. This item all c nn ist of a base course constructed on an accepted course according to these specificatio d in substantial conformity with the lines, grades, and typical cross sections shoown the plans. 404.02 Materials. 6ix ♦at�x�al and equipment shall comply with the requirements of Asphalt Concrete HotN Course (Section 405 of the AHTD Standard Specifications). 404.03 Construction Requirements. Construction requirements shall comply with the requirements of Asphalt Concrete Hot Mix Base Course (Section 405 of the AHTD Standard Specifications). 404.04 Method of Measurement. Measurement will be by one of the following methods as detailed below. The method to be used will be stated in the bid form. Asphalt concrete hot mix base course will be measured by either: ST-91 City of Fayetteville (a) the ton, or (b) the square yard (SY) of material in place and as indicated on the Plans and the Bid for Unit Price Contract. Asphalt concrete hot mix base course where indicated to be measured by the ton will be substantiated by weight tickets. which shall be submitted to the City at the time of asphalt delivery. Deductions for asphalt placed in areas not designated in the plans and not directed by the Engineer/City Engineer or for asphalt placed at depths more than 1/8" over plan depth will be made at the discretion of the Engineer/City Engineer. Measurement of these deductions will be by a method deemed appropriate by the Engineer/City Engineer. Asphalt concrete hot mix base course where indicated to be measured by the square yard (SY) will be substantiated by surface area measurements of asphalt concrete hot mix in place. Deductions for asphalt placed in areas not designatgd in the plans and not directed by the Engineer/City Engineer will be made at the dice on of the Engineer/City Engineer. Measurement of these deductions will be 11thod deemed appropri�t= bv�the Engineer/City Engineer. ��► 404.05 Basis of Payment. Payrn 11 base upo the i ethod ofmerits and by one of the following methods as ta' e low. • �/ Asphalt concrete hot mix base c n e wi be pai b "i her: • (a) Per ton: at t c ntr t unit pric "d er ton of in terraced in plan locations; said price shall include ' ming mi eS'31, furnis ""�maCerial; for heating, mixing; hauling; placing, rolling; An king, and or II othe 'ab etuipment; tools, and incidentals necessary to complete the work; or (b) Square yard (SY): a contract rri rice bid per (depth asphalt concrete hot mix) square yard (SY) of materia placed i p an3F9eations-, said price shall include furnishing mix designs, furnishing material, for he tin ,ing, hauling, placing, rolling, finishing, and for all other labor; equipment; tools; and i i ntals necessary to complete the work, as indicated on the Plans and Lb" N�8 CO Unit Price Contract. V�Payment will be made und Pav Item Pay Unit Asphalt Concrete Hot Mix Ton Base Course ST-92 Standard Street and Drainage Specifications Pay Item Pay Unit (Depth) Asphalt Concrete Hot Mix SY Base Course Section 405. Asphalt Concrete Patching for Maintenance of Traffic 405.01 Description. This item shall consist of an asphalt concrete material composed of mineral aggregate and asphalt binder for use in patching to maintain traffic including temporary repairs for roadway cuts. This item shall be placed for all roadway cuts unless directed otherwise by the Engineer/City Engineer. This item will be placed for other maintenance of traffic if and where directed on the plans or by the Engineer/City Engineer. 405.02 Materials and Composition. Ma exials and equipment shall conform to the requirements of ACHM Surface Course (StaSpecification Section 403)eot Asphalt Concrete Cold Plant Mix (Section 41 l of A� to dard e�cifications). ✓1 405.03 Construction Requiremets . construction req"t7renients shall on rm, insofar as possible; to Section 406 and as o11= ws. ®� ♦` V All roadway cuts shall be tempo -' y or per �tj ly repair e itlnn 24 hours of the completion of trench bac I for the wo 11 r egment oo v�brk; which required the excavation and/or cut. `� V Temporary roadway repairs shag ninimum (2) inches and a maximum of three (3) inches of asphnd shall�m ly wit p to ion Section 405 and 406. Permanent roadway cut rep$i sh 1 ompl vith fans and specifications and as directed by the Engineer/City Engin Temporary roadway cut repairs sha itained by the contractor. Temporary roadway cut repairs hall a removed and disposed of by the Contractor as necessary during installati$4o tanent roadway cut repairs or new roadway construction. 405.04 Method of Me suurrem nt. Asphalt Concrete Patching for Maintenance of Traffic will be measured by th to of mix placed as directed by the Engineer/City Engineer. In no case shall measurement o the Temporary Repairs for Roadway Cut extend beyond the pay limit shown on the details on the Plans. Temporary Repairs for Roadway Cut with depths less than rwo (2) inches and all depths greater than three (3) inches shall not be measured for payment. 405.05 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract unit price bid per ton for Asphalt Concrete Patching for Maintenance of Traffic, which price shall be full compensation for furnishing materials: for ST-93 City of Fayetteville heating, mixing, hauling, placing; and compacting; and for all labor; equipment, tools, and incidentals necessary to complete the work. No payment will be made for: Material placed with out authorization of Engineer/City Engineer. Material placed beyond the pay limits shown on the detail for each type of pavement repair. Material placed to repair previously patched areas unless approved by the Engineer/City Engineer. Payment will be made under: Pal, Item Pay Unit Asphalt Concrete Patching for Maintenance of Traffic Ton Section 406. Asphalt Concrete �of Mix atchin Roadway J# 9 of existing 406.01 Description. This item sh Ic nst of patc�i°gexisting r d using asphalt concrete material composed of n eral Vgregate an • Halt binder. 406.02 � Materials and Co%pos' ion. Md rig shall t-No n' the requirements of Section 402, Tack Coat d c 403. D'� co�V AV 406.03 Construction Requires shoulders, designated by the Engi� provide firm vertical sides an surface. All loose or foreign ai emulsified asphalt shall be applie, to or Surface Course shall be placed in measurement. Compaction, sati: accomplished with a mechanical tar shall be smooth and level witMt�''e 7 / Uns BNaa` eah in existing roadways and t Engin r to be repaired, shall be removed to stable. otto generally parallel with the existing it sbal a emoved from the hole. A tack' coat of t hole. Asphalt Concrete Hot Mix Binder h tniform layers. not to exceed 4 inches loose to to the Engineer/City Engineer, shall be r or other approved methods. The finished surface mdin, surface. 406.04 Method of Measurement. Asphalt Concrete Hot Mix Patching of Existing Roadway will be measuredhovJe ton of mix. 406.05 Basis of Payment. Work completed and accepted and measured as provided above, will be paid for at the contract unit price bid per ton for ACHM Patching of Existing Roadway, which price shall be full compensation for excavation of the existing roadway; for removal and disposal of excavated material; for compacting and tacking the excavated area; for furnishing materials; for heating, mixing, hauling, placing, and compacting the materials; and for all labor, equipment, tools, and incidentals necessary to complete the work. ST-94 Standard Street and Drainage Specifications Payment will be made under: Pay Item Pay Unit Asphalt Concrete Hot Mix Patching of Existing Roadway Ton ST-95 City of Fayetteville DIVISION 500. MISCELLANEOUS CONSTRUCTION Section 501. Concrete Curb and Gutter 501.01 Description. This item shall consist of the construction of integral curb, concrete curb; or concrete combination curb and gutter according to these specifications and in conformity with the locations; lines; and grades shown on the plans or as directed. 501.02 Materials. The Concrete shall be Class A or B Concrete as provided in Section 601. The maximum allowable slump shall be 4 inches. When an extrusion machine is used, the Contractor may modify the concrete mix design, upon approval of the Engineer/City Engineer, to improve workability while maintaining the requirements for Class A or B Concrete. Material forjoint filler shall comply with AASFITO M 213. 501.03 Construction Requirements. (a) Subgrade. The subgrade shall be surface, according to the dimensions she even surface. Where curb is to be pla e( the street shall apply to the subgrade and (b) Placing and Finishing. ♦`Vv� w l) Integral Curb. %er t e concret be clamped or othee, se secur' concrete for the curb shall t I shall be placed within 3 mimi u[e shall be taken to secur ool o ltl vibrated sufficiently to el inate surface. It shall then be finis Class 6 finish according to Sect approved finishing tool to thefLadi >the requi d th ttt the plans, nd shall be < ttlart of a> eregk to compile course�onc heath the'K, 1� r� fife"nished a to a firm, iirements of .nt has b �k off, the curb forms shall de t. the slab form and additional to. oroughly tamped. The concrete nt slab has been finished and care �tction. The concrete shall be spaded or V'hall be tamped to bring the mortar to the and even with a wood float and given a 16. The edges shall be rounded with an i on the plans. 2) Concrete Curb or oncretes,C fmbination Curb and Gutter. The concrete shall be deposited in the f rms uNon wetted subgrade and vibrated and spaded until mortar entirely covers the f e, after which it shall be finished smooth and even by means of a wood float and liven a Class 6 finish according to Section 601.16. Edges shall be rounded as shown on the plans while the concrete is still plastic. (c) Joints. Expansion joints for concrete curb or concrete combination of curb and gutter shall be installed at stationary structures such as catch basins, drop inlets, etc., and at ends of curb returns. Where curb and gutter is constructed adjacent to or on rigid pavements, the location and width of joints shall coincide with those in the pavement, where practicable. Expansion joints shall have a thickness of %" and shall be filled with joint tiller according to ST-96 Standard Street and Drainage Specifications Section 601.11 shaped to the cross section of the curb and constructed at right angles to the curb line. Contraction joints for concrete curb or concrete combination curb and gutter shall be 1/8" to 3/8" wide x 1 '/" deep and shall be constructed at i 5' intervals. They shall be constructed at right angles to the centerline and perpendicular to the surface of the curb and gutter. Where curb and gutter is constructed adjacent to or on rigid pavements; the location and width of joints shall coincide with those in the pavement; where practicable. Contraction joints shall be formed by sawing, unless otherwise specified, and filled according to the requirements for Joint Seals as specified in Section 601.11. or with a commercially available' silicone product approved by the City. (d) Surface Tests. Before the concrete is given the final finishing, the surface of the gutter and the top of the curb shall be true to line and grade. The maximum variation in 10' shall not exceed 3/8". (e) Curing. When completed, the concrete (f) Backfilling. After the concrete has set uu ciently, refilled to the required elevation wi tale material, other organic material, trash.. lar ks, r other del t be firmly compacted to 90% of t e atenal's m �i�ulv T99 or ASTM D698 by mear{�of ap ved mec�ax ica�be 501.04 Method of MeasbMilf ent along the face of theCUANNe gutter not be measured sepffT—ate but sh I Modified curbs across driveways an of commercial asphalt drivewa) tons[i as specified in Section PLI5. p,ace behind 'utb shall be from tops ea s twigs; or, material material shall ty et ned by AASHTO rentan eatly graded. will be pea u 'd by the linear foot (LF) al curLkace4d with concrete pavement will d in(th-FtFrice bid for concrete pavement. bet r red as curb. Curbs placed as part alsole measured as curb. 501.05 Basis of Paymehf Work .co 'lee,Sd and accepted and measured as provided above will be paid for at the contract t�s bid per linear foot (LF) for Concrete Curb or Concrete Curb and Gutter, which p tc .III be full compensation for furnishing materials, including joint filler; for form ; mixing, placing, and finishing concrete; and for excavation and backfilling.vl� t included in other items. Pav Item ` Pav Unit Concrete Curb and Go LF Concrete Curb LF Section 502. Concrete Sidewalks 502.01 Description. This item shall consist of the construction of concrete walks according to these specifications and in conformity with the dimensions, locations; lines, and grade shown on the plans or as directed. ST-97 City of Fayetteville 502.02 Materials. Concrete shall comply with the requirements for Class A or B Concrete as provided in Section 601. The maximum allowable slump shall be 4 inches. Aggregate base shall meet the requirements of Section 401. 502.03 Construction Requirements. (a) Subgrade. The subgrade shall be excavated or filled to the required grade. Unacceptable material shall be removed and replaced with suitable material, free from topsoil, leaves, twigs, or other organic material, trash, large rocks, or other deleterious materials. and the entire subgrade shall be thoroughly compacted with approved mechanical equipment to not less than 90% of the materials maximum density as determined by AASHTO T99 or ASTM D698. (b) Aggregate Base Course. Class 7 aggregate base meeting the requirements of Section 401 shall be installed on the approved subgrade to a minimum depth of 4 inches outside of driveway areas and a minimum depth of 6 inches a��°�sss driveways, and compacted to 95% of Modified Proctor Density as determined by AASS 1 80 or ASTM D 1557. (c) Placing and Finishing. The concrete shal be eep�posited m e forms up ft�th vetted aggregate base to such depth that when a0"mpacted and fi'ltshed, the to s all a et the required elevation. It shall be thorouTten on oIidated an the edges alon�orms spaded to prevent honeycomb. The top shalbe stru ith" a strai �nd tamped or vibrated sufficiently to flush m tar surfaca�which it al e given a Class 6 finish according to Section 6�ll.�dges shall g�ronded with a'ius, including edges atjoints. ` D�A(`� Concrete thickness shall 6 4rJ ches out of�d'rivewa gas nd 6 inches across driveways unless otherwise specified. Transverse joints in the walks Obeorut with '/< ter at intervals not greater than the width of the walk being constru,as�dir cy taw,' This joint pattern shall be continuous through driveways. ` When completed, the concrete shall b; cu as specified in Section 601.15. (d) Backfilling. After the folia jbeen removed, the spaces on each side of the walk shall be backfilled with su ble a tia , which shall be firmly compacted and neatly graded. Topsoil meeting the requiremeiDs of Section 204 shall be used when areas adjacent to the sidewalk are to be seeded or o0ed. (e) Expansion Joints. A space not less than ''/i' wide shall be left between the sidewalks and adjacent structures, except that no space shall be left between the sides of the walks and adjacent curbs. This space shall be filled with approved joint filler complying with AASHTO M 21 1. 502.04 Method of Measurement. Concrete sidewalk of the specified thickness will be measured by the square yard (SY). ST-98 Standard Street and Drainage Specifications 502.05 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract unit price bid per square yard (SY) for Concrete Sidewalks of the thickness specified, which price shall be full compensation for furnishing materials; including concrete; aggregate base; and joint filler; constructing the concrete sidewalk; for excavation and backfilling where not included in other contract items; and for all labor. equipment; tools; and incidentals necessary to complete the work. Payment will be made under: Pay Item Pay Unit 4" Thick Concrete Sidewalk SY 6" Thick Concrete Sidewalk SY Section 503. Driveway Constru-tc 90 Reconstruction �_✓ 503.01 Description. This woists of recons- ding exi'SUUIdriveways or constructing new driveways with et aspha4, agg e ate base ec�or� S other materials as shown on the Plans or as direc d yAt e Engifre�e`%Ci'"f Engineer�,� 503.02 Mate the requireme Section 403. materials shall 503.03 Cons (a) General. grades; and o Engineer. Co will not be a widths of exis of 40' for c designated as each side of tt ►lass A or B according to per the requirements of f Section 401. All other gineer. ications, to the lines and ed by the Engineer/City erpendicular to the street way widths shall match Y and a maximum width eways. All driveways ete curb and gutter along Driveways and aprons shall be constructed on a compacted subgrade consisting of material approved by the Engineer/City Engineer. (b) Driveway Removal. Existing driveways shall be removed to the locations shown on the plans or as directed by the Engineer to create a smooth transition from the roadway to the adjacent property. The back limit of the driveway shall be sawed if required to produce a neat line. ST-99 City of Fayetteville (c) Concrete Apron. Concrete apron shall be constructed on all driveways beginning at the back of curbs and extending to the fi•ont edge of the sidewalk. Concrete aprons shall be of a residential or commercial type as shown on the plans. The apron thickness shall be as shown on the Plans, but not less than six inches (6"). Mixing, placement, and finishing of concrete shall be as required in Section 601. Contraction joints shall be constructed so that slabs are no more than 15' in any dimension. One half -inch (%") expansion material meeting the requirements of Section 601.11 shall be placed between the backs of curbs and the apron. Joints shall be tooled or sawed at 10' intervals perpendicular to the street. These saw joints shall be filled with joint sealant meeting the requirements of Section 601.11. (d) Concrete Driveways. Concrete driveways shall be constructed where shown on the Plans or as directed by the Engineer/City Engineer. The driveway thickness shall be as shown on the Plans, but not less than six inches (6"). Mixing, placement, and finishing of concrete shall be as required in Section 601. Contraction joints shall be constructed so that slabs are no more than 157 in any dimension. When concrete driveways are constructed monolithically with concrete apron, a contractioneo?nt shall be constructed at the interface between the apron and the driveway. All joints Woe according to Sect' V (e) Asphalt Driveways. Asphalt driveway 11 consis pproved � Mix. Construction of asphalt driveways shall a ff e requii of the asphalt driveway section shal a esy wn orb than 2" of asphalt constructed on 6" Bf a yegate bas i (t) Aggregate Base Driveways.X�existing dr'� y. reconstructed with aggre : to as eeting e eequ re base material shall be a ordi �o the line Jade< the Engineer/City En. tee hickness�• shall be shall be less than 6". Compaction regt"ts aret`� merits o Section 4 �e hickness leans, but in !Loe�shall be less ed'°Ot''oil or gravel shall be I .rion 401. Placement of w he plans or as directed by n on the plans, but in no case in Section 401. 503.04 Method of MeasurrR Nit' spe , calllcluded as a pay item, Asphalt or concrete driveway removal sha be meastre I by he square yard (SY) From the existing roadway edge to the limits of the ri, Removal of other driveways will not be measured. Concrete aprons and all do� a shall be measured by the square yard (SY). Curb constructed as part of concrete aprons or concrete driveways will be measured as driveway. Curb for asphalt drvy�ill not be measured as part of this item. 503.05 Basis of Paymefit LNr completed and measured as provided above will be paid for at the contract unit pri Y bid er square yard for the various items. This price shall be full compensation for fumishing nd placing materials; for excavation and subgrade preparation; for shaping and finishing, and for all labor, equipment, tools. and incidentals necessary to complete the work. Payment will be made under: Pay Item Pay Unit ST-100 Standard Street and Drainage Specifications Concrete Driveway Aprons SY Concrete Driveway SY Asphalt Driveway SY Aggregate Base Course Driveway SY Asphalt/Concrete Driveway Removal SY Section 504. Headwalls and Retaining Walls 504.01 Description. This item consists of constructing concrete headwalls and retaining walls at the locations and to the lines and grades shown on the plans. Modular Block retaining walls. and/or Mechanically Stabilized Earth retaining structures with facing, when so indicated in the plans or the proposal shall be specified in a Special Provision supplemental to these Standard Specifications. �' 504.02 Materials. Concrete shall meet t r2 uir menu of Section 601 for As or B for headwalls; and Class B for retaining wa' �✓ Reinforcing steel shall meet the requi4e s of Section 602. 504.03 Construction Requiremen s. The . admen which eTiPfng is ro be placed shall be prepared by excavato threquired i��d thorougf�ly. onipacting the existing material If the existing�m e I at the eet ` f the b tto `of the footing is soft and yielding, and the En ee�ngineer s di cts, it sttii moved and replaced with suitable material ac d' g o Section 2�, V Reinforcing steel shall be placed n on t p eepholes of the size shown on the plans shall be set in the forms b ore o crete is cc . Concrete shall be furnished lace finished, d cured according to the requirements of Section 601. 504.04 Method of Measurement. headwalls and concrete retaining walls will be measured by the cubic yard of%oncrete placed and accepted. Concrete, reinforcing steel, filter fabric, compacted drat ag stone backfill, expansion joint materials, weep holes, Ino weephole screens, co pact i rt backfill and all other items indicated on the Plans or required for a compleIe headwall and/or retaining wall shall not be measured for separate payment but will be consie'erred subsidiary to the items involved. Additional undercut excavation as required under footings will be measured by the cubic yard compacted in place. 504.05 Basis of Payment. Work completed and accepted and measured as provided above will be paid for at the contract unit price bid per each for Concrete Headwalls and per linear foot for Concrete Retaining Walls. Said price shall be full compensation for furnishing all materials, including reinforcing steel; for structural excavation and compaction; for all ST-101 City of Fayetteville forming and bracing; for mixing, transporting; placing, finishing, and curing; and for all equipment, tools; labor, and incidentals necessary to complete the work. Additional excavation and embankment under footings will be paid for at the unit price bid for Undercut Excavation. No payment for additional excavation will be made unless such excavation is directed by the Engineer/City Engineer. Payment will be made under: Pay Item Pay Unit Concrete Headwalls EA Concrete Retaining Walls LF Modular Block Retaining Walls SF Section 505. Seeding and Sodding 505.01 Description. This item shall con '' of flmis!'ing a7td applyi ertilizer, seed, mulch cover, and water acco, in�ese i 'cstCions at loc frVn ,Vo f on the plans or as directed. � ` The work under this item sh b ac mplished as Qon as prac it�bhe tter the grading m an area has been completed n de o deter er ,f the roadwag a d"siltation of streams. 505.02 Materials. i� O (a) Lime. Lime shall be agrie tlYde gr6und, I't stone or equivalent a 9 s approved by the City. (b) Fertilizer. Fertilizer shall be a co mer-�a �rade, uniform in composition, free flowing. and suitable for application with mechan(cal quipment. It shall be delivered to the site in labeled containers conforming to cd1rent rkansas fertilizer laws and bearing the name, trademark, and warranty of the oflueZr. (c) Seed. Except as m ifiedrein, the seed shall comply with the current rules and regulations of the Arkansa Sta Plant Board and the germination test shall be valid on the date the seed is used. It shal have a minimum of 98% pure seed and 85% germination by weight, and shall contain no more than 1% weed seeds. A combined total of 50 noxious weed seeds shall be the maximum amount allowed per pound of seed with the following exceptions: Johnson grass seed, wild onion seed, wild garlic seed, field bindweed seed, nut grass seed, sickle pod seed, sesbania seed, indigo seed, morning-glory seed, and cocklebur seed will not be allowed in any amount. Seed shall be furnished in sealed_. standard containers. Seed that has become wet, moldy, or otherwise damaged in transit or in storage will not be acceptable. ST-102 Standard Street and Drainage Specifications Seed planted between June 16 and August 31 may require more water than that specified in Subsection 505.03 in order to survive. Therefore, watering shall continue after germination until growth is established. The seeding mixture may be altered if authorized or directed by the Engineer/City Engineer. The actual mix and varieties used shall be submitted to the City before seed is placed. Seed shall be provided at the following mix and rates: SEED TYPE LB/AC MARCH 15 — JUNE 15 Turf Fescue 250 Bermuda Grass (common) unhulled 10 Annual Rye 50 JUNE 15 —AUGUST 31 Turf Fescue Bermuda Grass (common) hulled ^ Bermuda Grass (common) unhulled 10 ♦ (vJ' AUGUST 31 —MARCH 15 ` Turf Fescue 2 �� Annual Rye ♦`� /�Q�J' �` At the Contractor's o annual rye n iay be st+a a minimum rate of 30 pounds per acre between thed?(of Octo o Marc e Contractor shall return between the dates of March 15 and May eel V;iff th specified for the March 15 — June 15 time period. Preparatiorbfor r e in shall be ' cordance with Section 204. (d) Sod. Sod shall be compo ed of eith@r fEld own grass or approved nursery grown grass and shall consist of a densel}rootSo mgrass substantially free from noxious weeds and undesirable grasses. Sod type as specified on the plans. When sod is placed to repair damaged areas, the sod shall he same type and variety as the existing grass. The sod shall be sufficien,\X ck secure a dense stand of live grass. The sod shall be live, fresh, and uninjured atie tj e o placing. it shall have a soil mat of sufficient thickness adhering firmly to the cots withstand all necessary handling. It shall be placed as soon as possible after being cut a shall be kept moist from the time it is cut until it is placed in its final position. The source of field grown sod shall be inspected and approved by the City before being cut for use in the work. After approval. the area from which the sod is to be harvested shall be closely mowed and raked as necessary to remove excessive top growth and debris. Approved devices, such as sod cutters, shall be used for cutting the sod and due care shall be exercised to retain the native soil intact. The sod shall be cut in uniform strips approximately ST-103 City of Fayetteville 300 min (12") in width and not less than 300 mm (12") in length, but not longer than can be conveniently handled and transported. (e) Mulch. Mulch cover shall consist of straw from threshed rice, oats, wheat; barley; or rye; of wood excelsior; or of hay obtained from various legumes or grasses; such as lespedeza, clover, vetch: soybeans, bermuda, carpet sedge; bahia, fescue; or other legumes or grasses; or a combination thereof. Mulch shall be dry and reasonably free from Johnson grass or other noxious weeds, and shall not be excessively brittle or in an advanced state of decomposition. All material will be inspected and approved prior to use. (f) Tackifiers. Tackifiers used in mulch anchoring shall be of such quality that the mulch cover will be bound together to form a cover mat that will stay intact under normal climactic conditions. All tackifiers used shall have prior approval or be listed on the AHTD Qualified Products List (QPL). The type and brand of tackifier to b used shall be submitted to the City for approval. (g) Water. Water shall be of irrigation qu try and free oripurities t NId be detrimental to plant growth. //�� D'i 505.03 Construction RequiremtBfrtsO ) (a) Seeding. Areas to be seed hall be dress d to a shape A,,d c ion shown on the plans. A 4" layer of topsoi i d, shall br�fu - ished, pl&aa`'l prepared as specified in Section 204. Ppounds,�pe, � J Fertilizer shall be appliValle rate of n�a10f 10-20-10, or the equivalent amount of plant food. Fertilizer I a e uniform tnc rporated into the soil alone or in conjunction with the require e. If the ontra or so elects, the fertilizer may be combined with the seed in the h ,`d o- ee ing op Non. Broadcast sowing may be accomplishe a seeders or by approved power equipment. Either method shall result in uniform i tr' tion and no work shall be performed during high winds The area seede: shall e lig tly finned with a cultipacker immediately after broadcasting. ` If a hydro -seeder is used,00710,01r ending, fertilizer and seed may be incorporated into one operation but a maximum o4&1pounds of fertilizer shall be permitted for each 1500 gallons of water. If the Contractor so elects, the fertilizer may be applied during preparation of the seedbed. The area shall be lightly finned with a cultipacker immediately before hydro - seeding. Mulch cover shall be applied immediately after seeding and shall be spread uniformly over the entire area. If the Contractor so elects, an approved mulching machine may be used whereby the application of mulch cover and tackifier may be combined into one operation. Mulch shall be placed so that the ground is completely covered to a thickness of approximately 2 inches. Care shall be taken to prevent tackifier materials from discoloring ST-104 Standard Street and Drainage Specifications or marking structures, pavements: utilities, or other plant growth. Removal of any objectionable discoloration shall be at no cost to the City. Immediately following or during the application of the mulch cover on seeded areas. the mulch shall be anchored by one of the following methods: Tracking or Roller Method. The mulch shall be effectively pressed into the soil using steel cleated track or cleated roller equipment. The anchoring shall be performed so that the grooves formed are perpendicular to the flow of water down backslopes and foreslopes. The equipment and method used shall produce acceptable results. Other Tackifiers. An approved tackifier shall be applied according to the rates recommended by the manufacturer. Asphalt tackifier will not be allowed. The method used shall be at the Contractor's option unless otherwise specified or directed. In lieu of separate application of tackifiers, the .9mractor may use equipment that combines the application of mulch and tackifier into 14 eration. Application shaUote at the specified rates. `�J �V✓1 After application of the mulch covergerAA01i be applie sufficient qua�ti , as directed by the Engineer/City Engineer, t�tly moisten the s it to the d ftg ��f pulverization and then as necessary to germina I V When directed by the Engine Citnginee t�` ractor sli I ply water in an amount such that, in conjuncts n vtt�`Hy rainfal th eeecdded an ul� ed areas will receive an amount equivalent tp attum of 1"t r each wee be inning the week after seeding and continuing for a �m,��itm of [h eeks. W er p ied at this rate will not be paid for separately but shall b�conside a su sidiary, in If directed by the Engineer/City Engineer, additional water shall e a p d to sus m i ass growth. Failure to meet this requir en will a partial withholding and/or recovery of payments for the seeding an mulc VV ditional work and materials required due to the Contractor's negligence in m�3` � completed work or failure to water grass as directed shall be accomplished at no c t o the City. For all areas seeded, fina6ak;ep ce will be delayed until an acceptable stand of grass of uniform color and de sity ss tta lished to the satisfaction of the City. Before final acceptance; the Contr .tors a' repair or replace any seeding or mulching that is defective or damaged. If the defec �amage is due to the Contractor's negligence, the work shall be done at no additional cost to the City. if the damage or defect is not the Contractor's fault. the work will be measured and paid for according to these Specifications. (b) Sod. Areas to be sodded shall be dressed to the shape and section shown on the plans and the top and bottom of slopes shall be rounded to a radius of approximately 3' unless otherwise directed. The finished slopes shall be prepared with 4" of topsoil meeting the requirements of Section 204. Water may be applied before, during, and after slope preparation, as directed by the Engineer/City Engineer, in order to maintain the desired moisture content in the soil. ST-105 City of Fayetteville Immediately before placement of sod, fertilizer shall be broadcast at the rate of 250 pounds per acre of 10-20-10, or the equivalent amount of plant food, and incorporated into the top P' of soil. Sod shall be moist and shall be placed on a moist earth bed. Sod strips shall be laid along contour lines; by hand, commencing at the base of the area to be sodded and working upward. The transverse joints of sod strips shall be broken, and the sod carefully laid to produce tight joints. At the top of slopes the sod shall be turned into the embankment slightly and a layer of earth placed over it and compacted to conduct surface water over and onto the sod. The sod shall be firmed, watered, and refirmed immediately after it is placed. The firming shall be accomplished by use of a lawn roller or approved tamper, with care being taken to avoid tearing end strips of sod. When sodding is completed, the sodded areas shall be cleared of loose sod, excess soil. or other foreign material; a thin application of topsoil shall be scattered over the sod as a top dressing; and the areas thoroughly moistened. Vier shall be applied as necessary at the direction of the Engineer/City Engineer for a p io �oo t least 3 weeks. The time e cared for application of water will not be inc1 uded. n�tft conl�utation of contras 'Y for completion of the project provided all other wor — the Cor7t setthas been le'ted. The Contractor shall maintain so ey are frortt� the time" of co m ettil final acceptance of the project by the CityA"tlt�onal w d materials �eq�ut�cause of the Contractor's negligence in mains ' ing e work sh I a complis 6 auto cost to the City. 505.04 Method of Meaasurie en . Seeding wi � be in asure��b ��he acre of actual area covered. Sod will be m re'd the SY . actual a ea co red. Additional watering if so directed will be meaasy thous�aYfid� allonn G) a plied. 505.05 Basis of Payment. Seeng c'3mpleted d Acepted and measured as provided above will be paid for at the co itr8ot�uitt price Nbid per cre for Seeding, which price shall be full compensation for seedbed p parauon;4% r itr thing and applying fertilizer, lime, seed, mulch, and tackifier; and for all la bo ,r�ment, tools, and incidentals necessary to complete the work. Payments for seeding will be maid ac ording to the following schedule: 50 % On the first regul • y' sic estimate after the Seeding and Mulch Cover are completed. 25% On the next regularly scheduled estimate, provided that the Engineer/City Engineer determines that the seeded and mulched areas have received at least the amount of water specified in Section 505.03 above. 25% On the succeeding regularly scheduled estimate, provided that the Engineer/City Engineer determines that a dense lawn of permanent grass has been established. Sodding completed and accepted and measured as provided above will be paid for at the contract unit price bid per square yard for Sodding, which price shall be full compensation ST-106 Standard Street and Drainage Specifications for bed preparation: for furnishing and applying fertilizer, topsoil; and sod; and for all labor, equipment, tools; and incidentals necessary to complete the work. Additional watering above and beyond the 1" per week for the first three weeks will be paid for at the unit price per thousand gallons (M.G.) of water applied. This work will be paid for only when directed to by the Engineer/City Engineer. Any watering to be paid for under this item shall be conducted in the presence of the Engineer/City Engineer. Payment will be made under: Pay Item Pay Unit Seeding and Mulching Acre Solid Sod SY Additional Watering MG Section 506. Mailboxes �I 506.01 Description. This itei t.i� sist of furn'shing and erecti mailbox posts and installing existing mailboxes o�e new po is "en requir all also include furnishing and installing net mailro�es. It so includ aintenance of existing mailboxes during consu �ctiensure uni e� mail seryCe the construction limits. 506.02 Materials. h a [box post b either met or♦onni►ferous wood. All mailbox posts placed under th o Tact shall ofstl same ty • e. od posts shall be 4"x 4" square and shall be pressure tre ted with NC Sole, pen ro�h nol or chromated copper arsenate. Metal posts shall be 2" in diam r a d all be — va ed. Mailbox support hardware; lu i g sI}el . p [form and bracket shall be as shown on the plans. Anti -twist plate; clamp ; space n as. Its, and washers shall be galvanized steel. New mailboxes, when specified on th ns or directed by the Engineer/City Engineer, shall comply with the U.S. Postal Service an shall be the same size as the existing mailbox. 506.03 ConstructioretRo'ds. Mailboxes shall be constructed in the same locations as the existing mailboxe It i tt e Contractor's responsibility to note the locations of existing mailboxes before cons�ctt n begins. The bottom of the box shall be set at an elevation 3'- 6" above the roadway surface. The roadside face of the box shall be 6" from the face of the curb. Where a mailbox is located at a driveway entrance; it shall be placed on the far side of the driveway in the direction of the delivery route. Where a mailbox is located at an intersecting road; it shall be located a minimum of 100' beyond the center of the intersecting road in the direction of the delivery route. If requested by the local postmaster, height and placement of mailboxes may vary slightly as directed by the Engineer/City Engineer. No more than two mailboxes may be mounted on one post. Post spacing for multiple mailbox installations shall be a maximum of 36". ST-107 City of Fayetteville The mailbox post shall be embedded a minimum of 24" into the ground. A metal post shall have an anti -twist plate that extends no more than 10" below the ground surface. The existing mailbox shall be separated from the existing post and attached to the new post. If the existing mailbox is damaged beyond repair by the Contractor, the mailbox shall be replaced at no cost to the City. If the existing mailbox cannot physically be removed from the existing post and re -used, the mailbox shall be replaced under the item Mailboxes. When a mailbox is replaced, the Contractor shall be responsible for placing identification markings on the new mailbox corresponding to the markings on the original mailbox. Unless otherwise specified, all existing mailbox supports shall be removed and replaced with new supports. If directed by the Engineer/City Engineer the existing mailbox shall be restored under the Contract item Remove and Replace Mailboxes. If directed by the Engineer/City Engineer, the existing support and mailbox shall be removed and protected until placement in its planned location. This work shall be paid for under the item Mailbox/Support Relocation. /+ 506.04 Method of Measurement. Mail Mailboxes, and Mailbox/Support Relocation 506.05 Basis of Payment. above will be paid for at the co specified, for Mailboxes, or fi Relocation; which price shah I posts; for removing and ga to fitttg9existin m ilbnes; and and incidentals necessar t eo plete the w3_r,(d�"► i O Pa Unitt VNL Mailbox Supports (single) Mailbox Supports (double) Mailboxes A Remove and Replace Mailboxes EA Mailbox/Support Relocation ♦SzV EA U Section 507. Pavement Markings Payment will be made Pay Item co Led and bid ner oxes. Remove atd a; �hq,unit. and meaQFdasii`provided ailbd§ gDorts of the type terials: for setting equipment, tools, 507.01 Description. This item shall consist of furnishing and placing pavement markings, including words, arrows, and emblems, of the color, type and material specified, in accordance with these specifications and to the dimensions and at the locations shown on the plans or as directed. ST-108 Standard Street and Drainage Specifications The markings are to be placed under existing traffic conditions. The work shall meet the requirements of the MUTCD except as modified by these specifications. 507.02 Materials. (a) Paint. Paint shall be a ready mixed white and yellow paint suitable for application on concrete and bituminous pavements. All paints used for this application shall be listed on the AHTD Qualified Products List (QPL). The manufacturer shall furnish a certification for each lot certifying that the materials supplied conform to all the requirements specified and stating that the material is formulated the same as the material tested for QPL listing. (b) Thermoplastic Material. Thermoplastic material used shall meet all requirements of Section 719.02 of the AHTD Standard Specifications. (c) Pavement Marking Tape. Pavement marking tape shall be a preformed tape conforming to Section 720.02 of the AHTD Standard Specifications for Type 5. 507.03 Construction Requirements. C (a) General Requirements. All pavemen%r1lace nggss shy If necessary; the Contractor shall c tof before beginning marking operation . CI ning of th other items of work and will not e r sep 4 Pavement markings shall be�ced at the loca_ti as o�m Engineer/City Engmee .� 1 m kings sh thickness. and shall a at mt and true_ Any corrections of va atio s in wid Markings that cannot corrected to eei Contractor's expense and will n be td for. Removal of markings shal per orted marking will be left in place. Remo ONO the surface will not be permitted. well i e shal tied to cle 11, surfaces' mment toll cet, a markings is co are subsidiary to /\ on th _(8ns, or as directed by the r-nd ges, shall be uniform in Lbbeless than the specified width. Pipes shall not be made abruptly. cements shall be removed at the a manner that no conflicting pavement lent marking by a means that will gouge (b) Reflectorized Paint. Reficklorized paint shall be applied at a minimum wet film thickness of 15 mils (a mipi W 16.5 gallons per mile of 4" line). The painted line shall be uniform in thicknes and ea ce across the width of the stripe. Glass beads shall be placed on the surface the ttie paint in the amount of not less than 6 pounds per gallon. (c) Thermoplastic Markings. The thermoplastic compound shall be screed or ribbon extruded to the pavement surface unless a specific application method is specified. The thermoplastic material shall be dispensed at a temperature recommended by the manufacturer. The applicator shall include a cutoff device remotely controlled to provide clean, square stripe ends and to provide a method for applying skip lines. Beads applied to the surface of the completed stripe shall be applied by an automatic bead dispenser attached to the pavement marking equipment in such a manner that the beads are ST-109 City of Fayetteville immediately dispensed upon the completed line. The bead dispenser shall be equipped with an automatic cutoff control, synchronized with the cutoff of the pavement marking equipment. Thermoplastic markings shall not be applied to the pavement surface when the pavement surface temperature is less than 500 F or when the pavement shows evidence of moisture. On pavements where no pavement markings exist or where the existing pavement markings are paint or thermoplastic and do not conflict with tilem proposed pavement markings, blasting with water or sand or a combination thereof will be required to remove any curing compound, oxidized paint or thermoplastic, or dirt to ensure a good bond. This blasting is considered surface preparation and will not be paid for separately. Conflicting pavement markings that exist shall be removed by blasting with water and/or sand or by grinding. This blasting or grinding is considered pavement marking removal. The thickness of all thermoplastic markings abov 'z oadway surface shall .be 90(m�ils (a minimum of 1584 pounds per mile of 4" line) e riimu thickness will be �a lea in the center of the line. The minimum i'z'' from tie dges sha n tie less th to the thickness required in the center. Maxim m idness of markin s is 3/16'. On concrete pavements,. paint pave ent m ings e��tm e require� fs'�3f this section shall be applied as a primer f the tyniioplasti ar ings, exceRtt here thermoplastic markings are to be applied Qve- tmg thereto a ti marking . 4'ai applied to concrete pavement solely as a rim 1 not be ea red or aii separately, but full compensation therefore vi e@onsidered i d in the nt ct unit prices bid for the various items of Thermop st epaveme ar - ngs.�A pp , mm other than paint may be used when recommended by the thermopla ti a tufactu, r. w (d) Pavement Marking Tapeill acemen f the avement marking tape shall comply with the manufacturer's recomm ndations. • Air temperature shall be a minimum o 6 Ind rising or the road temperature shall be a minimum of 70' F before installation of m mg tape will be allowed. The roadway surface shall be o by the Contractor with high pressure air or by sweeping. The roadway s ^alYthw Aarked where the pavement marking polymer is to be applied. The polymer can then be applied by hand or with a manual or mechanical highway tape applicator designed for that purpose. Only butt splices will be allowed with no overlapping. After application, the tape shall be finely tamped with a minimum 200 lb. Load or by slowly (2-3 mph) driving over the tape with a vehicle tire. The Contractor shall ensure that all edges are firmly adhered. 507.04 Method of Measurement and Basis of Payment. Pavement markings will be measured as follows: ST-110 Standard Street and Drainage Specifications (a) Center lines, skip lines: lane lines, edge lines: crosswalk bars. and stop bars will be measured by the linear foot (LF) of markings actually placed. (b) Words; arrows; and other symbols will be measured by the unit. (e) Pavement marking removal, when specified on the plans; will be measured by the square foot of marking actually removed. Work completed, accepted; and measured as provided above will be paid for at the contract price bid per linear foot for lines of widths specified, per each for symbols; and per square foot for pavement marking removal. Payment will be made under: Pay Item Pay Unit _" Pavement Marking (Thermoplastic) LgD Pavement Symbols (Thermoplastic) Pavement Marking Removal P o� Section 508. Street Sig s O • �► v 508.01 Description. Thili Cem s all consi t ff tailing n dins and supports, and/or relocating existing si ms�gor lee with o s ipports, an no to bases, where required; b b P according to these `��e¢�c�'�,tions and o h dimension an etails and at the locations shown on the Plans olsd ected byneer/City/)3n er. 508.02 Materials and (a) Signs. Materials used in a U of the AHTD Standard Spc ifical MUTCD. Signs and equipment . specification will not be required to (b) Supports. Materials channel or galvanized site V reet signs shall comply with the latest edition 723, AHTD Standard Drawings, and the °d in accordance with the above mentioned A for approval. and relocated street sign supports shall be U-section ated in the plans. 508.03 Constructiott.R�"Wrements. The Contractor shall install new signs at the locations as shown in the plans or as directed by the Engineer/City Engineer. The Contractor will maintain existing signs during construction, and relocate the signs to permanent locations as shown in the plans or as directed by the Engineer/City Engineer. Should the sign or support become damaged during construction; the Contractor will furnish the replacement. Any sign not indicated to be relocated as shown on the plans, or as directed by the Engineer/City Engineer shall be salvaged and delivered to the City. ST-111 City of Fayetteville Signs shall be erected at the specified location, plumb, and to the specified vertical and horizontal clearances. Roadside directional signs shall be erected at a minimum height of 7' above the pavement edge, measured to the bottom of the sign. If a secondary sign is mounted below the primary sign, the primary sign shall be erected a minimum of 8' above the pavement edge and the secondary sign a minimum of 5' above the pavement edge. Route markers, warning signs, and regulatory signs shall be erected a minimum height of 6' above the pavement edge. All heights measured to the bottom of the sign. The minimum horizontal clearance to any ground mounted sign shall be 2' beyond the edge of the roadway shoulder or unmountable curb face. Signs shall normally be erected so that the sign face is vertical and at 93' away from the center of the lane that the sign serves and away fr,o,,��the direction of travel. Wherr lanes divide. or on curves, sign faces shall be oriente tto�e most effective both daWk4mi ghtNOOO, and to avoid the possibility of specular reflectio Field drilling of holes in any part of a s, support truc re'shall b ►only when specified on the plans or as directed bThei teer. • After sign installation is comple swill .e i petted at i t the Engineer. If specular reflection is apparefl oat an" sign, its sr hall be aThus d b,`h �`i S t� y the Contractor to eliminate this condition. ^� r •V 508.04 Method of M!a7rement. Si [ ss that oc eedd or installed new shall be measured by a complete unit in plat t c Ong req 'red oungs). No payment will be made for s( v�g 'ens del. a1 .a2rrred to the City. 508.05 Basis of Payment. Vork as provided above shall be paid for at shall be full compensation for the rel% footing-, and for tools, equipment, ) Payment will be made and PaV ItemV Street Sign Installation Section 509. Erosion Control Eqf and accepted under this item and measured tract unit price bid for each sign, which price or erection of each sign, including support and als necessary to complete the work. Pay Unit EA 509.01 Description. This item shall consist of Temporary Erosion Control Measures to limit, control, and contain till materials, soil erosion; sedimentation. and other wastes STA 12 Standard Street and Drainage Specifications resulting from construction activities that could result in harm to private properties as well as public properties, streams and waterways. This item shall also include the requirement of the Contractor to implement and maintain the Stonnwater Pollution Prevention Plan (SWP3/SWPPP) and to comply with all necessary approvals and permits. 509.02 Standards. All work for this item shall comply with all Federal and State requirements including the Clean Water Act (33 U.S.C. 1251 et seq.), the National Pollutant Discharge Elimination System (NPDES), and the Arkansas Water and Air Pollution Control Act (Act 472 of 1949 . as amended; Ark. Code Ann. 8-4-101 et seq.) and the regulations, orders or decrees issues pursuant thereto. All work for this item shall further comply pith all Local and Municipal requirements including the City of Fayetteville Code Chap �70, "STORMWATER MAN46EMENT. DRAINAGE; AND EROSION CONTROL e c� .[ s modified or augmented^¢ ei in 509.03 Application. (\,�� The City will develop the SWP3 n `�tbtain tl? from thes`Department of Environmental Quality (AD =Q) for s�charge o om�ater fro ns uction activities for the project. The requirements o t 'regi shall ap •1 to II constru't�o activities under the Contract. The Contractor shall le ent and r n the SWI construction activities under the contract without regard to size o Ian area di e The Contractors operation II locatedoff t right-of-way, such as borrow pits, plant sites; waste sites, or other��"�l`iMe ; miy - . e compliance with this specification and/or NPDES permit; and may req'(tire that ad permits be obtained. Any such additional permits will be the responsibility ontractor. Detennination may be based upon location, jurisdiction and area of Ian is rbance. 509.02 Responsibilities a�t�Hee Contractor. (a) General. The Contractor shall comply with City of Fayetteville Code Chapter 170, except as modified or augmented herein. The Contractor shall comply with all applicable Federal, State. Local and Municipal regulations and requirements. ST-113 City of Fayetteville The Contractor shall stabilize the land and comply with requirements of all permits issued for the project including any additions or revisions thereto. Upon completion of the construction activities, the Contractor shall file a Notice of Termination with the City. (b) NPDES Requirements. Construction activities that will disturb soil or remove vegetation on one (I) or more acres of land during the life of the construction project shall also comply with the applicable NPDES Permit requirements as administrated by ADEQ. Construction activities authorized under NPDES GENERAL PERMIT NO. ARR150000 with the ADEQ shall comply with Section 509.02. "Responsibilities of the Contractor' (a) General (above), and the following: The City will prepare and file the appropriate a f&b� tions, information, Notice o-Writent. SWP3 (SWPPP) and other information as reNPDES GENERAL PE' 1s.1O. AR.RI50000 with the ADEQ. The Contractor shall comply with all PIaE Perini requifemen s, includit limited to, implementation; maintenance, a d o atio� as ci u stnces require. and documented inspections of erosionsedimeny�,�&WP)3 ystems r The City will submit to tf?'Coq�actor on co yf the�i?D_E� Permit and/or other correspondence received r ' Q. The, nt ctor shall ost is information on site in accordance with the NPDES P rmit, and aAe current 3'inspection logs, and other required information on site t all tim an avails as ection by ADEQ the City; or other regulatory agencies as applica le Z The Contractor shall file the tiec*o'f WiTernifn onvh ADEQ when the site has been finally stabilized and all storm Water disc g,% om construction activities authorized by the NPDES Permit are eliminated.` 509.03 Construction Methods Where temporary erosion co itt res are shown on the plans and in the SWP3, such temporary erosion contro tneas r s are provided to the Contractor as minimum controls and guidance. The Contractor sha be responsible to incorporate and expand as necessary the temporary erosion control measures where shown in the plans in accordance with the approved SWP3. The Contractor shall modify the SWP3 as necessary in order to fully comply with the NPDES Permit. All work required due to the violation of provisions of Corps of Engineers (COE) Section 404 Permits, NPDES Permits, or other requirements of these specifications which results from Contractor negligence, carelessness, or failure to perform work as scheduled, shall be performed by the Contractor at no cost to the City. In addition, the Contractor will be assessed the amounts of any and all fines and penalties assessed against and costs incurred by ST-114 Standard Street and Drainage Specifications will be paid for at the contract lump sum 3Abe full compensation for fur shing all dill other items necessary top ement, or "Ero Control" s��h�n s include the Sto ater Pollution�Pr ention Plan fee , rep rt prepay housekeeping action necess ecute the SP3 (SWPPP). Periodic payments will mu ade d JN?Witem in pro tion to the amount of work accomplished as d to m d by the En ii�� Engine Deductions Deductions to this i , made in nbunt of an in levied on the City by ADEQ or other regulatory age ci as a re I yf dtSe failure y Contractor to comply with the provisions of COE Secti n 404 or ODE Perini Payment will be made und, Pay Item Erosion Control the City which are the result of the Contractor's failure to comply with a COE Section 404 Permit or NPDES Permit. The City will not be responsible for any delays or costs due to the Contractor's failure to comply with the conditions of the COE Section 404 Permit or NPDES Permit. The Contractor will not be granted additional compensation or contract time due to loss of Permits for noncompliance. In the event that pollutant spills occur which are the result of the Contractor's actions or negligence, the clean up shall be performed by the Contractor at no cost to the City. 509.04 Method of Measurement and Basis of Payment. No measurement of this item will be made. Temporary erosion control acceptably comple price bid for "Erosion Control", which prices materials. tools; equipment; labor, inciden al^1 maintain and complete the work. Pay n implementing, maintaining, and co p tng1� (SWP3/SWPPP); including design ns•ectii practices, cleaning, maintenanc a d ott a Unit LS C Section 510. Tra': S ontrol and Maintenance 510.01 Description. This work consists of furnishing, installing and maintaining necessary traffic signs, barricades, lights, signals, cones, concrete barriers, pavement marking, and other traffic control devices and shall include Flagging, pilot car operations, and other means for guidance of traffic through the work zone. The work shall be done according to the MUTCD, AHTD Standards, The Standard Specifications and the Contractor's approved Traffic Control plan. An approved Traffic Control plan provided by the Contractor shall be required before any construction begins. This item shall also include maintenance of roadway surface. ST-115 City of Fayetteville This item shall also include the temporary relocation of traffic and street signs, the maintenance of the temporarily relocated signs through the construction of the project, and the permanent relocation of any sign relocated due to construction sigmage after the construction is complete. Permanent relocation of any salvaged signs shall consist of furnishings new sign post, new support hardware, and new concrete bases, where required. in accordance with the dimensions and details shown in the Plans and at the locations shown in the Plans. or as directed by the Engineer. New sign posts shall comply with the Standard Specifications and Standard Drawings. (a) Contractor's Plan. Traffic Control or Maintenance of Traffic when shown in the Plans is provided to the Contractor as guidance. Tile Contractor shall prepare and submit for approval a detailed Traffic Control or Maintenance of Traffic Plan including adherence to the specified schedule of construction phases when so indicated in the Contract Documents to the Engineer and Owner. The Contractor's Traffic Control or Maintenance of Traffic Plan shall include and expand as necessary the Traffic Control or Maintenance of Traffic when indicated in the Plans and Specifications, and shall be complete with all pr oosed traffic control or traffic maintenance devices including proposed temporary roadway will ninin The Contractor shall pre and submit the detailed Maintenance of Traffic Plan to e`Piiinee�and Owner 7 daysp:OR the reconstruction conference and in accordance wrtlm e Spec ificA U 'sn r Upon approval of the Contractor's ffib, an e of Trgffan by the Osv� venting, the Contractor shall supply the City Engm e tied Chi d he Police re lane (1) copy each for their files. Two (2) copies shaft be su plied to the n er. ♦ ` The Contractor shall in' eV maintain 1 ec ssary la 5*4 materials necessary to construct the project in ansr which i uarantee Au stafety with a minimum of inconvenience. Additional r`(C; at no a it n cost t e O ner, shall be performed by the Contractor during construction as dir the O er �neer if necessary to insure the above standards. P •� (b) Contractor personnel. The Contra r`all designate a traffic control supervisor to furnish continuous surveillance ove tra control operations. This supervisor shall be available at night and weekends to . s end to calls involving traffic control. The name of the traffic control supervisor shall � S` ded at the preconstrction conference and to local police. The Contractor's personne Wo are used to maintain traffic flow; such as flagmen or any other person, who verbally communicates with or gives directions to the motorized public, shall speak English fluently. (c) Driveways. Maintenance of driveways shall be as approved by the Engineer/City Engineer. Unless indicated otherwise, it shall be the Contractor's responsibility to maintain adequate access to private and commercial property at all times, except as required for construction across the driveway as approved by the Engineer. During the construction of driveways or at any time that a property owner cannot use his driveway. the Contractor shall notify the property owner ST-116 Standard Street and Drainage Specifications (one week in advance; minimum) when the driveway will be closed and the approximate length of time that it will be closed. The intent of this section of the Specifications is to cause as little inconvenience as possible to private property owners. (d) Relocation and replacement of Traffic Signs and Pavement Striping. During the construction of the project, the temporary relocation of street signs and traffic control signs will be perfornied by the Contractor. The Contractor shall maintain the signs at highly visible locations as near as practicable to the original locations. The latest edition of the Manual of Uniforni Traffic Control Devices published by the Federal Highway Administration shall be used as a guide to the placement of signs during construction. Immediately after the construction of any part of the project reaches a stage of completion such that the relocation of the street signs and traffic control signs is no longer necessary. the Contractor shall permanently relocate the street signs and traffic control signs. Removing any construction signage must be approved by the Engineer. Street signs and traffic control signs shall be ren�,t,oTEd from such area of work as etessary to pen -nit work on the project. Each sign sh<& �rrtporari relocated in a se e rner by driving the sign into the ground with equip ie t approv the EngiVFNIlotherwise installed as approved to prevent d a d underground tilities. Str gns no longer necessary shall be salvaged in goo do 1 and rest h to their original r returned to the Owner if no longer needed. ` �+ Existing striping shall bemire d and new �,o� ry stripe `pavement markings shall be provided by tl e C actor. Work al be perfort accordance with SECTION 720 (for Type 4) �R ANENT MENT G TAPE of the Standard Specifications. Pavem arkings�bi essary t ph sed construction patterns shall be removed or obliterated with bla-p`urt, as a��trov the Engineer. Striping shall be maintained and restored as neces un eonst tr (e) Suspension of Work. Iftfie Owners r the ngineer detennines that provisions for safe traffic control are not being provide o rrun , coed; the work will be suspended. In cases of serious or willful disregard for safe e public or construction workers. the Owner will place the traffic control deviZA op lccondition and deduct the costs from monies due the Contractor. 510.02 Maintenan `rriaem'ents. Unless approved otherwise by the City, the road, while undergoing impr ve nts, shall be kept open by the Contractor to all traffic. When so provided on the plans; or e Contractor's approved plan, the Contractor may bypass traffic over an approved detour route. The Contractor shall keep the portion of the project being used by public traffic; whether it is through or local traffic; in such condition that will permit the safe, continuous flow of two-way traffic at all times. When a part of the plans or when approved by the City, areas where the nature of the work restricts or prohibits two-way flow. one-way operation may be maintained by using naggers or tinted signalization. The Contractor shall also provide and maintain in a safe condition temporary approaches, crossings and intersections with trails; roads; streets, businesses, parking lots; residences, garages, farms, etc. ST-l17 City of Fayetteville As part of regular traffic maintenance; the Contractor shall remove all snow and ice accumulated on the traveled roadway. Exposed soil that becomes muddy due to rains or other precipitation shall be removed or covered with aggregate base material to the satisfaction of the City. Dust shall be controlled at all times. In the event that watering does not satisfactorily control the dust; other methods of dust control will be required. Necessary traffic control devices shall be properly placed and in operation before starting construction. When work of a progressive nature is involved. such as resurfacing, the appropriate traffic control devices shall be kept current and placed only in the areas of actual work activities. All traffic control devices shall meet the requirements of the AHTD Standard Specifications Section 604.02 and the most current version of the MUTCD. If the City determines that provisions for safe traffic control are not being provided or maintained; the work will be suspended. In cases of serious or willful disregard for safety of the public or construction workers, the City will place the traffic control devices in proper condition and deduct the costs from monies due th ntractor. �//�� Types of barricade supports or devices not spet escribedintheMUTCDtitall'x`tbe used. The methods used to control traffic for langes or t iversions fina ftfet the MUTCD and the traffic control plan.//�� Portable changeable message signs 4iee"ti he regU*1 e tg'of Sect' n 4�Of the AHTD Standard Specifications shall be used if V where dtl 'C e� y the Cit�}L 510.03 Method of Measure, Ut. Aggre d ba e for traUlAced ai `enance, if specifically included as a bid item. in asur1�1ed by h Ito of materia for traffic control. No payment will be made un•.erihis item fs base places ent s specifically directed by the Engineer/City Engineer. No base sted shatlaced without the Engineer/City Engineer or authorized representai s re ent. Th to age of material placed shall be substantiated by truck tic ketsVete�along,v'th th base material and presented to the Engineer/City Engineer at the tme of base ace ent. If an item for aggregate base for traffic control is not included, it shall be o si e,� subsidiary to other items. When directed or approved for use b the ity, portable changeable message signs meeting the requirements of Section 60 o th AHTD Standard Specifications will be measured for payment by the number of day�ach n is required and authorized by the City. Payment for a full day will be madt or �porrttion of a day that the panel or sign is used, but the measurement shall not ex ed o e per sign on any calendar day. No other traffic control items will be measured. 510.04 Basis of Payment. Payment for aggregate base for roadway maintenance as measured above will be made at the unit price bid per ton. All other traffic control and maintenance materials and activities will be paid for at the lump sum price bid for traffic control. Payment will be made under: STA 18 Standard Street and Drainage Specifications Pav item Pay Unit Traffic Control and Maintenance LS Aggregate Base for Roadway Maintenance Ton Portable Changeable Message Sign Day Section 511. Mobilization 511.01 Description. This item shall consist of preparatory work and operations, including those necessary for the movement of personnel, equipment, supplies; and incidentals to the project site. This item shall also include other work and operations that must be perfornied, or for expenses incurred, before beginning work on t e.various Contract items on the project site. h shall also include re -construction costs whi rr ecessa direct costs to th ect and are of a general nature rather than directly tr t<t1tb16 too e pay items underetract. 511.02 Measurement and Paym n • h1�o ilization wil' a measure a ac mplete unit and will be paid for at the contra �um pre i�. In omputin Ilowable partial payments from the schedule beIT)\w t e percentag oo t origVen ct earned will be based on all items exclusive the iY�m of MotWI ti n, and paor this item at any of the listed stages of com�plGGt--`o will be ma•e basis o origin of the item allowed less all payme rita V PARTIAL PAYMENLSCHEDULP%q Percent of Original Cott"t Amount Ea , e Percent of Bid Price for Mobilization Allowed First Pay Estirn to ♦ 25% 10% 50% 25% 100% v This item will be paid for e tlar estimates. Payments on percentages of the original Contract amount other thandddt,,,i e s t out above will not be considered. No adjustment in the amount bid for this iteFrn %AOM1 be made for additional quantities or items of work required to satisfactorily complete tB� ntract. IN NO CASE SHALL THE AMOUNT BID FOR THE ITEM OF "MOBILIZATION EXCEED 5% OF THE TOTAL CONTRACT AMOUNT FOR ALL OTHER ITEMS LISTED IN THE PROPOSAL. Should the amount entered in the Proposal for this item exceed 5%, the City will reduce it to the maximum allowed amount to determine the correct total bid. Payment will be made under: ST-119 City of Fayetteville Pay Item Pay Unit Mobilization Lump Sum Section 512. Fences 512.01 Description. This item shall consist of furnishing and erecting wire fence. chain link fence, wood privacy fence and gates according to the plans and these specifications. and in reasonably close conformity to the lines, grades, and alignment shown on the plans or as directed. 512.02 Materials. (a) General. All materials used shall be new and tall comply with the requirements for the class and type of material specified. Previouslti�naterials will be allowed for t,rfiporary fencing. Concrete for setting posts shall comply % fli Sec ion 601 for Cla A Concre ✓ (b) Wire Fence. Wood posts and(bra es�siall b ♦ ess �� treated�s�'a one , sound,pposts and reasonably straight southern pin or Do as Fir o h ess Coast ei t� The osts shall be round and free from e. siv d splits. B ode r ssure treatm nt the posts and braces shall have the bark remov CF�e s trimme usPr. and the nd c square. Posts that are to be driven shall have the all nd tapere�e s s shall be t at.Cd by a standard empty cell or full cell process accords AWPA �ft�jLusincre o�f and retaining a minimum of 8 pounds per cubic foot of wood; or u ntach opl�not�or chromated copper arsenate and retaining a minimum of 0.4 otfnds yer ubic to of rood. It Metal posts and braces shall be good comm cs quality iron or steel and may be tubular. T. U, Y, or other shape manufact ed for a� nce posts or braces. Woven Wire Farm Fence shall be AAS O esign Number 1047-6-I1 AASHTO M 279 or ASTM Al 16, Class 3 galvanizing.Barbed wire shall be 12 %:gNt41point barbs and shall comply with AASHTO M 280: Class 3 galvanizing. As an alternate to the barbed wire specified above; high tensile wire having the same galvanizing and breaking strength as Class 3, 12 % gauge wire, and complying with the remaining requirements of AASHTO M 280 for a four point barb may be used. The minimum gage of the high tensile barbed wire shall be as follows: Strand wire gage 15 Barb wire gage 17 ST-120 Standard Street and Drainage Specifications Staples used to attach the wire fencing to wood posts shall be galvanized 9 gage; 38 mm (1 /") in length. Steel line posts shall be galvanized or painted and comply with AASHTO M 281. Tubular steel posts shall comply with Grade 1 or Grade 2 of AASHTO M 181, or an approved alternate of Grade 2. Hardware and fittings shall comply with ASTM F 626. Any miscellaneous hardware or fittings not mentioned in ASTM F 626 shall be galvanized according to the applicable requirements of AASHTO M I I I or M 232. (c) Chain Link Fence. Material for chain link fence shall comply with AASHTO M 181 Types 1, II. or III. Steel members for posts, rails; expansion sleeves, and gate frames may be either Grade I or Grade 2. The shape, size, and length of posts and rails, and the height of fabric shall be as shown on the plans. Hardware and Fittings shall comply with AS 626. Any miscellaneous Prdware or fittings not mentioned shall be galvanized cc rdi. o AASFITO M 111 or 3 ension wire shall be minimum 7 gauge. �Vl A Aluminumalloyfabric shall be terse• on with alu numyosts. Alum coated steel fabric and galvanized steel fabri. as shal b' use nl with or Grade 2 steel posts. Fence fabric shall be imrn gauge ��r 6 fenciq�a d��2 gauge wire for 4' fencing. ��� V Frames for gates sha�,Yal amzed Ste aluminum o th type and length shown on the plans. Frames shall`UKGrade 1 or Welds s al i alvanized. Commercial gates may be used if they are qual too tte than t gates as determined and approved by the Engineer/Ciq Engineer. The gate fabric shall be oa ie dyp m terial and be in accordance with the same specifications as the adjoinin> fence.^ ` (d) Wood Privacy Fence All p'i a vood material shall be pressure treated with pentachlorophenol or chromatedpper arsenate and shall retain a minimum of 0.4 pounds per cubic foot of wood. �C�Uar ,nels shall be reasonably straight and free from knots, warping, and other defeects.'`�► (e) Temporary Fencing tj(terials for temporary fencing shall be appropriate for the use intended. 512.03 Construction Requirements. (a) General. The fence shall be erected parallel to the right-of-way line, or as directed. Unless otherwise specified, the fence shall be a minimum of 6" and a maximum of 1' behind the right-of-way line. The fence grade shall generally follow the ground contour, but shall present a uniform appearance. Minor grading along the fence line may be necessary to ST-121 City of Fayetteville obtain the desired uniformity in fence grade. The fence alignment may be adjusted by the Engineer/City Engineer to preserve trees, land monuments, and property comer markers. (b) Wire Fence. Line posts and pull assemblies shall be spaced as shown on the plans. Wood corner, gate, and pull posts may be driven in place provided the driving does not damage the post; or they may be set in dug holes and set in concrete. Metal corner, gate, end. and pull posts shall be set in concrete. Wire shall not be stretched onto posts set in concrete until seven days after placement of posts. Posts shall be set plumb. The Contractor has the option of using wood or steel posts and braces unless otherwise specified, but shall use the same material on the entire project. Wood end, corner, and pull posts may be used with steel line posts. When solid rock is encountered, the posts shall be set into the rock a minimum of 10" for line posts and 16" for end, corner, gate, and pull posts. The hole in the rock shall have a minimum cross section dimension 1" greater than . e post to be set. The posts shall be cut before setting to give the proper length above vro?LnIr%rface. The hole shall be fi ed with Concrete or a grout consisting of 1 part portlan - c nd 3 arts concrete sand Wire tension braces for wood pull, end; acid o�nsemblies s all consist''�ge wire passed around the posts to form a do I�iV%rn'u . The wire pe� ire hall be fasten eaFh post and the ends fastened together to for ous6'r\ 'e wires ha? n be twisted together until the wire is in tensi �� Where the new fence joi "ng fence,QtheStwo shall a it ched in a satisfactory manner, with end p71 ost be et as dir�to- Where the ro osed fence intersects an existing fence, the end po s I be set +theaistin fe cc ear of the proposed fence line as shown on the plans. The wire of e, C, fens s Rba I tapled to the end post. Pull post assemblies shall be p'�G�e �"ut iterval f no�imore than 300' in straight alignment on level or uniformly sloping �oound. Pull p st shall also be placed at all sharp vertical angle points in the line. ` Corner post assemblies shall be placedVahorizontal angle points of 1 d° or more in the fence. When the distance from a der post to the next corner or pull post is less than 165', one approach span on the cese�y may be omitted. End post assemblies at fence en:J , gates; bridge abutments, and on banks of streams shall be erected in the same manne�as�corner construction. Extra length posts shall be provided for crossing small streams, ditches; ravines. or soft ground. Additional depth of set shall be secured in soft ground as directed. The wire shall be attached to the face of the post away from the street. The wire shall be attached to wood line posts with staples driven at right angles to the grain and at a slight downward angle to attain the best anchorage. The staples shall not be driven tightly against the wire but shall leave free space for adjustment in tension due to changes in tenmperature. Wire shall be attached to steel line posts with approved galvanized clips. All barbed wire and alternate line wires of woven fabric shall be fastened to each line post. Barbed wire and ST-122 Standard Street and Drainage Specifications all line wires of woven fabric shall be fastened to end; corner, and pull posts by wrapping the wire around the posts and tying the wire back on itself with not less than 3 tightly wrapped twists. Splicing of barbed wire and woven wire shall be done according to the plans. Gates of the same width and material type shall be placed at locations of existing gates as shown on the plans. Gates may be re -used if they have not been damaged during the construction period. If existing gates are not in satisfactory conditions for reuse, they shall be replaced at no cost to the City. (e) Chain Link Fence. All posts shall be set in concrete as shown on the plans, plumb, and true to line and grade. Concrete shall comply with Section 601 for Class A and shall be thoroughly tamped around the posts. The posts shall be equally spaced in the line of fence not to exceed a spacing of 10 feet. The top of the footing shall be domed to drain water away from the post. Concrete in post footings shall be at least 7 days old before stretching and securing fabric to posts, bracing, or hanging gates. Top rails shall pass through post caps and corner posts. Joints in top rails shall be n substantial connection and allow for exoan securely fastened to end, brace, pull, and y�xpansion sleeve couplings to"movide a ?ontraat�n of the rail. 0 Before the fence fabric is placed, th'MeXon wire shall stretched taut; securely anchorl o eac end,�conr, satisfactorily fastened to each line p�t- ` The fence fabric shall beratta2'li'r3d to ee face st fac placed at ,e%iroper location; inter _ tgtlbrace post. and The end of the fab - sal t e attache 1 1 posts b Y s of a stretcher bar threaded through the end loops a fabric e¢¢ured to t e with clamps and bolts. The fabric shall be stretche [o ret at slack rt ap stretching equipment. The stretched fabric shall be secured o I e osts, top ail races, and tension wire with specified fabric fasteners. Fabric fas'n"e� all be placed on me posts at not greater than 24" centers. Stretching operations shall r peated*at pp, ximately every 100' for each run of fence. The use of trucks, tractors; d sin tiar_ pment will not be permitted in the stretching operation, except as anchors. Splicing of the fabric shall enoRkeby interweaving a wire picket through each end loop of each piece of fabric in a 4n at will neatly and securely fasten the lengths of fabric together. (d) Wood Privacy Fen mood privacy fence shall be constructed at all locations where existing privacy fence is required to be removed; at other locations shown on the plans, or as directed by the Engineer/City Engineer. Wood privacy fence shall be constructed as shown on the plans or shall match the existing fence in materials and configuration as closely as possible. Materials and workmanship of wood privacy fences, including gates, shall be of the same or better quality as the existing fence. ST-123 City of Fayetteville (e) Gates. Gates of the length and type of existing gates shall be constructed at the locations shown on the plans or as directed. (f) Temporary Fencing. Temporary fencing shall be installed as required to contain livestock: pets; and to maintain safety and security of adjacent properties. Fences shall be installed and maintained that their intended purpose is accomplished. 512.04 Method of Measurement. (a) Fence will be measured by the linear foot in place along the midpoint in height of the fence from outside to outside of the end posts. The lengths of gates will be excluded from this measurement. (b) Gates will be measured by the Linear Foot. (c) Temporary fencing; if included as a bid item, wilLbe measured by the linear foot (LF). if this item is not included as a pay item, temporary n 'ng will be considered subsidiary to other items and will not be measured. 512.05 Basis of Payment. Work cI lejPrd accept and measur as rovided above will be paid for as follows: Barbed Wire Fence will be paid for at 6i contract &ri e bid pe��yNfoot for Barbed Wire Fence. Barbed and Wove ire `Fence wi I e 'aid for at a Itcontract price per linear foot for Woven and B d� Vire Fence am Link e ce �Ih 'e paid for at the contract unit rice bid r ea oot for mk Fence f the etg t specified. Wood Privacy Fence will be pai o t the contgu �1t price bi. p near foot for Wood Privacy Fence of the height specifie . Gates vvr' 1 be paid f a hntract unit price bid per linear foot for Gates of the type and dine st pecifie Te tporary fencing will be for at the contract price per linear foot 101"t4 y fenct ig of a ropriate materials and heights. The contract unit prices mention'pd abo setting posts, erecting fence; and remow', furnishing materials; and for all labo complete the work. Payment will be made undey..-i Pay Item Barbed Wire Fence Woven and Barbed Wire Fence Woven Wire Fence Chain Link Fence Chain Link Gates Wood Privacy Fence Gates for Wood Privacy Fence Temporary Fencing Njb_e1"full compensation for clearing, grading, %racy fences; for excavation and backfill; for pment, tools, and incidentals necessary to Pay Unit LF LF LF LF LF LF LF LF ST-124 Standard Street and Drainage Specifications Section 513. Handicap Ramps 513.01 Description. This item shall consist of the construction of handicap ramps in accordance with these specifications and the Standard Drawings at the locations shown on the plans or as directed by the Engineer/City Engineer. 513.02 Materials. Concrete used shall meet the requirements for Class A or B Concrete as provided in Section 601. The maximum allowable slump shall be 4 inches. The maximum water -cement ratio for the mix selected shall not be exceeded. Cast -in -place detectable warning panels used shall be composed of a vitrified polymer composite material. The color of the panels shall conform to Federal Color No.'33538. and shall be homogeneous throughout the product. The panels shall be cast into the wet concrete. Surface applied products shall not be allowed.�he cast -in -place detectable warning panels shall meet the size and spacing requirements A n 4tii the plans. 513.03 Construction Requirements. 11 lie ramp��,�99 construc Ivan existing sidewalk. any items that are planned eTretamed but are7;dnaged durmthe removal or construction operations shall be rep r d a no cost to`tht 37 �% Handicap Ramps shall be co truct� accordanndS\th Sectio and the current City of Fayetteville Standard D�wi Cas[-m-pl eet ��c'►[able warm anels shall be installed into the wet concrete dyer tttea facturer' Nficationsew 513.04 Method ofR measured by the squat square yard. Limits of 513.05 Basis of Payme'"tF above will be paid for at le Detectable Warning Panels and specified, which price shall b furnishing materials including — placing cast -in -place deteeta ' e incidentals necessary t9IMmple Payment will be made Pal' Item mast-m- Ia a eff'ctable warning panels will be used �r Ramps will be measured by the be ass wn n the Plans. )r4coQQ` p�%,j�ed and accepted and measured as provided t�'tt�price bid per square foot for Cast -in -Place s e and for Handicap Ramp Concrete of the type HVnipensation for excavation and backfilling; for filler; for constructing the ramp, for furnishing and ning panels; and for all equipment, tools; labor, and work. Pay Unit Cast -in -Place Detectable Warning Panel SF Handicap Access Ramp SY ST-125 City of Fayetteville Section 514. Project Signs 514.01 Description. This item shall consist of installing new project signs and supports furnished by the Contractor as shown on the plans; or as directed by the Engineer/City Engineer. The layout of the sign must be submitted to the Engineer for approval prior to installation. 514.02 Materials and Sign Layout. The structure and frame of project signs shall be wood or metal and shall structurally adequate to support the sign. Rough hardware shall be galvanized or aluminum. The sign surface shall be constructed of minimum 3/4 inch thickness exterior grade plywood with medium density overlay. Panels shall be of size to minimize joints. Overall size shall be 4' x 8' unless otherwise specified. Paint colors will be selected by Owner. Informatin Con shall be as follows: Project title; logo. and e of ON e as shown 1Co_n✓tract Documents. to%%, Names and titl$; Name,,titl•a't�d N o `� 1 Any a ditional i 514.03 Construction Req supports and shall install the Engineer/City Engineer. The the sign or support become replacement. The oroiect sif • V oritie` oN n� �r. %d major St�co�tractors. r will furnish new project signs and shown in the plans or as directed by the n the signs during construction. Should action, the Contractor will furnish the 514.04 Method of Meas.urement and Basis of Payment. Projects signs will be measured on a per each basis. Payment will be made for each sign constructed and installed according to the Plans and Specifications in the locations designated by the City. The price bid for each sign will be full compensation for all construction, installation, and maintenance of the signs. Payment will be made under: Pay item Pay Unit ST-126 Standard Street and Drainage Specifications Project Signs Section 515. Handrail EA 515.01 Description. This item shall consist of furnishing and erecting galvanized steel handrail on box culverts; headwalls, retaining walls; sidewalks; or steps, where shown on the Plans, or as directed by the Engineer/City Engineer, in accordance with the details shown on the Plans and with these specifications. 515.02 Materials. (a) General. All materials used shall be new and shall comply with the requirements for the class and type of material specified. All handrail materials shall be galvanized, p�wIier coated steel, coated at the rate of 2.0 ounces of zinc per square foot of surface c at d%v� a 3 mil dry film thicknes owder coating top coat suitable for exterior applic ti rNKfle poN der coating color sh � elected by the owner from a color chart provided by- �tlontractor. 515.03 Construction Requiremer s (a) General. All welding Welded Highway and Rai by the shielded arc nto be low hydrogen su a e handrail shall be gro16 repaired in accordance w the City Other galvanizing and pai Engineer. Prior to installation, the inspection of the Handrail. 515.04 Method of MOM (a) Galvanized steel pro rsi s of Specifications for oej Welding shall be done ders. Welding rods shall 9d. Welds joining sections of All damaged coatings shall be [ions and to the satisfaction of if approved by the Engineer/City Engineer/City Engineer for his will be measured by the linear foot, completed and accepted. 515.05 Basis of Payment. Work completed and accepted and measured as provided above will be paid for as follows: Steel handrail acceptably completed and measured as provided above, will be paid for at the contract unit price per linear foot bid for "Steel Handrail," which price shall be full compensation for furnishing and installing all materials, including sleeves with plates, grout; and for all equipment, tools, labor, and incidentals necessary to complete the work. ST-127 City of Fayetteville Payment will be made under: Pay Item Pay Unit Steel Handrail LF Section 516. Cold Milling Asphalt Pavement 516.01 Description. This item shall consist of cold milling the asphalt pavement at the locations designated on the plans or by the Engineer/City Engineer and removing the resulting material from the street right-of-way. Unless otherwise provided, the reclaimed pavement shall become the property of the Contractor. The pavement remaining after milling shall provide a surface suitable for maintaining traffic. 516.02 Equipment.. The Contractor shall provide self-propelled equipment with sufficient power, traction, and stability to maintain an accurateadepth of cut and slope. The equipment shall be capable of accurately and automatically esr41 aa 1h%hing profile grade along eacVdge of the machine by referencing from the existing a� m'�uti{�y mtvMbn' of a ski or mat�G�tin oe, or from and independent grade control and sha h ve an auEt.S system fyA��itt'oIIing cross slope at a given rate. The milling ao 'nits have antive meanfpPeventing dust resulting from the operation frorysefa in into the aiair. Provision shall be made, eith integ'Vtfy with U�37n mac n . or by the use of additional equipment, to rein* naterial bKe om the sur c f the roadway. 516.03 Construction, a ui%ments. i isting pav ne shall be cold milled to a minimum depth as shown ; plans. �+ O 516.04 Method of Measure NR old Mi?lm, A�pTialt Pavement will be measured by the square yard (SY) of pavemto she epth specified. No separate payment will be made for e a\ replacement of manholes, valve boxes, or other appurtenances which are located an i ntified in advance of the cold milling operation and which are damaged by theContrV tor. 516.05 Basis of Pay m t. ork completed and accepted and measured as provided above will be paid for at t Yact unit price bid per square yard for Cold Milling Asphalt Pavement, which price shall be full compensation for all work as prescribed herein, and for all labor, equipment, tools. and incidentals necessary to complete the work. Payment will be made under: Pay Item Pay Unit Cold Milling Asphalt Pavement SY ST-128 Standard Street and Drainage Specifications Section 517. Tree Protection Fencing 517.01 Description. This item shall consist of providing, installing; and maintaining tree protection fencing per the detail in the Drawings at all the locations indicated on the Drawings and/or as directed by the Engineer. 517.02 Materials. 517.03 Construction Requirements. Tree protection fencing shall be installed at locations shown on the Plans, or as directed by the Engineer prior to any construction operations within the vicinity. Fencing shall be installed in accordance with the details on the plans, and shall be maintained so that it provides adequate protection throughout the Project. Fencing shall be removed after all work has been completed or when directed by the Engineer. r" 517.04 Method of Measurement. linear foot (U) of Tree Protection Few 517.05 Basis of Payment. above will be paid for at tf'i�e Fencing, which price shall �e removing tree prote t !Wm necessary to comple a Sork Payment will be made under: Pay Item Tree Protection Fencing ST-129 `tion cing shall be ton ured'by the installe t .( `ii asu`red_as provided bt for Tree Protection Iling, maintaining, and tools, and incidentals City of Fayetteville DIVISION 600. MATERIALS Section 601. Cast -in -Place Concrete 601.01 Description. This item shall consist of concrete in pavements, culverts. and miscellaneous structures; prepared and constructed in accordance with these specifications and conforming to the lines; grades; dimensions, and designs shown on the plans. Concrete shall consist of approved portland cement, fine aggregate, coarse aggregate,, water; and any approved chemical admixtures mixed in the proportions specified for the various classes of concrete. All concrete shall be from a supplier approved by the Arkansas State Highway and Transportation Department. 601.02 Materials. The materials used in concrete shall conforni to the requirements of AHTD Standard Specifications Section 802.02. Coarse aggregate gradation shall conform to the requirements for Class A; S, S(AE), and Seal Concrete in Section 802.02. Admixtures shall be used to improve certain char----aayyc er the plans. They may also be used when regd�esed, y City. The Contractors request shall be su p9rtec formulation of the proposed admixturfan`dwith su admixture has given satisfactory r Bother gir admixture may be withdrawn at anytrne the Ci obtained. Admixtures shall be appr ve he City- xtures as advised by the manta r The adm . r@ osag manufacturer shall be use 'I t s o rat PA characteristics in the concrete. the t©s f adm' tun obtained by trial batches. Admixtures shall be added to theTinixing accurately meter the additive through constructed and connected so that the amount of admixture entering the migng s of the concrete when j.Pec9d on me tractor and appro•`�d by�tlme With anufac t r` mortified lent vidence to proposed work. Perrot � to use the C satisfacto�Jts are not being shall eee clinfatible with each other, r t An e as recommended by the r ny dmixture not yield desirable Ve shall be based on test results !ans of a mechanical dispenser that will water cycle. The dispenser shall be y Engineer can readily determine the Fly ash may be used as a ark eiiii,me t replacement not exceeding 20% by weight of the cement when approved by e City. hen fly ash is used. the total weight of both cement and fly ash will be used de n calculations. Fly ash used in concrete shall meet the requirements of ASTM C Classng of Class C and Class F fly ashes will not be permitted. Use of fly ash shall be discontinued immediately, as directed by the Engineer/City Engineer, when such use is determined to be causing the production of concrete that does not meet Specifications. 601.03 Classes of Concrete. Two classes of concrete are provided for in these specifications. The appropriate class of concrete shall be used as specified below or where designated by the Engineer/City Engineer. ST-130 Standard Street and Drainage Specifications The following requirements shall govern unless otherwise shown on the plans: Class A concrete shall be used in curb and gutter; sidewalks, drop inlets; junction boxes; and miscellaneous concrete items. Class B concrete shall be used in box culverts; bridges and concrete pavement. These classes of concrete shall not be used if concrete is to be placed underwater. Concrete to be placed underwater shall meet AHTD Specifications for Seal Concrete. 601.04 Classification and Proportioning. The concrete mixture shall be proportioned to insure a workable and durable concrete, as specified in the following table: Characteristic Class A Class B Minimum Compressive Strength (psi at 28 da ) 3500 4000 Minimum Cement Content (bags per cu. yd.) 5.5 6.? Maximum Net Water Content Pe 094 b.) of Cement (Gallons) 6.5 5 Slump Range (Inches) -4* -4* Air Content Ran a (%) jAo 4-7 4-7 Maximum Fly Ash Consent 20% N,% 20% *Maximum slump shal b `aw.4ien slip f Oing meth sW.'sed. For all classes of co re ,the co �c_ Materials all using the Absolute Volumes method in accordance wi h the reoui mains for ethecc Onecified. The Contractor shall subm esign eung�tfie requirements of these Specifications. Certification that all matey s use in► the c • crete mix meet the requirements of these Specifications shall be included with�the sign. No concrete shall be placed until a mix design is approved by the City. ��`//1/ Compressive strengths for all clas es of concrete will be determined from test cylinders made in accordance with AASHaT'.' If the strength required for the class of concrete being produced is not obtained'Zit th ni imum cement content specified, additional cement shall be used at no extra cos to t "N ity. 601.05 Sampling and Testing. During the progress of work, concrete test specimens will be made by the City or its authorized representative in accordance with American Concrete Institute testing procedures. Sampling frequency will be as specified in Section 107. Slump will be determined using AASHTO T 119. Air content will be determined using AASHTO T 152. Compressive strength specimens will be made in accordance with AASHTO T 23 and tested in accordance with AASHTO T 22. ST-131 City of Fayetteville Specimens for determining when forms may be removed. when a structure may be put in service, or when concrete piling may be driven will be cured; as nearly as practicable, in the same manner as the concrete in the structure and in accordance with AASHTO T 23. 601.06 Measurement of Materials. Materials will be measured by weighing, except as otherwise specified or where other methods are specifically authorized by the Engineer/City Engineer. Aggregates shall be measured separately and accurately by weight. Measuring devices shall be operated in a manner that will consistently weigh the cement within ± 1% and the individual aggregates within ± 2% of the required weight. Measuring devices shall be so designed and plainly marked that the weights can be accurately and conveniently verified for the quantities of each component actually being used. Cement in standard packages (sack) need not be weighed, but bulk cement shall be weighed. The mixing water shall be measured by weight or by volume. The water measuring device shall be accurate to within I %. When the aggregates contain more water than he uxttity neces%sary to produceZsatur ted surface -dry condition, representative samples be tak the moi e�Gontent determined for each kind of aggregate. 601.07 Mixing Concrete. Concre e s iae thor� I n xed in a iOcan approved size and type that will insure a u ' orm d ribution aterials tt out the mass. The concrete shall be mix �ortthe quanti re uured for ed'ate use. Concrete that has developed an initial tll�ttot be used�mperin}a cocrrete will not be permitted. Mixers and agitators shall 'not be cha eed n exce eimanufacturers rated capacity. Concrete shall be delivered and di har a from th true mixer or agitator into the forms within I %hours after the introducu�the mi m er to the cement. In hot weather. or under other conditions contribug to quiclp s ttin Vof the concrete; the maximum allowable time may be reduced by the Engineer/Ci n��r. Each mixture shall be accompanied by a truck ticket issued at the batch plant. �k t shall include the following information: Unique ticket number. Identification of the truck. Date and time of batching./� ` Total weights and/or volu/es o each component. Total volume of mix. Total quantity of water added after batching. Time of discharge. Plants and transit mix trucks shall be equipped with adequate water storage and a device for accurately measuring and controlling the amount of water used in each batch. Truck mixers shall be capable of combining the ingredients of the concrete into a thoroughly mixed and uniform mass, and of discharging the concrete within the specified range of ST-132 Standard Street and Drainage Specifications consistency. The concrete shall be mixed not less than 70 nor more than 100 revolutions of the drum or blades at the rate of rotation specified by the manufacturer as the mixing speed. The pickup and throw -over blades in the drum of all mixers shall be maintained in satisfactory condition to assure thoroughly mixed concrete. If additional mixing water is required to maintain the specified slump, approximately 20 revolutions of the mixer drum at mixing speed shall be required before discharge of any concrete. No additional water shall be added without approval of the Engineer/City Engineer. 601.08 Handling and Placing Concrete. (a) General. The Contractor shall provide sufficient supervision, manpower, equipment, tools, and materials and shall assure proper production, delivery, placement and finishing of the concrete for each placement in accordance with the specifications. ` The time interval between batches of concrete ia o�minuous placement shall no exceed 20 minutes. The minimum placement rate sh_a C1 cubicyardsper hour An R s, box culverts, and retaining walls. YVl —/� I1I � In preparation for the placing of cc removed from the interior of fort forms in correct shape and a%nme the concrete placement has rr a e( (b) Conveying. Con' Nall displacement of the r fo ement the concrete to the forms will b Engineer. In case an inferior q a the Contractor, shall cease made to insure work of the q rty :onstructio debrM and extr tt r -, atter shall be stays� races, servin orarily to hold the ng th,-pI,2ZOg of con te, All be removed when an elevatt n ei ermg [heir )�L- e unnecessary. be plaM- lb avoid se eg ron of the materials and the of long trutes, and pipes for conveying e en fitted y her✓authorized by the Engineer/City [Iconcre - 's pp duced by the use of such conveyors, f that t'qpvey until such corrections in procedure are ♦ v Open troughs and chutes shall be metal lined. Where steep slopes are required, the chutes shall be equipped with ba . e or be in short lengths that reverse the direction of movement. Aluminum chutes tro ghs, and pipes shall not be used for depositing concrete. Chutes, troughs, and p,i�es s Il�b2 pt clean and free from coatings of hardened concrete by thoroughly Flushing wYth w er after each run. Water used for flushing shall be discharged clear of the structure. When placing operations involve dropping the concrete more than 5', it shall be deposited through approved pipes. Walls of 10" thickness or less may be placed without the use of pipes, provided the concrete can be placed without segregation. (c) Placing. Concrete shall be placed in horizontal layers not more than 18" thick except as hereinafter provided. When less than a complete layer is placed, it shall be terminated in a vertical bulkhead. Each layer shall be placed and consolidated before the preceding batch has taken initial set to prevent injury to the green concrete and avoid surfaces of separation ST-133 City of Fayetteville between the batches. Each layer shall be consolidated so as to avoid the formation of a construction joint with a preceding layer that has not taken initial set. Concrete in footings shall be placed in the dry unless natural conditions prohibit. In that case. concrete shall be placed in accordance with Subsection 601.10. In order to separate water from the concrete; it will be permissible to utilize polyethylene sheeting or tarpaulins to maintain a physical barrier between the water and the concrete. When the placing of concrete is temporarily discontinued; the concrete; after becoming firm enough to retain its form. shall be cleaned of laitance and other objectionable material to a sufficient depth to expose sound concrete. To avoid visible joints as far as possible upon exposed faces; the top surface of the concrete adjacent to the forms shall be smoothed with a trowel. Where a "feather edge" might be produced at a construction joint, an inset form shall be used to produce an edge thickness of not less than 6 inches. Immediately following the discontinuance of splashed upon the reinforcing steel and the s mortar chips and dust shall not be puddled i removed prior to the concrete becoming set; c the concrete -steel bond at or near the surfacce.o After initial set of the concrete. the the ends of projecting reinforcingLb; Concrete in walls and n laTi\3 c concrete in previous la��ee,M n `has set. bottom slab or footing and�e op slab t Before concrete is placed in he wall thoroughly cleaned of extraneous mates placing concrete, accumulations of mortar urfate� forms should be removedgOODried o e0oncrete If the accumulati% a�e, not a s 11 be exe ci not to clam e�oPbreak f3the concrete whp�e cleaning s c r steel. not j irrer'Snd no st a` n sha}�be placed on al of be pla�han 24 hours after the shall be m1de r bonding the walls to the Is by me s roughened longitudinal keys. OF bs, titb t o slab, footing, or walls shall be horiz tal onstruction joints will be allowed in any wall of a box culvert u » Fide: on the pi ns or approved by the Engineer/City Engineer. (d) Consolidating. All concrete, `d immediately after depositing, shall be thoroughly consolidated. This shall elished by mechanical vibration subject to the following provisions: The vibration shall be intQJ ;�,Zs, special authorization of other methods is given by the Engineer/City Engineer. Vibrators shall be of a type and design approved by the Engineer/City Engineer. They shall be capable of transmitting vibration to the concrete at rated frequencies of not less than 4500 impulses per minute. The intensity of vibration shall be such as to visibly affect a mass of concrete over a radius of at least 18 inches. The Conti -actor shall provide a sufficient number of vibrators to properly compact each batch immediately after it is placed in the forms and shall have in reserve at all times sufficient ST-134 Standard Street and Drainage Specifications vibratory equipment to guard against shut down of the work because of the failure of the equipment in operation. Vibrators shall be manipulated to thoroughly work the concrete around the reinforcement and embedded fixtures and into the corners and angles of the forms. Vibration shall be applied at the point of deposit and in the area of freshly deposited concrete. The vibrators shall be inserted and withdrawn out of the concrete slowly. The vibration shall be of sufficient duration and intensity to thoroughly consolidate the concrete, but shall not be continued so as to cause segregation. Vibration shall not be continued at any one point to the extent that localized areas of grout are formed. Application of vibrators shall be at points uniformly spaced and not farther apart than twice the radius over which the vibration is visibly effective. Vibration shall not be applied directly or through the reinforcement to sections or layers of concrete that have hardened to the degree t G the concrete ceases to be plastic under vibration. It shall not be used to make concre in the forms over distances s great as to cause segregation, and vibrators shall no e d o trar�oncrete in th�'sfo ns Vibration shall be supplemented by eAa mg as is nec�ssary to ins le s 000tth surfaces and dense concrete along form surf in coif ers d locations im6a5�rb a to reach with the vibrators. V These provisions sh Engineer, the manu 601.09 Pumping. be arranged and o, concrete. The Contractor wi pumped in a size sn will conform to the Where concrete is conveyed shall be adequate in capacjtx continuous stream of cpere% the concrete remainm m it there will be no contamtioi by the Engineer/City e equipment for pumping shall might damage freshly placed ;ate for concrete that is to be citable mix can be produced that tndlaced by mechanically applied pressure, the equipment or c work. The operation of the pump shall be such that a �tth©ut air pockets is produced. When pumping is completed, iipe, if it is to be used, shall be ejected in such a manner that of the concrete or separation of the ingredients Concrete for slump and air content requirements shall be obtained at the discharge end of the pipe. The use of aluminum pipe as a conveyance for the concrete will not be permitted. 601.10 Depositing Concrete Under Water. Concrete shall not be deposited in water except when shown on the plans or with the approval of the Engineer/City Engineer. No ST-135 City of Fayetteville concrete shall be placed underwater without an approved mix design which meets the AHTD requirements for Seal Concrete. The supply of concrete shall be maintained at the rate necessary to raise the elevation over the entire seal by a minimum of I' per hour or an approved retarder shall be used as necessary for lesser placement rates. For parts of structures under water. seal concrete shall be placed continuously from start to finish. The surface of the concrete shall be kept as nearly horizontal as practicable. The Contractor shall provide equipment and personnel to sound the top of the seal in the presence of the Inspector in order to verify the location of the seal at all times. Previously placed seal concrete shall not have taken its initial set prior to the placement of adjacent concrete. Concrete shall be carefully placed by means of a tremie or other approved method. Still water shall be maintained at the point of deposii. Concrete shall be deposited in such a manner that the planned horizontal concrete flow sh U be no more than 15 feet. A tremie shall consist of a tube having a diame r ess than 10". constructed 'n ecrq ns having flanged couplings fitted with gaskets ana'�nproved eve. The tr .all be supported so as to permit rapid lower v1i�n necessary to retard or st the flow of concrete. The discharge end shall b� drie�d t the start the ork so a t �I r vent water from entering the tube and shall be erntir ly3'✓=aIed. �i�tr 0 i$ tube shaffM pt sufficiently full to prevent the loss of the co Crete st?l. When tch is dump m the tube, the flow of concrete shall be induced*by tly raising harped e d,s keeping it in the deposited concrete. If at a ti °��seal is los th tremie sh I} r tsed, the discharge end closed for a new start, a e Ibwered int dditi n with t sc�arge end in the previously deposited concrete. Alumi tremies a`'Pbe per it ed. Dewatering may proceed when the eal onsrete ha bee allowed to cure for a minimum of 72 hours at a water temperattii�a�u 45 de1�l^eeees F. All laitance or other unsatisfactory materials shall be removed fro; he exposed��sutf�ces that are to support other structural loads. 601.11 Joints. c�JV♦J (a) Construction joints. Cons - cti 'oints shall be made only where located on plans or shown in the placement scF�Fd it uunles otherwise approved by the Engineer/City Engineer. The placing of concrete sh((\hatl carried continuously from joint to joint. The face edges of all joints that are exposed to view shall be carefully finished true to line and elevation. The surface of the hardened concrete shall be roughened in a manner that will not leave loosened particles of aggregates or damaged concrete at the surface. It shall be thoroughly cleaned of foreign matter and laitance and saturated with water. If not detailed on the plans; or in the case of emergency, construction joints shall be placed as directed by the Engineer/City Engineer. Shear keys or inclined reinforcement shall be used ST-136 Standard Street and Drainage Specifications where necessary to transmit shear or bond the two sections together. When shear keys or inclined reinforcement is not provided, the concrete shall be roughened as directed. (b) Expansion and Fixed Joints. Joints shall be constructed according to the details shown on the plans. 1) Open Joints. Open joints shall be placed in the locations shown on the plans and shall be constructed by the insertion and subsequent removal of a wood strip, metal plate, or other approved material. The insertion and removal of the template shall be accomplished without chipping or breaking the corners of the concrete. Reinforcement shall not extend across an open joint unless specified on the plans. 2) Filled Joints. Poured expansion joints shall be constructed similar to open joints. When premolded types are specified, the filler shall be in the correct position when the concrete on the second side of the joint is placed. An approved joint sealer meeting the requirements of Subsectio 601.1 1(d) is required in addition to the joint filler. The cavity for the sealer shall rmed by the insertion andl�sequent removal of a wood strip, metal platoappro ed material. FOO �� All faces of the joint to be seale lOte thoroughly eaned by �an bi sting. water blasting, or other approved metho or placing th ' cult leal matert Preformin fi Preformed expansion joller, on-estru.ind resili s,/shall meet the requirements of AASH TO ' 53. Type � e rubber) be required to have a minimum expansion o 2 ° be within 0 I+' of the specs plan thickness. Other types of joint fill'(Sk say be (c) Contraction Joints. Contr Rio specified in the plans and C120S t the full width of the concret�esl r ac extend to a depth equal to a to 1 contraction joints shall be sealed Subsection 601.1 1(d) for types 3, a t (d) Joint Materials. and shall comply with Papprovedlby�}Je`Engineer/City Engineer. sha\TUints �structed according to the dimensions IL shall continue continuously across rac njoints shall be 1/8" to 3/8" wide and shall @Xckness of the concrete being placed. All approved sealant meeting the requirements of [ling and sealing joints shall be as shown on the plans :quirements, as applicable: Type I. A joint fille'NthaT is a uniform mixture of sawdust and asphalt material in the proportion of one part asphalt to four parts sawdust, by volume. Asphalt material used shall be either MC-250 or SS-1. When this material is specified, the joint shall be filled to within 25 nun (1") of the pavement surface. The top 1" shall be sealed with a material complying - with the requirements of AASHTO M 173. Type 2. A joint filler that is preformed: non -extruding, and resilient type, complying with AASHTO M 153 Type I (sponge rubber). ST-137 City of Fayetteville The material for filling and sealing longitudinal; warping, contraction. and other specified joints shall be as shown on the plans and shall comply with the following requirements: Backer rod tiller for Types 3, 4, and 5 joint shall be of resilient material approximately 3 film (1/8 ") larger in diameter than the width of the joint to be sealed. All components of the joint sealant system; including the backer rod. shall be compatible. No bond shall occur between the backup material and the sealant system for apes 3 and 4joint sealer. Type 3. A joint sealer that is a one part silicone formulation that does not require a primer for bond to concrete. The compound shall be compatible with concrete. Acetic acid cure sealants are not acceptable. The material shall be one that has been approved by the Engineer. Type 4. A joint sealer that is a one part silicone formulation that does require a primer for bond to concrete. The compound shall be compatible with concrete. Acetic acid cure sealants are not acceptable. The material shall a one that has been approved by the Engineer. Type 5. A joint sealer that is a hot poured a sto ieric joi plant. The teFial shall comply with AASHTO M 282. The app x(rifspecifica n shall be c_ der d a part of this specification. If •� Type 6. A joint sealer that is 2 cor !pr;nent. cold ot�synth is I mer, complying with ASTM D I850 with the tron of per�.r t qu n, which s i I of exceed 100. and resilience, both original cureld�a and ovens ,e which sh �bminimum of 70%. Type 7. A joint sealer tha rs of pour �•i type co with AASHTO M 173. 601.12 Forms. Forms shall be r e rta - t and o suf cient rigidity to prevent distortion due to the pressure of the con?et a d3other Dads in 1 ent to the construction operations. Forms shall be constructed and�r ren in d V of revent warping and the opening ofjoints due to shrinkage of the lumber.` The forms shall be substantial and unylt,�ng and shall be so designed that the finished concrete will conform to the proper dlpiensrons and contours. The design of the forms shall take into account the effect io`#of concrete as it is placed. Forms for exposed surf es a I be made of dressed lumber or plywood of uniform thickness, steel, or other ap roJd materials that will provide a smooth surface, and shall be mortar -tight. Forms shall have a'/d' chamfer at all sharp corners unless otherwise directed. In the case of projections, such as girders and copings, forms shall be given a bevel or draft to insure easy removal. Metal snap -ties within the fornis shall be so constructed as to permit their removal to a depth of at least I" from the face of the concrete. Metal inserts or anchorages within the forms shall be so constructed as to permit their removal to a depth of at least 1" from the face of the concrete or be covered by being embedded a minimum of 1" in the concrete. In case ordinary wire ties are permitted, all wires, upon removal of the forms. shall be cut back at ST-138 Standard Street and Drainage Specifications least '''A from the face of the concrete. All cavities shall be filled with cement mortar and the surface left sound, smooth, even, and uniform in color. Forms shall be set and maintained true to the line designated until the concrete is sufficiently hardened. Before depositing new concrete on or against concrete that has hardened, the forms shall be re -tightened. Forms shall remain in place for the periods specified in Subsection 601.13. When forms appear to be unsatisfactory in any way, either before or during the placing of concrete, the Engineer/City Engineer shall order the work stopped until the defects have been corrected. The shape, strength, rigidity, watertightness, and surface smoothness of re -used forms shall be maintained at all times. Any warped or bulged lumber must be re -sized before being re- used. Forms shall be cleaned before being set to line and grade and shall be oiled prior to placing reinforcing steel in the vicinity of the forms. Materials or methods used in oiling the forms he shall not result in the discoloration of tconcr t^ 601.13 Removal of Forms. In the detera�onJof the tam r the re orms and the discontinuance of heating, considM'e sFiall be given o the location d character of the structure, the weather and othe di ns influene, g t�ing o oncrete, and the materials used in the mix. Removal of forms shall e i ac ordance with:�ving sch6s' Item i imum Ti 19trength Requirement Top Slabs of RC Boy u 1 erts days 80%Specified Forms for Columns and Vertical Walls nN 24 ho rs N /A Side Forms for Parapets, Barriers. and Curb Faces ours N/A Forms on surfaces that will require Cli` finish in accordance with Subsection 601.16 shall be removed at the earliest ee mitted under these Specifications in order to begin finishing operations. Forms and their suppt�rf�s'sh I o be removed without the approval of the Engineer/City Engineer. Supports sh l be emoved in such a manner as to permit the concrete to uniformly and gradually take the esses due to its own weight. Methods of form removal likely to cause overstressing of or damage to the concrete shall not be used. 601.14 Weather and Temperature Limitations. (a) Hot Weather. When the internal temperature of the plastic concrete reaches 85' F. the Contractor shall take the necessary precautions to insure that the temperature of succeeding batches does not exceed 900 F. Concrete batches with temperatures in excess of 90° F will be rejected. The method used to control the concrete temperature shall be approved in ST-139 City of Fayetteville writing by the Engineer. The temperature of the plastic concrete shall be determined immediately prior to its being deposited in the forms by inserting a thermometer to a depth consistent with the capabilities of the thermometer being used to obtain a trite reading. Prior to beginning placement; the Contractor shall insure that sufficient materials. labor. and equipment are available during placement to implement the previously approved cooling process. (b) Cold Weather. Concreting operations will not be permitted when a descending air temperature falls below 40° F nor resumed until an ascending air temperature reaches 35° F without specific authority from the Engineer/City Engineer. Under no circumstances will the placing of concrete on a frozen subgrade be permitted. No concrete shall be placed unless the temperature of the concrete is more than 50° F when placed. If heating of the ingredients is necessary to meet this criterion. it shall be accomplished by a method such as dry heat or steam and not by direct flame. Water shall not be heated to more than 180 degrees F, and shall be combined with the aggregate before the addition of cement. Frozen aggregates may not be used. After concrete is placed; it shall be protecte ri aced s, blankets; end rand heating; and/or any other method approved b lit ngineer/Ci ineertha w dim intain the temperature adjacent to the concrete ata inimum of 0° rat least Concrete that has been frozen or damaged du o eatl1€r conditionglshall be remove replaced replaced by the Contractor at no cost to the C`y (c) Protection Against Rain.. 7' o�Ejer that co cr ?Nmay be prQ e protected against the effects of rain before the�o�cre e sufficie tE aidened, the{ R.4r for shall have available at all times materials ford} pr tection of ges and s rf ob*df the unhardened concrete. Such protective materials 1 1 consis o tandard a fo s or wood planks having a nominal thickness of not less than In mina wi of not less than the thickness of the pavement at its edge for th ote ' • o th�ave a edges. and covering material such as burlap or cotton mats, or pl n m e al for the protection of the surface of the pavement. When rain appears r minent al piv' operations shall stop and all available personnel shall begin protection of the de ehe pavement and covering the surface of the unhardened concrete with the protective co�v�ng. Any surface finish damaged by rain shall be repaired or replaced to the satisfac 'on of the City at no cost to the City. 601.15 Curing Concrete, *j (a) Materials. Materials u ed 'curing concrete shall conform to one of the following types Burlap -polyethylene sheeting shall meet the requirements of AASHTO M 171. Polyethylene sheeting shall meet the requirements of AASHTO M 171. Copolymer/synthetic blanket shall meet the requirements of AASHTO M 171. Copolymer/synthetic blankets shall be a composite of a copolymer membrane material coated over a layer of absorbent nonwoven synthetic fabric weighing at least 6 ounces per square yard; uniform in appearance, and free frorn visible defects. ST-140 Standard Street and Drainage Specifications Other approved sheeting materials shall meet the requirements of AASHTO M 171 Membrane curing compound shall meet the requirements of AASHTO M 148, Type I-D or Type 2. (b) Application. The exposed concrete; immediately after finishing, shall be covered with one of the curing materials listed above and shall be kept continuously and thoroughly wet for a period of not less than 5 days after the concrete is placed. Membrane curing does not require the application of additional moisture. Membrane curing compound shall not be used on surfaces requiring a Class 2 finish When membrane curing is used. the exposed concrete shall be thoroughly sealed by applying the membrane curing solution immediately after the free water has left the surface. The concrete inside the forms shall be sealed immediately after the forms are removed and necessary finishing has been done. For uniformpplication in the field on vertical concrete surfaces, the specified rate of application may lyfe�"chieved by two coats applied at n interval of approximately 1 hour. ti The Contractor shall provide satisf ry/Epment andears to pro > (control and assure the direct application of th wing olution on e concrete surf. �1 3s to result in a uniform coverage at the rate of 1 alleach 9' s feet of a e If rain falls on the newly coated concrete be re film h u,cu sufficiently to resist damage, or if the filmis a a� in any o. er anner, a ,t of the solution shall be applied to the affect no equal in �bvalue to th sp ctfied above. 601.16 Finishing Concrete Surf' cam. Surf e ' 1 h shall be classified as follows: Class I. Ordinary Su ce 7tru%h Class 2. Rubbed finis� Class 3. Sprayed finish. Class 4. Exposed Aggregate is . Class 5. Tined Surface finish. Class 6. Broomed finish. Class 7. Grooved figjs`� All concrete shall b<su ive aT Class l; Ordinary Surface Finish. In addition; if further finishing is required; h--o er types of finish will be as specified herein. Payment for finishes will be considered a part of the applicable item of concrete used. The following surfaces shall be given a Class 2 finish except when a Class 3 finish is specified in the plans: Exposed surfaces of retaining walls and box culvert wingwalls, surfaces of concrete rails, rail posts; rail end posts, rail bases, and parapets, including the outside face. ST-141 City of Fayetteville At the option of the Contractor; a Class 3 finish may be used on all surfaces requiring a Class 2 finish provided the same class of finish is used on the entire job. Sidewalks; curbs, exposed horizontal surfaces of inlets and junction boxes; and exposed horizontal faces of miscellaneous concrete items shall be given a Class 6 finish. Concrete pavement surfaces shall be given a Class i finish. The various classes of surface finish are defined as follows: (1) Class 1, Ordinary Surface Finish. Immediately following the removal of forms. tins and irregular projections shall be removed from all surfaces except from those that are not to be exposed or are not to be waterproofed. On all surfaces; the cavities produced by form ties and all other holes; broken corners or edges; and other defects shall be thoroughly cleaned; and after having been thoroughly saturated with water; shall be carefully pointed and trued with a mortar of cement and fine aggregate mixediry the proportion of 1:2. Mortar used in pointing shall be not more than I hour old. The c.n "fte shall then be rubbed or splayed if required; and cured as specified under Subsea on 6 . Construction and expathsiSn�j�ojnts in the completed work shall be left carefully to le and free fru ?tar and AQ.. The joint filler shall be left exposed for its fugtfiwrth clean and a edges.oj The resulting surfaces shall be true of t t Si rm. Rep�a' ed ?faces, the a ��efnce of which is not satisfactory to the City, sh 11 be rind as spec,r�r clder Clas �nish. Exposed surfaces not r p protect it shall e s uck off wets` ightedge and finished with a wood float to a�ru Weven surf ce.he use of additional mortar to provide a plastered or grout finish h no"t be perm'tle O'er/' The tops of caps in the area of the brl sh 1 be wished with a steel trowel or by grinding to a smooth finish andArue_sibn at thetarone I vntinn (2) Class 2, Rubbed Finish. Aar removal ��, the rubbing of concrete shall be started as soon as its condition will permit. fillm >meely before starting this work the concrete shall be thoroughly saturated with water. Su • i :Ant time shall have elapsed before the wetting down to allow the mortar used in th pointing of rod holes and defects to thoroughly set. Surfaces to be finished shall ,be�ii�b 0 with a medium coarse carborundum stone, using a small amount of mortar on�n.ts fice'NOF111bmortar shall be composed of cement and fine sand mixed in proportions use, in thj'oncrete being finished. Rubbing shall be continued until form marks, projections, andsirregularities have been removed, voids filled, and a uniform surface has been obtained. The paste produced by this rubbing shall be left in place at this time. After concrete above the surface being treated has been cast; the final finish shall be obtained by rubbing with a fine carborundum stone and water. This rubbing shall be continued until the entire surface is of a smooth texture and uniform color. ST-142 Standard Street and Drainage Specifications After the final rubbing is complete and the surface has dried, it shall be rubbed with burlap to remove loose powder and shall be left free from all unsound patches, paste; powder; and objectionable marks. (3) Class 3, Sprayed Finish. The material furnished for sprayed finish shall be a commercial paint type texturing product produced specifically for this purpose, and shall consist of a synthetic non -alkyd resin containing mica; perlite, non -biodegradable fibers, and durable tinting pigments. The material shall be approved by the City. Unless otherwise specified in the Contract, the color of the sprayed finish shall be concrete gray, equal or close to Shade 36622 of the Federal Color Standard 595 A. Surfaces to be coated shall be free from efflorescence, flaking, coatings, dirt, oil, and other foreign substances. The sprayed finish shall not be applied over surfaces cured with membrane curing compound until 30 days has elapsed from application of the membrane. Prior to application of spray finish, the surfaces shall be free of moisture, as determined by sight and touch, and in a condition con F� stent with the manufacturer's published recommendations. lv^ (w The spray finish shall be applied at a rate as econume 1,y the ma �if'aci"ifer and as approved by the Engineer/City Engi e Ahe spray finish all be app�e�it1 heavy duty spray equipment capable of i t in a coins ressure as e ary for proper application. ^` The completed finish stall appearance and textur �co an additional coat a�d?url S uniformity. Upon faor to attain the desir and the surface given a rubt (4) Class 4, Exposed Aggre'aate the surface of green concrete with in the proportion of I part acid to surface is completely removed aggregate exposure will bespe Engineer. Any surface tre'a e w which a small amount] off am�o resulting surface shall Ptan)ven tly bond �to structurelijONshall present a uniform better tt t requir bed finish. If necessary, be e to produc tt desired surface texture and fy to t e ruc re without chipping or cracking, e`e, th oat all be removed from the structure o nother pred finish satisfactory to the City. Finish: is pe of finish shall be produced by scrubbing stt iber brushes, using a solution of muriatic acid Otag'greg'ate ateror by sand blasting, until the cement film or nd particles are exposed. The amount of ied on the plans or designated by the Engineer/City 1. muriatic acid shall be thoroughly washed with water to ma has been added to remove all traces of the acid. The pebbled texture. (5) Class 5, Tined Roadway Surface Finish. The concrete roadway surface shall be given a finish with a burlap drag, followed by tining. The surface shall be finished by dragging a seamless strip of damp burlap over the full width of the roadway surface. The burlap drag shall consist of sufficient layers of burlap and have sufficient length in contact with the concrete to slightly groove the surface, and shall be moved forward with a minimum bow of the lead edge. The drag shall be kept damp; clean, and free of particles of hardened concrete. ST-143 City of Fayetteville The final finish shall be accomplished by using the drag finish as described above with the further application of a metal tine finishing device. The tine shall be approximately 0.032 , by 0.125" ol'steel flat wire, 2" to 5' in length, and spaced on Y2" to'/" centers. The grooves produced in the concrete shall be substantially from 1/8 to 3/16 in depth. "file grooves shall be transverse to the centerline of the surface. The metal tine device shall be operated by approved mechanical or manual means. Other texturing equipment may be approved by the Engineer/City Engineer provided it produces a texture equivalent to that produced by the metal tine. The tining shall be terminated with a transition in depth 18" from the gutter line. The outer 18" of the tined surface shall receive a Class 6, broomed finish. (6) Class 6, Broomed Finish. After the concrete has been deposited in place, it shall be consolidated and the surface shall be struck off by means of a strike board, floated, and broomed. An edging tool shall be used on edges and expansion joints. The surface shall not vary more than '/4" under a 10' straightedge. Thetsurface shall have a granular or matte texture. lv^ ��w (7) Class 7, Grooved Finish. The roadway surer shall b gar. fed perpen i alto the centerline with grooves extending acro�e�lab to within K8" of the g+ttline. The grooves shall be cut using a mechanical wi g device tha will eave groos 8' to 3/16" in depth and spaced on %" to %" centtrsIP &-tow V Section 602. Reiri o cfn Steel 602.01 Description. item M p a ll�consist ff r 'n�o cing steel and miscellaneous accessories of the quality, type, sit63;' �uantity ti8 i Ited. which shall be furnished and placed in concrete according toih��� recificati sand n conformity with the details shown on the plans, or as directed. _ 602.02 Materials. (a) Bar Reinforcement. Bar rei o%ement for concrete in sizes up to and including 418 shall conform to the requir t`�SHTO M 31 or M 53. (b) Wire and Wire Fabrieft iicc. W�`� 'e. when used as reinforcement in concrete, shall conform to the requirements of AASA,0A 32 or M 225. (c) Bar Mat Reinforcement. Bar mat reinforcement for concrete shall conform to the requirements of AASHTO M 54. (d) Epoxy Coating. When specified, reinforcing steel bars shall be coated according to AASHTO M 284 using a coating material that meets the requirements of Annex Al of AASHTO M 284. ST-144 Standard Street and Drainage Specifications The Contractor shall supply to the Engineer a written certification that properly identifies the number of each batch of coating material used in the order; the material, quantity represented, date of manufacture, and name and address of the manufacturer; and a statement that the supplied coating material meets the requirements of Annex Al of AASHTO M 284. Patching material; compatible with coating material, inert in concrete; and meeting the requirements of Annex Al of AASHTO M 284; shall be provided by the epoxy coating manufacturer. 602.03 Bar Lists and Bending Diagrams. All reinforcing steel shall be fabricated to conform to the details shown on the plans. Pins used for bending reinforcing steel shall be equal to or larger than that shown on the plans. Bar lists and bending diagrams for reinforcing steel and bar supports will not be reviewed or approved by the Engineer. The Contractor shall be responsible for the accuracy off the fabricated reinforcing steel. 602.04 Fabrication. Bar reinforcement shall,t to the shapes shown on tth ns. Bars shall be bent cold, unless otherwise er�`itt�,ed by gineer.ts partially embedded in concrete shall be field" b except as sho non the lan �b, specifically permitted by the Engineer. IQ, 1% Vol Radii for bends shall be as s wn on a plans. e+nnot shown � n e plans, radii bends on the inside of bars shall beds p - ifted below Bar Number A inimum Riidii Stirrups and Ties 4 bar di4ffie s 3.4,5.63, or 8 6 qN rs 9.10. or I 1 8 di eters 14 or 18 0 ba diameters The Engineer/City Engineer or hi r p`�ve shall have free access to the shop for inspection, and every facility shall be ended to him for this purpose. On a random basis, samples of bars, other than the d ional test bars, may be taken by the Engineer. Epoxy coating applica�sh'�I'b� SI certified. The Contractor shall inform the Engineer; in writing; at least 10 ays p�r�' or to performing any of the cleaning or coating operations. The Contractor shall furnish cite Engineer the coating applicator's certification certifying that all materials used, the preparation of the bars, coating, and curing were done according to these specifications and that no bars contain more than six holidays per yard. The certification shall include or have attached specific results of tests of coating thickness and flexibility of coating. 602.05 Shipping, Handling, and Protection of Material. Bar reinforcement shall be shipped in standard bundles, tagged and marked according to the Code of Standard Praclice of the Concrete Reinforcement Steel Institute. ST-145 City of Fayetteville Steel reinforcement shall be protected from damage. When placed in the work. it shall be free from dirt, detrimental rust or scale. paint. oil, or other foreign substance. Steel reinforcement shall be stored above the ground on skids, platforms, or other supports. Epoxy coated reinforcing steel that is not incorporated into the work within 90 calendar days after delivery to the project shall be protected from exposure to the sun. Epoxy coating damaged during fabrication. shipping; or installation shall be repaired according to AASHTO M 284. Damaged areas less than 0.10 square inch need not be repaired but all areas larger than 0.10 square inch shall be repaired. The maximum amount of damage shall not exceed 2% of the surface area of each bar. All damaged areas shall be repaired according to the manufacturers instructions. Repairs will be required on all sheared or cut ends of bars, end areas left bare during the coating process, and any areas where the entire coating is removed. All repairs shall be completed as soon as practicable and; in the case of bare end areas and sheared ends. before visible oxidation of the surface occurs. Epoxy coated bars shall not be flame cut. ft The Contractor shall exercise caution when placi .!� a vibrating concrete to pre eett any damage to epoxy coated bars. 1n order to pi v nbe vibrat r from damaging e e�lted bars; the head shall be covered with a sheet of� . e or a sir nil r aterial as a r uby the Engineer/City Engineer. A� O 602.06 Placing and Fastening. positions shown on the plans an in shall be tied at all intersectigns which case alternate inteasect��t more than 6' centers. ��` %, ��r Bar positions or clearances —from t shall�b ai'lm me d by means of stays, ties; hangers, or other approved dev'ces. Re o cing sue 1 II not be welded unless detailed on the plans or authorized in wri �y, a Engi�"@er. etal bar supports that are in contact with the exterior surface of 2Tencrete Shal ha a protection conforming with the CRSI Specifications, Class 1 for PlProtester upports or Class 2 for Stainless Steel Bar Supports, with the further provision th a lastic protection may be applied either by a dipping operation or by the additio of pr molded plastic tips to the legs of the supports. Epoxy Coated Bar Supports tha ated according to the provisions of AASHTO M 284 using a coating material meet's e e .uirements of Annex Al of AASHTO M 284 may be substituted for Plastic Pr ected�l,4ar upports or Stainless Steel Bar Supports. All high chairs and bar bolsters sh I b metal. Any bar supports that deform under foot traffic or other construction activities s all not be used. �;Id reinfore8 nt all be Burin . hlacing and where ss is less than be tie u died bars) hh ra y'placed in the g of concrete. Bars n each direction. in tied together at not When concrete is to rest on an excavated surface. layers of bars shall be supported above the surface by metal chairs or by precast mortar or concrete blocks. The use of rocks, pieces of stone or brick, pipe, wooden blocks, or chunks of concrete will not be permitted as bar supports or spacers. Reinforcement shall be placed by the Contractor and inspected and approved by the Engineer/City Engineer before the placing of concrete begins. Concrete placed in violation ST-146 Standard Street and Drainage Specifications of this provision may be rejected and removal required. Unless otherwise shown on the plans; the spacing of supports shall conform to the recommendations of CRSI. Epoxy coated bars shall be placed on plastic coated or epoxy coated metal supports and shall be held in place by use of plastic coated tie wires or molded plastic clips especially fabricated for this purpose. Bar supports for epoxy coated bars shall be fully coated metal supports. Epoxy coated bar supports shall be coated according to the provisions of AASHTO M 284 using a coating material meeting the requirements of Annex Al. In placing epoxy coated bars, care shall be maintained to prevent coated bars from being damaged. After the coated bars are secured to bar supports; a final visual inspection shall be made and all uncoated or damaged areas coated or repaired as required by the Engineer/City Engineer. 602.07 Splicing. Reinforcing steel shall be furnished in the full lengths specified on the plans. Bars spliced as a result of unforeseen construction conditions or sequences will require the written approval of the Engi neer.goSpl ices shall meet the requirements of the current edition of the AASHTO Standard Specif�n;ns for Highway Bridges. CO Secondary reinforcing used for distribution o to ds; such a�itudinal bx culverts and retaining walls may be lapped ameters mm um if bar arTMO or smaller. Primary reinforcing for columns etas ing walls ich quire spli Rya result of the lowering.of footings shall be spli ed at the upp ♦ die origi arb s�Required lengths of splices for primary reinforoing wit a determ'n the Engineer. In lapped splices; the bars t U e placed '�co tact and f to edtogether in such a manner as to maintain the m' i stance to mace of the c nc?ete as shown on the plans. Sheets of wire fabric o bar maintain a uniform strength a shall be not less than one soft 41e fabri or t 4Qj` CGS ST-I47 :flap each other sufficiently to at the ends and edges. The lap CITY OF FAYETTEVILLE, ARKANSAS SUPPLEMENTAL SPECIFICATION 202 EXCAVATION AND EMBANKMENT Section 202 of the City of Fayetteville; Arkansas Standard Specifications for Street and Drainage Construction is hereby amended as follows: Subsection 202.01 is hereby modified as follows: The fifth paragraph of Subsection 202.01 is hereby deleted and the following substituted therefore: (a) Select Embankment. Select embankment includes all material placed within the horizontal limits of proposed roadwayr ., _parking lots, or driveways (in locations within one foot of the back of curb r# ge f pavement), and with' the%g izontal limits of concrete heavy duty; with' t of tl� o of subgrade ele; anon. Select Embankment material may include p oved on-sk rapprove . o site material meeting the requirements of esfct®i �02.02 (c) glow .� x O� o 0 � o 9 O P •6 Kessler Mountain Regional Park. Phase 11 SS-202-1 19T21090 Kessler Mountain Regional Park, Phase 11 y SS-202-2 19T21090 CITY OF FAVETTEVILLE, ARKANSAS SUPPLEMENTAL SPECIFICATION 203 SUBGRADE PREPARATION Section 203 of the City of Fayetteville. Arkansas Standard Specifications for Street and Drainage Construction is hereby amended as follows: Subsection 203.04 is hereby modified as follows: The second paragraph of Subsection 203.04 is hereby deleted and the following is substituted therefore: Subgrade Preparation will be measured by tie �ss uare yard. Measurement will include all Subgrade area including areas up to U behi drpArposed back of curbs; ed e c iveways and parkins lots. Measurement will in I a as of dercut that recen< scacation and recompaction of existing accept l aterial, �as whe aterial is required to achieve Subgrade el , a i .The planuantvty will be�ea�ts' ered the final quantity for the purposes o i a. ment. etnle cianges to/ �i�i/or�� final design are made. In such case; the revise tity shal0be%' ed upon p " beginning any work associated with the chan6 [� P O O P •� CGS Kessler Mountain Regional Park, Phase If SS-203-1 19T21090 �o� Kessler Mountain Regional Park, Phase II SS-203-2 19T21090 CITY OF FAYETTEVILLE, ARKANSAS SUPPLEMENTAL SPECIFICATION 204 SELECT GRADING Section 204 of the City of Fayetteville, Arkansas Standard Specifications for Street and Drainage Construction is hereby amended as follows: Subsection 204.04 is hereby modified as follows: The second paragraph of Subsection 204.04 is hereby deleted and the following substituted therefore: (b) Topsoil. Topsoil will not be measured ar d the plan quantity will be considered the final quantity for purposes of final paYmentt u less changes to the oriin aa� 'gn are made. In such case; the revised quanF� be a eed upon prior to giun�ng any work associated with the change. '� The pay item list of Subsection 204.O llq� eb deleted anAhfollowin 'iflis tuted therefore: Payment will be made under: Pay Item � � ^-a Unit 4" Topsoil Placemen Ian Qu ti O SY 24" Topsoil Placement rki of sl ds0 SY G� Kessler Mountain Reeional Park, Phase If V SS-204-1 19T21090 Kessler Mountain Reeional Park, Phase 11 y SS-204-2 19T21090 CITY OF FAYETTEVILLE, ARKANSAS .SUPPLEMENTAL SPECIFICATION 301 STORM DRAINAGE PIPE Section 301 of the City of Fayetteville, Arkansas Standard Specifications for Street and Drainage Construction is hereby amended as follows: Subsection 301.01 is hereby modified as follows: The first paragraph of Subsection 301.01 is hereby deleted and the following substituted therefore: This work consists of the construction or reconstruction of pipe culverts and trench drains, including excavation and backtill df'storm sewer trenches, in accordance with these specifications, the locations; line g�ra es and construction detail sh,w,,��,l1����on the Plans; and with manufacturers installati n ecommenda ns for H.D.P.E a&NCO pipe. Subsection 301.02 is hereby modified as III 0 The following is inserted at the end o u s lion 3011�02�+ V Material used for get til fabric fo th der nch drai shr I'be in accordance ' � � , with SECTION 625 be"IeiTn ILE F ^b`� ofthe Standa�'frt S ecificationsexcept as modified or augur. T e e of geote. vt ab c shall be in accordance with Article 625.02 for 11 and a ire led by ine r. Subsection 301.03 is hereby m deeRolloW The following is inserted at the enub ctio 1.03: (h) H.D.P.E. Pipe. All H.D.P.E'� d perforated H.D.P.E pipe for trench drains shall be bedded, laid, joined; and 13ackfilled inaccordance with construction details shown on the Plans and in accordaw�ithe pipe manufacturers recommendations. Subsection 301.04 is here �od d as follows: The first paragraph of Subsection 301.04 is hereby deleted and the following substituted therefore: Storm drainage pipe and trench drain of the type and size specified will be measured by the linear foot (LF) measured parallel to the flowline of the pipe. Where inlets, junction boxes; or other structures are included in the lines of pipe; that length of pipe extending to and flush with the inside of the structure wall will be included for measurement but no other portion of the structure length or width will be so included. Whenever possible, the lengths shown on the plans may be adjusted by the Engineer/City Engineer to Kessler Mountain Regional Park; Phase 11 SS-301-1 19T21090 accommodate the pipe lengths available from the supplier that most nearly match the plan lengths. Flared end sections for pipe culverts will be measured by the unit and will include curtain wall, complete in place. Subsection 301.05 is hereby modified as follows: The pay item list of Subsection 301.05 is hereby deleted; and the following is substituted therefore: (c) Trench Drain installed and measured as provided above will be paid for at the unit price per linear foot (LF); which price shall be full compensation for furnishing, hauling, and installing all materials including geotextile fabric, backfill material, and perforated H.D.P.E pipe; for excavation; and for all other labor, tools, equipment, and incidentals necessary to complete the work. Payment will be made under: Pav Item Pa Unit (Pipe Type and Material) U er v ment LF (Pipe Type and Material) •6`� L (FES Type and Material) Trench Drain � � oG O P •6 • OF SECTION SS-301 G� Kessler Mountain Regional Park. Phase II SS-301-2 19T21090 CITY OF FAYETTEVILLE, ARKANSAS SUPPLEMENTAL SPECIFICATION 303 CONCRETE BOX CULVERTS Section 303 of the City of Fayetteville, Arkansas Standard Specifications for Street and Drainage Construction is hereby amended as follows: Subsection 303.01 is hereby modified as follows: The first paragraph of Subsection 303.01 is hereby deleted and the following substituted therefore: This work consists of constructing reinforced concrete box culverts and sidewalk underdrains in accordance with the details awn on the plans, and to the lines; grades, and dimensions shown on the plans. T i W®ralso includes associated win40 �lls and aprons at the ends of the box culvert. Subsection 303.02 is hereby modified as Z r 1QN P The first sentence of the first paragraph "f ubsecti63�N�kQ*4'7 2 is hereb m eletvd and the following substituted therefore: Concrete for reinf -edsso rete bo Sertss and sid wa nderdrains shall be class B in accordance wi ec on 601 un e�tcified oth -• 0% V Subsection 303.03 is hereby modified a% follws: � O The first sentence of the first pa ph�f SubsNC -on 303.03 is hereby deleted and the following substituted therefore: Concrete box culverts and sidewa `rdrains shall be constructed on firm, unyielding material. The first sentence of the seGA r of Subsection 303.03 is hereby deleted and the following substituted therefore: Reinforcing steel and concrete for box culverts and sidewalk underdrains shall be provided and placed in accordance with Sections 601 and 602 and as detailed on the Plans. Kessler Mountain Regional Park. Phase 11 SS-303-1 19T21090 Subsection 303.04 is hereby modified as follows: The first sentence of Subsection 303.04 is hereby deleted and the following substituted therefore: Measurement of sidewalk underdrains will be by the unit. Measurement of concrete box culverts will be by one of the following methods as detailed below. The method to be used will be stated in the bid form. Subsection 303.05 is hereby modified as follows: The pay item list of Subsection 303.05 is hereby deleted, and the following is substituted therefore: (c) Sidewalk Underdrains completed and accepted as provided above shall be paid for at the contract unit price bid per each for the size specified, which price shall include full compensation for constructing sidewalk underdrains; for furnishing concrete and reinforcing steel; for excavation, backfill, ubgrade preparation; and for all materials, labor, tools, equipment, and incidentals ary to complete the work. Payment will be made under: 4 P Pay Item • Pay URI (Size) Cast -in -Place Con e Bulvert ` r F (Size) Precast Concrei • ox culvert L or LF Wingwalls and AVn Sidewalk Underd v EA O O P •� < C3;SAZ�w OF SECTION SS-303 Kessler Mountain Regional Park, Phase 11 SS-303-2 19T21090 CITY OF FAYETTEVILLE, ARKANSAS SUPPLEMENTAL SPECIFICATION 502 CONCRETE SIDEWALKS Section 502 of the City of Fayetteville. Arkansas Standard Specifications for Street and Drainage Construction is hereby amended as follows: Subsection 502.01 is hereby modified as follows: The first sentence of Subsection 502.01 is hereby deleted and the following substituted therefore: This item shall consist of the construction of reinforced and unreinforced concrete sidewalks and concrete heavy duty in accorEhnce with the locations, construction details shown on the Plansgtia ire fed by the Engineer. Subsection 502.02 is hereby modified as olio f,0110 • The first sentence of Subsection 502.Oreby deletednd the folio The concrete for conaret si walks, co re i e'walks heavy duty shall ebt`�, 1 i the reii cots for Cla�� Section 601. The n . um allowab It inp shall �y4�mches. the requirements of� tion 401. _II n orcertents all omnly lines, grades, and tituted therefore: edge, and concrete B Concrete as provided in Aggregate base shall meet with Section 602. Subsection 502.04 is hereby m, t e`c�asollows v The first sentence of Subsection 5 2.04 is t je dl4oed and the following substituted therefore: Concrete sidewalk, concrete sideN th thickened edge, and concrete heavy duty shall be measured by the square yard (N ) Iv Subsection 502.05 is hereby offi��djas follows: The entire contents ofSubs'e^cti )502.05 are hereb y deleted and the following _.9 ) g substituted therefore: 502.05 Basis of payment (a) Work acceptably completed and measured as provided above, will be paid for at the contract unit bid price per square yard for "4" Concrete sidewalk". "4" Concrete Sidewalk with Thickened Edge", "6" Concrete Sidewalk". and. "Concrete Heavy Duty" which price shall be full compensation for concrete, aggregate base, and for subgrade preparation: for formwork; for fumishing and placing all materials. including expansion joint material and Kessler Mountain Regional Park, Phase 11 y SS-502-1 19T21090 structural steel; and for all equipment, tools, labor, and incidentals necessary to complete the work. Payment will be made under: Pav Item Pav Unit 4" Concrete Sidewalk SY 4" Concrete Sidewalk with Thickened Edge SY 6" Concrete Sidewalk SY Concrete Heavy duty SY Kessler Mountain Regional Park. Phase 11 SS-502-2 19T21090 CITY OF FAYETTEVILLE, ARKANSAS SUPPLEMENTAL SPECIFICATION 503 DRIVEWAY CONSTRUCTION OR RECONSTRUCTION Section 503 of the City of Fayetteville. Arkansas Standard Specifications for Street and Drainage Construction is hereby amended as follows: Subsection 503.04 is hereby modified as follows: The first two sentences of the first paragraph of Subsection 503.04 are hereby deleted and the following substituted therefore: Asphalt or concrete driveway, removal is co sidered part of Section 202. The first paragraph of Subsection 503.05 is here�and following substituttdefore: ,V � Work completed and measuriM s vided above w'lI be paid o a the contract unit price bid per square yard foAh av rious itetns.�tii price sha�1 e II compensation for furnishing and placing'atl mat rials; for shing and i hhin and for all labor. equipment, tools, and>i c �den Is neces etimplete [ �IL'. Aggregate base course is paid for sepa�r e�Y 0eY Sectio ubgrade re arMion is paid for separately under Section 203yO OV O P •� Kessler Mountain Regional Park, Phase If SS-503-1 19T21090 Kessler Mountain Regional Park, Phase 11 SS-503-2 19T21090 CITY OF FAYETTEVILLE, ARKANSAS SUPPLEMENTAL SPECIFICATION 505 SEEDING AND SODDING Section 505 of the City of Fayetteville. Arkansas Standard Specifications for Street and Drainage Construction is hereby amended as follows: Subsection 505.04 is hereby modified as follows: Sod will not be measured: and the plan quantity will be considered the final quantity for purposes of final payment; unless changes to the original design are made. In such case. the revised quantity shall be agreed upon prior to beginning any work associated with the change. Additional watering if so direct ed"will be measured by thousands of gallons (MG) applied. �� The pay item list of Subsection 505.05 is hereby jet d and the o 'ng is sub fi'tuute,_t✓erefore: Payment will be made under: • Pav Item ` RaKUfiit Solid Sod (Buff alss1'an Quan to Solid Sod (Meyer ys ) (Plan ua�ti Solid Sod (TIF 419 ermudagr�la Additional Watering _^ Kessler Mountain Regional Park. Phase11 V SS-505-1 19T21090 Kessler Mountain Reeional Park. Phase 11 y SS-505-2 19T21090 CITY OF FAYETTEVILLE, ARKANSAS SUPPLEMENTAL SPECIFICATION 507 PAVEMENT MARKINGS Section 507 of the City of Fayetteville. Arkansas Standard Specifications for Street and Drainage Construction is hereby amended as follows: Subsection 507.04 is hereby modified as follows: The pay item list of Subsection 507.04 is hereby deleted and the following is substituted therefore: Payment will be made under: Pay Item 4" Pavement Marking (Reflect Pavement Symbols (ONLY - I Pavement Symbols (BUS - Rj Pavement Symbols (Handicap �[ 1 Pay Unit rah, LF P 6/ed Paint) !d Paint,) FM/ - Refl�a's[oCiz�d Paint) �/� Kessler Mountain Regional Park. Phase 11 SS-507-1 19T21090 Kessler Mountain Reeional Park, Phase 11 V SS-507-2 19721090 CITY OF FAYETTEVILLE, ARKANSAS SUPPLEMENTAL SPECIFICATION 511 MOBILIZATION Section 511 of the City of Fayetteville. Arkansas Standard Specifications for Street and Drainage Construction is hereby amended as follows: V Subsection 511.02 is hereby modified as follows: The third paragraph of Subsection 511.02 is hereby deleted and the following substituted therefore: In no case shall the amount bid for the item of "mobilization" exceed 5% of the total contract base bid amount for all other items fisted in the proposal. - P � � O ,Q 'Q P •6 G� Kessler Mountain Regional Park, Phase II SS-511-1 19T21090 a Kessler Mountain Regional Park, Phase 11 SS-511-2 19T21090 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Ordinance: 6148 File Number: 2018-0777 AMEND THE STANDARD SPECIFICATIONS FOR DESIGN AND CONSTRUCTION OF WATER LINES AND SEWER LINES: AN ORDINANCE TO AMEND THE STANDARD CONSTRUCTION OF WATER LINES AND SEWER LINES 1N § 173.12 STANDARD SPECIFICATIONS FOR BUILDING REGULATIONS OF THE UNIFIE AMENDED REGULATIONS TO CHAPTER 51 WA R WHEREAS, pursuant to Ark. Code Ann. 4-5 07, the regulations, or standards without includin th fu xt of e WHEREAS, on October 17, 201 by dinance 6 Standard Specifications for DesP d o updated a previous versi to orate and the Arkansas Departmell1v ealth at Jim Beavers; and _ WHEREAS, upon Mr. Beavers'srds which will be void and City staff recomif}tingl will require engineers on futu specifications for each new project submitte 1e the SPECIFICATIONS FOR DESIGN AND 2017 EDITION AS ORIGINALLY ADOPTED AND SEWER LINES IN C TER 173 ` PMENT CODE AND T(tr THE v'D SEV i !er Lines City's re Zopt by or "technical codes, in the C. and iiy Council adopted the Lines, 1017 Edition which w h Ans recommended by City staff seal of the City Utilities Engineer, schedWd for January 31, 2019, his engineering seal ndard specifications to remove his seal, which independently review and seal the standard for review; and 1W WHEREAS, City Staff also recom "e ds oving the regulations from Chapter 173 Building Regulations in the Fayetteville Unified Develt i tutu a to Chapter 51 Water and Sewers because the regulations pertain more to public works an pn a development. NOW, THEREFORE, BE ORDAINED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section l: That the City Council of the City of Fayetteville, Arkansas hereby removes the Standard Specifications for Water and Sewer Lines from § 173.12 of the Unified Development Code and Page 1 Primed on 2/7/19 Ordinance Number. 6148 File Number 2018-0777 recodifies them in Chapter 51, Water and Sewers at Article VI - Standard Specifications, § 51.170 Standard Specifications for Water and Sewer Lines. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby amends the Standard Specifications for Design and Construction of Water Lines and Sewer Lines, 2017 Edition, as recommended by the Utilities Director and attached to the agenda packet included with this enacting ordinance, by removing the seal of Fayetteville Utilities Engineer Jim Beavers and modifying the language in subsections 1.02 Requirements and 2.01 Engineering Seal and Certification of Section 0001 Certification and Statement, and the language in subsection 1.01 General of Section 1000 General Requirements to remove all references to the sealing of the standard specifications by any City of Fayetteville engineer. PASSED and APPROVED on 2/5/2019 Approved: FAYETTLVIu.L_ Page 2 Primed on 2/7n9 STANDARD SPECIFICATIONS FOR DESIGN AND CONSTRUCTION OF WATER LINES AND SEWER LINES Zol QjN (THIS PAGE INTENTIONALLY LEFT BLANK) STANDARD SPECIFICATIONS FOR DESIGN AND CONSTRUCTION OF WATER LINES AND SEWER LINES 2017 EDITION TABLE OF CONTENTS Title Pages Table of Contents 0001 Certification and Statement 1_4 1000 General Requirements 1-14 2001 General Design Standards— Water 1-10 2002 General Design Standards — Sewer 2003 Trench Safety/Protective System�Vv 2004 Confined Spaces ��� 2005 Public Employees R1VY IIP`l�g v Act ♦ ` 1-2 2006 Asbestos Pipe � •• � 1_2 2100 Erosion and �ditper t�Control /� � 1.4 2200 Site Prep�y `V`�" �%�` 1_4 2300 Excavation, a &filling, "Apacting I-8 2400 General Installation In and rote ur I-6 3000 Sewer Pipe, Fitt a�aten 1-12 3100 Installation of Sep r Pi e, Fitti s d Materials 1-8 32;�p ��� 00 Installation of Sewer Se c 'n 1-4 J.) Manholes 1-12 3400 Bores and Steel a ent Pipe 1-6 3500 Sewer Pum 1-14 3600 Cast -In -PI e Co crete 1-6 4000 Water Pipe, Fit mgs: and Materials 1-16 4100 Installation of Water Pipe, Fittings. and Materials 1-12 4200 Water Line Pressure Reduction Procedures 1-4 5000 Sewer Line Cleaning 1.4 5100 Sewer Line Television Inspection 1-4 5200 Inspection and Testing of Sewer Lines; Manholes; and Service Lines 1-8 STANDARD SPECIFICATIONS FOR DESIGN AND CONSTRUCTION OF WATER LINES AND SEWER LINES 2017 EDITION 5300 Inspection and Testing of Water Lines and Service Lines 1-6 6000 Pavement Repair 1-2 6100 Lawn and Grass Restoration 1-8 6200 Reporting Forms 7000 Qualified Products List 1-8 Appendix A City of Fayetteville Policy OP-01; Suer Service Line and Connection Policy Appendix B City of Fayetteville Polic ' 0t ater Service ine and 0+ Connection Policy • 1-6 V � o E F ABL O CONTENTS CGS SECTION 0001 CERTIFICATION AND STATEMENT 1.01 INTENT A. The intent of this publication is to simplify and expedite the process of water and sewer design and construction within the jurisdiction of the City of Fayetteville. B. As requested by the Utilities Director; additional provisions are added including: Increased flexibility in minimum water line sizing, Increased acknowledgement of cost -share opportunities; Unless specified otherwise, all materials will be 100% USA Domestic. 1.02 REQUIREMENTS All rules; regulations and requirements of the ArkarPaUepartment of Health (ADH) are the minimum standard of all plan requirements and construe11avelopment practices to e 45roved by the City of Fayetteville. In such case as the S 51c'iricatiorq4crEin set for e c de Arkansas Department of Health requirements, then s Sand Specific n s approv -a the City Council Fayetteville; Arkansas govern. A 1 • 44 The Utilities Director and/or the City En'gisteer are r o sI le to the en ossible as a function of their supervisory position withi e Clty to re uw i c pliance 't Ih� Arkansas State Board of Health, Department c Heal Ce er for Lo a lic Heal vironmental Health Branch; Engineering Section; Ru segulations�tning to Pu �ic ter Systems, latest edition; aka `Rules and Regulations P ai ng to Pu Iic 4�a3er System°'\ All rules; regulations and requiremen,Arkan Bo d of Licensure For Professional Engineers and Professional Surveyors st e mat um dard for professional surveying and for professional engineering. ` • Standard construction details prepared ^ N of Fayetteville Engineering Division are available from the City Engineer. In the case of a ce t between the Standard construction details prepared by the City of Fayetteville Engineerin Division and the text of these Standard Specifications, then the text of these Standard S/pe.�itida govern unless an exception or variance is otherwise granted. Nothing within this Stand��d Sp�cation is intended to, or can; replace any latest edition minimum requirement by City Ordinatee7or Arkansas State Rules, Law or Regulations or any Federal Law or Regulation. The Engineer of Record is responsible for their design and compliance with City of Fayetteville Specifications; ADH minimum standards and State of Arkansas Rules, Regulations and Laws and any Federal Law, Rule or Regulation. These Specifications do not replace the Engineer of Record's specifications and contract documents; however these specifications set forth the minimum requirements for design and construction of all 0001 Certification - Final water and sanitary sewer within the jurisdiction of the City of Fayetteville. These Specifications shall not be copied; reproduced or physically included within any private or public project documents without the prior written consent of the City of Fayetteville. The City of Fayetteville; and the City of Fayetteville Utilities Engineer; accept no liability arising from any use or reuse of these specifications. 1.03 CITY STANDARDS The basis for the STANDARD SPECIFICATIONS FOR DESIGN AND CONSTRUCTION OF WATER LINES AND SEWER LINES, 2017 Edition is as follows: A. Previous editions of City of Fayetteville water and/or sewer standards. The following previous editions of Wa%.Q S itary Sewer minimum stand rsr�vere found in the files and utilized in the current e ��✓/ 1. City of Fayetteville 1994 im t Requir cents or Water �7a Streets; Drainage and Inspection by Do a B5t19i P.E. C tjrteer. 2. City of Fayettevil Wand Sex r �dards 1 by Donald Bunn_ P.E., City En ineer. • 3. City of Fa Ile 1996 ar Water L� e Cofications 1996 Donald Bunn; P.E.; City Engineer; as furthet ved b , t, ' Water and Sewer Committee and the City Council by Reso t 6-96 on ril ; 1996. 4. STANDARD "'D AT•1O1``�,, 'OR DESIGN AND CONSTRUCTION OF WATER LINEJWEI W' -S.2012 Edition As prepared by the Utilities Divisid approved by the City of Fayetteville Water and Sewer Committee on December 12 , 12 and as approved by the Arkansas Department of Health on November 29. 2012. ♦ 74 N� B. Other published Vy)Standard Specifications utilized in our region, with specific acknowledgement to the City of Bentonville. C. Meetings and review with City of Fayetteville Engineering Division staff; the Utilities Director; the Utitlies Operation Manager, and the Utilities Field Supervisors. D. Public review available at the City of Fayetteville website, at the City of Fayetteville Water and Sewer Committee meetings; and at the City of Fayetteville City Council meeting. 0001 Certification - Final 2 E. Review and Approval by the Arkansas Department of Health. OOVI_Certification-Final j (THIS PAGE 11 SE,9?WLLY L ANK) • V ` A! END S CTION 0 O P� Gam. 0001 Ccnification - Final 4 SECTION 1000 1.01 GENERAL Fi GENERAL REQUIREMENTS The intent of this publication is to simplify and expedite the process of water and sewer design and construction with the jurisdiction of the City of Fayetteville. All rules, regulations and requirements of the Arkansas Department of Health (ADH) are the minimum standard ofall plan requirements and construction and development practices to be approved by the City of Fayetteville. In such case as the Standard Specifications herein set forth exceeds the Arkansas Department of Health requirements, then this Standard Specification as approved by the City Council Fayetteville, Arkansas govern. Additionally, this Standard Specification includes the requirement that the minimum standards of design and construction specified herein; that directly affects health and safety, must further comply with the recommen 'at4o s of both (1) the 10 States Standards (GLUMRB) and (2) the American Water s ssociation (AWWA). An Ict that directly affects health and safety b t� e�em these J t dard Specific i i ns nd the recommendations from the 10 States S�ntl2�rds, or the co o mendatimt�♦s�ftom AWWA, must be resolved to provide the b eat f protection f hea h and /saafg` Incorporation by reference: h tkansas S •te o'ard of He. TevparUnent of Health Center for Local Public 5t1h mWironmen th Branc gifieerin g Section Rules and Regulations Pe 'runo Public 4�fa erystems. teedition. aka "Rules and Regulations PertV10 "` W, Regulations fouthis Standard Spon. All rules; regulations Ir Professional Engineers professional surveying an for Special conditions may arise special conditions must be and approval. T Standard construction debits pr pared by the City of Fayetteville Engineering Division are available from the &Tf Engineer. In the case of a conflict between the Standard constriction details prepared by the City of Fayetteville Engineering Division and the text of these Standard Specifications; then the text of these Standard Specifications govern unless an exception or variance is granted. c Wat y ms'; and tf e N, ' nal Primary Drinking water Parma 142 anincorporated by reference into iivr`eeme is of Arkansas Board of Licensure For .0 ssbon S'tyrveyors shall be the minimum standard for ,Ts that are not covered in these Specifications. Such to the City Engineer or Utilities Division for review This Standard Specification applies to all water and sewer design and construction within the jurisdiction of the City of Fayetteville and as follows: I O00_Geneml_Requiremems - Final This publication specifically applies, but is not limited to "Subdivision", "Large Scale Development" and other development as defined by City ordinances. This publication provides the minimum standards to be utilized by the Engineer of Record in producing project specific specifications for a Capital Project (a.k.a. Capital Improvement Program/Project or CIP). The Engineer of Record for a Capital Project shall not copy these Standard Specifications. The Engineer of Record for a Capital Project shall prepare and provide project specific technical specifications. Maintenance performed by City forces "in-house" shall utilize these specifications under the direction of the Utilities Director. The Utilities Director and/or the City Engineer are responsible to the extent possible as a function of their supervisory position within the City to require compliance with the Arkansas State Board of Health, Department of Health Center for Local Public Health Environmental Health Branch, Engineerin tion, Rules and Regulations Pertaining to Public Water Systems, lasted edition; u sand Regulations Pertag cyPublic Water Systems'. ✓ Nothing within this Specification s 1 tided to, or ean, r !laceany m m m requirement by City Ordinance or State L*A • C. The Engineer of Record esponslble for t ir`ign and e h nce with latest edition Cityof Fayetteville Mi \ns and Spe 1e tt ns, ADH inim�um Standards and State of Arkansas Rules, NOns and La i:Ony Federal a` mule or Regulation. These Specification not rept ce a Eng' ee o cord's specifications and contract documents, however these ec ions se orth he minimum requirements for design and construction of all ate d sanl y set within the jurisdiction of the City of Fayetteville. These spe c�s %ay e ' cluded by reference only in the Engineer of Record's documents. D. The Engineer of Record for publi `vate and City -forces "in-house" projects designed and constructed under the re u ements of these Specifications, shall provide to the Utilities engineer and copy to tb�eZQi ngineer a sealed (PE) letter report stating that the design and construction o � .. t Da /or sewer improvements met the minimum requirements of these Specifics ons. his sealed letter report will also contain documentation of any special conditions or ad pions to these Specifications for the specific project. E. These specifications shall not be copied, reproduced or physically included within any private or public project documents without the prior written consent of the City of Fayetteville. The City, and the Utilities Engineer (aka Utilities Technical & Design Team Leader), accept no liability arising from any use or reuse of these specifications. 1000_Gencral_Requiremrnts - Final F. Comprehensive construction observation services shall be provided by, or under the direction of; the Engineer of Record. G. The City Engineer's office is responsible for the issuance of construction permits for the installation of water and sewer facilities constructed in the City of Fayetteville as required by the City of Fayetteville Unified Development Code. The City's Utilities Engineer is responsible to assist the City Engineers office as directed by the Utilities Director. The City's Utilities Engineer is responsible for review and recommendations, or assisting the City Engineer with review and recommendations, of the City's Capital Improvement Projects requiring City Council approval. All water and/or sewer capital project design, including water and/or sewer included in other capital projects such as roadway improvements, designed by consultant or by City engineers; will be reviewed and approved by the Utilities Director or the Utilities Engineer as appropriate. &*,+ H. The City of Fayetteville is not responbl�rbear liability for lei Cdttfractor` s means. methods; techniques; se uence rocedures onstructi o he safety precautions and programs incide the eto in pet Maintenance ling `r furnishin�f the work. I. Maintenance Bond: Once the Cityaccepts t ct for ow. etp the Owner shall be responsible for the provisi�n to the City of a voyear ma' ace bond for 25 percent of the construction of ater line an ewer line , wi shall cover defects in materials and wo �sT{�p. A walk- h?aA shall be p rto d at the end of the two year period and all de en es correct� / to relea 1 #� bond. City maintenance shall begin after release o t e Two (veaY MaintecF"?a v RArl J. Change's or addendum ,thih d umen tall require formal approvals and sealed addendums in com li ewt h pro e nal standards of practice and Arkansas Professional Engineering des and, e�tl s. K. Administration, Appeals, VariancYVd Exceptions: Administration. Appeals, d1V riances are defined in Chapters 152, 155 and 156 of the City of Fayettevill ni�'i?,d� - lopment Code and as follows: When the Utilities w for and/or the City Engineer determines that application of the standards within this Standard Specification would cause undue hardship, or unnecessary practical problems for a specific project, then an exception or variance to this Standard Specification may be reviewed on a case by case basis and may be granted by the Utilities Director and/or City Engineer. An exception or variance that is granted may be conditioned by requiring other standards to safeguard the purposes of this Standard Specification. 1000_General _Requirements - Final j L. 1.02 A. B. No exception or variance can violate minimum Arkansas Health Department requirements, or the Arkansas Board of Licensure for Professional Engineers and Professional Surveyors Board Laws and Rules. City Ordinances or State or Federal Law. Requests that are Professional Engineering shall be submitted by and reviewed by a licensed Professional Engineer. Such exception or variance request will be approved or denied by written communication by the Utilities Director and/or City Engineer as appropriate to existing regulations. If an exception or variance is granted then a copy of the exception or variance must be provided by the Engineer of Record to the Arkansas Department of Health. Questions and comments concerning theses Specifications should be directed to the Utilities Director; 113 W. Mountain St.. Fayetteville, Arkansas, 72701 (479) 575-8386. DEFINITIONS _b City — The City of Fayetteville. Throug�o r is documW470, tte name ''y f eetteville applies for all entities in the City FFa ttevi Ile water sewer seyats nd jurisdiction areas. _*Am. `V// City of w divisiol City of t§omprised of major tizens of Fayetteville: Division: Provides design and proj ct� aoagement for city infrastructure projects. Reviews development props for compliance with city criteria such as water, sewer, streets, drainagkgra mg and other technical requirements. Manages the p1,#ftt Ljeesign, and permitting of trails projects and oversees constructhe Transportation Division or private contractors. Assists in tire ac iltion and sale of city property, right of way, easements, etc. Manages m�is jfeous stormwater and water quality initiatives. 1s responsible for ensuring compliance with The City's NPDES Stormwater Permit issued through the Arkansas Department of Environmental Quality. The City's floodplain regulations. D. Engineer, and/or Engineer of Record — A qualified Professional Engineer licensed in the State of Arkansas, for the Owner, City or Governmental agency. 1000_Gencral_Requiremenu - Final 4 E. STANDARD SPECIFICATIONS FOR DESIGN AND CONSTRUCTION OF WATER LINES AND SEWER LINES, 2017 Edition — also referred to as "standards" or "minimum standards' or "specifications" or "Standard Specification(s)" within this document. F G. H. J Design — Includes; but is not limited to, all requirements of: 1. Arkansas State Law Title 22 - Public Property Chapter 9 — Public Works Subchapter 1 — General Provisions 22-9-101 -Observation by registered professionals required. 2. Arkansas Board of Licensure for Professional Engineers and Professional Surveyors, Board Laws and Rules Handbook. 3. Arkansas Department of Health requirements, including but not limited to, "Rules and Regulations Pertaining to Public Water Systems' XXI. Submission of Plans and Specifications. Comprehensive construction observati 1. Observation and inspection Public Property Chapter 9 — Pt Observation by registered pr(LA ces - G )comply AT ansas Sta'ie�N 1✓-itle 22 - Subcha ,ter 1 General Pr lions 22-9-101 - uie�� A� 2. As required by the Ci Fa)"Ttteville. O set'i 'tion and ' eclion includes, but is not limited to, periodic vi to onstructi t�s tee o observerogress and quality of the executed work to e comd_1 Nth approve'�plans and specifications and the standards or requl ; e is as set fa projec p )"I or permit. If deemed necessary by th C" � Fayet 'Ile, Engineer of Record shall provide qualified full time Rest'21 nt s ecuon4durin art or all of the executed work for the project. ��_ 3. As required by the 4. As further defined in • Owner —Any Indivdtf a as proper* ow of Health. Specification. herlhip, firm, corporation or other entity who, is initiating the work. Provide — Furnish and install; complete in place; operating; tested and approved. Products — The materials; systems, and equipment provided by the Contractor. K. 10 States Standards — The recommended standards and polices prepared by Great Lakes — Upper Mississippi River Board of State and Provincial Public Health and Environmental Managers (GLUMB). Standards include: Recommended Standards for Waterworks and Recommended Standards for Wastewater Facilities, latest editions. 1000General_Requiremcros - Final 5 1.03 LAWS, REGULATIONS AND ORDINANCES A. All Federal; State; County and Municipal Laws, Regulations; or Ordinances shall be complied with on all projects. Where the requirements of anotherjurisdictional authority having influence on work outside the purview of the City of Fayetteville are greater than that provided by these Specifications, the work shall conform to the greater requirement of that respective jurisdictional authority. 1.04 PERMITS AND LICENSES A. City of Fayetteville construction permits for Development projects shall be obtained from the City Engineer's Office for the installation of all water and/or sewer facilities in accordance with the City Ordinances, City Engineering standards and these Specifications. B. All other permits required to accomplish th shall be the responsibility of the owner or engineer. Such permits may includ Vk'! not limited to permits f r 0 within Highway Department R/W; railroad ermit" otonce of l��e rosion Control (Arkansas Department o nvaI Qut , Work sh I n trbe started without the appropriate permit(s) ft plEtce. 1.05 DOMESTIC USA MASUFRECC A. Domestic United taRri �Serica (U anufacture. V 1. In so much po ible, all er. I, pipe, t t�i castings, products, concrete. reinforcement and appurtenance m st be 00 iestic United States of America (USA). if a material or prod tc ts�availab as 10% Domestic USA; then that (USA) material or product sha � r11 ed. 2. If a material or produc 's not a '19 %as"l00% Domestic USA then the products shall comply with the following: J1� a. Based upon the ex c ence and history of the City of Fayetteville. certain named product exceptO t�lle Domestic USA requirement are included within these specificatiop9w es n ned product exemptions are limited to the specific product(s) man acturers named or listed within these Specifications. i. Where a specific named exception for manufacturer, product, or products are listed within the Specifications without the statement `or approved equal" then that (listed) product, or products; shall be the only product(s) furnished for the specified application. 3. "Approved equal" within the Standard Specifications including the Qualified Products List shall require written approval from the Utilities Director. 1000_Gcneral_Requirements - Final 6 B. American Iron and Steel (AIS) requirements. a. The American Iron and Steel (AIS) requirements of the Consolidated Appropriations Act of 2014 Public Law 1 13-76 and further requirements including: but not limited to P.L. 1 13-121. 114-113 and 608 of Title 33 of the United States Code and latest codes/laws as may be provided, are a separate and additional consideration to these Specifications based upon Clean Water and Safe Water SRF Federal and State funding sources. 1.06 PLANS AND SPECIFICATIONS -SUBMITTAL AND APPROVAL A. Detailed plans and specifications shall be required for all water and/or sewer extensions; facilities or modifications and shall be prepared by a qualified professional engineer registered to do business in the State of Arkansas. These detailed plans and specifications shall be submitted to the City for review and approval. B. The plans and specifications shall be fi,� t ro ed in writing by the C't f ggrPeer or Utilities Engineer as applicable for the p eAco and theme I be forwarded t ie�Arkansas Department of Health by the Engineer of Rcord for then �D-#-I) approval. It no case shall any water or sewer construction e a • wed before e C y has writ�` p. royal from the Arkansas Department of Heal • V C. The City of Fayetteville st approve all m ten b prior to i>!ta,tibn. D. The Owners of t p �iJ t are respo �I or acquirin!Canording all easements and giving all notices e ary and i c 4 tI to the )v Sa E. Private water lines constru end preven 'on p rposes which have no metering device or backflow prevention c afthe po' t of n to the City main shall be treated as a public line and be sub' these dard Specifications as far as engineering, construction techniques; materla ;jte'su!�nd inspections are concerned. After a final inspection and acceptance ofth V dine shall be owned and maintained by the owner of the property it serves. F. For projects which re4ut% a] erosion control plans by ordinance or standards. , the construction may n • tab eg'n wrth ut an approved erosion control plan on file with the City. Minimum erosion %ontrnyq measures are required for all projects. It is the responsibility of the owner and coot ctbr to comply with the Arkansas Department of Environmental Quality (ADEQ) requirements. G. A pre -construction conference involving the Engineer of Record. Contractor; and the City is required prior to beginning construction. One full set of construction drawings will be provided to the Water and Sewer Department prior to the pre -construction meeting. H. Provide legible, professional documents meeting the requirements of Ten States Standards and as follows to City Engineering and/or the Utilities for review and approval. 1000_General_Requirements - Final 7 Design drawings will be 22-inch by 34-inch; or as approved by the City Engineer. Plans should be drawn to a scale suitable for adequately showing the facilities proposed as stipulated herein. Plans and profiles are requested to be drawn to scale with the profile vertical scale at I"=5' and the plan horizontal scale I„=30 or larger. All proposed water mains; sewer mains, water meters, water services; sewer services, valves, hydrants, sewer manholes, lift stations and other appurtenances are to be clearly represented on the plans. Water lines 8 inches in diameter, and all other water lines when requested by the City, shall include plan and profile. All sewer lines shall include plan and profile. I. Engineering work, including plan and profile sheets; shall be sealed and dated by a Professional Engineer licensed in the StaLfrol Arkansas and in compliance with the requirements of the Arkansas Board of ee ur or Professional Engineers 1.07 EASEMENTS �0 �,/ A. The Owners of the project ar reble for ac and reco easements and giving all notices necessary and��dental to eoik. 1.08 UTILITY COORDIAb f�VV A. The plans shall9d2wer ie locati eisting ov��tl�and underground utility lines,existing water lines an the p po ter and/or sewer improvements according to the best infor a to vented adVilable. B. It is the responsibility of r dr hi thorized representative to coordinate with and get approval from the v ious K ':; including other Departments of the City. Further. it is the responsibility o r to get authorization to encroach upon any other utilities' easement(s) and secure recorded encroachment as a requirement for dedication of the water and/or ewer lines and system. • C. It is the responsibiot o ner or his authorized representative to comply with the "Arkansas Underg'ttound acilities Damage Prevention Act''. 1.09 PUBLIC TRAVEL A. When requested by the City, and project specific, the Engineer will provide a maintenance of traffic plan for City review and approval. B. The contractor will plan and execute the work to assure minimal interference with normal Flow of traffic and pedestrians. 1000_Gencral_Requirennents - Final C. The contractor will be reasonable for making provisions for the safe and tree passage of persons and vehicles over or around the construction site; both during and after working hours. Such provisions will be satisfactory to the City, County or State authority having jurisdiction within the work area. D. The contractor will notify and obtain applicable approvals and permits from City; County or State authorities before closing or obstructing any public highway. street, road, trail or sidewalk. E. The contractor will provide and maintain necessary barricades; signs, lights; roadway trench covering, fencing, personal safety equipment and markers around or at the construction area to avoid any property damage or personal injury. The contractor will provide qualified flagmen to direct traffic while working upon or in a highway, street or road over which traffic must pass. F. Excavated area within traffic lanes of big vs, streets; roads, trails and walks will be backfilled with compacted class 7 ag �b se course immediately f 11440"g pipe installation and the area opened to trartibywtere mdica d or when reque b he City an additional course of asphalt concre o o or cold p I be rovmed�as the travel surface. Excavated areas shall be rough[ to the adj cent/contipaved surface elevations and constantly math afl `Y the coiincWoic, 1.10 MATERIALS SUBMIT LSP a►` �� •` `� A. Submittals for th r-g-'sVeviewshallob i PDF format B. The Engineer of R cord will tev�i v and a p. lee materials submittal(s) prior to submitting to the City of Fa �ill''Z Legibl sca ed copies will be provided for review. The City of FayettevillBar�es� the ri, ht to ke corrections as necessary to ensure compliance with these sp�ttefticah ns♦ T�°gineer of Record will provide the subsequent City approved material sAmittal(�Ttohh n'tractor. C. Submit the manufacturer's certifiMe hat the products/materials meets the Specification requirements including materia testing requirements. D. Construction procec u3Ps♦6th Pthan those outlined in these specifications shall be submitted for review and apt p oval �y he City of Fayetteville. E. Allow up to of two (2) weeks for material submittal review. 1.11 CONSTRUCTION LAYOUT A. The layout and staking of the construction work shall be by trained and qualified survey personnel under the supervision of the Engineer. Construction layout shall consist of staking (physical monuments) necessary to determine alignment and elevations to properly construct the proposed facilities. The use of a pipe laser is required for gravity sewer 1000_General_Requirements - Final construction. 1.12 INSPECTION, OBSERVATION AND TESTING A. Comprehensive construction observation services shall be provided by the Engineer of Record. B. Only authorized personnel from the City of Fayetteville Water & Sewer Department are permitted to operate valves on the existing water system. Under no circumstance shall the Contractor operate any valve on the existing water system. C. All field tests required for a project shall be witnessed by the City in the presence of the Engineer of Record or his authorized representative and the Contractor. Water Testing is further defined in Section 5300. The tests required for sewer lines; manholes and service lines are further specified in Section 5200. The tests for pump stations will be determined for each project based upon the final desi�gn�a d Section 3500. D. The City representative will be determine: atV�orr prior TNLLe pre-construc irt'ecting. E. The City requires a 24 hour worki g notice o+ales.XtC alls tot for the purpose of setting test times shall be ; b later thaAM for tes following work day. F. Tests delayed by weafh o ther factor ul� the same basis. If a test cannot be reasona . M so thatre resentatie_athe City can be present; the Engineer of Reco f itness the do certifyOle ity the results. G. to no case shall a test be '.thou e of the Engineer of Record's representative and the ont to I 's the res ns �lity of the Engineer of Record and/or the Contractor to coordi - a cheduli of to s with the City and with the other parties involved. • H. All equipment, materials, and lab re` d for testing shall be furnished by the Contractor at his expense. It Generally, no Contrac En)neer of Record involvement is required in the taking of 40 samples for the BaG`'f tot xcept that the Contractor is responsible for the proper Flushing of the line prior to amp es being taken by the City. However, the City may require the presence of the Con for or Engineer of Record when questions have been raised as to the methodology or techniques used in the sampling process. J. Bac-T samples are sent to the Arkansas Department of Health for testing. Results are available on-line at the ADH website. Results obtained by the City may be forwarded to the Engineer of Record either by email, fax, or mail upon request of the contractor. K. Lines failing the Bac-T tests shall be re -sampled as soon as practicable. If a line fails two (2) consecutive Bac-T tests, the line must be re -chlorinated before Bac-T samples can be 1000_General_ttequirements - Final 10 taken again. The City shall not be responsible for rescheduling Bac-T tests. L. The fire hydrant test shall consist of checking the operation of the fire hydrant valve and flowing the fire hydrant. This test will be performed jointly by Contractor and City forces. This test will be done after the pressure test has been completed. The fire hydrant valve shall be left in the open position during the test and after the test is completed. 1.13 "AS -BUILT" or "RECORD DRAWINGS" Upon completion of the project, the Engineer shall provide to City Engineering for record purposes "as -built' or "record drawings". The minimum requirements include: A. DATUM REQUIREMENTS I. Horizontal Datum: NAD83 (1986) Arkansas State Plane, North Zone, US foot (Grid Datum: 2. Verticalal DaDatum: NAVD88 (feet B. TOLERANCES PD, I . Horizontal: +/- 0.5 feet O 2. Vertical: +/- 0.05 fee • C. Water drawings submitte rec rd ("as-bui t" )`vings sh 11 di ate the location where the water line was tall and h e followin it s surveyed during/after construction and o � e draw 1. Fire hydra , location a p operas t vation 2. Water valves,loca 3. Water fitting 041 4. Water service i catinnAL 5. Water service Addles usecT to ng, location 6. Water meters, s, to oI 7. Tapping sleeves. locati 8. Any other pipe pent-ations, location 9. Steel encaseW&itT% )`cation 10. Details s ajl qv ed for all vertical offset water lines, profile drawing D. Manufacturing dat ha a collected for pipe, valves; and hydrants as follows: Pipe a. Manufacturer b. Material: D1, PVC orother- specify. C. Diameter d. Production run code or lot code e. DR or Thickness class f. Pressure class 2. Valves 1000_General_Requiremenis - Final I I a. Manufacturer b. Model number C. Year manufactured d. Type (gate; butterfly, ball; etc.) e. Diameter 3. Hydrants a. Manufacturer b. Model number C. Year manufactured d. Depth of bury, including extensions E. Sanitary sewer drawings submitted as record ("as -built") drawings shall indicate the location where the sewer line was installed and have the following items surveyed during/after construction and shown on the drawings: 1. Manholes, location and rim elevatio 2. Pipe material, diameter, and inve e a ns �/'� 3. Sewer main percent slope (calc�n setti rom pipe laser) _✓ 4. Lateral connections. Lateral me u menu sh I indicate th�fr distance from the downstream ma�Lr the form f st 'oning. L eF rationing shall .begin at 0+00 at eachq0i m mart�tol� 5. Location of capped senes 6. Cleanouts (if installed duC g const tio` 7. Location of fittin sves; and ves on fo ce ;,!:a t s 8. Location o s eel encrasement 9. TV video Normat) an �� hall be d e d to the City of Fayetteville. Video shall "0 a st az 4 D pl yNr it , ut the need of viewing software. F. All sheets shall have th hr e " s- ilt" or' rcdrawing" boldly printed on them with the as constructed dateall be s ed'and signed b a professional engineer a�Q P Y P b registered in the State of rkansaswings shall be submitted in hard copy; .dwg electronic format, and .pd electLdn`ll, �otmat. 1.14 FINAL ACCEPTANCE A. The City will be deenTim`t aI accepted water and sewer lines and appurtenances for ownership upon co ple 'o of the following. 1. Acceptable physicte Final Inspection by the following: a. A representative of the City Engineer's Office b. A representative of the Fayetteville Water and Sewer Department C. The Engineer of Record d. The Contractor 2. Acceptable walk-through by the Meter Foreman for location; grade, and condition of water meter settings 3. Acceptable walk-through by the City representative for all other items of water or sewer 1000_General_Requircinems - Final 12 construction. 4. Construction Cost is received by the City and subsequently approved in writing. 5. Record Drawings are received by the City 6. Engineer of Record Certification is received by the City. 7. Contractor furnished statement of estimated water quantity used during construction, testing, flushing and final acceptance, total gallons. 8. The Engineer of Record shall provide to the Utilities engineer and copy to the City engineer a sealed (PE) letter report stating that the design and construction of the water and/or sewer improvements met the minimum requirements of these Specifications including certification that the project was constructed in accordance with the engineering plans and specifications as approved by the Arkansas Department of Health. This sealed letter report will also contain documentation of any special conditions or additions to these Specifications for the specific project. 9. Letter of Final Acceptance is provided by the City to the Engineer. B. No water meter shall be set until all final ap_[ance requirements are met and line is accepted by the City. �(`�/ �� C. No sewer shall be utilized until all rn prance reaq ements are r et�the line is accepted by the City. /�� V O � O P ♦0 O� C>` 1000_General_Requirements - Final 13 (THIS PAGE INTENTION L�' LEFT BLANK) 4 - P � o .+ o � �;• D OF S C7� ON 1000 O� o G .� o O O� G� 1000_Gcncral_Reyaircmcros - Final 14 SECTION 2001 DESIGN STANDARDS - WATER PART 1 —GENERAL 1.01 WATER LINE (MAIN) MATERIALS A. Unless specified or detailed otherwise,, materials for water line mains up to and including 12 inch diameter shall be PVC as further specified within these Standard Specifications. Ten (10) inch diameter pipe is not permitted for water mains. B. Materials for 12 inch water mains will be PVC , except that ductile iron pipe may be required on 12 inch diameter water mains on each side of certain fittings and appurtenances including, but not limited to, 12-inch Butterfly Valves (BFV). This (BFV and pipe) detail shall be provided by the Engineer of Record. C. Ductile iron pipe (DIP) shall be used for all PrIr�va e fire lines, for 12 inch water ains at certain fittings and vales, for all pipe greater tha cl s in diameter and as furtFiee �NT,'clfied within these Standard Specifications. D. Unless requested otherwise by t Cit s designate engin er, all fir Ulf leads shall be of the same pipe material as th a aclieTl wat main a recomme d�tfiAWWA M17 latest edition. [� E. All buried iron pipe vial` nd fittings 3 all%e double • I} 3pped in accordance with these Standard Specifi ti F. Polyethylene (PE) pressure pi Qf:o�i Penn Vaocally (City) maintained water main or water service lines. G. Pipe and fittings for no +�Inal pipe Ai e/sizes greater than 18-inch are not a Standard Specification. Projects including p"* n Longs for nominal pipe sizes greater than 18-inch will be considered on specific cas w se basis in accordance with Section 1000 General Requirements. H. Any and all work for, 6git connecting to the City's concrete pressure water pipe (Prestressed Concrete Cylinder Ipe, P(�( ) Is not permitted as a Standard Specification. Work for, on or connecting to the Coiay'ss'CCP will be considered on specific case by case basis in accordance with Section 1000 Gen'Y"ral Requirements. I. Generators (backup power) for water pump stations will be designed and evaluated on a case by case basis and are not a Standard Specification. 1.02 REQUIREMENTS TO EXTEND WATER SERVICE A. Unless approved otherwise by City Council, new developments and/or water extensions to serve existing lots, are required to extend water service to that development at the owner's 2001 Design Wier expense in accordance with City Ordinance Chapter 51: Water and Sewers. Water lines shall be extended to each property to be served by City of Fayetteville water. Water service shall include providing adequate domestic water flows as well as fire protection with hydrants spaced in accordance with the local and state fire codes. City Council approved cost share projects; including defined infill projects, may be further considered in accordance with City Council guidance or policy and paragraph 1.05. B. Water service lines shall extend perpendicular to the water main and extended to the property being served where an appropriately sized water meter will be installed. C. On subdivision or large scale development water systems; water lines shall be extended through all the development to the property line so that future development(s) can tie on without disrupting the service to or property of any existing customers or owners. Dead end lines shall be avoided whenever possible. D. All water lines with dead ends shall be ins a Nth an upstream valve, one ful t of ductile iron pipe with a MJ restraining gland o e ncho collar, a MJ cap ��i re aint; and a blow off assembly. The seat of the MJ re ing glan o ductile i i hall face the valve. E. Subdivision developments gr at itttan lot spl' s4A ed in U ap er 166: Development will: a. Connect into th i�n ater syst n at inimuof�focations. V b. Provide water lin a ensions deve g nt roperty to loop with the existing water distribution system. The extension and seco p tion to e wat r system is required to better maintain water quality and to maintain ater servi i the event of a water line break in the immediately vicinity. An inline valve shall i taI n the existing water line between the two points of connection if one is not curren i talled. Construction of off -site "Illons will be at the expense of the developer; subject to "rough proportionality'' as o d in Chapter 155 of the City of Fayetteville Unified Development Cod A Other developments, including Large Scale Developments; may be required by Planning Commission or City Council to tie to the existing water system at a minimum of two locations and provide off -site water extensions to maintain water quality and maintain water service in the event of a water line break in the immediately vicinity. F. At other locations easements may be required to facilitate future extension of lines to adjacent properties. G. The requirements to extend water service and provide lines adequate for both domestic and 2001_Design_water fire demands shall apply to all subdivisions regardless of whether they are inside the City Limits or not. Where subdivisions are outside the City Limits, the placement of fire hydrants shall be optional and in no case shall hydrants be installed outside the City unless a) a fire flow of at least 500 gallons per minute can be obtained at the hydrant, and b) the residents being served by the hydrant have a contract for fire protection with the City of Fayetteville and/or with a Washington County Rural Fire Department having a mutual aid agreement with the Fayetteville Fire Department. 1.03 MINIMUM SIZE OF WATER LINES A. The minimum sized water line that may be installed in the water system as a "Water System Improvement' shall be eight (8) inch diameter as defined in Chapter 151 of the City of Fayetteville Unified Development Code. Unless documented and approved otherwise by the City, the minimum size water main installed by development shall be eight (8) inch diameter. Minimum water line sizes less than eight in situations such as existing areas of six f be based upon engineering calculati infrastructure, water modeling; water age Four (4) inch diameter lines Aa h e t e min special conditions such as §h l P cul-de-Sl extensions, provided su lines uld not service to adjacent pro and where�l`! protection or aq tic Flows,CA`` ` Two (2) inch doe v mater se tc ensioi All water lines less th and subsequently the diameter will receive special consideration vater lines. Such special co� dderation will ,mest•c and fire Flow � aki A. existing r qu as folio w� ater Ime size ay be approved for s etermine tt ee City or rural water �nably exrl d in the future to provide line i no needed to provide either fire G 1 granted by the Utilities Director. rrequire approval from the Utilities Director B. The minimum line size requiremVinoing e provision of fire protection shall be based upon fire flow calculations including thethe private fire line/sprinklers in addition to the flow required at fire hydrants, water calculations and as follows. The minimum line size requirement for the prov'fire protection shall a looped six (6) inch line or. in the event of a dead end line, a et 1 ch. This minimum requirement shall apply regardless of the theoretical tlow ca acttt� existing in the system. Lines larger than six (6) inch looped and eight (8) inch dead0. �tay be required if larger lines are needed to provide domestic and/or fire flow demands based upon engineering calculations and/or water modeling. C. The latest Water System Study has recommended a twelve (12) inch water line grid not to exceed a spacing of 1/2 of a mile in both the north -south and east -west direction. In the event that the maximum size water line for a development is less than twelve (12) inches, the City may participate in "cost sharing" for the installation of twelve (12) inch water lines as recommended by the latest Water System Study. The extent of the "cost share" will be for pre -approved and verified installation cost differences. Refer to Paragraph 1.05 — City Participation in Water Line Costs. 2001_Design_Watcr 3 1.04 WATER SYSTEM STUDY/MASTER PLAN A. The City's latest Water System Study (or Master Plan) and current water model will be the primary basis for decisions made in regard to required line sizes, water line locations; location of water pump stations, water tank sizes and location. and any other matter relating to the water distribution system. The latest Water System Study is a published document on file at the City Engineer's Office and at the Utility. 2. The current water model is located at the City's Utility (Water/Sewer). It is the intent of these Standards that the City Utility, subject to other City and Utility priorities, will provide the modeling of proposed water mains using the City's current software and model. However. them ay be specific projects that due to the size or curret3 ri es. or the requirements�gtff ofessional complexity, the Utility's Engineering sealed report, that%$t project I require orate od mg by the Engineer of Record and re iew�yRh City. B. The Utilities Director and n '.eer have the discretion t �alr/the published Water System Study (Master Plan Ines an �sro mendati n baked upon current City requirements. l 1.05 CITY PARTIC A� WA E COST A. In cases where the; desires a a larVn I. �v ter line in place than is required under Paragraph 1.02 of these Sta ar cificau cases where the City desires to extend a water line under Paragr l . nd I.0``��of andard Specifications. in accordance with City Ordinance Chapte�a�@r a+d s, the City may enter into an agreement with the developer to provide for the co u f the larger sized line, or the extension of the designed water line. City parti W water line costs will be based upon current City Council guidance. �� B. Upon City Council or MT rr proval, the City will be responsible for the pre -approved and verified installation 6"3st ence between the water line required for the development and the water line desi d b City. C. The cost involved in up -sizing, or extending the water line shall be detennined by the developer's engineer by the taking of bids, and shall be approved by the City Engineer or Utilities Director, and then approved by the City Council prior to construction. 1.06 WATER SERVICE LINES A. Water service connections shall be made on 12-inch and smaller water lines. 2001_Dcsign_Waler 4 B. Service lines serving single meters sets and double meter sets shall be I- inch coated copper pipe in accordance with these Standard Specifications. C. In areas where it is determined by the City Engineer that installation of irrigation systems is likely, service lines that cross roads and serve double meter sets shall be 2" services ending in a 2" x 1" x I" x I" splitter. The middle leg of the splitter shall feed the double meter set; with the other two legs containing a ball valve, and being intended to serve future irrigation meters. The meter box shall be no greater than two feet from the splitter. D. Service lines serving 1-1/2 and 2 inch meter sets shall be 2-inch coated copper pipe; or 2-inch restrained joint PVC (main) in accordance with these Standard Specifications. E. Water services lines installed across city streets shall be encased back of curb to back of curb, or state highway right-of-way to right-of-way. I -inch lines shall be encased in minimum 1- 1/2 inch HDPE SDR9 tubing. 2-inch lines shall be encased in minimum 3-inch HDPE SDR9 tubing. Larger diameter encasement tubing *Il be provided by the contractor as required. F. Service lines serving 3-inch and large m ee0" is shall be PVC in ac-4, 0gvith these Standard Specifications. �► 1.07 WATER METER SIZE • V A. Water meters serving flo up to agpm co tiFINS (I5 gpm ' to yittent) shall be 5/8" water meter. ♦` B. Facilities that use flNlalve style (tees) toilets h tt e a minimum 1" water meter. C. Water meters serving flows up to gpm c - tinu us 40 gpm intermittent) shall be 1 water meter. D. Water meters serving floss greater f#tart�lolgpm continuous shall be approved by the City of Fayetteville Meter Department d ri�Ne p an review process. 1. For reference only, mete) v anges may be as follows: a. 1-1/T" m toA up to 65 gpm continuous (100 gpm intermittent) b. 2" meter up to 150 gpm continuous (200 gpm intermittent) C. 3" t eter` up to 350 gpm continuous (500 gpm intermittent) d. 4" ter up to 800 gpm continuous (1000 gpm intermittent) 1.08 BACKFLOW PREVENTION A. The City of Fayetteville water distribution system shall be protected from the possibility of backflow by the use of a reduced -pressure principal backflow prevention assembly (RP), a double check valve assembly (DC), or an air gap in accordance with the City Ordinance 5 1. 146 Backflow Prevention and the Arkansas State Plumbing Code (ASPC), latest edition. B. The City of Fayetteville Utilities shall review and sign off on all proposed backflow prevention 2001 Dcsien Water installations. 1.09 EASEMENTS A. For water lines that are up to 10 feet deep, easements shall beat least 20 feet in width with the water line in the center of the easement. For water lines that are greater than 10 feet deep; easements shall be 1 foot per foot of depth to the bottom of the pipe on each side of the water line. The easement may be designated specifically for water line purposes or it may be a general utility easement. B. Lines sized 12-inches through 18-inches shall not be placed in easements of less than 25 feet. Lines larger than 18-inches shall be placed in an easement of no less than 30 feet. Wider easements may be required; depending on the specific circumstances involved. New developments that contain existing water lines must modify the existing easements as necessary to meet the above requirements o widths in relation to pipe location and size, including increasing the size of the eas&Nlif roposed fill will cause the d:�of bury to exceed ten feet. Easements of a lesser width will e sidered w en a p cent to a o rZeasement or under other special circumstances. • LOCATION OF WATE LINES Water lines shall ao Nfipublics ec t i�ht to the street righe, cept that I s an go way to access a line > provide f rru'ntr semi services be placed in the rear .5 r alond as Water lines shall be to iinim u of structures. , • LOCATION OF WATER ME VR) in thi lNbfway or in an easement adjacent to s when there is no other reasonable I`` no ase shall lines intended for individual :property lines. from any other parallel utilities or A. Water meters shall be at` in non -paved areas and readily accessible to the Meter Department without 01 o h fences or gates. B. Water meters steal be fre of obstructions for a minimum of a 3-foot radius from the center of the water meter box. C. Water meters shall be located on the Owner's side of the property line (edge of easement or right-of-way). D. Double meter sets shall be located on the common property line between the two properties being served. 1.12 VALVE MARKERS 2001_Design_Water A. In all rural settings and where requested by the City, except those in cleaned yards, when valve boxes. bends. air release valves: blow -offs, meter boxes and other similar hardware are installed in an easement location. water system marker signs shall be installed so that the items may be more easily found. 1.13 WATER LINE DEPTH A. Minimum depth to the top of pipe for all water main lines less than 12- inches diameter shall be 3.0 feet. B. Minimum depth to the top of pipe for water lines 12 - inch diameter and greater shall be 4.0 feet. C Maximum water line cover shall be 5.0 feet under normal conditions. Cover greater than 5.0 feet shall be allowed for short distances where required by field conditions and approved by the City. �.� D. Minimum depth of all water service lin �thb main to the water meter all,030-inches. 1.14 WATER PRESSURE A. The water distribution system�5hdll b design to Sinama mi ' nt working water pressure of 45 psi at the water me V �` �� B. Design of new co e♦tio at resin es than 45 006 t iicmg pressure at the water meter shall be approve b h f$tilities DD1 to on a cas axe basis. C. Under no circumstances shal eorking p ssur of the water distribution system be below 20 psi. 1.15 VELOCITIES P A. Velocities in the water distribute s tern shall be designed such that velocities will be no greater than five (5) feet per stc and uring normal operation conditions. B. Velocities in the wage ��iuteDn system during fire flow conditions shall be designed not to exceed ten (10) ;"per second. 1.16 VALVES A. Valves for 4-inch through 8-inch water distribution shall be resilient seat gate valves. Ten (10) inch diameter pipe is not permitted for water mains. B. Valves 12-inch and larger shall be butterfly valves. C. Valve spacing in the water distribution system shall not exceed 500 feet in commercial districts and not more than one block or 800 feet intervals in other districts. 2001 Desien \\pater D. Valves at "tees" shall be provided to isolate water mains for maintenance or repairs and to limit outages. Valves may be required on multiple legs of tees as designed by the Engineer of Record and approved by the designated City engineer. E. Valves shall also be located on each side of stream crossing as determined by the designated City engineer. 1.17 90 DEGREE BENDS A. Ninety degree (90°) bends shall only be used on a by -exception basis, and must each be specifically approved by the City' Forty-five degree (45°) bends -separated by a twenty-four (24) inch swivel adapter shall be used in locations where 90' bends would otherwise be considered. 1.18 FIRE FLOW DESIGN A. Fire flow design for single family dwell,nen uplexes shall be 1.500 gp r duration of two (2) hours or as determined and doc� d by thel RP14Fire Chie B. Fire Flow design for aparune I xes; cg ercial structure ; a d�strial structures shall be as required by the In rational a latest ttio or as detenmined and documented by the City's ire Cfy ef. (� N 1.19 FIRE HYDRANT rt, I AND C MENT A. Fire hydrants forVs%vaamily d& ' s nd du le es aTl be installed so that (1) the distance between two consecutive fire a s does of 500 feet; and (2) no lot is more than 250 feet from a fire hydrant. Th fl e Chief all ave the authority to require additional fire hydrants upon a detenr rt i hat sue addi nal fire hydrants are necessary to provide adequate fire protection ♦ outlined in t1 mational Fire Code, latest edition. B. Fire hydrants in areas for ap a complexes, commercial structures, and industrial structures shall be installed so hat t - istance between two consecutive fire hydrants does not exceed 400 feet. The Fire .J of shall have the authority to require additional fire hydrants upon a determination tha uc dditional fire hydrants are necessary to provide adequate fire protection as outlin n�tter ternational Fire Code, latest edition. C. Fire hydrants shallfrre of obstructions for a minimum of a 3-foot radius from the center of the fire hydrant. Fire hydrants shall be placed outside of any fence. 1.20 FIRE LINES A. Fire lines, backflow prevention, and FDC shall be installed and inspected the same as water lines. B. Fire lines shall be constructed of ductile iron pipe and shall be double poly wrapped. 2001_Design_Water 8 C. All valves on fire lines shall have the word "FIRE' on the valve box lid. this includes the valve on the water main. D. Post Indicator Valves; or underground valves in a roadway box; as determined by the Fire Chief or the City Engineer in compliance with NFPA 24 and City ordinances, shall be installed on all fire lines to demarcate ownership. Post indicator valves shall match the valve manufacturer. 1.21 AIR RELEASE VALVES A. Air release valves shall be required on uphill, dead-end lines or on other specific applications to protect the water distribution system at the discretion of the City Engineer or Water/Sewer Maintenance Superintendent. 1.22 STEEL ENCASEMENTS �/'� A. Water lines under culverts, creeks, con a annels, r ining walls, or fi d cult and/or dangerous to maintain areas shall —be e f in a smo s el encas en�plpe. The steel encasement shall extend 5 feet ei der yde of the area. �� D'� v ♦ � V B. Water lines through steel encas bt shall titph '�StaLled with t ie� s'�cers per joint such that the spacers are equally spa ed along the leno the pipe.` C. Self -restraining t�IP only) r su restraints haleused for all joints inside the encasement pipe a f the first joinach direc�?�ide the encasement pipe. D. End Seals shall be used on d en'cment pi es. v E. Restrained and blocked til on♦va cr ape or restrained and blocked C900 PVC will be used in situations where tings ar cited on either side of the steel encasement to change direction or overcome varying teditions. Additional joint restraints and the use of anchor collars shall be designedVe Engineer of Record and submitted to the City for review. 1.23 PLANNED WATFR-)O% 'G S A. Under no circumstait cesfshall water be shut off to any active service in the course of new construction without written permission from the City of Fayetteville Water & Sewer Department. If water pressure needs to be reduced to facilitate construction, a preconstruction meeting shall be held. The work shall be performed as described in Section 4200 — Water Line Pressure Reduction Procedures. 1.24 PROTECTION OF WATER SUPPLIES A. Only authorized personnel from the City of Fayetteville Water & Sewer Department are 2001_Design_Waier 9 permitted to operate valves on the existing water system. B. There shall be no physical connections between a public or private water supply system and a sanitary sewer or appurtenances thereto which would permit the passage of any polluted water into the potable supply. Sanitary sewers shall be laid at least ten (10) feet horizontally from any existing or proposed water line. The distance shall be measured edge to edge. In cases where it is not practical to maintain a ten (10) foot separation, the appropriate reviewing agency may allow an exception on a case -by -case basis if supported by data from the design engineer. Such exception may allow installation of the sewer closer to a water main provided that the design and construction meets the more stringent requirements of the ADH, Ten States Standards and City of Fayetteville requirements which may include full encasement of the water main; and special trench; fill and drainage requirements. C. Sewer lines installed under a water line must have a clear distance between pipes of at least eighteen (18) inches. D. The sewer line shall be installed such t tea in of pipe is centered aloe theater line and the joints are as far as possible from th lme. E. If 18-inches of clearance cannot b p ed or when the % ater main main, either the sanitary sewe t tat Nor wafer in shall be enr watertight encasement pipe; en"ter d ove� mt of perpendicular will requir �m,ore an event 2 , Meet of extend a minimum ofatett�feet perpec�la from the being encased. T even he encasem t pipe shall�ie 3400 — Steel En U ipe. ( , O O OF SECTION 2001 iss under the sewer twenty (20) feet of sings that are not Ment. The encasement shall ' edges of the line that is not watertight. Refer to Section 2001_Design_Water 10 SECTION2002 DESIGN STANDARDS —SEWER 1.01 REQUIREMENTS TO EXTEND SEWER SERVICE A. Unless approved otherwise by City Council, new developments and/or sewer extensions to serve existing lots, are required to extend sewer services to that development at the owner's expense in accordance with City Ordinance Chapter 51: Water and Sewers. 1.02 0 Sewer lines shall be extended to each property to be served by City of Fayetteville sewer. Sewer service lines shall extend perpendicular to the sewer main and extended to the property being served. Sewer service lines will not cross property lines. City Council approved cost share projects; including defined infill projects, and/or oversizing of mains, may be further considered in accordance with City Council guidance or policy and similar to Section 1100 paragraph 1.05 in ac rdance with City Ordinance Chapter 51: Water and Sewers. or as requested by the City u cil. (�,wj Construction of off -site extensions vilV�the expen e developerVS to "rough proportionality" as further note Chapter 1 "5 of the City o Nlyetteville Unified Development Code. (� • 4 Connection to a public sexy sysfbm shall b as` fired, orTe i ed; by City of Fayetteville Ordinances and A``DF�P�e Ins. �► DESIGN CRITEF�i(` O v GENERAL O All sanitary sewers shall e desi ep()ry the estimated flow from the area ultimately contributing to the respective re c onitary sewer. The required capacity shall either be established by the City or at th ion by means of a basin study developed by the Owner or his authorized en inter/designer. In no instance shall a gravity sewer, other than a building sewer, be lessid ei t (8) inches in diameter. `v i The following de gn s�ndards for gravity sewers within or contributing to the City of Fayetteville Sanita ewer System have been established: 1. Population Densitv Population density shall be in accordance with the Comprehensive Plan for Fayetteville projected by the Division of Planning for the City of Fayetteville or actual count or character of proposed development, whichever is greatest. 2002 Design Sewer 2. Average Family For the purposes of design the average family unit is considered to be 3.0 persons per single family home. 3. Design Flow The design of all sanitary sewer facilities shall be based on future area population growth and land development characteristics and figures provided by the Department of Planning including the servicing of existing contiguous developed areas not currently served by sanitary sewers. The values of Average and Peak Flow and Design Population hereby shall be the values which include the future flows and population. The City reserves the right to review and determine the appropriateness and/or applicability of the estimated flow volumes provided. The following shall be used as a g^ui—�� a. Average Design Flows: I) Single Family Res' enn � The averagelRign flow f• le family dwellings shall be one h idr a't 0) gallOn5"pi:ftperson per; 2) Multi fami , Commercial/Indlistri� /Instiluti0 `�1.� B$sed upon Table I Section 2002-P vi 'n these s • a eatidons unle mdi ied by technical information ei t e� ted by ther and app ve • +y the City, or developed by the Ci �T�7 se flow guideline modified at the City's discretion as prof ct locatioific. b. Peak De g F i O • I) Sin �Rat�and Multifamily Residential: The peak design fl v or ak single family development shall be calculated as foil s • W akFlow =(Avg. Flow) 18+_FP G Where P is equal to the total Design Population in thousands. 2) Commercial/Industrial/Institutional: The peak design flow from commercial; industrial or institutional developments shall be the average daily flow determined multiplied by 2.5. The peak design flow shall not be less than 90% of the peak water demand or exceed the flow limits of the water meter supplying the facility. 2002_Design_Sover 2 C. Inflow and Infiltration I) When requested by the City; the design engineer will also utilize current City Masterplan(s) and/or SSES Studies. 4. Design Capacities: Collector and trunk sewers shall be designed on the following basis: :i E, Collector Sewers Twelve (12) Inches and Smaller Peak design Flow capacities shall be based on sewers Flowing two-thirds (2/1) full. Trunk Sewers Fi Peak design Flo based on srs � ec e population ens y and of Pla m shall be reviewe li a case-] A study/engineerir study may include downstream bas^ty the project will �ir� proposed project. If requested shall provid, ♦ 7% Inches and Larger s fo unk or interce or ewZrs shall be 90%ithout hG dsmg the design o Hate and use de t it ed by the Division talap allowanc 11 filtration which will Jbasis and�js ub ct to the approval of the ;the app e1�se�Aerage drainage basin(s) is required. This [o the opo d project or development, the upstream and ig = prop d lift/pump stations. The size and location of in o ation required in the study/engineering report for the Na gnated City Engineer; the Engineer of Record (EOR) i analysis and PE sealed report including: design Ofie effects of the proposed project; and coordination with any required improvements, to existing sewer facilities including pipe lines and existing or proposed lift/pump stations. The designated City engineer shall coordinate between the FOR and the City's waste water operations contractor. Other as determined by the designated City engineer. 2002_Design _Sewer .7 1.03 0 l MINIMUM PIPE SIZES AND STANDARDS PIPE DIAMETER The required diameter of gravity sewers shall be determined by Manning's formula using a roughness coefficient. "n of 0.013 or the pipe manufacturers recommendation; whichever is greater. The minimum pipe diameter for gravity sewers lines shall be eight (8) inches. MINIMUM SLOPES AND VELOCITIES All sanitary collector and trunk sewers shall be designed and constructed to provide a minimum velocity when flowing full of two (2) feet per second. The slope of the sewer pipe shall be such that these minimum velocity requirements are attained. The minimum acceptable slopes for the design and construction of sanitary sewers are as fol lows: 2. THESE ARE MINIMUM CONSTRUCTED SANIT� MINIMUM SLOPE SHA L Pipe Size* sk T REQ D OF TH E t"GN. AS Y RS FO 0 HA THAN THIS T BE ACT /�0 ` Mini s� lope** (Feet pet' Feet. %) 8 A `� V` 0.40 10 � O 0.28 12 O 0.22 15 ♦ 0.15 18 0.12 Q *4" and 6',libellowed for building sewers only (services). ** Minn i gs pes for diameters 8 inch through 18 inch are based upon the Ten S tes Stitt ards 2014 Edition of the Recommended Standards for Wastes to acilities. ** Slopes for pipe diameters greater than 18 inch require specific City approvals. MINIMUM DEPTH For the protection of the sanitary sewer lines from damage caused by utilities installed after the sanitary sewer has been constructed; the minimum depth to crown of all gravity sanitary sewers shall be 3.0 feet, and the minimum depth to crown of all force main sanitary sewers shall be 3.0 feet. 2002 Design Sewer 4 D. BUILDING SEWERS Building sewers shall conform to the latest edition of the Uniform Plumbing Code; the requirements of the City's Building Safety Division and to these Standards. The building sewer shall connect to the public sewer at a mainline fitting. Sewer service connections shall be made on 12-inch and smaller sewer lines. Connections to manholes shall only be allowed at upstream tenninating manholes or by approval of the City. Inside drop connections to manholes are not allowed. Building sewers requiring a 6-inch or larger sewer connection shall be connected at a manhole. If an existing manhole is not available; a new manhole must be constructed. 4. Homes or buildings where the lowest elevation to have gravity sewer service is less than I foot above the cover of either l' first upstream or downstream manhole on the sewer main shall have a cleanouw'thp-up type; non -locking c , ve�tra elevation no less than 6-inches below the 1: sanitary s ity in the struc 5. Homes or buildings with slo rfrc, the I=wes anitary fa the public sewer main less than 1 per n sh a servPd�u�44a pump s. t r fhe system shall be purchased; installed, and intained b. th tuner. 6. Building sew k it the righ - - ay or easenfe t a I be a minimum of four 4 �) inches in rain t Building shall have wye eanout located within three (3) feet of the . it g's exter o a and extend_ cep inches above grade and shall have a watertight, v 7. I �� C eanouts instal unites- 0 cre or asp t paving shall be made accessible by a short bodied cast iron ve oo,, . 8. Building sewers installed qt>ure u"rr connections shall be terminated at the right-of-way or easement and plugged 100 percent water tightness. Mark wyes for future connections using ng tape, tracer wire; yellow nylon rope; and 1/2" x 4' rebar or fence tee -post. 1.04 SEWER LINE MATE.1LS A. Materials for sewer line mains shall be PVC unless approved otherwise by the City of Fayetteville or otherwise indicated in these specifications. t.05 LOCATION OF SEWER LINES A. Sewer lines shall be placed on public streets either in the right of way or in an easement adjacent to the street right of way except that lines can go between lots when there is no other reasonable way to access aline or provide for future service. Sewer lines located in easements behind houses without a dedicated; paved alley shall have the manholes located adjacent to the 2002 Design Sewer C nearest street right-of-way. Sewer lines shall be located a minimum of 36-inches from any other parallel utilities or structures. 1.06 SEWER STRUCTURES A. MANHOLES 1. General a. Manholes shall be installed at the end of each line; at all changes in grade, size, materials or alignment at all sewer intersections and at the following intervals: Pipe Diameter Maximum Interval Between Manholes 8 to 18 � � 00 Ccessible b. Manholes shall b�lo•,ated such th t thoare rea• 1 to sewer cleaning equi tl�l@cess drovesyifl,be provi ��uired by the City of Fayetteville. Amp drivesNct bj minim `jlKwide all weather drive surface delVed or maintenck traffr .X0' vide double gates shall be provided or fences w ole access i ``e�►li fired. Sewer mains located in ents ehind I�o I ;Mithout a�lediba d; paved alley shall have the � Gated adj c tts the neOaes 'trot right -of --way. c. The minimum ' m e • iamet o shall be as stated in Section 3300- Manholes. d. Flow cha Is sha I be s pe and formed in each manhole to provide a smooth transition a Flow ets to the outlet. The bench wall shall be formed from the center o n ole to the outlet pipe in the shape of a "U" as shown in the CityyEn 'neei tandard Details. e. At chanter se er alignment and/or sizes, the energy gradient elevation shall not c ea : is shall be accomplished by keeping the crown elevation conoul where possible for changes in sewer sizes. f. Connections to manholes on trunk sewer lines shall be installed at such elevations that will not cause a backup in the collector sewer. Trunk sewers are designed to flow completely full during peak operation. Therefore; connections should not be made below the crown of the trunk sewer line pipe. g. Minimum drop across the manhole from inlet invert to outlet invert for size on size pipes shall be 0.10' for 0 up to 45 degree change in direction, and 0.20' for 45 to 90 degree change in direction. 2002_Dcsign_Scwcr 6 h. Manholes proposed to be installed in unpaved areas shall be designed and constructed such that the top of the casting is a minimum of three (3) inches and a maximum of five (5) inches above the finished grade to prevent ponding of water over the casting. Positive drainage away from the manhole shafl be provided. i. Manholes constructed within a 100-yr floodplain shall be constructed such that the rim elevation is a minimum of 2-feet above the flood elevation or be constructed with hinged and gasketed covers. Manholes that are within the 100- yr floodplain and also within the ROW shall have hinged and gasketed covers. j. Manholes located on 15-inch and larger sewer lines or manholes on sewer lines within 100 feet of a 15-inch and larger sewer line shall be epoxy coated on the interior. Capital Improvement Projects shall be a separate pay item for epoxy coating or lining as further de tned in the subsequent measurement and payment specifications prepared b n * neer of Record. �GJ 2. Outside Drop Connections; a. Outside drop p`pe o�tt16'ctions shafh ovided f tary sewers entering a manhole at an ellvation gre N�Atwenty-to 2 inches above the invert of the n e. b. I r Nhere futur r t,�ntial; co ie i , and/or industrial growth can o� �J new ma�° . 05 feet deapeper shall be equipped with up to two outside dt nnecti si and at an elevation to be determined by the City a e t le desi to low for future connections at these points. The drop Fend fir the to within 10 feet of the final graded surface elevation ♦ 6 NOTE: THIS Sv �OT IMPLY THAT EVERY MANHOLE SHALL BE PROVIDED 2 OUTSIDE DROP CONNECTIONS. B. SEWER PUMP STATANtN �► V I. A construction permit shall not be issued for a sanitary sewer pump station until an economic anaLysF�s proves to the satisfaction of the City that the pump station exhibits a lower 20-year life cycle cost than extending a gravity sewer to the development. 2. The analysis shall be per latest standard practice for least cost (life cycle) as developed by ASTM C1131 and evaluate labor costs; maintenance costs (including parts replacements); operation costs and rehabilitation costs. The analysis shall take into consideration both interest and inflation rates. 3. The following minima n assumptions shall be made when calculating life cycle costs. 2002_Design_Sewer a. Pump Station Construction Costs = Actual cost b. SCADA System = $7,500 in 2017 and is subject to annual revision by the Utilities Director C. Pump Station Routine O&M labor = 50 hrs/year @ $40/hr d. Effective Energy Costs = $0.25/k W hr e. Interest Rate = 5% f. Inflation Rate = 3% g. Replace pumps in year I I In the event that a pump station is more cost effective than gravity sewer; the operation and maintenance expenses for the pump station must be paid in addition to the monthly sewer service charges paid by the benefiting customers. The estimated service life shall be 20 years. 5. If a pump station is more cost effec e City of Fayetteville reserves the right to cost share with the developer to�j�raviry sewer extension in l �ja pump station. 1.07 EASEMENTS P A. GENERAL ` ��� 1. Whenever po 'b , s itar}'sew se constr tedhvnhm the public right -of --way. Should t o tic on be ou t e limits of t to tiTic right-of-way, recorded sewer easement al a acquire ated and ee ue solely for the benefit of the City. Easement bo ndaries sh I b so shoN lb,41ans and specifications as "Water and Sewer Easement" in e tility se. m nP`. Sanitary sewers may be constructed within "platted' t i seme if t vork is performed in conjunction with a development app ed therCi7. 2. The minimum pennane ea e e'tlt widths to be dedicated to the City are as follows: Depth of Sewer from Anished Grade Easement (ft) up to 10 tee[ ♦ V 20 > 10 feet to @Vfe\ 25 greater tha 20 f t 30 3. All sanitary sewers shall be centered in the easement. For those sanitary sewers constructed in the public right-of-way, the easement shall extend the distance outside the right-of-way necessary to provide the required easement width. Sewers not centered in the easements shall have an easement width equal to 1/2 that designated above on each side of the easement. 4. A minimum 50 foot by 50 foot deeded property shall be provided for all submersible lift stations with wet wells up to 20 feet deep. Deeds for lift stations with wet wells 2002 Design Sewer greater than 20 foot deep and/or wet well/dry pit lift stations shall be handled on a case by case basis. 5. The sewer easements shall be exclusively under the discretion and control of the City. Ingress and egress shall be available to the City's crews at all times. No utility companies are allowed to use the sewer easements for installation of their utility lines without the expressed written permission of the City. All plan sheets shall clearly identify the sanitary sewer easement and the location of all other proposed utilities. The horizontal and vertical plans shall identify all utilities proposed to cross the sanitary sewer easement. 1.08 PROTECTION OF WATER SUPPLIES A. Comply with Section 2001 1.24. 1.09 STEEL ENCASEMENTS A. For maintenance purposes; saniu the sanitary sewer crosses signifi obstacles as detennined by tP the designated City enginoer. B. Sewer lines thi the spacers are C. If] E. Self -restraining gas!Ws encasement pipe and for End Seals shall be used Pipe. Force mains shall also designed by the Enginei bll be encas m teeI ities; si in icant�rainage wid�;ngineer . 'eipe wherever ,)r other significant or as requested by s ebiinstalled NA'�Myeie spacers per joint such that pi gth of the Ke) rr bell s tt is Va11 be used for all joints inside the in ear direr ion outside the encasement pipe. Refer to Section J400 — Steel Encasement restraints; blocking and the use of anchor collars as and submitted to the City for review. 1.10 TABLE 1 MINIMUM DESIGN FLOWS 2002_Design_Sewer 9 Multifamily/Commercial/Industrial/Institutional: Gallons Per Person of Wastewater Per Day of Establishment* Unless Otherwise Noted I . Institutions other than hospitals 180 — 120 2. Schools (without gym' and showers) 15 3. Schools (with gyms and showers) 25 4. Organization camps only a. With showers and handwashing face I ?acilitiC1;i,,,,, 20 +� b. With toilets, showers and handybiin 4. + Cookim, or central food servi e I 1'fided. 5. Campgrounds • a. With individual se er corrrlections ( er s 100 b. With com i� ing only p slte) 50 6. Mobile home par (p mobile rk space200 7. Motels and hotels (per room 100 8. Restaurants along an or maj higy: 24-hour 70 operation(per seat 9. Restaurants; 24-hour operatlo p eTdb) 50 10. Restaurants: less than 24-hoar op Ion (per seat) 35 11. Bars and cocktail loupgt p seat) 35 12. Bowling alleys ( r all 100 11 Places of employ en (does not include industrial waste. per 15-35 employee per shift) 14. Day workers at offices 15 15. Picnic parks and areas 5 16. Drive-in theaters (per ramp parking space) 7 17. Service stations (per vehicle served) 10 18. Swimming pool bathhouse (per person) 10 2002 Dcsicn Sc%vcr 10 Gallons Per Person of Wastewater Per Day Type of Establishment* Unless Otherwise Noted 19. Private dwelling (per dwelling) 300 20. Apartments a. One bedroom (per apartment) 200 b. Two bedroom or more (per bedroom) 150 21. Shopping center (where stores are not known) per square foot 0.45 building area 22. Churches a. Without kitchen (per sanctuary seat) b. With kitchen (per sanctuary seat) ///►►► 5 23. Beauty salon � 35 24. Day care center 0. - P * . The Flows listed indicate a ream a e apprAch or the type o -estaPnent referenced. Additional consideration mclu mg the A u es and a bns pertaining to Onsite Wastewater Systems A pe dix B or of !'cable tee is ata will be necessary in some cases. Source: Section 1200 ofVet`andard ec ications si . and Construction of Water Lines and Sewer Lines; 2012 Edition" , P •� G� 2002Design Server (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 2002 2002_Design_Sewer 12 SECTION 2003 TRENCH SAFETY/PROTECTIVE SYSTEMS PARTI- GENERAL 1.01 WORK INCLUDED A. Comply with OSHA (Occupational Safety and Health Administration) Standards 29 CFR 1926 Safety and Health Regulations for Construction Subpart P, Excavations; Standard 1926.650, of the Code of Federal Regulations and as follows. B. The Contractor is responsible for ensuring that safe working conditions exist and safety procedures are being followed at the work site. The Contractor is responsible to comply with all Federal, State and City laws, rules or regulations stated or not stated within these specifications. C. If the Contractor is working for any municipality; school district; or other entered into a contact under the provisio 22-9-202-204; then the engineer au th� 22. Public Property § 22-9-212 ub 'c safety systems. The requirements include ut ar not ne Angk as public body (state a ax unit or improvement r ansa de Title 22. P > t?actor shall p y with Ar, improvementsnerall�y - :es •Iv` t be limtte td2 o` ncy. county, iE�t hand has �poerty §§ `sgs Code Title or excavation 22-9-212.,PuWLcN provemeg s gftrally -- Trelpchloo7excavation safety systems. (a) Wheneverany agen of3this star o pY county, municipality; or school district; or other loca a i unit o mpr, ement district, enters into a contract covered b the ist of 2_ -202 2-9-204 for the making of repairs or alterations or the r bit ld•n or for the making of any other improvements, or for the constty uon top,, '�lement of highways; roads; streets; sidewalks; curbs; gutters, drainagerprojects, or for any other construction project in which the public work c improvement construction project involves any trench or excavation N ,�iich equals or exceeds five feet (5') in depth: the agency, county; municipa ,, Vol district, local taxing unit, or improvement district shall require: (1) That the' Jent edition of Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System; 29 CFR 1926, Subpart P, be specifically incorporated into the specifications for the project; and (2) That the contract bid form include a separate pay item for trench or excavation safety systems to be included in the base bid. (b) In the event a contractor fails to complete a separate pay item in accordance with the applicable provisions of subsection (a) of this section, the agency, county, 2003_Trench_Sa1cq• M 1.02 0 W municipality; school district, local taxing unit, or improvement district shall declare that the bid fails to comply fully with the provisions of the specifications and bid documents and will be considered invalid as a nonresponsive bid. The owners of the above -stated project shall notify the Safety Division of the Department of Labor of the award of a contract covered by this section. The engineer and the contractor are responsible for compliance with the latest version of this Code (Arkansas Code Title 22. Public Property § 22-9-212 Public improvements generally - Trench or excavation safety systems). Protective Systems - The Contractor shall design or provide an engineered design, and shall install, and maintain Protective Systems in strict compliance with OSHA (Occupational Safety and Health Administration) Standards 29 CFR 1926 — Construction, of the Code of Federal Regulations and all other applicable Federal, State, and local requirements. 29 CFR 1926, SUBPART P, INCORPO �D The current edition of Occu a ona fety and Heal Admini io Standard for Excavation and Trenches Sae �m, 294 FR 6, Subp NZ incorporated by reference into these Standard spe i ations. Additional informati6t�N found at� ` zl Regulations (StandaT Health Regulations for Trenching and and Health Administration, Number 1926 — Safety and h_fonn?p_doc_type=STANDARDS&p A 2226-1 OR 2015 Booklet at: END OF SECTION 2003 2003_ rrcnch_Sali[y SECTION 2004 CONFINED SPACES PART1-GENERAL 1.01 WORK INCLUDED A. Comply with OSHA (Occupational Safety and Health Administration) Standards 29 CFR 1910 Occupational Safety and Health Standards including Subpart J. General Environmental Controls Excavations, Standard 1910. including but not limited to 29 CFR 1910.146, Permit -required Confined Spaces of the Code of Federal Regulations and as follows. B. The Contractor is responsible for ensuring that safe working conditions exist and safety procedures are being followed at the work site. The Contractor is responsible to comply with all Federal, State and City laws. rules -orgulations stated or not stated within these specifications. The Contractor is respon o n tify OSHA of the coon en eft of all water or sewer construction. � ✓ C. The Contractor is responsible to n�o��'he City gin r or Utilities I�'trector, and the Engineer. when personnel areJ�io7kffn; or nta�r!�esmit-Requicedi nfined Space and contractor shall coordinath4k with t V'4yi nginee`q, ? tikes Director. and the Engineer. (v1 `` D: Contractor shall fo - iMCity En nteNr Utilities irecT5. and the Engineer; of type of Permit-Requir C fined S a e d �Cumentat Ait and program used by the contractor. E. Contractor shall infor ngin r or lrties Director. and the Engineer; of any hazards confronted or cr n+uired Confined Space. F. The Contractor is responsible n f,,he City Engineer or Utilities Director, and the Engineer; when personnel are to n, or near; a Non -Permit -Required Confined Space and contractor shall coordinat uch work with the City Engineer or Utilities Director, and the Engineer. ♦ � G. Contractor shall i omi`City Engineer or Utilities Director, and the Engineer, of type of Non-Pemiit-Req ' el Confined Space documentation and program used by the contractor. H. Contractor shall inform the City- Engineer or Utilities Director, and the Engineer, of any hazards confronted or created in a Non -Permit -Required Confined Space. 2004_Confi ned_Spaccs (THIS PAGE INTENTIONALLY LEFT BLANK) 2004_Con1i ned_Spaces SECTION 2005 PUBLIC EMPLOYEES RIGHT TO KNOW ACT PART1-GENERAL 1.01 WORK INCLUDED A. Comply with OSHA (Occupational Safety and Health Administration) Standards 29 CFR 1910 Occupational Safety and Health Standards including Subpart H, Hazardous Materials; Standard 1910.120, of the Code of Federal Regulations and as follows. B. Comply with State of Arkansas Act 556 of 1991. Arkansas Code Ann. Sec 8-7-1101 et. Seq.: Public Employees Chemical Right to Know Act, and as follows. C. The Contractor is responsible for ensuring that safe working conditions exist and safety procedures are being followed at the work i e The Contractor is responsible to comply with all Federal; State and City laws, n ba a lations stated or not stated &S t these specifications. .✓/ D. The Contractor shall provide to t Ci Engineer or, Utili es Direct the Engineer; a list of all hazardous chemica s iRa opy of+th@M+ pyopriate S eft �D to Sheets (SDS) • (previously aka Material Safety a Sheets) of hit onto the • r er�y. This information is required prior to any w. k bei g started. E. The City will pro 'd otthe contrac a st of hazar ouslic`tiemicals at any City facility where work is betn pe onned. ;hel canons and formation will be provided prior to any work starting. he contrictomis resp' i fo disseminating this information to its employees. �; v P •� 2005 Rieht to Know (THIS PAGE INTENTIONALLY LEFT BLANK) 2005_Right_to_Know SECTION 2006 ASBESTOS PIPE PART1-GENERAL 1.01 WORK INCLUDED A. If asbestos pipe is indicated on the plans for removal, tapping; connection to or other work; or if asbestos pipe is discovered on the project site, then the Owner shall have prepared an asbestos pipe work plan or an asbestos pipe mediation plan. The Owner will submit the asbestos pipe work plan or an asbestos pipe mediation plan to the City for review and approval prior to work beginning that includes asbestos pipe. B. Comply with U.S. Environmental Protection Agency (EPA) 40 Code of Federal Regulations (CFR) Part 61. Subpart M. Natif to Emission Standards for Asbestos. G✓ C. Comply with OSHA (Occupati 1926 Safety and Health Regul Substances, Standard 1926. V follows. �a d Health?Sbpart stration) a�s 29 CFR Construct- on Z. d Hazardous s, of+� Q0, of Feder RRC ulations and as D. Comply with katlsabepartmegtftpNnvironme'talj�'ialiry (ADEQ) regulations including Regula 2 , The Ark 'sbestos A�GSaftm^ent Regulation. When required by ADEQ R u it s; provi e th Notice of Intent to remove asbestos to ADEQ and copy to the ' . (a)wfier and ontrCter or Engineer of Record. E. The Contractor is responsible f�irlg that safe working conditions exist and safety procedures are being followed at grwork site. The Contractor is responsible to comply with all Federal, State and Cit laws; rules or regulations stated or not stated within these specifications. G� 200e Ashestos (THIS PAGE INTENTIONALLY LEFT BLANK) 2006 Asbcsws I? SECTION 2100 EROSION AND SEDIMENT CONTROL PART I — GENERAL 1.01 0 A. All projects shall include erosion and sediment control features. B. Comply with the published City Engineering regulations and standards and as follows. WORK INCLUDED For Capital Improvement Projects, and other projects where required by Ordinance or standards, the Engineer shall submit an erosion control plan for the Work to the City for review and approval. The Contractor shall accomplish to lib y nd permanent erosion iQertion in accordance with approved plans andr 1"L�t specifiecifications,Ornances, manuals and standards; and State and Feo regulation A City requirements include, b ,r ar6 ntsFimi[e�tb�� ` ITILE XV Streamside Drainage Criteria City of 1 Standard N and erosion Control. section 168.12 Streamside Practices (BMP) Manual �V 2i ly 1, 2014 Engineer's office Standard Specifications, Manuals and Fayetteville, are found at: B. The Contractor is responsible for implementing and maintaining Best Management Practices (BMPs) during construction activities, including, but not limited to, sediment and erosion control structures and achievement of final stabilization upon completion of construction activities. C. The Contractor shall be responsible for implementing all applicable requirements of the ADEQ General Stormwater Permit for Construction Activity, the Spill Prevention Control and Countermeasures Plan (SPCCP), as required by USEPA, local Municipal Separate 2100 Erosion Storm Sewer requirements; and all other environmental regulatory requirements that are associated with the construction activities that they are contracted to perform. The Contractor is responsible for managing all materials, equipment, and activities at the work site in a manner that is in compliance with local; State, and Federal environmental regulations. PART 2—PRODUCTS 2.01 PRODUCTS/MATERIALS A. Refer to City of Fayetteville City Engineer's office Standard Specifications, Manuals and Standard Details, City of Fayetteville. PART 3 — EXECUTION 3.01 TEMPORARY EROSION CO CO A. Comply with Section 8.2 Erosion un�d Sedimen o rols for n�ion Sites, of the City of Fayetteville Drain ge uerta Manu 1 (20 4 edition . icy Engineers office Standard Erosion Con and as►fo?to B. Water removed from ope is aid/or trench ss s II have sil o ed prior to leaving the immediate site of tort ctio Silt sh fROemoved b t I vegetation, a straw bale trench dewaterin n . vice; settli gqd, filter ba a�geotestile fabric sediment trap/basin, or orb pp opriate s d' control m 7ater filtered through a basin shall not violate any ater quali - st dard� %bave efficient sediment/silt removal prior to discharging to a wa C. Contractor shall be resp ib r pro d% adequate number of pumps for prompt and efficient dewatering. 9ndh of diskrkltiaks shall be provided with Flow dispersion and filtration devices to prevent sc un surface soils, discharge of turbid water. and/or washout of stream banks. Discharg om dewatering activities shall not be conveyed into or upon any roadside ditch. cub and gutter, street or publicly used thoroughfare. D. The direct disci r ofs d y water to a stream, offsite, or across areas of equipment access points and/1 construction haul roads is strictly prohibited. 3.02 OTHER CONTROLS A. A dedicated concrete truck wash out area shall be maintained to include adequate containment to prevent runoff of concrete truck wash water. Concrete truck drivers shall be notified to use wash out area. B. Contractor shall follow the appropriate waste storage and disposal practices, as per applicable environmental regulatory requirements. Solid waste dumpsters/roll-offs. or 2100 Erosion 2 C. D E. 3.03 FA other appropriate waste receptacles will be maintained and used at the site. Good housekeeping practices will preclude trash; construction wastes; and debris to be dumped or scattered on the construction site. There shall be no open burning of any waste material. No solid materials; including building materials, shall be discharged to waters of the State. ceNenrratton o `r Nnust be minimized. ints, parki As, and unpaved roads, it trucks, d/o te to ao street sweeping shall be' of Ovastruction haul roads should on. Jc'Mj don of excessive levels of water that create mud sho'uWbe avoidEt v The Contractor shall b o i le for aintai . g the site and adjoining paved surfaces in a dust free condition�g�itdu4t c I is the sole responsibility of -the Contractor. PERMANENT EROSION CO OL9 The Contractor shall incorporate permanent erosion control features into the project at the earliest practicable timg e• nstruction progresses all in accordance with the approved plans and projects ci i - tibns, ity Ordinances, City manuals and standards. No liquid waste chemicals. fuels. and/or oils are to be leaked or spilled on ground surfaces. Bulk storage of liquid chemical wastes will be provided with secondary containment with a capacity sufficient to contain the volume of the largest container within the secondary containment. All waste materials shall be stored in a manner to prevent releases and should be disposed of by a qualified waste disposal firm at an acceptable waste disposal facility. Records of the disposal of all solid, hazardous, non -hazardous, and liquid wastes are to be maintained by the Contractor. Contractor shall notify the Engineer of any spills or leaks that occur in spite of the preventive measures taken. Contractor will prepare a report of any spills or leaks in accordance with the reporting and recordkeeping measures described in the BMPs. No contaminants from fuel storage areas. hazardous waste storage and truck wash areas shall be discharged to waters o�{fhe„State. These areas should not be located near a water body. %V1! 0 Contractor shall maintain compliance p%f 5\pplicable end/or lo- ry sewer, septic system, and waste disposal �egu^l�atlons. n nV _ •_4,*, w� Off -site vehicle tracking of sed�i,'�2nts and Measures such as stone'a'k const€iiction accl providing entrance � a ofr implemented wh�riate. bedone;asapprotoio control 2100 1'rosion (THIS, PAGE INTENTIONALLY LEFT BLANK) 2IUO Erosion 4 SECTION 2200 SITE PREPARATION PARTI-GENERAL 1.01 WORK INCLUDED A. Excavation. grading, cutting and removal of trees, shrubs and underbrush, and the removal of any debris existing above natural ground surface and within the cleared area necessary for the construction of the improvements. PART 2-PRODUCTS A. Not used PART 3 - EXECUTION 3.0.1 GENERAL A. For Development Projects, the O� er�i is contra contra t r e reapon or — fall costs incurred by reason of the require[ en of this sec to . F Capital It A men[ Projects, it shall be the responsibility ea h 'd er to exa i ,eWhe site ca Mat1 d make his own calculations as to costs to be incu�rcd by reas of4th� requiren a is this section. B. The Contractor shall o re , ve or di r anqy vegetatipt that re wired for the execution of the r C. Trees, shrubs, under rush and bri remov I e divsposed of by the Contractor in a manner approved by the Cit d 14 D. If access roads are regtitrc�'d�in�ngi dlc'�ted on the plans, then the Contractor will be required to submit a planlor coW Ik eraccess roads for review and approval by the Engineer. 3.02 SITE PREPARATION A. Clear areas as indicated ono as necessary for performance of the work. Confine operations to that ea pr vided through easements, documented agreements and rights -of - way. For Capital Improvement Projects; entrance upon any lands outside of that area provided by easements or public rights -of -way, shall require documented written approvals with copies provided by the Contractor to the City. B. For Capital Improvement Projects, do not occupy any portion of the project site prior to the date established in the Notice to Proceed without prior approval of the Owner. 2200_Sue_Prep C. The engineer will notify the contractor of requirements by individual property owners as stipulated in easement documents pertaining to the project. D. Remove; relocate; reconstruct or work around natural obstructions, existing facilities and improvements encountered during site preparation as herein specified. Take care while performing site preparation work adjacent to facilities intended to remain in place. Promptly repair damage to existing facilities. Dispose of waste materials in a satisfactory manner off the work site. E. Protect; move, or brace public and private utilities as required by the affected utility. F. Maintain mailboxes in the manner that the Postal Service requires to prevent interruption of mail delivery. G. Site preparation includes the removal of trees, shrubs, brush; crops, and other vegetation within the limits of the easements (right-o a or as may be provided for in licenses; permits and agreements. For Capital I 'o, e nt Projects; all efforts s all�ade to retain existing landscaping. For develo `m` �protects e e requirement i I ow the Owner's agreements and City O dinan`eshd City re a ns. In the ex, t that trees; shrubbery, and hedges cannot be av then prior a prov I of the p r owner and the Ciry's Representative must bntai beforert�i�lisfing landscaping removed. 1. Trees a. Coin t 'th chapter 1 G ree reservatNn Protection of the City's U�C. trees shall �re>a�wgd�"unless r io �'j �is approved by the Engineer an e ity. Tri accordan v e City's regulations including the y of Fayt to Ile Tre e tion. Protection, and Landscape Manual. IQ 2. Shrubbery a. Shrubbery hall b ad ss removal is approved by the Engineer and the City. Make ea ruble efforts to save all shrubbery by trimming, in accordance with ace p able pruning practices, and treating wound surfaces with a comn , al pruning compound. 3. Small Plan a. At (eat�o weeks prior to the start ofconstruction; notify property owners ofproposed starting date so that the property owners can remove any small plants or flowers. 4. Protection of Existing Facilities a. The Contractor shall notify all property owners in the immediate vicinity of the construction area that may be affected by the construction activities a minimum.of 24-hours before starting work in that area. The notification 2200_site_Prep shall include a description of the work; work hours, and a 24-hour contact name and number for the contractor. b. Fences interfering with construction, and located within public rights -of - way or as may be allowed for in permits or agreements, may be removed only if the opening is provided with a temporary gate which will be maintained in a closed position except to permit passage of equipment and vehicles, unless otherwise herein specified. Fences within temporary construction easements may be removed provided that temporary fencing is installed in such a manner as to serve the purpose of the fencing removed. C. Fencing removed shall be restored or replaced to the condition existing prior to construction unless otherwise specified. Temporary fencing meeting the requirements of the land owner will be provided when requested by the land owner, Engineer or Owner. The Contractor is solely liable for the straying of any animals protected or cp` a Iled, or other damage caused by any fence so removed. V\l! �GJ d. Driveways and dr ew� ,roaches m ved or �gaNd during construction shall e r Pored to the rigin or betterpo j�ion. ♦ V e. Make eve reaso ble effor � o. ect privat r facilities. Private sewer faced' 'es m not be sh , wn n the Pla f. P e xoperty co �eyr��pins and m rkerrin the event any property co rs ins, or arRre��are rem vg' the Contractor, such property point hall be rd a Nat th o t ct is expense and shall be re -set by competent s e rsWroperl cen/ d to do such work. In the event such points a eco urner r Fe lar land corners, they shall be referenced and filed l e pp`oo aaauthority. g. Where existingVL'ssservicelines are encountered, notify the owner thereof at least(not including weekends and/or holidays) in advance of pert: rming any work in the vicinity. h. Exc mate, 'us 91ITipeline and backfill in the vicinity of such utilities in the man rV�1ired by the respective owner and, if requested, under his direct supevisian. The Contractor shall be responsible for damages to a public or private utility that may occur as the result of the construction. i. Protect, move, or brace public and private utilities as required by the affected utility. j. Make a reasonable effort to ascertain the existence of obstructions and locate obstructions by digging in advance of machine excavation where definite information is not available as to their exact location. Where such 2200_Site _Prep j facilities are unexpectedly encountered and damaged, notify responsible officials and other affected parties and arrange for the prompt repair and restoration of service. END OF SECTION 2200 2200_Siie_Prep 4 SECTION 2300 EXCAVATION, BACKFILLING AND COMPACTION PART I - GENERAL 1.01 WORK INCLUDED A. Excavation, backtilling, and compaction for water lines, sewer lines; appurtenances, and incidental construction. 1.02 GENERAL A. Comply with the recommendations of AWWA C600 and AWWAC605 latest editions. except as modified or limited within these specifications. 1.03 QUALITY ASSURANCE A. When requested by the City's designated ee ; the Engineer of Record�yp. rgvide: I. One moisture/density relations i tes SHTO T 9{�9'lii3? AASHT 8 )✓taken at the beginning of the project, and o�e.. a drtional moi cure) enstty rela i8 in test taken for every 5,000 cubic yards of intpoNetivilteria ` w1J 2. The field density of acerri undistur'�eNdJil in ace NN with ASTM D2922 (Standard Method fo?nsi of Soil 411I-Aggrega in ace by Nuclear Methods; Shallow Depth) at as determi b he City. 3. A minimum of on densityto pe street c to /or one density test per 500 lineal feet of pipe or portion there vli n, a pipe i loca d in the street, under pavement; under the curb and gutter; un i Iks orWails ther as locations as determined by the City. 4. Other project specificrests e utt by supplemental specifications provided by the Engineer of Record. B. Provide submittals as sp 1eN- as requested by the City's designated engineer. 1.04 UTILITIES PRO(T dION A. The Work included in this Project may require excavation and related activities in close proximity to existing buried and aerial utility lines and facilities. such as water lines. sewer lines, storm drains, natural gas lines; electrical power lines, telephone cables; and TV cables. Where their presence is known, the approximate location of such utilities is shown on the Drawings; but all such utilities and individual service lines are not shown. The Contractor shall be aware of the potential for such utility lines to conflict with intended construction efforts, and the Contractor shall use appropriate precautionary measures to 2300 Excavation locate and protect such utility lines and services so as to avoid damage and interruptions to service. B. The Contractor shall contact the owners of the various existing utilities lines and services as may be affected by the construction and solicit their assistance in identifying; locating, marking, and protecting these facilities prior to the beginning of any excavation or other work which might endanger the existing utilities. If such utilities are damaged or impaired because of the Contractor's actions or omissions, the Contractor shall be responsible for the cost of repairs or replacements of the affected or damaged utility or service line. C. The Contractor shall comply with the "Arkansas Underground Facilities Damage Prevention Act" including latest amendments, the Arkansas One -Call System, and shall alert potentially conflicting utility systems accordingly. D. The Contractor is responsible for protecting public and private property. The Contractor is responsible for the Contractor's safety pl n, d implementation. 1.05 SEDIMENT CONTROL � A. The Contractor shall be responsi le �ll sedim t control in ac P40 with Section 2100 — Erosion and Sedimen C • B. The Contractor shall be onsi e for mai ta�` the sit n-�aoining properties and adjoining paved surfAe in a ust free i on. ` 6 V Q� CG PART 2—PRODUCTS O 2.01 FOUNDATION MAT O • A. Foundation materials for ench rpYi'aYStion shall be Class 7 Aggregate Base Course (ABC), "B" stone with class 7 4 tcap, or concrete as designed by the Engineer of t Record. 2.02 EMBEDMENT MATE� A. Embedment mater"kls ar`stricted to materials specified below. The Engineer of Record shall provide as a b itt, the gradation sieve analysis of the embedment materials proposed for each specific project. B. Without regard to the pipe material, all embedment materials include: bedding, pipe zone (including haunching), and initial backfill from six (6) inches below the bottom of the pipe to six (6) inches above the top of the pipe the full trench width with a minimum of six (6) inches of embedment materials all around the exterior of the pipe. 2300 Excavation C. Special design considerations. including supplemental trench drains, geotechnical fabric; and/or specific aggregate, and/or filter gradations as recommended in AWWA C605 and ASTM D2321 may be required to prevent migration of embedment particles. The Engineer of Record is responsible to design the embedment system as needed for the specific project. D. Embedment materials for water lines. The maximum aggregate size shall be 3/4 inch. The Engineer of Record will design the installation using embedment materials as ASTM 03 gradation #7 or ASTM C33 gradation 67 as modified and described below: 1. Crushed aggregate conforming to ASTM C 33, gradation 7 as follows: ASTM gradation Size 7 (not class 7) Crushed aggregate sized from nominal 1/2 inch to No. 8 sieves: 100 percent passing the ' 4 n h si ve �i♦w 90 to 100 percent passinx _ inch s' 40 to 70 percent pain inch siel .I 0 to 15 percent a i e No. 4 sieve 0 to 5 percent, -as e No 8% 2. Crushed aggre to conforming to �he TM C 33 da ion 67 and as follows: Crushed a g a sized fro rMi x um 3/4 in t N'o. 8 sieves: 100 percent passi lg the 3/4 ine sr�iasimum aggregate size 3/4 inch) 20 to 55 perceriag the incl sieve 0 to 10 pe . a jsing th No. 0 ve 0 to 5 per t pass i%,,th 8 sieve The required modificati tli�STM C 33, gradation 67 is the clarification and potential additional re wre t Al of 100 percent passing the 3/4 inch sieve. Some aggregate suppliers fo ayetteville projects are currently meeting this requirement (maximum, nowta Tina aggregate size 3/4 inch) as required in the 2012 Standard Specificatio ? `�► D. Embedment materiaalsl sewer lines shall be a Class I crushed aggregate material in accordance with ASTM D2321 meeting the gradation requirements of ASTM C 33. gradation 7 as specified above for water lines, or the same crushed aggregate material conforming to a modification of the ASTM C 33. gradation 67 as specified above for water lines, or ASTM Class 67 stone. The Engineer of Reoord is responsible to design the embedment and to verify the proper use of embedment materials for water and sewer installation. 2300_Excavation 3 2.03 BACKFILL MATERIALS A. AGGREGATE MATERIAL Aggregate material for select backfill across streets, roads, driveways, and for placement of "gravel" or aggregate surfaced areas, shall be Class 7 Aggregate Base Course (ABC) material conforming to the Standard Specifications of the Arkansas Highway & Transportation Department, latest edition. B. SELECT NATIVE BACKFILL MATERIAL Select native material shall be suitable on -site materials or imported good earth, sand, or gravel that is free from large rocks or hard lumpy materials. Never use materials of perishable, frozen, spongy or otherwise unsuitable nature as select material. Initial backfill when consisting of selec fie rr terials, shall be free of ockK tones or particles greater than 3 inches in diamet C. FLOWABLE SELECT MATER w P Flowable select materials, ak fi v file fill o c�°tr i Td low sir aterials, for select backfill where indicated n pla cross str R ds, and ve ays shall be Flowable Select Material con fgrrrttn to the Stands d cifications Arkansas Highway & Transportation De t en atest edit m D. CHERTY RED CVaka "HI Locally available red clay ch rt t a ial withm'm' imum of 55 percent retained on the #4 sieve prior to compacti n of eig or gater and classified as GM or GC. The Engineer of Record shall rovide as4a s bm al the geotechnical analysis of the proposed "Hillside" cherty red clay ate ri r�arc specific project. E. RIPRAP 1. Riprap material► lgot pe itted as a Standard Specification. 2. Riprap mat rial All be considered on specific case by case basis and in accordance with Sections 1000 General Conditions. 3. Riprap material, if approved, shall be designed in accordance with the City of Fayetteville Drainage Criteria Manual dated July 1, 2014. PART 3 — EXECUTION 2300 Excavation 4 3.01 PROTECTIVE SYSTEMS -EXCAVATIONS AND TRENCHES A. Comply with all Federal; State and Local requirements. B. Comply with the requirements as specified elsewhere with these Specifications. C. The Contractor is responsible for the Contractors safety plan and implementation. 3.02 EXCAVATION - GENERAL A. Excavation shall be carried accurately to the line and grade indicated on the drawings and as established by the Engineer. B. When the bottom of the excavation is at subgrade and found to be unstable or includes ashes; refuse or other organic materials, or large pieces of inorganic material, that in the judgement of the engineer should be removed`, I`e contractor will remove all such material (over -excavate) to the extent required by tkte net eer.G✓ Over -excavation will be backfilled vith�fdations mat is 3 per 2.01 ais directed by the engineer. C. Dewater all excavations as requi . nd as fo 1. Comply with Sectia. 2 0O"EROSION SEDIME ' C' TROL. 2. Prevent groundC2'a%dfaminatio 3. Dewater to the to that water roo J%ver pipe ca1n aced on a dry and firm trench bottom. Never placetpipe in a mdet o attnstab�l r m 4. When requested by the yY ' ontractQ or e Engineer of Record, will provide a dewatering plan based ngme off Re d's dewatering engineered design. 3.03 DISPOSAL OF EXCAV TED ♦`�ItALS A. The Contractor shall be res on, sfbl'for disposal of excess material, or disposal of excavated material unsuitable or backfilling. B. Disposal of excess ma�iahon private property shall only be allowed with written permission of the owner of the property. A copy of the written permission must be forwarded to the En m'eer along with any permits as may be required by the governing authority, city or county. Grading permits are required for any disposal within the City of Fayetteville city limits. 3.04 EXPLOSIVES A. The use of explosives/blasting materials is not permitted as a Standard Specification. 2300_Eocavation 5 B. The use of explosives will be considered only on specific case by case basis in accordance with Section 1000 General Conditions. Approval will be project specific and requires approval from both the Utilities Director; Fire Chief and the designated City engineer. 3.05 EXCAVATION —TRENCHES A. Trench For Water or Sewer Line - During excavation; all pipe to be replaced shall be properly removed and properly disposed of offsite at a suitable landfill. Trench excavation for water or sewer lines shall be kept within the maximum width limits specified below. The specified maximum trench width from the bottom of the trench to 24-inches above the outside top of the pipe shall not be exceeded unless s authorized by the Engineer. Refer also to SECTION 2006 ASBESTOS PIPE. B. Trench For Water or Sewer Line in Paved Area additional requirements — Prior to excavation in paved areas; the Contrac approved by the Engineer) the existing existing pavement outside the limits A installation of water or sewer linees�s+��up exceed 36-inches without written lannrX to paved areas by construction egltspmerit ,rMall saw -cut (or other acceptable method em nt to minimize the destruatti of the ieR�ench. T aximum tren Wfor the W inches in t er, in pav�as shall not from Enginee The pave[ t�ball be repaired it p41 19 actor i �e�o Bible for damage u d h limits of iftchNxcavation. C. The bottom of the tr c" sl�n11 be prep end E� provide a �fo and continuous bearing and support for tl p e solid or plated soil. Fy. allow depressions shall be made in the trenc tto to acco to � na . bellend�11equirement for bell or coupling holes to be excavate where no the loa• rted bells couplings or fittings. D. Standard Trench Width , Refer to the Standard deta'1Js preparxd th icyof Fayetteville Engineering Division. Minimum Maximum Outside pipe diameter + 12 incches Outside pipe diameter + 24 inches Notes: (1) Pipe di mete • I rger than 24 inches may require specific project trench design (2) Site sped it conditions may require specific project trench design (3) Trench widths may vary per specific project trench design to comply with Section 2003 TRENCH SAFETY/PROTECTIVE SYSTEMS E. Unless approved otherwise by the designated City engineer, limit trench excavation to one hundred (100) feet ahead of the completed pipe work and backfill. The City, or the Engineer of Record, may lower this limit in traffic or congested areas. 2300 Excacalinn 3.06 EMBEDMENT AND BACKFILLING - GENERAL A. Install all water and sewer pipe using approved embedment materials only. B. Structure foundation subbase or structure concrete sub -foundations require project specific design. C. Backflling includes refilling and compacting the till in the excavation to the elevations indicated. Backfilling includes initial back fill, final backfill and surface materials. D. All backfill shall be placed in layers of appropriate thickness and compacted using a mechanical, hydraulically -powered vibratory trench compactor or other equivalent equipment. E. Unless designed otherwise by the Engineer of Record, use select native materials for backfilling in unpaved areas (only). F. Where trenches are to be located benea fin or p osed streets, drive aq parking areas, all backfilling procedures shall becordance i e Standa ti 's prepared by the City of Fayetteville Engin QYivision. G. Compaction testing will be pro ided by th6c4 +trtor utiliz a independent testing agency approved by the 6ity. 3.07 EMBEDMENT XD�GKFILL G IPE ADDI AL REQIREMENTS A. A continuous and 5form em �dm nfshall ��ved in the trench for buried pipe. Embedment materials shall Catngtsd in lars a and the pipe and to a sufficient height above the pipe to adeq tt�a ely u��ori�san prote�}tye pipe. B. Install embedment mateert�ls in geae flan eight (8) inch compacted lifts. Install embedment materials from six below the bottom of the pipe to six (6) inches above the top of the pipe. Shov li, bedding beneath the pipe haunches. C. Unless approved of q%4E �tbx lie designated p ity engineer, compact all embedment material to a minim�u drzn V 90% standard proctor as outlined in AASHTO T-99. D. Unless designed oth'e Je`by the Engineer of Record for deep bury/installation the tracer wire will be installed on top of the pipe to a maximum of six (6) inches above the top of pipe. E. Pipe marking tape shall be provided in all trenches for water or sewer line construction. Installation shall be per manufacturer's recommendations and shall be as close as practical to finished grade while maintaining a required minimum of 18 inches between the marking tape and the top of any pipe line. F. Provide a minimum cover of thirty-six (A inches over the top of sewer pipe. 2300 Excavation 7 G. Provide the following cover for water pipe: Minimum depth to the top of pipe for all water main lines less than 12- inches diameter shall be 3.0 feet. 2. Minimum depth to the top of pipe for water lines 12 —inches diameter and greater shall be 4.0 feet. 3. Maximum water line cover shall be 5.0 feet under normal conditions. Cover greater than 5.0 feet shall be allowed for short distances where required by field conditions and approved by the City. 4. Minimum depth of all water service lines from the main to the water meter shall be 30-inches. H. The maximum depth of bury for PVC pp a s ndard specification is si�tfe�y6) feet. Any depths of bury greater than sixtee r eet req ' roject specifc demos'_ by the Engineer of Record or the use of u til •14ipe. Install pipe in accordance J. Backfill and compact the cavaET • K. Maintain all temo> r r aces in 3.08 MISCELLANEOUS'STRUCTIR A. Excavate a sufficient ban systems and observatio\ • B. Backfill as indicated on Sta Division or project specific 3.09 BORESIPIPE 100 and `tipn 4100. ' >�jcFpdition until e, anent repairs are complete. S was ootings to allow for forms; protective by the City of Fayetteville Engineering A. Bores, pipe boringpipac eing and similar installations of encasement and carrier pipes $* are indicated in SE ddN 3400 BORES AND STEEL ENCASEMENT PIPE. END OF SECTION 2300 2300 Excavation SECTION 2400 GENERAL INSTALLATION INFORMATION AND PROCEDURE 1.01 GENERAL A. Before installation of pipe and appurtenances; the trench bottom shall be graded so uniform support of the pipe and appurtenances are provided per Section 2300 Excavation; Backfilling and Compaction. B. Comply with the recommendations of AWWA C600 and AWWAC605 latest editions; except as modified; limited and/or further specified within these specifications. C. Additional sewer specific and water specific requirements are found in Sections 3100 and 4100 respectfully. 1.02 HANDLING PIPE MATERIALS A. The Contractor shall handle the materi It the utmost care and in a m &Wo revent damage to the materials. material coati 1 ming g loading, ha ttToading, and installation operations. Hookcs, Ndir cables sh n come mn et t co act with the exterior/interior of pipeline mate als. t is recommnde to use ap nylon straps or approved clamps to handle pipe �n terial. ♦MAtertal damaged replaced at the contractor's expense. B. Hooks shall not be in♦ o tac vith the e prior and t the xtent possible the interior of the pipeline a n ha I be kep e om dirt an� matter. C. Pipeline materials, in uding va. es, ydrants n twos shall be drained and stored in a manner to protect [hem from d ag by fire ing. Under no circumstances shall pipe or accessories be dropped du1 into the tren�c�j. D. Proper implements, tool and faciliues^shaWe provided and used by the Contractor for the safe execution of the work. �� E. All foreign matter or dirt shall be removed from the inside of the pipe and appurtenances before lowering into the��en�c�h and the pipe interior shall be kept clean during and after laying. A swab sh l3be�pttin a water line as long as the pipe is being laid. Care shall be taken to preven dirt fipm entering the joint space. When pipe laying is not in progress. the open ends of the ipe shall be closed by installing a plug or cap of sufficient design to prevent trench water, foreign matter and dirt from entering the pipe. F. Cutting of pipe for inserting valves, fittings or closure pieces shall be done in a neat and workman like manner without damage to the pipe or pipe lining. Torch cutting is not permitted. All pipe shall be cut at 90 degrees to the pipe centerline. Cutting at other angles to provide greater deflections at joints shall not be permitted. Field welding or welding except by the pipe manufacture shall not be permitted. 2400 General Insiallaiion G. Cut ends shall be beveled according to the manufacturer's recommendation to prevent damage to the bell gasket. 1.03 PIPE INSTALLATION -GENERAL A. Install PVC pipe and DIP as recommended by the manufacturer and as follows. B. Inspect each joint of pipe carefully internally and extemally before it is placed in the trench. Plainly mark and separate from the remaining pipe any joint found to be cracked, warped, or otherwise damaged. Remove these damaged joints from the project site as soon as possible. C. Unless otherwise designed by the Engineer of Record and approved by the City, all pipe shall be laid with bell ends facing the direction of, and for lines on appreciable slopes, bells shall face upgrade. D. No pipe shall be laid in water; or when the t enc condition or the weather is unsuitable for such work. G✓ E. The pipe; fittings, valves; fire hydrants. man 1 s d other p�nces shall be constructed to confomi to the oc on, line siz- and aterial a specified or indicated on the approved pl I • F. When necessary to deflec 0.vC mpe from a tra` line in t horizontal or vertical plan to avoid obst tins; he pipe a}deflecte 'n a joint the least of the manufacturer's re o d'ations, or jmum of or �fdegr e (1 °) (equal to 4 inches per 20 feet). � OV G. When necessary to deflect rom a aigh line in either the horizontal or vertical plan to avoid obstructAL pipe .ay b eflected in the joint the least of the manufacturer's recomm FCaifiSn , or•a . a ' num of three degree (3°) (equal to 12 inches per 20 feet). H. Pipe barrel bending shall not be all d. 1. All buried iron pipes. wcaluelV fittings shall be double poly wrapped. J. Valves and fire hyrraannts shall be set with operating stem and nut plumb. 1.04 JOINTING PVC AND DUCTILE IRON PIPE AND FITTINGS A. Make all pipe joints in strict accordance with the manufacturer's recommendation and as follows for the particular type of connection. Make all joints watertight in accordance with the latest ASTM Standards. B. Prior to jointing the pipe, and/or fittings, the plain ends of the pipe and the bells of the pipe and fittings shall be thoroughly cleaned using a soapy water and cloth or brush; removing 2400 General Installation all foreign materials from the bells; especially the gasket seats. Any burrs or imperfections in that part of the plain end or bell, which will be in contact with the gasket; shall be removed. C. The clean rubber gasket shall be inserted in the bell and a thin film of lubricant shall be applied per the manufacturers recommendations. Pipe lubricants specified by the pipe manufacturer shall be used. For water lines the contractor shall lubricate the gaskets and/or spigots with the manufacturer's recommended and NSF-61 approved lubricant. D. The cleaned plain end shall initially be entered into the bell straight. The plain end shall be pushed inside the gasket and bell until it strikes the end of the interior if the bell. after which the end of the pipe will be moved sideways or as specified by the manufacturer's requirements to move the pipe slightly away from the home position to allow for expansion and to provide Flexibility for the complete pipeline. L F G. 1.05 A. B. C. D. 1.06 A. When connecting the pipe or fittings accord to to manufacturer's requirements care shall be taken to avoid damage to where the u�sY' g evice or machine co t tt� N p pe. A wood block or suitable pad shall be pla ehveen thi e and that pa o thpushing device which contacts the pipe or ttis All plain ends that enter a s}t o b I II shall �&Qeveled as s i�i(-?d y manufacturer requirements. All cut pieces or nd> of pipe 0 i4r,7classificat�ohs all be so beveled. All buried iron pipes! a^��andfittin s double , I \`rapped. .JOINTING FLA`N�$ PIPE4NQ?4TING$ O The faces of all flanges with a steel brush. Surface coating or lining Gaskets shall be AWWA All bolts and nuts sides shall be tiahi JOINTING all burrs or imperfections removed ded to match original coating or lining. 1/16 inch minimum thickness. and lubricated prior to tightening. Bolts on opposite to the torque recommended by the manufacturer. CAL JOINT PIPE AND FITTINGS Comply with AWWA C600 Table I latest edition and the manufacturer's recommendations. The range of torque for pipe size and bolt sire varies per application. The Engineer of Record shall famished to the City as a submittal the project specific materials used and the range of torque.required for the assembly and materials. 2400_General _Installation j "file AWWA C600-10 Table I Mechanical -joint bolt torque includes: Joint Size Bolt Sire Range of Torque In. In. ft-Ibs 3 5/8 45-60 4-24 3/4 75-90 30-36 1 100-120 42-48 1 1 /4 120-150 B. The spigot end of the pipe, the bell of the connecting pipe, and the rubber gasket shall be thoroughly cleaned using soapy water and cloth, removing all foreign materials from the bells. especially the gasket seats as specified for push-onjoints. Clean the gland in a similar manner. An approved pipe lubricant shall be applied to the spigot end of the pipe and the gasket. C. After the gland and gasket are placed on the the end to avoid fouling the bell; insert ��}va � contact with the bell shoulder. Then ad gasket seat. Hammering the gaske .nto spigot end within the bell. Bring he and make all nuts hand tight. Exe is c uet D. Make the joints tight by ng t e nuts wi then partially tighten to t 1 0 degrees " v applied tension urril kNZuired torgUeN a E. The Contractor Proper actuation of the limiting twist off nuts. then partially tighten the nk 180 de applied tension until the required proper tightening sequence will re > restraining gland, and in talof be removed as well. O1enubbeQg4Lk-_et nd of the pipe. a sufficient distance from snd in the fitting bell to tk1epo �t�of firm it into the be 7SgV2at in the t is not e 1 fed. Eaerci car to center the p into con ct x the Bask tto r all bolts. and I cate_t eep the spipok.Q eted in the bell. h a to. ue wrenc irs?partially tighten a nut, rom it. Wo aro'ttnd the pipe with uniformly (plied to all �ts. is t o measuring tension on bolts. re ing glands shall be ensured with torque hall be as follows. First partially tighten a nut. kGx7from it. Work around the pipe with uniformly' 's applied to all nuts. Failure to follow proper the the disassembly of the joint, removal of the current v restraining gland. Any damage to PVC pipe shall G. All buried iron pipes va e , and fittings shall be double poly wrapped. H. The rubber gasket and joint bolts of mechanical joint retainer glands shall be installed in accordance with the above section. Set screws shall be tightened evenly to approximately 75 ft-Ibs or as recommended by the manufacturer. 1.07 TRACER WIRE A. Comply with Arkansas Law Section § 14-271-1 1 1 (a)(2) which includes: "In addition to the foregoing, all underground facilities installed after January 1, 1996, shall be permanently marked with tracing wires of appropriate durability or in other manner 2400 Gencral Installation which will enable the operator to trace the specific course of the underground facility.", and as follows: B. Tracer wire shall be installed on all buried pipelines including water mains. water leads and water service lines without regard to pipe material. Tracer wire shall be installed on all buried sewer gravity mains; sewer force mains and gravity or pressure sewer services/sewer laterals without regard to pipe material. C. Unless designed otherwise by the Engineer of Record for deep bury/installation the tracer wire shall be installed directly on. to 6-inches above, the top of the pipe. D. As designed by the Engineer of Record and approved by the designated City engineer or Utilities Director, the tracer wire will tenminate and/or connect at: 1. An approved site specific application tracer wire box as manufactured by Copperhead Industries. LLC. or approved equal or, 2. CAD welded to the cast iron man o rame or, 3. Terminate in a valve box as dn d b the Engineer of Record a approved by the designated City engineer Co.r T 1 1es Dir o . ✓ The termination or installation of tr ec�rwr. nterior to 'ahole is pro ib1 e . E. Unless approved otherwise b. t'wIhhgfneer of�o�dnd the Cit: ' egnated engineer, all tracer wire installatio wil 21e a groundlanode at thSon and/or connection locations. �►` 1.08 MARKING TAP ♦` �% Q� G A. Marking tape shall 13 installedQaIburied a ver pipelines without regard to pipe material. This include raewer &ns, s wer force mains, gravity sewer laterals. water mains an atrnces. 1. Marking to . e shal i?iV a 18-inches above the top of pipe. 1.09 CONCRETE MITIGATION D;0 A. Water and sanitary sewae, deMT shall include the effects of the trench functioning as drainage or ground�uateo nce. Where indicated on'ther4proved plans, or determined by the Engineer in the field. concrete dams or concrete dams with slotted drainage pipe will be constructed at each connection location of new sewer pipe to the existing sewer system. Concrete dams with, or without slotted drainage pipe will be provided to help control the migration of groundwater from the new sewer trench to the exiting sewer system or adjacent property. Concrete dams shall be constructed in the sewer trench, outside the limits of excavation for manholes. Slotted drainage pipe where used will terminate in an approved drainage conveyance. 2400General Installation B. Hand excavate around the sewer pipe into undisturbed earth a minimum of six inches into bottom of the trench and the trench wall perpendicular to the pipe. The hand excavated void around the pipe shall be filled with concrete and a form shall be used to hold the concrete in place. The form may be left in place after backfilling and restoration. The concrete dam shall be 8-inches thick, non -reinforced and extend to the elevation indicated on the approved plans. C. Slotted drainage pipe ("trench drains) shall also be provided at concrete dams or low points from the bedding to defined drainage when required by the City. 1.10 INSTALLATION OF POLYETHYLENE PROTECTION MATERIAL A. Comply with the recommendations of AWWA C105 latest edition and as follows. B. Two layers ("double wrapped") of polyethylene material minimum 8 mils thickness, either in tubing form or in the form of Flat sheet or ror�ss�hall be placed around all buried mechanical joints of pipe and fittings; valves, fire hyd ts�irtd�ll saddles; sleeves; and cou I ng�apping saddles, and any other appurtenance with a olts.V1neRi:te:ialn d ll or ponents installed below ground shall be wr, e1\d�yt e polyet. Tape for field taping of pgiy;r ) piped fft etc. or I ;pair of missing polyethylene encasement mates Hall be P kk' 9060. Scot h ap -0 or equal C. Ductile iron and steel i a appurte c shall be 0>1ure encased in polyethylene tubing material. [ s� inti th serial form that is absolutely air or water tight, but to pipeto :ct. r O D. All tongs, cables, or chains a used for tin ipe and appurtenances that have been encased in polyethylen tat id shallbeacde tely padded to prevent damage to the material.� �` E. Repair any rips, punctures`, or er midge to the polyethylene with tape or with a short length of polyethylene tube cut ope apped around the pipe and secured in place. F. Polyethylene material sha used on [he job site in such a manner that it is not exposed to direct sunlight. ExpoMeNu nstallation shall not exceed forty-eight (48) hours. G. Backtill material shallab"'e the same as specified for pipe without polyethylene wrapping. Special care shall be taken to prevent damage to the polyethylene wrapping when placing backfill. Backftll material shall be free from cinders. refuse; boulders, rocks; stones, and/or other material that could damage polyethylene. END OF SECTION 2400 2400_Gencml_Installation 6 SECTION 3000 SEWER PIPE, FITTINGS AND MATERIALS PART 1-GENERAL 1.01 WORK INCLUDED A. This section covers pipe, pipe joints; and fittings and other materials for sanitary sewer pipelines and sewer service lines. B. Use only pipe, fittings, adapters and appurtenances approved by the City of Fayetteville. C. Use bends, tees; plugs, wyes, or other approved fittings constructed from the same material as the pipe in which they are installed. Use only standard, approved fittings. D. The Standard Specification include pipe and It ' g m diameters up to and includin g 18-inch diameter. Pipe and fittings for nominal ige eters/sizes greater than IVLOe not a Standard Specification. Projects includin . p �fittin nominal pipeerthan 18-inch will be considered on speci cease bascordance tt ecuon 1000 General Requirements. D�' • V 1.02 SUBMITTALS A. Use of materia^I other than those a $ ically listed Belo Is prohibited. B. Submit th � turer's cetW *te that the n teJs meet with these Specification requirements5ncluding m'aten I testing in ts. PART 2 — PRODUCTS/MATE 2.01 PROHIBITED PIPE M ERIfj1$` A. The following materials are specifiMWorbidden for use either in city sewers or service lines: I . Asphalt impregnated fifer tube pipe. 2. Clay Concrete eP �� 3. Concrete 4. Open profil�es PV pipe as defined in ASTM F794. 5. "No Hub' - - on soil pipe or other non bell and spigot pipe. 2.02 SERVICE LINES AND FITTINGS A. Service lines shall typically be four (4) inches in diameter PVC pipe and PVC fittings. Six (6) inch PVC services may be approved when constructed to the same standards as sewer main lines. 3000 Sewer Materials B. Four (4) inch PVC pipe and PVC fittings for service lines shall be SCH 40, glue joints, and shall be completely bedded as required for larger diameter PVC pipe. 2.03 CLEANOUTS A. Cleanouts shall be two-way opposing; SCH 40 PVC "Memphis Code' style. The riser pipe shall be topped off with a screw type plug. B. Cleanouts shall not be installed in areas of surface depressions or features that pond water. C. All cleanouts installed in asphalt or concrete shall be protected by a cast iron short bodied valve box; Model 70 as manufactured by East Jordan Iron Works or approved equal. All cleanouts installed in areas other than asphalt or concrete including but not limited to lawn areas, will have the cleanout and cap protected orn damage by a cast iron short bodied valve box, meter box or other method approved by �U, ...es Director. 2.04 POLYVINYL CHLORIDE (PVC) GP3kVI l6Y SEW PE (Solid W A. PVC pipe for gravity sewer main r • jcc mVVains sh I be een in col n • imprinted with "SEWER". V • B. Pipe fifteen (15) inches in� ''amete'i' and less: �n` to AS e 34. Maximum standard dimension ratio (SNnhes 'all�b�hventy six SR'Z6). C. Pipe greater than m dia a,:' onform t �Airements of ASTM F 679 with pipe stiffness desir the s ci i site and-ct. Sanitary sewer larger than 15 inch diameter require specific revue ti pprova om e City. D. Joint connections for in N3 04extem essure less than 25-ft head: push on, Flexible watertight elastomeric gas ets confo in to STM D 3212. Joint connections for internal or external pressure equal to or g efte25-ft head require specific project design and City approval. E. Marking In addition to FR" provide: The date of manufacture, class of pipe; specification designat'on. si ipe, name or trademark of manufacturer, and identification of plant/location shill b �'ge i ly marked on the outside of each pipe section in accordance with the ASTM D-3 34. 2.05 DUCTILE IRON PIPE FOR GRAVITY MAINS A. Gravity Sanitary Sewer ASTM A 746: Ductile Iron Pipe Gravity Sewer Pipe B. Minimum Pressure Class shall be as follows: l . 18-inch and smaller 350 psi 2. 24-inch 250 psi 3000 Sewer Materials 3. 30-inch and greater 200 psi C. Joint connections; pipe and fittings: 1. Push on and mechanical rubbergasketjoints: ANSI/AWWA CI I I/A21.11. 2. Flan_,ed: ANSI/AWWA CI I5/A21.15. ANSI B16.1. 3. Grooved and shouldered ANSI/AWWA C606. D. Weights and Marking: Weights of pipe and fittings shall conform strictly to the requirements of ANSI Specifications. The class designations for the various classes of pipe and fittings shall be cast onto fittings in raised numerals. and cast or stamped on the outside of each joint of pipe. Weights shall be plainly and conspicuously painted in white on the outside of each joint of pipe and each fitting after the exterior coating has hardened. E. Corrosion Control: 1. Interior: All Ductile Iron Pipe and fittings protective lining and exterior pro Series 431 Peoria -Shield, or P1ro approved by the City for the spe 2. Exterior: �`a► Where requested I t e Ity, or i Iron Pipe and fittings Zed for se, an ceramic epoxy exterior co m. interior protective linin emei by the Engineer of Recor n a 7 fosr shall ha n oxy cera�tcrl or Ncoating. The (er c epoxy I' 'Sill be Tnemec I as detefmt�red by the E 1 n er f Record and project�� +:�i"' the speoffi aJgn by the Engineer. all Ductile fall hav n d 'u the interior ceramic epoxy lining Ming th ame equirements of the ceramic epoxy es 4*11 P Shield. or Protecto 401 as determined ✓egl5 the City for the specific project. Ductile Iron Pipe and fittings not r ui Ed to have an epoxy ceramic exterior coating shall be supplied with manufacturer'skstan and I mil thickness asphaltic exterior coating per ANSI/AWWA C151/ I� 11. r the Ductile Iron Pipe Research Association (DIPRA) the 1 mil asphaltic coat�pgtis'Qio`f�wco osion control method but furnished by the manufacturers to minimize atmospherics dation for aesthetic reasons (https:H\"vw.dipra.org/ductile-iron- Ductile Iron Pipe and fittings shall be double wrapped in polyethylene tube or sheet materials conforming to the requirements of ANSI/AWWA C 105/A21.5. 4. Additional corrosion control methods including cathodic protection may be required for specific sites and projects as requested by the City or designed by the Engineer and in accordance with DIPRA publication "The Design Decision Model for Corrosion Control of Ductile Iron Pipe" latest edition. 3000 Sewer Materials 3 2.06 DUCTILE IRON FITTINGS A. All ductile iron fittings for Ductile Iron Pipe (DIP) shall conform to the requirements of ANSI/AWWA CI53/A21.53, latest revision; for Ductile Iron Compact Fittings. All fittings shall be MJ x MJ. All ductile iron fittings shall have an interior ceramic epoxy lining suitable for sewer service. B. All ductile iron fittings for PVC pipe shall be full body; 350 PSI rating and shall conform to the requirements of ANSI/AWWA CI IO/A21.10. latest revision; for Ductile Iron and Gray Iron Fittings. All ductile iron fittings shall be MJ x MJ. All ductile iron fittings shall have an interior ceramic epoxy lining suitable for sewer service. 2.07 INTERIOR CERAMIC EPDXY LINING FOR DUCTILE IRON PIPE AND FITTINGS A. Provide a minimum 40 mil nominal d . 1 th ckness protective lining c ski g of a ceramic epoxy specifically designed for�ater en rients. The <:m,c ep xy will contain at least 20% by volume cer icOw al. The ceramic epoxy lining wi )ec Series 4g rma-Shie �P otecto 401 as determined by the Engineer o R c td and a�d&e'ed�by the CiG r , e specific project. B. All cut ends an t e are requiri air shall m iecliately repaired with a manufacturers su i . ceramic e6Qx touch-up kit3 2.08 POLVETHVLENCtENCASEIK A. Polyethylene encasemeRRa,m co The virgin linear low-deetldyl of.008 inches (8 mils), abe1plk B. The color shall be black with AWWA C 105 standard. _ �Ofo ANSI/AWWA C105, latest revision. shall have a minimum normal thickness either flat tube or sheet form. carbon black UV inhibitor and printed per the C. Tape for field tapin o p aped pipe, fittings, etc. or field repair of missing polyethylene encanen material shall be Polyken 9900; Scotchrap #50 or equal; at least 2-inches wide; and l s�'jed as per the Polyethylene Encasement Installation Guide published by DIPRA. Duct Tape is not permitted. D. All buried iron pipe and fittings shall be double poly wrapped. 2.09 CENTRIFUGALLY CAST FIBERGLASS GRAVITY SEWER PIPE A. Fiberglass gravity sewer pipe is not a Standard Specification. 3000 Sewer Materials 4 B. Fiberglass gravity sewer pipe will be considered on specific case by case basis in accordance with Sections 1000 1.01 B and 1000 1.07 A. Approval will be project specific and requires approval from the Utilities Director. 2.10 A. B. C. D. 2.11 A. B. 2.12 A. B. 2.13 A. REINFORCED FLEXIBLE RUBBER COUPLINGS Materials: Chemical resistant rubber. Flexible tubber coupling shall be Femco or approved equal. Flexible rubber coupling shall be reinforced with a stainless steel shear ring. Clamping bands: two (2) each stainless steel bands. Dimensions: Inside diameter to fit the outside diameter of the different pipe materials being connected: take care that proper alignment is maintained and the spacing between pipes does not exceed 1/2 inch as shown in the City En iMe ing Standard Detail Drawings SERVICE SADDLES A composite saddle using a virgin BR empound gasket STM D-2 0 ) a d a ductile iron saddle casting (ASTM A 536) R appro9k1lta)•. All saddles shall be appro byEnginee ri to installa ' n SERVICE WV The wye materiaVanoint type 47:S4 Match th�fOf�tQinline pipe. Wyes shall terminate pipe as specified herei MECHANICAL JO Restraint devices for greater than 18-inch joint fittings and P considered on specd Requirements. of a 4 inch SCH 40 PVC service line I appurtenances for nominal pipe sizes Rion. Restraint devices for mechanical )e sizes greater than 18-inch will be :cordance with Section 1000 General B. Restraint devices for mechanical joint fittings and appurtenances for nominal pipe sizes 3- inch through 18-inch shall consist of multiple gripping wedges incorporated into a follower gland meeting the applicable requirements of ANSI/AWWA Cl 10/A21.10. C. Mechanical joint retainer glands shall be made from ductile iron and shall be designed for a working pressure of at least 350-psi for 3-inch through 16-inch ductile iron pipe, at least 305-psi for 3-inch through 12-inch PVC, and at least 250-psi for 18-inch ductile iron pipe. 3000 Sewer Materials 5 D. Retainer glands shall have an approved coating system for corrosion resistance equivalent to EBBA MEGA -BOND@ and manufacturing traceability. Retainer glands shall be manufactured by EBAA Iron; Inc. (USA only), Smith -Blair; Inc. (USA only); or Star Pipe Products (USA only). Retainer glands for pipe sizes 3-inch through 12-inch shall be manufactured by EBAA Iron; Inc. (USA only); Smith -Blair, Inc. (USA only); or Star Pipe Products (USA only). 2. Retainer glands for pipe sizes greater than 12-inches shall be manufactured by EBAA Iron; Inc. (USA only); or Star Pipe Products (USA only). 2.14 PIPE BELL RESTRAINTS A. Bell restraint devices for nominal pipe sizes greater than 18-inch are not a Standard Specification. Bell restraint devices for nornilo pipe sizes greater than 18-inch will be considered on specific case by case is to ccordance with SectioQSGieneral Requirements; and as follows. 'lo B. Bell restraints for AWWA C900 es 4-inc thro h 12-inch a Series 1900 Restraint Harness, as manuf%f e BAA*Ir , Itt�. Device it ave an approved coating system for corrosion res ce equiv nMEGA- ® D and manufacturing traceability. C. Bell restraints fo�rD C sizesft. . through 18ONfiall be provided as required. Devices shall h® aanJapproved system orcrosion resistance equivalent to MEGA-BONDan ranufac . ng raceab' v D. Bell restraints for Due Ri ipe sizes 4-m through 18-inch shall be Series 1700 Restraint Harness, as Nd �y L�A Iron, Inc. Devices shall have an approved coating system for corrosion resc ee*quillalent to MEGA -BOND® and manufacturing traceability. E. When all -thread attachments a e required, eye -bolt style attachments are not acceptable. Romac "qucf e Y" style attachments or approved equal shall be used. All -threads shall b ad�i+t9IXtainless steel. 2.15 BOLTS A. All bolts and nuts for valves; fittings, and restraints shall be 316 stainless steel unless specified otherwise. Anti -seize lubricant shall be used when assembling all stainless steel hardware to reduce galling. 2.16 FORCE MAIN MATERIALS A. Each material acceptable for force main construction is described below. The Engineer shall submit a design fatigue analysis to determine which material will be used. 3000 Sewer Materials 6 B. The City may require that force main be constructed in such a fashion that they may be converted to gravity sewer lines at a later date with the only modification to be adding manholes. 2.17 POLVVINVC CHLORIDE (PVC) PIPE FOR FORCE MAINS A. PVC pipe less than 4 inches in size shall *be manufactured in accordance with ASTM D- 2241 and be SDR 13.5. B. PVC pipe 4 inches through 12 inches in size shall be manufactured in accordance with AWWA C900, latest revision, and shall be DR 14. C. PVC pipe, couplings, and fabricated fittings shall be made from virgin PVC resin that has been compounded to provide physical and chemical properties that equal or exceed cell class 12454 as defined in ASTM D1784, latest revision. Clean, reworked material generated from the manufacturer's wn roduction shall be acceptable as long as the pipe produced meets all the requires e t , f t e Specifications. D. Joints for PVC pipe shall confor YeMiniffi pecificati • 139. late re ion. E. Nominal laying length shall �ngth of a cup ec t n of pipe shall be 5 feet. V �7'4 *``uF. Marking on pipe and sal' 'no de the foI and shallph`liat intervals of not more than 5 fee[. �� /�n �'+ 1. Nominal size�fn inches a d \DD has o e -- ple, 4 CI). 2. PVC. 3. Dimension rati mple, = 14). 4. AWWA pressur ass or etta p PC 305). 5. Test pressure for�hydro e (for example, T330) or if not tested, "NOT HYDROSTATIC PROOF E si'�' 6. AWWA designation mb r or this standard (ANSI/AWWA C900 or ASTM D-2241). 7. Manufacturers a o3 trademark and production run record or lot code. 8. Seal (mark�th to Iting agency verifying the suitability of the pipe material for potabl Awate service. 9. "SEWER". 2.18 DUCTILE IRON PIPE FOR FORCE MAINS A. Ductile Iron Pipe shall conform to the requirements of "Ductile -Iron Pipe, Centrifugally Cast" AWWA Standard C151/A21.51. latest revision. 3000 Sewer Materials 7 B. Ductile iron pipe shall be designed in accordance with the requirements of "Thickness Design of Ductile -Iron Pipe". ANSUAWWA C150/A21.50. latest revision. Minimum pressure class shall be 250 psi. C. Joint connections, pipe and fittings (latest revision): 1. Push on and mechanical rubber -asketjoints: ANSI/AWWA Cl I 1/A21.1 I. 2. Flanged: ANSUAWWA Cl 15/A21.15, ANSI 1316.1. 3. Grooved and shouldered ANSUAWWA C606. D. Nominal laying length shall be 20 feet. Minimum length of a cut section of pipe shall be 5 feet. E. Weights and Marking: Weights of pipe and fittings shall conform strictly to the requirements of ANSI Specifications. The weight, class or nominal thickness, and casting period shall be shown on each pipe. Them cturer's mark, country where �cawst; year in which the pipe was produced; and the ktt4 "D' " or "DUCTILE" shall e 4mi metal stamped on the pipe, and letters and n erals on pip es 14 in. (356 &fi'd larger shall be not less than 1/ 2 in. (13 tin i iiAt. F. Corrosion Control ` 1. Interior: All Ductile Iron P' e ♦ mgs used o ve���r shhalI ha a po'xy ceramic interior protective lining a e. nor protect c Ming. Th� i� epoxy lining will be Tnemec m Series 431 Pera-SM19d, or Prot cto 01 as d t by the Engineer of Record and approved by the City for the pe Vrojec 2. Exterior: Where requested by the Ciry, or ' di a dthe specific design by the Engineer, all Ductile Iron Pipe and fittings used for sewe s I have in addition the interior ceramic epoxy lining an ceramic epoxy exterior c at g meeting the same requirements of the ceramic epoxy interior protective lining, Series 431 Perma-Shield, or Protecto 401 as determined by the Engineer ofeTo�a proved by the City for the specific project. Ductile Iron Pipe and fittings not required to have an epoxy ceramic exterior coating shall be supplied with manufacturer's standard 1 mil thickness asphaltic exterior coating per ANSI/AWWA C151/A21.51. Per the Ductile Iron Pipe research Association (DIPRA) the I mil asphaltic coating is not a corrosion control method but furnished by the manufacturers to minimize atmospheric oxidation for aesthetic reasons. 3000_Sewer_Materials 8 2.19 A. B. C. 3. Ductile Iron Pipe and fittings shall be double wrapped in polyethylene tube or sheet materials contonning to the requirements of ANSI/AWWA C 105/A21.5 and SECTION 3000 2.06 of this specification. 4. Additional corrosion control methods including cathodic protection may be required for specific sites and projects as requested by the City or designed by the Engineer and in accordance with DIPORA publication "The Design Decision Model for Corrosion Control of Ductile Iron Pipe" latest edition. All cut ends and other areas requiring repair shall be immediately repaired with a manufacturers supplied field ceramic epoxy touch-up kit. VALVES FOR FORCE MAINS Gate valves up to 8-inch shall be the same Valves greater than 8 inches require Full port (100% area) plug manufactured by Val-Matic o, Hater valves as specified in Section 4000. ieeific d si ,n and City appro� e AWWA C517, late r vis on shall be D. Valves shall be installed along t'te ength of t�r6e main. n6ti>Ze7ceed 1000' unless a variance is approved by City for Ion cc sins. All�a oxes shall be marked sewer. An empty valve all be instAlleWn the viol } ol1he discharge manhole and at fittings that ca a ange inedreiwhere the tracer Ire can be brought to grade for a point of connecu t aid in trorce mai mch SCH-40 PVC pipe shall be installed in the emp valve ip5sare apipe marker label affixed and further labeled "No Valve. T acids shall have the word "SEWER" and a concrete pad with a nimui of 18 Inchor round dimension as appropriate. This shall be for both p��d and unpa;ap, ications. 2.20 AIR / VACUUM RELIEF VAI31� A. Sanitary sewer force mains sha I be esigned to avoid the need for air or vacuum release lines. If possible; forc diemtall be designed without high points and with the top of the force main below th ��a�uIca de line at the minimum pumping rate so that relief valves will not be needed' B. If high points in the fie main cannot be eliminated; a stainless steel A.R.I. Flow Control Accessories sewage air release valve or approved equal shall be installed at each significant high point where air could become trapped. The air release valve shall be installed in a manhole structure in accordance with the requirements of Section 3300-Manholes, and provisions shall be required for draining the structure. A high point shall be considered significant if it is 2 feet or more above the minimum hydraulic grade line, or, when pumping is intermittent, above the static head line. 2.21 TRACER WIRE 3000 Sewer Materials 9 A. Tracer wire shall be 12-gauge solid coated copper or 14-gauge coated copper clad steel for underground burial. B. Jacket color shall be GREEN, and made of High Density Polyethylene (HDPE) or High Molecular Weight Polyethylene (HMWPE) designed for direct burial. C. Connectors shall be used for all splices or repairs. Connectors shall be moisture displacement style as manufactured by 3M DBR, or equal. D. A locate or conductivity test shall be performed prior to signing off on the project. E. The tracer wire will terminate and/or connect at: 1. An approved site specific application tracer wire box as manufactured by Copperhead Industries, LLC. or approved equal or, 2. CAD welded to the cast iron rnane0oleirame or, J. Terminate in a valve boa as d�d b the Engineer of Record I CIPP oved by the designated City engineer =i��{JI les Dir✓✓ The termination or installation o ac ire in[eri0 to a anhole is(�j�hr iced. 2.22 MARKING TAPE ` A. Non-metallic sanitarye er larking to s e wamin tap�as manufactured by Rhino Marking and Pro c I s ems, Har V stries, Inc.. r approved equal. B. Tape shall have a minimum thi ne of 4 niartufactured with heavy metal -free polyethylene tape that is i ,e o to all o alkalis, acids, chemical reagents, and solvents found in soil. Tittit i um overall wi f the tape shall not be less than 3-inches. Standard rolls shall be I en It. • C. The tape shall be color coded �een and imprinted with the following message: Caution — Buried Sewer Lin low. 2.23 SEWER LINE MAR���►►►KAt A. Sewer line marker�sha TriView Marking System by Rhino Marking and Protection Systems, Carsonite to at, Dual-Sided Utility Marker (CIB-380), or approved equal. All markers shall be installed according to the manufacturers recommendations. The uppermost portion of the Carsonite marker shall be made of Visibility Enhancer (CVE-360), or approved equal and must be bolted to the utility marker. TriView markers do not require visibility enhancers. The utility marker shall read as follows: "CAUTION. SEWER PIPELINE", "City of Fayetteville", and Before Digging Call 1-800-482-8998". The label shall also include the official City Logo and be white in color with green and black lettering. The label shall be affixed to two sides of the marker. An additional white 1" wide reflective tape (3M or equal) shall be placed around the full circumference of 3000 Smer \7aterials 10 'the top of the marker. the base of each marker. Concrete shall be placed 6-inches around and 1-foot deep around B. Sewer line pipeline markers shall be installed beside all manholes that are located in easements and backyards. Manholes located in front yards and in streets do not require markers. C. Sewer line pipeline markers shall be installed along sewer force mains at valves and at significant fittings that cause a change in direction. PART 3-EXECUTION 3.01 INSTALLATION A. General Installation: refer to Section 2400 B. Sanitary Sewer Pipelines: Refer to Sectio I G C. Sanitary Sewer Service Lines: P Refer o SVttofi 3200 �✓ � o � o O P •� O� G� 3000 Sewer Materials (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 3000 3000 Sewer Materials 12 SECTION 3100 INSTALLATION OF SEWER PIPE, FITTINGS, AND MATERIALS PART 1-GENERAL 1.01 WORK INCLUDED A. Installation of sanitary sewer pipelines. B. Installation of sanitary sewer service lines. C. Point repairs on existing sanitary sewer pipelines. 1.02 DEFINITIONS A. New Sewer Lines— Sewer lines installed i u i a r anner that there is nosew a tlsvy during construction. ✓ B. Replacement Sewer Lines — Sewe in installed in a trenc while the a ow�from "live" service connections. C. Point Repairs - Replacemen olahortsection es` 50 fe in en th) in an existing sewer Imes. • �► D. Force Mains - Se. p' hoes that a�port wastew�tier pressure from a pump station to a discharge point. E. City Sewer Main - A p� s ry see r in all owners of abutting properties have equal rights and is mainld co oed by the City of Fayetteville. No sewer line smaller than six (6) inches diaiRetel js ity sewer. F. Service Line - The sewer which co v ys the discharge from a building's plumbing system or other approved waste sys�te to the city sanitary sewer system. The service line begins at the connection to the, tgsT Itary sewer and ends at the building foundation. 1.03 GENERAL REQUCiENTS A. As specified elsewhere within these Specifications. 1.04 QUALITY ASSURANCE A. Inspect all service lines per Section 5200 Pipelines, Manholes, and Service Lines. Inspection and Testing of Sanitary Sewer 3100 Sewer Insmllation 1.05 ADDITIONAL REQUIREMENTS A. SHALLOW BURY Ductile iron pipe for sewer shall be required when the existing grade or the proposed finish grade; whichever is less; provides less than 36 inches of cover. The ductile iron pipe shall extend from manhole to manhole. The ductile iron pipe shall meet the requirements of Section 3000 — Sewer Pipe; Fittings, and Materials; of these Specifications. B. MAXIMUM DEPTH BURY PVC The maximum depth of bury for PVC pipe is sixteen (16) feet. Any depths greater than sixteen (16) feet require ductile iron pipe. The ductile iron pipe shall extend from manhole to manhole. The ductile iron pipe shall meet requirements of Section 3000 — Sewer Pipe; Fittings, and Materials; of these Specificat n �G✓ C. PIERS AND AERIAL CROSSING 1. Aerial crossings and sewer Ip i ers shall b 24se`d. 2. Aerial crossings; sewer, a on peers and 1. i6 be desi ee b he Engineer of Record for the specific projeR �in luded with a project docents submitted to the City for review and appro L �` � 3. Install concrete piers as indic8!d,nthe a droDris and per Section 3600 -Cast-In- Place Concrete. D. GRADES EXCEEDING '� 1. Whenever the grade of the ly;Txceeds 15% (percent), ductile iron pipe shall be required. The ductile iron pipe�et the requirements of Section 3000 — Sewer Pipe. Fittings; and Materials; of then pectficatlons. 2. Sewers on 15 pery�t p♦ip Sib or greater shall be anchored securely with concrete anchors in accordance wil the Water Standard details prepared by the City of Fayetteville Engineering DivisiNalt spaced as follows: Not over 36 feet center to center on grades 15 percent and up to 35 percent. Not over 24 feet center to center on grades 35 percent and up to 50 percent. Not over 16 feet center to center on grades 50 percent and over. 4. Anchor collars should be placed on downstream side of bell. 3 100Sewer Installation Where no bell is available. a retainer gland shall be installed. E. COLD WEATHER INSTALLATION The City reserves the right to order pipe installation discontinued whenever; in its opinion; there is danger of the quality of work being impaired because of cold weather. The Contractor shall be responsible for heating the pipe and jointing material so as to prevent freezing ofjoints. Do not lay any pipe on frozen ground. No flexible or semi -rigid pipe shall be laid when the air temperature is less than 32° F unless proper precautions per the manufacturer's recommendations are taken by the Contractor and the method is approved by the Engineer and City. 2. When pipes with rubber gaskets or resilient -type joints are to be laid in cold weather; sufficiently warm the gasket or joint material so as to facilitate making a properjoint. D. Reinforced Flexible Rubber Couplings O 1. Install reinforced flexible Zbbe�oupling only wi?re issim' a t materials are connected. 14 2. Take care that pro ali« ment is mar taiand a m I u spacing between pipes does not exc - If inch. eo e h v 3. Encase rei rce FlexibleQet oupling i concrete as shown on the City Engineering andard Details. O PART2-PRODUCTS P •� A. Specified elsewhere within the S ndNs. PART 3 — EXECUTION 3.01 WYE FITTINGS FOR -VI E CONNECTIONS A. Use in -line wye fim for all service connections except on ductile iron pipe and polyethylene pipe. B. The wye material and joint type must match that of the mainline pipe. C. Use taps instead of wyes only on ductile iron pipe and polyethylene pipe. D. Install wye branches at the location of live services or as indicated on the construction plans. Install wye connections for services in accordance with the manufacturer's recommendations. 3 100Sewer InsmlIat ion E. Place Class "A" concrete under each wve branch to prevent cracking or twisting under earth loads. F. Mark woes for future connections using marking tape, tracer wire; yellow nylon rope, and 1 /2" x 4' rebar or fence tee -post. G. Terminate wyes for future connections in a bell suitable for connection of a four -inch SCH- 40 PVC service line. Securely plug all wyes and service stubs for future connections. H. For Service Wye Details, see the City Engineering Standard Detail Drawings. 3.02 CLEANOUTS FOR SERVICE CONNECTIONS A. Install cleanouts on service lines at the property line where the main line is in the paved right- of-way, as required by plumbing code, or as i d red on the construction plans and as further specified in Section 3200. For Cleanout Details, see the City E nSn r Standard N - r ravings9.1** 3.03 BACKFILLING AND INSP` • A. Before backfilling, place cret encasemen at ansrtions rfferent types of pipe and around all flexibltV her, couplings s s wn on the a, ergs. Use Class A concrete per Section 3600- > -.g ace Cone B. Before backtilting, ins concre an or coil dance with the City Engineering or project specific details at the caoa d inte al an shown on the Drawings. Use Class B concrete and reinforce vfjtl�te ars per S_ecnon 0-Cast-In-Place Concrete. C. After the pipeline is install -d and • u9k' ected by the Engineer, backtill the trench per Section 2300-Excavation, Back- �'n , Compacting. D. Test the pipeline per Section 00-Inspection and Testing of Sewer Lines. Manholes, and Service Lines. �♦ E. Repair all paveme is per'- 6000-Pavement Repair. F. Repair all incidental damage to buildings, structures, utilities, pavements, landscaping, etc. G. Repair sodded and grass areas to original condition. 3.04 CONNECTION OF NEW SEWER LINES TO EXISTING SEWER LINES A. Construct, clean, test, and obtain Engineer's approval for sewer lines and manholes before connecting new sewer lines to the existing sewer. 3100 Sewer Installation 4 B. If. in the opinion of the Engineer, conditions exist which require connection prior to final line acceptance, plug all lines entering the manhole connecting to the existing system until the new system is accepted. In addition; plug the line leaving the first manhole upstream. Never allow water being used to flush the new lines to enter the existing system. C. All new sewer lines must connect to the existing system at a new or existing manhole. If a new manhole is built over an existing sewer line, do not break out the top of the existing pipe until the new line is accepted. D. If a new sewer line is to discharge into an existing manhole, divert the sewage flow around the existing manhole while the tie-in is under construction. Intercept the sewage flow at the existing manhole first upstream from the tie-in construction. Provide suitable pumping equipment and re-routing conduit to pump the sewage around the tie-in construction. Discharge into an appropriate manhole downstrrejeaam,, from the construction. E. Connection to an existing manhole sha e1iiaZ by core drilling. A co crh^to anhole adapter shall be installed on the sewer pi ��a e an I space grouted ' ante to Section 3300 —Manholes. F. Connect new sewer lines to *Is ;\Xholesh�Ub�workm k tr nner, to ensure a watertight connection. 3.05 GRAVITY SEWER" E t1�T NSTALLLIVE E E LINES AND POINT REPAIRS e A. Install sewer lines anT1'pcint repa s asdetailed a a�o new sewer lines with the. following exceptions: 1. Divert all upstre ow '0u9d a ction to be replaced with plugs or pumps. The bedding must be k - t dry d4 n [a ation. If trench bottom is too wet, excavate wet portion and replace with material. 2. Make transitions to n& al pipe using materials and procedures specified. Take care that replacemens pJ e � igned properly with no offsets. Install concrete encasement around traniti—ft . a e e that no concrete from the encasement enters the existing pipeline. IfThis occurs. remove the concrete. 3. At the end of each days work, and when for any reason the laying of pipe will be discontinued for an appreciable period, place a temporary section of pipe in the live line. 4. Pressure testing is not required. Visual and television testing are required. 5. Mandrel testing is required. 3100 Sewer Installation 6. Service line pressure testing is not required. A temporary debris catcher, as shown in the City Engineering Standard Detail Drawings, shall be used in the downstream manhole. 3.06 FORCE MAIN PIPE INSTALLATION A. Install all pipe and fittings to the line and grade as detailed on the Drawings. All bolted valves, fittings; etc. shall be installed the same as water lines. Refer to Section 4100. B. The force main shall have tape marked sewer wrapped around the pipe with complete revolutions not to exceed six feet (6'). Tape marked sewer shall also be installed in the trench 18" above the top of the sewer force main. C. Remove all dirt and other foreign matter fro he inside of pipe and fittings before they are lowered into the trench. Keep pipe and n s c an during and after layin�g care to keep dirt out of the bells. Plug all pipe o� t the of each days woArkLorav en pipe laying is discontinued. �' � D. Use proper equipment for low FFM����ect'ons of pi renches. `pe _carefully into the trench so the spigot and be ��jll�lot becom c inated. E. Cut pipe in a neat and r . anlliikke m n w out d e ipe or pipe lining when trinuningjoint I ` F. Install pipe with bell ds facing ' drectio n Face bells upgrade on lines on an appreciable slope. G. When necessary to defle p 7masttt line in either the horizontal or vertical plan to avoid obstructions, the p1 may b ♦ in the joint the least of the manufacturer's recommendations, or'a maximur of ree (I°) (equal to 4 inches per 20 feet). Ft. Pipe barrel bending shall not b allowed. I. Before backfilling, Mere thrust blocking and anchor collars in accordance with the • project specific anor ngineering Standard Details on Plans and in accordance with SECTION 4100 Ins t on of Water Pipe, Fittings and Materials. Thrust blocking shall be designed based on pressures of at least 25 percent greater than the maximum pump design shutoff head plus a water hammer allowance with an appropriate factor of safety. J. All force mains shall be equipped with a Pig Launch & Retrieval System. Refer to City Engineering Standard Details. K. Sewer line pipeline markers shall be installed beside all manholes and valve boxes that are located in easements and backyards. Manholes and valve boxes located in front yards and in streets do not require markers. 3100 Sewer Installation L. Test the pipeline per Section 5200-inspection and "resting of Sewer Lines. Manholes_. and Service Lines. M. After the pipeline is installed and visually inspected by the Engineer, backtill the trench per Section 2300-Excavation, Backfilling, and Compacting. Repair all pavements per Section 6000-Pavement Repair. Repair all incidental damage to buildings, structures, utilities, pavements. landscaping, etc. N. Repair sodded and grass areas to original condition. 3.07 WATER LINE CROSSINGS A. Sewer lines installed under a water line must have a clear distance between pipes of at least eighteen (18) inches. B. The sewer line shall be installed such t6J!in of pipe is centered alon thy'�ys. aver line and the joints are as far as possible from ta ern line. upass C. If 18-inches of clearance cannotZepded or when th ater mai under the sewer main, either the sanita lain or4thew wr main sh [cased in twenty (20) feet of watertight encasemente, cen[e -d ce7 thepoint cro ing. Crossings that are not perpendicular w regiNre snorean wenty (2 et oh encasement. The encasement shall ext d mt. imum of,n feet per di lar from the outside edges of the line that tg encase ends oft a ement pipe shall be sealed watertight. Refer S tion 3400,kWEncasemffntil i r 3.08 STORM SEWER A. For maintenance purpo wherever the sanitary seX el other significant obstacles as or as requested by the design CN Ov 'kv11 be encased in steel encasement pipe rant utilities, significant drainage way(s), or the design provided by the Engineer of Record 3100_SewainstaI Iation 7 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 3100 3100_Smer_Installaiion 8 SECTION 3200 INSTALLATION OF SEWER SERVICE LINES PARTI- GENERAL 1.01 WORK INCLUDED A. This section covers: I . Installation of sanitary sewer service lines. 2. Point repairs on existing sanitary sewer service lines. 1.02 DEFINITIONS A. City Sewer Main - A public sanitary sewer in which all owners of abutting properties have equal rights and is maintained and controller the City of Fayetteville. No sewer line smaller than six (6) inches in diameter isfazcti�sekver. �G L%1 l� r/ B. Service Line - The sewer which or other approved waste system at the connection to the city s4ni 1.03 GENERAL A. Comply with requirements t 1.04 QUALITY ASS] A" Inspect all servic Pipelines, Manho 1.05 REFERENCES A. Arkansas State PI 9 N sanitary buil 5ng system line begins -ode, the it, f Fayetteville Codes and thin the ications. Inspection and Testing of Sanitary Sewer City of Fayetteville'�Ordinance Chapter 173 BUILDING REGULATIONS including but not limited to 173.06 Plumbing Code. PART 2-PRODUCTS A. Specified elsewhere within these Standards. 3200 Sewer Services 1 PART 3 - EXECUTION 3.01 ADDITIONAL REQUIREMENTS A. Bends I . Avoid using short radius ninety degree bends on 4" service lines. 2. Use only long sweep bends where bends are absolutely necessary. B. Cleanouts C 163 I . At the building foundation. 2. On lines longer than one hundred (100) feet, cleanouts are required at one hundred (100) foot spacing. 3. Install cleanouts adjacent to any nind-A egree bend. 4. Install pipe on cleanout riser up I h ade. 5. The cleanout shall be the same d r as the on which it is ' s 11 Backwater Traps (Sewage check al ' 1. Provide backwater trans[as#reouired1Xe ion 715 ciI ater Valves of the low pei8 ic'�ervicing. O O E. Service line installation. P .� 1. Lay the service line on a ti g SIVVignment and at a constant slope. minimum slope of one percent (I. 0 o); this equal's one -eighth inch fall (1 /8 / LF). . � k Arkansas Plumbi Codevor as she 2. Place backwal ap in a meter A Aerial Crossingsrs e) zi 1. Comply with Sectio 49 Install pipe at a per lineal foot 2 Install bendn�Ns4vi�e lines at all changes in alignment and slope. Cleanouts are required at 90 ��egree�ends and every 100 feet on lines longer than 100 feet. Bends on 6" and larger servic s are only permitted within 5 feet of the building foundation and 2 feet of the manhole being connected to; if longer than 150 feet, bends are not allowed and manholes must be built. "No -Hub" type pipe connections are not permitted. F. Reinforced Flexible Rubber Couplings 3200 Sewer Services 1. Install a reinforced flexible rubber coupling only where dissimilar pipe materials are mated. 2. Take care that proper alignment is maintained. I Encase reinforced Flexible rubber coupling in Class A concrete as shown on the City Engineering Standard Details. G. Tracer wire shall be installed from the public main to the building foundation and as further specified elsewhere. 3.02 SERVICE LINE CONNECTIONS TO CITY SEWER PIPELINES A. Wye connection - Use existing wye or other prefabricated outlet if one has been left in the city sewer for sewer service to a lot unless it can be shown that the dwelling unit or building cannot drain by gravity to the wye. B. Taps Where a wye or other prefabri a lot, a tap connection shall e the building sewer to the 8 ty 2. The City shall install ,1 ap t fee has been paid. V C. Manhole Taps • a► I . Manhole `only p connections o exis[in3 2. Install manhole tap no nod invert. J. Make manhole to a ght• 4. Manhole taps are nside%djp t�tlet in th � sewer is not a btbtc o serve �ited'at a locati p roved by to y to connect Per, ` ing ap yTd wterials an *eIzent after the tap '� c'V rl- on end- Manholes. Make manhole tap ales ain on the Drawings. than ent four (24) inches above the manhole v h with inside surface of manhole. [ the service line and are subject to inspection. 3.03 SERVICE LINE REPLAC ENTIREPAIRS A. Obtain permit per 94?oNL 20ville requirements. B. When possible, the"au'sTing tap or wye should be used to connect a repaired or replaced service line. C. When the existing wye or tap cannot be used, then the Contractor shall seal original wye or tap (to prevent entrance or rainwater or debris into the city sewer) and contact the City of Fayetteville to arrange for inspection of seal. D. Repair damaged portion in accordance with these specifications. 3200 Sewer Services 3 E. If reinforced Flexible rubber couplings are required; be sure to encase them in Class A Concrete as shown in the City Engineering Standard Details. F. Contact the City of Fayetteville to arrange for inspection of service line repair. 3.04 RELOCATE SERVICE EXIT A. Obtain Plumbing Permit from the City of Fayetteville. B. Relocate where the sanitary sewer line exits the structure and plug the old sewer line where it was cut to be rerouted. C. Coordinate the inspection of the work with the City Plumbing Inspector. 3200 Sewer Services 4 SECTION 3300 PARTI-GENERAL MANHOLES 1.01 WORK INCLUDED A. This section covers the materials and procedures used in the construction and repair of sanitary sewer manholes. 1.02 SUBMITTALS A. Furnish Shop Drawings and Submittal Data for approval prior to the delivery of any pre -cast manhole sections. B. Submit all materials for approval. 1.03 MANHOLE DIMENSIONS AND LAi♦w A. The required dimensions on manh 6carg, lI. Cone section height: iunimum- 4An�hes, maxi 2. Throat section hei t: 18Xches, max m B. Locate the manho centerlines I��pipelines a eri and leavingass through the y g center of the man O C. The following are minimu m le diam ters or sanitary sewers entering/exiting a manhole at the followin g i angle 131A . E DIAMETERS P ermg/Leaving Pipes Entering/Leaving _ ` a 0 - 45' Bend at 45' - 90' Bend Pipe Size 8"-1S' ` 16" - 30" C 33 ' - 42" PART 2-PRODUCTS M 60" 72" 2.01 WATER FOR MORTAR AND GROUT a -IN 60" 72" 3300 Manholes A Water: Potable water free from injurious amounts of acids. alkalis; oils, sewage, vegetable matter, and dirt. 2.02 CEMENT 0 2.03 Portland Cement; conforming to AASHTO M 85, Type I. MANHOLE GROUT A. Cementitious non -shrink groat for use in manholes shall be one specially formulated for stopping active infiltration and tilling voids in manholes and similar locations. Grout mix shall provide a quick -setting, volume -stable, cementitious product suitable for patching the interior of manholes when mixed and applied according to the manufacturer's recommendations. Grout mix shall be Strong Seal QSR, or approved equal. 2.04 A. B. C. CAST -IN -Pt ACV N4ANHni.Fc /"_ Construct Reinforcer The frame 2.05 PRECAST A. Conform t4 B. Never tran (80% of 4, C. Mark each in the prop D. Make sure laid. E. )si -d Pipe connections 4,manboTe - Cutouts should be equipped with rubber boots to ensure a watertight cormection)wMaterial shall be equal to A-Lok compression connector or A-Lok G3 Boot System, as manufactured by A-Lok Products; Inc. F. Joint Sealant - Flexible rubber sealant for joints in pre -cast manhole sections shall provide permanently flexible watertight joints, shall remain workable over a wide temperature range and shall not shrink, harden or oxidize upon aging. Material shall be equal to RFS Prelubricated Gaskets by Press -Seal Gasket Corporation and shall meet ASTM C 443 and ASTM C 1619 (Classes C and E) requirements. 3300 Manholes G. No supplemental joint sealant material is pernritted. H. All manhole joints shall be sealed with a 6-inch wide butyl external joint wrap material. Material shall be equal to Bidco Butyl Wrap as manufactured by NPC or Infi-Shield® Gator Wrap by Sealing Systems, Inc. The external joint wrap material must be approved by the City of Fayetteville. I. The frame for the cover shall be installed after the cone section is installed in the field. J. l . Joint surfaces between the frame, adjustments. and cone section shall be free of dirt, stones. debris, and voids to ensure a watertight seal. Place a flexible butyl gasket joint material, E-Z STIK as manufactured by Press -Seal Gasket Corporation, or equal to ASTM C 990, Section 6.2 Butyl Rubber Sealants, minimum 1/2 inch thick, in two concentric rings along the inside and outside edge of each joint. Position the butt joint for each length of joint material on opposite sides of the manhole. No steel shims, wood, stones, or any material not specifically accepted by the er may be used to obtain final Surface elevation of the manhole frame. 2. All grade adjustments, th exte��urfaces o t. ame base a�ur inches below the top of the manhole con ha be cleaned th a ire brusht ,waterproofed with trowelable bitumastic g sk�rial, Trbw'�I EZ STI - Ananufactured by Press -Seal Gasket Cor oration r equal �Ccordance th the manufacturer's specifications. A protec polyethylene vesall be p cr the waterproofing material when backfi'I ' Ilowing s m the fra to he manhole. Trowelable bitumastic gas], ahls not req no grade a�• us �ant rings are used. V 3. When grade a Justment - g re pla nanhole structure to obtain proper P P grade, no more than 18 vel t' es fr` e to of the frame to the top of the manhole cone may be used. Precast reinforced concrete manholes isers and tops shall be subject to rejection for failure to conform to any o th following specification requirements: l . I r s ac passing through the shell; except for a single end crack tha does o exceed the depth of the joint; 2. Defe at indicate imperfect proportioning, mixing and molding; 3. Surface defects indicating honeycombed or open texture; 4. Damaged ends, where such damage would prevent making a satisfactory joint; 5. Infiltration into manhole exceeding allowed limits; 6. The internal diameter of the manhole section shall not vary more than one (1) percent from the nominal diameter; 7. Not clearly marked date of manufacturer, trade name, size designation part number, and ASTM number; 3300_Manholes 3 8. Having a deviation more than 1/4" from the straight edge at any point across the top of manhole cone section or riser ring; and/or 9. Having any visible steel bars along inside or outside surface of the manhole except for reinforcement stirrups or spacers used to position the cage during manufacture. 2.06 CORROSION PROTECTION A. Manholes located on 15-inch and larger sewer lines shall be epoxy coated on the interior. B. Manholes on sewer lines within 100 feet of a 15-inch and larger sewer line shall be epoxy coated on the interior. C. The products shall only be applied by personnel thoroughly familiar with handling of the coating material, and in accordance with the manufacturer's specifications, recommendations and requirements. 1. Raven Ultra High -Build Epoxy Coaesignatg6_%.Raven 405. �tl�at�average thickness of 100 mils and a minimum tF�tic ss of 80 m'II 2. Warren Environmental Sy er s gnatedras JU,`with an Xe t`hickness of 100 mils and a minimum thickness otiBQ mils; orr�v d equal. '� 3. Tnemec Permash d en s�y/stems 3a �bgsubmitte y he Engineer of Record for City review and a, ��/�� 3. All epoxie meet [h " Poll wing in t n equirements: Flexural en��&ST > 90 6,000 psi Compresft re1r gtlbM D695 8;000 psi Tensile St ngth /� `M D638 4,000 psi Tensile Elongatidt /'1 �ASTM D638 4% Adhesion z; ASTM D4541 Concrete Substrate Failure D. Any damage to an epox son existing manholes shall be repaired by the City at the expense of the con CtJerior or► E. The installation of manhole corrosion epoxy for Capital Improvement Projects shall be a separate pay item further defined in the subsequent measurement and payment specifications prepared by the Engineer of Record. 2.07 MANHOLE DROP A. Drop on the outside of the manhole: Concrete encased PVC pipe and fittings as specified in Section 3000 — Sewer Pipe. Fittings, and Materials. 3300_Manholes 4 2.08 STANDARD MANHOLE FRAME AND COVER A. Covers located on manholes owned by the City of Fayetteville; generally within the Fayetteville City Limits; shall have the words FAYETTEVILLE ARKANSAS SANITARY SEWER and PERMIT REQUIRED CONFINED SPACE cast in the top. Also, include two closed pick holes in top side of cover. B. Covers located on manholes operated and maintained by the City of Fayetteville, generally outside the Fayetteville City Limits, shall have the words SANITARY SEWER and PERMIT REQUIRED CONFINED SPACE cast in the top. Also, include two closed pick holes in top side of cover. C. Minimum combined weights of the manhole frame and cover is 210 pounds. Minimum cover weight is 110 pounds. Minimum frame weight is 100 pounds. D. All casting shall be Traffic- rated meeting th r irements of AASHTO M306 latest edition proof load representing a 2.5 safety factory 0 and HS-20 loading. —`Gf E. All castings shall be cast with thewUade ed�fbundry's n anufactu ndry mark, part number, and production date i d/yy formal. AI astings sh 1 Rranufacmred in the USA and shall be clearly i ar in hJ A. F. All castings: Free from sit ,blowhole h spots, s rkaga distortion and other defects; smooth a0%1b�jjead bysan a n ; manufactit ed'tr�ite to pattern. G. Frame and coverns: Refer the City In Bring Standard Detail Drawings. Final casting dimay va I o -half th m shrinkage possessed by the metal or no more than+/- 1/16 inch er v H. Cover and franie bearing ace: sn2oo ish, non -rocking design or machined bearing surfaces to prevent rocking, d raft ' traffic. I. Cast Iron: ASTM A 48, Class 35B. L J. Ductile Iron: ASTM A43��i tr�e 80-55-06. K. Approved manufadfurersltFast Jordan Iron works and Neenah. 2.09 HINGED AND GASKETED MANHOLE FRAME AND COVER A. Manhole frame shall be cast or ductile iron. Malihole cover shall be ductile iron. Seal shall be by replaceable t-gasket. T-gaskets are required. B. Covers located on manholes owned by the City of Fayetteville, generally within the Fayetteville City Limits, shall have the words FAYETTEVILLE ARKANSAS SANITARY 3300 Manholes 5 SEWER and PERMIT REQUIRED CONFINED SPACE. or CONFINED SPACE ENTRY PERMIT REQUIRED cast in the top. C. Covers located on manholes operated and maintained by the City of Fayetteville, generally outside the Fayetteville City Limits; shall have the words SANITARY SEWER and PERMIT REQUIRED CONFINED SPACE or CONFINED SPACE ENTRY PERMIT REQUIRED cast in the top. L� E. IIg Hinged and gasketed manhole frame and cover shall open to; or past; 90' and have a safety stop at 90°. All casting shall be Traffic- rated meeting the requirements of AASHTO M306 latest edition proof load representing a 2.5 safety factor over H-20 and HS-20 loading. All castings shall be cast with the approved foundry's part number, and production date in nun/dd/ 1 0 at. the USA and shall be clearly marked "M�deI Ste." G. All castings: Free from porosity, ow,�°W hard defects: smooth and well cleaned sa dblasting. m� H. Frame and cover dimensions: Re o the C EJiW, Neenah similar. Fi sting, dimensi s y possessed by the meta?�6ore than +� inch I. Cover and frame surface: finish, ng surfaces to prevent roe -mg and tlin under ffc. J. Cast Iron: ASTM A 48. ; K. Ductile Iron: ASTM A k,rade 5iL6 L. Frame shall be anchored to the M. Approved productsareE 2.10 MANHOLE STEMS/`, name, manufacturing foundry mark, All castings shall be manufactured in % oWj� nkage, di o oaannnd other tfa red true t /�W iheering S n i8Z•Detail Drawings for vary on - e maxinmm shrinkage per f zN design or machined bearing cone per the City Engineering Standard Detail. Iron Works Ergo and Neenah Liftmate. A. Manhole steps shall NOT be installed in any manholes. 2.11 RUBBER WATERSTOP GASKETS A. Waterstop gaskets shall be required at ALL manhole connections. Manhole seals shall be concrete manhole adapter by.Fernco, A-Lok, or approved equal. 2.12 MANHOLE RISER RING 3300_Manholcs 6 A. Manhole riser rings shall be compatible with the size and type of manhole cover with which it will be used. B. A maxinmm of 6 inches of riser rings shall be permitted. Adjustments greater than 6 inches will require grade adjustment rings. 2.13 MANHOLE GRADE ADJUSTMENT RINGS A: Grade adjustment rings shall be required to adjust the frame and cover to grade as required. B. Sloped grade adjustment rings may be required to match the slope of paved areas. C. Grade adjustment rings shall be injection molded, recycled HDPE as manufactured by Ladtech, Inc. 2.14 RAIN STOPPERS (MANHOLE iNSE C Rain stoppers shall be installed in all ma lesre both In n a floodp insuch manholes do not utilize hinged covers co p e with Bask s. • Rain stoppers shall be installed in other�. Aholes in att�ods subject o nfi w and infiltration as directed by the City's Utilitie ' irect&Y. • A. Polyethylene Ins. Q� G 1. The manhole in t ss II be -proof high density polyethylene that meets or he req ' eme is of ASTM D1248, Category 5, Type III with I impa Britt ss temperature of-180°F. 2. The mini mkness e manhole insert shall be 3/I6". 3. The manhole ins er 4ra�e a strap for removing the insert. The strap shall be made of i I " wide woven polypropylene or nylon webbing; with the ends treat prevent unraveling, Stainless steel hardware shall be used to� ly attach strap to the insert. 4. The manh - e m rt shall have one or more vent holes or valves to release gas d tlo ater inflow at a rate no greater than 5 gallons per 24 hours. Th valy hall be installed by the manufacturer at the factory. 5. Ther Nall be a minimum 10-year warranty on the body of the dish and a 5-year warranty on all other parts of the insert. 6. The insert shall have proof of durability in traffic impact loads and shall have an Engineer certified proof test passing H-20 loading. B. Stainless Steel 3300 Manholes I . Stainless steel inserts shall be installed at locations with pipe size diameters of outfalls 15 inches or greater and indicated on the plans by the Engineer of Record. 2. Insert shall be 304 stainless steel. 3. The manhole insert shall be as manufactured by "No Flow In FLOW` located in San Antonio, Texas; or approved equal. PART 3 - EXECUTION 3.01 MANHOLES —GENERAL A. Perform excavation and prepare base area in accordance with Section 2300 - Excavation; Backfilling, and Compacting. B. Never install base in a water filled excavation. C. Place base per the City Engineering Stail Drawings and Section Gast -In - Place Concrete. Extend base a minimum.o i inches b . d finished side ;dole. D. Extend all pipes entirely throu ,h I a anhholleee wall o tha a joint oc nZ closer than 24 inches outside the manhole w . • E. Pipe installed for future e. Sion shall have ne�l joint of in tailed. F. After manhole is on `' i .wait n9olts_s Flan 48 hou s ty backfill per Section 2300 - Excavation; Back& QWd Corn g OV 3.02 CAST -IN -PLACE MANH O A. Dimension and layout: Pe i oFa4ett ii Engineering Detail Drawings and Tables. The top section or cone must b conce p:LLc iinttYe barrel unless otherwise noted. B. The frame shall be set in accordance R City of Fayetteville Engineering Details. The frame shall be installed to match tIL*o of paved areas. C. Install rubber water r I the walls around all pipes. D. Interior finish: Silohlee of fins or sharp edges. E. Flow channels shall be shaped and formed in each manhole to provide a smooth transition of Flow from all inlets to the outlet. The bench wall shall be formed from the center of the manhole to the outlet pipe in the shape of a "U" as shown in the City Engineering Standard Details. F. Care should be taken to prevent the end of the pipe from deflecting; due to loads imposed by the weight of the concrete. 3300 Manholes 8 G. Construction joints on manholes of excessive depth shall be connected with reinforcement approved by the Engineer. 3.03 PRECAST MANHOLES A. Dimension and layout: Per City Engineering Detail Drawings. The top section or cone must be concentric with the bagel unless otherwise noted. B. The bottom section for pre -cast manholes shall be manufactured as an integral part of the manhole base slab. C. Install remaining sections in a truly vertical plane. D. The frame shall be set in accordance with City Engineering Details. The frame shall be installed to match the slope of paved areas. Ic E. Fill space between pipe and periphery or to on the int. o of the manhol Z i ft -shrink grout from the bottom of the invert th� -i g line of th r pipe (1/ � pth). F. Groutjoints between sectionsin ly. • G. Interior finish: smooth; fr of firm or sha e` r� • H. Flow channels sh b h ped and fo each manh let rovide a smooth transition of flow from all inle �o e outlet. nch wall aai formed from the center of the manhole to the outl l�pipe in the hap of a' s rag in the City Engineering Standard Details. 9 . I. Grout and/or plug lifting e4marnh es. J. All manhole joints shall be Sealevxternal joint wrap material. 3.04 DROP MANHOLES` A. Install a drop manhole when the vertical difference between the pipe entering and leaving the manhole exceeds two (2) feet. B. Construct manhole base, barrel; and top per the requirements for cast -in -place or pre -cast manholes. C. Construct drop of PVC pipe and fittings per City Engineering Standard Details. 3300_Manholes 9 D. Encase the pipe and fittings in Class A or B concrete as per City Engineering Standard Details. 3.05 MANHOLE FRAME AND COVER A. Set the manhole frame for Cast -In -Place manholes in Class B concrete as shown on the Standard Details as an integral pan of the manhole construction. B. Set manhole frame and cover top level and to the elevation shown on the Drawings. In public rights -of -way; set the ring and cover flush with pavements; sidewalks; or other paved surfaced areas. 3.06 MANHOLE INVERT A. Invert depth at the flow line: the same as the pipe diameter. B. In curved inverts; make curves with the Ion ,dTs ssible radius to facilitate smooth flow and the insertion of cleaning and televising a nt.G✓ C. Flow channels shall be shaped and ,eye t�ach manho 0 ovide a s o�o�ansition of flow from all inlets to the outlet. ench wall hall formed the center of the manhole to the,outlet pipe inTehQT1 f a "U4 ag■s otyn in the �neering Standard Details. ` D. E. F. G. H. Invert materials and f �hass B Con et Winrt mooch finish?Invert grade: Con t ooth gr deOfBench: Slope grout upward �t�m�th�dge o manhole wall. Form a flow channel finish per above. Cut the upper half of any pipe rough edges with grout. 3.07 MANHOLE stubbed into manhole. Form invert and the manhole wall flush with the wall. Smooth A. Make all repairs in accordance with these specifications. B. Use manhole grout in patching around new taps. C. Plaster all brickwork with mortar. 3.08 MANHOLE ADJUSTMENTS 3300 Manholes 10 A. Manhole riser rings may be used to raise manhole covers to grade. B. Manhole riser rings shall be sealed with Adeka P-201 or Manus -Bond 75AM to create a water tight seal. C. Adjustments greater than 6 inches will require grade adjustment rings in accordance with project specific approved details. D. The exterior surfaces of the frame base; and four inches below the top of the manhole cone shall be cleaned with a wire brush and then waterproofed with trowelable bitumastic gasket material, Trowelable EZ-STIK #3 as manufactured by Press -Seal Gasket Corporation, 6- inch wide butyl external joint wrap material, or equal, in accordance with the manufacturer's specifications. A protective polyethylene cover shall be placed over the trowelable waterproofing material when backfilling, following sealing of the frame to the manhole. E. The throat section height shall not excee ch s. The throat section sh I t�eined as the distance from the bottom of the integ�manhole to the top of th m nIT e cover. nO ♦ ) V � o P •� G� 3300 Manholes (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 3300 3300 Manholes 12 SECTION 3400 BORES AND STEEL ENCASEMENT PIPE PART 1-GENERAL 1.01 WORK INCLUDED A. Provide encasement pipe jacked through bored tunnel for crossing of utility pipe lines under roadways, railroads and at other locations as indicated on the approved drawings. B. Provide encasement pipe by open cut construction where shown on the Drawings. C. Pulling orjacking carrier pipe through encasement pipe. D. Providing synthetic end seals at ends of encasement pipe. 1.03 REFERENCES A. American Society for Testing and Matert ): �✓ 1. ASTM A139 Specification for le toric-Fusion ( rc) - elde Pi ed S a (sizes 4' and over). `N 2. ASTM A21 1 Specific ns f�iral-welded eel or Iron i B. American Weld'VItNueccitural '�WS): 1. AWS D1WB in Code. O PART 2-PRODUCTS O 2.01 MATERIALS P • a► A. Encasement pipe: Smooth walls pt ` nfomring to ASTM A-53 / ASTM A283 / ASTM A-135, Grade B, CW, physica test y (no hydrostatic test required). The pipe shall have beveled ends prepared .or,ueld joints. The pipe steel shall have a minimum yield strength of 35,000 psi. 7��r B. Welding materials. ype`uired for materials being welded and conforming to applicable AWS Specifications. C. Grout: Cementitious grout shall consist of a preblend of lightweight aggregate; cement; fly ash and admix to prevent segregation and promote expansion upon setting. Loose bulk density for the dry mix materials shall be 30 to 35 pounds per cubic foot. Grout shall equal or exceed Strong -Seal Grout 250 - Product Code 2133 and shall be packaged in 2 cubic foot bags. 3400 Bores D. Flowable Fill: Flowable fill shall conform to Section 206 — Flowable Select Material of the Arkansas State Flighway and Transportation Department's Standard Specifications for Highway Construction, latest edition. E. Casing Spacers: Shall be stainless steel; Cascade Model CCS as manufactured by Cascade Waterworks Mfg. Co., or approved equal. F. Casing End Seals: Casing end seals shall be one-piece and be of the pull -over type construction. Overlapping style end seals are not permitted. Casing end seals shall be of a synthetic material that is designed for the specific application. Casing end seals shall be secured to the encasement pipe and the carrier pipe with stainless steel bands. Casing end seals shall be Cascade Model CCES, or approved equal. G. Polyethylene Encasement: Polyethylene encasement shall be in conformance to ANSI/AWWA C105/A21.5. latest revision. 2.02 MINIMUM THICKNESS A. The encasement pipe shall be capable of t shall submit design calculations supportm used. +* C. Minimum thickness for encaAm@ntlliall be Diameter of Casin , Pi e r Mini 20" OR LESS IN 24:' — 30" 36" Ill traffic and earth loads. V L�C4'ntractor selectio encasem_S�i�R thickness rgi o v ickness �� .250 O� .50 tirp 48" — 60" ♦ 0.625' 72:: .750" Sizes not listed above sh I tetmined on an as -needed basis by the City. When boring under at roactght-of-way, minimum thickness shall be determined by railroad standards. 2.03 MINIMUM DIAMETER IOR A. The minimum diameter for encasement pipe shall be such that the carrier pipe, along with casing spacers and joint restraints, will not bind against the inside of the encasement pipe during installation. The minimum diameter of encasement pipe shall be as follows: Diameter of Carrier Pipe Diameter of Encasement 3400 Bures 3" 4" 6" 8,: 10" 12" 14' — 16" 18" — 20" 24" 30" 36" 42" 48" 3.01 EXCAVATION A. The contractor shall inspect the I become familiar with the cote necessary details as to theorderl, 5" 6" g„ 12" 16" 20" 24:: 30' 36" 42;: 48" 54" 60" 72" tructures r o%e installed and will Ilegg o ned and with all B. The contractor shall [i emselves conditions eans they deem necessary includingbut no ex lorato g r explo ato,. rt excavations at tunnel/bore ends. All such ex I ra ry work a oordinate- thty and the engineer of Record. All such exploratoryork shall a ormed ' . n r not to endanger highway, railroad or street fill and embankment all be A4actoy backfilled and restored. C. Highway Bore: Do not s' p %iprne o egin excavating pit on state highway without written permission/pem3i receiv- e Arkansas Highway and Transportation Department District Engineer or is to representative. D. Railroad Bore: Do not set, u e uipment or begin excavating pit on or near railroad property without written ennissio � e of the respective railroad company. E. Highway and railr d peens for Capital Improvement Projects will be obtained by the City or the City's designat presentative. 3.02 INSTALLATION, ENCASEMENT PIPE A. General. 1. Install encasement pipe at grade and alignment shown on Drawing. Allow for height of casement spacers when establishing grade for gravity line encasement pipe. Refer to City Engineering Standard Details. 3400_Bores 3 U 2. When indicated on the approved plans or project specifications all street, roadway and highway crossings for water or sewer pipelines installed by jacking and bore methods shall be accordance with AHTD standards. 3. Excavation of bore pits and trenches within street right-of-way, roadways or highways shall be of sufficient distance from paving to permit traffic to safely pass without interference. The Engineer of Record shall be responsible to design the location of bore pits to pen -nit traffic to safely pass without interference. Bores: l . Excavate pits and trenches required at each side of crossing to minimum width and length indicated or necessary for boring and jacking operation and carver pipe installation. 2. Carefully set steel guide rails in pit t specified grade and alignment. 3. Keep pit pumped free of standin a ' aintain pit bottom to pro idCmble base for rails and equipment and firm �or wor 4. Provide Trench Safety/Pro tivAsfems ,eeti eral regd em sand these Specifications. �� 5. Bore tunnel and simult r 1p k jjack enft pipe fors c( a section at a time. Connect sections b full penetration bung perfo cordance with AWS (VVV'___ � 6. Remove exca�a soi from boriranon as it ter rt and dispose of it offsite. 7. Voids be }t encasemen p�and the s undi L soil shall be pressure filled with groin 8. Cathodic protiection shal be t stalled n st el encasement pipe. Use 17# HP magnesium anodes b he stee ca ment pipe. 9. End seal shall b ' tal - fter th carrie pe has been installed. C. Open Cut: I . Excavate trench as required 2. Steel encasement pipeUall be installed, bedded, and backfilled the same as ductile iron pipe. 3. Steel encas nt ip I be double poly wrapped. 4. End seal sh I be is h alled after the carrier pipe has been installed. 3.03 INSTALLATION, CARRIER PIPE A. Joint pipe as specified in Section 3100 or 4100. Pull or jack carrier pipe through encasement pipe. Do not allow cables or jacks to be in direct contact with carrier pipe while pulling or jacking pipe. Use timber or padded steel member. B. A minimum of three casing spacers shall be installed on pipe up to 20-foot pipe joints. 3400 Bores 4 C. All carrier pipe installed through the encasement shall be fully restrained. Over -belling of the carrier pipe shall be prevented. 3.04 BACKFILL A. Prior to backfill, seal ends of encasement pipe with and end seal as shown in the City Engineering Standard Details. B. Use material excavated from pit. C. Backfill against ends of encasement pipe. D. Backfill pit and carrier pipe in same manner as specified in Section 2300 — Excavation. Backfilling, and Compacting. 3.05 CLEANUP A. Backfill in same manner as specified for line w r in Section 2300 - Excavation ackfilling and Compacting. B. Cleanup and restoration as specified in ec ns 600 W MENT RI P�A%t;and 6100 LAWN AND GRASS RESTO ` R��jl✓fQ� • V Q X �K O O G� 3400_Bores 5 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 3400 3400 Bores 6 SECTION 3500 SEWER PUMP (aka LIFT) STATIONS PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. This Section pertains to the minimum requirements for the design and construction of submersible type pump (aka lift) stations. which are the primary type constructed as part of private development. Sewer pump stations installed by private development will meet or exceed the minimum standards within this section and as otherwise specified within these Standards. Comply with the "Ten States Standards" and modifications and/or additional requirements as specified herein. Sewer pump stations, for City Capital P�o w'II comply with this section any other requirements detennined necessary by n er of cord; or Utilities �'�t�eGt�o or the City's designated engineer. Sewer um to ons for C ital Proje Vf irther be considered on specific case by ca �asis in accorda ce with S ctirit�l 00 General Requirements. Approval will,¢e o'ec - pecificaan .gwres appro I both the Utilities Director and the designated City e4>eer. B. A registered Civil En gi eer h € b all seal �cl portion�I��.e drawings. A registered Electrical Enginee a �aTthe eleVortion of [ �'9 't�fngs. All engineers shall be registered in therkansaC. These Standard Specification obvi�dg the m imutirements for sewer pump stations. The pump station dimension a ui 6t,co tro etc. will be approved only upon the submittal of plans ands cTlca ns toty; and upon the City's written approval. D. Pump Stations, in genera ,shallhepliersrble type pump capable of passing a 3 inch (minimum) sphere. Multiple p all be provided. Where only two pumps are provided, the pumps shall beVf tsize with one (pump and motor) designated as duty and one (pump and i ,designated as stand-by with each pump capable of pumping the design flow fort e PV se, development (including provisions for future phases of the initial propose dev lbpment) with a minimum pumping capacity of 100 gpm each under site operatin conditions. Firm capacity and one minimum standby -pump shall be provided, pumps sha ave the capacity such that with any one pump out of service the remaining pump(s) will have the capacity to pump the design hourly flow. Further the pump station will include: wet basin; separate valve pit; valves, piping; hatches; guide rails, pump removal components, control center, level controls, remote monitor package, interconnecting electrical wiring; incoming power and telephone supply, and all other features regularly and normally required as a part of complete and functional facility. All work shall be in accordance with site requirements, details in the Drawings; the Engineer of Record's design, these Standards and the manufacturer's recommendations. 3500 Lift Station E. All Pump Stations shall be designed for and operate on 480 V. three (3) phase power. No deviation from this requirement shall be permitted without the express prior written approval of the City. F. The station shall be equipped with a remote monitor capable of monitoring the status of the lift station and communicating with the City's existing SCADA system housed at the Noland W WTP. This system shall be purchased and installed by the City at the developer's or contractor's expense. G. All of the mechanical and electrical equipment shall be an integral package supplied by the pump manufacturer with local representation so as to provide undivided responsibility. Pumps, motors and appurtenance mechanical and electrical equipment shall be Fairbanks Morse Pump equipment or Flygt Pump equipment and further comply with other specific requirements set forth herein and in the approved plans. H. The Contractor shall submit to the City f tew and approval three (3) sets of shop drawings, detailed specifications, pump �a nt , and performance chamater sty for all of the equipment and fixtures tc be fi and i St lamed The Sho , FW2 and equipment data shall be submitted th�a n.vt letter, C • a ors stamko pproval, and Engineer's stamp of approval in cati � that he ha revi ed, chec W approved the data submitted. The City white subRftF9 render a t� in writing as to the acceptability of the e uipme t ithout o itten Ci ro at, the item of work may not be accepted.► hV` " 1. Any exceptions t h and or also-c-i�d approve Pla. all be submitted in writing and clearly statedd xceptio �e approv City prior to proceeding with the work. J. All mounting and fastepl!Statiola are sh be 'nless steel. K. All components of the aexposed to weather shall be constructed of material that is resistant to corr o aill not require surface protection throughout the expected life of the lift station. n eral, these materials are stainless steel, aluminum, fiberglass reinforced pole FRP , and ultraviolet stabilized PVC. L. All valves and ducttfro f VIM shall be ceramic epoxy coated inside and out. All ductile iron piping cot in m con act with wastewater or installed in the wet well, dry well or valve pit shall be coated poxy inside and out. Acceptable interior epoxy for ductile iron pipe shall be specifically designed for wastewater environments and shall be Tnemec Series 431 Perma-Shield. or Protecto 401 as determined by the Engineer of Record and approved by the City for the specific project. M. All stainless steel hardware and accessories shall be protected from field applied coating of the epoxy. N. Wet well access/hatches shall include an integral safety grate and integral safety chain/rail 3500 Litt Station system or a separate safety rail system designed by; or selected by, the engineer of Record and approved by the City. O. Air -powered mixers. If the City determines the need for an Air -Powered Mixer (mixer); then the developer's engineer shall accommodate the City's purchase and installation of the mixer and controls; wiring; hoses. and mixer appurtenances (only) within, and connected to, the developers installed pump station. 1.02 PUMP STATION SITE A. The pump station site shall have minimum dimensions of 50' x 50' with a maximum cross slope of 5%. The site shall be an all-weather surface consisting of asphalt or concrete. Additional site area may be required depending on the diameter and depth of the wet well and other accessories. Final dimensions of the site shall be determined by the City Engineer. B. The City of Fayetteville must own the I&&,Rd�,d and not by plat. on whic �we� pump stations are located or anticipated to be�.✓C. The pump station shall be provi d I i aananaacces driv o the ne§eQ, blicc road. The access drive shall be an all- eath irface �Cit stabilized gr e and asphalt or concrete surface. If the slope is ter than}°o surface SE constructed in such a way that the surface ma ial cannot cree �doi slope. TI�e,\Rshall enter the public road at a curb cut. •`�► D. The pump station a all be see a mini �gh wooden fence. Posts shall be a minimum of 3" H 40 ga and ed stee is shall be a minimum of 4" SCH 40 galvanized steel. Rails s gauge alva zed steel; 2" x 4" nominal dimensions. Pressure treated wood b Called the r to anchor the pickets. All pickets shall be constructed of cedar, sal bed m m wn of I "x6'x6'. All hardware used to anchor the cedar pickets to the ste I rails s 11 the for use with cedar. A 12' wide double gate with lockable hasp shall be ro I A 3' wide man gate with lockable hasp shall be provided. 1.03 OPERATING CONDJ�O A. The characteristic nndd FaI4`ating conditions of the lift station and pumps shall be provided in detail as part of t'uGINEER'S design and submitted for approval to the City. B. Prior to installation the Contractor shall submit the following information for each pump to the City for review and approval: I . Pump capacity in gallons per minute; 2. Total dynamic head (TDH) and operating RPM; Use C=120 and C=140 3. Motor horsepower: 4. Motor rpm; 5. Motor voltage; phase and cycle; 3500 1_itl Station 6. Make and model number: and 7. Pump curves for the pumps to be provided. C. Pump station acceptance will be based upon pump drawdown tests. The acceptable range is +l 0% and -5% of the reported pump capacity in GPM. Pump flows outside of this range will result in non-compliance of the standard and the pump station will not be accepted. 1.04 NOTES TO DESIGN ENGINEER A. SIZING OF WET BASIN The wetwell storage depth below the lowest inlet shall be a minimum of 5'-0" and shall also meet the following criteria: a. All pumps OFF shall be set affLe manufacturer's recommended level but no less than 1'-6" froi o m of the wet well. ✓ b. The distance betwe al pw,ps OFF an ad pump &I be set to provide storage ca • ac �qual to: o, • V 15 s *"UMP GPr KJON 4 (i. m, e cycle i um C. Desi utilizing tilizin mu tiple p include the lag pump ON set a minimum of 'the le um ON and a minimum of 12" below the lowest i it X 4 d. The high s teall be set a minimum of 6" above the lag pump ON and min o " low the lowest inlet invert. e. All level contr I ele ions shall be set below the lowest inlet invert. 1.05 SMALL DIAMETE • S i RE SEWERS A. Small diameter pre ur ewer systems are not permitted as a Standard Specification. B. Small diameter pressure sewer systems will be considered on specific case by case basis in accordance with Sections 1000 1.01 B and 1000 1.07 A. Approval will be project specific and requires approval from the Utilities Director. 1.06 PUMP STATION WARRANTY A. Pump station warranty shall be two (2) years from the date of acceptance per City maintenance bond requirements. 3500Lill station PART 2—PRODUCTS 2.01 PUMPING EQUIPMENT A. Pumps shall be of the submersible type for handling raw unscreened sewage. Pump volute; motor and seal housing are to be high quality gray cast iron. Impeller shall be either cast iron or cast bronze of non -clog design capable of handling minimum three (3) inch sphere solids; fibrous material; heavy sludge, and other matter found in normal sewage applications. Impeller shall have pump -out vanes on the back shroud of the impeller to keep pumped material away from the seal area and increase operating life. Impeller shall be either slip fit or taper fit with key to securely lock the impeller to the driving shaft. The pump volute shall be fit with a replaceable bronze wear ring to minimize wear on the impeller and help achieve longer balanced operating life. All fasteners shall be of stainless steel. B. All mating surfaces where watertight se I':20ire uired shall be machine an4tag tt�d with nitrite rubber 0-rings. Sealing shall be shed w�,' etal-to-metal t�s made; resulting in controlled compression f th er 0-ring tit requir fie a specific torque limit. � A C. The pump shall be provided with a iechanic oi�ti g shaft s a��'Uys em running in an oil reservoir having separateonstantly lubric�apped sea e . The lower seal unit between the pwnp aR tail clamber sh n ist of oneN S tionary seat and one (1) rotating ring hel�� its ow s rt The log r se shall be removable without disassembling th al amber. t per seal b e motor and the seal chamber shall be of the same esign wit 'ts , wn se g system. The seals shall require neither maintenance nor ad''s e but s be asily inspected and replaceable. The shaft sealing system shakeable o - opera submerged to pressures equivalent to two hundred (200) feet. a dagia . s all result from operating the pump unit out of m its liquid environent. he sea 'yet shall not rely upon the pumped media for lubrication. D. The seal chamber shall also b equipped with a seal failure sensor probe which will sense water intrusion through r seal. This sensor is to be connected to an alarm in the control panel tc find' a e�gv ? sPal failure. E. The stator windingtlr and bearings are to be mounted in a sealed submersible type housing. Insulation utilized in the stator windings shall be Class F with maximum temperature capability of 155EC. Motor housing shall be filled with a high dielectric oil to give superior heat transfer and allow the bearing to run in a clean; well lubricated environment; or the housing shall be air filled with grease lubricated bearings. The pump and motor are to be specifically designed so that they may be operated partially or completely submerged in the liquid being pumped. The pump should not require cooling waterjackets. Stator shall be securely held in place with a removable end ring and threaded fasteners so that it may be easily removed in the field without use of heat or press. Shaft 3500_Lift_Sta ion 5 shall be of stainless steel and supported by ball bearings. Motor shall be provided with heat sensing units attached to the motor windings which shall be connected to the control panel to shut down pump if overheating occurs. F. Pump motor cable and heat sensor/seal failure sensor cable shall be suitable for submersible pump applications and this shall be indicated by a code or legend permanently embossed on the cable. Cable sizing shall conform to NEC specifications for pump motors and shall be of adequate size to allow motor voltage conversion without replacing the cable. Cable of the proper length shall be provided to eliminate need for splices or junction boxes between pump and "control center". The cable shall enter the motor through a cord cap assembly which is double sealed allowing disassembly and disconnect of the wires and the motor and still not damage the sealed characteristics of the motor housing. Each individual conductor shall be color coded in accordance with generally accepted industry standards. The color coding shall designate the application of the conductor. G. The pump mounting base shall include adjustable guide rail supports and a discharge connection with a one hundred twenty-fiw 5) ound standard flange. TKelo"�artd the discharge piping shall be permanently m , n m plac a base plates s chored in place utilizing epoxy type ancho h ainless ste I sand nut as anufactured by HILTI Fasteners. Inc. or equal v ♦ �� H. A rail system shall be provi eIfr easy rON ©f the pu fl ndamotor assembly for inspection and service. T�>b. shall nore a man t-er the wetwell to remove the pump and motors s » Two ( ratwo (koi ch ainless steel pipe shall be provided for eac p guide/I all be posnne and supported by the pump mounting base. tde rails h3 V aligned n and supported at the top by attachment to the ac ss hatch ft.. me One date guide rail support is required for each fifteen (1 b) feet of g_ t��rai length ' r st nless steel pipe. The pumps shall be equi with s4di a '�Wackets or rail guides. To insure easy removal of the pumps; the rail guid s attacI d 'Bach pump shall not encircle the rails. A stainless , steel lifting chain or manufactu removal system (Flygt Lift or approved equal) of adequate length for the basin dwall be provided for each pump. Each pump shall be equipped with a pennanen _ stationary lifting handle with a minimum clearance of 12" between the top of pump tom of handle. J. The rails and the r it gw es shall function to allow the complete weight of the pumping unit to be lifted on atadfcenter without binding and stressing the pump housing. The rail system shall function to automatically align the pumping unit to the discharge connection by a simple downward movement of the pump. No twisting or angle approach will be considered acceptable. The actual sealing of the discharge interface may be of the metal - to -metal contact. No sealing gaskets will be permitted. K. Pump warranty shall be provided by the pump manufacturer and shall warrant the units being supplied to the Owner against defects in workmanship and materials for a period of five (5) years under normal use; operation and service. The warranty shall be in printed 3500_Li0_Station 6 form and apply to all similar units. A copy of the warranty statement shall be submitted with the approval drawings. 2.02 BASIN, VALVE PIT AND ACCESSORIES A. The basin and valve pit are to be constructed of precast concrete meeting the requirements of ASTM C-478. Cast -in -place monolithic structures may be substituted with the prior written approval of the City. Minimum valve vault and wetwell diameter shall be 6-0'. The actual arrangement of the structures are to be as shown in the approved Plans. The wetwell basin top shall be provided with a six (6) inch stainless steel vent having a downward pointing inlet and screen over the inlet opening. B. The basin, valve pit, Flat tops, and base slabs are to be constructed of precast or cast -in - lace reinforced concrete manhole sections conforming to ASTM C-478. All joints between precast sections shall be made with an approved rubber O-Ring in accordance with ASTM C-443 and a 1/2 inch diameter on -asphaltic mastic conforming to AASHTO M-198 and Federal Specification SS-5 manhole joints shall be sec1e vith an external joint wrap material. Material steal equal to co Butyl Wrap anffactured by NPC or Infi-Shield® Gator Wr rb S all g Systems n additio th outside wall below grade is to be coated with ttu noun wate oofiryg material e op and bottom of the chambers shall be preca e poute�pface concret proved by the City Engineer. 021(a r C. The wetwell pump P ' andithge valve pm er shall en osed at grade level with a reinforced concrete"�ad ec an ular �and exte din minimum of P-0' from the chambers outside a sion. O D. All concrete surfaces withi th e well s I be oated with one of the products listed below. These produc hao ly Z#qpplie y personnel thoroughly familiar with handling of the coating etd♦idance with the manufacturer's specifications, recommendations and req firemen s <�` 1. Raven Ultra High -Build E, �r Coating, designated as Raven 405, with an average thickness of 100 mi s a d a minimum thickness of 80 mils. 2. Warren Env'�nm�nta9 S. stems, designated as S-301, with an average thickness of 100 mils an� arm tmum thickness of 80 mils. 3. The above epoxies shall meet the following minimum requirements: Flexural Strength ASTM D790 6,000 psi Compressive Strength ASTM D695 8,000 psi Tensile Strength ASTM D638 4,000 psi Tensile Elongation ASTM D638 4% Adhesion ASTM D4541 Concrete Substrate Failure 4. A Tnemec system to include Tnemec Series 434 Permashield with a topcoat of 3500 Lin Station 7 Tnemec Series 435 Perma Glaze will be reviewed on specific projects as an approved equal. E. The pump supplier shall provide an aluminum two (2) door access hatch frame and door assembly to be installed in the concrete basin top. This door assembly shall provide access for removal of the pumps and shall support the guide rails. The doors shall be provided with lifting handle, safety latch to hold door in the open position and a hasp suitable for padlock. The doors shall have a nonskid finish and be designed for light. medium, or heavy duty, depending on the location of the pumping station. F. An aluminum single door access hatch frame and door assembly similar to the one described above shall be provided for use as entry to the valve pit. Minimum opening for the valve box entry shall be thirty-six (36) inch by thirty-six (36) inch. G. A swing check valve with external swing arm and a full port (100% area) eccentric plug valve shall be installed in the valve pit in pump's discharge piping. A minimum clearance of twelve (12) inches shall be I d om the bottom of the va ve vert of the pit. A drain pipe and p-trap shall be a to drai : e valve pit bac et basin but not allow the wet basin liquid ent$ valve pit1.%rnMdition, a 2 T tap and ball valve shall be provided on th dis Marge side o the p mps past [�i�v� , es to facilitate pressure readings for the pu e. •` �J H. All yard piping within th 1. p station site s: all centrifug ca t ductile iron and shall conform to ANSI Spy ' • ,ns A21.5 an�7A C- 1, test revision and shall be Pressure Class 3 of 20 1 ickness d e d nt upon site conditions. All direct buried duc it pipe an flY shall be 'u�oly-wrapped. 1. Force main pipe downstrea g laun stru re shall be DIP or PVC in accordance with these Standards. 1 am pi �ee sha ve tracer wire installed along its entire length. Gate valves (u` ` ,..-inc ort plug valves (12-inch) shall be installed along its length, not to e, eed 1 a variance is approved by the City for long force mains, and shall be mar d An empty valve box shall be installed in the vicinity of the discharge manhole : d t fittings that cause a change in direction where the tracer wire can be brou ht `to rade for a point of connection to aid in tracing the force main. The valve box sba e n ked sewer. A 2-inch SCH-40 PVC pipe shall be installed in the empty valve o� %hee p shall have a pipe marker label affixed and further labeled "No Valve, Tracer Wir Only." The force main shall have tape marked sewer wrapped around the pipe with o�plete revolutions not to exceed 6'. Tape marked sewer shall also be installed in the trench 18" above the top of the sewer force main. J. Sewer line markers shall be TriView Marking System by Rhino Marking and Protection Systems; Carsonite International Dual -Sided Utility Marker (CIB-380), or approved equal. All markers shall be installed according to the manufacturer's recommendations. The uppennost portion of the Carsonite marker shall be made of Visibility Enhancer (CVE-360), or approved equal and must be bolted to the utility marker. TriView markers do not require visibility enhancers. The utility marker shall read as follows: "CAUTION, SEWER PIPELINE', "City of Fayetteville", and "Before Digging Call 1-800-482-8998". 3500 Life Siaiiun 8 The label shall also include the official City Logo and be white in color with green and black lettering. The label shall be affixed to two sides of the marker. An additional white I" wide reflective tape (3M or equal) shall be placed around the full circumference of the top of the marker. Concrete shall be placed 6-inches around and I -foot deep around the base of each marker. K. All force mains shall be equipped with a pig launch within the pump station site. A fire hydrant is required to be located within 100' of the site to facilitate pigging of the force main. 2.03 GENERAL ELECTRICAL A. A single main fusible or breaker disconnect switch of adequate size to provide power for the "control center" and its related components shall be provided by the Contractor. B. The disconnect switch shall be housed in aAEMA 4X stainless steel enclosure with an external operation handle capable of being�¢1cet1 in the ON position. C. The pump station site shall include a (iII canvenienb�a et with 20�,�iy�ker and suitable transformer or power s P �4k provide 110 olt single hl a Sower to the convenience outlet. �` `i • �J D. A minimum four (4) inch VC sckt ule 40 w cod it shall p vl ed from the wetwell basin to the control centeiakich will allo t pt p powers, sensor cables and level controls to be pulled l vithout di tcu4y and all a se of one (1) piece cables from the pumps d e ontrols to c trol cente Th conduit shall be sealed at the control center to a l jntrance,,Vigases int i c trot panel. E. A minimum three-quarter (' 4,ysc dule 0 wall conduit shall be provided from the valve vault to the co c ter for re re . e monitoring of the swing check valves. F. All vertical conduit and tr nsitions r zontal to vertical rums shall be rigid metallic conduit. Horizontal, below gra e, di3it runs may be either Schedule 40 PVC or rigid metallic conduit. 2.04 CONTROL CENTER ��v A. The control cen[e Cshall b� buiIt in a NEMA 4X stainless steel enclosure and shall be suitable for the spe)horsepower and voltage for the pumping equipment. The outer door of the panel shall be hinged dead front with provisions for locking with a padlock. Inside shall be a separate hinged panel to protect all electrical components. H-O-A switches, run lights, circuit breakers. etc. shall be mounted such that only the faces protrude through the inside swing panel and no wiring is connected to the back side of the inside swing panel. The control center shall be located so as to provide safe access to the panel while wetwell hatch doors are opened, and shall be positioned so as not to be between the access drive and the wetwell. B. A circuit breaker and magnetic starter with three (3) leg overload protection and manual 3500 Lill Station 9 reset shall be provided for each pump. Starters shall have auxiliary contacts to operate both pumps on override condition. A separate circuit breaker shall be supplied for power to the control circuit. The control center shall include an extra circuit breaker of adequate size to provide I I5 volt.. single phase power for the remote monitor panel. The control center shall include a control voltage transformer to reduce supply voltage 1 1 5 volt, the float circuit and associated relays which shall be provided with 24 volt control voltage. An alternating relay shall be provided to alternate pumps on each successive cycle of operation. A green run light and H-O-A switch shall be provided for each pump. A terminal strip shall be provided to make field connections of pump power leads; level control. seal sensor leads. heat sensor leads; and remote monitor panel interconnections. C. A time delay relay shall be provided to delay start of second pump should power outage occur. D. The control center shall incorporate connections for heat sensors which are installed in the pumps. The connection shall disconnect thrs�rrtter upon high temperature signal and will automatically reconnect when condition stib�e/corrected. C E. The control center shall incorporate cons for seal sensors x "� installed in the pumps. The panel will h e ral failure alarm . ght for eacp. This alarmindicates failure of the lower g»;tRh isseal irk t ump. This will t aft alarm light only and will not shut down the pu p� �/ F. The control center sal in ude an ho 6tfor�eac� p:5; to register the elapsed operating time o�PV`R - A r. ,/ G. The control center a?have a h v�5at�r alarm ilt % the main enclosure. The high water alarm shall consiAne alarm • red Lexan plastic cover or red glass globe with metal guardo top of e e losure such that it is visible from all directions. An alarm hmounted on e side of the enclosure. A push to test horn and light button asush to ile a horn button shall be provided and mounted on the side of the enclosuA. �` 1-1. The control center shall include a c't�Ddensate heater to protect against condensation inside the enclosure. The heater N be placed so as not to damage any other component or wiring in the control cc+1Lt1�%I 1. The control center all i clude lightning protection and a phase monitor relay to shutdown the control circuit an protect the equipment due to loss of phase or phase reversal. The three (3) phase sequence voltage relay shall be of the 8-pin connector type. J. The control center shall incorporate an alternator selector switch to allow selection of automatic alternation or manual selection of the lead pump. K. The control center shall be suitable for connection to a remote monitor package as described in the section titled "Remote Monitor Package". The main control must include the following interconnection capability: 3500 Lilt Station 10 I. Circuit breaker to power remote monitor panel as described above. 2. Relay contact to signal high water alarm. 3. Relay contact to signal tripping of the overload of any of the pumps. 4. Relay contact to transmit signal of seal failure or heat sensor trip of any of the pumps. 5. Relay contact to indicate phase failure 6. Relay contact to signal pump motor starts; i.e. ON or OFF L. All component of the control center shall be American made and available from local sources. In particular, items such as circuit breakers, overload protection, relays, etc. shall be available and in stock by local sources. M. Pump control shall be achieved by the use of a bubbler system. The bubbler system shall include integral air supply generated by an on -site air compressor unit, flow regulator, pressure sensing equipment for level indic t and pump control; stainless steel tubing, bypass/blowdown valve for cleaningb tub , and all other material, tsrent, and labor required for a complete, tested, an c ed bub ' control systems e ntroller shall be model SC2000 as manufac[ur� Motor PVtFcWon Electrgn'of Apopka; Florida (407) 299-3825; or appro ed ual by the ty o ayettevil� N. In order to maintain unit respo���i"ty and w anty n the pu g uipment and control center, the control center t be ccepted in vn ng by the purr anufacturer as suitable for operation with the' . u ptsg equipmq_t. 2.05 SCADA REMO �)NIITORP313,�GE��A. The station shall bevq�i �pe�with emo a monitor capable of monitoring the status of the lift to onwan cormAunicau with the City's existing SCADA system housed at the N�/*TP. To stem shall be purchased and installed by the City at the developer's or n cCttiexpense. The costs of the SCADA system charged to the develop o �ractor will be the actual costs. not to exceed $7,500.00 in 2017, and suc Geist limit is subject to annual revision by the Utilities Director. ♦ �� 2.06 SPARE PARTS ` A. The Contractor shall uly one set of spare parts for each pump for each station, including at a minimum the following: I . Impeller; 2. Upper seal assembly; 3. Lower seal assembly: 4. Upper bearing assembly; 5. Lower bearing assembly; 6. Wear rings; and 3500 Li0 Station 7. O-Rings and gaskets (two (2) sets). 2.07 OPERATION AND MAINTENANCE MANUALS A. Three (3) operation and maintenance manuals shall be submitted to the City B. Manuals shall include; at a minimum: 1. Operation instructions; 2. Maintenance instructions'. 3. Recommended spare parts list; 4. Lubrication schedules; 5. Structural diagrams: 6. As -built wiring diagrams; and 7. Bill of materials. 8. Copy of design engineer's pum'♦rating point calculations, pulation assumptions; average daily flow�going factor 'V 2.08 GENERATOR SET O •+ V A. GENERAL � ` �� The pump staff nqhk include�,ot and lift s o coation t FiS lfij backup po r � ce is a ai source shal atural g nn the ev diesel shall be used nummum load for 48 hou e e erator u capacity; i.e., wl t' rgest uu' number of pumps, hat th ft ta'�io: operating at full speed si� s ,Site backu we generator. The generator Jude suit in d control gear such that the tomat thous human action. The fuel AEAral gas is unavailable; propane; or Qbpable k/storage sized to run all pumps at full of operating the lift station at full ps, impellers; and motors, and the greatest can physically contain, with all of the above B. EQUIPMENT 1. The generat r`�sANh tl Be minimally rated at the kW rating as indicated on the drawings w en operating at 277/480 volts, 0.8 lagging power factor. The generator set shall be pable of this rating while operating in an ambient temperature condition of 122°F (50°C). 2. The generator set shall be capable of starting motor loads as indicated on the drawings along with a minimum station load of 5 kW and a maximum voltage dip of 25%. 3. The engine shall deliver power at a governed speed of 1800 rpm. 4. Sound Attenuated Weather Protective Enclosure 3500 Lill Station 12 5 6. 7 a a. Manufacturer shall have a minimum five years experience in the design and construction of weather -protected generator -set enclosures. b. The enclosure panels shall be assembled with modular; bolt -together construction. C. Enclosure shall include the following features: I) Foam insulation on all interior surfaces 2) Sound level not to exceed 68 dba within 7 meters of enclosure surface in any direction 3). All exterior and interior surfaces finished with baked -on powder - coat 4) Bottom flange with multiple mounting holes 5) Stainless steel door hardware and lift-off hinges 6) Lockable doors 7) Gasketed access doot') Automatic Transfer Switch (Al� �✓ a. It is the intent oft s sfication to el automatic er switches that have been prop tes d; fact9r b".' Cilt productio ;and site tested; together with a 1 a sores ce�sa or a comp et stallation as shown on the pl s an drawings an ecified etn Automatic transfer svitchvs rt umber of Itage an cN ratings as shown on the pl provided. ac ATS sh Pc st of an inherently double- thlp er transfc i h unit an trol module interconnected to pro complet ut tic o e ati n.a II equipment shall be new and of current produ.trr an 'nterna tonal firm which manufactures the generato co tr nd trans' witch. The company selected will assemble by ge a for set and system as a matched unit so that there is on -source repo( 'Ili ity for warranty, parts and service through a local representat*. e I ctory-trained personnel. b. ATS shall be sized a ndicated on the drawings; 480 volt, 3 phase, 4 wire, 3 pole wi • sr�neutral. Submit mo f�ta q alculations and generator sizing calculations for approval. The genera se hall provide the following status signals to the SCADA package: a. Generator status b. Generator general alarm Generac or approved equal. PART 3 — EXECUTION 3.01 SYSTEM OPERATION 3500_Lill Station j 3 A. On wet well level rise; the lead pump shall start at the lead pump ON elevation. With the lead pump operating. the wet well level shall lower to all pumps OFF and turn off the pump. The alternating relay in the control center shall index on stopping of the pump so that the lag pump will start on the next operation. B. If the wet well level continues to rise when lead pump is operating, the override switch shall energize and start the lag pump. Both lead and lag pumps shall operate together until low level switch turns off both pumps. If level continues to rise when both pumps are operating, alarm level switch shall energize and signal the alarm. C. if one pump should fail for any reason, the second pump shall operate on the override switch. D. If the pumps fail to turn off for any reason after receiving the signal for all pumps OFF, a low level alarm shall signal. E. All level controls shall be adjustable for ing from the surface. V � O G� END OF SECTION 3500 3500 Lift Staliun 14 SECTION 3600 CAST -IN -PLACE CONCRETE PARTI- GENERAL 1.01 WORK INCLUDED A. This section covers cast -in -place concrete materials, reinforcing steel; forms. and finishing in conjunction with water and sewer construction. t B. Use specification defined "Class A" 3500 psi concrete for miscellaneous non-structural bedding and thrust blocking only. C. Use specification defined "Class B" 4000 psi concrete for anchor collars and cast -in -place manholes. D. Structural concrete for building and envi o ental structures shall compl with the applicable requirements of ACI 318 an 35 ; latest editions. Concrest�. ctures is not a Standard Specification and shaA. i e submitta �evuew and appr O specific case by case basis and in accorda will [ions I ( non ral Connddt ,on • V 1.02 QUALITY ASSURAN E A. If requested by the Ci r th Engineer cord, the co e - s all be tested as required in Table l l-1 . C' • �e teville k�Minimum StStre�e�Standards, as follows. OV 1.03 SUBMITTALS O All materials must be 100% Do tiiterd E of America (USA) manufacture. A. Submit mix design, equipment to; S. nd vendor name for field batched concrete. G� 3600 Concrete Table 11-1 Materials Testing Subgrade AASHTO ASTM Frequency Sampling T87 D420 Per Soil Type Encountered Soil Classification M145 D3282 D2488ID2487 Proctor Standard T99IT310 0698 Modified T1801T310 D1557 Density & Moisture Content T191/T233/T310 D2922ID3017 1 per 300LF lane Min. 1 per lane Hot Mix Asphalt Sampling T768 D979 Density Nuclear — D2950 As Directed by City Coring T166 D2726 1 per SOOLF lane Min. 1 per lane Concrete Sampling T141 C172 Mold and Cure T23 C31 tinder Tran ort. T23 C31 Physical Properties tlQr •Aw 1 0 cy per day 000 LF Curb Slump T119 O See Table 11-2 Air Content XI52 231 Comp. Strength •IL 1w C39 Coring C42 As Directed by City Camp. Strength T24 Aggregate Base Coure Gradation 1 Per Source Proctor Modified VD1667 Standard D698 Density & Moisture Content 1 per 300LF lane Min. 1 r lane � ATable 11-2 crete Mix Desiqns Concrete Class Aaw Class A Class B 28-Day Comp. Stren i 3500 4000 Portland Cement (bagsN (bags 5.5 6.5 Max. Water/Cement Ratio .49 .44 Slump Range inches 1-4 1.4 Air Entrainment % 4-7 4-7 Maximum Fly Ash Content 20% 20% 3600 Concrctc PART2-PRODUCTS 2.01 CONCRETE A. Concrete: composed of Portland cement; fine and coarse aggregate; water; and, an air entraining agent. Provide either Class A concrete or Class B concrete as described below. B. For Class A and Class B concrete use ready -mixed concrete; conform to ASTM C 94, latest edition; deliver and place within one hour after all materials have been placed in the mixing drum. C. The concrete mix shall be designed so that the proportions will produce results that will meet the requirements of Class A or Class B concrete. Proportion components, except water, by weight. Water may be measured by volume. One sack of Portland Cement consists of one cubic foot or 94 pounds. Proportion components to meet these requirements: 1. Class A Concrete: a. Maximum net wa /ce e t ratio = 0.49P b. Portland ceme> ~ba s�.5 minimfim� C. Slump ran e: � 4"1 i�hes d. Minimum dayF'ompressi st`th:3,50 I e. Air C to I G 2. Class B re O a. Maximum n cement o = .44 b. Portland e ,��o ags) 6. mini n C. Slmnp ra * in�he d. Minimum%8 day ip e�strength: 4.000 PSI e. Air Content: 4 - "IQ D. Before beginning any coneAted ork, the Contractor shall have the concrete mix designed and the ingredients Se proportioned by an approved independent testing laboratory meetinth� rants of ASTM E 329. Certified copies of all laboratory trial mix reports sh7all b�sent to the Engineer from the testing laboratory for review. Do not place concrete prior o the Engineer's review and acceptance in writing of the concrete mix design. E. Cement: Portland Cement conforming to AASHTO M 85, Type 1. Use Type III cement high early strength ) only if approved by the Engineer. F. Fly ash: Fly ash may be used as a partial cement replacement not exceeding 20% by weight of the cement when approved by the City. When fly ash is used, the total weight of both cement and Fly ash will be used in design calculations. 3600 Concrete 3 G. Water: potable water free from injurious amounts of acids, alkalis, oils; sewage, vegetable matter and dirt. H. Air entraining agent: use in all Class B concrete as required; conform to AASHTO M 154: add to the mixing water in solution; proportion to provide four (4) to seven (7) percent air in the concrete. Fine aggregate: clean, hard, durable particles of natural sand free from injurious amounts of organic impurities; conform to the graduation requirements of AASHTO T 27. Coarse aggregate: clean, hard and durable crushed stone or washed gravel; reasonably well graded from course to fine; per AASHTO T 27. 2.02 REINFORCING STEEL A. Steel bars: deformed, conforming to AST MfA'�615 or A 617. B. Steel wire: conform to ASTM A 82, Cord r4VVwnn Steel e for Concrete nib ement. C. Wire mesh: conform to ASTM A 8 , � ge and m sh1 pe ans. D' • I� • V D. Submit reinforcing steel6arsh(Vawings it val.�E. All steel reinforcemeR orn crust, oal , ortar, dirt Or other objectionable coatings. PART 3 — EXECUTIO �� O 3.01 GENERAL O A. Perform excavation per ' til0 ation, Backfilling, and Compacting. B. Build forms neat, square, and t o Shcrete will have smooth finish when forms are pulled. Construct forms to proved shed concrete to dimensions shown on plans. C. Place reinforcing ste4 Wcu y in accordance with details shown on the plans and properly secure in po...._ �ko D. Concrete shall not ba 1�ced when the temperature is below 40' F and dropping or below 35° F if the temperature is rising, unless approved by the Engineer. E. Vibrate all structural concrete as it is placed using internal vibrators capable of transmitting vibration to the concrete at frequencies not less than 4,500 impulses per minute. Do not use form vibrators. Limit vibration to provide satisfactory consolidation without causing segregation. Do not insert vibrator more than six (6) inches into the lower courses previously vibrated. Use vibrators in a substantially vertical position; insert at uniformly spaced points no farther apart than the visible effectiveness of the vibrator. 3600 Concrele F. Allow concrete to cure for at least 48 hours before stripping forms. If concrete is in a structural member; do not remove forms until the concrete can withstand safely all superimposed loads. G. On all exposed surfaces, remove all fins and projections so the surface is smooth. Cut out and fill with grout any honeycombed areas. Extensive honeycombing is not allowable. 3600_Conerete 5 (THIS PAGE INTENTIONALLY LEFT BLANK) 3600 Concrete 6 SECTION 4000 WATER PIPE, FITTINGS AND MATERIALS PART1-GENERAL 1.01 WORK INCLUDED A. This section covers pipe, pipe joints, fire hydrants; fittings; and other materials for water lines and service lines. B. Use only materials approved by the City of Fayetteville. C. The Standard Specification include pipe and fitting in diameters up to and including 24-inch diameter. Pipe and fittings for nominal pipe diameters/sizes greater than 24-inch are not a Standard Specification. Projects including pipe and fittings for nominal pipe sizes greater than 24-inch will be considered on specific case by case basis in accordance with Section 1000 General Requirements. ^^ D. Any and all work for; on, or conneo'Elj�` ty s con ressure water Rr�stressed Concrete Cylinder Pipe, PCCP) isokbe� �rtittd as a Stan ecificati . ' r for; on or connecting to the City`s PCCP wilnstdered on specifi case by c a in accordance with Section 1000 General R ut • 1.02 SUBMITTALS � �� A. The City of Faye i�Na approvr�t n erials. B. Submittals will furt r include .e `.a/vnuufac icate that the materials meet with these Specification requirem Bing m erial sting requirements. 1.03 LEAD-FREE BRASS P •� A. All brass shall be manufactured n ea r3ance with the Safe Drinking Water Act (SWDA latest edition and as amended) to b D-FREE brass. 1.04 LEAD-FREE PIPES,,J I S, FIXTURES, SOLDER and FLUX A. Comply with the StDiNiving Water Act (SWDA) latest edition and as amended. PART 2—PRODUCTS 2.01 GENERAL A. DOMESTIC UNITED STATES OF AMERICA (USA) MANUFACTURE Comply with SECTION 1000 GENERAL REQUIREMENTS 1.05 1.01 D. DOMESTIC USA MANUFACTURE. 4000 Water Materials B. MINIMUM WORKING PRESSURE Unless approved otherwise in writing by both the Utilities Director and the designated City `s engineer, all pipe, fittings, materials, and appurtenances used in potable water line installation and repair will be rated for a minimum working pressure of 250 psi. Additional, higher than 250 psi requirements; apply to individual items as specified. 2.02 POLYVINYL CHLORIDE (PVC) PIPE FOR WATER LINES A. PVC pipe for water lines shall be blue in color. B. PVC pipe less than 4 inches is not permitted for water mains/lines per the Standard Specifications. PVC pipe for water service extensions less 1raipn,,4 inches diameter will be considered only on specific case by case basis in accord ee th ection 1000 General Re ie��rt��is and Section 2001 Design Standards — P C pip owater service erns less than 4 inch diameter, if approved —shall~ TM D-22 141 13.5 an�i�eer meeting all requirements of these StandarV vv • C PVC pipe 4 inches thro&(M es in si h I e manuin accordance with AWWA C900, latest revan shall be D�en (10) c diameter water main/pipe is not permitted. �► D. PVC pipe, coupli a d fabrica ngs shal�b �Ae from virgin PVC resin that has been compoun ed to pr d physic mica] properties that equal or exceed cell class 12454 a e e in AS% D1 84, latest revision. Clean, reworked material generated fro fish factur, s ow��i oduction shall be acceptable as long as the pipe produced meets t r quire en of the Specifications. E. Joints for PVC pipe shall confo I 4$M Specification D-3139, latest revision. F. Nominal laying length steal b 20VVeet. Minimum length of a cut section of pipe shall be 5 feet. �♦ G. Marking on pipe anti sh `elude the following and shall be applied at intervals of not more than 5 feet. 1. Nominal size in inches and OD base (for example, 8 DI). 2. PVC. 3. Dimension ratio (for example, DR 14). 4. AWWA pressure class (for example, PC 305). S. Test pressure for hydrotested pipe (for example, T330) or if not tested, "NOT HYDROSTATIC PROOF TESTED." 4000 Watcr Materials 6. AWWA de2signation number for this standard (ANSI/AWWA C900, or ASTM D-2241). 7. Manufacturer's name or trademark and production run record or lot code. 8. Seal (mark) of the testing agency verifying the suitability of the pipe material for potable -water service. 2.03 DUCTILE IRON PIPE FOR WATER LINES A. Ductile Iron Pipe shall conform to the requirements of "Ductile -Iron Pipe; Centrifugally Cast" AWWA Standard C151/A21.5I, latest revision. B. Ductile iron pipe shall be designed in accordance with the requirements of "Thickness Design of Ductile -Iron Pipe", ANSI/AWWA C150/A21.50. latest revision. Minimum pressure class shall be 250 psi. C. Joint connections, pipe and fittings (latest l . Push on and mechanical rubber 2 Flanged: ANSI/AWWA Cam[) 3. Grooved and shouldered ANS'i% D. Nominal laying length shall be 2� 5 feet. E. Weights and Ma i ` eights requirements of A I ecificat m period shall be show on each i e which the pipe was produc . a stamped on the pipe, a tt ar es:A WWAC111/ II!� :IDS'. ANSI Bl NWA C60 . Mi urt I@ngth of a ion of pipe shall be /� _ e and fitti gs ITrall conform strictly to the weight, a Nfnominal thickness, and casting m55��1'a" u r' mark; country where cast, year in r`s DI" or "DUCTILE" shall be cast or metal rals • pipe sizes 14 in. (356 mm) and larger shall be not less than 1/ 'n. 3 n%) ir11 ei t. F. Interior Lining Required The interior lining for u e n r normal conditions shall be a cement —mortar lining and seal coat in accordanoe`N e latest revision of ANSI/AWWA C104/A21.4. latest revision and NSF, V G. Exterior COITOSion C6 of Outside coating shall be manufacturers standard 1 mil thickness asphaltic exterior coating per ANSI/AV1r\VA C151/A21.51. Per the Ductile Iron Pipe Research Association (DIPRA) the I mil asphaltic coating is not a corrosion control method but furnished by the manufacturers to minimize atmospheric oxidation for aesthetic reasons. Ductile Iron Pipe and fittings shall be double wrapped in polyethylene tube or sheet materials conforming to the requirements of ANSI/AWWA C105/A21.5. 4000_Water _Materials 3 Additional corrosion control methods; including but not limited to cathodic protection; may be required for specific sites and projects as requested by the City or designed by the Engineer and in accordance with DIPRA publication "The Design Decision Model for Corrosion Control of Ductile Iron Pipe" latest edition. 2.04 POLYETHYLENE (PE) PRESSURE PIPE AND TUBING A. Polyethylene (PE) pressure pipe is not permitted as publically (City) maintained water main or water service lines. 2.05 COATED COPPER PIPE/SERVICE TUBING /_\ Coated Copper Pipe I"— 2 ": Coated copper pipe shall be Type "K", soft Am„ eered, seamless. annealed, cop er pipe suitable for use for underground waters i ins allation, in accordance v�&Q$Jlvl 688, and with an approved polyethylenajeNfig systel . inimum 25 mi #"tGolitZd copper pipe shall meet or better N . -6o Wrements. Damage to the polyethylene .. a n the coate pper pipe m t��paired with Polyken Tape Coating or Denso- a to and to \ual as rec , ded by the coated copper pipe manufacturer engitTeer. Connections to c t i:r�p pipe (D pipe to DIP main i es all be d9 minimum of three fe beyond tt� I C. Coated copper pipe un e a ys 2241 SDR13.5 pipe slee , o `00 ai t lines inclu`din , tings for coated copper wrappethylene encasement) a mainsli!q t e coated copper service line. in SDR9 polyethylene. ASTM D- D. Polyethylene pressure pipe and P£ or HDPE or variations) shall not be used for publically maintained water servt terials. 2.06 POLYETHYLENE 9 ENT (PIPE WRAP) A. Polyethylene erica men0all be in confonnance to ANSI/AWWA C105/A21.5, latest revision. The virgl ar low -density polyethylene film shall have a minimum normal thickness of .008 inches (8 mils), and shall be provided in either Flat tube or sheet form. B. The color shall be black with nominal 2% carbon black UV inhibitor and printed per the AWWA C105 standard. C. Tape for field taping of polywrapped pipe, fittings, etc. or field repair of missing polyethylene encasement material shall be Polyken 4900, Scotchrap #50 or equal, at least 2-inches wide, and installed as per the Polyethylene Encasement Installation Guide published by DIPRA. Duct Tape is not permitted. 4000 Water Materials 4 D. All buried iron pipe, valves, and fittings shall be double wrapped. 2.07 DUCTILE IRON FITTINGS A. All ductile iron fittings shall conform to the requirements ofANSI/AWWA C15MA21.53. latest revision, for Ductile Iron Compact Fittings. All fittings shall be MJ x MJ. All fittings shall be fusion -bonded epoxy coated inside and outside in accordance with ANSI/AWWA CI I6/A21.16. B. All ductile iron fittings for PVC pipe shall be full body; 350 PSI rating and shall conform to the requirements of ANSI/AWWA CI IO/A21.10. latest revision, for Ductile Iron and Gray Iron Fittings. All fittings shall be MJ x MJ. All fittings shall be fusion -bonded epoxy coated inside and outside in accordance with ANSI/AWWA C 116/A21.16. C. Solid sleeves shall be long/full bodied only. 2.08 FOSTER ADAPTERS �— A. Compact MJ restraints shall be Fo er ilap`teerr by In act C oration. � V 2.09 SWIVEL ADAPTERS AND H DRANT T ,E A. Swivel adapters and h ,d t h p j n�e shall b es fined for a w n pressure of at least 250 psi and to fit standar m ,ha�ical joint f t k(AWWA C 11), ne end of the swivel adapter and the branch o•L.drant tee provide gland that may be rotated 360 degrees on the fitting. engths o wt el adapters as specified. 2.10 MECHANICAL JOIPE�A'ANER LAIt9' A. Restraint devices for nice mccal``'o' 1 and appurtenances for nominal pipe sizes 3- inch through 24-inch shall consi o ple gripping wedges incorporated into a follower gland meeting the applicable regm el nts ofANSI/AWWA CI 10/A21.10. B. Mechanical joint retaitr a hall be made from ductile iron and shall be designed for a working pressure o tWea psi for 3-inch through 16-inch ductile iron pipe, at leas[ 305-psi for 3-inch U h -inch PVC, and at least 250-psi for 12- 24 inch ductile iron pipe. C. Retainer glands shall have an approved coating system for corrosion resistance equivalent to MEGA-BONDO and manufacturing traceability. Retainer glands shall be manufactured by EBAA Iron, Inc. (USA only), Smith -Blair, Inc. (USA only), or Star Pipe Products (USA only). Retainer glands for pipe sizes 3-inch through 12-inch shall be manufactured by EBAA Iron, Inc. (USA only), Smith -Blair, Inc. (USA only), or Star Pipe Products (USA only). 4000 Water Materials 2. Retainer glands for pipe sizes greater than 12-inches shall be manufactured by EBAA Iron; Inc.(USA only). or Star Pipe Products (USA only). 2.11 PIPE RESTRAINTS A. Bell restraints for AWWA C900 PVC sizes 4-inch through 8-inch shall be Series 1900 Restraint Harness, as manufactured by EBAA Iron; Inc. Devices shall have an approved coating system for corrosion resistance equivalent to MEGA -BOND® and manufacturing - traceability. B. Bell restraints for Ductile Iron Pipe sizes 4-inch through 24-inch shall be Series 1700 Restraint Harness, as manufactured by EBAA Iron, Inc. Devices shall have an approved coating system for corrosion resistance equivalent to MEGA -BOND® and manufacturing traceability. C. When all -thread attachments are required,olt style attachments are noermitted. Romac "Ductile Lug" style attachtnents�ro ed equal shall be used. A ApVs shall be made of 316 stainless steel. •,, 2.12 RESTRAINED FLANGED COUP 'G ADAP ER� A. Flanged coupling adapte6usSed, nsition f '04 a n end pi;j a�3anged fitting, above ground, shall be EBAA Iri s 2100. ► il`` B. Pressure rating s a tmimum si. 2.13 RESTRAINED RXINGSh O A. Restrained couplings too ae,o pie ofQPIsize on size, shall be EBAA Iron Series 3800 Restrained Coupli B. Restrained coupling pressure ralobe a minimum of 250 psi. 2.14 BOLTS AND NUTS A. All bolts and nuts NIv , fittings, and restraints shall be 316 stainless steel unless specified otherwise Ant` -seize lubricant shall be used when assembling all stainless steel hardware to reduce�g'all�ng. 2.15 GATE VALVES A. Gate valves 4-inch through 8-inch nominal pipe size shall be resilient -seated type, non - rising stem gate valves, in conformance with the requirements of AWWA C509 or AWWA C515, latest revision. Ten (10) inch pipe and gate valves are not permitted for water main/pipe. 4000 Water Materials 6 B. Gate valves shall be made in USA and shall be Mueller Series 2360, American Flow Control Series 2500, or American AVK Company Series 25 or Series 45, no approved equals. C. All -ate valves shall be designed for a minimum of 250 psi working pressure. All gate valves shall have 304 stainless steel bolts. D. All gate valves shall have 0-ring stem seals. The O-ring stem seal shall be so designed that the seal above the stem collar can be replaced with the valve under pressure in the full -open position. E F. G H 1. J. 2.16 A. B. C. D. Gate valves shall have standard mechanical joint ends unless otherwise indicated on the approved Drawings. Buried gate valves shall be designed for operation with a nominal 2-inch square operating nut. The standard direction of opening shalfRkpen left as viewed from the to . Handwheels for gate valves shall be in cb�TSt3nance to WA C515. lat t�4 The interior and exterior of the �Iv bodyyaand bo net s all have pplied fusion bonded epoxy coating meetirL A C550!lat�srwision. Z Valves shall be tested in a*o ord with A `515, late evi ion. Markings shall b �Jieonnet o or stampedf-Liprmanently affixed corrosion - resistant tag of ea al . ^� V l . 2. 4. 5 Manufac Year the Size of d Letters C Working BUTTERFLY` Butterfly valves to the requireme ich and larger. Butterfly valves shall conform revision, for Rubber -Seated Butterfly Valves. Butterfly valves shall be Pratt HP25011 or Dezurik BAW. Butterfly valves shall be designed for a minimum of 250 psi working pressure. Butterfly valves shall have 304 stainless steel bolts. Butterfly valves shall be of the tight closing, synthetic rubber -seat type, as follows. 4000_Water_Materials 7 Valves 20 inches (nominal diameter) and smaller shall have bonded seats which are simultaneously molded in. vulcanized and bonded to the body. Seat bond must withstand 75 pounds pull under test procedure ASTM D429, Method B. 2. On valves 24 inches and larger; all seats shall be of a synthetic rubber compound. Seats shall be retained in the valve body by mechanical means without retaining rings; segments, screws or hardware of any kind in the flow stream. Seats shall be a full 360' without interruption and have a plurality of grooves mating with a spherical disc edge seating surface. Valve seats shall be field adjustable around the full 360' circumference and replaceable without dismantling operator; disc or shaft and without removine the valve from the line. E. Valve discs shall utilize an on -center shaft and symmetrical design and be cast from Ductile iron ASTM A536 Gr. 65-45-12. The disc edge shall be stainless steel type 316. F. Butterfly valves shall have standard mech Z oint ends unless otherwise indicated on the Drawings. G. Buried butterfly valves shall be esig r operati vi a nomi alin h square operating nut. The standard direc on � opening sh II be pen left a -d from the top. The valve shaft shall be con tt,to stainles d the be inng�ll be corrosion resistant and self-lubricanng. TLtY�Oalves sh� b uipped N aNtally enclosed type operator; fully gasketed rea a packed tta.le for dire =a . • H. The interior and - `o9,0 the valy and bone shNYI'have factory applied epoxy coating system m m AWWA (test revis'i ri v I. Valves shall be tested in ac t�with A' WA 504, latest revision. J. Markings shall be cast onet or b r stamped on a permanently affixed corrosion - resistant tag of each valve. 1. Manufacturer's name or ma 2 Year the valve castino as made. 3. Size of the valve. 4. Class (e.g. K. Materials for 12 inch Jr mains will be PVC ; except that ductile iron pipe may be required on each side of certain fittings and appurtenances including; but not limited to, 12-inch Butterfly Valves (BFV). This detail shall be provided by the Engineer of Record. 2.17 BALL VALVES A. Ball valves shall be made in USA. and shall be Ford B11-777-NL or James Jones El 900, with "tee -head" style operating nut. 2.18 VALVE BOXES 4000 Water Materials 8 A. Valve boxes shall be Made in USA, and shall be East Jordan Iron Works 8550 Series or Tyler Union 6850 Series, screw type, and shall be of correct length to match the bury of the main. B. The valve box and appurtenances shall include a base and a top section with a drop lid. The lid shall be marked with the word `WATER'. All lids shall have a concrete pad with a minimum of 18 inches square or round dimension as appropriate. C. Lids on valves on fire lines shall be marked with the word "FIRE". D. Lids on 2" valves shall be marked with the words `2" VALVE". E. Markings shall be cast on each part: l . Manufacturer's name or mark. 2. Model number 3. Year the casting was made. 4. Material of construction , 5. USA F. A valve box alignment deN *c s a I be de and inst a or each valve box installation. The device II be HDPE osFilled P I'ro.ylene construction. It shall be fumished in qvo to es that will o the under crating nut of the valve without requiring e�ofthe o cut. The eZte all not affect the operation of the valve. ThA 'fall be AFW)nment Ry3g��nufactured by American Flow Control. V 2.19 OPERATING NUT EXTO'SA. Operating nut extension usgdtuthe top of the operating t nut is realer than 4 feet from the top of finish surfac p S g B. The stem shall be I" SCH40 steel p . vith a 2-inch square bar steel operating nut attached to the upper end. The stem e, ension shall be of adequate length to reach from the valve operating nut to a poipt i 24-inches to 12-inches of the finished surface. A box wrench, 2 1/8" I.D.,�tttad from steel 3/1 6-inches thick shall be welded to the lower end of the stem a tensi vhich will fit over the valve operating nut. Two-inch valves with a tee -head oper tjnut will require a rectangular shaped box wrench on the end of the valve stem extension. The extension shall be secured to the valve operating nut by two 3/8" set screws. A round center guide made from 1/8-inch or 3/16-inch steel plate shall be placed on the valve stem extension approximately 6-inches from the upper end. The diameter of the guide shall be slightly less than the inside diameter of the valve box. The guide shall be affixed to the stem extension in such a way that it can rotate freely on the stem. Welds on stem extensions (top and bottom nut) shall be 1/8" - 3/16" fillet weld around full circumference. 4000_Water_Materials 9 C. Shop drawings shall be submitted to the City of Fayetteville for approval prior to installing the stem extension pieces. 2.20 FIRE HYDRANTS A. Fire hydrants shall be dry barrel hydrants in conformance with AWWA C502, latest revision. Fire hydrants shall be designed for a working pressure of 250 pounds per square inch gauge. Fire hydrants shall be three-way, and painted white with reflective glass beads above the ground line. Coating system shall be compatible with Sherwin Williams SHER- CRYL"m HPA — High Performance Acrylic B66-300 Series that is used to color code the fire hydrants. Permitted fire hydrants are (only) American Flow Control 5-1/4" Waterous Pacer WB67-250 and Mueller Super Centurion 250 hydrants. No approved equals. B. Hydrants shall have a 6 inch mechanical . it inlet in conformance to the dimensions shown in ANSI/AWWA Cl 10/A21.10. late t e ' ion. Three-way hydrants shithhave a 5- 1/4 inch valve opening. �� C. Fire hydrants shall be equipped Ao-piece barrel tth a safety to coupling and a break -a -way flange at the groin e d shallsign d for a 48-bury. D. Hydrants shall be equipp d with vo 2-1/2 'NONle nozzle n ne 4--1/2 inch pumper nozzle. The operatirt n all bean 1/2 inch g` National Standard operating nut desi edn left (co n erclackwise). E. Hydrants shall bee s[ tied WIT ozzle ca al s. F. Fire hydrants in non -paved rea s II be in tall-d with a 24" x 24" square, 12" thick concrete pad, reinforce Ayers o re r, around the lower barrel of the hydrant six inches below the botttLm of the br"t a aw y flange. G. A fire hydrant extension shall in in all locations where the centerline of the pumper nozzle is less than 1 torch above the finished grade elevation. The extension shall bring the centerline�umper nozzle between 18-inches and 24-inches above the finished grade elevat�o ' a nterline of the pumper nozzle shall be 24-inches above rough grade elevations IN sidewalks and yards will be installed in the future. in new subdivisions only. xte sions shall be Waterous K562 or Mueller A-320, with no more than one extension allowed per hydrant. H. Identifications tags shall be installed indicating the depth of bury of all hydrants. Additional tags shall be installed indicating the length of any extension installed. 2.21 BLOW -OFFS 4000Water Materials 10 A. Blow -offs shall have a 2-1/2" hose nozzle, traffic break -away; locking cover and be designed for 48-inch bury. Blow -offs shall be Mainguard #77 as manufactured by The Kupferle Foundry Company or approved equal. 2.22 V 2.23 A. 2.24 A. AIR RELIEF VALVES All water mains shall have 1:--2" single bodied air and or combination air and vacuum valves or 3"-10" dual bodied combination air and vacuum valve where indicated on the drawings. Valves shall have fiberglass reinforced nylon body or epoxy coated and lined cast iron bodies with stainless steel or non-metallic internal parts. Valve shall have rolling seal mechanism to allow full or partial opening and sealing of orifice or metal to metal stainless steel seating. The 1"— 2" valves float shall be made of foamed polypropylene and shall disrupt vortex and allow float to remain open until a 11 psi differential is achieved. Valves shall have a 250 psi working pressure. Valves shall be listed under NSF-61 and shall have ISO 9001 certificate. Valves shall be supplied with a male thread outlet or flanged outlet. All nipples and isolation valves for I "-2" valves shall be brass or staffrjbTs [eel. Ball style isolation valve shall be full port. Isolation valves for 3"-10" shall co fto aragraph 2.12 —Gate Val ey S� Air release valves shall be A.R.I. de�=040 for 1" a A.R.I. d7e`y-060-C HF NS for 3" — 10", or approved SERVICE SADDLES ` Service saddles for Tian2' PT servicto.Z'Il be sized f u e on C900 PVC. Service saddles shall be A" TAPPING SLEIEV � "o Tapping sleeves shall b being tapped. All bolts Tapping sleeves 04- domestic made in the t shall be Ford FAST or 2.25 SERVICE I be psi working pressure and the material xl74-inch shall be stainless steel and shall be 100% )mg sleeves shall have a MJ outlet. Tapping sleeves equal. ALS, FITTINGS AND BRASS A. All service connectionmaterials, fittings and brass shall be 100% domestic USA. All service connection materials, fittings and brass shall be manufactured in accordance with the Safe Drinking Water Act (SWDA latest edition and as amended) to be LEAD-FREE brass (aka No -Lead). Unless approved otherwise in writing by the Utilities Director all service connection materials, fittings and brass shall be rated for a working pressure of 300 psi. If a specific item is listed in the following table(s) insert the designation required for 100% domestic USA and Lead -Free (or No -Lead). All service connection materials, fittings and brass shall be designed for a minimum working pressure of 250 psi. 4000 Water Materials B. All service connection materials, fittings and brass shall be manufactured by Ford Meter Box Company, Inc. or Mueller Company and as further specified below. Equivalent cross referencing for corporation stops and meter setters shall be permitted if approved in writing by the City of Fayetteville's designated City engineer. C. Materials proposed for all service connection materials, fittings and brass shall be submitted to the designated City engineer for review after the Engineer of Record's review and recommended approval. D. Materials for standard meter sets 5/8", 1 ", 1-1/2", and 2" are indicated in the following tables. Materials and standards for larger meters (3" and greater) are not listed in the standard specifications. Larger meter installations require a site specific design. Please contact the City of Fayetteville Meter Department for information concerning meter size 3" or greater. Please contact the City of Fayetteville Engineering Department for standard drawings that may be incorporated for meter size 3" or greZe E. Design for 1-1 /2" and 2" meter locations rlc t ' projects design of eNg from the main to the meter to avoid stress o th coated cop er p� a and to a essive fittings. Alternate ductile iron piping t (4 inch and, yzreater) may e�ired for elevation changes between the water ma n d he 2" coa peer. All wa se ice piping for meters settings greater than 1" sh be fit er desig �d The Engine fAecord and submitted to the designated City en in er review. G � ^O Single Meter Set main diameter x V saddle R ac Ms I " corporation stop F d 1000-4- -NL et er B25008N 1" coated copper — Citside 5/8" x 3/4" x 12" meter yolk • 404A Ford VB72-12W-44-43-5 -NL Mueller 238B2567-R--93N 1 /2" x 16" SCH 40 PVC rice 3/4" coated copper tail, ce ' lone 18" diameter x 24" deep SDR51 PVC meter box 18" cast iron flat meter lid East Jordan 109, w/ Fayetteville too 35109014) 4000 Water Materials 12 Double Meter Set main diameter x I" saddle Romac WINS 1" corporation stop Ford FBI000-4- -NL Mueller B25008N I" coated copper — City side 1 " x 7.5" x 3/4" U branch Ford U48-43-7.5- -NL Ford multipurpose end 01-23-NL x2 Mueller HI 5363N I" compression inlet) Mueller end connection H 14222N x2 5/8" x 3/4" x 12" meter yolk x 2 Ford VB72-12W-14-33- -NL Muel 38B2567-RN 1/2" x 16" SCH"40 PVC brace v 3/4" coated copper tail piece 4' long MNr 18" diameter x 24" deep SDR51 PVC meter box 18" cast iron Flat meter lid East Jo4'21a w/ Fa e i vt o 0 35109014 WY f'� G 1-inch Meter Set _\ o main diameter x I" saddle > Romac . 1 1" corporation stop F B10 0-4- -NL ell B25008N I " coated copper — City side I" x 12" meter yolk oPFord VB74-12W-44-44- -NL Mueller B24701 RN 3/4" x 16" SCH40 PVC brae I" coated copper tail iece 4' ion 24" diameter x 24" deep SDR51 PVC meter box 24" cast iron flat meter lid East Jordan I I I, w/ Fayetteville logo 35108004) 4000 Water Materials 13 1-1/2 inch and 2-inch Meter Set main diameter x 2" saddle Romac 1 OINS 2" brass close nipple 2" ball valve Ford B11-777-NL 2" MIP x quick joint Ford C84-77- -NL Mueller H 15428N 2' coated copper — Citside 2" MIP x quick joint Ford C84-77- -NL Mueller H 15428N 2" meter setter Ford Custom setter Item VBB77-95082-110-NL V x 24" SCH40 PVC brace x2 2" coated copper tail piece T Ion 36" diameter x 36" deep composite meter box w/ top ring E_ t a 8428 ssembl 380036� xo 28" outer cover, w/ lock Eas an 8428 yettevill to 'Ilg (( 842845A0 ) 1 1 " inner cover; w/o lock ffst Jorda gter Cover.1001) 2.26 TRACER WIRE ♦�� gege up�►` a,x1. A. Tracer wire shall a aaiaa solid cZ per or ��ggee coated copper clad steel for underground burial B. Jacket color shall be BLU anQde of h D nsity Polyethylene (HDPE) or High Molecular Weight Poll. n MWP desi ed for direct burial. C. Connectors shall be use- for spLee ur repairs. Connectors shall be moisture displacement style as manufactt DBR, or equal. D. A locate or conductivity tell be performed prior to signing off on the project. 2.27 MARKING TAPF�` A. Non-metallic water mar mg tape shall be warning tape as manufactured by Rhino Marking and Protection Systems, Harris Industries, Inc., or approved equal. B. Tape shall have a minimum thickness of 4 mils and manufactured with heavy metal -free polyethylene tape that is impervious to all known alkalis, acids, chemical reagents, and solvents found in soil. The minimum overall width of the tape shall not be less than 3-inches. Standard rolls shall be 1000' length. 4000 Water Materials 14 C. The tape shall be color coded Safety Blue and imprinted with the following message: Caution — Buried Water Line Below 2.28 WATER LINE MARKERS A. Water line markers shall be TriView Marking System by Rhino Marking and Protection Systems: Carsonite International Dual -Sided Utility Marker (CIB-380), or approved equal. All markers shall be installed according to the manufacturer's recommendations. The uppermost portion of the Carsonite marker shall be made of Visibility Enhancer (CVE-360). or approved equal and must be bolted to the utility marker. TriView markers do not require visibility enhancers. The utility marker shall read as follows: "CAUTION; WATER PIPELINE", "City of Fayetteville". and "Before Digging Call 1-800-482-8998". The label shall also include the official City Logo and be white in color with blue and black lettering. The label shall be affixed to two sides of the marker. An additional white 1" wide reflective tape (3M or equal) shall be placed around the full circumference of the top of the marker. Concrete shall be placed 6-inches a o d and 1-foot deep around the base of each marker. G✓along the B. Markers in rural areas shall be placed aind to valves drams ans length of the water le a maxim o 00 feet. 1� n• � V PART 3 -EXECUTION V `I 3.01 INSTALLATION •a► � ` �► A. General Installat1 1 e` 2400 B. Water Lines: Refer too ection 41 O C. Water Service Lines: Refer t ePin%1,4100 O P •� <� G� 4000 water Materials 15 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 4000 4000 Water Materials 16 SECTION 4100 INSTALLATION OF WATER PIPE, FITTINGS, AND MATERIALS PARTI-GENERAL 1.01 WORK INCLUDED A. Installation of water lines. B. Installation of water service lines. 1.02 WORK EXCLUDED A. Any and all work for; on or connecting to the City's concrete pressure water pipe (Prestressed Concrete Cylinder Pipe. PCCP) is not permitted as a Standard Specification. B. Any and all work for, on; or connecting to th concrete pressure water pipe Prestressed Concrete Cylinder Pipe, PCCP) will be o ere only on specific case b a�s asis in accordance with Section 1000 General ements. p oval will be prqe�'ific and requires approval from the Utilities 'recc o' • V PART 2 — ADDITIONAL RE UIJQV IREMENy'� 2.01 ADDITONAI; Q - C`1 � A. PIERS Z OVv I. Water pipe on piers sha bile Iro Pip The ductile iron pipe shall meet the requirements of Section ter Pip Fitn :and Materials; of these Specifications. 2. Piers shall N designed b the E�n 'gA slEdtecord for the specific project and submitted per Section 1000 General Reouiret n� J. install concrete piers as indl ted on the approved plans and per Section 3600 - Cast-ln- Place Concrete. ♦ NV B. COLD WEATHER INSULATION 1. The City reserves the right to order pipe installation discontinued whenever; in its opinion, there is danger of the quality of work being impaired because of cold weather. Do not lay any pipe on frozen ground. No water pipe shall be installed when the air temperature is less than 32' F unless proper precautions per the manufacturer's recommendations are taken by the Contractor and the method is approved by the Engineer and City. 4100 Water Installation 2. When pipes with rubber gaskets or resilient -type joints are to be laid in cold weather, sufficiently warm the gasket or joint material per manufacturer's recommended methods to facilitate making a properjoint. C. SOLID SLEEVE INSTALLATION 1. Solid sleeves shall be installed the same as mechanical joint connections for pipe installation. 2. The maximum gap between the two pipes being connected by a solid sleeve shall be one- hal f (1 /2) inch. PART 3 — EXECUTION 3.01 VALVE INSTALLATION A. Valves shall be jointed in accordance witlV+t pN herein. Valve stems shall be plumb and there the installation of valve boxes dire oj.§%th'l be installed on all valves with me an - l joint Q C. E. III All valves shall be firmly sulipoLeJ, from including 8-inch valves, or - ncre a for all • All valves shall b� ouble pNo o�y�yi Peth • ds ofjointing pipe as spe I ewhere Pa I not btAq gcbstructions'Llaprohibit stem. M nt al joint re,�n glands shall ends. • es�vi t compac c hed stone up to and reater than -t ch s. Valve boxes shall be stalled ov the operatin @f ch valve and be of adequate length to reach the finished ground r p surfac Val boxes shall be installed with a HDPE Valve Box Alignment D v"c_Uppo e prop Ize anufacture to fit the valve and the valve box. Boxes shall be firm ed•pl>� &and centered over the valve operating nut. No part of the box shall rest o the val f� cover shall be flush with the finished surface. Operating nut extensions shall be e , when the top of the operating nut is greater than 4 feet from the top of finished surface. The stem extension shall be of adequate length to reach from the valve op;n ut to a point within 24-inches to 12-inches of the finished surface. Tracer wire shall b(roght up on the OUTSIDE of the valve box. A hole or notch shall be made through the valves box approximately 4-inches below the top. The tracer wire shall be pushed through the hole or notch. Approximately 12-inches of wire shall be coiled inside the valves box for traceability. The tracer wire shall not interfere with the insertion of the lid onto the valve box. G. All lids shall have a concrete pad with a minimum dimension of 18 inches square or round as appropriate. A concrete pad with a minimum dimension of 36 inches square or round as appropriate shall be installed for all valves 24-inches and larger. 4100_Water_Installation 2 H. Install ductile iron pipe DIP and anchor collars on each side of all butterfly valves unless specifically approved otherwise by the City. 3.02 FIRE HYDRANT INSTALLATION A. Pipe used to install fire hydrants from the required auxiliary valve on the water main to the fire hydrant shall be fully restrained. An additional valve for maintenance may be required for significantly long fire hydrant leads as detennined by the designate City engineer. B. Hydrants shall be thoroughly cleaned before setting, removing all dirt and foreign matter from the barrel and bottom section up to the main valve. The main valve shall be in the "closed" position and the waste outlet shall be free of any obstructions. C. The Contractor shall take great care to protect the factory applied coating system. Means and methods for the protection of the fire hydran owe responsibility of the Contractor. At no time shall chains or other abrasive materiajs�O e I to contact with the factory, 50Foating system. �,jv1 ✓ D. Minor touchup for "incidental' sc • tc his perrnitte using actory pr 9 uchup kits. E. When the factory applied coating y tem (from line up a id tified by the City of Fayetteville. has damage . `eer''than "minor rat a neN uAe barrel section shall be ordered and delivered fri e factory n � of all i ter I working parts up to the operating stem br ay he uppe hall be rePd nd the damaged upper barrel returned to the fac a no cost to of Fayet his includes, but is not limited to, excessive scratch , appearan�st, or fh tic flaws. Field repainting of new fire hydrant installations is n p t ed. F. Hydrants shall be locat a aid dlst c rom driveways, roadways and narrow type sidewalks and in a manner o prow' c8�1accessibility, and they shall stand plumb with nozzles at proper elevation. The IC "bury line" shall be set at or no more than four (4) inches above the finished grade ele t' • : therefore the bottom of hydrant nozzles shall be 18 to 22 inches above the tinisl ed rade elevation. G. Installation of fire arant 'i:nslons shall be made in the presence of the Engineer or the Engineer's represe tpativiand shall be per the manufacturer's instructions. The breakable flange and breakable coupling shall be removed and installed above ground level. H. The Contractor shall, if necessary, rotate the hydrant barrel or nozzle section at the flanged joint to obtain the desired nozzle position as specified by the Engineer. The pumper nozzle shall be at a right angle to and face the street unless otherwise directed by the Engineer. 1. The bowl or bottom of the hydrant shall be supported firmly on the bottom and shall be braced against unexcavated earth at the end of the trench with concrete reaction backing. Solid concrete blocks may be used to support the bottom of the hydrant. If considered necessary by 4100 Water Installation .i the Engineer, the hydrant shall be tied to the branch pipe with suitable Series 300 STAINLESS STEEL rods or clamps. These rods or clamps shall be furnished by the Contractor without additional compensation. J. A drainage bed shall be provided under and around the base of the hydrant of at least six (6) cubic feet in volume and extending at least six inches (6") above the drain outlet and shall consist of approved embedment aggregate material. Under no circumstances shall the drain outlet on the hydrant or the drainage bed be connected to a sewer. K. Backfilling and tamping around hydrant barrels shall be continuous in operation. L. If a fire hydrant is not located inside a concrete paved area. then a minimum 2.0' x 2.0' square x 0.5' (deep) Class "A" concrete pad shall be placed just below the break -away joint of the fire hydrant barrel as recommended in AWWA M-17 and as detailed. M. Fire hydrants; ira nediately after installation, � covered and wrapped with a heavy cloth. water-resistant sack, or black polyethyI h tin , well taped in place around tte ydrant, to identify the hydrant as being "not in sJN c N. All fire hydrants installed within the , ft of Fayett Ville vater ope �l territory shall be painted white with glass r e ti�b@ads abavesth�ound line coating system shall be compatible with Shenln illiams iCRYL m High Performance Acrylic 666 p300 Series t is used to col c e the fire �a s. Sherwin Williams DTM ACRYLIC C hall be r he Safet . r ae color only. as it is not available in HPA_ O. All fire hydrant nozz a caps, bo ets nd ope t shall be painted with two coats of paint according to the follo 'n a e: 0 Flow Under Fire Conditl o oo Color Specification I More than 1500 gpm ht Blue Robotic Blue SW4063 1000 to 1499 gpm Green Safety Green SW4085 500 to 999 gpm ` Orange Safety Orange SW4083 Less than 500 gpnl Red Safety Red SW4081 P. The City of Fayetteville may provide the flow under fire conditions for each new fire hydrant installation based upon the current water modeling software or the Engineer of Record may furnish flow data based upon a current fire hydrant fire flow test performed in the area. 3.03 METER SETTINGS 4100_water_Installmion 4 A. Meter settings shall be installed where shown on the Drawings and/or as directed by the City. Installation shall be as per the City Engineering Standard Details. Meter setters shall be installed in a horizontal and plumb position within the meter box and at a depth to provide the required space between the top of the meter and the bottom of the meter box lid. B. A drainage bed consisting of approved embedment aggregate material shall be placed a minimum of 6-inches thick and 6-inches outside the edge of the bottom of the meter box. Non -woven filter fabric consisting of S oz/sy shall be placed on top of the drainage bed. The filter fabric shall extend 12-inch outside the edge of the bottom of the meter box. After the installation of the water service line, meter setter, meter box. and lid, the filter fabric shall be wrapped up the meter box and service line penetrations and taped securely to the meter box to provide a "dirt sea]' before backfilling. C. Tracer wire shall be brought up on the INSIDE of the meter box with the water service line. Sufficient tracer wire shall be provide such that approximately 12-inches of wire will extend beyond the top of the box when pulle aunt. The tracer wire shall be loo ely coiled and place inside the meter box. Do no a the tracer wire around the ni t�er. An additional tracer wire shall be install�e appro 'a a time from t iet6 to the building. O� D. The bottom of the meter sette co n�eti8ns shall bewi stfjle at the b ooiGc t the meter box at the time of testing and of final in ion. Am di o3k debris in rh b�om of the meter box shall be removed before I ro��release or mal paym t d or acceptance. E. The final grade a e e d flox loca e i 1 be determr e b the Engineer of Record and the meter box sha e aced at t ra\�. Final �sftuld take into account probable future installation o opsoil and/ so Any b > in driveways or sidewalks shall be relocated at the expense of the a Pler or to wner No meters shall be set by the City until the meter box is adjuste e. r per gr e.� 3.04 BLOW -OFF INSTALL ION^ l A. Blow -off hydrants shall be thoroul llvleaned before setting; removing all dirt and foreign matter from the barrel and hot 1 section up to the main valve. The main valve shall be in the "closed" position and e�e outlet shall be free of any obstructions. B. Blow -offs shall be o locle that the distribution system may be properly flushed.. and so that danger of contamina ro f the water line by backflow will be eliminated. No blow -off shall be connected to any sewer or storm drain; submerged in any surface water or installed in any manner that will permit backs iphonage into the distribution system. The discharge of the blow -off shall be located above natural grade; and be screened; capped or plugged. C. Blow -off hydrants shall be installed in such a manner to provide complete accessibility, and they shall stand plumb with nozzles at proper elevation. The discharge nozzle shall be a minimum of 24-inches above finished grade elevation. 4100 water Installation D. The bowl or bottom of the blow -off hydrant shall be supported finely on the bottom and shall be well braced against unexcavated earth on the backside of the blow -off hydrant. Solid concrete blocks, or other suitable material may be used to block the blow -off hydrant. E. A drainage bed shall be provided under and around the base of the blow -off hydrant of at least six (6) cubic feet in volume and extending at least six inches (6") above the drain outlet and shall consist of ASTM #67 gravel. Under no circumstances shall the drain outlet on the hydrant or the drainage bed be connected to a sewer. F. Backfilling and tamping around blow -off hydrant barrels shall be continuous in operation. G. Blow -off hydrants, immediately after installation; shall be covered and wrapped with a heavy cloth, water-resistant sack, or black polyethylene sheeting, well taped in place around the hydrant, to identify the hydrant as being "not in service". 3.05 TAPPING SADDLE INSTALLATION �� A. Tapping saddles shall be used for 1-inchcZ) - inch serv' to s. edle., B. The pipe shall be free of dirt and ther debris befor attac .'ng tappinThat part of the pipe barrel; other than co retl 1p whichn§TbCell �yt contact 'et of tapping saddles, shall be smooth. II roug 'eas on th shall o ,shed. The Contractor shall field verify all pipe d fitting dunensi nsapping sa• aI be installed at least twenty-four (24) inch.., nch II joints, ;�MW, end of pi Qom . or another tap. C. Tapping saddles s b bolted se tithe pipe. )of the outlet shall be zero to ten (0-10) degrees from rizontal. a -olts for ap '�s ddles shall be alternately tightened "snug" and then alternately f eo a torq as commended by the manufacturer. D. The tapping valve shall t , d sec a to the tapping saddle to provide a water tight seal. Proper tools for instaing bra�Syha a shall be used. E. The pilot drill and shell cutter shall-b� fii good condition. The pilot, shell cutter, and any other component of the tappingmac a that will or may come into contact with the interior of the tap valve or potable Ovate,' ip , all be thoroughly sterilized with straight bleach or super - chlorinated solution lN! hcu er shall be the size required to cut the full opening specified and with a sufficient deptt greater than the wall thickness of the pipe being tapped. F. After the tap is complete and the tapping machine has been removed, the bolts for the tapping saddle must be re -torqued per the manufacturers specifications to ensure a proper seal. G. The tapping saddle shall be enclosed in polyethylene material in accordance with Paragraph J.14 of these specifications. 4100 water Installation H. The contractor will follow the manufacturer's requirements and follow the current version of the "Tapping Guide for PVC Pressure Pipe", UNI-PUB-8, by the Uni-Bell PVC Pipe Association. The Contractor shall provide the removed pipe coupon to the City. 3.06 TAPPING SLEEVE INSTALLATION A. The pipe shall be free of dirt and other debris before attaching tapping sleeve. That part of the pipe barrel that will be in contact with the gasket of tapping sleeve, shall be smooth. All rough areas on the pipe barrel shall be smoothed. The Contractor shall field verify all pipe and fitting dimensions. Tapping sleeves shall be installed at least twenty-four (24) inches from bell joints, fittings, end of pipe joint; or another tap. P. Tapping sleeves shall be bolted securely to the pipe. The face of the outlet shall be plumb. Mechanical joint glands for tapping sleeves shall be installed in accordance with Paragraph 3.06 herein. The bolts for tapping sleeves shall be alternately tightened "snug" and then alternately tightened to a torque as the manufacturer. C. The tapping valve shall be bolted secure e tappin2tsiggew. The tappi al- shall be adequately supported from beneath. Th t of the to n valve sha no a supported by the tapping sleeve. A concret "ma�slab" at le st si. (6) inches Ue hall be poured under the location of all tappino'al�$sl'2 inches afid- anger and th �,C. 61of the valve shall be supported by the niud slab.mThvping in nn shall be bola e�trely to the valve. D. After installation of th t i sleeve a �ing val an before drilling through the �,� g pipe, the assembrs't ydrostat' a sted at the re tt�Fe specified in Section 5300, herein, by introdae ter throuu �e sJ�eve test tip. E. The pilot drill and shell cutte4ffaWt goo - nditi nn.. The pilot, shell cutter, and any other component of the tappi ac n that wfl or m come into contact with the interior of the tap valve or potable wit rp , s all. -be ughly sterilized with straight bleach or super - chlorinated solution. The s ell cutte hhe size required to cut the full opening speci fied and with a sufficient depth great th n i wall thickness of the pipe being tapped. F. Openings in the pipe barrel forttapping saddles installed on dry pipe shall be cut with a pilot drill and shell cutter. Ter cu ' g is not permitted. G. Tapping operationscustjirj o commence before inspection by the Engineer or his authorized representative. Tappin operations must not commence before the tapping assembly has passed a pressure test as detailed in Section 5300 herein. H. Only qualified operators shall operate the tapping machine. The "coupon" shall be withdrawn and be given to the Engineer for inspection. Care shall be exercised to avoid drilling or cutting the backside of the pipe by carefully assuring the engagement of the pilot drill and shell cutter shaft. 4100 water Installation I. After the tap is complete and the tapping machine has been removed, the bolts for the tapping sleeve must be re -torqued per the manufacturers specifications to ensure a proper seal. J. All taps 12-inch and larger shall require the installation of a butterfly valve immediately after the tapping valve. The tapping valve shall be fully opened and abandoned in place. K The tapping sleeve shall be enclosed in polyethylene material in accordance with Paragraph 3.14 of these specifications. L. Tapping sleeves shall be adequately thrust blocked with concrete. 3.07 CONCRETE THRUST BLOCKS AND ANCHOR COLLARS A. Concrete thrust blocks and anchor collars shall be provided along the water line in accordance with the construction details, plan sheets; or as directed by the Engineer. The concrete mix (as defined in Section 3600 h e shall be Class "B" for anchor collars and Class "A" for thrust blocks. All bends, ap plugs, and fire hydrant I^1 thrust blocked unless specifically detailed in t ruction vings that no t —bi ccking is required. Anchor collars shall be c truuo n ductile 1 p pe only; if , e 'peline being restrained is primarily PVC or of er nn� n ductile iro pip at least ore joint of ductile iron pipe shall be inserted i tfteime rune �ru-eyve the co e�ichor collar. All vertical bends shall be both fully arced a ithrust blo �horizontal bends will be both fully retrained a ully rust block d en requir th City. B. Concrete for thr oc rancho I s shall be ac against undisturbed soil. The excavation shall b an shaped and�f loose a �orms shall be used to confine the concrete in area other th ha part th i tact with undisturbed soil in the direction of the thrust. C. No concrete shall be pla �*Nro dan of ajoint or placed so that it interferes with the removal of any joint Gesso ' A�.i, a bolts, followers; threads; collars, couplings, etc. Fire hydrant drains shall noi2ted. D. The to of the concrete thru t b ock or anchor collar shall be struck off with a wood straight edge or float. ♦ �g E. Concrete shall not PI e when the temperature is below 40' F and dropping or below 35' F if the tempera s rising, unless approved by the Engineer. F. Admixtures are not to be used without the approval of the Engineer. G. All reinforcement shall be inspected by the Engineer prior to placement of concrete. All placement of concrete must be in the presence of the Engineer or his representative. The Contractor is cautioned that he may be required to remove. without compensation, any concrete placed in the absence of the Engineer or his representative. 4100 Water Installation 8 H. Back fiII over concrete thrust blocks or anchor collars shall not be placed before the concrete has attained initial set. I. No thrust blocks shall be less than six inches (6") thick between the pipeline or appurtenances and undisturbed soil in the direction of thrust on pipes 12-inch diameter and smaller. On larger pipes, the thickness of thrust blocks shall be as directed by the Engineer. A thrust block with any component of its length to width to depth ratio exceeding two (2) shall be reinforced with steel reinforcement bars as directed by the Engineer. The Engineer will consider the size of the thrust block; the size of the water main. and the system pressure in the determination of the size and spacing of the steel reinforcement. J. The excavation shall be free of water before concrete is placed. Steel reinforcement shall be placed as specified on the drawings. K. The pipe or appurtenances to be in direct contact with concrete shall be cleaned before placing the concrete. L The area of contact of the thrust blocks'tc or co shall be suftic'>��sist the thrust. This will vary depending m the�a earing va o he soil. The Engineer of Record is reg1 II I�sign the thAstablocks, an r a Qd other restraints and submit to the City fo revlexvd approv�y`r If requested by the C t th- engineer cord shall v1 a geotechnical report to include soil valveh us blockin�r . N. Thrust blocks I ve:rlTcal bend hal be ade ar sis[ the thrust by mass alone when the thrust is upward. O. Thrust blocks and anr�ar4 s aT1 be adequate to restrain the pipeline and appurtenances at design piessure qua 0% of the static pressure at the lowest point with a minimum pressure of 20e Engineer of Record shall provide calculations for review for all thrust blocks, an o collars and other thrust restraints. P. Concrete thrust blocks�a n- or collars on 12-inch and smaller pipelines shall have a minimum curing tie>o `b d ys (72 hours) before any pressure is placed against the block or collar. Cvncrett dirust blocks and anchor collars on 14-inch and larger pipelines shall have a minime ring time of seven days before any pressure is placed against the block or collar. Q. Concrete thrust blocks or anchor collars that fail to restrain the pipe or appurtenances shall be replaced by the Contractor at his expense. R. Reducers receiving an anchor collar shall be long bodied fittings. 4100 water Installation 9 S. All water lines with dead ends shall be installed with an upstream valve, one full joint of ductile iron pipe with a MJ restraining gland, concrete anchor collar. a MJ cap with restraint, and a blow off assembly. The seat of the MJ restraining gland on the ductile iron pipe shall face the valve. T. Anchor collars subject to two-way thrust shall have two identical "A'`P'B" reinforcement steel mats as shown in the City Engineering or project specific detailed drawings. Anchor collars for 18" and smaller diameter pipe with two-way thrust shall have two (2) Mega - Lug retaining glands placed back-to-back, spaced just inside the two reinforcing steel mats. U. Unless approved otherwise by the Engineer of Record and the designated City engineer, Two anchor collars shall be provided at each cut —in or "Inserta" valves, and two anchor collars shall be provided at all inline valves. V. The use of wood or any material that may deteriorate is strictly prohibited. 3.08 BACKFILLING AND INSPE JRP A. Before backfilling, install concretZrval blocks an anchor collars i o dance with the plans and details at the locati n and A on the D s� Use concrete as specified in Section 3600-Cast-In- cc Cone B. After the pipeline is iR a ed d visual l to eeccfed by the g eer, backfill the trench per Section 2300-Ex a ackfillin/��mpacting. C. Test the pipeline per Section 5300e1n `. ection aJf'de of Water Lines and Service Lines. D. Repair all pavements p ectibV000-P eme't -'pair. E. Repair all incidental daIna to bui Ids ctures, utilities, pavements, landscaping, etc. % F. Repair sodded and grass areas to o ' inal condition per Section 6100-Lawn and Grass Restoration. 3.09 WATER LINE I rtv ION - AERIAL CROSSINGS A. Construct piers as sh : � on the approved Drawings. B. Install encasement pipe on piers as shown on the approved Drawings. C. Insulate encasement as required by the Cite. 3.10 SEWER LINE CROSSINGS A. Sewer lines installed under a water line must have a clear distance between pipes of at least eighteen (18) inches. 4100 Water Installation 10 B. The sewer line shall be installed such that a joint of pipe is centered along the water line and thejoints are as far as possible from the water line. C. If 18-inches of clearance cannot be provided or when the water main must pass under the sewer main, either the sanitary sewer main or the water main shall be encased in watertight steel encasement pipe a minimum of 10 feet either side of the line, centered over the point of crossing. The ends of the encasement pipe shall be sealed watertight. Refer to Section 3400 — Steel Encasement Pipe for end seals. 3.11 STORM SEWER CROSSINGS A. All water lines crossing under all concrete storm drains, or any storm drain 30-inch diameter and larger, or all storm drains with multiple pipe runs, shall be steel encased a minimum of 5 feet either side of the storm drain. 3.12 CUT AND CAP �w A. Water lines that are [o be abandon shag cut and ca s shown o t i —t✓y Engineering standard details. B. Mechanical joint restraints and cotiSYete shal Nea to resist Iustt ads. 3.13 ABANDON CORPO TI • N STOP ` A. All corporation s s u ed for to i an /or chlor' as eed to be properly abandoned by fully closing the corporationt op, emovi O'as e line materials, installing a solid copper disk, and reinstallin a r�oration ut re Ring in a water tight seal in the event that the corporation val - ail XO G� 4100 Water Installation I I (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 4100 ��aQe�aoG,c� 4 100Water' Installation 12 SECTION 4200 WATER LINE PRESSURE REDUCTION PROCEDURES PARTI- GENERAL 1.01 WORK INCLUDED A. This section covers the procedures associated with reducing water line pressure for construction. 1.02 PROCEDURES A. Water lines may need to have the pressure significantly reduced to facilitate construction in a project area, i.e. tie-ins or cut and caps. B. Water pressure reductions shall be approved and coordinated with the City of Fayetteville Water & Sewer Department. C. The maximum amount of time that the li ellr ermitted a shut down sh Ob �dbt imiined by the City of Fayetteville Water & e)v . ?partment. D. The Contractor shall have su tcten terials!�a$o •sand necess - ac`up provisions in place prior to initiating water It essure Auc�-' to ensur t • nstruction activities can be completed within e tim etermin l bb the City o �e eville Water & Sewer Department. • b► E. A minimum of '1Pvbot`otice hal provided o ee J affected customer using the attached water pressu e reducti not'ce. F. The Contractor shall d u e not es an enerate a list of each address that the notices are delivered to e shall b gt en to the City of Fayetteville Water & Sewer Department for their file 1.02 CONSTRUCTION REQUI,ENt;E�," S A. The excavation in the ed1_1Wc,� r shall be dewatered prior to pressure in the water main being reduced. B. All water pipe, fitting Jnd materials shall be disinfected per AWWA C651, latest revision. C. Immediately after construction is complete, the existing water lines shall be flushed thoroughly and background chlorine levels re-established. 4200 Water Pressure Reduc (THIS PAGE INTENTIONALLY LEFT BLANK) 4200 Water Pressure Reduc AftCITY OF FAYETTEVILLE ARKANS ARKANSAS WATER SYSTEM NOTICE TO THE CUSTOMER WATER PRESSURE REDUCTION DATE: Due to scheduled water system maintenance in your area, the contractor listed below, under supervision of the engineer listed below, must significantly reduce the water pressure in the area serving your business or residence. The water pressure will be reduced at the following time: DATE TURNED DOWN: TIME TURNED DOWN (apprlo ff ate : �✓ TIME TURNED BACCO (proximate)' The pressure will probably be reduc@ such;that you wil no` a water va'lab in your residence or business. We are attempting tom keett a repairs i h't wa to avoid avin to put your home or business on a precautiona il%Mler. Your wa 'll be perfectl saf rink as soon as full pressure is restored. � � O� If the repair does not work as we exper lyd oil orde beco es necessary, you will be notified, in . writing, when the need for the bo' ord. III e`yen ifie` If you need to draw water for use, pease dosofo e r e time we will be reducing pressure. If you have any questions, please call one Engineer: Contractor: Company and Contact Company and Thank you for your patience and consideration. Water & Sewer Division 479-575-8386 Phone Phone 4200 Water Pressure Reduc (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 4200 Off.+P �c�5 �\aQe�aoG�c� P�\a0 4200 Water Pressure Reduc 4 SECTION 5000 SEWER LINE CLEANING PART1-GENERAL 1.01 WORK INCLUDED A. This Section covers the cleaning of sewer lines. 1.02 SUBMITTALS A. The Contractor shall submit for approval manufacturer's brochures and specifications for his proposed cleaning equipment. The equipment and methods selected for cleaning shall be approved by the City and the Engineer of Record. PART 2 - PRODUCTS 0 iw 2.01 EQUIPMENT �_✓ - P � A. Equipment selected for clean' g of a t}tpe*ge ejalIy reco the trade for the purpose being used and that as ved sari�ct�y�. The e p en shall be capable of removing all roots; dirt,ty,, ck and ofr leterwus a a and obstructions fromthe sewer lines and mUHhat woul re �eniefficient ne o t ie inspection equipment. 1. hydraulic e equip[ etall be o able dam type and shall be constructed i such a w . th a porn n am may be collapsed at any time during the cleaning ttgn to p ect gainst flooding of the sewer. Sewer cleaning balls oft; er w equip ent N i h cannot be collapsed instantly will not be considered ac to le cl rani g uipment. The moveable dam shall be of the same diameter as e pipe n cc eed and shall provide a flexible scraper around the outer periphery to in ur retal>removal of grease. If a line segment is found to be completely stopped up o plugged or heavily intruded with roots, then a mechanical root cut er all be used. 2. High veloc', 'Nr - I ning equipment shall be truck mounted for ease of operation.khe e topment shall have minimum of 600 feet of 1 inch I.D. high pressure howt a selection of two or more high velocity nozzles. The nozzles shall have a capacity of 60 GPM at a minimum working pressure of 1000 pounds per square inch (psi). The nozzles shall be capable of producing a scouring action from 15 degrees to 45 degrees in all size lines designated to be cleaned. Equipment shall also have a high velocity gun for washing and scouring manhole walls and floor. The equipment shall carry its own water tank capable of holding corrosive or caustic cleaning or sanitizing chemicals, auxiliary engines, pump and a hydraulically driven hose reel. All controls shall be located so that equipment can 5000_Sewer_CIca n ing be operated above ground with minimal interference to traffic and/or danger to the operator. 3. Mechanical cleaning equipment shall be used to remove heavy accumulations of silt; sludge; etc., and roots. Bucket machines shall be operated in pairs with each machine powered by an engine with a minimum of 16 horsepower (HP) to ensure sufficient pulling power. Machines shall be capable of operating at least two speeds to match job conditions. Sufficient accessories and tools shall be furnished to accomplish the required cleaning in a complete and efficient manner. 4. Power rodding machines shall be of a continuous rod type; capable of holding a minimum of 1000 feet of rod. The rod shall be specifically treated steel. The machine shall have a positive rod drive and produce a 2000 pound rod pull. To insure safe operation, the machine shall have a fully enclosed body and an automatic safety throw -out clutch. 5. Cleaning equipment shall be p o4�i�H dd at includes an air conv+eavtnr�°`�acuum system to provide for the simW nn ous rem of the debris rh-e to the manhole. 6. A temporary debris --to e�i�aS approved he`Engine 1�I be used in the downstream manhole ` ` 2.02 PERSONNEL `a► ` j► A. Contractor person, s II be tho y amiliarJ ases of sewer line cleaning to insure satisfactory a results ith-ut caus to the sewer lines or adjacent property. PART 3-EXECUTION 3.01 CLEANING EQUIPMENT /1` A. Since the success of related wo k depends a great deal upon the cleanliness of the lines, the importance of the cleaain� op tion cannot be too strongly emphasized. The equipment selected for cleani steal ee 13 ble of removing all dirt; grass; rocks and other deleterious materials from the ewergmes and manholes. Particular emphasis is placed on the removal of grease accumula 'o so that cracks and breaks can be observed during television inspection and so that joints can be isolated during testing and sealing operations. B. The Contractor shall make an inspection of the lines to be cleaned in order to detennine the type of cleaning equipment that is required. It is anticipated that hydraulic cleaning will be adequate for most of the line segments. 5000 seeer Cleaning 2 3.02 CLEANING REQUIREMENTS A. Prior to inspection, the designated sewer lines, as shown on the project drawings; will be thoroughly cleaned as specified below: The sewer lines shall be cleaned by using standard mechanically powered or hydraulically propelled cleaning tools or combinations thereof, such as rodding machines, boring machines, hydraulic balls, cones, ferrets, or other similar devices. 2. All roots, sludge, dirt, sand, rock, grease and other solid or semi -solid material resulting from the cleaning operations shall be removed at the downstream manhole without passing the material from section to section, which could cause stoppage of the lines or accumulation in the wet well and damage to pumping equipment. When cleaning equipment is used, a debris catch riser as shown in the project specific or City engineering standard details shall be used in the downstream manhole so that both solids and wq, r shall be trapped. All solids or semi -solids resulting from the cleaning oper Ci �S ha I be removed from the site a2disposed of at no additional cost to thet. t the onsibility of t tractor to secure a legal dump site to thed' al of this rt l. n 3. Satisfactory precauti4iIs takenq$� 1te-rt the sew S�r`om damage that might be intlictgd by �Ii imprope t7'@eof clean a ipment. Whenever hydraulically pro fled eaning to Is, tch dep n u on water pressure to provide their pro 'n� g orce or a to - s which reta'N t ow of water in the sewer lines are a recautions sh taken to in re the water pressure created does not c e y dama egding to p6b c r private property being served by the manh e section 9voJ ed. T �ewage present in the sewer lines shall be utilized to pr� necessary uid f r hydraulic cleaning devices whenever possible. When t •n quantities o ter from fire hydrants are necessary to avoid delay in noy4�a'rking r gedures, the water shall be conserved and not used unnecessanIra No f rdShall be obstructed or used when there is a fire in the area. Before us' g n ater from the City water supply system, the Contractor shall obtain a , rant meter from the Meter Department. The Contractor shall be resppnsib e for the water meter and related charges for the setup, including the Aer urge bill. All expenses shall be considered incidental to cleaning. Nat 1 4. UNDER S."'xUMSTANCES SHALL SEWAGE OR SOLIDS REMOVED THEREFROM BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS OR SANITARY SEWER MANHOLES. 5000_Socer_Clcaning 3 (THIS PAGE INTENTIONALLY LEFT BLANK) END OF SECTION 5000 5000_SON'er_Cleaning 4 SECTION 5100 SEWER LINE TELEVISION INSPECTION PARTI-GENERAL 1.01 WORK INCLUDED A. All new sewer lines constructed shall be inspected via internal television inspection. B. This section covers the television inspection (closed circuit television inspection — CCTC) of sewer lines. The inspection of each line shall be by a television (TV) camera especially designed to accurately show the condition of the lines from the interior and with the ability determine the depth of water in the event of any pooling and to pinpoint the locations of line faults and necessary repairs. A sewer line joint means the jun oo adjacent lengths of se v ripe. and a fault is any crack too small t �a ant pipe acement. The t� manhole section" as used in these ecif Ai s shall m h length p r connecting two manholes. o, ♦ V 1.02 SUBMITTALS � r� A. The Contractors 11 ai for app anufacture s br�ures and specifications for proposed TV equi : en . O 1.03 INSPECTION O A. Immediately upon clean i s eblin i ne location, it shall be televised to determine the condition of the line and locati • 6� iting service connections. etc. B. The sewer lines shall be visually ' s ected by TV camera. The section being inspected shall be suitably isolated f-901 lie remainder of the sewer line as necessary. C. The camera shall be�rfo AHrAgh the line in either direction at a uniform slow rate not to exceed 60 feet RR�,,e��r mi'r1u e, by means of cable winches, or similar mechanisms. Under no circumstances shSPI a camera be tethered to a hydraulically propelled or high -velocity jet cleaning device while the cleaning device is on. D. The camera shall stop at each service connection and provide a view up the service line E. Telephone, or similar suitable means of coin munications, shall be set tip between the two winches, the pumping unit and the monitor control. 5100 Sewer CCTV F. Under certain conditions, it may be impossible for inspection equipment to pass through a manhole section due to damaged pipe or other obstructions not correctable by internal methods. In such cases, the Engineer will be notified. G. TV inspection will be done one manhole section at a time and the flow in the section being inspected will be suitably controlled. Sewer Flow will not exceed those shown below as measured in the manhole: 6" - 10" Pipe I inch 12" - 14" Pipe 2 inches 14" - 24" Pipe 3 inches Over 24" Pipe 4 inches Ff. The Contractor will make all provisions for pumping or bypassing the flow around the manhole section and the cost shall be incidental to TV inspection. Contractor shall not be allowed to float the camera unless permitteb5he City. C�/'� 1. It is possible that some sections of the s1�me earn a televised; [h e�tiouse or buildingconnection lines will hav o bed ed on the nd b the t tor. All cost Y $ for locating these service lines sh be'ncluded in the cos id for hole uildin_ service line reconnection. V PART2-PRODUCTS 2.01 TELEVISION tS5X'11ION EQ NT A. The television camera and m n e m "tisfiall be specifically designed and S P Y b constructed to perform the rk s ecifie he amera shall be operative in conditions of 100% humidity and de%water. cam a shall be small enough to pass through a 6 inch diameter sewe nd shall be at proof with a self contained lighting system capable of producing enough li e clear, bright, sharp pictures on the monitor. The lighting and camera qua Ity s be suitable to allow a clear, in focus picture of a minimum of 6 linear fee of. a ntire inside periphery of the sewer pipe and the measuring device to determine t t water in the event of any pooling. Picture quality and definition shall br� th atis action of Engineer; otherwise, the equipment shall be removed from the ftLe N�anthout pay. B. The monitor shall be located within a temperature controlled television unit that will accommodate three people to watch the sewer line inspection. The monitor will have a 12- inch minimum viewing screen. The Engineer will have access to view the television monitor at all times. C. The camera must be capable of measuring depth (in inches) of pooled water within the pipe. This can be accomplished by measuring equipment mounted directly to the camera; 5100 Se\Per CCI 2 software within the recording system that tracks depth based on grade changes; or other methods as approved by the Utilities Director. PART 3 - EXECUTION 3.01 TELEVISION INSPECTION BY THE CONTRACTOR A. The Contractor shall furnish video media of the lines televised to the Engineer for review and comments, which may require up to thirty (30) calendar days from the date submittal to the City. Unless approved otherwise by the City, the video media shall be DVD format. Video shall play in a standard DVD player without the need of viewing software. Each video media shall be permanently labeled with the following information furnished: l . Project Job Number 2. Manhole to Manhole Designatic%n—q4 A� 3. Name of Contractor *40 4. Date Televised The following infonnat sPtbe reco ed` d visib ns reen for 10 seconds immediately before th s art "t televisen eae segme t: I . Project Job;Ober 2. Manhole to�`M//anhol e ration um ipe Material, Size of Line, and Direction of Tel�t inn e #A, 3. Name of Contr. 4. Date Televised 5. Street and or E, 6. Drawing Sheet C. A continuous unin err visible at the lower le i I"ied recording of distance from the insertion manhole shall be corner of the screen at all times during inspection. D. The following information shall be provided in hard copy to accompany each tape: 2. 3. Project Job Number Name of Contractor Date Televised 5ioo Sewer CCry 3 4. Street or Other Location 5. Upstream Manhole Designation 6. Downstream Manhole Designation 7. Pipe Material 8. Pipe Diameter 9. Direction of Televising (Downstream or Upstream) 10. Continuous Time Log Designating Start and Finish of Each Line Segment Televised. Time shall begin at Ohr Omin Osec at the beginning of each tape. 11. Location of Service Connections E. Media will become the property of the Cite video is of such poor quality that the Engineer is unable to evaluate the cond,' n f the sewer line or to loc service connections, the Contractor will be req it elevi e and provide a go�ltW of the line at no additional cost to the City. � _^ PART 4 - PASS/FAIL CRITERIA O' • ��` 4.01 CRITERIA • �� V A. The PASS/FAIL dec o vot be ma jfield. G V B. The following items will e revie eking the spe 1. Pipe bell ends facing o am`` p g 2. Manhole Inverts: • Geometry compared to c4'0/is. nvert shape, size; and roughness. 3. Service Connections Proper placement and connection to pipe per city details and specifications. Loose or missing pipe gaskets Pipe Joints not fug sea duo over -inserted. Pipe integrity Crushed (o ut round) Damaged pipe cracks, chips, etc.) Pooling of water in the pipe. Any pooling of water that is deeper than will require the sewer main line to be adjusted to eliminate the problem. Debris / Sediment. The line should be clear of all sediment and debris. END OF SECTION 5100 sioo Sewer CCTV 4 SECTION 5200 INSPECTION AND TESTING OF SEWER LINES, MANHOLES, AND SERVICE LINES PART1-GENERAL 1.01 WORK INCLUDED A. This section covers the inspection and testing of sewer lines. manholes, and service lines. Holiday testing shall be required on all epoxy line manholes and sewer wet wells. Testing is required before final acceptance of sewer lines and service lines by the City. 1.02 SCOPE OF WORK A. All pipelines shall be inspected and tested before final acceptance. The methods to be used are as follows: I. New Gravity Sewer Lines a. Visual inspection during to ation an o e backfill. /'�4 b Low . �` pressure air tes C. Television ins p ti d. Mandrel test( le. ib ipes 1'y� e. Final Vis I Insp oo n ` f. Infiltratio a filtration g. "tracer ci ntinuity teg(� ` R``/1► 2. Manhole a. Visual iinspe on ng insta/ tion and before backfill. b. Vacuum in_ D C. Final visu n�tiog. d. Holiday to 1(epoxjeLp in s J. Replacement Sewer L Repairs a. Visual insp c I during installation and before backfill b. it est/exfiltration. infiltration. C. Tel�vlslo2 inspection. d. ManMl eltest. e. Final visual inspection. 4. Force Mains a. Visual inspection daring installation and before backfill. b. Hydrostatic pressure test. C. Tracer wire continuity test. 5200_Sewer_Inspection I 5. Service Lines a. Visual inspection during installation and before backfill. b. Low pressure air test. C. Exfiltration test. 1.03 DELIVERABLES A. The Engineer shall provide a complete and comprehensive testing report summary complete with all inspection and testing dates and results. PART2-PRODUCTS A. As specified elsewhere within these Standards. PART 3 - EXECUTION 3.01 VISUAL INSPECTION DURING IN � LaTION AND BEFORE BA ILL LL A. The Engineer shall be responsible for ins ec nVg sewer In - ianholes, lines during all phases of construction. "Fh gineer shall pro de full tim ec on services. All work not conforming to t - e ficatio�s that is d scovi d ISo this inspection phase will be corrected by``th C t a tor. 3.02 PRESSURE TEST FORk JRA ITY S IPELIN A. The Contractor M p ��p''ressorn all gravid seSver lines. B. Lines will not be accepted until ey .ass all q ' ei t its. C. Perform the tests in th e th City esentative. Provide at least 48 hours' notice before beginning • D. The primary test method is the Sure Air Loss test. 3.03 LOW PRESSURE AIR LOS PR CEDURE FOR GRAVITY SEWER PIPELINES • A. Plug all pipe outlet ith'�ui ble test plugs. Brace each plug securely. B. Pipe air supply top �I i to be tested so that air supply may be shut off; pressure observed, and air pressure released from the pipe without entering the manhole. install a valved branch in the supply line past the shut-off valve terminating in a 1/4" female pipe thread for installation of the test gauge. C. Add air slowly to portion of pipe under test until test gauge reads at least 4 psig, but less than 5 psig. D. Shut air supply valve and allow at least two minutes for internal pressure to stabilize. 5200_sewer_Inspection E. The pressure shall then be decreased to 3.5 psig. F. Upon reaching 3.5 psig, the time in minutes; seconds for the pressure to fall I psig so that pressure at the end of time of the test is at least 2.5 psig shall be observed. G. Compare observed time with minimum allowable times in the following chart for pass/fail determination. TEST CHART FOR AIR TESTING SEWERS Leakage Testing of Sewers by Low Pressure Air Loss (Time Pressure Drop Method) Table I - Minimum Test Times in Minutes.Seconds for I psig drop (3.5 psig to 2.5 psig) Distance Between Manholes Nominal Pipe Diameter (inches) 8 10 12 15 1 2 24 30V128.12 42 100 7.33 9.26 11.20 14.10 I Q0.0 49 �. 47 35.36 69.48 150 733 9.26 1 1.20 14.10 17 26.1 3; 53.25 104.42 200 7.33 9.26 11.23 17. 4 .38 34.54A 45�i5 71 � 139.36 250 7.33 9.53 14.14 _.03 $ . 56.59 /8.. 174.3 300 7.35 1 11.52 17.Q5 261,,. 38.27 ARINA 68.22 0 .5 153.51 209.24 350 8.51 13.51 19. 31.09 44.5 14 79.46%+12'4.39 179.29 244.19 400 10.07 15.49 1,5.36 51. )*69.48 142.27 205.08 279.13 450 11.23 17.4, 09103 1 40.04 .411 78.31 �Q2. 160.16 230.47 314.07 500 12.39 19.47 .29 44 6 I 'I13.58 178.04 256.25 349.01 550 13.55 21.45 31.20 70.31 95. 125.21 195.52 282.04 383.55 600 15.11 23.44 34eU �53_1 �76 5 �.�� 136.45 213.41 307.42 418.49 H. Where groundwater level s above e f the pipe being tested, increase test pressure at the rate of 1 psi for every 2.5 e ter above the crown. 1. Air Testing Safety Requiremen�ts: I . Securely br . 4,p set to close the sewer pipe for the air test; this is to prevent the uninte l onal e'I�ase of a plug which can become a high velocity projectile. For example: fo nds (gauge) air pressure develops a force against the plug in a 12" diameter pipe of approximately 450 pounds; this force can propel a l2-inch plug weighing 10 pounds to supersonic speeds. 2. Locate gauges, air piping manifolds. and valves at the top of the ground. Entry by anyone into a manhole where a plugged pipe is under pressure is strictly prohibited. 5 200_sewer_I nspect i on 3.04 HOLIDAY TESTING FOR EPDXY LININGS A. High voltage holiday detection for coating systems installed in corrosive environments, when it can be safely and effectively employed, shall be performed to ensure monolithic protection of the substrate. After the coating product(s) have cured in accordance with manufacturer recommendations, all surfaces shall be inspected for holidays in accordance with NACE RPO 188-99, Discontinuity (Holiday) Testing of New Protective Coatings on Conductive Substrates. All detected holidays shall be marked and repaired according to the coating product(s) manufacturer's recommendations. B. Test voltage shall be a minimum of 100 volts per mil of coating system thickness. C. Detection of a known or induced holiday in the coating product shall be confirmed to ensure proper operation of the test unit. D. All areas repaired shall be retested E. F. 3.05 A. In instances where high voltage shall be conducted and all pos! above. Documentation of areas submitted to the Citv/En TELEVISION The Contractor 4 5 rl Television insp been backfilled.Vpl�eNtti' The Contractor shall cleat Prior to performing the j line shall be poured down The Contractor shall t ev The Contractoa Sfia e of the repair material(s). Ion is n,' ` asible a close t Ipection shall be l d and reopafj s described 0.4 �V / made shall be e p forrrit 0 less than 30-days after the pipe has � aly m erfored after mandrel testing, if applicable. ti�i oroughly prior to the start of televising. % f*a 5 gallons of clean water per 100 feet of sewer wer main in order to highlight low spots. each segment of pipe. w the video for possible defects in material or The Contrattor shTalTcorrect any defects discovered during the television inspection at the Contrhitols expense. The Contractor shall deliver to the Engineer final video and logs after all defects have been repaired. 3.06 MANDREL TEST A. Mandrel testing shall be performed no less than 30-days after the pipe has been backfilled. B. The maximum allowable pipe deflection is five (5) percent of the inside pipe diameter. 5200_Sewer_Inspection 4 C. Any sewer pipe which fails the mandrel test prior to final acceptance will not be accepted by the City until the defects are corrected. D. All mandrel tests shall be performed by the Contractor while observed by City personnel. 3.07 SUPPLEMENTAL MANDREL TESTING A. The City may at any time after final acceptance perform supplemental mandrel testing on pipelines constructed of flexible pipe material. These supplemental tests will be performed as detailed above with a maximum allowable long term deflection of five percent (5%). B. Any sewer pipe which fails the mandrel test prior to expiration of the maintenance bond will be corrected by the Contractor at the Contractor's expense. If the Contractor fails to correct these defects after a reasonable time. the City will correct the defects and file a claim with the bonding company. ^� 3.08 FINAL VISUAL INSPECTION A. Upon completion of the above to is t ingineer w'll perform a fin �s I inspection of sewer lines and manholes. •Arm B. A punch list of defects (itbludin obvious r n`leaks) w' I p epared and sent to the Contractor for correcf-i n Contract rs xpense. 3.09 INSPECTION RVICE . G O A. All building sewer installa ' n I be in ecte and approved by an authorized City inspector. B. Backfill may only be pi -ed on e*e'$, pleted portions of a building sewer following inspection. No approval certifi ate all be issued until all portions of a building sewer from the main connection to the bu" ding foundation have been inspected and approved by an authorized inspector. At th te of inspection, the pipe should be in place in the trench with the top half of the�pl F I exposed. No approval will be given for building sewers all or a portion of �y,Itith Le avmred at the time of inspection. C. All building sewerskix-esubject to testing to insure water tightness. All tests must be performed in die presence of the Engineer. Tests may be either by: Water Loss Test Procedure: or. 2. Low Pressure Air Loss Procedure. D. If, in the opinion of the Engineer; the line in question is properly installed and free from open joints and breaks, building sewers constructed entirely of cast iron soil pipe may be connected to the city sewer without testing. 5 200_Sewer_Inspection E. Low Pressure Air Loss Procedure l . Plug securely both ends of the line to be tested. 2. Charge the line with air to a pressure of 4.5 psig. 3. Allow at least five minutes for the temperature in the pipe to stabilize. 4. Measure the time required for a one (1.0) psi drop in pressure. 5. The minimum time for a one psi loss is 28.5 x d seconds where d = the nominal diameter in inches of the pipe being tested. 3.10 PRESSURE TEST FOR FORCE MAINS A. Perform hydrostatic leakage tests for force mains the same as water pipe; see Section 5300, by tilling the force main with water and increasing the pressure to a testing pressure of 150% of the working pressure with a minimum of 100 psi and a maximum pressure of 250 psi. %.ours. B. The duration of the leakage test shall b��C. The maximum allowable leaka a ate iallbe 1 ga donp footdi epipe per 1000 feet of force main for the durio2 hour t D. The force main will not ' accepted until t e a ual leaka equal to or less than the allowable. In addition ob ous leaks arepaired. V 3.11 MANHOLE TE ON. v O A. The Contractor shall vacuu e anew ma ole constructed. B. Precast manholes shall \bla'lcum teeste`d p gr to backfill. C. The Contractor shall vacuum teS ald x�t�ole's that have been sealed (waterproofed). D. The Contractor shall vacuuLn &st all manholes that have been epoxy lined. E. Manholes shall berte c8rdance with ASTM C 1244. latest edition. Vacuum test shall not be perfrm� oed Near ter than 7 days after construction for cast in place manholes. The Contractor A rovide all testing equipment, pump, hosing, seal, and other incidentals. Vacuum test head shall be positioned at the top of the casting (the surface on which the manhole cover rests, to include grade rings) in accordance with the equipment manufacturers instructions. A vacuum of 10-inches of mercury shall be drawn and the vacuum pump isolated by the shut-off valve on the test head connection. When valve is closed, time measurement shall commence, and the time required for vacuum drop to 9- inches of mercury shall be observed and recorded. Manholes shall pass if the time for the vacuum reading to drop from 10-inches of mercury to 9-inches of mercury meets or exceeds the time values in seconds in the following table. 5200_Sewcr_I nspection 6 F. 3.12 A. B. Table 2 - Minimum Test Times for Various Manhole Diameters (seconds) Depth (Peet) Diameter (inches) 30 33 36 42 48 54 60 66 72 <10 11 12 14 17 20 23 26 29 33 10 14 15 18 21 25 29 33 36 41 12 17 18 21 25 30 35 39 43 49 14 20 21 25 30 35 41 46 51 57 16 22 24 29 34 40 46 57 58 67 18 25 27 32 38 45 52 59 65 73 20 28 30 35 42 50 53 65 72 81 22 31 33 39 46 55 64 72 79 89 24 33 36 42 51 59 70 78 87 97 26 36 39 46 55 64 75 85 94 105 28 39 42 49 59 69 81 91 101 113 30 42 45 53 63 74 87 98 108 121 Manholes showing greater than the altoyy��.� le age shall be repaired and ret d until a satisfactory leakage result is obtained. TRACER WIRE CONTINUIT TING P Contractor shall perform a con'tiri i y test on aI c wire in t r nce of the Engineer or the Engineers' represe�lr Native. f the tra r � is foun �t continuous during testing, Contractor shall epa or replac th ed segment ore at their own expense. Nor A final continuity) be perfot .1 d y a Wateewer Department representative before the project�ii j j be acce�y the t If C e tracer wire is found to be not continuous during testing. C a r shall t?air replace the failed segment of wire at his own expense. P •6 CGS 5200_Sewer_Inspection (THIS PAGE INTENTIONALLY LEFT BLANK) 5200_Sewer_inspeaion 8 SECTION 5300 INSPECTION AND TESTING OF WATER LINES AND SERVICE LINES PARTI-GENERAL 1.01 WORK INCLUDED A. This section covers the inspection/observation and testing of water lines and services lines. Testing is required before final acceptance of water lines and service lines by the City. 1.02 SCOPE OF WORK A. All pipelines shall be inspected and tested before final acceptance. The methods to be used are as follows: 2. 3 New Water Pipelines a. Visual inspection during%la ton and ore backfill. A�✓ b Hydrostatic pressu y .I C. Disinfection. `- d. Bacteriologic s p♦` e. Final Visual Inse�t' n. f. Tracer wir�sontini itty, test. �► Water Me er • t fts o'w � V a. Visua rispectio duri,ginstal ®before backfill. b. Final Visual Ad 5%n. Service Lines a. Visual inspec b Hydrostatic ► C. Final Visual d. Tracer WiNsc 1.03 DELIVERABLE` trip,\ llation and before backfill. test. A. The Engineer shall provide a complete and comprehensive testing report summary complete with all inspection and testing dates and results. PART2-PRODUCTS A. As specified elsewhere within these Standards. 5300_ W ater_Inspection PART 3 - EXECUTION 3.01 VISUAL INSPECTION DURING INSTALLATION AND BEFORE BACKFILL A. The Engineer shall be responsible for observing/inspecting water lines, water meter setters, and service lines during all phases of construction. The Engineer shall provide comprehensive observation/inspection services. All work not conforming to these specifications that is discovered during this inspection phase will be corrected by the Contractor. 3.02 PRESSURE TEST FOR TAPPING SLEEVES A. The contractor shall provide all pumps or other equipment necessary to test the tapping sleeve before making a tap. The duration of the hydrostatic leakage test on tapping sleeves shall be thirty (30) minutes at 225 psi with zero leakage. 3.03 PRESSURE TEST FOR WATER P1% EE AND SERVICE LINE A. After completion of construction 11YePlmes or se n hereof; t8tractor shall flush; test and disinfect the ne Ova r Imes an in a ordance - e Engineer of Record's plan as described b o� • V B. Flushing I. All watewfoor)Llh testi >idisinfectin w e�lines shall be supplied and paid for b h C�ontracto ter meter�v'�t�be obtained from the City of Fayetteville eter Divis" , n. ater u rate Flushing shall not be metered through a contracto s e water inter. Actual water flow rates used during Flushing operati h e dete ine the City of Fayetteville by using either pitot style gauge r i h rate v r meters. Volume shall be determined by multiplying the me sured vtml�es the duration of flushing in minutes. Water used for flushing shall b it e tt he contractor at the current wholesale water rate plus applicable taxes. 2. The work shall bN; ated to ensure that it will not be carried on during periods of high wa sa e* ter valves or other appurtenances on the existing water system, ne , tappft g valves, or valves or appurtenances that have been accepted by the City; sha hofily be operated by a City employee who has a valid ADH Water Operator's License and under the direct supervision of the City of Fayetteville Water & Sewer Maintenance Division. 3. The Contractor shall fill and flush the newly constructed lines and visually check all combination air release and vacuum valves, blow -off valve assemblies. line valves, fire hydrants, and meter setters to assure proper operation. 5300_water_inspection 2 4. The Engineer of Record shall develop a flushing plan to ensure that all lines are properly flushed. The plan should specify the sequence in which valves and hydrants are to be opened and the duration thereof. ensuring complete flushing and protecting the City's water system from construction contaminated water. The volume to be flushed shall be no less than three (3) but no more than five (5) times the volume of the main to be flushed, and shall be metered by the City. The flow shall be such that a flushing velocity of not less than 2.5 feet per second and preferably 3.5 feet per second or greater is attained. C. Hydrostatic Testing I. All pipe shall be tested as set out in AWWA C600, latest revision. Tests will be conducted only after the line is completed, including all taps and meter settings as required and the backfill completed. These tests shall be performed by the Contractor in the presence of the City Inspectors and the Engineer of Record. The Contractor shall furnish all necessa a sure gauges, meters. and pumps and make all taps and connections. 2. Each valved section of pip \hhaIJJ*bOowly fille • i water an thcified test pressure shall be applied ans of a pur p co nected to in a manner satisfactory to the E mefore IS�yr the test e� all air shall be expelled from the ipe by pe7manent s r@orporatio oc where necessary. 3. Test pressuretha b ither 150CNN of the st c p ssure at the lowest points S.or 200 ps'�c ever is greto excee�251 si at the lowest point. The contractor all . rovide al . u�or other a M nt necessary to maintain the test pressure wtt rn +/-5 psi th test po t;f Wiod of two (2) hours. All interior valves including gu is ves on f e by rants and other appurtenances shall be open during all 4. The test pressure s all no a re than t five (5) psi for the duration of the test. During the duratio of Chio o hour test, if the test pressure drops more than 5.0 psi from the start res the test shall be terminated and considered failure due to assumed leaks N the tested pipe section. If the pressure rises beyond the allowed 5 psi vartail!ek4he test shall be terminated and remaining air shall be purged from the pipWnes�► D. Leakage The leakage test shall be conducted concurrently with the pressure test. Leakage shall be defined as the quantity of water that must be supplied into the newly laid pipe, or any valved section thereof; to maintain pressure within 5 psi of the above specified test pressure after the air in the pipeline has been expelled and the pipe has been filled with water. 5300_Water _Inspection 3 2. The maximum allowable leakage rate shall be I gallon per foot diameter of pipe per 1000 feet of water line for the duration of the 2 hour test. D inches 6 1 8 1 10 12 14 16 18 M 24 36 42 Allowable 0.50 1 0.67 1 0.83 1.00 1.17 1.33 1.50 1.67 2.00 3.00 3.50 3. Upon completion of a two hour test where the test pressure did not vary by more than f five (5) psi; the CONTRACTOR shall determine the leakage amount by measuring the amount of "make-up" water necessary to restore the original starting pressure. 4. Should any test of pipe laid disclos eakage greater than that specified, the leak(s) shall be located and repaired a t li a shall be re -tested at t ie (o t actor's expense. All visible leaks shall tred reg ess of the am( b" l age. It may be necessary to utiliz Ieak t- hon equip u rh7to locate ty %RTlle leaks at the Contractor's expense. • 3.04 DISINFECTION ` >Inaccordance A. After successful pres es g, the lin ) ] flus e eelocity equal to or greater �than 2.5 feet per ct e lineSatln be disin ect with AWWA C651, latest revis Disinfe ter Mai nuous feed method, except that the placing of hyp lorite ul' s intoduring construction will not be permitted. B. The Contractor shall pro ' e t sdcr 1 in ap no greater than 10' downstream from the beginning of the new ater li xcavation, installation, use of and proper abandonment of the test tap is tk by n ibility of the Contractor. C. The final concentration of ta rine inside the main shall be 25 parts per million (ppm) at all locations and shall bea�ttned for a minimum of 24 hours. The chlorine residual at the end of the 24 hotfr�e�r�h 1 not be less than 10 ppm. The contractor shall supply all test kits necessary o ver' y chlorine concentrations. D. The contractor shall operate all valves and hydrants in the treated section of water line during the initial 24 hours to ensure disinfection of the appurtenances. E. The contractor shall take great care when flushing the line to assure proper drainage is available to prevent harm at any adjacent downstream location. F. Disposal of the disinfecting water shall be in a manner that will protect the public and the receiving waters from harmful concentrations of chlorine. Decholori nation of the 5300_Water_Inspection 4 disinfecting water shall be in accordance with AWWA C655, Field Dechlorination, latest edition. A dechlorination plan shall be prepared by the Engineer of Record. G. After disinfection is complete; the Contractor shall then Flush the disinfecting solution from the lines to a point that the chlorine concentration is back down to the same level as the treated water from the distribution system. The treated water lines will then be tested before being placed into service. 3.05 BACTERIOLOGICAL SAMPLES A. Bacteriological samples shall be taken by City personnel only. Samples shall be taken on two consecutive days and shall be taken only on Monday, Tuesday. Wednesday. or Thursday. Before a line is placed in service, two consecutive series of samples which are not collected on the same day and are taken no more than 4 days apart must show that the water is bacteriologically safe for drinking purposes. 3.06 FINAL VISUAL INSPECTION A. Upon completion of the above tests the eer will p W a final vi ukL _✓ection of water pipelines and meters. o B. A punch list of defects (incltt in obvious nag a s) will b a�d and sent to the Contractor for correction at the 0ttractorst env 3.07 TRACER WIRE CO 'LAITY TESL Il C J► A. Contractor shall Qel�npo a contin is on all trac i?e'in the presence of the Engineer or the EngineersPesentativ I I e trace t ' . ound to be not continuous during testing. Contractor shall repair o rprate th ailed. egment of wire at their own expense. B. A final continuity test sh orpe • a Water and Sewer Department representative before the project will b?accepte b City. If the tracer wire is found to be not continuous during testing, Con tl ct • r ll repair or replace the failed segment of wire at his own expense. 5300_W ater_inspection (THIS PAGE INTENTIONALL LEFT BLANK) 5300_Water_Inspection 6 SECTION 6000 PAVEMENT REPAIR PART 1-GENERAL 1.01, WORK INCLUDED A. This section covers the materials and procedures used in the repair of roads, streets.. or other public rights -of -way where a water lines; sewer lines or appurtenances are constructed as part of private or development projects. B. Capital Improvement Projects and City maintenance projects are not a standard specification. Capital Improvement Projects and City maintenance projects will be considered only on specific case by case basis in accordance with Section 1000 General Requirements. 1.02 REGULATIONS AND STANDARDS A. All permanent repairs of streets; roads; drives; private parking lots, etc. shall Engineering Standard Detail Dra\ ing Standards and details. Also r, fe t C. ar.gov/publ The Contractor is iplj, with the as birth r del Arements in the Gif 4�private >� Mn the City inimum Street V Is/s ree?t _rtrail%20details/ th requirements of all State or local Ordinances; RegulaUonZ s gov ing epairs to roads, streets; or other public rights of way. In particu11b, 1. Repair of State H" h:per requirements of the Arkansas State Highway Commission. 2. Repair Q.Aty oads: per requirements of the County Roads Department. 3. Re it of ity of Fayetteville streets, sidewalks, and driveways: per the regwr ents of the City of Fayetteville. 4. Permit for street cut and repairs shall be furnished by the Contractor. Temporary Repairs: Comply with Section 1000 General Requirements and as follows. Per requirements of the governmental agency having jurisdiction and these specifications. 6000_Pavemem_Repair 1.03 TRAFFIC CONTROL A. Comply with Section 1000 General Requirements and as follows. A. Whenever traffic flow restrictions of any kind are anticipated. the Contractor will be required to contact the City of Fayetteville to be given permission to obstruct traffic flow. B. Street closing pen -nits must be obtained from proper government agencies. C. Construction signs shall be placed immediately adjacent to the Work; at such locations as traffic demands. D. Contractor will be required to submit a Traffic Control Plan to City of Fayetteville and the Engineer. 9P 1 . ;Z1V*r CTIOND, V V .Q O G� 6000_Pavemeni_Repair SECTION 6100 LAWN AND GRASS RESTORATION PART1-GENERAL 1.01 WORK INCLUDED A. This Section covers the replacement of native grass or sod in lawns disturbed by the construction. B. Consists of furnishing and applying fertilizer, seed, mulch cover; and water at all other locations disturbed by the construction. C. Maintenance service. 1.02 SCOPE OF WORK A. This Section covers the furnishing and 1 c J of sod orm solid mats are shown on the Drawings (generally lawns or coiWri ial green spa a or seed and n ylch all other areas disturbed by the Contractor �'` �� B. It covers the furnishing and appl. 1 of wate ` v C. It covers the furnishi?t d lacing of ou inches 6 to oil on all areas disturbed during construct G D. It covers the furnishing and pla g �F fertiliz r. O E. All work shall be in aft rd:jqwith s and within d tail`v s 8n on the Drawing s thm these Specifications. ♦ 16 F. The Contractor is responsible ro A in- the requirements of all local Ordinances. Regulations; or Codes governing v getation and slope stabilization. 1.03 WARRANTY ♦ �v A. Provide one year arran�rom date of final acceptance. B. Replace areas found dead, or not in a healthy growing condition. 6100 Lawn Resionv ion PART 2-PRODUCTS 2.01 TOPSOIL A. Topsoil shall be reasonably free from subsoil, clay, lumps; brush; objectionable weeds and/or other litter and shall be free from roots and toxic substances or other material or substances that might be harmful to plant growth or be a hindrance to grading; planting and maintenance operations. 2.02 FERTILIZER A. Fertilizer shall be a standard commercial product complying with State and Federal laws and with the requirements issued by proper authorities. B. Fertilizer shall be delivered to the site in the manufacturer's original container; on which shall be plainly marked the manufacturer's aim and the guaranteed chemical analysis.C. Except as noted in the following sente rtiliz all contain not s�s�fFian the percentages by weight of ingredie Nitrogen G pnt Phosphorus. P205 1�'ercent Potash, K2 1`3"percentQ� a► �� s may be svided th�m v�ible plant food remains the Other I : I : I rati Z,same as herein sp ` to . OV D. All fertilizer shall be solid a s Il a in a c ditio which will permit proper distribution. 2.03 SOD 6 A. Solid sod shall be cut from well- t . INN d viable Bermuda, Zoysia or St. Augustine grass. Sod type shall match that establish in the disturbed areas. 2.04 SEED ♦v A. Contractor shall a la y seld mixture appropriate for the season and disturbed area B. Contractor shall apply a mixture of various annuals and perennials to provide overlapping times of seasonal peak vegetative cover. Seeding shall only be done just prior to the vegetation's peak season for best results. Seeding shall be used when there is sufficient time in the season to ensure adequate vegetation establishment and erosion control. 6100 Lawn Restoration C. To optimize soil stabilization.. Contractor shall utilize a nurse crop of quick growing annuals within a mix of perennials appropriate for the season. The nurse crop germinates and grows rapidly; holding the soil until the slower -growing perennial seedlings become established. Permanent vegetation shall not be considered established until a ground cover of perennial vegetation is achieved that is uniform and mature enough to survive and be of sufficient density to preclude erosion. D. Contractor shall conduct seeding activities to achieve stabilization that are generally congruent with the following schedule: Dormant Cold Season Temporary Stabilization (November I — February 28) Seeding at this time of the year typically does not produce successful results, as cold temperatures inhibit seed germination. Contractor shall be responsible for achieving temporary stabilization via mulching, erosion control blankets, matting, compost, and/or other appropriate structural/nonstructural methods for temporary stabilization until seasonal weather conditions become more conducive to establishment of penn0ent perennial vegetative cover. Fertilizers shall be added at this time in preparation for seedin o tractor shall be responsib e fohieving temporary stabilization at all areas that are unst> �n ubje) erosion. Contrao MAI apply temporary seeding, as follows: Dormant Cool Season Temporary� , o a NOD Seed MA-m ItNoveberl17coruary 28) Plant Species IGrowth Se on Life We Seeding Rate Winter rye Secale, cereale oolseasanua 75 Ib/ac Perennial RvegrassLoliw r coolsen nnial 75 Ib/ac So- �I - v Pre Warm Season (Sprine) Seedinya r.@h I — ry ay 3 O As the growing season approac es, n " c r s all ap I mix of quick germinating cool season species combined with wane s ties li below. The cool season species will serve to hold the soil until warmer weath arrives��st�( tau the warm season species to germinate. Pre Warm Season (Sprint) Seed MixY)\7drN — Mav 31) Plant Species NIF Growth Season/ Life Cycle Seeding Rate Oats Avena saliva) • cool season annual 20 Ib/ac Perennial R egrass Lolium "rren cool season perennial 20 Ib/ac White clover Tri olium re ,ens)* cool season perennial 20 Ib/ac Korean Kobe leg edeza a r rowia sti ulacea)* warm season annual 20 Ib/ac Bermuda Cvnodon dactidon warm season perennial 30 Ibs/ac Bahiagrass Pas olum notannn) warm season perennial 30 Ibs/ac Weeping love grass (Era rostis curvido) wane season perennial 30 Ibs/ac *All legume seed must be properly inoculated with appropriate inoculant. 6100 lawn Restoration Warm Season Seeding (June 1 — August 31) In the midst of the growing season, Contractor shall apply a mix of warm season annuals and perennials, as follows: Warm Season Seed Mir (June 1 — August 31) Plant Species Growth Season/ Life Cycle Seeding Rate Sudan grass((Sorghum bicolor) warm season annual 20 Ib/ac Alyce clover (Alysicarms ovali onus) warm season annual 20 Ib/ac Brown -to millet (Panic•um ramosunt) warm season annual 20 Ib/ac Bermuda Cynodondnclylon) warm season perennial 25lbs/ac Bahiagrass Pas alum nolalinn warm season perennial 25 Ibs/ac Weeping love grass (Eragrostis curvtda warm season perennial 25 Ibs/ac Buffalo grass Boulelotta daclyloidcs warn season perennial 25 Ibs/ac Late Season Seeding (September 1 — October 31) During late summer to early fall, Contractor shaal/ll�e following mix: Late Season Seed Mix tSentemher 1 — Octohi r iItl &� vt� Plant Species ' Gr h eason/ [fe Cycle ee ing Rate Oats Avenasaliva) 4 eason annua 30 Ib/ac Winter rye Secalecereale) �� o seasonann 301b/ac White clover Tri olitun re pens ' 100 1 season er nm I 25 Ib/ac Perennial Rvegrass (Lolium @rei_ a ool season ial 50 Ib/ac Virginia wildrye (Elvin is v' ini7s . cool season nnial 25 Ib/ac 'All legume seed nmst be p er, eeblated with p o Me E. Contractor has option of a rn sq (September I — October 31 o Dorman Mix (November I — Fe ) or se in seeding periods. This is be deterrt' e'rdononn with City of Fayetteville prior Collin 'ac(i �M n�Fefinials to Late Season Seed Mix oo' Season Temporary Cover Crop Seed eedwarm season perennials during other site -specific basis. Contractor shall confer ties to determine specific seed mix. F. Contractor shall submit all lakelsfitV from seed bags and seed purchase invoices to the City of Fayetteville. Nw**N 2.05 MULCH Que `A. Mulching shall b1n conjunction with both temporary and permanent seeding practices to enhance their success by providing erosion protection prior to the onset of vegetative growth. Straw mulching shall be of oat, wheat, or rice straw mulch. Hay mulch shall be prairie grass, Bermuda grass, or other hay as approved. Mulch shall be dry and reasonably free from Johnson grass or other noxious weeds, and shall not be excessively brittle or in an advanced state of decomposition. All material will be inspected and approved prior to use. B. Mulching shall be spread in a uniform continuous blanket, at a rate of I to 3 tons per acre (air dried weight) or to a uniform 2-inch depth. Mulch shall be spread by hand or by an 6100_I_awn_Resioration 4 approved blower type mulch spreader. Care shall be taken to remove all wire and/or twine from baled hay/straw when the control structures are removed from the site. Mulch shall be anchored in the soil to a depth of two to three inches to form a soil -binding mulch to prevent loss or bunching; or held in place with a tackifier. 2.06 WATER A. Water shall be free from any substances; in solution or in suspension, which would inhibit the rapid growth of grass. PART 3 - EXECUTION 3.01 FERTILIZER APPLICATION A. Fertilizers shall be applied at appropriate agronomic rate. If necessary to achieve final stabilization, fertilizer shall be applied at a ' um rate of 250 pounds per acre (0.0057 pounds per square foot) in advance of�illin sse�dbed preparation operati s ktten soil samples are not practical fertilizer stizif lst of 13= 13 (nitrogen; hor#us; and potassium content). The fertilizer str - o box shall e utpped wi b e plates to prevent downward movement of ffieru4zer when operatin on a slop h fertilizer shall be raked in and thoroughly the soi+ epth of app 1 to ly 2 inches prior to the application of seed or mm q 63.02 SEEDING • J' A. Areas to be seede a` dressed [ral shap v B. The Contractor shall obtai an pluroved soil any available source and place uniformly on the desig fed a�C and ly to a minimum thickness of four (4) inches. Irregularities i fiet sfac�e s�albe corrected so as to prevent formation of depressions where water will stan �T L SHALL NOT BE PLACED WHEN THE SUBGRADE IS FROZEN, _XCIVELY WET. OR IN A CONDITION DETRIMENTAL TO THE PROP D PLANTING AND PROPER GRADING. C. Broadcast sowing of see- m e accomplished by hand seeders or by approved power equipment. Either, --e haR result in uniform distribution and no work shall be performed during tgh x0 nds. The area seeded shall be lightly firmed with a cultipacker immediately after �adFast. D. The contractor shall water and maintain seeded areas from time of completion until final acceptance of the project. 6100 Lawn Restoration 5 E. The contractor shall be responsible for establishing ground cover on all disturbed areas. Repeated seeding shall be required if necessary throughout the warranty period. 3.03 SOD PLACEMENT A. In this paragraph; "Solid Sod" is interchangeable with the word "sod." B. Solid sod or topsoil shall not be placed until all other items of work are complete. C. Prior to placing the sod and topsoil in the areas designated, the ground surface shall be cleared of materials that might hinder proper grading, tillage, or subsequent maintenance operations such as stumps, stones.. roots, cable, wire, grade stakes, etc., and brought to four (4) inches below the finished grade. The areas shall then be thoroughly tilled to a depth of at least two (2) inches by plowing, disking, harrowing or other acceptable means. D. The Contractor shall then obtain an ap uniformly on the designated areas and inches. Irregularities in the surface depressions where water will stand. T SUBGRADE IS FROZEN, X DETRIMENTAL TO THE P S.b E. After the topsoil has or other objects that which hauling o0,era F. Where any portion o1yTl shall be repaired to the G. Areas to be sodded shal conform to the typical s 3.04 WATERING planti from any available to a minimum thic .VB so as to prev 'S@TL SHALL OT' BI SIVELY WE ,, OR PLAN ND PRC X"_ . ..'r place ur (4) on of THE of stones, stumps Paved areas over mduc�ftl be kept oleeana� cc ies guQve(0[1 nvise damaged, the affected areas t`ed con Inp d in s 6channer that they will, after placement of sod, A. Prior to placemen&ra rr areas shall be sprinkled with water sufficiently to make them moist; but no hle initial application of water may be omitted if the area is sufficient moist fr1. B. Immediately following the placing and tamping of sod, the covered area shall be wetted thoroughly. Subsequent applications of water shall be as required. C. Immediately following the application of the mulch cover for seeding, water shall be applied in sufficient quantity to thoroughly moisten the soil to the depth of pulverization and then as necessary to germinate the seed and maintain growth. 6100 lawn Restoration 3.05 COMPLETENESS A. The lawn and grass operations shall not be considered complete until a uniform (e.g., evenly distributed, without large bare areas) perennial vegetative cover with a density of 80% of the native background vegetative cover for the area has been established on all unpaved areas and areas not covered by permanent structures. 3.06 INTERMITTENT CLEANUP A. Immediately following the lawn and grass restoration operations, all gutters, sidewalks; driveways, street pavement, yard or other areas shall be cleaned of all debris; excess sod, topsoil or other objectionable matter. All such cleanup operations shall be completed before sodded areas are measured for payment. 6100 Lawn Resioraiion 7 (THIS PAGE INTENTIONALLY LEFT BLANK) 6100 Lawn Restoration 8 SECTION 6200 REPORTING FORMS The following forms may be revised and/or additional forms added as determined by the Utilities Director or City engineer. It is the Contractor's responsibility to request the latest edition of Reporting Forms. (THIS PAGE INTENTIONALLY LEFT BLANK) 0 ti O P •� O� G� Fire Hydrant Information Sheet City of Fayetteville Hydrant ID: Assigned by WatedSewer Address: Nearest House Number Street: Street Nitric Cross Street: Nearest Cross Street Main Diameter: Manufacturer: I — Mueller. waterous. Other Model: Year: Installation Date: 11 Installed By: Feeder Diameter: RD c Pressure: Depth of Bury: Ownership: Include Extensions Number of Nozzles: 3 2 th! • **1 X` Nozzle Diameters: r 4 1/2". r1�2 1/2"- 0%A- 01her- `N Fire Flow Data Pitot Pressure: I City or Contractor Name Hydrant for Test Measured Flow: `•gppt Static Pressure: psill 20 psi Residual Flow: m Residual Pressure: psill urrent Color: Blue GW -"`0Nnge Red Other: Residual,4 MT , is O�prif> - Blue; 1000 to 1499 - Green: 500 to 999 - Orange; < 500 - Red orrect Color: Date of Flow Test: Date of Inspection: Date of Maintenance: otes: Initials of Testor: Initials of Inspector: Intitials of Maint.: E ►FM N � o i u = L" u Ni a` �v v = o \ c /PON U w ./ • r u R • • u C � z re ti- v s v z ti u � o Water Line Data City of Fayetteville Project Name: Contractor / Superintendent: City Project Number: Location: Engineer / Inspector: Location Sheet Number Station Number Manufacturer Material Diameter Production Run Code or Lot Code � y N sus u v F L� O c U N — N C u LL i � u u 7R � = o U U F y N o u a+ u c , �0,000 U LO a" E` ai `u ti� c� 's 0 E F Gl o � ♦ vi L c o� 0 e F F EM a z E � F L. L t N � J z' z .O c F U G F a L L J .o a) LE N C O L C� C iil N O 4l ai 15E u N C � t C A O `u G LO A 130 ` 9 Na N = z � s� � O v = v z v� z � a aNi ° o (- a U Water Valve Data City of Fayetteville Project Name: Contractor / Superintendent: City Project Number: Location: Engineer / Inspector: Location Sheet Number Station Number Manufacturer del umber Year Type (Gate Butte rfl Ball Diameter 10 v i t0 L V U �w v a-i c - O v 3 N u N N U u? s i / N U w �3 p v" GU yi j 5 C F `- " = O v C 3 iv z O O O. F Li e° F c U •v V N M7 �O OO C C _N u u � o o ti � v v v Vl o \L�L ` _ u C N G G U � L C-0 (/�J�J t V .40 E Em � I n c � _o o c v z � N N U F U U U v v � a 9 TJ a O N — r U � Y y EV N M 7 V' 00 rl A _ E u v T L O U i N - N C _ � N � C C W ❑ O 1 — — 2 G �j v9 N v d W C L W U G (n N C O � A o U w N 6 a f r J c_ u /� � v C F � � Y C � � r 4 � � � N N F aNi a s c y p c C y s z � N z .a nEs 5 ti `m C' i o �oorr-�o rf�or000 -�nvaoo-r��nvoon N W U O 2 o0 O? V N y Ran� N N M V e (THIS PAGE INTENTIONALLY LEFT BLANK) 'V O P •� G� SECTION 7000 QUALIFIED PRODUCTS LIST PARTI-GENERAL 1.01 GENERAL INFORMATION A. Domestic United States of America (USA) manufacture. 1. In so much as possible; all material, pipe, fittings; castings: products; concrete, reinforcement and appurtenances must be 100% Domestic United States of America (USA). If a material or product is available as 100% Domestic United States of America (USA), then that material or product shall be provided. 2. If a material or product is not available as 100% Domestic United States of America (USA) then the products shall comply with the following: a. Based upon the experience an isPtex,,:n(1pti%p1Mre f the City of Fayettevill CeV��pnamed product exceptions to the domtt�erent are include i�Iiin these specifications. These named �ro u limited t t a specific product(s) or manufacture s n ed or listed withi these Spa��Gons. i. Where a specrno med ex ho r manufa er, roduct; or products are listed within th �SSpecrfications r [ho the statergen�o approved equal' then that (listed) rft ct.Zbr produc a I e the o81 p uct(s) furnished for the specified p� plicaa 6 . �� ( �— 3. "Approved equal" withi th Stand r (cations including the Qualified Products List shall requireer u royal m th Utilities Director. B. American Iron and Stequite en a. The American` lroeI (AIS) requirements of the Consolidated Appropriations Act of 2191 01 lic Law 113-76 and further requirements including; but not limited to P.L. 13-121. 1 14-1 13 and 608 of Title 33 of the United States Code and latest r de ws as may be provided, are a separate and additional consideratiotlCoii�epecifications based upon Clean Water and Safe Water SRF Federal and StateVnding sources. Refer also to httys:Hwww epa ,,ov/cwsrf/state-revolving-fund-american-iron-and- stee I-ai s-req u i re men t 7000_QuaI i fied_Products_Lisl 1.02 SPECIFIC NAMED PRODUCTS A. SECTION 3000 SEWER PIPE, FITTINGS AND MATERIALS Reference:2.03 CLEANOUTS Cast iron short bodied valve box, Model 70 as manufactured by East Jordan Iron Works or approved equal. 2. Reference:2.07 INTERIOR CERAMIC EPDXY LINING FOR DUCTILE IRON PIPE AND FITTINGS The ceramic epoxy lining specifically designed for wastewater environments shall be Tnemec Series 431 Perma-Shield; or Protecto 401 as determined by the Engineer of Record and approved by the City for the specific project. 3. Reference: 2.08 POLYETHVLE SEMENT (PIPE WRAP Tape for field taping of polyw eJd fittings; c. or fieldPalf missing polyethylene encasement materia sha be Polyken 900; cotchrap ual • 0 4. ,Reference: 2.10 RE " ORCED FLEE IB E RUBB 0 PLINGS •` Fernco or approv u�lj 5. Reference: 2.1IIXSERVIC S DLE O� Romac or approved egtta 6. Reference: 2.13 M CHA ' `JOINT RETAINER GLANDS a. Retainer Pb lands for pipe si ss 3-inch through 12-inch shall be manufactured by EBAA g Iron; Inc. (USA only),`li 13ir. Inc. (USA only), or Star Pipe Products (USA only). b. Retainer glands or p' �Stzes greater than 12-inches shall be manufactured by EBAA Iron. Inc. (USA on , or, Star Pipe Products (USA only). 7. Reference: 2.14 PIPE BELL RESTRAINTS a. Bell restraints for AW WA C900 PVC sizes 4-inch through 12-inch shall be Series 1900 Restraint Harness. as manufactured by EBAA Iron, Inc. b. Bell restraints for Ductile Iron Pipe sizes 4-inch through 18-inch shall be Series 1700 Restraint Harness; as manufactured by EBAA Iron, Inc. 7000 Qualified Products List c. All -thread attachments - Romac `Ductile Lug' style attachments 316 stainless steel or approved equal. 8. Reference: 2.19 VALVES FOR FORCE MAINS a. Full port (100% area) plug valves shall be AWWA C517, latest revision shall be manufactured by Val-Matic or Derurik PEC 9. Reference: 2.20 AIR / VACUUM RELIEF VALVES a. Stainless steel A.R.I. Flow Control Accessories sewage air release valve or approved equal. 10. Reference: 2.21 TRACER WIRE AOM a. Connectors shall be moisture displac%mey� as manufactured by 3M , BRR; r qua[. 11. Reference: 2.22 MARKIfa P a. Non-metallic sanitary s wer mtape s al b��ming t �nufacttired by Rhino Markingand Protection S , I du 'e ;Inc., or a o d e ual. 12. Reference: 2.23�WER L I , RKERSn 411111 A a. Sewer line markers s4aJI HTr' al- �n'g,�y'Ma by Rhino Marking and Protection Systems; Cars( Inte tone . ual-S' Uti n}' Marker (CIB-380); or approved equal. b. White reflective tape 3M or as . B. SECTION 3300 MANHOISf+ ``V J 1. Reference: 2.03 �iHOLE GROUT Grout mix shall be Strong Seal QSR, or approved equal. 2. Reference: 2.05 PRECAST CONCRETE MANHOLES E. Pipe connections A-Lok Products; Inc. F. Joint Sealant RFS Gaskets by Press -Seal Gasket Corporation or approved equal. H. Joint wrap Bidco Butyl Wrap as manufactured by NPC or Infi-Shield® Gator Wrap by Sealing Systems, Inc or approved equal. 7000_QuaI i fied_Products_List 1. Frame gasket material E-Z STIK as manufactured by Press -Seal Gasket Corporation; or equal to ASTM C 990, Section 6.2 Butyl Rubber Sealants. Reference: 2.06 CORROSION PROTECTION Raven Ultra High -Build Epoxy Coating, designated as Raven 405. Warren Environmental Systems, or approved equal. 4. Reference: 2.08 STANDARD MANHOLE FRAME AND COVER Approved manufacturers are East Jordan Iron Works and Neenah. 5. Reference 2.09 HINGED AND GASKETED MANHOLE FRAME AND COVER Approved products are East Jordan Iron Works Ergo and Neenah Liftmate. 6. Reference: 2.11 RUBBER WAT OP ASKETS Fernco, A-Lok, or approved equal. ^_/'� 7. Reference: 2.13 MANH G ;DE AD STM NT R1N ]\` ` Ladtech, Inc. or approved equal. ` 8. Reference: 2.14 \NTOPPE �NHOL N ART) "No Flow In FLO, ;" 9c�`ated in S nio, *Tex "%L '7 Proved equal. C. SECTION 3400 BORES AND` EXIINENCASPM-ONT PIPE Reference: 2.01 Materi i • , C. Grout �` Grout shall be Strong Ser�gt7t 2502 or approved equal. E. Casing spacers CGS Cascade Model CCS as manufactured by Cascade Waterworks Mfg. Co., or approved equal. F. Casing End seals Casing end seals shall be Cascade Model CCES, or approved equal. 7000_Qual i fied_Products_List D. SECTION 3500 SEWER PUMP (AKA LIFT) STATIONS 1. Reference: 1.01 General Requirements G. Pumps; motors and appurtenance mechanical and electrical equipment shall be Fairbanks Morse Pump equipment or Flygt Pump equipment. 2. Reference: 2.08 GENERATOR SET B.8. Generac or approved equal. E. SECTION 4000 WATER PIPE, FITTINGS AND MATERIALS I. 2.05 COATED COPPER PIPE/SERVifCTKUBING Mueller Industries or Kamco. Nyj �� 2. Reference: 2:06 POLYET Y 'E ENCASEM 'T (PIP j5�•P) • V Tape for field taping o pol r ped pip,��.. ii gs, etc. r -e repair of missing polyethylene encasement arena shall be Plyln #900, So tofu 450 or equal • v 3. 2.08 FOSTER���-/Jii"S �` Compact MJ restraints shall be FAterlAdapter�t�orporation. 4. 2.10 MECHANIC a. Retainer glands A& pipe through 12-inch shall be manufactured by EBAA Iron, Inc.(USA d�I- h-Blair; Inc. (USA only), or Star Pipe Products (USA only). b. Retainer glands for ii e sizes greater than 12-inches shall be manufactured by EBAA iron, . qi 5 A nly), or Star Pipe Products (USA only). 5. 2.11 PIPE RESTRA�S a. Bell restraints for AWWA C900 PVC sizes 4-inch through 12-inch shall be Series 1900 Restraint Harness; as manufactured by EBAA Iron, Inc. Devices shall.have an approved coating system for corrosion resistance equivalent to MEGA -BOND® and manufacturing traceability. b. Bell restraints for Ductile Iron Pipe sizes 4-inch through 18-inch shall be Series 1700 Restraint Harness, as manufactured by EBAA Iron, Inc. Devices shall have 7000_QuaIilicd_Pruducis—List 5 an approved coating system for corrosion resistance equivalent to MEGA -BOND® and manufacturing traceability. When all -thread attachments are required, eye -bolt style attachments are not permitted. Romac "Ductile Lug' style attachments or approved equal shall be used. All -threads shall be made of 316 stainless steel. 6. 2.12 RESTRAINED FLANGED COUPLING ADAPTERS EBAA Iron Series 2100. 7. 2.13 RESTRAINED COUPLINGS EBAA Iron Series 3800 Restrained Coupplin1a 8. 2.15 GATE VALVES Gate valves shall be made in A d shall be uell r Series ��'r .' merican Flow Control Series 2500, or Ame c Comps �s 25 or S eS, 9. 2.16 BUTTERFLY V VEST �( Butterfly valves Oalle-%Watt HP25 r ezurik BA10. 2.17 BALL VA ^ O 6 Ball valves shall be mad U . nd sh beQFoI 1-777-NL or James Jones E 1900, with rr B e "tee -head" style operatin ,t 11. 2.18 VALVE BOXES Valve boxes shall be M:de,jn; and shall be East Jordan Iron Works 8550 Series or Tyler Union 6850 Series ` 12. 2.20 FIRE HYDANTS Permitted fire hydrants are (only) American Flow Control 5-1/4" Waterous Pacer WB67-250 and Mueller Super Centurion 250 hydrants, no approved equals. 13. 2.21 BLOW -OFFS Mainguard #77 as manufactured by The Kupferle Foundry Company or approved equal. 7000_Qual i f ied_Products_Lisi 14. 2.22 AIR RELIEF VALVES Air release valves shall be A.R.I. Model D-040 for 1" and 2" or A.R.I. Model D-060-C HF NS for 3" — 10", or approved equal. 15. 2.23 SERVICE SADDLES Service saddles shall be Romac 10INS. 16. 2.24 TAPPING SLEEVES Ford FAST or approved equal. 17. 2.25 SERVICE CONNECTION MATERIALS, FITTINGS AND BRASS All service connection materials; fittings ass hall be 100%domestic US ai service connection materials, fittings and brass h I e manufaaed in accord2 rrtl a Sate Drinking Water Act (SWDA laces editi� as amen be LEA�bs (aka No -Lead). All service connection ate gals, fittings and brs shall bed la �ti9actured by Ford Meter Boa Company; Inc. or ru .�I r�( i3mpany+an;nher spec�ed m section 4000. 18. 2.27 MARKING TkR v 6 Rhino Marking a t moron Syste a 's Industriena�or approved equal. N14000, 19. 2.28 WATER LINE M ftQ O TriView Marking SysRIZin arking and Protection Systems; Carsonite International Dual -Sided . tiliry Q -380); or approved equal. V` 7000 Qualified Products List 7 (THIS PAGE INTENTIONALLY LEFT BLANK) 7000_Qualificd_Producu_List 8 APPENDIX A SEWER SERVICE LINE AND CONNECTION POLICY (THIS PAGE INTENTIONALLY LEFT BLANK) lJ# .+ o O P •� O� G� OP-01 Page I of 10 CITY OF FAYETTEVILLE, ARKANSAS POLICY AND PROCEDURE Subject: SEWER SERVICE LINE AND CONNECTION POLICY Policy Number: OP-01 Original Policy Date: June 23, 1988 Effective Date of New/Revised Policy: August 1, 2005 Revision Dates: July 21, 2005 Custodian: (Division) WATER AND WASTEWATER Mayor's Signature and Date �v OP-1.0 PURPOSE: O • �(,J To establish a uniform polic concerning sew 1 s�v_ice corm �c 1 nd sewer service lines. • '► OP-1.1 POLICY:)` �V General There have been awn ou ipe conPura n'S�installed underground since the City of Fayetteville's sewer s irst deand installed in 1889. This policy is correct and a ro riate r _. r 9% o ons found. It does not eliminate PP P using sound judgment for thmainin l�the cases. Judgment calls shall be the responsibility of the Mayor or hi�es1 ated representative; who is currently the Water/Sewer Maintenance Superintt ee . Grandfather clauses do not apply in cases where public health and safety iskcompromised, and thus do not apply for sewer issues. Ordinance references are b ascl the City of Fayetteville Code of Ordinances as in effect on 1 April, 2003. `�� 1. Connection per it required. [Section 51.035, City of Fayetteville Code of Ordinances]. "No unaut�iorized person shall uncover, make any connection with or opening into, use, alter, or disturb, any public seu+er or appurtenance thereof without ,first obtaining a writlen permit from the approving authority. No permit shall be issued to allotiv any person to tie his property to the sewer system until the connection fee prescribed by Section 51.114 as presently amended or as may be amended in the figure is paid. ' OP-01 Paee 2 of 10 2. Separate building sewer provided for every building;, exceptions. [Section 51.039. City of Fayetteville Code of Ordinances]. "A separate building sewer shall be provided for every building except us follows: (A) Where multiple buildings are constructed in an apartment complex or condominium on a single lot a• tract of land which cannot be subsequently subdivided and sold in parcels, the individual buildings may be connected to a collector building sewer, provided that only one person is responsible for maintenance of the building sewer. (6) Temporary buildings, mobile homes, or similar portable structures may be connected to a building sewer installed to serve a previously constructed permanent building, provided that both the permanent and temporary buildings are located on the same lot. " The temporary status is null and void if the structure is in place for more than 365 days. At that time, a separate building sewer must be provided. Two buildings, or two parts of one buil townhouses) may not be attached to one been legally allowed. If two buildi c different owners; are attached to aZing�' corrected by the owners and eac s only exceptions are listed ab vel�t'& not covered by any grandfatr claus ; and Condominiums and €h Ncfure their own dedicated er service building or portion of th uilding 1 RgNLhich may have different o ns.e., privat ice line. T as ver arts of rldin w ch a� have P b li;, Y privates vice ine. this U n must be mst�hhaa� dedicated to t ie main. The •uct�s � ked too w service line are re is tuatton must bmc ;re ed. have sepa to �nership must each have remain; oyi same lot/property as the 3. Service Line Crossin d'a etit Lots.��Sevti7yfiervice lines must run directly from the lot which they serve tog Ar witFrotff�t using another IotyThe service may cross street right of way and/or the asemet t o2. the main. It may not run parallel to the main, but can run at an angle betw and perpendicular to the main if the main is already installed prior to the develop e of said land and said service line will be no more than 60' in length within th com ined easement/right of way area. Ownership is not the deciding factor; lob It' es�W. parcel lines are the issue. Thus, if one Owner owns two adjacent lots, andbtii#ds% na6tt lot, the service for this structure and lot cannot cross the other lot. If theervic€Ine would have to be more that 60' in length within the combined easement/rigucif0way area, then the main must be extended so the service line can connect at a 900 angle to the main. 4. Sewer Mains Accessing Every Lot. Sewer mains shall be installed so as to adjoin each lot such that all service lines meet the above requirements. Sewer main extensions are the responsibility of the owner of the lot receiving the service. 5. Sewer Easements for Private Lines. Sewer line easements for private lines to cross adjacent lots are prohibited except in very rare cases. In general, these are when a given OP-01 Page 3 of 10 private residence tandem lot; containing only one structure which requires sewer service; is "landlocked" from a sewer main; all adjacent lots have legal access to a main; and the sewer line easement is collocated with an above ground access easement. Private easements shall not be used in cases where sewer main extensions are in the public best interest, such as where a sewer main* shall be made accessible to other lots or where a future main may be required. 6. City and Owner Service Line Maintenance and Repair Responsibilities. There are two general situations which cover sewer service line configurations in the City of Fayetteville. The following two paragraphs explain City and Customer responsibilities for each of these situations. A. Situation 1, No City Cleanout is Present. If no City cleanout is present; the Customer o s the service lateral all the way to the main. They are responsible for any and all G s, clearing any blockages, etc. tI�the following caveat. if there is a blockage un i% h paved o ncreted portion he4 treet (from a vertical line drawn at the bac c 13-46 the back o r . or from e a ,Sual edge of the asphalt if no curb is present) �is cannot be clyarerd is roddin hing, then the City will repair the pipe and r�Y�lN -At. If thebtQyokpge is dete r e, [Ito be caused by anything which should of ge pl�2ed in a 'Aline (gre Tel r towels; toys; croquet balls; cleanout caps mocks. ravel, kitty r; or any th smaterials which are not allowed per p the sewci&� o'inance) t n i Custome ill be billed for the work. The burden of roof -f ca ion of tl o age rests ett ustomer. The City will meet the Customer o t' e. represe n plumber. t etc.) and try to help them determine the location the blod ag The r �ot place a City owned rod, camera, tape, or other item into eus,omers eano t or sewer system to determine the location of a blockage- anitYstelreet ta'�ed inside the 'pe at this time must belong to or be working for the Customeb j edXfces determine beyond a reasonable doubt that the blockage is under e `NwXill investigate as necessary to determine what type of repair is necessary. T is nly time we will place City tools inside the Customer's piping system. If there u d o be a City cleanout and the cleanout has been removed or damaged, then the si ation is the same as when there is no City cleanout present. k `v 'r If the blockage is out 'de this area of the paved or concreted portion of the street (from a vertical line drawn at th back of curb to the back of curb, or from the actual edge of the asphalt if no curb is present), then the City grants the property owner who owns the service line the right to perform maintenance on said service line within the easement and/or right of way. This includes work performed on both sides of the road or right of way, to include work performed under a sidewalk. OP-01 Page 4 of 10 B. Situation 2, City Cleanout is Present. A City cleanout is defined as a 4" cleanout located behind the curb or at the easement line (for back yard lines). These cleanouts are typically within 10' of the edge of the roadway or within 10' of the main, respectively. Cleanouts smaller than 4" are never City cleanouts, and are always the responsibility of the property owner. When a City cleanout is present, the City assumes ownership and responsibility for any blockages between the City cleanout and the main, and which can be cleared by rodding from the City cleanout. If the blockage is determined to be caused by anything which should not be placed in a sewer line (paper towels; toys, croquet balls, cleanout caps, sticks, gravel, kitty litter, or any other materials which are not allowed per the sewer use ordinance) then the owner will be billed for the work. Any blockages prior to the City cleanout shall be the Customer's responsibility. This includes any work to attach to the Customer's side of the tee or wye where the cleanout riser ties to the service lateral. 7. Billing. If a bill is required, the bill wi%fiil oce process, rather than by being added to the er's payment terms negotiated within 60 da, s ossua to the utility bill. Job costs will The I sed on an Personnel rates will include the o salary 0q 8. Use of old building , ers with n Fayetteville Code of Ord ances Old built in connection with ut ngs only fie the approving author to eet all rey� Complete remodeling is i the plumbing system is h value of the renovation is are sed through the account reEi ble utili II. If the bill i tn4tigpra d or nce,Ate e bill willnsferred X time and ials basis. lings. [je- 51.040, City of -s, or N1 thereof, may be used ,r fou examination and test by ..I _ n of tw building" if the remainder of tst et current plumbing codes, or if the 41% of the value of the structure. �v The cost of this examination and es is ne by the Owner. Current Environmental Protection Agency regulatory re wre -e is and plumbing codes require that the lines be completely water tight and capabl of passing a test with pressurized air. In these cases, a new tap shall be purchased;��rre note that the Owner would like to use the existing service lateral. If tKtotl tte�t�i�lotlArmined to be acceptable, then the Owner will be reimbursed the tappiess the actual cost of the inspection and testing. It is the owner's responsibilitntify the location of the service lateral. 9. Separation Between Water and Sewer Services. City sewer connections shall be made at least ten feet away from water connections. The sewer service shall have ten (10) feet of separation from the City portion of the water service; measured from the outside of the respective pipes. OP-01 Page 5 of 10 10. Service Line Unusual Installation Requirements. A. Exposed Ditch or Creek Crossings. To protect such service lines from the hazards of water Flow; debris damage, freezing, leakage; drainage system maintenance, vandalism, and other factors. sewer service lines which are exposed or which have less than 12 inches of cover where they pass through or under a drainage ditch, creek, Swale, intermittent stream, or any other feature whereby they have insufficient cover and/or are exposed shall have special protection in these areas. Sewer service lines in these circumstances shall be installed in a continuous smooth steel encasement across the entire exposed or shallow area. Water tight boots shall be installed on both ends of the steel encasement. Where the line is exposed, the encasement shall be anchored by concrete no less than two feet long along the length of the pipe and surrounding the pipe by six inches in all directions inside the bank. The concrete shall be placed against undisturbed soil in the same fashion as blocking on water lines. B. Pump Systems. Pump systems r sometimes required in the City of Fayetteville to provide sewer service to f lit' s hich are physically lower Can the sewer main which provides them service o er specia' ases. Pumps f N ype systems shall be grinder or solids handlin pumps s�e really desigrtneandle sanitary sewage, the flow volume, an to pump a wins the head Ne specific circumstance in which the pump ' i s I . PunYp 21e igped for us ptic systems and for ground water sump shall not> be use ritary se r us I physically possible, the service lines th cm, thes m ps shall fl • gravity section of service lateral prior to elite 1 g 1 sewer axi s to en - th main with a standard four inch gravity flo el � ateral conytvi�' V7 11. Tapping Procedure . vO A. Makin Ta s. h Cl 6eaQ on existing sewer mains. either b p6 by contract supervised by the or��Ci� c B. The City will provide a v o�stake that is marked "sewer". Please drive this stake in the ground at your prop ine where you need the service connection. If this is not done, the connection N 1not be made. Failure to place the stake promptly could delay your constructdon �s. C.Write the esirj�epth of the service connection on the stake in feet and inches. (Note: Due to es e th of the sewer main, conflicts with other existing utilities, and other underground circumstances, it may not be possible at all times to achieve the desired depth, in which case the Owner and/or plumber will be notified by the City personnel). It is the owner's responsibility to determine if the depth is adequate for the service line. The City will not determine grades on either the service or the mains for purposes of determining whether a structure can tie onto a main using a gravity line. D. It is safer to wait for the service connection to be installed by the City so that the yard line's grade can be adjusted accordingly. This will assure that unnecessary OP-01 Page 6 of 10 bends will not be needed at the point of connection. Also, the plumber will have the exact depth to work with. The builder and/or plumber are responsible for determining grades and building elevations for service. The grade on the City installed portion of the service line can be affected by a number of factors which cannot be identified prior to installation; to include location and depth of other utilities, etc. E. The City service connection will terminate at the property line. However; the customer will be responsible for maintenance of that service line from the building to the City main. F. If the service connection exceeds sixty (60) feet in length (as in a street right- of-way crossing) the property owner will be charged for the excess footage. Prior arrangements must be made for long service connections. All other sewer service connections will consist of one joint of pipe or approximately ten (10) feet. In no case will the line stub out beyond the easement or right-of-way line. G. If the excavation for the tap exceedsC�(8) feet in depth, the pro e twiner may be charged for excess time requirede the c, ection. Prior a. a eents must be made for deep service conne ti ns' H. Permanently markin on of the* �` service W$r"y�{c ton for future reference shall be the resp�nsi ilia f the p �l Towner. es'� the customer's plumber is on site, the City baclffill their a tire xcavation to ' c ude the end of the stubbed out pipe. immedke �► �� IN I. The stubbMfupiece of will be left plugged wh n installed? customer's yard line to this piecnoo the tap to the customers set yce li J. If the City crews have to necessitated because of the propert equipment will be charged to the ov pipe (con ' the new tap on the main) usto r - er is required to connect the Ci rew vill not connect the stub out from UF site to make any adjustments which are change of plans, the labor, materials, and K. A new sewer corMtcTRikcould take as long as four to six weeks or more. All connections are madeonva��t'co e first -served basis, and the demand can fluctuate greatly. Jobs adjacen?, to 0 on Arkansas State Highway rights of way require a permit from the Arkansas Hi� 14 and Transportation Department, which generally add an additional four weeks. Please allow enough time in your construction plans. 12. Taps Installed When Areas Are Developed. Sewer lines are generally installed when land is developed. Taps, with a section of private service line attached, are generally made for each lot at this time. The City and the lot owner rely on accurate information from the developer, his Engineer, and his contractor as to the location and grade of these taps and service lines. OP-01 Page 7 of 10 A. If a tap for a lot is installed when the sewer main is installed, the building on that lot is required to use the tap installed for that lot. B. If the service line coming off the main cannot be found by the owner or his representatives; then the owner is responsible to buy a tap from the City using the process described in this document. The Water/Sewer Superintendent will then determine if it is optimal to make a new tap or to televise to find the tap that is supposed to be present. If televising is performed and the cost of the televising is less than that of the purchased tap; then the difference between the two costs shall be reimbursed to the owner. If a tap is found by televising, the City will mark the location of the tap (at the main) for the owner. If no tap is found; the cost of the televising will not be added to the tapping fee. C. If a tap is not in the most desirable location due to slope, building design. etc., then all expenses related to making a different connection shall be paid by the owner. This includes installation of the new tap and proper abandonment of the tap which is not used. The latter involves excavating at the poi connection to the main and removing the connection to the main. The owners Il�p ch se a new tap paying theIQ,tap fee, and will pay the actual costs of abandon a unuse ., nection. D. Owners are responsible f hhoo . icing to the oorrec ap for tha6p., Qs shown on the developer's as -built plans. Ife'i�=a'discre an yween the b �l rawings and the actual installation on the groundt;hat di �c ust be r 5 vNbetween the lot owner and the developer. Ifowner inadverte tly onnects to Which is designated for an adjacent lot; then a'1 �stf remedia on or all involv@d I shall be borne by the owner of the lot wh' oceceed ' to th 'R otect tap. N ad i oral taps shall be made until the lot which doave a co e I purchas t rough the city Engineer's office; using the proce�ribed i thi documo 13. Taps Prohibited on n ssion sins 6'rce Mains, and on Sewer Pump Station or Detention Bas e for is health and building safety reasons, individual user or structure s ver to h13U1kbe made on transmission mains, defined as any sewer main 15" and larger, p'?essurized force mains. Dead end main line extensions off of transmission mains h,vllrYonly be approved on a case by case basis; and may be rejected. Individual user ewer taps shall not be made on sewer pump station or detention basin sitadjacent to these sites shall only be made on the collection (as opposedlo-tram Srtmigsion) mains outside these sites. 14. Control of ExtraneouSF/Illegal Flows. It violates federal, state and local regulations to have any extraneous flows in the sewer system. These Flows include but are not limited to rain water, ground water; sump pump water, water from area drains exposed to outside weather (including external stairwell drains; loading docks; etc.), defective pipe joints, defective cleanouts, cellar drains, catch basins, foundation drains, yard drains, and roof down spouts. These Flows must be routed to the storm water system, and cannot be routed to the sewer system. Owners are responsible for maintaining their portion of the sewer system in such a way that these flows are prevented from entering the sewer system. 0 P-01 Page 8 of 10 A. Cleanout caps must be properly installed and must meet current plumbing codes. Caps shall not be removed to allow extraneous flows (ponded yard water; etc.) into the sanitary sewer system. B. If caps are removed such that they allow extraneous flows to enter the sewer system, the City shall replace the cap at the owner's expense. C. If the cap is removed after the first time the City replaces the cap; then a riser will be installed in the cleanout so that extraneous flows cannot enter the sewer system through the cleanout. All associated work will be billed to the owner. 15. Grease Control. Grease is a significant problem in our sewer system. Many people assume that running grease down the drain is okay; as long as they use plenty of hot water. Unfortunately, the hot water cools in the pipes; and the grease coagulates further down the line. Sometimes people assume t fir ttmg grease in the line throu h the garbage disposal or with cleansers is accep ese do not prevent the grei� .tom coagulating in the pipes. No amounts o se; coo oil, animal fa-%t;; or byproducts; cooking fats or solid am at Wat product be put doN n a y part of the sewers stem. These materials ou be disposed of i the trash ease covered pans or dishes should be wiped v with a► dj...t9wel or ra w is should then be disposed of in the trash. ,� 16. Item W s WhichArc A4 ed o Go Do n t e'Sel A. Water fr� s� s, bath to shers, lad acilities. sinks and non- basement floor wart or O B. Body wastes our toilet sl� C. Toilet paper. YIII D. Household c a e at ar sped ally designated for use in sinks, showers; and toilets. � 17. Items Which Are Not Allowe To�Down the Sewer. The following cannot be placed in a sewer system under am c rcumstances. Repair costs incurred due to a blockage caused by any of these it�ms being placed in a sewer line, either intentionally or 46 unintentionally, will be bi11t e customer who owns or resides in the building to which the sewer line orovid&%sen,i, A. Grease of a'hy* jape, to include cooking oil, cooking grease, cooked animal fats, etc. Grease should be handled as specified above. B. Meat; meat by products, animal fats. C. Paper towels. D. Feminine Hygiene Products, including those that claim to be "flushable." E. Any items greater than ''/i' in any measured dimension except body wastes and toilet tissue. F. Chewing gum. OP-01 Page 9 of 10 G. Household chemicals other than those specifically designated for use in sinks, showers. and toilets. H. Baby wipes and other similar wipes, including those that claim to be "flushable." I. Kitty litter. J. Animal wastes. K. Diapers. L. Foreign materials such as toys, sticks, cleanout caps; gravel; etc. M. Air conditioner condensate. N. Uncontaminated cooling water from cooling towers. If said water is too hot to be discharged into the storm drain, the owner is responsible to hold the water until it cools enough to be discharged into the storm drain. Cooling tower water which is treated, and is thus contaminated, shall be discharged to the sanitary sewer. 0. Clean or uncontaminated natural water to include but are not limited to rain water, ground water, sump pump water, water from area drains exposed to outside weather (including external stairwell drains, 1Qan,,, docks, etc.); defective pipe omts, defective cleanouts, cellar drains; catch ba insdation drains, yard drainsioof down spouts. These flows must be rout o he stor vater system, and�nAt. be routed to the sewer system. Owners e r?e p n ible for nm�iA a ning their"i�of the sewer system in such a way that t ese ows are p vein d from et�t> ii�t the sewer system. • � P. Automobile or engine mb, ciianical 1 i�c�ri liquids, s„ li uid materials or solids. r►" \` Q. Wastewater haN ng pH less t�ai� .0 or mon th„ n 12.5; or otherwise causing corrosive st rallamage to t�e�i_ tewater co �ecti�n system; the wastewater plant or equipment. R. Wastewater ha mg a to era a grea r 0 degrees Fahrenheit (65' Q. S. Pollutants which creXnhe,,pregen or exp ive h zard, to include but not limited to liquids with aclosed-cup fl5s s than Degrees Fahrenheit (60° C). T. Pollutants whichse of toxic gasses, vapors; or fumes within the collection system or wastewater ea2�l d lant which may cause the potential for acute worker health and safety prob U. Wastewater which im ar s or which cannot be removed by the treatment process, to include but not limite to dye, wastes and vegetable tanning solutions which consequently impart color�to. 'wE tment plant's effluent. V. Any radiori e wa s or isotopes except in compliance with applicable federal or state reguladons aid approved by the City. W. Medical wastes./ 18. Access to Easements. The City of Fayetteville is required by federal law to properly operate and maintain its utilities. Doing this requires periodic work on said utility system to include but not limited to clearing easements, adjusting manholes to grade, inspecting manholes and cleanouts, installing and inspecting marking signs, locating lines; testing lines with dye and smoke; televising lines, washing lines, and more. In order to do this work, City employees and contractors working for the City are required by law to access the pipe. This often requires crossing private property to get to our easement. By having OP-01 Page 10 of 10 an easement on a lot; these workers are granted the legal right to cross said lot to get to the utility easement. Lots containing an easement shall have a double wide gate installed to allow vehicular access to the main. Pao APPENDIX B WATER SERVICE LINE AND CONNECTION POLICY PQ�,a�o (THIS PAGE INTENTIONALLY LEFT BLANK) O • � V v .Q o O P •� O� C�` OP-02 Page I of 6 CITY OF FAYETTEVILLE, ARKANSAS POLICY AND PROCEDURE Subject: WATER SERVICE LINE AND CONNECTION POLICY Policy Number: OP-02 Original Policy Date: June 23, 1988 Effective Date of New/Revised Polity: August 1, 2005 Revision Dates: July 21, 2005 Custodian: (Division) WATER AND WASTEWATER Mayor's Signature and Date OP-2.0 PURPOSE: O • QJ To establish a uniform po Ncy ciincerning at` d ervice ' water service connections. • `� V OP-2.1 POLICY �` General. There have been num o e con t urati nOs installed underground since the City of Fayetteville's Ovate tas first%desig and installed in 1889. This policy is correct and appropriate o r 9 " osituations found. It does not eliminate using sound judgment for th remaining the cases. Judgment calls shall be the responsibility of the Mayor or I e hated representative, who is currently the Water/Sewer Maintenance Superinten e . Grandfather clauses do not apply in cases where public health and afet� ompromised, and thus do not apply for water system issues. /+ 1. Tapping Procedure`s. ` A. Making Taps. The City will make or supervise all taps on existing water mains, either by City crews making the tap or by contract supervised by the City Engineering inspectors. B. When the tap is purchased, the City will provide a wooden stake that is marked "water' and with the size of the connection to be made. Please drive this stake in the ground on the City side of your property line where the center of the meter box is to O P-02 Page 2 of 6 be located. If this is not done, the connection will not be made. Failure to place the stake promptly could delay your construction process. C. Double water service connections should be placed at the common property line for the two addresses being served, when applicable. D. The meter box will be installed at the existing grade unless otherwise specified. If special instructions are necessary; please make an appointment with a Water and Sewer Division service representative and give instructions at that time. Making a special note and attaching it to the tap paperwork when the tap is purchased will reduce potential delays for special requirements. The owner is responsible for knowing the final grade, as required by the owner's work or ordinances which govern the grade for sidewalks and trails, and areas parallel to streets, drainage ways. etc. E. Meter boxes are generally located on the City side of the property line (edge of easement and/or right of way). If you h special situation, consult with a Water/Sewer Department service representati. e. a iations are only approved ��, se- JIM by -case basis, and may not be approved. A a ater/Se epartnent fee e®rReter box needs to be located at a dif ent - ion other an where st e afield representative will contact the indivi ua i o purchased the p. F. When locating our r'et box; � avoid the ca�loZ$ing: driveways, sidewalks, parking lots. enc ed areas, draina'g�e itches, flo a abee s, and low areas where water stands. McPe not be in t llin or allow to remain in driveways or areas where meter re e c no easily tt e meter b t�c� ad the meter. They will not be installed in lo- io s where r box wi.la 1'arly be filled with ground water, nor in places wh e it is dliff,' ul or a er de to get to the meter to read it. When driveways are constructed_ o created wit eith gravel, asphalt, concrete, or any other similar mateiial. exis er mete 6shall moved out of the driveway area at the owner's expense. G. The connection to the AN eside of the meter is done by the customer's plumber after the meter loop and place. The plumber will tie the yard line to the service pipe that is stubbed ou�of t e meter box, City crews will not make this connection. Pressure regula`�rs 311 be installed no closer than 5 feet from the water meter box. c � � H. Connection6made on a first come first served basis, and could take three to six weeks or more to be installed, depending on workload. In cases of connections in or adjacent to Arkansas State Highways or railroads, a permit must first be obtained which often takes Lip to an additional six weeks. This will greatly lengthen the tap process. 1. City water connections shall be made at least ten (10) feet away from sewer connections. The City portion of the water service shall have ten (10) feet of separation from the sewer service, measured from the outside of the respective pipes. OP-02 Page 3 of 6 J. Connections shall not be made in circumstances where they will degrade the operating pressure or flow available to existing domestic or building water meters. In these cases; the owners requiring the connection shall be responsible for increasing the capacity on the City's water distribution system such that the required capacity is available. 2. Water Meter Adjustments. If City crews have to return to the site to make any adjustments on the meter box which are necessitated because of the property owner's change of plans, such as landscaping, driveway location; grade, etc.; all labor; materials and equipment costs shall be charged to the owner. This also applies to meters which are installed by a developer when a development is first constructed and to preexisting meters. 3. Service Line Depth. A water service line must have at least 24" of ground cover to prevent freezing. If the grade is changed q c that the service line does not have sufficient cover, the service line must be end that it does have sufficien over. The labor, materials and equipment c/os�ts,�L[yb�c arged t e owner. ✓ 4. Access to and Visibility of Wate" Met�s`/ A. Brush. landscaping or otue s w b e the me e�ox to be difficult to see from the right -of --way or emzh't; or whic cau s difficul meter readers to get to the box; shall be rem0 athe owney�s nse. Thi9 tt�ces plants; decorative landscaping; retaini�2,1,M�N,.. �l pnvate s e w, jks, stairs, ec arge decorative rocks, concrete statues, and the} similar 't These sh l% e placed over the City's portion of the service fin or within o -eet oft on e customer's side of the box; three feet of the box parallel to ee ge♦of theV way or easement, or at all on the Citv's side of the right of v c r @ment B. Meters shall be a cessibltato2oing through fences or gates except in special circumstances. ��y�■` C. Meters shall be lace on the City side of any private retaining walls of any type, including those constr&3e mediately beside the sidewalk. The City portion of the service line shall n(t oo�r' type of private wall or other structure. S. Owner Responsibiliihe owner is responsible for the service line from the outside edge of the meter box to the home. This includes the point where the plumber hooks up to the tail piece which comes out of the meter loop, and any pressure regulator or other hardware installed on the owner's side of the meter box. 6. Irrigation Taps. The City reserves the right to refuse to make irrigation taps, if said tap has the potential to degrade the operating pressure or flow available to domestic or building water meters. In general, irrigation taps shall not be made on mains which are Y or smaller. Irrigation meters and irrigation systems shall not be installed on double OP-02 Page 4 of 6 meters servicing another residence, as this can degrade the other residences water pressure. The City must maintain positive control over the amount of Flow on marginal irrigation installations; The City shall not rely on verbal or written commitments from the owner, as owners change and companies and individuals operating and maintaining irrigation systems can not be reasonably expected to pass information regarding agreed upon flow restrictions through the life of the irrigation system. Flow tests shall not be used to change this policy, as the water line flow will gradually degrade with time and with peak usage, and the flow test represents only the best case situation. 7. Two Inch Taps. Two inch taps shall not be made on any mains 3': or smaller. If a customer requires a two inch (2") tap and if said tap has the potential to degrade the operating pressure or flow available to other domestic or business meters. then the customer, at his expense, shall be responsible to reinforce the water distribution systern such that the point demand from the two inch meter shall not degrade the operating pressure or flow available to other domestic or business meters. 8. Sewer Service Required. Water servi�� 5b�t be installed until after t o as legal, approved and installed access to public ee�Zler or an a e tic system app r d b- the Arkansas Department of Health. 9. Relocating Existing Meter are p'LANA lflcated on e y side of the easement or right of way. In to p some wer ac d further in the property than the easement o >ht way. Th se eters shall o ed to the property line at such time as the id of them op needs 0� needs to be replaced. The existing yard 1i 2�W emain ins 5kgas long as �t ne s the current plumbing codes and has had noel ctt rented pr b e The new e . cation will conform to this policy. Meters shall be aced on tk Ct side ate retaining walls of any type, including those constructed i e be;i the s dewalk. The City portion of the service line shall not go ur i an, pe of rivate II, sign, or other structure. Meters shall not be allowed to remate fn ive4va�� 10. Site Restoration. In the event 1jaii t'�a'1i ce work is required on a service line, meter, or meter box, the site restoration wil ?ch that done for main line repairs. The utility shall repair only the following inn easement area or within two feet of the meter box: grass, asphalt, normal (stand ncrete, irrigation systems which are damaged, mail boxes which are clamaged, a d b? rivate wiring (such as for on -premises lighting, etc.) which is damaged. TIjCit IsHall not pay for relocation, repair, or damage caused to any landscaping, unusuale, plants, planters, playground equipment, decorative rock, rip rap, and other items placed on the easement or within two feet of the meter box. The latter items can be removed by the City, at the owner's expense, if their movement is required to make a repair. OP-02 Page 5 of 6 11. Water Service Line Location. A. Crossing Public Easements or Rights of Way. The customer's portion of a water service line shall not be installed in a public easement or right of way; except for the last two feet required to access the meter box. B. Service Line Crossing Adjacent Lots. Water service lines must run directly from the lot which they serve to the main without crossing another lot. The service may cross street right of way and/or the easement to access the main. It may not run parallel to the main, but can run at an angle between 450 to and perpendicular to the main. Ownership is not the deciding factor; lot lines and separate property parcels are the deciding factor. Thus. if one owner owns two adjacent lots, and builds on one lot, the service for this structure and lot cannot cross the other lot. 12. Water Mains Accessing Every Lot. Water distribution mains shall be installed so as to adjoin each lot such that all service line eet the above requirements. Installing and paying for water main extensions ies onsibility of the owner lot receiving the service. '� ✓✓ 13. More Than One Water MainRv%ai�y�rle. In cas wh e more th water main is available to a given lot; the Ci4�r the right the ge, which ter day be used to provide service to that lot. This is ��jjee�g,hired in uses ere som min are on different pressure planes; where s o e es MR a Ion 'fe xpectan`� 0 ers. etc. 14. Water Easem s or�Prrva cross adjacent lots ar ro bited e given for private residerte tandem service, wherein the lot is "lane access to a main; and the Nte easement. Private easeme 1 in the public best interest; su h lots, where a future main may provide better public service. or to Liio,NWater line easfreents for private lines to xce ery rare n general, these are when a t t ctainin ��In structure which requires water e from as ate main, all adjacent lots have legal ,asemNti;sec # cared with an above ground access in n"bt liecases where water main extensions are as r line shall be made accessible to other b re uy�. where a water main loop is desirable to whet protection is required. 15. Use of old buildingewateAerrvice lines with new or renovated buildings. Old building water servicedineK—A? used in connection with new buildings only when they are found on exa'mina on and test by the approving authority to meet all current plumbing requirements. Complete remodeling is included in the definition of "new building" if the remainder of the plumbing system is being replaced and must meet current plumbing codes, or if the value of the renovation is equal or grater than 50% of the value of the structure. The cost of this examination and test is borne by the Owner. In these cases, a new tap should be purchased, with a note that the Owner would like to use the existing service line. If the latter is determined to be acceptable, then the Owner will be reimbursed the O P-02 Page 6 of 6 tapping tee less the actual cost of the inspection and testing. It is the owners responsibility to identify the location of the service line. 16. Taps Prohibited on Transmission Mains and on Water Tank or Pump Station Sites. Individual user water taps shall not be made on transmission mains; defined as any water main 16" and larger. Main line extensions off of transmission mains shall only be approved on a case by case basis; and may be rejected. Individual user water taps shall not be made on water tank or pump station sites. Taps for lots adjacent to these sites shall only be made on the distribution (as opposed to transmission) mains outside these sites. 17. Water Pressure Provided. A. The City shall provide normal operating water pressure of at least 25 pounds per square inch (psi) at the City's side of the meter loop. The City does not guarantee this water pressure at all times, as the pressure will occasionally be lowered or the mains may have to be turned off for scheduled and u c eduled maintenance. It is possible that some customers at some locations shall nee Weithat on their side of the mete o pt o ide the pressure desire for their water use. Th syst cannot have su h ca lccity that they reduce pressure on the City' ai� deg e e operati g p essure or flow available to existing customers. • B. Taps shall not be in or loca �s� here ther not a reasonable expectation of the City beinalble t provide 2 ps perating e urat the Ciry's side of the meter under summlb h ow opera }, o Lions. C. The wate es ure at the 'ide of th Ili»ay exceed that for which domestic plumbing is d gned. If( e p essure a s side of the meter exceeds 70 psi, the owner is required to in t essure - ula r on his system on his side of the meter. The pressure regula - wner rope and responsibility. 18. Access to Easements. e City ��i 0 the is required by federal law to properly operate and maintain its utilities. n tequires periodic work on said utility system to include but not limited to clearing s ents, checking valve boxes, raising, exercising and operating valves, installin and inspecting marking signs, locating lines and more. In order to do this work, City�p yes and contractors working for the City are required by law to access the �. h o en requires crossing private property to get to our easement. By having n easement on a lot, these workers are granted the legal right to cross said lot to get to t 2ul lity easement. Lots containing an easement shall have a gate installed to allow vehicular access to the main. DOCUMENT 00 01 10 TABLE OF CONTENTS PROCUREMENT AND CONTRACTING REQUIREMENTS GROUP: DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS REFER TO REP DOCUMENTS SPECIFICATION GROUP: DIVISION 01 - GENERAL REQUIREMENTS REFER TO RFP DOCUMENTS lb - P � FACILITY CONSTRUCTION SUITI ?>iP • DIVISION 02 - EXISTING CO ITI��(S ` NONE IN THIS P O•J 6 J► REFER TO RFP Z GENTS O DIVISION 03 - CONCRETE o 031000 - CONCRETE FORMIN AND •C S RiES 032000 - CONCRETE REINFORCING 033000 - CAST -IN -PLACE CONE DIVISION 04 - MASONR` 042200 - CONCRETE UNIT MASONRY 047313 - CALCIUM SILICATE STONE MASONRY VENEER PAGE I OF 5 DIVISION 05 - METALS 051200 - STRUCTURAL STEEL FRAMING 055000 - METAL FABRICATIONS DIVISION 06 - WOOD, PLASTICS; AND COMPOSITES 061000 - ROUGH CARPENTRY 061600 - SHEATHING 061800 - GLUED -LAMINATED CONSTRUCTION 064023 - INTERIOR ARCHITECTURAL WOOD 064116 -PLASTIC-LAMINATE-CLAD ARC TFv' T RALC A BI NETS DIVISION 07 - THERMAL AN MOIRE PR %IGN 072100 - BUILDING INS L•f ,Wall V 072726- FLUID-APPLIE E BRANE AIR PIERS 0741 13.16 - STANDING-S AM M OF PANE l'Vl 074646-FIBER-CEMENTSI' F- V 076200 - SHEET METAL FLAS ING 079200 - JOINT SEALANTS DIVISION 08 - OPENIN��` 081113 - HOLLOW METAL DOORS AND FRAMES 085113 - ALUMINUM SLIDING WINDOW 087100 - DOOR HARDWARE PAGE 2 OF 5 DIVISION 09 - FINISHES 099113 - EXTERIOR PAINTING 099123 - INTERIOR PAINTING DIVISION 10 - SPECIALTIES 101 100 - VISUAL DISPLAY UNITS 101423.16 - BUILDING SIGNAGE 1021 13.14 - STAINLESS -STEEL TOILET COMP¢t3 MENTS 102800 - TOILET ACCESSORIES 0 N� 104416 - FIRE EXTINGUISHERS N DIVISION 11-EQUIPM J► REFER TO D S z O� PDIVISION 12 - FURNISHIN O 6 DIVISION 13 - SPECIAL CONS RUC''T. DIVISION 14 - CONVEYING EQUIPM� NONE IN PROJECT DIVISION 15- 19 NO I�SRD DIVISION 22 - PLUMBING 221116 - DOMESTIC WATER PIPING 221119 - DOMESTIC WATER PIPING SPECIALTIES PAGE 3 OF 5 221316 - SANITARY WASTE AND VENT PIPING 223300 - ELECTRIC, DOMESTIC -WATER HEATERS 224100 - PLUMBING FIXTURES DIVISION 23 - HEATING, VENTILATING; AND AIR CONDITIONING (HVAC) 230500 - COMMON WORK RESULTS FOR HVAC 230513 - COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 230529 - HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT 230553 - IDENTIFICATION FOR HVAC PIPINCdD EQUIPMENT 230700 — HVAC INSULATION RIP 2331 13 - METAL DUCTS 233300 - AIR DUCT ACCESSORI O 233713 —DIFFUSERS, REGIS RIS GRILL ` + 1� 238126—SPLIT-SYSTEDITION?S J► 238239 — UNIT HEAT0 ) O DIVISION 26 - ELECTRICA O 260519 - LOW -VOLTAGE EL E TRIC CONDUCTORS AND CABLES 260526 - GROUNDING AND BONDI ELECTRICAL SYSTEMS IV 260529 - HANGERS AND SUP FOR ELECTRICAL SYSTEMS 260533 - RACEWAYS AN B I OR ELECTRICAL SYSTEMS 260544 - SLEEVES AND ALE aVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING 260923 - LIGHTING CONTROL DEVICES 262200 - LOW -VOLTAGE TRANSFORMERS 262416 - PANELBOARDS 262726 - WIRING DEVICES 262816 - ENCLOSED SWITCHES AND CIRCUIT BREAKERS PAGE 4 OF 5 265119 - LED INTERIOR LIGHTING 265613 - LIGHTING POLES AND STANDARDS 265619 - LED EXTERIOR LIGHTING 265668 - EXTERIOR ATHLETIC LIGHTING DIVISION 32 - EXTERIOR IMPROVEMENTS 3231 19 - ORNAMENTAL METAL FENCE AND GATES PAGE 5 OF 5 SECTION 031000 - CONCRETE FORMING AND ACCESSORIES PARTI-GENERAL LI 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: I. Form -facing material for cast -in -place oncrete. B. Related Requirements: /. I. Division 32 for "Concrete P vi "tor formwork rely to concret ment and walks. 1.3 DEFINITIONS ` A. Form -Facing Materidl;4�eennti rary struc re mold for I>SU port of concrete while the concrete is settin n at4mg sufficie t r th to be sel su ng. B. Formwork: The to system of uipwoort of Fr k la d concrete, including the mold or sheathing that contacts the c 0 is well sup�py, mg members, hardware; and necessary bracing. � Q V 1.4 ACTION SUBMITTALS A. Product Data: For each of the folloN I. Exposed surface jd sae\g material. 2. Concealed sur effort tJaIng material. 3. Form ties. ` 4. Form -release a< ei 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For testing and inspection agency. B. Field quality -control reports. Kessler Mountain Regional Park, Phase 11 y 031000-1 19T21090 1.6 QUALITY ASSURANCE A. Testing and Inspection Agency Qualifications: An independent agency qualified in accordance with ASTM C 1077 and ASTM E329 for testing indicated. PART 2-PRODUCTS 2.1 FORM -FACING MATERIALS A. As -Cast Surface Form -Facing Material: Provide continuous, true, and smooth concrete surfaces. Furnish in largest practicable sizes to minimize number ofjoints. Acceptable Materials: As required to comply with Surface Finish designations specified in Section 033000 "Cast -In -Place Concrbeand as follows: a. Plywood, metal, or other appyo aI materials. b. Exterior -grade plywood paste ratable f concrete form! DOC PS I, and as foll s: 1) APA Plyforin ( las l�-B or Bette ;mill ,led and ed.,ge B. Concealed Surface Form-Faqing aterial: wee plywood, t eVrl approved material. ` 1. Provide lumber :e�e ion at least Xvo e%ges and on �i�je�fgr ughtfit. V 2.2 RELATED MATERR LS , with or another A. Reglets: Fabricate reglTmeal, t l s t an .022- c thick, galvanized -steel sheet. Temporarily fill or cover face openito prev mvsion of concrete or debris. ♦` B. Chamfer Strips: Wood,v^... i b�er strips, 3/4 by 3/4 inch, minimum. C. Form -Release Agent: ConunercialNontmlated form -release agent that does not bond with. stain, or adversely affect cZn rete surfaces and does not impair subsequent treatments of concrete surfaces. /�►♦ I . Formulate f�rm l-reI0 a agent with rust inhibitor for steel form -facing materials. 2. Form release Sq for font liners shall be acceptable to form liner manufacturer. D. Form Ties: Factory -fabricated, removable or snap -off. glass -fiber -reinforced plastic or metal form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spallin;_ of concrete on removal. I. Furnish units that leave no corrodible metal closer than I inch to the plane of exposed concrete surface. 2. Furnish ties that, when removed, leave holes no larger than I inch in diameter in concrete surface. Kessler Mountain Regional Park, Phase 11 031000-2 19T21090 3. Furnish ties with integral water -barrier plates to walls indicated to receive dampproofing or waterproofing. PART 3 - EXECUTION 3.1 INSTALLATION OF FORMWORK A. Comply with ACI 301. B. Construct formwork. so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117 and to comply with the Surface Finish designations specified in Section 033000 "Cast -In -Place Concrete" for as -cast finishes. C. Limit concrete surface irregularities as follows: I. Surface Finish-1.0: ACI 117 Class , bi 2 Surface Finish-2.0: ACI 117 Class rich.///��� ✓ 3. Surface Finish-3.0: ACI I17 asseinch. .( D. Construct forms tight enough V),rel t ss of cgn a mortar. e _ I. Minimize joints. ` ` 2. Exposed Conc�ete metrically ali in forms E. Construct remo I 7�S for easy I without h mm ring or prying against concrete surfaces.' N O I. Provide crush or wrec i s where ippin may damage cast -concrete surfaces. 2 Provide top form in d surfaces ste a han 1.5 horizontal to I vertical. 3. Install ki yways. re ems, esses, al ther accessories, for easy removal. F. Do not use rust -stained. G. Set edge forms, bulkheads, and i rmediate screed strips for slabs to achieve required elevations and slopes i:fnlie concrete surfaces. I. Provide and ere i et upport screed strips 2. Use strike -off temojates or compacting type screeds. H. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. I. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. 2. Locate temporary openings in forms at inconspicuous locations. Chamfer exterior corners and edges of permanently exposed concrete. Kessler Mountain Regional Park, Phase 11 y 031000-3 19T21090 J. At construction joints; overlap forms onto previously placed concrete not less than 12 inches. K. Form openings, chases, offsets, sinka_es, keyways, reglets, blocking, screeds, and bulkheads required in the Work. I. Determine sizes and locations from trades providing such items. 2. Obtain written approval of Architect prior to forming openings not indicated on Drawings. L. Construction and Movement Joints: I. Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. 3. Place joints perpendicular to main reinforcement. M. Provide temporary ports or openings in formwork where required to facilitate cleaning and inspection. (�(v=1 I. Locate ports and openings in bo vertical s. in inconspi u u 16 ation, to allow flushing water to drain A 2. Close temporary ports and pen t' with tighk-fittin . panels; flufih� %(+' Ut inside face of form, and neatly fitted; so�jain u,,tll not beappopq t in exposed�cti�tcrefe surfaces. N. Clean forms and adjacent* urface'S,€to receive on eM. Removed :s% ood. sawdust, din. and other debris just before p`l cr concrete. �`VV\77►►� O. Retigh[en forms ndc1ig before p accrete, as equ" ed, to prevent mortar leaks and maintain proper a g� t. ,��0 P. Coat contact surfaces of fo ins idiform-rebase a"+en[, according to manufacturer's written instructions, before placflt er , ement. 3.2 INSTALLATION OF EMBEDD_O LT GW A. Place and secure anchorage d ices�atf�other embedded items required for adjoining work that is attached to or supported b c t-in-place concrete. I. Use setting��hin t� lates, diagrams, instructions, and directions furnished with m ites to be a nbed&d. 2. Install anchor ro's, accurately located, to elevations required and complying with tolerances in Section 7.5 of AISC 303. 3. Install reglets to receive waterproofing and to receive through -wall flashings in outer face of concrete frame at exterior walls, where Flashing is shown at lintels, shelf angles, and other conditions. 4. Install dovetail anchor slots in concrete structures, as indicated on Drawings. 5. Clean embedded items immediately prior to concrete placement. Kessler Mountain Regional Park, Phase 11 031000-4 19T21090 3.3 REMOVING AND REUSING FORMS A. Formwork for sides of beams, walls, columns. and similar parts of the Work that does not support Height of concrete may be removed after cumulatively curing at not less than 50 deg F for 24 hours after placing concrete. Concrete has to be hard enough to not be damaged by form - removal operations; and curing and protection operations need to be maintained. B. Clean and repair surfaces of forms to be reused in the Work. I. Split, frayed; delaminated, or otherwise damaged form -facing material are unacceptable for exposed surfaces. 2. Apply new form -release agent. C. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. I. Align and securejoints to avoid offsets. 2. Do not use patched forms for exposed c n rete surfaces unless approved by Architect. 3.4 FIELD QUALITY CONTROL — A. Special Inspections: Owner will a ag a�pecial inspector t perform Fi dot s and inspections and prepare test reports. � ♦ B. Inspections: ` ���/// I. Inspect fon .-o it nape, locaf n�nd dimens'A o�he concrete member being formed. 2. Inspect insu tin concrete r s r shape, I ca o and dimensions of the concrete member being ormed. OF SECtIiON 0 1000 G� Kessler Mountain Regional Park, Phase If 031000-5 19T21090 This page was intentionally left blank. SECTION 032000 - CONCRETE REINFORCING PART) -GENERAL I.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: I. Steel reinforcement bars. B. Related Requirements: I. Division 32 "Concrete Pavin " for f cing relate c ncrete pave` ee ant walks. 1.3 PREINSTALLATION MEETetJGS AMW A. Preinstallation Confere I . Review th o' c a. Specia control. b. Construct C. Steel -rein onfere c a[`ect site. � G� Zncicl3t ung a ' tin . agency procedures for field quality • t ' • nts. 1.4 ACTION SUBMITTALS ♦` A. Product Data: For the followin ..� g 1. Each type of}.tepl mUc lent. 2. Bar supportf N B. Shop Drawings: Com'pl"y with ACI SP-066: I . Include placing drawings that detail fabrication, bending, and placement. 2. Include bar sizes, lengths, materials, grades, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, location of splices, lengths of lap splices, details of mechanical splice couplers, details of welding splices, tie spacing, hoop spacing, and supports for concrete reinforcement. Kessler Mountain Regional Park, Phase If 032000-1 19T21090 C. Construction Joint Layout: Indicate proposed construction joints required to build the structure. I . Location of construction joints is subject to approval of the Architect. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Statements: For testing and inspection agency. B. Field quality -control reports. C. Minutes of pre installation conference. 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: An independent agency, qualified in accordance with ASTM C 1077 and ASTM E329 for testing in, n cated. w 1.7 DELIVERY, STORAGE, AND HANDLI1N A. Steel Reinforcement Deliver an handle steel reinforcement t resent bendine and damage.` �" 1. Store reinforcemen avoi contact VA e�,arfh. `` PART 2-PRODUCTS 2.1 STEEL REINFORCE N O Reinforcing Bars: ASTM 61�15Mbradt60, deformed. A. Re g 2.2 REINFORCEMENT ACCESSOR S A. Bar Supports: Bolstersycft trSNL_cers, and other devices for spacing, supporting, and fastening reinforcing bars and Idere)einforcement in place. I. Manufactur bars ppors from steel wire, plastic, or precast concrete in accordance with CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: a. For concrete surfaces exposed to view, where legs of wire bar supports contact forms, use CRSI Class I plastic -protected steel wire, all -plastic bar supports, or CRSI Class 2 stainless steel bar supports. Kessler Mountain Regional Park, Phase 11 032000-2 19T21090 B. Steel Tie Wire: ASTM A 1064iA 1064M. annealed steel. not less than 0.0508 inch in diameter. Finish: Plain. 2.3 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." PART 3 - EXECUTION 3.1 PREPARATION A. Protection of In -Place Conditions: 1. Do not cut or puncture vapor retarder. Re 2. Repair damage and reseal vapor ret a efo a placing concrete. B. Clean reinforcement of loose rust and ii"Ole. earth, a d other fo ib me erials that reduce bond to concrete. O • 3.2 INSTALLATION OF ST6ELEli 'ORCEMA. Comply with CRSI'saf Standard ra 'ce" for pla an supporting reinforcement. B. Accurately posits su ort, and secu re tforcemen a ir�s�displacement. I. Locate and support rei o rtient with r suprorts to maintain minimum concrete cover. 2. Do not tack weld cross rem rcine bars. C. Preserve clearance betwe n bars of ndt [As tRan I inch, not less than one bar diameter, or not less than 1-1/3 times size o largeo_gt e;t,. hichever is greater. D. Provide concrete coverage in acco-Mwith ACI 318. E. Set wire ties with ends 4ikf to concrete, not toward exposed concrete surfaces. F. Splices: Lap splicqea � s indiZtte►d on Drawings. I . Stagger splice in M cordance with ACI 318. 3.3 JOINTS A. Construction Joints: Install so strength and appearance of concrete are not impaired; at locations indicated or as approved by Architect. I. Place joints perpendicular to main reinforcement. 2. Continue reinforcement across construction joints unless otherwise indicated. 3. Do not continue reinforcement through sides of strip placements of Floors and slabs. Kessler Mountain Regional Park, Phase It y 032000-3 19T21090 3.4 INSTALLATION TOLERANCES A. Comply with ACI 117. 3.5 FIELD QUALITY CONTROL A. Special Inspections: Owner will engage a special inspector to perform field tests and inspections and prepare test reports. B. Inspections: See schedule of special inspections. END OF SECTION 032000 Kessler Mountain Regional Park, Phase If y 032000-4 19T21090 SECTION 033000 - CAST -IN -PLACE CONCRETE PARTI-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: I. Cast -in -place concrete, including c bnemat, materials, mixture design, —placement procedures, and finishes. B. Related Requirements: I. Section 031000 "Concre o nin and Ave dries" or form-fac i'aerials. 2. Section 032000 "CondVet emforcin ' for e reinfor ' a b and welded -wire reinforcement. � � 6 1.3 DEFINITIONS A. Cementitious Maten s: Portland em t alone rib nation with fly ash; materials subject to compliance with requireme s� B. Water/Cement Ratio (w m i ratio by _ i_eht o water to cementitious materials. ' 6 1.4 PREINSTALLATION MEETINW A. Preinstallation Conference: Co Id conference at Project site. Require repipepta�F�ach entity directly concerned with cast -in -place concrete to attend, inclu utg t e (lowing: a. Contractors superintendent. b. Independent testing agency responsible for concrete design mixtures. C. Ready -mix concrete manufacturer. d. Concrete Subcontractor. Kessler Mountain Regional Park, Phase 11 033000-1 19T21090 Review the following: a. Special inspection and testing and inspecting agency procedures for field quality control. b. COnStruCtion joints. control joints, isolation joints, andjoint-filler strips. C. Vapor -retarder installation. d. Anchor rod and anchoraee device installation tolerances. e. Cold and hot weather concreting procedures. f. Concrete finishes and finishing-- L. Curing procedures. It. Forms and form -removal limitations. i. Methods for achieving specified Floor and slab Flatness and levelness. j. Floor and slab Flatness and levelness measurements. k. Concrete repair procedures. 1. Concrete protection. 41, in. Initial curing and field curing of field test cylinders (ASTM C31/C31 M.) n. Protection cf field cured Field test, cj ylinders. 1.5 ACTION SUBMITTALS A. Product Data: For each of the folioQing)' • 1. Portland cement. e) ` 2. Fly ash. 3. Aggregates. • /��� �` 4. Admixtures D�` a. Inclu Citations tSke�including reim*ic[ions on cementi[ious materials, supplem ntary cero4e till s materials, i rainment, aggregates; temperature at time of concretq la m gt, relatiC [turn dity at time of concrete placement, curing conditions a u 6r other nixtu 5. Vapor retarders. • 6. Curing materials. �` 7. Joint fillers. 8. Repair materials. ` B. Design Mixtures: For a c- to mixture; include the following: I. Mixture idq iicati `i 2. Minimum 284day empressive strength. 3. Durability exposure class. 4. Maximum w/cm. 5. Slump limit. 6. Air content. 7. Nominal maximum aggregate size. 8. Submit alternate design mixtures when characteristics of materials, Project conditions; weather, test results, or other circumstances warrant adjustments. Kessler Mountain Regional Park, Phase 11 y 033000-2 19T21090 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For the following: I. Installer: Include copies of applicable ACI certificates. 2. Ready -mixed concrete manufacturer. 3. Testing agency: Include copies of applicable ACI certificates. B. Material Certificates: For each of the following, signed by manufacturers: I. Cementitious materials. 2. Admixtures. 3. Curing compounds. 4. Vapor retarders. 5. Joint -filler strips. C. Material Test Reports: For the following, fro (qualified testing agency: I . Portland cement. wv—1 2 Fly ash. 3. Aggregates. O� 4. Admixtures. D. Floor surface Flatness and lev Tns easuremaaNr71indicati co Hance with specified tolerances. E. Preconstruction Tes o'rt�For each rni de m. F. Field quality -cons , rerts. v 0 G. Minutes of preinstallation con er ce, O O 1.7 QUALITY ASSURANCP w � A. Installer Qualifications: A quali dins tiller who employs Project personnel qualified as an ACI-certified Flat k Tech ician d Finisher and a supervisor who is a certified ACI Flatwork Concrete Finisher/ ec nician or an ACI Concrete Flatwork Technician. 1. Post-Installed-ftn'tet n hors Installers: ACI-certified Adhesive Anchor Installer. Ready -Mixed Conanufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete products and that complies with ASTM C94/C94M requirements for production facilities and equipment. C. Laboratory Testing Agency Qualifications: A testing agency qualified in accordance with ASTM C 1077 and ASTM E329 for testing indicated and employing an ACI-certified Concrete Quality Control Technical Manager. Personnel performing laboratory tests shall be an ACI-certified Concrete Strength Testing Technician and Concrete Laboratory Testing Technician, Grade 1. Testing agency Kessler Mountain Regional Park, Phase 11 033000-3 19T21090 laboratory supervisor shall be an ACI-certified Concrete Laboratory Testing Technician, Grade II. D. Field Quality Control Testing Agency Qualifications: An independent agency qualified in accordance with ASTM C 1077 and ASTM E329 for testing indicated. Personnel conducting field tests shall be qualified as an ACI Concrete Field Testim, Technician, Grade L in accordance with ACI CPP 610.1 or an equivalent certification program. 1.8 PRECONSTRUCTION TESTING A. Preconstruction Testing Service: Engage a qualified testing agency to perform preconstruction testing on each concrete mixture. I. Include the following information in eac test report: a. Admixture dosage rates. �G b. Slump. (Y C. Air content. d. Seven-day compressi eZsfgth.e. 28-day compress�y• Vv' f. Permeability. V ` 1.9 DELIVERY, STO ff 6 HANDLf�7,G 1 A. Comply with ASTt�(C�C94M a I (ACI 3UIMC 1.10 FIELD CONDITIONS O A. Cold -Weather Placement Comply wi 1 3 1 (ACI 301 M) and ACI 306.1 and as follows. 1. Protect concrete work from }q si al damage or reduced strength that could be caused by frost, freezing actions, or, low peratures. 2. When average hig d w temperature is expected to fall below 40 deg F (4.4 deg C) for three succes§iv� dad , maintain delivered concrete mixture temperature within the temperature rme r��uifed y ACI 301 (ACI 301 M). 3. Do not useozen�aferials or materials containing ice or snow. 4. Do not place@�n�r+ete in contact with surfaces less than 35 deg F (1.7 deg C), other than reinforcing steel. 5. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. B. Hot -Weather Placement: Comply with ACI 301 (ACI 301 M) and ACI 305.1 (ACI 305.1 M), and as follows: Maintain concrete temperature at time of dischar_e to not exceed 95 deg F (35 deg C). Kessler Mountain Regional Park, Phase If y 033000-4 191-21090 Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing Hater, soft spots, or dry areas. PART 2-PRODUCTS 2.1 CONCRETE. GENERAL A. ACI Publications: Comply with ACI 301 (ACI 301M) unless modified by requirements in the Contract Documents. 2.2 CONCRETE MATERIALS A. Source Limitations I. Obtain all concrete mixtures from a si I- ready -mixed concrete manufactur for entire Project. 2. Obtain each type or class of cem n tfi us materi f the same brand n ie same manufacturer's plant. r 3. Obtain aggregate from singl so Fe. 4. Obtain each type of adnt ro single♦soufi om single n rarer. B. Cementitious Materials: ` 1. Portland !AgggV n � C 150/C 15' Ype l or T 2. Fly Ash:8, Class C C. Normal -Weight gates:AS 3/C33 0la coarse aggregate or better, raded. fS a� � g Provide aggregates from a si o e. I. Alkali -Silica Rea . otoply wi a oft a following: a. Expansion R suit o A r allot more than 0.04 percent at one-year when tested in accordance 4 C1293. b. Expansion Result of egate and Cementitious Materials in Combination: Not more than I cent at an age of 16 days when tested in accordance with ASTM C Im � C. AIkaI�C�dnNt in oncrete: Not more than 4 lb./CU. yd. (237 kg/cu. in) for mera odtely4eactive aggregate or 3 lb./CU. yd. (1.78 kg/cu. m) for highly reactive aggre a Aien tested in accordance with ASTMC1293 and categorized in accordance with ASTM C1778, based on alkali content being calculated in accordance with ACI 301 (ACI 301 M). 2. Maximum Coarse -Aggregate Size: 3/4 inch (19 mm) nominal. 3. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. D. Air -Entraining Admixture: ASTM C260/C260M. Kessler Mountain Regional Park, Phase If 033000-5 19T21090 E. Chemical Admixtures: Certified by manufacturer to be compatible with other admixtures that do not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. I. Water -Reducing Admixture: ASTM C494/C494M, Type A. 2. Retarding Admixture: ASTM C494/C494M, Type B. 3. Water -Reducing and -Retarding Admixture: ASTM C494/C494M, Type D. 4. High -Range; Water -Reducing Admixture: ASTM C494/C494M, Type F. 5. High -Range, Water -Reducing and -Retarding Admixture: ASTM C494/C494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C1017/C1017M, Type II. Water and Water Used to Make Ice: ASTM C94/C94M, potable. 2.3 VAPOR RETARDERS A. Sheet Vapor Retarder, Class A: ASTM E1745,,CClass A; not less than 10 mils (0.25 mm) thick Include manufacturer's recommended adhesivie o p essure-sensitive tape. w 2.4 CURING MATERIALS YCss A. Absorptive Cover: AASHTO 2, bgrlap�i made frow.��r kenaf, weighing approximately 9 oz./sq. yd. (3 $rn) whe660!-N B. Water: Potable or coi I n vith ASTM � Yn C. Clear, Wa[erbor iil3sane-Formi g r �91pating CurQpmpound: ASTM C309, Type I; Class B. ,V � O�✓ 2.5 RELATED O MATERIA A. Expansion- and Isolation- int-Filler pTM 131751, asphalt -saturated cellulosic fiber. 2.6 REPAIR MATERIALS A. Repair Underlayment* nenased, polymer -modified; self -leveling product that can be applied in thicknesses fr n /8 inch (3 rum) and that can be feathered at edges to match adjacent floor elevations. 1. Cement Binder: ASTM C 150/C 150M portland cement or hydraulic or blended hydraulic cement, as defined in ASTM C219. 2. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch (3 to 6 mm) or coarse sand, as recommended by underlayment manufacturer. 4. Compressive Strength: Not less than 4100 psi (29 MPa) at 28 days when tested in accordance with ASTM C 109/C 109M. Kessler Mountain Regional Park, Phase 11 033000-6 191'21090 Repair Overlayment-. Cement -based; pohmter-modified. self -leveling product that can be applied in thicknesses from 1/4 inch (6 rum) and that can be filled in over a scarified surface to match adjacent Floor elevations. I. Cement Binder: ASTM C 150/C I50M portland cement or hydraulic or blended hydraulic cement, as defined in ASTM C219. 2. Primer. Product of topping manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well -graded; washed gravel, recommended by topping manufacturer. 1/8 to 1/4 inch (3.2 to 6 nun) or coarse sand as 4. Compressive Strength: Not less than 5000 psi (34.5 MPa) at 28 days when tested in accordance with ASTM C 109/C 109M. 2.7 CONCRETE MIXTURES, GENERAL A. Prepare design mixtures for each type and stre gth of concrete; proportioned on the basis of laboratory trial mixture or field test data, orb tth¢itpaccordance with ACI 301 (ACI.01M). I. Use a qualified testing agency for re ring andting propose u, ure designs, based on laboratory trial mixtures.' ii_ B. Cementitious Materials: Line e; by pveig i 4f cement, ' t s materials other than portland cement in concrete as ollbws: �`,,__ ��� I. Fly Ash: 25�peFce�ry mass P C. Admixtures: Usegd tt? s in accOrd0 ith manufac er' written instructions. I. Use water-redl�cing high- a ater-re ry lasticizing admixture in concrete, as required, for placente n W kabiIity. 2. Use water-reduci n arding dmix when required by high temperatures, low humidity, or other ers I eme ditions. 2.8 CONCRETE MIXTURES <` A. All structural normal -weigh Acrete not exposed to weather. I. Exposure CI s: A�CI 318M) F0. 10 2. Minimum ,mpre the Strength: 4000 psi (27.6 MPa) at 28 days. 3. Maximum w y. 45. 4. Slump Limit: 8 inches (200 mm), plus or minus I inch (25 mm) for concrete with verified slump of 3 inches (75 mm), plus or minus I inch (25 mm)before adding high -range water -reducing admixture or plasticizing admixture at Project site. 5. Limit water-soluble, chloride -ion content in hardened concrete to 0.30 percent by weight of cement. B. All normal -weight concrete exposed to weather, including pedestals at exterior canopies. Kessler Mountain Re,ional Park, Phase 11 033000-7 19T21090 I. Exposure Class: ACI 318 (ACI 318M) F1. 2. Minimum Compressive Strength: 4500 psi (31 MPa) at 28 days. 3. Maximum w/cm: 0.45. 4. Slump Limit 8 inches (200 nun), plus or minus I inch (25 nun) for concrete with verified slump of 3 inches (75 nun); plus or minus I inch (25 nun),before adding high -range water -reducing admixture or plasticizing admixture at Project site. 5. Air Content: a. Exposure Class FI: 5.0 percent, plus or minus 1.5 percent at point of delivery for concrete containing 3/4-inch (19-mm) nominal maximum aggregate size. 6. Limit water-soluble, chloride -ion content in hardened concrete to 030 percent by weight of cement. 2.9 CONCRETE MIXING A. Ready -Mixed Concrete: Measure, batch, and deliver concrete in accor r�nce with ASTM C94/C94M, and furnish batch tick n ion. PART 3 - EXECUTION ' P O D' gk; • /� ) 3.1 EXAMINATION A. Verification of Co ti I. Before p1a ' g � rete, v -i IF�t`installati nn ncrete forms, accessories. and reinforcement, and embed d i ms is co pet ara that required inspections have been performed. 2. Do not proceed u�t�n ti actory.%ndiu ave been corrected. 3.2 PREPARATION •`� A. Provide reasonable auxiliary service accommodate field testing and inspections, acceptable to testing agency. includi ig1be ollowing: I . Daily accessWtFfhe�FWiiklt. 2 Incidental Itto�r an Facilities necessary to facilitate tests and inspections. 3. Secure spaceTtp roForage, initial curing, and field curing of test samples, including source of water and continuous electrical power at Project site during site curing period for test samples. 4. Security and protection for test samples and for testing and inspection equipment at Project site. Kessler Mountain Regional Park, Phase 11 033000-8 19T21090 3.3 3.4 3.5 A A. L•7 INSTALLATION OF EMBEDDED ITEMS Place and secure anchorage devices and other embedded items required for adjoining Work that is attached to or supported by cast -in -place concrete. I. Use setting drawings, templates; diagrams; instructions, and directions furnished with items to be embedded. 2. Install anchor rods, accurately located, to elevations required and complying with tolerances in Section 75 of ANSUAISC 303. 3. Install reglets to receive waterproofing and to receive through -wall flashings in outer face of concrete frame at exterior walls, where flashing is shown at lintels, shelf angles, and other conditions. INSTALLATION OF VAPOR RETARDER Sheet Vapor Retarders: Place, protect, and Xair sheet vapor retarder in accordance with ASTM E1643 and manufacturer's written ins[iuctiogs. w n on parall€ 'direction of c tf� it our. concrete p I with marytfactu is recomn�enZietitape. of floors bs grade beams, n pile caps, sealing )ea s.�tiui anon waRilcreie. p I caps. va r to der manu a;.s instructions. p `�O nfor(em t fishing with .a o retarder material, overlapping nun) on a' si s, and sealing to vapor retarder. JOINTS O Construct joints true to lin with facesI a en cular to surface plane of concrete. Construction Joints: Coordinate tflo r slab pattern and concrete placement sequence. I . Install so strength antl2a�arance of concrete are not impaired, at locations indicated on Drawings or as �'cu Architect. b 2. PlacejointsCic ear fo main reinforcement. a. ContiTnforcement across construction joints unless otherwise indicated. b. Do not continue reinforcement through sides of strip placements of floors and slabs. 3. Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C. Control Joints in Slabs -on -Ground: Form weakened -plane control joints, sectioning_ concrete into areas as indicated. Construct control joints for a depth equal to at least one-fourth of concrete thickness as follows: I . Install vapor retarder with longest dr 2 Face laps away from expose rec 3. Lap joints 6 inches (150 mn an e 4. Terminate vapor retard t •p entire perimeter to floor �sla s rade 5. Seal penetrations in'�ccord e with 6. Protect vapor rgtar e`r ring placer a. Re it amed areas y dama�*¢ ea by 6 ingh� i Kessler Mountain Regional Park, Phase If 033000-9 19T21090 Sawed Joints: Form control joints with power saws equipped with shatterproof abrasive or diamond -rimmed blades. Cut 1/8-inch- (3.2-nun-) wide joints into concrete when cutting action does not tear, abrade, or otherwise damage surface and before concrete develops random cracks. D. Isolation Joints in Slabs -on -Ground: After removing formwork, install joint -filler strips at slab junctions with vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. I. Extend joint -filler strips full width and depth of joint, terminating Flush with finished concrete surface unless otherwise indicated on Drawings. 2. Terminate full-wid[hjoint-filler strips not less than 1/2 inch (13 nnn) or more than I inch (25 nun) below finished concrete surface, where joint sealants, specified in Section 079200 "Joint Sealants." are indicated. 3. Install joint -filler strips in lengths as long as practicable. Where more than one length is required, lace or clip sections together. 3.6 CONCRETE PLACEMENT V1 A. Before placing concrete; verify that ' sta i n of formes .. r nforceme a edd✓ed items, and vapor retarder is complete and that gmred inspeclions e contpleteQ V • I. Immediately prior to co cre iviacemen6,A,4"cevapor retar � t% amage and deficient installation, and rep it defe, the areas. 2. Provide contirtyou m pection of v p rder during n rete placement and make necessa re airo�tl aged area W k rogre B. Notify Architect d sting and �e�on agenc' s urs prior to commencement of concrete placement. )Project �C. Do not add water to 9nn ring d6ivety, site, or during placement unless approved by Architect ' but exceed the amount indicated on the concrete delivery ticket. I. Do not add water to conj(;Ze�ter adding high -range water -reducing admixtures to mixture. D. Before test sampling 5t�d Icl g concrete; water may be added at Project site, subject to limitations of AC 0' ( 30 M), but not to exceed the amount indicated on the concrete delivery ticket. I. Do not add water to concrete after adding high -range water -reducing admixtures to mixture. E. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete is placed on concrete that has hardened enough to cause seams or planes of weakness. I . If a section cannot be placed continuously, provide construction joints as indicated. 2. Deposit concrete to avoid segregation. Kessler Mountain Regional Park, Phase If y 033000-10 19T21090 Deposit concrete in horizontal layers of depth not to exceed formwork design pressures and in a manner to avoid inclined construction joints. Consolidate placed concrete with mechanical vibrating equipment in accordance with ACI 301 (AC1301M). a. Do not use vibrators to transport concrete inside forms. b. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed laver and at least 6 inches (150 nun) into preceding layer. C. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. d. At each insertion, limit duration of vibration to time necessary to consolidate concrete, and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. Deposit and consolidate concrete for floors and slabs in a continuous operation, within limits of construction joints, until placement of a panel or section is complete. I. Do not place concrete floors and slabs it#Leckerboard sequence. 2. Consolidate concrete during placem@ rations, so concrete is th ouDworked around reinforcement and other ent items an t��corners. �+ 3. Maintain reinforcement in pp� 't onVn��irs during &f crete placeme �V 4. Screed slab surfaces with a slraig tedge and stri e ofl� correct e �. 5. Level concrete, cut high ar s, n fill lomara 6. Slope surfaces uniformly t do ins where ir 7. Begin initial floatin using ull floats r Ides to fo Sunomi and open -textured surface plane, bef a e. ess bleedw e a ors on the' ur e. 8. Do not firthq ab surfac ;or starting S�hlhoperations. 3.7 FINISHING FORMED SUR O A. As -Cast Surface Finislte I. ACI 301 (ACI 301 M) Sur ace X SF-1.0: As -cast concrete texture imparted by form - facing material. a. Patch voids ja 4 ransan 1-1/2 inches (38 rum) wide or 1/2 inch (13 null) deep. b. Remove r,. Lo�arger than I inch (25 mill). c. Tie h es doo nn t require patching. d. Surface Tole -ance: ACI 117 (ACI 117M) Class D. e. Apply oncrete surfaces not exposed to public view. B. Related Unfornied Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a color and texture matching adjacent fornied surfaces. Kessler Mountain Regional Park, Phase If 033000-II 19T21090 2. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 3.8 FINISHING FLOORS AND SLABS A. Comply with ACI 302.1R recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Float Finish: I. When bleedwater sheen has disappeared and concrete surface has stiffened sufficiently to permit operation of specific Float apparatus, consolidate concrete surface with power - driven Floats or by hand floating if area is small or inaccessible to power -driven floats. 2. Repeat Float passes and restraightening until surface is left with a uniform, smooth, granular texture and complies with ACI 117 (ACI A 117M) tolerances for conventional concrete. 3. Apply Float finish to surfaces to receiv tr I finish. w C. Trowel Finish: �(/✓� I. After applying Float finish, app �irst troweling an consolida n ete by hand or power -driven trowel. 2. Continue troweling paSeDsiv resvaig ten un 'I surface ' fre of trowel marks and uniform in texture a'od arance. 3. Grind smooth any u cc defects th ts�onitl telegrap �t�hr u1 h applied coatings or Floor coverings. �O V 4. Do not ad wa e tolconcrete s ae y � 5. Do not appl 'tr tro weled I tsN concrete, hIo has a total air content greater than 3 percent. G. Apply a trowel finish suu of all p estal and interior slabs -on -grade. 7. Finish surfaces ti `tollcjvin 4olerances, in accordance with ASTM El 155 (ASTM EI 155M), r a randomlyLtr%al ed Floor surface: a. Slabs on Ground: 1W 1) Finisl anAllev asure surface so gap at any point between concrete surface ande� t ed, freestanding, 10-ft.- (3.05-m-) long straightedge resting on v hi7A pots and placed anywhere on the surface does not exceed 1/8 inch 3.9 INSTALLATION OF MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures after Work of other trades is in place unless otherwise indicated. Kessler Mountain Regional Park, Phase H 033000-12 191-21090 2. Mix, place, and cure concrete, as specified, to blend with in -place construction. 3. Provide other miscellaneous concrete filling indicated or required to complete the Work. 3.10 CONCRETE CURING A. Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. I. Comply with ACI301 (ACI 301M) and ACI 306.1 for cold weather protection during curing. 2. Comply with AC1301 (AC1301M) and AC1305.1 (AC1305.IM) for hot -weather protection during curing. 3. Maintain moisture loss no more than 0.2 lb/sq. ft. x It (I kg/sq. m x h), calculated in accordance with ACI 305.1,) before and during finishing operations. B. Curing Formed Surfaces: Comply with ACI 308.1 (ACI 308.1 M) as follows: I . Cure formed concrete surfaces. 2 -If forms remain during curing peri m t c re after loosening forms. 3. If removing forms before end of d"Ttrin cried, co ' ue curing for reum, n �f curing period, as follows: a. Absorptive Cover: Rejfmpen�absorptive aterial bef a plication; apply additional water°ve matelia6E�main[ain con et su face continuously wet. `_ b. Membrane- ning 'e ring Con ou dN: Apply un�o in continuous operation by power s`p ay roller in acg6i�a"ne with ma ufa r 's written instructions. 11 I) a areas w.j. �_ `heavy rain all ithin three hours after initial 'M'�cation. V 2) amtain conti ui of coati a d�p iit damage during curing period. C. Curing Unformed Surfa ; Co y with CI 30 ACI 308.1 M) as follows: I. Begin curing imme 'ately aft���� jjjj�f iconcrete. 2. Interior Concrete Floors: �. a. Floors to Receiv Floor overings Specified in Other Sections: Contractor has option of t few o ing: I) jkRup• over: As soon as concrete has sufficient set to permit Vapplic"htion without marring concrete surface, install prewetted absorptive c m over entire area of floor. 2) a) Lap edges and ends of absorptive cover not less than 12-inches (300- mm). b) Maintain absorptive cover water saturated, and in place, for duration of curing period, but not less than seven days. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture - retaining cover for curing concrete, placed in widest practicable width, with Kessler Mountain Regional Park, Phase If V 033000-13 191-21090 sides and ends lapped at least 12 inches (300 ntm), and sealed by waterproof tape or adhesive. a) Immediately repair any holes or tears during curing period, using cover material and waterproof tape. b) Cure for not less than seven days. 3) Pending or Continuous Sprinkling of Water: Maintain concrete surfaces continuously wet for not less than seven days, utilizing one, or a combination of. the following: a) Water. b) Continuous water -fog spray. b. Floors to Receive Curing Compound: I) Apply uniformly in cons iiyous operation by power spray or roller in accordance with manufact6r written instructions. //�� 2) Recoat areas subjecte8 o ea. , rainfall within three h u s'ka der initial application. 3) Maintain continua of`e F L, and repat amage duriinn un period. n♦ V` 3.11 TOLERANCES A. Conforni to AI 117 �A M). V 3.12 CONCRETE SU�`EPAIR A. Defective Concrete:: O I. Repair and patch +tVe reas ��IaOproved by Architect. 2. Remove and replac concrete ta n��t'be repaired and patched to Architect's approval. B. Patching Mortar: Mix dry -pack p t- iin mortar, consisting of I part portland cement to 2-1/2 parts fine aggregate passing Aao.. I' 1.18-nun) sieve, using only enough water for handling and placing. C. Repairing Formedfa�c ce defects include color and texture irregularities, cracks, spalls, air bubble"", hhon4p ombs, rock pockets, fins and other projections on the surface, and stains and other dis lotions that cannot be removed by cleaning. Immediately after forni removal, cut out honeycombs, rock pockets, and voids more than 1/2 inch (13 mm) in any dimension to solid concrete. a. Limit cut depth to 3/4 inch (19 nun). b. Make edges of cuts perpendicular to concrete surface. C. Clean, dampen with water, and brush -coat holes and voids with bonding agent. d. Fill and compact with patching mortar before bonding agent has dried. Kessler Mountain Regional Park, Phase If 033000-14 191-21090 e. Fill form -tie voids with patching mortar or cone plugs secured in place with bonding agent. 2. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement; so that; when dry, patching mortar matches surrounding color. a. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. b. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that will affect concrete's durability and structural perfornhance as determined by Architect. D. Repairing Unformed Surfaces: I. Test unformed surfaces; such as floors and slabs, for finish; and verify surface tolerances specified for each surface. a. Correct low and high areas. b. Test surfaces sloped to drain r ueness o o e and smooes,u sloped template. �, 2. Repair finished surfa e � t1t�ining syrf defects; in .u" spalls; popouts, honeycombs; rock poc ts, r me, and a rd excess of Iiclh (0.25 mm) wide or that penetrate to reu orcen nt or comp) terough un ei o�ed sections regardless of width, and other o ec nable cond_' s%mO 3. After concrete�h � eaWd at least IOLys�orrect hi 3ar s by grinding. 4. Correct I aQv areas d n 8t immediatel. a er; completing surface -finishing operations mg out to d replacul h patching mortar. a. Finish repaired ea o .lend into djac t concrete. S. Correct other low r BZdu�d t give Floor coverings with a repair underlayment. a. Prepare, mix, and pp air underlayment and primer in accordance with manufacturer's writte ns ctions to produce a smooth, unifornh, plane, and level surface. b. Feather ed: es tAw h adjacent floor elevations. 6. Correct o[hei low 7`�s schedu to remain exposed with repair topping. a. Cut out low areas to ensure a minimum repair topping depth of 1/4 inch (6 nun) to match adjacent floor elevations. b. Prepare, mix, and apply repair topping and primer in accordance with manufacturer's written instructions to produce a smooth, uniform, plane, and level surface. 7. Repair defective areas, except random cracks and single holes I inch (25 mnh) or less in diameter, by cutting out and replacing with fresh concrete. Kessler Mountain Regional Park, Phase11 033000-15 19T21090 a. Remove defective areas with clean; square cuts, and expose steel reinforcement with at least a 3/4-inch (I9-nun)clearance all around. b. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. C. Mix patching concrete of same materials and mixture as original concrete, except without coarse aggregate. d. Place, compact, and finish to blend with adjacent finished concrete. e. Cure in same manner as adjacent concrete. 8. Repair random cracks and single holes I inch (25 turn) or less in diameter with patching mortar. a. Groove top of cracks and cut out holes to sound concrete, and clean off dust, dirt, and loose particles. b. Dampen cleaned concrete surfaces and apply bonding agent. C. Place patching mortar before bonding agent has dried. d. Compact patching mortar and fini to match adjacent concrete. C. Keep patched area continuously . is or at least 72 hours. E. Perform structural repairs of concrete, sub3e�% Architec ' roval, using e . x adhesive and patching mortar. � , � �� F. Repair materials and installa on nri pecitied> abo.le,,piay be u ed (Wblect to Architect's approval • V 13 FIELD QUALITY Tyr O A. Special Inspection . O ner will a gt,Special insp cto to perform field tests and inspections and prepare testing at d inspectiii e�ts. B. Batch Tickets: For eac t d ieliZered, bmit copies of batch delivery ticket to testing agency, indicating quan' ii.idewt-i i t' n, admixtures, design strength, aggregate size, design air content, design lump at nt o hing, and amount of water that can be added at Project site. ` y�� C. Inspections: w) I . Headed bolts and' t 3Zrq\7red 2. Verification sedesign mixture. 3. Concrete pla even , including conveying and depositing. 4. Curing proceddre and maintenance of curing temperature. 5. Verification of concrete strength before removal of shores and fornis from beams and slabs. 6. Batch Plant Inspections: On a random basis, as determined,by Architect. D. Concrete Tests: Testing of composite samples of fresh concrete obtained in accordance with ASTM C 172/C 172M shall be performed in accordance with the following requirements: Kessler Mountain Regional Park, Phase11 y 033000-16 19T21090 Testing Frequency: Obtain one composite sample for each day's pour of each concrete mixture exceeding 5 cu. vd. (4 cu. in), but less than 25 cu each additional 50 cu. yd. (38 cu. m) or fraction thereof. vd. (19 cu. in), plus one set for When frequency of testing provides fewer than five compressive -strength tests for each concrete mixture. testing 'shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 2. Slump: ASTM C143/C143M: a. One test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mixture. b. Perforni additional tests when concrete consistency appears to change. 3. Air Content ASTM C231/C231M pressure method, for normal -weight concrete. a. One test for each composite sam le, but not of each concrete mixture. 4. Concrete Temperature: ASTM CILIA 4M: a. One test hourly deg F (27 deg C 5. Unit Weight: a. One test `f �-aa eompc of h c to mixture less than one test for each day's pour mperature i�y 40 �g F (4.4 and one, te`s . ach compo fresh n' w'ight of strd or ntp , but not Jess a of /�V ) V 6. Compression , st Specim�s: AVTM C ♦ V� below or 80 ightweight concrete. test for each day's pour a. Cast and [an a[ re two ets o d ee 6-inch (150 mm) by 12-inch (300 min) or 4-inch (10 by 8-in h 00 ntm) cylinder specimens for each composite sample. b. Cast, initial cure. a I 1 e two sets of three standard cylinder specimens for each composite samp2� )� Compressive-Strei &�% : ASTM C39/C39M. a. Testeo aboratory-cured specimens at seven days and one set of two specimens a ff - days. b. Test ohe.A of two field -cured specimens at seven days and one set of two specimens at 28 days. C. A compressive -strength test shall be the average compressive strength from a set of two specimens obtained from same composite sample and tested at age indicated. 8. When strength of field -cured cylinders is less than 85 percent of companion laboratory - cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protecting and curing in -place concrete. 9. Strength of each concrete mixture will be satisfactory if every average of any three consecutive compressive -strength tests equals or exceeds specified compressive strength, Kessler Mountain Regional Park, Phase 11 033000-17 19T21090 and no compressive -strength test value falls below specified compressive strength by more than 500 psi (3.4 MPa) if specified compressive strength is 5000 psi (34.5 MPa), or no compressive strength test value is less than 10 percent of specified compressive strength if specified compressive strength is greater than 5000 psi (34.5 MPa). 10. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. 11. Additional Tests: a. Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met. as directed by Architect. b. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42/C42M or by other methods as directed by Architect. 1) Acceptance criteria for rocrete strength shall be in accordance with AC1301 (AC1301M),secli .6.6.3. 12. Additional testing and inspecting, at on actor's e. a will be perfo t e t �fletermine compliance of replaced or ad rG ona with specs a d r quirement8, 13. Correct deficiencies in the �orktat test repor and spections n date do not comply with the Contract Docu♦ifie�ls� vAft 3.14 PROTECTION ♦ v`` `6% V A. Protect concrete urf as follows: n' G I. Protect from p troleum sta` v O 2. Diaper hydraulic equip�ment u d over c cret ttrfaces. 3. Prohibit vehicles , i in�or concrete sla 4. Prohibit use of pip - tntnac♦hin rver concrete surfaces. 5. Prohibit placement , steel itei s n o rete surfaces. 6. Prohibit use of acids or ac c d e nts over concrete surfaces. 7. Protect liquid Floor treatment rot damage and wear during the remainder of construction period. Use pro[ec[iv me ods and materials, including temporary covering, recommended in frt liquid Floor treatments installer. 8. Protect concrete♦ u cgs cheduled to receive surface hardener or polished concrete finish using oor rotective Covering. END OF SECTION 033000 Kessler Mountain Regional Park, Phase 11 033000-18 19T21090 SECTION 042200 - CONCRETE UNIT MASONRY PARTI-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: I. Concrete masonry units. 2. Mortar and grout. 3. Steel reinforcing bars. (_iJV•`) 4. Masonry -joint reinforcement.— , 5. Embedded Flashin_. \^y\ 6. Cavity drainage system 7. Miscellaneous masonry c ss nesr a,Qne Mason. 'Wde i ' lashin � n for sheet metal flashing and for mstalle 'n ma onp joints. na" f r pamtvf interior exposed concrete masonry units. 1.3 DEFINITIONS ` A. CMU(s): Concrete masonry un't(s). B. Reinforced Masonry: Masson atq taining reinforcing steel in grouted cells. 1.4 PREINSTALLA4Z ETIINGiS A. Preinstallation Conference: Conduct conference at Project site. 14 Related Require me ts: I . Section 04�3 `cium 2. Section 076200"'Sheet l' furnishing manufactured' 3. Section 099123 "Interio% 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. Kessler Mountain Regional Park, Phase 11 042200-1 19T21090 B. Shop Drawings: For the following: I . Masonry Units: Show sizes, profiles, coursing, and locations of special shapes. 2. Reinforcing Steel: Detail bending, lap lengths, and placement of unit masonry reinforcing bars. Comply with ACI 315. 3. Fabricated Flashing: Detail corner units, end -dam units; and other special applications. A. II C. lia E. 1.7 INFORMATIONAL SUBMITTALS Qualification Data: For testing agency. Material Certificates: For each type and size of the following: Masonry units. a. Include data on material prope ties and material test reports substantiating - compliance with requirements. //////►►►►►► b. For masonry units, include e a nd calculations establishing M iet-area compressive strength of units 2. Cementitious materials. Include nar� anufactur ra d name; ad ry e. 3. Mortar admixtures. ` 4. Preblended, dry mortar s..l c de desGripEio f type and pro rti. ns of ingredients. 5. Grout mixes. Include de cr ti n of type ntro onions o<,iQre Lents. 6. Reinforcing bars. �7. Joint ors tiecettien�W v-� 8. Anchors, ties.an'dyneSa accessoriDes� Mix Designs: For cJ ppe of m 9g`rout. Incli a �e cription of type and proportions of ingredients. `r t �NV 2 Include test reporfSSB according to AS retention, and ASTM Include test reports, compressive strength Statement of Compr mortar type, provide type, and resultin TMS 602/ACI 5391 uilWo comply with property specification. Test compressive strength, ASTM C1506 for water C1019, for grout mixes required to comply with of Masonry: For each combination of masonry unit type and erage net -area compressive strength of masonrV units, mortar pressive strength of masonry determined according to Cold -Weather and Hot -Weather Procedures: Detailed description of methods; materials, and equipment to be used to comply with requirements. QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM C 1093 for testing indicated. Kessler Mountain Regional Park, Phase 11 042200-2 19T21090 1.8 DELIVERY, STORAGE, AND HANDLING A. Store masonry units on elevated platforms in a dry location. If units are not stored in an enclosed location, cover tops and sides of stacks with waterproof sheeting, securely tied. If units become wet; do not install until they are dry. B. Store cementitious materials on elevated platforms; under cover, and in a dry location. Do not use cementitious materials that have become damp. C. Store a=gregates where grading and other required characteristics can be maintained and contamination avoided. D. Deliver preblended, dry mortar mix in moisture -resistant containers. Store preblended; dry mortar mix in delivery containers on elevated platforms in a dry location or in covered weatherproof dispensing silos. E. Store masonry accessories, including metal item , to prevent corrosion and accumulation of dirt and oil. q 1.9 FIELD CONDITIONS A. Protection of Masonry: Durin_pn [ru lion; cgv t� s of walls; ojti u, and sills with waterproof sheeting at end �f e� c� day's w�&. 0d er partiall o ,p eted masonry when construction is not in prob ssss. �/ ^ \✓1►� I. Extend cover im utt,,,yfii of 24 inc 11 �s db%vn both sit es alls, and hold cover securely in place. B. Do not apply uniforl or ro6 loa s for at h rs and concentrated loads a for I o t east three days after building mas n Td s or colt ns. C. Stain Prevention: PrevenitrriI. lortar, n oil rom staining the face of masonry to be left exposed or painted. from ednlately remov`e ou ; mortar; and soil that come in contact with such masonry. n�\ I . Protect base of walls f om r "n-splashed mud and from mortar splatter by spreading coverings on ground d • ver wall surface. 2. Protect sills, ledsnd pr �'ections from mortar droppings. 3. Protect surfa�o in W and door frames, as well as similar products with painted and integral fini es; f�lorn mortar droppings. 4. Turn scaffol As near the wall on edge at the end of each day to prevent rain from splashing mortar and dirt onto completed masonry. D. Cold -Weather Requirements: Do not use frozen materials or materials mixed or coated with ice or frost. Do not build on frozen substrates. Remove and replace unit masonry damaged by frost or by freezing conditions. Comply with cold -weather construction requirements contained in TMS 602/ACI 530.1/ASCE 6. Kessler Mountain Regional Park, Phase 11 V 042200-3 19T21090 Cold -Weather Cleaning: Use liquid cleaning methods only when air temperature is 40 deg F and higher and will remain so until masonry has dried, but not less than seven days after completing cleaning. Hot -Weather Requirements: Comply with hot -weather construction requirements contained in TMS 602/ACI 530.1/ASCE 6. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Source Limitations for Masonry Units: Obtain exposed masonry units of a uniform texture and color, or a uniform blend within the ranges accepted for these characteristics, from single source from single manufacturer for each product required. B. Source Limitations for Mortar Materials: mortar ingredients of a unif c quality, including color for exposed masonry, froit0s�tng m nufacturer for each cementt"t]tponent and from single source or producer for ea$[>egate. �,,// 2.2 UNIT MASONRY, GENERA Q A. Masonry Standard: Co ly `vioe TMS 6 30.1/ASC ; 3cept as modified by requirements in the Csnt ocuments. � V B. Defective Units' Kete n'c�d masonry n t ndards mayPHa certain percentage of units to contain chips, cra other defe e-: ing limits et not use units where such defects are exposed in the completed Wo� O 2.3 CONCRETE MASONR A. Shapes: Provide shapes ind'cated 'fidi lows; with exposed surfaces matching exposed faces of adjacent units unless otherwise ica I. Provide special shapes�pr lintels, corners, jambs, sashes; movement joints, headers, bonding, and othertt cicia'I►►y�conditions. 2. Provide square�d�'e;flits' for outside corners unless otherwise indicated. B. CMUs: ASTM C9 U 1% 1. Unit Compressive Strength: Provide units with minimum average net -area compressive strength of 2800 psi. 2. Density Classification: Lightweight. 3. Size (Width): Manufactured to dimensions 3/8 inch less -than -nominal dimensions. C. CALCIUM SILICATE BUILDING STONE MASONRY VENEER UNITS: Refer to Section 04731J. Kessler Mountain Regional Park. Phase 11 042200-4 19T21090 2.4 MASONRY LINTELS A. General: Provide the following: B. Masonry Lintels: Prefabricated or built -in -place masonry lintels made from bond beam CMUs matching adjacent CMUs in color, texture; and density classification; with reinforcing bars placed as indicated and filled with coarse grout. Cure precast lintels before handling and installinla. Temporarily support built -in -place lintels until cured. 2.5 MORTAR AND GROUT MATERIALS 2.6 A. Portland Cement: ASTM C150/C150M, Type I or II, except Type III may be used for cold - weather construction. Provide natural color or white cement as required to produce mortar color indicated. I. Alkali content shall not be more than 0 1 percent when tested according to ASTM Cl 14. B. Masonry Cement: ASTM C91/C91 M. C. Mortar Cement: ASTM C 1329/C 13 M P A� D. Aggregate for Mortar: ASTM I. For mortar that is osed view, use - I�gregat on istiinngg of natural sand or crushed stone. 2. Forjoints les h Q(ch thick, usEa`gg gate grad�b�� ti 0 percent passing the No. 16 sieve. �� �` V E. Aggregate for Grout ASTM C40 O F. Cold -Weather Admixt No clri e, ncor si e, accelerating admixture complying with ASTM C494/C494M n rec omi IF ded by manufacturer for use in masonry mortar of composition indicated.► G. Water: Potable. REINFORCEMENT ♦ �� A. Uncoated Steel Reci g ars: ASTM A615/A615M or ASTM A996/A996M. Grade 60. B. Reinforcing Bar Positioners: Wire units designed to fit into mortar bed joints spanning masonry unit cells and to hold reinforcing bars in center of cells. Units are formed fi-om 0.148-inch steel wire, hot -dip galvanized after fabrication. Provide units designed for number of bars indicated. C. Masonry -Joint Reinforcement, General: Ladder type complying with ASTM A951 /A951 M. I. Interior Walls: Hot -dip galvanized carbon steel. 2. Exterior Walls: Hot -dip galvanized carbon steel. 3. Wire Size for Side Rods: 0.148-inch diameter. 4. Wire Size for Cross Rods: 0.148-inch diameter. Kessler Mountain Regional Park, Phase It 042200-5 19T21090 2.7 A 2.8 2.9 Spacing of Cross Rods: Not more than 16 inches o.c. Provide in lengths of not less than 10 feet, with prefabricated corner and tee units. TIES AND ANCHORS General: Ties and anchors shall extend at least 1-1/2 inches into masonry but with at least a 5/8- inch cover on outside face. B. Materials: Provide ties and anchors specified in this article that are made from materials that comply with the following unless otherwise indicated: I. Hot -Dip Galvanized, Carbon -Steel Wire: ASTM A82/A82M, with ASTM A153/AI53M. Class B-2 coating. 2. Galvanized -Steel Sheet: ASTM A653/A653M, Commercial Steel, G60 zinc coating. 3. Steel Plates, Shapes, and Bars: ASTM A36/A36M. CAVITY DRAINAGE SYSTEM: MortarNeU,Ltd., or approved equal. A. Mortar Net: I" thick X 10" high, 90% ope a 00% p' s .consumer recyc d DP strands free -draining mesh. / ' B. Mortar Net Weep Joints: 2.5" S d 5" recyglet}�p�ester with 9 ° A mesh and bonded with flame retardant adhesive_'stan5dyU color a l , Archit EMBEDDED FL HIIN,6MERIALS4,111 A. Metal Flashing: Pr i tal tla a co plying w'th"S NA's "Architectural Sheet Metal Manual" and as folio s. _ �� I. Stainless Steel: /A240 or ANV A666, Type 304, 0.016 inch thick. 2. Copper: ASTM B 7 e per H01 Akold-rolled copper sheet, 16-oz./sq. ft. weight or 0.0216 inch thick AS"IT4 B�aQ Tewper H01, high -yield copper sheet, 12-oz./sq. ft. weight c 0.0162 me thick ` 3. Fabricate continuous flasht in ections 96 inches long minimum, but not exceeding 12 feet. Provide splice plat at Jot s of formed, smooth metal Flashing. 4. Fabricate through-saa Z al flashing embedded in masonry from stainless steel or copper, as indicated on QI ehkraA 's, with ribs at 3-inch intervals along length of flashing to provide an inte"'ig al t to ar bond. 5. Fabricate throh&4wall flashing with snaplock receiver on exterior face where indicated to receive counterflashing. 6. Fabricate through -wall flashing with drip edge where indicated. Fabricate by extending flashing 1/2 inch out from wall, with outer edge bent down 30 degrees. 7. Fabricate metal drip edges from stainless steel. Extend at least 3 inches into wall and 1/2 inch out from wall, with outer edge bent down 30 degrees. 8. Fabricate metal expansion -joint strips from stainless steel or copper to shapes indicated, where indicated on the drawings. 9. Solder metal items at corners. Kessler Mountain Regional Park. Phase If 042200-6 19T21090 11 C. C E. 2.10 A. 91 C 2.11 A Flexible Flashing: Use one of the following unless otherwise indicated: Copper -Laminated Flashing: 7-oz./sq. ft. copper sheet bonded between two layers of glass - Fiber cloth. Use only where flashing is fully concealed in masonry. 2. Rubberized -Asphalt Flashing: Composite flashing product consisting of pliable, adhesive rubberized -asphalt compound, bonded to a high -density, cross -laminated polyethylene film to produce an overall thickness of not less than 0.040 inch. a. Accessories: Provide preformed corners, end dams, other special shapes, and seaming materials produced by Flashing manufacturer. Application: Unless otherwise indicated, use the following: I . Where flashing is indicated to receive counterflashine, use metal flashing. 2. Where flashing is indicated to be turned down at or beyond the wall face, use metal flashing. 3. Where flashing is partly exposed and i�dicated to terminate at the wall face. use metal flashing with a drip edge or flexible fla hi with a metal drip edge. 4. Where Flashing is fully concealed, m ashing or flexible flashing. Solder and Sealants for Sheet Metal FIa�Jtt4t : As spec i;-Z m Section 07 22%heel Metal Flashing and Trim." _ (N t `/f Adhesives, Primers, and Seam Tal products recommended b ashin, substrates. MISCELLANEO,` NRY Compressible Filler: compressible up to 35 urethane or PVC. Preformed Control -Joint with ASTM D2000, C Type PVC-65406 and d masonry wall; size and c Bond -Breaker Stri '9' / (No. 15 asphalt fel4�I MORTAR AND GROUT MIXES standard products or to each other and to Z(er strip com Iving with ASTM D1056, Grade 2A1; vidthoand tM •ness indicated: formulated from neoprene ad$Nm/styrene-butadiene-rubber compound, complying q�� 22�BA-805 or PVC, complying with ASTM D2287, i0standard sash block and to maintain lateral stability in as indicated. ASTM D226/D226M, Type I General: Do not use admixtures, including pigments, air -entraining agents, accelerators, retarders, water-repellent agents, antifreeze compounds, or other admixtures unless otherwise indicated. I. Do not use calcium chloride in mortar or grout. 2. Use masonry cement or mortar cement mortar unless otherwise indicated. Kessler Mountain Regional Park, Phase 11 042200-7 19T21090 3. Add cold -weather admiXture (if used) at same rate for all mortar that will be exposed to view, regardless of weather conditions, to ensure that mortar color is consistent. B. Preblended, Dry Mortar Mix: Furnish dry mortar ingredients in form of a preblended mix. Measure quantities by weight to ensure accurate proportions; and thoroughly blend ingredients before delivering to Project site. C. Mortar for Unit Masonry: Comply with ASTM C270, Proportion Specification. Provide the following types of mortar for applications stated unless another type is indicated. For masonry below grade or in contact with earth, use Type S. For reinforced masonry, use Type S]. D. Grout for Unit Masonry: Comply with ASTM C476. I . Use grout of type indicated or, if not otherwise indicated, of type (fine or coarse) that will comply with TMS 602/ACI 530.1/ASCU for dimensions of grout spaces and pour height. 2. Proportion grout in accordance with "� MNC476, paragraph 4.2.2 for spec ed 28-day compressive strength indicated, but in�yi,,lll�e tl an 2000 psi. 3. Provide grout with a slump ofsfBZto I I i e as measureXc ording to ASTM C 143/C 143 M. ' �� O • PART 3-EXECUTION 3.1 EXAMINATION A. Examine conditio `Installefr.p�e e� ,for coinis with requirements for installation tolerances and other nditions a ctim- perfor n the Work. I. For the record. pr e si it repo . endo by Installer, listing conditions detrimental to performance o orR 2. Verify that foundat ns are withh t.ler ces specified. 3. Verify that reinforcing dew N`I•s�ar�tpperly placed. 4. Verify that substrates are fre of s bstances that would impair mortar bond. 7 B. Before installation, examin� h-in and built-in construction for piping systems to verify actual locations of piping. • C. Proceed with insta lation n y after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. Build chases and recesses to accommodate items specified in this and other Sections. B. Leave openings for equipment to be installed before completing masonry. After installing equipment; complete masonry to match construction immediately adjacent to opening. Kessler Mountain Regional Park, Phase 11 042200-8 19T21090 3.3 3.4 C. Use full-size units without cutting if possible. If cutting is required to provide a continuous pattern or to fit adjoining construction, cut units with motor -driven saws; provide clean, sharp, unchipped edges. Allow units to dry before laying unless wetting of units is specified. Install cut units with cut surfaces and, where possible, cut edges concealed. "TOLERANCES A. Dimensions and Locations of Elements: I. For dimensions in cross section or elevation, do not vary by more than plus 1/2 inch or minus 1/4 inch. 2. For location of elements in plan, do not vary from that indicated by more than plus or minus 1/2 inch. 3. For location of elements in elevation, do not vary from that indicated by more than plus or minus 1/4 inch in a story height or 1/2 inch total. B. Lines and Levels: !! I. For bed joints and top surfaces of nn walls, d^, vary from [eve ?than 1/4 inch in 10 feet, or 1/2-inch m 'mui. 2. For conspicuous horizontal ine , uch as lintel, sill parapets, 8�ev Is; do not vary from level by more than m 10 feet 1 _ the in 20 feet Mich maxinnum. 3. For vertical lines and st7faye o not va m lumb byki 6e t an 1/4 inch in 10 feet, 3/8 inch in 20 feet, 1/. i maximu 4. For conspicuott§ v is lines, such a�ghr mal corners oobs,reveals, and expansion and control;,• � tt t vary fro lump by morea4t�n inch in 10 feet, IA inch in 20 feet, or I/ -in na. imum. V 5. For lines an w aces, do n J0 m straigh by lore than 1/4 inch in 10 feet, 3/8 inch in 20 feet, or 1 : inch m 1 um 6. For vertical alignmen • f ea d head 'nLs, o not vary from plumb by more than I/4 inch in 10 feet, o n aximu 7. For faces of adjace e. o d i»as� nits; do not vary from flush alignment by more than 1/16 inch. `�• C. Joints: I. For bed joints, do from thickness indicated by more than plus or minus 1/8 inch, with a maximum�t�i`i8c ess invited to I/2 inch. 2. For exposed�j jo ls, do not vary from bed -joint thickness of adjacent courses by more than 1/8 inc 3. For head and 611Aoints, do not vary from thickness indicated by more than plus 3/8 inch or minus 1/4 inch. 4. For exposed head joints, do not vary from thickness indicated by more than plus or minus 1/8 inch. LAYING MASONRY WALLS A. Lay out walls in advance for accurate spacing of surface bond patterns with uniform joint thicknesses and for accurate location of openings, movement -type joints, returns, and offsets. Kessler Mountain Reeional Park, Phase11 042200-9 19T21090 Avoid using less -than -half size units. particularly at corners, jambs, and: where possible. at other locations. B. Bond Pattern for Exposed Masonry: Unless otherwise indicated, lay exposed masonry in running bond; do not use units with less -than -nominal 4-inch horizontal face dimensions at corners or jambs. C. Lay concealed masonry with all units in a wythe in running bond. Bond and interlock each course of each wythe at corners. Do not use units with less -than -nominal 4-inch horizontal face dimensions at corners orjambs. D. Stopping and Resuming Work: Stop work by stepping back units in each course from those in course below; do not tooth. When resuming work, clean masonry surfaces that are to receive mortar, remove loose masonry units and mortar. and wet brick if required before laying fresh masonry. E. Built-in Work: As construction progresses, build 'n items specified in this and other Sections. Fill in solidly with masonry around built-in items. F. Fill space between steel frames and maso%sodly wit h tar unless oche a dicated. G. Where built-in items are to be embead clop cores of h4jlow masonry uni , a layer of metal lath. wire mesh; or plastic mes i h o'ht below and. gd mortar or cot m core. H. Fill cores in hollow CM with J.'21t full dep t u deTb_earing I tes, cams, lintels, posts, and similar items unless gthe i 'ndicated. � ` h, V 3.5 MORTAR BEADV'GD JOIN A. Lay hollow CMUs as follow O O I . Bed face shells in make bie oints of depth equal to bed joints. 2 Bed webs in morta all course oJ. columns, and pilasters. 3. Bed webs in mortar in grou a ias Try, including starting course on footings. 4. Fully bed entire units, inclu ar as under cells, at starting course on footings where cells are not grouted. B. Lay solid CMUs with ca Mete y filled bed and head joints; butter ends with sufficient mortar to fill head joints and 'o'4e�p�o pla e. Do not deeply furrow bed joints or slush head joints. C. Set cast -stone trim dn full bed of mortar with full vertical joints. Fill dowel, anchor, and similar holes. I. Clean soiled surfaces with fiber brush and soap powder and rinse thoroughly with cleat - water. 2. Wet joint surfaces thoroughly before applying mortar. 3. Rake out mortarjoints for pointing with sealant. D. Install cavity drainage system in compliance with manufacturer's instructions. Install weepholes immediately above ledges and Flashing, spaced 1 G" o.c., unless otherwise indicated. Kessler Mountain Reizional Park; Phase If y 042200-10 19T21090 E. F. G. H. 3.6 A. B. C. D. E. 3.7 A. B. 3.8 Rake out tnortarjoints at pre -faced CMUs to a uniform depth of 1/4 inch and point with epoxy mortar to comply with epoxy -mortar manufacturer's written instructions. Tool exposed joints slightly concave when thumbprint hard, using a jointer larger than joint thickness unless otherwise indicated. Cut joints flush for masonry walls to receive plaster or other direct -applied finishes (other than paint) unless otherwise indicated. Cut joints flush where indicated to receive waterproofing unless otherwise indicated. MASONRY -JOINT REINFORCEMENT General: Install entire length of longitudinal side rods in mortar with a minimum cover of 5/8 inch on exterior side of walls, 1/2 inch elsewhere. Lap reinforcement a minimum of 6 inches. I. Space reinforcement not more than 16 '^e O.C. 2. Space reinforcement not more than c ssc. in foundation walls and ,a�fmails. 3. P ovide reinforcement not more n inches ve and below w Plugs and extending 12inches beyond enin Interruptjoint reinforcement aTco�dexpau§ionsj 'nts unless oil erwtse 'ndicated. Provide continuity at wall ' tes by unitL prtcated T-shape units. /�v 'S Provide continuity at cornncs fiv using nre43hricated I -shaned�'itnfrd` Cut and bend t offsets, column CONTROL AND EX General: Install control- acid e) Do not allow materials to span plane wall or partition moveme Form control joints in I. Install prefo1wri LINTELS ar continuity at corners, returns, conditions. t'materials in unit masonry as masonry progresses. expansion joints without provision to allow for in- mry as follows: t gaskets designed to fit standard sash block. A. Provide masonry lintels where shown and where openings of more than 12 inches for brick -size units and 24 inches for block -size units are shown without structural steel or other supporting lintels. B. Provide minimum hearing of 8 inches at eachjantb unless otherwise indicated. Kessler Mountain Regional Park, Phase If 042200-11 19T21090 3.9 FLASHING A. General: Install embedded flashing at ledges and other obstructions to downward flow of water in wall where indicated. B. Install flashing as follows unless otherwise indicated: I. Prepare masonry surfaces so they are smooth and free from projections that could puncture flashing. Where flashing is within mortarjoint. place through -wall flashing on sloping bed of mortar and cover with mortar. Before covering with mortar, seal penetrations in flashing with adhesive. sealant, or tape as recommended by Flashing manufacturer. 2. At lintels. extend flashing a minimum of 6 inches into masonry at each end. At heads and sills, extend Flashing 6 inches at ends and turn up not less than 2 inches to form end dams. 3. Interlock end joints of ribbed sheet metal flashing by overlapping ribs not less than 1-1/2 inches or as recommended by flashing manufacturer; and seal lap with elastonteric sealant complying with requirements in Section 079200 "Joint Sealants" for application indicated. 4. Install metal drip edges with ribbed sheetmetal flashing by interlocking hemmed edges to form hooked seam. Seal seam with eta t M is sealant complying with req iremenis in Section 079200 "Joint Sealants" for a i n indicated. 5. Install metal drip edges beneath flex flashing terror face of I. p flexible flashing 1/2 inch back from Isid lace of wall; ere Flexibli Fla Bing to top of metal drip edge. � % 6. Install metal flashing t mi ati�eneathsfleRi extlashing at�teA t face of wall. Stop Flexible Flashing I/2 inc bac from out of wall, a tt1<adh�Lre Flexible Flashing to top of metal flashin-.terming ion. �� 7. Cut flexible flashing f flush wit a f wall a er aS'onry wall construction is completed. ` ��� ,��" • C. Install re -lets and n ' s for flashing andAlier re atetl cndhruruction where they are shown to be built into masonry. 1 V 3.10 REINFORCED UNIT A 9 `* A. Temporary Formwork and ShQocosnstruct formwork and shores as needed to support reinforced masonry elements during ruction. I. - Construct fornwoi ovide shape, line, and dimensions of completed masonry as indicated. Makesee,,��n suyyyd iently tight to prevent leakage of mortar and grout. Brace, tie. and sup or ism maintain position and shape during construction and curing of reinforced nt sonry 2. Do not remo a orms and shores until reinforced masonry members have hardened sufficiently to carry their own weight and other loads that may be placed on them during construction. B. Placing Reinforcement: Comply with requirements in TMS 602/ACI 530.1/ASCE 6. Kessler Mountain Regional Park, Phase If 042200-12 19T21090 C. Grouting: Do not place grout until entire height of masonry to be grouted has attained enough strength to resist grout pressure. V I. Comply with requirements in TMS 602/ACI 530.1/ASCE 6 for cleanouts and for grout placement, including minimum grout space and maximum pour height. 2. Limit height of vertical grout pours to not more than 60 inches. 3.11 FIELD QUALITY CONTROL A. Testing and Inspecting: Owner will engage special inspectors to perform tests and inspections and prepare reports. Allow inspectors access to scaffolding and work areas as needed to perform tests and inspections. Retesting of materials that fail to comply with specified requirements shall be done at Contractor's expense. B. Inspections: Special inspections according to Level B in TMS 402/ACI 530/ASCE 5. 1. Begin masonry construction only after i ^ tors have verified proportions of site -prepared mortar. �� �[ 2. Place grout only after inspectors hatr a led comp r ce of grout spac s� grades, sizes; and locations of reinfo merjp 3. Place grout only after inspe ors ve verified p oporf ns of site- jr1 grout. V C. Testing Prior to Construction: n s of tests. `L D. Testing Frequency: O41e tests for eac�no'f' ft. of w II a4e�rtion thereof. E. Concrete Maso est: For ea unit rd de according to ASTM C140 for compressive stren F. Mortar Aggregate Ratio Tes[ ion Spe•ificati 1 n): For each mix provided; according to ASTM C780. G. Grout Test (Compressive $�ireng[h): Fa �a�irls provided, according to ASTM C 1019. G. Grout Test (Cornpressiv H. Prism Test: For each type of cons euo provided, according to ASTM C 1314 at 28 days. 12 REPAIRING, POINNTINND` LEANING A. Remove and replace mash' units that are loose, chipped, broken, stained; or otherwise damaged or that do not mate ad kin'ing units. Install new units to match adjoining units: install in fresh mortar. pointed to eliminate evidence of replacement. B. Pointing: During the tooling ofjoints, enlarge voids and holes, except weep holes, and completely fill with mortar. Point up joints, including corners, openings; and adjacent construction, to provide a neat; uniform appearance. Prepare joints for sealant application; where indicated. C. In -Progress Cleaning: Clean unit masonry as work progresses by dry brushing to remove mortar fins and smears before tooling joints. Kessler Mountain Regional Park. Phase 11 y 042200-13 19T21090 D. Final Cleaning: After mortar is thoroughly set and cured, clean exposed masonry as follows: I. Remove large mortar particles by hand with wooden paddles. and nonmetallic scrape hoes or chisels. 2. Test cleaning methods on sample wall panel; leave one-half of panel uncleared for comparison purposes. Obtain Architect's approval of sample cleaning before proceeding with cleaning of masonry. 3. Protect adjacent stone and nonmasonry surfaces from contact with cleaner by covering them with liquid strippable masking agent or polyethylene film and waterproof masking tape. 4. Wet wall surfaces with water before applying cleaners; remove cleaners promptly by rinsing surfaces thoroughly with clear water. 5. Clean concrete masonry by applicable cleaning methods indicated in NCMA TEK 84A. 3.13 MASONRY WASTE DISPOSAL //++ A. Salvageable Materials: Unless otherwise inditaexcess masonry materials are contractor's property. At completion of unit masonry ork. e from Project site. B. Waste Disposal as Fill Material: Dis os lean maso t +rite, includ g �cess or soil - contaminated sand; waste mortar nd - oken ntasomay unit by crusltit _ ntl�mixing with fill material as fill is placed. If ♦� I. Crush masonry +vas to lies titan 4 inch sm gaxh dimens o 2. Mix masonry wsnst wi at least Atwoa mi%pecified fi I m% te! lal for each part of masonry waste. Fill mate�n I t ecified ot^� 312000 " art tt 9vinL.3. Do no[ di osP,o sorry wasf within 18 n he of finished grade. C. Masonry Waste Rec ling: Retur 'o ro en CM n tl^sed�as fill to manufacturer for recycling. D. Excess Masonry Was[ emob�elexcess can m onry waste that cannot be used as fill, as described above or recy�lANS otIei my waste; and legally dispose of off Owner's property. ` �` E D O1SECTION 042200 G� Kessler Mountain Regional Park, Phase 11 V 042200-14 19T21090 SECTION 047313 - CALCIUM SILICATE STONE MASONRY VENEER PART I —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 SECTION INCLUDES A. Calcium silicate manufactured building stone masonry veneer. complete. 1.3 RELATED WORK SPECIFIED IN OTHER &S A. Sections 033000, 042200, and 055000 for fi ish ng of anc r ached or an o�e tmasonry veneer. oK' B. Section 072100 `Building Insul•io r. • ` �) C. Section 072726 "Fluid-Appl�i d Mem rane Airb D. Section 074646 "F' • Siding". 9 \/ E. Section 079200 "Join alants". O0 1.3 SUBMITTALS: O A. Product Data: Submit manufa urer's techni I d and installation instruction for each masonry material. � `b B. Shop Drawings: Submit expansion an o oljoint layout. C. Sample: Submit sample of�pkpi: t��,calcium silicate building stone masonry veneer units for use and verification by EngineCN, VD. Certification: Submit ation that units comply with specified requirements. 1.4 QUALITY ASSURANCE A. Codes and Standards: Provide material and work complying with referenced codes, regulations and standards. Kessler Mountain Regional Park, Phase 11 047313-1 191-21090 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver calcium silicate building stone masonry veneer materials to project in undamaged condition. B. Store and handle calcium silicate building stone masonry veneer units to prevent their deterioration or damage due to moisture, temperature changes, contaminants, corrosion and other causes. 1.6 PROJECT CONDITIONS A. Protect calcium silicate building stone masonry veneer materials during storage and construction from wetting by rain, snow or ground water and fi-om soilage or intermixture with earth or other materials. Do not use metal reinforcing or ties having loose rust or other coatings, including ice, which will reduce or destroy bond. B. During erection, cover top of wall with heavy waterproof sheeting at end of each day's work. Cover partially completed structures when work is not iW roo ess. Extend cover a minimum fl'14 inches down both sides and hold cover securely in ac . V : C. Do not apply concentrated loads for at91after buildin masonry walls` D. Prevent grout or mortar from stain left exposed. Immediately remove projections from droppings o o"; ium ♦ ���IJIJ E. Do not lay calci 7Aate I mg below 400F, unless m sae provi protect completed worIQVJni freezi temperature of calcium silicate bust maintaining an air tempera _re ab�i` veneer at leas[ 48 hours. PART 2-PRODUCTS Ir�t�r�alf� �wnrzx�� e of calfnt il'rcate buildi mortar c ua t with ma�7 /A� mai ej40°F on 6 �` )nry veneer to be sills, ledges and temperature of outside air is xisFrNPEI-ature of masonry materials and of heating and maintaining Mr materials to at least 40°F, and calcium silicate building stone masonry A. Arriscraft International "Old -oun Building Stone" is specified; or approved equal. 2.2 MATERIALS A. Calcium Silicate Building Stone Masonry Veneer: ASTM C73, Grade SW; solid units that have been pressure formed and autoclaved; special shapes as indicated; three -size configuration; as follows: I. OC21: 2-3/16"" high, 3-13/16" bed, random lengths. 2. 004: 3-7/16" high, 3-13/16" bed, random lengths. 3. OC46: 4-11/16" high, 3-13/16" bed, random lengths. 4. Texture: Rugged chiseled finish on exposed faces. Kessler Mountain Regional Park, Phase 11 047313-2 19T21090 B. Color: As selected from manufacturer's color ranges. C. Installation Accessories: I. Mortar, Grout; Wall Ties and Anchorages: Comply with requirements specified in Section 042200 `Concrete Unit Masonry". 2. Joint Sealants: Comply with requirements specified in Section 079200 `Joint Sealants". 3. Flashing and Sheet metal work: Specified in Section 076200 "Sheet Metal Flashing and Trim". 2.3 FABRICATION TOLERANCES A. Fabricate calcium silicate building stone masonry veneer to a tolerance of plus or minus 1/8" for the face rise and plus or minus 3/8" for the bed depth. PART 3 — EXECUTION 3.1 EXAMINATION A. Examine the areas and conditions and ti¢ica um silicate stone m onp veneer is to be installed. Do not proceed with the or un I unsatisfact conditions hav n rrected. 3.2 PREPARATION ` A. Pre-soak before cutting tfnCt i � 4ad B. Cleaning Reinforcin e p e placing, relloose rust, `the/r coatings from reinforcing. 3.3 CONSTRUCTION TOLERANC A. Variation in Alignment fro djacen1 it: 1 6" maximum. B. Variation of Mortar Joint Thic •ness:,089 ery*36". 3.4 LAYING CALCIUM SILICATE BUIM�WG STONEMASONRY VENEER A. Lay walls plumb and true tpZ, mpTy vith specified tolerances, with courses level, accurately spaced and coordinated with o er Mgr B. Lay calcium silicate buu d'jstone masonry veneer units in full bed of mortar, jointed with other work. Buttering comers ofjoints, and deep or excessive furrowing of mortarjoints are not permitted. Fully bond intersections, and external corners. C. Lay in random bond pattern, following percentage ratio, smallest to largest sized units: 40:40:20, unless otherwise directed. D. Tool joints by compacting the surface when thumbprint hard, to a raked finish. Kessler Mountain Regional Park, Phase 11 047313-3 19T21090 E. Do not adjust calcium silicate building stone masonry veneer units after laying. Where resetting of calcium silicate building stone masonry veneer is required; remove. clean units and reset in new mortar. 3.5 SITE TOLERANCES A. Erect calcium silicate building stone masonry veneer within the tolerances described in TMS 602, PART 3.3 F. 3.6 REPAIR, POINTING AND CLEANING: A. Remove and replace calcium silicate building stone masonry veneer units which are loose, chipped, broken. stained or otherwise damaged, or if units do not match adjoining units as intended. Provide new units to match adjoining units and install in fresh mortar or _rout; pointed to eliminate evidence of placement. y B. Pointing: During the tooling ofjoints, enlar 1 - it is or h les, and completely ANA AtIortar. Point -up joints at corners; openings and adjace t N rk to pro. a neat; uniform aboe-Arance, properly prepared for application of caul gar sealant compou ds. C. Cleaning: Clean exposed calcium silt aitzildin- s� a nta'sonry venee brushing at end of each clay's work and after fin I pointi � tb remove r4s�ots and mg . Use alternative cleaning solutions and metho my a'tter consult uon ah calciu t Ca� building stone masonry veneer manufacturer and ova by Enginee . 3.7 PROTECTION A. Protect calcium silicate buildingge to onry v eer F m amage resulting fi-om subsequent construction operations. U e rn aterials ant�mihods which will not stain or damage units. Remove protection material ustantial iple oon of work; or when risk of damage is no longer present. • EdQR,.. f E TION 047313 G� Kessler Mountain Regional Park. Phase 11 047313-4 19T21090 SECTION 051200 - STRUCTURAL STEEL FRAMING PARTI-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: I . Structural steel. 2. Shear stud connectors. B. Related Requirements: I. Section 099113 "Exterior P and Section 099 3 "Interior intP for painting requirements. Nm ♦ 1.3 DEFINITIONS a►` �� A. Structural Steel: Re n Hof the s[nt a }ame indic�Ced �n`Drawings and as described in ANSI/AISC 303. OV 1.4 COORDINATION O VP A. Coordinate selection of -9 p primers Ov't top ats to be applied over them. Comply with paint and coating manufacturers' ntte e m en aeons to ensure that shop primers and topcoats are compatible with one another. 1W B. Coordinate installation of a ch age items to be embedded in or attached to other construction without delaying the Wor r 'de setting diagrams, sheet metal templates, instructions, and directions for instaQ1o\�1.5 ACTION SUBMI A. Product Data: I. Structural -steel materials. 2. Shear stud connectors. 3. Threaded rods. 4. Shop primer. Kessler Mountain Regional Park. Phase If 051200-1 19T21090 1.7 Shop Drawings: Show fabrication of structural -steel components. I . Include details of cuts. connections, splices, camber, holes, and other pertinent data. 2. Include embedment Drawings. 3. Indicate welds by standard AWS symbols; distinguishing between shop and field welds, and show size, length. and type of each weld. Show backing bars that are to be removed and supplemental fillet welds where backing bars are to remain. 4. Indicate type, size; and length of bolts, distinguishing between shop and field bolts. Identify members not to be shop primed. QUALITY ASSURANCE A. Welding Qualifications: Qualify procedures and personnel in accordance with AWS DI.I/DI.1M. I. Welders and welding operators performing work on bottom -Flange, demand -critical welds shall pass the supplemental welder quahfea on testing, as required by AWS �D;JpB/D 1.8M. FCAW-S and FCAW-G shall be [Ee separate processes for w�lk!Lpp,,rsonnel qualification. ✓ DELIVERY, STORAGE, AN ZD ING ♦ e) A. Store materials to permitleasy ace s for inspNo �tlI identifies on eep steel members off ground and spaced by♦trsi p lets, dunnag �supports an�'s Pro[ect steel members and packaged matey-i Isar n orrosion an �}*deterioration. 1. Do not stor na r`ials on s g1tttrco in a manner hVght cause distortion, damage. or overload to niters or su o ing struCff� s�gpair or replace damaged materials or structures as directed. PART2 2.1 n Store fasteners in a prate' t_ in seatoxQntainers with manufacturer's labels intact. I. Fasteners may be repacka repackaging and seals coma r 2. Clean and relubricateebbo_lts an W PRODUCTS ♦`_ V PERFORMANCE REQUIREMENTS Owner's testing and inspecting agency observes that become dry or rusty before use. Comply with applicable provisions of the following specifications and documents: I. ANSI/AISC 303. 2. ANSI/AISC 360. Kessler Mountain Regional Park, Phase 11 V 051200-2 19T21090 A. B. 2.3 2.4 A. 2.5 A. 0 B. C. D. E. STRUCTURAL -STEEL MATERIALS Channels, Angles: ASTM A36/A36M. Plate and Bar: ASTM A36/A36M. Welding Electrodes: Comply with AWS requirements. RODS Threaded Rods: ASTM A36/A36M. I. Nuts: ASTM A63 heavy -hex carbon steel. 2. Washers: ASTM F436, Type I, hardened carbon steel. 3. Finish: Hot -dip zinc coating, ASTM A 15 /A 153M, Class C. PRIMER — �♦/ Steel Primer: 4 I. Fabricators standard lPn chromate- ee. nonasphaltic, r s-inhibiting primer complying with MPI#79 ampatible i to coat. .� FABRICATION V►` Structural Steel%-arlcte oI and asseinshop t ea st extent possible. Fabricate in accordancewithSC 303 n ANSI,/ J G0. I. Mark and match -mark. 1�E��f fiel8 assen ly. 2. Complete struct r -st�0�sa'serr�ibli�c di welding of units, before starting shop - priming operation Thermal Cutting: Perform Thermal m% machine to greatest extent possible. 1. Plane thermally cut edge to bfilded to comply with requirements in A W S D I . I /D I . I M. Bolt Holes: Cut, drill, 4r` ' c6 ' ndard bolt holes perpendicular to metal surfaces. Finishing: ACCUra ly finr��' nds of columns and other members transmitting bearing loads. Cleaning: Clean and prepare steel surfaces that are to remain unpainted in accordance with SSPC- SP 3. F. Shear Stud Connectors: Prepare steel surfaces as recommended by manufacturer of shear connectors. Weld using automatic end welding of headed -stud shear connectors in accordance with AWS DI.I/DI.IM and manufacturer's written instructions. Kessler Mountain Regional Park, Phase 11 051200-3 19T21090 2.7 2.8 SHOP PRIMING A. Shop prime steel surfaces, except the following: I . Surfaces embedded in concrete or mortar. Extend priming of partially embedded members to a depth of 2 inches. 2. Surfaces to be field welded. B. Surface Preparation of Steel: Clean surfaces to be painted. Remove loose rust and mill scale and spatter, slag, or Flux deposits. Prepare surfaces in accordance with the following specifications and standards: I. SSPC-SP 3. C. Priming: Immediately after surface preparation, apply primer in accordance with manufacturer's written instructions and at rate recommended by SSPC to provide a minimum dry film thickness of 1.5 mils. Use priming methods that result in full coverage ofjoints, corners, edges, and exposed surfaces. N I. Stripe paint corners, crevices, bol 2. Apply two coats of shop paint to Change color of second coatAd SOURCE QUALITY CONTRIL \ Testing Agency: Oyrner 6i engage inspections. �` I I. Allow test te�a#�. cy ace produced to peter onn tests 2. Welded Connections: AWS DI.I/DI.Ik4zarid t a. Liquid w l ar sharp edges. • ce that are i a e Bible after asset erection. iti h it from fi h to testing a en perform shop tests and >cts where ru ref -steel work is being fabricated or ection0n%%k oelded connections in accordance with procedures, at testing agency's option: E 165/E 165M. b. Magnetic Particle InreoiiW'N$NSTM E709; performed on root pass and on finished weld. Cracks or zones m omplete fusion or penetration are not accepted. C. Ultrasonic Inspection: -TM E164. d. Radiograph c Irt ton: ASTM E94/E94M. 3. In addition t rst, spe tion, test and inspect shop -welded shear stud connectors in accordance ith re♦qurrentents in AWS DI.I/DI.IM for stud welding and as follows: a. Perform bend tests if visual inspections reveal either a less -than -continuous 360- degree Flash or welding repairs to any shear stud connector. b. Conduct tests in accordance with requirements in AWS DI.I/DI.IM on additional shear stud connectors if weld fracture occurs on shear stud connectors already tested. 4. Prepare test and inspection reports. Kessler Mountain Regional Park, Phase 11 y 051200-4 19T21090 PART 3 - EXECUTION 3.1 3.2 EXAMINATION A. Verify, with certified steel erector present_ elevations of concrete- and masonry -bearing surfaces and locations of anchor rods, bearing plates, and other embedments for compliance with requirements. V 3.3 A. B. C. A E. Prepare a certified survey of existing conditions. Include bearing surfaces, anchor rods, bearing plates, and other embedments showing dimensions, locations, angles, and elevations. Proceed with installation only after unsatisfactory conditions have been corrected. PREPARATION Provide temporary shores, guys, braces, secure, plumb, and in alignment against to design loads. Remove temporaq�l bracing are in I. Do not steel fn ERECTION Set structural ANSUAISC 3 Maintain erec Align and ai pennanently permanent c discrepancies 2. during erection to kee Cu val steel ���o�n loads and loads a al fn intensity n� fstt- aural st c nn ctions, and nd structural - strength. ordance with icture before es that are in npensate for Level and pl inb m%'R71Qhtaf members of structure. Slope roof framing members to slopes indicated o rawitn . Make allows c for difference between temperature at time of erection and mean temperature when structure is completed and in service. Splice members only where indicated. Do not use thermal cutting during erection. F. Do not enlarge unfair holes in members by burning or using drift pins. Ream holes that must be enlarged to admit bolts. Kessler Mountain Regional Park, Phase 11 051200-5 19T21090 3.4 FIELD QUALITY CONTROL A. Special Inspections: Owner will engage a special inspector to perform the following special inspections: I. Verify structural -steel materials and inspect steel frame joint details. 2. Verify weld materials and inspect welds. 3. Verify connection materials and inspect high -strength bolted connections. END OF SECTION 051200 Kessler Mountain Regional Park, Phase If 051200-6 19T21090 SECTION 055000- METAL FABRICATIONS PART] -GENERAL 1.1 SUMMARY A. Section Includes: I . Steel supports for work of other trades. 2. Stainless steel countertops, splashes. 3. Miscellaneous metal steel attachments; anchors, plates, angles, etc. 4. Anchors angles, bolts, expansion shields for items in this section only. and other accessories shown in details and or required for the complete installation of all work. 1.2 RELATED WORK SPECIFIED IN OTHER SECTIONS A. Section 064116 "Plastic -Laminate -Clad Archbeal Cabinets. B. Section 085113 "Aluminum Sliding Wind, 1.3 COORDINATION P A. Coordinate selection of shop p im rs mvrth top toe applied o r em: Comply with paint and coating manufacture ' wrnte�nstruction sure that op rimers and topcoats are compatible with one a other \3 B. Coordinate instaft�t'o ' nv�met►al fabri a m that are an mor� to or that receive other work. Furnish setting At , templatg%ig Ch�ecticns f t aalfYng anchorages, including sleeves, concrete inserts, an or bolts, a?�ms witl m m Im nchors, that are to be embedded in concrete or masonry. Deliver uc i ms to Pro ct si in time for installation. 1.4 ACTION SUBMITTAL A. Product Data: Submit for produ s miscellaneous metal fabrications, including paint products and grout. `R5 B. Shop Drawings: Submit sllo,�rawings for the fabrication and erection of all assemblies of metal fabrications and►ri c�1'a'�eous metal work. Include plans, elevations, sections, and details of fabrica[ian the r onnections. Show anchorage and accessory items. Provide templates for arch rs an b Its specified for installation under other sections. 1.5 QUALITY ASSURANCE A. Welding Qualifications: Qualify procedures and personnel in accordance with the following: I. AWSDI.1/DI.IM,"Structural Welding Code - Steel." 1.6 FIELD CONDITIONS A. Field Measurements: Verify actual locations of walls. Floor slabs, decks, and other construction contiguous with metal fabrications by field measurements before fabrication. Kessler Mountain Regional Park, Phase 11 y 055000-1 19T21090 PART2-PRODUCTS 2.1 MATERIALS A. Metal Surfaces, General: Provide materials with smooth. Flat surfaces, unless otherwise indicated. For metal fabrications exposed to view in the completed work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. 2.2 METALS A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise indicated. For metal fabrications exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. B. Steel Plates, Shapes, and Bars: ASTM A36. C. Steel Tubing: ASTM A500, cold -formed steel tubing. D. Steel Pipe: ASTM A53, Standard Weight 'S ul 0) unless otherwise indicate C/1 E. Cast Iron: Either gray iron, AS A413,�or/malleable STM A4 otherwise indicated. F. Stainless Steel: ASTM A66691ho�Kvill ga e, with mn h a selected A htect. Coordinate to provide finish on s[ainles reeallow be subseq en applied. 2.3 FASTENERS • A. General: Unless of a `indicat v�e Ty e 3 ?teel fasteners for exterior use o� p and zinc -plated fawners wil�coZing co 'n rth ASTM 6633 or ASTM F1941; Class Fe/Ln 5, at exterior wa I . I fastene or t e, grade; and class required. B. Steel Bolts and Nuts: ; ASTM A563; and. where ASTM A307, Grade A; with hex nuts. C. Stainless Steel Bolts and NuPe�ular hexagon -head annealed stainless steel bolts, ASTM F593; with hex nuts, A TM �4; and, where indicated, Flat washers; Alloy Group I. D. Anchor Bolts: ASTM F�IAAS de 36, of dimensions indicated; with nuts, ASTM A563; and, where indicated, FlEtiqqaj sh8 s' I. Hot -dip gae�or provide mechanically deposited, zinc coating where item being fastened is ed to be galvanized. E. Evebolts: ASTM A 489. F. Machine Screws: ASME B18.6.3. G. Lag Bolts: ASME B 18.2.1. H. Toggle Bolts: Tumble -wing type F.S. FF-13-588 type, class and style as required. I. Wood Screws: Flathead, ASME B 18.6.1. Kessler Mountain Regional Park, Phase 11 055000-2 19T21090 J. Plain Washers: Round, ASME B 18.22.1 K. Lock Washers: Fie IicaI, spring type, AS ME B 18.21.1. L. Expansion Shields: F.S. FF-S-325 M. Expansion Anchors: Anchor bolt and sleeve assembly with capability to sustain, without failure; a load equal to six times the load imposed when installed in unit masonry and four times the load imposed when installed in concrete; as determined by testing according to ASTM E 488, conducted by qualified independent testing agency. N. Expansion Bolts Wedge Anchors: Ramset "Trubolt" or Hilti "Kwik Bolt". O. Adhesive Anchors: Hilti "HIT HY150". injection adhesive anchor. P. Anchor Bolts: ASTM F 1554, Grade 36. Furnish and deliver to site, anchor bolts and other items to be embedded in concrete. Provide necessary shop details and diagrams for concrete forms and, if required, provide templates to ins�yre�proper and accurate locations an setting of anchor bolts. 2.4 PAINTS A. Shop Pain[: Lead free; alkyd nr E�31 eting parfo �, ce requirem f`.S._TT-P-86; and passing ASTM B 117 after 54 hNour . Primerxelz to must be c m1pia a with finish coats of paint. Coordinate selecti of m primer wrtt�flni It paint re d{�em is specified in Sections 09911 and 099123. v' /►�N B. Galvanizing Re it • F�High zinc bl tent paint f r rtgalvanizing welds in galvanized steel work; comp�th SSPC- O C. Bituminous Paint: Cold-ap iehalt m tic e mplying with SSPC-Paint 12 except containing no asbestos t3 . 25 SHRINKAGE -RESIST AIAT GROt ctory-packaged, nonmetallic; nonstaining; noncorrosive; nongaseous grou o g with ASTIV1C1107. Provide grout specifically recommendedby umanufacturer fo er • r application. 2.6 MISCELLANEOUS METr6-Fr BRICATIONS A. Steel Supports: Pro�aesteel lintels, channels, braces, angles, etc., as indicated and assemble as detailed. Ste ire all connections to provide rigid supports for all items required including supports n W0ecifically specified in other sections. Stainless Steel Countertops; Splash and Backdrop: Fabricate as detailed; plywood shall be AC Exterior Grade: submit shop drawings for approval; indicate materials and fabrication methods. Kessler Mountain Regional Park, Phase It 055000-3 19T21090 PART 3 - EXECUTION 3.1 PREPARATION: A. Coordinate and furnish anchorages; setting drawings; diagrams, templates, instructions and directions for installation of anchorages, including concrete inserts; sleeves. anchor bolts, and miscellaneous items having integral anchors that are to be embedded in concrete or masonry construction. Coordinate delivery of such items to site. B. Set sleeves in concrete with tops Flush with finish surface elevations; protect sleeves from water and concrete entry. 3.2 INSTALLATION A. Fastening To In -Place Construction: Provide anchorage devices and fasteners where necessary for securing miscellaneous metal fabrications to in -place construction: include threaded fasteners for concrete and masonry inserts, to e bolts, through -bolts, lag bolts, wood screws. and other connectors as required. B. Cutting. Fitting, Placement. Perform cut r ing andt'ng required foe t al a ton. Set metal fabrication accurately in locati . al'bnt and elev� n; with edgen urfaces level; plumb, true, and free of rack; mea ure tom established line and levels rule C. Field Welding: Comply with W G de for pr c�'dur of manual hi e� metal -arc welding; appearance and quality 6,v ld made, me[ho s us2d in cot' tin welding work, and the following: � _�� 6 I. Use ntateri ds that AT, ii8 distortio an d glop strength and corrosion resistance • fQbimttals.`2 Obtain fusiout unde erlap. 3. Remove welux imm 'ate y. O 4. At exposed connectiouqa islt�expose eld nd surfaces smooth and blended so that no rouhness sfinishi and ntour of welded surface matches those adjacent.�� D. Setting Loose Plates: I. Clean concrete and mason q ear• ng surfaces of bond -reducing materials, and roughen to improve bond to surface Clean bottom of surface of bearing plates. 2. Set loose leveling arm- plates on wedges; or other adjustable devices. After bearing memberr e e n positioned and plumbed, tighten anchor bolts. Do not remove wed es o�suns, but if protruding, cut off flush with edge of bearing plate before packing wit rout. E. Countertops, Splashes: Anchor securely to base units; walls, and other support systems. Coordinate installation with work installing plastic laminate cabinetry (Refer to Section 0641 16). Calk space between backsplash and wall with sealant. Comply with manufacturer's recommendation for adhesive. fabrication and installation. Kessler Mountain Re-ional Park, Phase 11 055000-4 19T21090 3.3 TOUCH-UP SHOP PAINTING A. Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with same material as used for shop painting. Use galvanizing repair paint on damaged galvanized surfaces. Provide final protection and maintain conditions necessary to ensure the work will be without damage or deterioration at the time of acceptance. END OF SECTION Kessler Mountain Regional Park, Phase 11 055000-5 19T21090 SECTION 061000 - ROUGH CARPENTRY PARTI-GENERAL RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. SUMMARY Section Includes: I. Framing with dimension lumber. r_ 2 Wood blocking and nailers. ^_ J �w 3. Wood furring. (j+_) 4. Wood sleepers. 40, 5. Utility shelving. O U. Ph wood backing panel 11 B. Related Requirements: �` I . Section 0616%"Sing" for she 1.3 DEFINITIONS �` �/` �`/► A. Boards or Strips: Lumber of I inche min size in least dimension. B. Dimension Lumber: Lui a riches inal size or greater but less than 5 inches nominal b s onmal size in least dimension. • C. Exposed Framing: Framing not c` other construction. D. OSB: Oriented strand board E. Timber: Lumber al size or greater in least dimension. 1.4 ACTION S A. Product Data: For each type of process and factory -fabricated product. Indicate component materials and dimensions and include construction and application details. I. Include data for wood -preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used and net amount of preservative retained. 2. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. Kessler Mountain Regional Park, Phase 11 V 061000-1 19T21090 B. Fastener Patterns: Full-size templates for fasteners in exposed framing. 1.5 INFORMATIONAL SUBMITTALS A. Material Certificates: For dimension lumber specified to comply with minimum allowable unit stresses. Indicate species and grade selected for each use and design values approved by the ALSC Board of Review. Evaluation Reports: For the following; from ICC-ES: Wood -preservative -treated wood. 2. Post -installed anchors. 3. Metal framing anchors. 1.6 DELIVERY, STORAGE, AND 14ANDLING A. Stack wood products flat with spacers ben d b ween each bundle to provi ulation. Protect wood products from weather by g with w - roof sheeting, s �chored. Provide for air circulation around st ks ag�Mtf6er coverin PART 2-PRODUCTS ) 2.1 WOOD PRODUCT AL A. Lumber: DOC P a applicab t 1 'grading indicated. If no grading agency is indicated. comply wun the apply I e ules of riting agency certified by the ALSC Board of Review. Grade lum agency rtifie by the ALSC Board of Review to inspect and grade lumber under rdicate I . Factory mark each ece of lum$ r it rade stanhp of grading agency. 2. Dress I er 4S,. in i icated. b , S B. Maximum Moisture Content o Lumi 15 percent unless otherwise indicated. 2.2 W D-PRE ERV • ZED LUMBER 00 S I. Preservativlu e t by Pressure Process: Refer to notes on the structural drawings. 2.3 DIMENSION LUMBER FRAMING A. All dimension lumber: Refer to notes on the structural drawings for grade and species criteria. 2.4 MISCELLANEOUS LUMBER A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction. including the following: Kessler Mountain Regional Park, Phase11 061000-2 19T21090 I. Blocking. 2. Nailers. 3. Rooftop equipment bases and support curbs. 4. Cants. 5. Furring. 6. Grounds. 7. Utility shelving. B. Dimension Lumber Items: Construction or No. 2 _rade lumber of any of the following species: I. Hem -fir (north); NLGA. 2. Mixed southern pine or southern pine: SPIB. 3. Spruce -pine -fir; NLGA. 4. Hem -fir; WCLIB or WWPA. 5. Spruce -pine -fir (south): NeLMA, WCLIB, or WWPA. C. For blocking not used for attachment of other struction. Utility, Stud, or No. 3 grade lumber of any species may be used provided that hand selected to eliminate defers that will interfere with its attachment and purpose. �(_/✓� D. For blocking and Hailers used for cof other co ru ion; selec nu[ lumber to eliminate knots and other defects t t t urterfere wi atta meat of o btk. E. Far furrine strips for installii g ood or h r paneling, ec�'ds with no knots capable of producing ben ver n and dam eneling. K� ` V 2.5 PLYWOOD BAV,,VNELS G A. Equipment Backing Panels: PI d, OC P ess indicated or, if not indicated, not less than 1/2-inch nominal t ' m ss 2.6 FASTENERS P A. General: Fasteners shall be of s atype indicated and shall comply with requirements specified in this article for ma`tial a manufacture. I. Where rough c n p' i xposed to weather, in ground contact, pressure -preservative treated, or ii a h elative humidity, provide fasteners with hot -dip zinc coating - complying 'th A' A153/AI53M. B. Nails; Brads, and Staples: ASTM F1667. C. Power -Driven Fasteners: Fastener systems with an evaluation report acceptable to authorities having jurisdiction, based on ICC-ES AC70. Post -Installed Anchors: As indicated on drawings. Fastener systems with an evaluation report acceptable to authorities having jurisdiction, based on [CC -ES AC01, [CC -ES AC58, ICC-ES AC193 or ICC- ES AC308 as appropriate for the substrate. Kessler Mountain Regional Park, Phase 11 061000-3 19T21090 I. Material: Carbon -steel components, zinc plated to comply with ASTM B633, Class Fe/Zn 5. 2. Material: Stainless steel with bolts and nuts complying with ASTM F593 and ASTM F594, Alloy Group I or 2. 2.7 METAL FRAMING ANCHORS A. Provide metal framing anchors as indicated on drawings. PART 3-EXECUTION 3.1 INSTALLATION, GENERAL A. Framing Standard: Comply with AF&PA's WCD I, "Details for Conventional Wood Frame Construction," unless otherwise indicated. B. Framing with Engineered Wood Produc�a engin wood products �ac ly with manufacturer's written instructions. ' � ��► C. Set rough carpentry to require e n lines; %Yitf ers plumb, tr ne, cut; and fitted. Fit rough carpentry accurately o , e i construe �o to nailers, • c and similar supports to comply with requirem s for a thing othasttucuon. D. Install metal frami a comply k t m ufacturer' to nstructions. Install fasteners through each fa�e � V E. Do not splice str 1ct`i�l members a en sup p thenvise indicated. F. Provide blocking and f raviiin ate and a ired to support facing materials, fixtures, specialty items; and trim� I. Provide metal clips ror fas INsum board or lath at corners and intersections where framing or blocking does n ro de a surface for fastening edges of panels. Space clips not more than 16 iRAS. NF G. Sort and select lumber* sural characteristics do not interfere with installation or with fastening other mat Is� Do not use materials with defects that interfere with function of member or pie s tha r too small to use with minimum number ofjoints or optimum joint arrangement. H. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative -treated lumber. I. Use inorganic boron for items that are continuously protected from liquid water. 2. Use copper naphthenate for items not continuously protected from liquid water. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: Kessler Mountain Reeional Park. Phase 11 O61000-4 191-21090 I. Table 2304.9.1. "Fastening Schedule," in ICC's International Building Code (IBC). 2. 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. 3. ICC-ES evaluation report for fastener. Use steel common 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 between members. Install fasteners without splitting wood. Drive nails snug but do not countersink nail heads unless otherwise indicated. 3.2 INSTALLATION OF WOOD BLOCKING AND NAILERS A. Install where indicated and where required For attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. //'►►�� B. Attach items to substrates to support app b . Recess bolts and nuts fl dti4HTSurfaces unless otherwise indicated. C. Provide permanent grounds of dr se pressure -pre rvati -treated, led lumber not less than 1-1/2 inches wide an tu ess regtsir mg face o to exact thickness of finish material. Remove tei po grounds tv eA longer req cl. 3.3 INSTALLATION Q 'URRING1 , A. Install *level and p 137 closur edges an op Yii g�s. Shim with wood as required for tolerance of finish w k B. Furringto Receive PI d oa Pan Install I-b y-3-inch nominal -size furring Y � � horizontaliv and vertical heso. 3.4 INSTALLATION OFCEILING .VT% D RAFTER FRAMING A. Ceiling Joists: Install witedge up and complying with requirements specified above for floorjoists. Face nail t�gn o rallel rafters. 3.5 PROTECTION A. Protect rough carpentry from weather. END OF SECTION 061000 Kessler Mountain Regional Park, Phase11 V 061000-5 19T21090 PARTI- GENERAL 1.2 1.3 SECTION 061600 - SHEATHING RELATED DOCUMENTS A. Drawings and general provisions of the Contract; including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. SUMMARY A. Section Includes I. Wall sheathing. 2. Ceiling sheathing. 3. Roof sheathing. B. Related Requirements I. Section 061000 "Rough Ca en �� 2. Section 064023 "Interio c tec iral Wo�gd�vgk" Yrinterior I)i�vBo� ceilings and trim. ACTION SUBMITTAL • A. Product Data: FRe(c pe of materials and diand incl Shop Drawings: For Show locations conditions. `do4facVarepirocluct. :lion andion details. O Indicate component she g, accessories. and assemblies specific to Project 2. Include details for slieathi its m ' cks; counterflashing strips, penetrations; inside and outside corners. terrain i s. nd tie-ins with adjoining construction. 3. Include details of interfaces other materials that form part of air barrier. 1.4 DELIVERY; STOR 6E�ANDLING A. Stack panels flat wi UP, ers beneath and between each bundle to provide air circulation. Protect sheathing from weather by covering with waterproof sheeting, securely anchored. Provide for air circulation around stacks and under coverings. Kessler Mountain Regional Park, Phase If 061600-1 19T21090 PART2-PRODUCTS 2.1 2.2 WOOD PANEL PRODUCTS A. Emissions: Products shall meet the testing and product requirements of the California Department of Public Health's "Standard Method for the Testing and Evaluation of Volatile Organic Chemical Emissions from Indoor Sources Using Environmental Chambers." B. Thickness: As indicated on structural drawines. C. Factory mark panels to indicate compliance with applicable standard. FIRE -RETARDANT -TREATED PLYWOOD A. General: Where fire -retardant -treated material are indicated, use materials complying with requirements in this article that are acceptable fo3u orities Itavingjurisdic[ion and w t fire -test - response characteristics specified as det i it b testing identical productsrethod indicated by a qualified testing agency. �/m B. Fire -Retardant -Treated PlywoodfbPslere Process: rodas with a fl e- ead index of 25 or less when tested accordin E84, and wt no evidence$$t �t 1 scant progressive combustion when the test is an addi'oft minutes; anS��t�tlti't"hee Flame front not extending more than I0.S�et be centerfin �'Fthe burnerrSvt a , time during the test. Use treanne th a not prom ot"'coriasion of m�IVt�iers. Interior T e�ted materifiis�lt�have a moi ure ontent of 28 percent or less when tested acco n o ASTM0aloirs: 1p/' 3201 M ate en[ relative humidity. Use where exterior type i of mdicat Design Value Adjust n Trea d lu ber plywood shall be tested according to ASTM D5516 a dest ae d usnn n factors shall be calculated according to ASTM D6305. Sp n tt after trtitEent shall be not less than span ratings specified. C. Kiln -dry material after t2atmen[ o t�i�ttn moisture content of 15 percent. Do not use material that is warped or does no m with requirements for untreated material. D. Identiti, fire-retardant-tr;��wood with appropriate classification marking of qualified testing agency. • 2.3 WALL AND CEIL(GGA ATHING A. Plywood Sheathing: DOC PS I; refer to drawings for thicknesses and locations. 2.4 ROOF SHEATHING A. Plywood Sheathing: DOC PS I, Exterior. Structural I sheathing. Refer to structural drawings for span rating and thickness. Kessler Mountain Regional Park. Phase 11 061600-2 19T21090 2.5 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. For roof and wall sheathing, provide fasteners with hot -dip zinc coating complying with ASTM A153/AI53M. B. Nails; Brads, and Staples: ASTM F1667. C. Power -Driven Fasteners: Fastener systems with an evaluation report acceptable to authorities having jurisdiction, based on ICC-ES AC70. PART 3-EXECUTION 3.1 3.2 INSTALLATION, GENERAL 0 A. Do not use materials with defects that impa'itmgQality of sh in. or pieces e�oo small to use with minimum number ofjoin o imum joint g4nent. An -an its so that pieces do not span between fewer ilia r su on met V B. Cut panels at penetration edges nd other � J&'ons of w° lightly against abutting construction unless ot�e ndicated. )it C. Securely attach u t�asteni indicated, co IyirPh the following: Y � I. ICC-ES ev, atio report f11 or astiiV. Pelecli D. Use common wire nails unless otlfvise indicate _ fasteners of size that will not fully penetrate members whe�epsiIw' I be e. o d to view or will receive finish materials. Make tight connections.eners C t sp itting wood. ♦ /U E. Coordinate wall and roof sheathin m tal ton with Flashing and joint -sealant installation so these materials are installed in sequen-e an manner that prevent exterior moisture from passing through completed assembly. F. Do not bridge buildinge an) joints: cut and space edges of panels to match spacing of structural support el men G. Coordinate sheathingg.1 stallation with installation of materials installed over sheathing so sheathing is not exposed to precipitation or left exposed at end of the workday when rain is forecast. WOOD STRUCTURAL PANEL INSTALLATION A. General: Comply with applicable recommendations in APA Form No. E30, "Engineered Wood Construction Guide," for types of structural -use panels and applications indicated. B. Fastening Methods: Fasten panels as indicated below: Kessler Mountain Regional Park, Phase 11 y 061600-3 19T21090 Wall and Ceiling Sheathing: Refer to drawings. Fasten as indicated; if not indicated, as directed. 2. Roof Sheathing: a. Nail to wood framing. b. Space panels 1/8 inch apart at edges and ends. 3.3 FIELD QUAI_11Y CONTROL A. Testing and Inspecting Agency: Owner will engage a qualified testing agency to perform tests and inspections. B. Prepare test and inspection reports. Kessler Maintain Regional Park, Phase11 061600-4 19T21090 SECTION 061800 - GLUED -LAMINATED CONSTRUCTION PARTI-GENERAL 1.3 161 I� 0 RELATED DOCUMENTS Drawings and general provisions of the Contract; including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. SUMMARY Section Includes: I. Framing using structural glued-laminatlb .imber. Related Requirements: \/ I. Section 061000 "Rough Carl e-eformension Im er items ased with structural glued -laminated timber.♦ �() DEFINITIONS ' Structural Gluefrom I ct a pre Glu assembled from l ctct and prep with the grain of the minations aj ACTION SUBMITTA Product Data: For each I. Include data on lumber, B. Shop Drawings: ♦ �� 2. 3. EY stress -rated timber product :d together with adhesives and inally. fabrication, and protection. Show layoufod f st'16-rural glued -laminated timber system and full dimensions of each member. V Indicate species and laminating combination. Include large-scale details of connections. C. Samples: Full width and depth, 24 inches long, showing the range of variation to be expected in appearance of structural glued -laminated timber. Kessler Mountain Regional Park, Phase 11 y 061800-1 19T21090 1.5 INFORMATIONAL SUBMITTALS A. Certificates of Conformance: Issued by a qualified testing and inspecting agency indicating that structural glued -laminated timber complies with requirements in AITC A 190.1. 1.6 DELIVERY; STORAGE, AND HANDLING A. General: Comply with provisions in AITC I 11. B. Individually wrap members using plastic -coated paper covering with water-resistant seams. PART 2-PRODUCTS 2.1 STRUCTURAL GLUED -LAMINATED TIMBER A. General: Provide structural glued-lami to timber that complies with AITC 9.I and AITC 117 or research/evaluation reports a[�cl_entrab a [o aut ties havingjurisdi ton. I. Factory mark each piece of ru u�l glued-lam'na[e imber with Quality Mark or APA-EWS trademarks ce ma on surfaces that are not exp ed m the completed Work.'` 2. Provide structural g ied-laminated timb M rom sin l p ies. 2.2 C A 3 3. Provide structuraijo d-laminated ti ReU de from so'dI imber laminations; do not use laminate a her. 4. Provide s ct E Il ed-lamina ber made %A th *et -use adhesive complying with AITC A 19 O Species and Grades for Struct$r�L) d-Lam DatedEmber: Southern pine that complies with structural properties indi a ed. Appearance Grade: Arc hi � tural, com g It AITC 110. I. For Premium and Architec dl a earance grades, fill voids as required by AITC 110. MISCELLANEOUSS N, �%_Rlh S End Sealer: Manu-tacturC's standard, transparent, colorless wood sealer that is effective in retarding the transn issi n of moisture at cross -grain cuts and is compatible with indicated Finish. Penetrating Sealer: Manufacturer's standard, transparent, penetrating wood sealer that is compatible with indicated finish. Kessler Mountain Regional Park, Phase It 061800-2 19T21090 2.3 A. C n 2.4 FABRICATION Shop fabricate for connections to greatest extent possible, including cutting to length and drilling bolt holes. Dress exposed surfaces as needed to remove planing and surfacing marks. Camber: Fabricate horizontal and inclined members of less than I:I slope with either circular or parabolic camber equal to 1/500 of span. End -Cut Sealing: Immediately after end cutting each member to final length, apply a saturation coat of end sealer to ends and other cross -cut surfaces, keeping surfaces Flood coated for not less than 10 minutes. Seal Coat: After fabricating, sanding, and end -coat sealing, apply a heavy saturation coat of penetrating sealer on surfaces of each unit. FACTORY FINISHING dry-appea e. penetratin �a,�Tc stain and funus� �j ♦ V N1tvarm;11J1 ; resistant to mildew and PART 3 - EXECUTION O� 3.1 EXAMINATION O A. Examine substrates in area to rece9 sXctCiral glued -laminated timber, with Installer present for compliance with requireme"t , in [allationV tolerances, and other conditions affecting performance of the Work. B. Proceed with installation t r unsatisfactory conditions have been corrected. 3.2 fNSTALLATIONO A. General: Erect structural glued -laminated timber true and plumb and with uniform, close -fitting - joints. Provide temporary bracing to maintain lines and levels until permanent supporting members are in place. A Wiped Stain Finish: Manufactui sealer: oven dried and resistant to Color: As selected B. Clear Finish: ManufWctutei fungus. <1 I. Handle and temporarily support glued -laminated timber to prevent surface damage, compression, and other effects that might interfere with indicated finish. Kessler Mountain Regional Park, Phase 11 061800-3 19T21090 B. Framing Built into Masonry: Provide I/2-inch clearance at tops, sides, and ends of members built into masonry: bevel cut ends 3 inches; and do not embed more than 4 inches unless otherwise indicated. C. Cutting: Avoid extra cutting after fabrication. Where field fitting is unavoidable; comply with requirements for shop fabrication. D. Fit structural glued -laminated timber by cutting and restoring exposed surfaces to match specified surfacing and finishing. I. Predrill for fasteners using timber connectors as templates. 2. Finish exposed surfaces to remove planing or surfacing marks and to provide a finish equivalent to that produced by machine sanding with No. 120 grit sandpaper. 3. Coat cross cuts with end sealer. 4. Where preservative -treated members must be cut during erection, apply a field -treatment preservative to comply with AWPA M4. a. Use inorganic boron (SBX) treat ll t fl or members not in contact wihe ground and continuously protected f o Il un water. b. Use copper naphthenate trea men for member i contact with e r nd or not continuously protected om I ki water. E. Install timber connectors as in c to ♦ ` O I. Unless otherwise indicate nstall bol \ame on tion within each connection and in similar oynn c 1 S. 2. Install bolts vith�n ation as indi (ed r, if not i Ita �s directed by Architect. �� 3.3 ADJUSTING O A. Repair damaged surfac m hes after cola)Iiingerection. Replace damaged structural Blued -laminated timber i p t?s re [l t a ph ved by Architect. 3.4 PROTECTION A. Do not remove wrappin n`dividually wrapped members until they no longer serve a useful purpose, including profit n roi weather, sunlight, soiling, and damage from work of other trades.` I: Coordinate t, ing removal with finishing work. Retain wrapping where it can serve as a painting shield. 2. Slit underside of wrapping to prevent accumulation of moisture inside the wrapping. END OF SECTION 061800 Kessler Mountain Regional Park, Phase 11 061800-4 19T21090 SECTION 064023 - INTERIOR ARCHITECTURAL WOODWORK PARTI-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: I. Utility shelving. 2. Interior plywood ceilings with trim. 3. Wood furring; blocking, shimms; a�h� � in strips for installing inte itectural conce woodwork items that are not �e€t`�iO m othei - struction. B. Related Requirements: I. Section 061000 'Roush Ca e ry" for.v R�fu mg; blocki sun and hanging strips required for mstallto � mteOrarchitec1Wpodwork t a concealed within other construction before to for architeKDark4fireld- work insta iiiZ ► 2. Section 099 to r Painting finishi0 int rior architectural woodwork componerZ_st�.� � V 1.3 COORDINATION O A. Coordinate sizes and to h n framin ockOfttrrim . reinforcements. and they related b o e ated units of Work specified it other Secti3 is, to a ure that interior architectural woodwork can be supported and installed as indicat 1.4 PREINSTALLATION MEEJAGS A. Preinstallation Confgren - rtduct conference at Project site. 1.5 ACTION SUBM A. Product Data: For the following: I. Anchors. 2. Adhesives. 3. Shop finishing materials. 4. Wood -Preservative Treatment: Kessler Mountain Regional Park, Phase II 064023-I 19T21090 3 1.6 A. 1.7 A. 1.8 A. B. C. a. Include data and warranty information from chemical -treatment manufacturer and certification by treating plant that treated materials comply with requirements. b. Indicate type of preservative used and net amount of preservative retained. C. Include chemical -treatment manufacturers written instructions for finishing treated material and manufacturer's written warranty. Shop Drawings: Include the following: a. Dimensioned plans, elevations. and sections. b. Attachment details. 2. Show locations and sizes of furring, blocking, and hanging strips, including blocking and reinforcement concealed by construction and specified in other Sections. INFORMATIONAL SUBMITTALS Evaluation Reports: For preservative -treat ,d aterials, from ICC-ES QUALITY ASSURANCE CV , T i Manufacturer's Quali to those required for performance. DELIVERY, Comply with the Do not deliver interior aj might damage woodwork Store woodwork in installation requirements specified in "Fielc 1.9 FIELD a cafe products similar successful in-service until painting and similar finish operations that n installation areas. areas where environmental conditions comply with ' Article. Environmental Limitati ns: Do not deliver or install interior architectural woodwork until building is enclosed; wet -work is complete, and HVAC system is operating and maintaining temperature and relative humidity at levels designed for building occupants for the remainder of the construction period. B. Environmental Limitations: Do not deliver or install interior architectural woodwork until building is enclosed. wet -work is complete, and HVAC system is operating and maintaining temperature between 60 and 90 deg F and relative humidity between 25 and 55 percent during the remainder of the construction period. Kessler Mountain Regional Park, Phase 11 y 064023-2 19T21090 C. Field Measurements: Where interior architectural woodwork is indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication, and indicate measurements on Shop Drawings. Locate concealed framing. blocking, and reinforcements that support woodwork by field measurements before being concealed by construction, and indicate measurements on Shop Drawings. D. Established Dimensions: Where interior architectural woodwork is indicated to fit to other construction, establish dimensions for areas where woodwork is to fit. Provide allowance for trimming at site, and coordinate construction to ensure that actual dimensions correspond to established dimensions. 1.10 COORDINATION A. Coordinate sizes and locations of framing, bl c ing, furring, reinforcements, and other related units of Work specified in other Sections to sure that architectural woodyyk can be supported and installed as indicated. 00 PART 2-PRODUCTS ARCHITECTURAL WO6DWO),jAGENEERR6rN\ A. Quality Standard: n erwise in cat"e'iJwc''omply �if�e Architectural Woodwork Standards for g eterior arch a to I woodwor ind Gated for construction, finishes, installation, and of r r uirentents��J 2.1 2.2 2.3 INTERIOR STANDINCALND_W� NNINCaTRI%WR OPAQUE FINISH A. Architectural WoodworkandardsGrgd Eo tomy. I. Wood Species: Any close . in ardwood. 2. Wood Moisture Content 5 to percent. UTILITY SHELV 0 s, A. Architectural Woo or `ndards Grade: Economy. B. Shelf Material: 3/4-inch veneer -faced panel product with veneer edge banding. C. Cleats: 3/4-inch panel product. D. Wood Species: Match species indicated for door to closet where shelving is located. E. Wood Finish: Opaque. Kessler Mountain Regional Park, Phase 11 y 064023-3 19T21090 2.4 HARDWOOD SHEET MATERIALS A. Composite Wood and Agrifiber Products: Provide materials that comply with requirements of the Architectural Woodwork Standards for each type of interior architectural woodwork and quality grade specified unless otherwise indicated. I. Medium -Density Fiberboard (MDF): ANSI A208.2, Grade 130. 2. Particleboard: ANSI A208.1. Grade M-2-Exterior Glue. 3. Softwood Plywood: DOC PS I. a. 5/8" thick as indicated on drawings for plywood ceilings. 4. Veneer -Faced Panel Products (Hardwood Plywood): HPVA HP-1. 2.5 PRESERVATIVE -TREATED -WOOD MATERIALS A. Preservative -Treated -Wood Materials: Provide with water-repellent preservative treatment complying with A WPA N I (dip, spray, Flood, or vacuum -pressure treatment). I. Preservative Chemicals: 3-iodo-2-propfok�b)qu tyl carbamate (IPBC). 2. Use chemical formulations that s9 ed through or otherwise % ' ge�j affect finishes. Do not use colorants in I io to distin treated materia i ntreated material. ' B. Extent of Preservative -Treat oo ateria)s: interior arch) c fral woodwork in contact with concrete or masonry. ` 2.6 MISCELLANEO NRALS A. Furring, Blocking, . h and N '{er : oftwood or is m od lumber, kiln -dried to less than 15 percent moisture ntent. G I. Preservative Tr v erovide sofa lumber treated by pressure process, AWPA UI: Uset�g rC3b. a. Provide where indica d ` b. Kiln -dry lumber after agent to a maximum moisture content of 19 percent. C. Preservative Ch mica . Acceptable to authorities having jurisdiction and containing n se c or chromium. d. Mark lum6eath atment quality mark of an inspection agency approved by the Amer, ah^ir Lvu' bb rr Standards Committee's (ALSC) Board of Review. B. Provide self-drillin7alscrews for metal -framing supports, as recommended by metal -framing manufacturer. C. Anchors: Select material, type, size, and finish required for each substrate for secure anchorage. I. Provide metal expansion sleeves or expansion bolts for post -installed anchors. 2. Use nonferrous -metal or hot -dip galvanized anchors and inserts at inside face of exterior walls and at Floors. Kessler Mountain Regional Park, Phase If 064023-4 19T2 (090 D. Installation Adhesive: Product recommended b_v fabricator for each substrate for secure anchorage. 2.7 FABRICATION A. Fabricate interior architectural woodwork to dimensions, profiles, and details indicated. B. Complete fabrication, including assembly; to maximum extent possible before shipment to Project site. I. Disassemble components only as necessary for shipment and installation. 2. Where necessary for fitting at site. provide allowance for scribing, trimming, and fitting. 3. Notily� Engineer seven days in advance of the dates and times interior architectural woodwork fabrication will be complete. 2.8 PAINTING: Refer to Section 099123 "Inteetygr Painting" for field- finish' interior architectural woodwork components. 0 �[\/1 �(/✓ PART 3 - EXECUTION P O • � v 3.1 PREPARATION A. Before installation itio interior 8rchi tura1 woQc� rk o humidity conditions in installation area or �s than 72 hie or to begin ng installation. B. Before installing int uor architect ral oodwor , a in shop -fabricated work for completion and complete work as requir , ding re oval packing and backpriming of concealed surfaces. 1; ` • 3.2 INSTALLATION A. Grade: Install interior archite Ira oodwork to comply with same grade as item to be installed. B. Assemble interior zttiAttur l .% odwork and complete fabrication at Project site to the extent that it was not corUleted;'y wing shop fabrication. C. Install interior architectural woodwork level, plumb, true in line, and without distortion. I . Shim as required with concealed shims. 2. Install level and plumb to a tolerance of 1/8 inch in 96 inches. D. Scribe and cut interior architectural woodwork to fit adjoining work, refinish cut surfaces. and repair damaged finish at cuts. E. Preservative -Treated Wood: Where cut or drilled in field, treat cut ends and drilled holes according to AWPA M4. Kessler Mountain Regional Park, Phase If 064023-5 19T21090 F. Anchor interior architectural woodwork to anchors or blocking built in or directly attached to substrates. I. Secure with countersunk, concealed fasteners and blind nailing. 2. Use fine finishing nails or finishing screws for exposed fastening, countersunk and filled Flush with interior architectural woodwork. 3. For shop -finished items; use filler matching finish of items being installed. 3.3 REPAIR A. Repair damaged and defective interior architectural woodwork, where possible. to eliminate functional and visual defects. B. Where not possible to repair, replace defective woodwork. 3.4 CLEANING A. Clean interior architectural woodwork on and ser ' osed surfaces. , EJM CTI01�06 d `� � O G� Kessler Mountain Regional Park, Phase11 064023-6 19T21090 SECTION 064116 - PLASTIC -LAMINATE -CLAD ARCHITECTURAL CABINETS PARTI-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: I . Plastic -laminate -clad architectural cabi ts hims. 2. Cabinet hardware and accessories. 3. Wood furring, blocking, s, ar>d ng stri or installing plash' lain' ale -clad architectural cabinets that are not cori - d within onstruction� B. Related Requirements:O ♦`+`• V I . Section 061053 "M cellan l s Rough n ," for wo fu ang. locking, shims, and hanging strips r♦egt or installing�qU���hat are con�ea Sd within other construction before cabineem t la} as n. 2. Section 0 SO0 " cellaneous;; gir rications for tam less steel countertops. v 1.3 COORDINATION A. Coordinate sizes and to�o [ nsy� framin Pocking.,lifurring, reinforcements. and other relate i Y fi d units of Work specified in Sections su port loads imposed by installed and fully loaded cabinets. 1.4 PREINSTALLATION ME TIC GS A. Preinstallation Con nNQnduct conference at Project site. 1.5 ACTION SUBMITTA S A. Product Data: For each type of product. B. Shop Drawings: I. Include plans, elevations, sections, and attachment details. 2. Show large-scale details. Kessler Mountain Regional Park, Phase It V 0641 16-1 19T21090 3. Show locations and sizes of fuming, blocking, and hanging strips, including concealed blocking and reinforcement specified in other Sections. 4. Show locations and sizes of cutouts and holes for items installed in plastic -laminate architectural cabinets. 5. Apply AWl Quality Certification Program label to Shop Drawings. C. Samples: For the following: Plastic Laminate: 8 by 10 inches, for selected plastic laminate for review and approval. a. Provide one sample applied to core material with specified edge material applied to one edge. 2. Corner Pieces: a. Cabinet -front frame joints between stiles and rails and at exposed end pieces. 18 inches high by 18 inches wide by nches deep. b. Miter joints for standing trim. 3. Exposed Cabinet Hardware and Ac%Pones: One f la ize unit for each ap a finish. 1.6 INFORMATIONAL SUBMIT A. Qualification Data: For In taller. ` B. Product Certificate & - (owing: I. Compositeod roducts. 2. High-pressure �d'ecorative I ina e. O 3. Adhesives. � O C. Evaluation Reports: For r tar3lant-trea a materials; from [CC -ES. D. Field quality -control reports. 1.7 CLOSEOUT SUBMII:AS,` A. Quality Standard C9rt`rplia c Cwelrt�ificates: AWI Quality Certification Program certificates. 1.8 QUALITY ASSU A. Manufacturer's Qualifications: Employs skilled workers who custom fabricate products similar to those required for this Project and whose products have a record of successful in-service performance. I. Manufacturer's Certification: Licensed participant in AWI's Quality Certification Program. Kessler Mountain Regional Park, Phase 11 0641 I6-2 19T21090 B. Installer Qualifications: Licensed participant in AWI's Quality Certification Program. 1.9 DELIVERY; STORAGE; AND HANDLING A. Do not deliver cabinets until painting and similar finish operations that might damage architectural cabinets have been completed in installation areas. Store cabinets in installation areas or in areas where environmental conditions comply with requirements specified in "Field Conditions" Article. 10 FIELDCONDITIONS A. Environmental Limitations without Humidity Control: Do not deliver or install cabinets until building is enclosed, wet -work is complete, and HVAC system is operating and maintaining temperature and relative humidity at levels planned for building occupants during the remainder of the construction period. B. Environmental Limitations with Humich t tr : Do not deliver or ins[ I ot�jl inets until building is enclosed, wet -work is compel. VAC em is operatin an inn-11taining temperature between 60 and 90 de and kA rye humidi �t be een 25 an So ercent during the remainder of the construction p rio ` A ♦ l/v1 C. Field Measurements: Where ca i Is are t di to to fit to th construction. verih, dimensions of other co [rucu y field to u ments beftje brication; and indicate measurements on Shgp D ar gs. Coordin ation schedu Ith construction progress to avoid delaying the off I. ow Locate con le framing, .}� and rein rc i�nts that support cabinets by field measurements before b tg c enclosedc I by construction, and indicate measurements on Shoo r i2s. D. Established Dimensions. Rl? eAabinet indicated to fit to other construction, establish dimensions for areas wh a cabinets♦fi�e to . Provide allowance for trimming at site; and coordinate construction to ensurey a cthj dimensions correspond to established dimensions. PART 2 -PRODUCTS ♦ �� 2.1 PLASTIC- LAMI TE-\D ARCHITECTURAL CABINETS A. Quality Standard: Unless otherwise indicated; comply with the Architectural Woodwork Standards for grades of cabinets indicated for construction, finishes, installation; and other requirements. Provide labels and certificates from AWI certification program indicating that woodwork and installation complies with requirements of grades specified. Kessler Mountain Regional Park, Phase 11 0641 16-3 19T21090 2. The Contract Documents contain requirements that are more stringent than the referenced quality standard. Comply with requirements of Contract Documents in addition to those of the referenced quality standard. B. Architectural Woodwork Standards Grade: Custom. C. Type of Construction: Face frame. D. Door and Drawer -Front Style: Flush overlay. Reveal Dimension: As indicated. E. High -Pressure Decorative Laminate: NEMA LD 3, grades as indicated or if not indicated, as required by quality standard. F. Laminate Cladding for Exposed Surfaces I. Horizontal Surfaces: Grade HGS. 2. Vertical Su Surfaces: Grade S. ��[\/1 3. Vertical Surfaces: Grade HGS. 4. Edges: Grade HGS. ' 5. Pattern Direction: As ind^Zed. A ♦ VVt G. Materials for Semiexposed Surfacgs:� ` I. Surfaces Other♦TI n rawei�Bodies pre sure de_ c�t3a . e laminate, NEMA LD 3; Grade VGS. v► a. For, ei pried backs a with ex od lastic-laminate surfaces, provide surfa of igh-press <�tive laminate, MA LD 3, Grade VGS. 2 Drawer Sides and Backk$ iardwo I lu�m er. 3. Drawer Bottoms:gh[ard%,, plywopd. V H. Dust Panels: 1/4-inch plyv ood or temp r%Jandboard above compartments and drawers unless located directly under tops. �� I. Concealed Backs of Panels with ExTdsed Plastic -Laminate Surfaces: High-pressure decorative laminate, NEMA LD 3; ra KL. J. Drawer Constructio ab iS v it exposed fronts fastened to subfron[ with mounting screws from interior of body. Join subfi-onts; backs, and sides with glued rabbeted joints supplemented by mechanical fasteners or glued dovetail joints. K. Colors, Patterns, and Finishes: Provide materials and products that result in colors and textures of exposed laminate surfaces complying with the following requirements: I. As indicated on the drawings. Kessler Mountain Regional Park, Phase II y 0641 16-4 19T21090 2.2 WOOD MATERIALS A. Wood Products: Provide materials that comply with requirements of referenced quality standard for each type of architectural cabinet and quality grade specified unless otherwise indicated. Wood Moisture Content: 5 to 10 percent. B. Composite Wood Products: Provide materials that comply with requirements of referenced quality standard for each type of architectural cabinet and quality grade specified unless otherwise indicated. I. Medium -Density Fiberboard (MDF): ANSI A208.2, Grade 130. 2. Particleboard (Medium Density): ANSI A208.1, Grade M-2. 3. Softwood Plywood: DOC PS I. 2.3 CABINET HARDWARE AND ACCESSORIES A. Butt Hinges: 2-3/4-inch, five -knuckle steel h5ng,made from 0.095-inch-thick ingsal, and as follows: 1. Semiconcealed Hinges for Flush D% NSI/BHMA 16.9, B01364 2. Semiconcealed Hinges for er oors.AN W A 156.9, S B. Frameless Concealed Hinges u pean Type). iVSI MA AI 602, 170 degrees of opening, self -closing. //\�` �(`, C. Back -Mounted Pul MA A 154 S201 1. 693 D. Wire Pulls: Back un d. solid m O E. Catches: Magnetic catches, 1A A 1 9, B 3141. F. Adjustable Shelf Stand diSupgo NS /BHMA A156.9. B04071; with shelf rests, B04081. h G. Shelf Rests: ANSI/BHMA A 156.9.zp two -pin plastic with shelf hold-down clip. H. Drawer Slides: ANSI/BH A 56.9. I. Grade I andCUI ide mowrted. a. TypeJ..tension. b. Material: Zinc -plated steel with polymer rollers. 2. Grade I HD-100 and Grade I HD-200: Side mounted: full -extension type: zinc -plated - steel ball -bearing slides. 3. For drawers not more than 3 inches high and not more than 24 inches wide, provide Grade 2. 4. For drawers more than 3 inches high, but not more than 6 inches high and not more than 24 inches wide, provide Grade I. Kessler Mountain Regional Park, Phase 11 0641 16-5 19T21090 5. For drawers more than 6 inches high or more than 24 inches wide, provide Grade I HD- 100. Door Locks: ANSI/BHMA A] 56.1I, E07121. J. Drawer Locks: ANSI/BFIMA A 156.11. E07041. K. Door and Drawer Silencers: ANSI/BHMA A 156.16. 1-0301 I. L. Exposed Hardware Finishes: For exposed hardware, provide finish that complies with ANSI/BHMA A 156.18 for ANSI/BHMA finish number indicated. I. Satin Stainless Steel: ANSI/BHMA 630. M. For concealed hardware, provide manufacturer's standard finish that complies with product class requirements in ANSI/BHMA A 156.9. 2.4 MISCELLANEOUS MATERIALS A. Furring, Blocking, Shims, and Hanging�rps. oftwo o hardwood Ittm r ,kit -dried to less than 15 percent moisture come '0 B. Anchors: Select material, type �si e�nish rewire for each subst a or secure anchorage. Provide metal expansion sleep s c��r expansion Ifo post -instal e a c iors. Use nonferrous - metal of hot -dip galvanizdI4,anchoVand inserts at ns�'di e face of e. en , _ walls and at floors. ,. C. Adhesive for Bondu � ti aminate: M I acturer's sta a d. 2.5 FABRICATION ` O A. Fabricate architectw'al ce 'ne t ns' in pr• and details indicated. B. Complete fabrication, invudmg assh;G,�l,gg a d hardware application, to maximum extent possible before shipment to Pr j . site. isassemble components only as necessary for shipment and installation. Wher ce ary for fitting at site, provide ample allowance for scribing, trimming, and fitting., I. Notify Architecu s 7411lys in advance of the dates and times architectural cabinet fabrication v11 be�Com ]ere. Ar 2. Trial fit assemblieta manufacturer's shop that cannot be shipped completely assembled. Install dowe�cfrews, bolted connectors, and other fastening devices that can be removed after trial fitting. Verify that various pans fit as intended and check measurements of assemblies against field measurements before disassembling for shipment. C. Shop -cut openings to maximum extent possible to receive hardware, appliances, electrical work, and similar items. Locate openings accurately and use templates or roughing in diagrams to produce accurately sized and shaped openings. Sand edges of cutouts to remove splinters and burrs. Kessler Mountain Regional Park, Phase If 0641 16-6 19T21090 PART 3 - EXECUTION 3.1 PREPARATION A. Before installation; condition cabinets to humidity conditions in installation areas for not less than 72 hours. 3.2 INSTALLATION A. Architectural Woodwork Standards Grade: Install cabinets to comply with quality standard grade of item to be installed. B. Assemble cabinets and complete fabrication at Project site to extent that it was not completed in the shop. C. Anchor cabinets to anchors or blocking buil In directly attached to substratescure with wafer -head cabinet installation screws. D. Install cabinets level, plumb, and t ue mbto a toler c € 1/8 inch ^ hes usinu concealed shims. I. Scribe and cut cabinets o rt Coining wish cuts a :and repair damaged finish at cuts. 2 Install cabinets wi distortions C�oo•r-nd drawers enings and are accurately aligned. Ad us[re to cen dfibrs and dr n openings and to provide unencum re aVtion. Comp s[allation h ware and accessory items as indicate'Xi �i � 3. Fasten wall ca me[s thro qb k, near op ^�Ottont, and at ends not more than 16 inches o.c. with appro Z d s. �� 3.3 FIELD QUALITY CON'P�OL w V 6 A. Inspections: Provide inspection o tistal d Work through AWI's Quality Certification Program certifying that woodwork, 4nclu installation, complies with requirements of the Architectural Woodwork to d ds for the specified grade. I . Inspection erixiy stta� a are and submit report of inspection. 3.4 ADJUSTING AND CLEANING A. Repair damaged and defective cabinets, where possible, to eliminate functional and visual defects. Where not possible to repair, replace architectural cabinets. Adjust joinery for uniform appearance. B. Clean, lubricate, and adjust hardware. C. Clean cabinets on exposed and semiexposed surfaces. Kessler Mountain Regional Park, Phase 11 0641 16-7 19T21090 END OF SECTION 064116 Kessler Mountain Regional Park, Phase 11 v 0641 16-8 19T21090 SECTION 072100 - BUILDING INSULATION PARTI- GENERAL RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. SUMMARY A. Section Includes: I. Rigid roof insulation. 2. Cavity -wall rigid insulation. 3. Installation accessories. I Related Requirements: I. Section 061600 "She 2. Section 07726 "Fluic 3. Section 074113.16 — 4. Section 074646 "Fitz 1.3 ACTION SUBK+TI T A. Product Data: For ear 1.4 INFORMATIONAL A. Installer's Certification: Lilting element of the building thermal Product Test Reports: Research Reports: 1.5 DELIVERY, riers` for buildi pa er underlayment. Panels". and battee i and trim. .G`V . and R-value of insulation installed in each for tests performed by a qualified testing agency. insulation, from ICC-ES. AND HANDLING A. Protect insulation materials from physical damage and from deterioration due to moisture, soiling, and other sources. Store inside and in a dry location. Comply with manufacturer's written instructions for handling, storing, and protecting during installation. B. Protect foam -plastic board insulation as follows: I. Do not expose to sunlight except to necessary extent for period of installation and concealment. Kessler Mountain Regional Park, Phase If y 072100-1 19T21090 2. Protect against ignition at all times. Do not deliver foam -plastic board materials to Project site until just before installation time. 3. Quickly complete installation and concealment of foam -plastic board insulation in each area of construction. PART2-PRODUCTS 2.1 ROOF INSULATION A. Polyisocyanurate Foam -Plastic Board Insulation, Glass -Fiber -Mat Faced: ASTM C1289, glass - fiber -mat faced, Type IL Class I, Grade 2. Refer to drawings for thickness; Atlas ACFoam IL Firestone 190, or approved equal. 2.2 CAVITY -WALL INSULATION A. Extruded polystyrene board insulation: D� ram SM is specified; equiv e�Rq^�ucts of Owens Corning Foanudar are acceptable, tap oved equa I. Thickness: Refer to drawings ' 2.3 ACCESSORIES • v A. Adhesive for Bonding I Of don- Product !. I e With insu ti and air and water barrier materials, and wit �ed capabit bond insulaj - urely to substrates without damaging insul on bstrates. PART 3-EXECUTION O O 3.1 PREPARATION • A. Clean substrates of substances t r`iVnful to insulation, including removing projections capable of puncturing insulation or r retarders, or that interfere with insulation attachment. 3.2 INSTALLATION_ GFN1xRi I A. Comply with insuatiomanufacturer'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. Kessler Mountain Regional Park, Phase 11 072100-2 19T21090 3.3 3.4 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. INSTALLATION OF ROOFING INSULATION A. Mechanically attach insulation through to plywood deck as recommended by manufacturer. I. Lay poly isocyanurate as indicated on the drawings. INSTALLATION OF CAVITY -WALL INSULATION with fasteners and in fastening pattern A. Install insulation in strict accordance with manufacturer's recommendations. I. Fit courses of insulation between wall ties and other obstructions in cavity, with edges butted tightly in both directions; and wit aces Flush. 2. Press units firmly against inside substra'fes� 3.5 PROTECTION N n� A. Protect installed insulation fro r�da a due to a f(nyeather expo ut rysical abuse. and other causes. ` � ` B. Provide temporary cwerYt1n or enclosures her insulation is ct to abuse and cannot be concealed and prote ted b�manent co tru on immedi 6eR,�a er installation. oV' U v EN % O ECTIO 1Q G� Kessler Mountain Regional Park, Phase 11 072100-3 191'21090 SECTION 072726 - FLUID -APPLIED MEMBRANE AIR BARRIERS PART] -GENERAL 1.1 SUMMARY A. Section Includes: I. Vapor -permeable, fluid -applied membrane to provide an air -barrier component and secondary water -resistive barrier/drainage plane for wall assemblies. 1.2 RELATED WORK SPECIFIED IN OTHER SECTIONS A. Calcium Silicate Building Stone Masonry Veneer; Section 047113. B. Fiber Cement Siding; Section 074646. C. Concrete Masonry Units; Section 0 - FO rk G D. Flashing and sheetmetal woSectit " 6200. �✓ 1.3 DEFINITIONS A. Air -Barrier Material: A pr nary elem n lh'a[ provides iQntmuous barrier to the movement of air. B. Air -Barr] ♦Sgry: A trarTilffio I componeCt)j ie air barrier that provides continuiry� �Q C. Air -Barrier Assembly: cYection air -barrier rier materials and accessories applied to an opaque wall; clud outs s d Jun ti s to abutting construction, to control air movement throug th 1.4 PREINSTALLATION MEE ING��` A. Preinstallation Conference:Ngnduct conference at Project site. Comply with requirements specific m Division 01 requirements. I. Reviewwi� arri requirements and installation, special details, mockups, air- IeakatrCrand,b t sting, air -barrier protection, and work scheduling that covers air �arrier . 1.5 ACTION SUBMITTALS A. Product Data: For each type of product. I. Include manufacturers written instructions for evaluating, preparing, and treating each substrate; technical data; dry film thickness; and tested physical and performance properties of products. Kessler Mountain Regional Park, Phase 11 072726-1 19T21090 B. Shop Drawings: For air -barrier assemblies. I. Show locations and extent of air -barrier materials, accessories, and assemblies specific to Project conditions. 2. Include details for substrate joints and cracks. counterflashing strips, penetrations, inside and outside corners, terminations, and tie-ins with adjoining construction. 3. Include details of interfaces with other materials that form part of air barrier. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. Include list of ABAA-certified installers and supervisors employed by Installer, who work on Project. B. Product Certificates: From air -barrier manufacturer, certifying compatibility of air barriers and accessory materials with Project materials that connect to or that come in contact with the barrier. C. Product Test Reports: For each air-bac�yr�q,sembly, for tests performed bxsa qualified testing agency. � D. Field quality -control reports. 1.7 QUALITY ASSURANCE O 8,11,., A. Installer Qualifica[� s: An ntity that emstallers fl s-ervisors who are trained and approved�1 n facturer. ^ I. Installer h 1 e IicensedY\ AA acco inABAA's Quality Assurance Pr gr n shall empAA-certified nsta lers and supervisors on Project. B. Mockups: Bui mockups se[ uality nd d3tto� materials and execution. I. Build integrate ups of e. erio�vall assembly, 150 sq. ft., incorporating backup %dXretment 3 con t c[ion; ternall dding; door frame and sill, insulation, ties and othernetra ns an skiing to demonstrate surface preparation, crack and joint , ♦ITea fair barriers, and sealing of gaps, terminations, and penetrations it e'er assembly. a. Coordinate ns ction of mockups to permit inspection and testing of air barri r befo external insulation and cladding are installed. b. Inglyd �nction with roofing membrane, building corner condition; and unu+nsd ition wall intersection. c.t i��meer determines nhockups do not comply with requirements, reconstruct mockups and apply air barrier until mockups are approved. 2. Approv lyof mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Engineer specifically approves such deviations in writing. 3. Subject to compliance with requirements, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.8 PRECONSTRUCTION TESTING A. Preconstruction Testing Service: Engage a qualified testing agency to perform preconstruction testing on field mockups. Kessler Mountain Regional Park, Phase 11 072726-2 19T21090 B. Mockup Testing: Air -barrier assemblies shall comply with performance requirements indicated, as evidenced by reports based on mockup testing by a qualified testing ag-ency. I. Air -Leakage -Location Testing: Mockups will be tested for evidence of air leakage according to ASTM E 1186, chamber pressurization or depressurization with smoke tracers or ASTM E 1186, chamber depressurization with detection liquids. 2. Air -Leakage -Volume Testing: Mockups will be tested for air -leakage rate according to ASTM E 783 or ASTM E 2357. 3. Adhesion Testing: Mockups will be tested for required air -barrier adhesion to substrate according to ASTM D 4541. 4. Notify Architect 28 days in advance of the dates and times when mockups will be tested. 1.9 DELIVERY, STORAGE, AND HANDLING A. Remove and replace liquid materials that cannot be applied within their stated shelf life. B. Protect stored materials from direct sun'007! w 1.10 FIELD CONDITIONS A. Environmental Limitations: pp . air barrier `yithin to range of band substrate temperatures recommen Mein v ' ing by air- lie manufacture I. Protect substrates from enviir n en I conditi t affect air-ban-ier performanc 2. Do notbap barrier to��n : r wet sub tra o during snow, rain, fog, or misC�` � ` PART2-PRODUCTS 2.1 MANUFACTURERS O A. Basis of Design: P oCo "Spray rap VP", or approved equal. w B. Source Limitations: Obtain l m 7*air-barrier materials and air -barrier accessories from single source from single ratan f curer. 2.2 PERFORMANCE REQI4Ik,`TS A. Air -Barrier erfor %hcce►: Air -barrier assembly and seals with adjacent construction shall be capable o per -ming as a continuous air barrier and as a liquid -water drainage plane Flashed to disc arge to the exterior incidental condensation or water penetration. Air - barrier assemblies shall be capable of accommodating substrate movement and of sealing substrate expansion and control joints, construction material changes, penetrations, tie-ins to installed waterproofing, and transitions at perimeter conditions without deterioration and air leakage exceeding specified limits. B. Air -Barrier Assembly Air Leakage: Maximum 0.04 cfm/sq. ft. of surface area at 1.57 Ibf/sq. ft., when tested according to ASTM E 2357. Kessler Mountain Regional Park, Phase 11 072726-3 19T21090 2.3 LOW -BUILD AIR BARRIERS, VAPOR PERMEABLE A. Low -Build, Vapor -Permeable Air Barrier: Synthetic polymer material with an installed dry film thickness; according to manufacturer's written instructions, of 6 to 15 mils over smooth; void -free substrates. 1. Physical and Performance Properties: a. Air Permeance: Maximum 0.004 cfm/sq. ft. of surface area at 1.57- Ibf/sq. ft. pressure difference; ASTM E 2178. b. Vapor Permeance: Minimum 10 perms; ASTM E 96, Desiccant Method. Procedure A. C. Adhesion to Substrate: Minimum 16 Ibf/sq. in. when tested according to ASTM D 4541. d. Fire Propagation Characteristics: Passes NFPA 285 testing as part of an approved assembly. e. UV Resistance: Can be exposed to sunlight for 180 days according to manufacturer's written instructions. f. Fastener Sealability: ♦water infiltration when tested in accordance with ASTM D 1970. �+ 2.4 ACCESSORY MATERIALS w �(/✓' A. Requirement: Provide prim s�tt $$� i ion strips; ermi tion strips o forcing fabric and strips; joint sealantjs�1ou as ung► t skiing ski ttd metal tennina[ion bars; termination mastic; su st . to patchm �t ials, adhes' .� a es, foam sealants, lap sealants, and other%ccesso materials tha �e recom e edOn writing by air -barrier manufacturer to �du�S a com Ie Frier asset I \� that are compatible with primary air niriat�rial and ad'a nt onstructi 0Qhlch they may sea]. I. L ui e``auxiliary nt� n,�I shall comp VOC requirements. 2. Wet- a er accQsoompa ' le wi the primary Wet -Weather Fluid Applied Vapor- le Me ran stem shall be comprised of Silyl- Terminated-P6, -TPe). B. Primer: Liquid wa orne rintgr re - nunended for exterior wall sheathing substrate. C. Joint Reinforcing: Sheathitt�gh opening seams and joints Filler Material. Liquid Silyl-Terminated-Poh-Ethe p) as recommended for treatment of rough openings. 1. Basis-of-Design`Product. Subject to compliance with requirements, provide PROSOC i i�-GUARD Joint & Seam; or approved equal. D. Rough OPT mg �I shmg Material: Liquid Silyl-Terminated-Poly-Ether (STPe) as recommend d for t eatment of rough openings. I. Bast esi_n Product: Subject to compliance with requirements, provide PROSOCO, Inc.; R-GUARD FastFlash, or approved equal. E. Substrate -Patching Material: Manufacturer's standard substrate filler as recommended for preparation of cracks and overdriven fasteners; as recommended by air barrier manufacturer. I. Basis -of -Design Product: Subject to compliance with requirements, provide PROSOCO, Inc.; R-GUARD Joint & Seam Filler, or approved equal. Kessler Mountain Regional Park, Phase 11 y 072726-4 19T21090 F. Stainless -Steel Sheet: ASTM A 240, Type 304, 0.0187 inch thick. and Series 300 stainless -steel fasteners. G. Preformed Silicone Extrusion: Manufacturer's standard system consisting of cured low - modulus silicone extrusion, sized to fit opening widths, with a single -component, neutral - curing, Class 100/50 (low -modulus) silicone sealant for bonding extrusions to substrates. H. Interior Air Sealant: Single component, moisture curing. 98 percent solids Silyl- Terminated-Polyether (STPe) to produce a durable, high-performance; high -movement sealant for windows and doors. I. Basis -of -Design Product: Subject to compliance with requirements, provide PROSOCO, Inc.; R-GUARD AirDam, or approved equal. 2. Backer Rod: Compressible, closed cell rod stock as recommended by manufacturer for compatibility with sealant. Provide size and shape of rod to control joint depth. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, requirements and other c I. Verify that subltrz other conttinants 2. Verify Iha stra writings it-b ri 3. Veyrfj aubstrai 4. V dt masonr B. Proceed with in with I X ) with re of the W oil. ,re_ seNafexcess mortar, or have c red ai'd aged for 'n tuin time recommended in manuu aict- er. ar1� dry and fre�rof n istrire. i Flussn a�ndy�o�i�l�Fely filled with mortar. eafter unsa, sf�i actb�TvVconditiais have been corrected. 3.2 SURFACE PREPARATII A. Clean, prepare. trea , fill, and eafl��u trite and joints and cracks in substrate according to manufacturers written n r etii ns and details. Provide clean, dust -free, and dry substrate for air -barrier a pli t I. Surfaces toi e Fluid -applied, STPe accessory materials may be dry, damp, or wet to dketcC41416.1rush away any standing water present before application. The products s'Tolerate rain immediately after application. B. Mask off ad j iniu) surfaces not covered by air barrier to prevent spillage and overspray affecting other construction. C. Remove grease, oil, bitumen; form -release agents, paints, curing compounds, and other penetrating contaminants or film -forming coatings from concrete. D. Remove fins, ridges, mortar, and other projections and fill honeycomb, aggregate pockets, holes, and other voids in concrete with substrate -patching material. E. Remove excess mortar from masonry ties, shelf angles. and other obstructions. Kessler Mountain Regional Park, Phase II 072726-5 19T21090 F. At changes in substrate plane, apply sealant or termination mastic beads at sharp corners and edges to form a smooth transition from one plane to another. G. Cover gaps in substrate plane and form a smooth transition from one substrate plane to another with stainless -steel sheet mechanically fastened to structural framing to provide continuous support for air barrier. I+ Cover gaps in substrate plane and form a smooth transition from one substrate plane to another with stainless -steel sheet mechanically fastened to structural framing to provide continuous support for air barrier. Bridge isolation joints, expansion joints; and discontinuous wall-to-wall, deck -to -wall, and deck -to -deck joints with air -barrier accessory material that accommodates joint movement according to manufacturer's written instructions and details. J. Exterior Sheathing: 1. Ensure that sheathing is properI stalled with ends. corners, and edges properly fastened. Remove and replace =a ed sheathing. 2. Mechanical fasteners use sheathing boards or pen`ee eathing boards shall be set flush w heathing, t ,lied and spotte substrate patching material, an st�ettee ito solid ba ng. K. Apply primer to substr�e a 'eq fired rate and al wit to d "��ommended by air barrier manufacturer. ` L 3.3 JOINT TREATMENTS A. Concrete n fvlas�np: Prepare eft, rout, an fil joints and cracks in substrate according to C 119 barrier m nu a urer's written instructions. Remove b dust and dirt rom joints d cracks m with ASTM D 4258 before coating surfaces. I. Prepare, � and filk.' ints d cracks in substrate according to ASTM C 1193 an r- arr`ier irar}ff,,fa corer's written instructions. 2. Remove du and d' ujgan[s and cracks complying with ASTM D 4258 before coating sur cc 3.4 ACCESSORIES INSTALLA A. Install accesso�R [�Aiasccording to air -barrier manufacturer's written instructions and details to fo i 3 se8th adjacent construction and ensure continuity of air and water barrier. I. Coor tn�the installation of air barrier with installation of roofing membrane and base flashing to ensure continuity of air barrier with roofing membrane. 2. Install transition strip on roofing membrane or base flashing so that a minimum of 3 inches of coverage is achieved over each substrate. 3. Unless manufacturer recommends in writing against priming, apply primer to substrates at required rate and allow it to dry. 4. Apply primer to substrates at required rate and allow it to dry. Limit priming to areas that will be covered by air -barrier material on same day. Reprime areas exposed for more than 24 hours. Kessler Mountain Regional. Park, Phase If 072726-6 19T21090 3.5 B. Connect and seal exterior wall air -barrier material continuously to roofing -membrane air barrier; concrete below -grade structures, floor -to -Floor construction, exterior louvers, exterior door framin_. and other construction used in exterior wall openings, using accessory materials. C. At end of each working day, seal top edge of strips and transition strips to substrate with termination mastic. D. Apply joint sealants forming part of air -barrier assembly within manufacturer's recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. E. Wall Openings: Prime concealed, windows, penetrations, and doors to seal and waterproof rough openings, as recommended by air barrier manufacturer. Substrates for STPe products do not require primers, such as around rough openings. I. Apply a thick bead of Rough Opening Joint & Seam Filler over all joints and seams of the rough opening. 2. Apply Rough Opening Filler Ma ON within temperature and weath imitations as required by manufactur 3. Apply Rough Opening Fil r a nal to per��t ters. sills, and a��e sheathing and building face, acep a ce with man ac urer's pro ct 8ata sheet and manufacturer's Insta latio Guidelines iliYustra�ionS. 4. Apply liquid S I�Pe�la u - product tb`+i♦rytte}ior surface -p� ou i opening and out onto the sheathing ch asonry un p rtpanufactur in ructions. 5. Prefornied ilicone Extrusio all as 4e mm nded by air barrier manufacturer. ` F. Fill gaps ei2r frame suwindot or ,wand miscellaneous penetrations of air -barrier vial as rem enued by air Barrie manufacturer. G. Seal strips and transiti-n strip around anon reinforcing or ties and penetrations as recommended by t bar larm urer. H. Seal top of throe -wall as air barrier as recommended by air barrier manufacturer. I. Seal exposed edges of s ips aMeas, cuts, penetrations, and terminations not concealed by metal counter ism or ending in reglets as recommended by air barrier manufacturer. ` J. Repair pond ores, voids, and deficient lapped seams in strips and transition strips as recommende air barrier manufacturer. PRIMARY AIR -BARRIER MATERIAL INSTALLATION A. Apply air -barrier material to form a seal with strips and transition strips and to achieve a continuous air barrier according to air -barrier manufacturer's written instructions and details. Apply air -barrier material within manufacturer's recommended application temperature ranges. I. Unless manufacturer recommends in writing against priming, apply primer to substrates at required rate and allow it to dry. Kessler Mountain Regional Park, Phase 11 072726-7 19T21090 2. Limit priming to areas that will be covered by air -barrier material on same day. Reprinte areas exposed for more than 24 hours. 3. Where multiple prime coats are needed to achieve required bond, allow adequate drying time between coats. B. Low -Build Air Barriers: Apply continuous unbroken air -barrier material to substrates according to the following thickness. Apply an increased thickness of air -barrier material in full contact around protrusions such as masonry ties. 1. Vapor -Permeable. Low -Build Air Barrier: Apply dry film thickness as recommended by air barrier manufacturers literature to comply with performance requirements. Apply additional material as needed to achieve void - and pinhole -free surface, but do not exceed thickness on which required vapor permeability is based. C. Do not cover air barrier until it has been tested and inspected by testing agency. D. Correct deficiencies in or remove air barrier that does not comply with requirements: repair substrates and reapply air-barrierrrrnents. 3.6 FIELD QUALITY CONTROL 10. A. ABAA Quality Assurance ro � : Perfonntesai 'nations; pt a ipn, installation. testing: and inspections to r�B A's Qualty,A�rance Progr� B. Testing Agency: Engage a ldalified tesune�gen,,cy to per o t is and inspections. � v C. Inspections: materialsPecories, and ' stallion are subject to inspection for comp) n d 'thlrequiremert ons may ncly*de the following: I. Con ui , of air- irii�FWstem has ee thieved throughout the building envelope with no s holes.Qaln `i 2 Air-barrierd;Qon tkkItess. 3. Continu I supp�frier system has been provided. 4. Masonry rete faces are smooth; clean; and free of cavities, protrusions, nd nt° dKp l* gs. 5. Site conditions fo P. ioa t n temperature and dryness of substrates have been maintained. 6. Maximum expo re time of materials to UV deterioration has not been exceeded. 7. Surfaces h�primed, if applicable. 8. Laps in s ip n transition strips have complied with minimum requirements and av o shingled in the correct direction (or mastic has been applied on exp • ed ees), with no fishmouths. 9. Termmaf on mastic has been applied on cut edges. 10. Strips and transition strips have been firmly adhered to substrate. I I. Compatible materials have been used. 12. Transitions at changes in direction and structural support at gaps have been provided. 13. Connections between assemblies (air -barrier and sealants) have complied with requirements for cleanliness, surface preparation and priming, structural support, integrity, and continuity of seal. 14. All penetrations have been sealed. Kessler Mountain Regional Park, Phase If 072726-8 19T21090 D. -rests: As determined by testing agency from among the following tests: I. Air -Leakage -Location Testing: Air -barrier assemblies will be tested for evidence of air leakage according to ASTM E 1186. chamber pressurization or depressurization with smoke tracers or ASTM E 1186, chamber depressurization using detection liquids. 2. Air -Leakage -Volume Testing: Air -barrier assemblies will be tested for air - leakage rate according to ASTM E 783 or ASTM E 2357. 3. Adhesion Testing: Air -barrier assemblies will be tested for required adhesion to substrate according to ASTM D 4541 for each 600 sq. ft. of installed air barrier or part thereof. E. Air barriers will be considered defective if they do not pass tests and inspections. I. Apply additional air -barrier material, according to manufacturer's written instructions, where inspection results indicate insufficient thickness. 2. Remove and replace deficient air -barrier components for retesting as specified above. F. Repair damage to air barriers cau et testing; follow manufacturrzOs written instructions. G. Prepare test and inspection rei s 3.7 CLEANING AND PROTECT[ ♦ ZZ A. Protect air -barrier 64y�,e,,,, tI,ot�damage u�r�applicatio d mainder of construction period; accordingufactwer's v6Ntrnstruction I. Pro eet ar from e to UV li --t a d tarmful weather exposure as remd in writi„ manufactur r If xposed to these conditions for lom an reconurteA B''remove a re ace air barrier or install additional, full -thickness; r artier ap rca I ter repairing and preparing the overexposed 4ma .i 3 accor rVg to air -barrier manufacturer's written 2. Protect air�ba�er*fi'oW c n t with incompatible materials and sealants not approved b- air-bar�gLnT n a turer. B. Clean spills; stains; and soihr "� fir m construction that would be exposed in the completed work using cleaning ag is an procedures recommended in writing by manufacturer of affected constru � i�� C. Remove ma mg r t SnaIs after installation. END OF SECTION Kessler Mountain Regional Park, Phase 11 072726-9 19T21090 SECTION 0741 13.16 - STANDING -SEAM METAL ROOF PANELS PARTI- GENERAL I.I SUMMARY A. Section Includes: Standing -seam metal roof panels, underlayment, associated trim, complete. B. Related Sections: I. Section 061600 "Sheathing" for roof sheathing. 2. Section 072100 "Building Insulation" for rigid insulation. 3. Section 072726 "Fluid -Applied Membrane Air Barriers". 4. Section 074646 "Fiber -Cement Siding' f r board and batten siding and trim. 5. Section 076200 "Sheet Metal Flashing nr'. w 6. Section 079200 "Joint Sealants'. 1.2 PREINSTALLATION MEETINGS lie A. Preinstallation Conference: Co�i�Ct o rence aj PP ctct st e. I. Meet with Owner, rchltec/ wner's el.", applicabl m I panel Installer, metal panel manufactur epresen[ative,pr tr t al -support let, and installers whose work interfaces @yR o affects mef�pa�1i els, including ns lers of roof accessories and 2. Review an mal' a constru rt s �iedule and a vailability of materials, Installers personnel, equipment, and4 Gill es neede6 o t k progress and avoid delays. 3. Review methods and p ures r ted o metal panel installation; including manufacturer's w It In ICIIOtlS. 4. Examine support 5 s for pliance with requirements, including alignment between and attach ent to structuca it mbers. 5. Review structural loading in i tin during and after roofing. 6. Review flashings; special d ails rainage, penetrations; equipment curbs, and condition of other construction tha affectlmetal panels. 7. Review governing r� a ions and requirements for insurance; certificates, and tests and inspections if app icS41[e_ 8. Review tent or gNpr ec Ion requirements for metal panel systems during and after installation. 9.' Review proce for repair of metal panels damaged after installation. 10. Document proceedings, including corrective measures and actions required, and furnish copy of record to each participant. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. I. Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type of panel and accessory. Kessler Mountain Regional Park, Phase 11 0741 13.16-1 19T21090 B. Shop Drawings: Include fabrication and installation layouts of metal panels; details of edge conditions; joints, panel profiles, corners, anchorages, attachment system, trim, flashings, closures, and accessories: and special details. Accessories: Include details of the flashing, trim, and anchorage systems, at a scale of not less than 1-1/2 inches per 12 inches. C. Samples: For each type of exposed finish required, prepared on Samples of size indicated below. Metal Panels: 12 inches long by actual panel width. Include clips, fasteners, closures, and other metal panel accessories. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B. Product Test Reports: For each product, fSo'esl Pope ormed by a qualified testi g�c�. C. Field quality -control reports. ✓ P A� D. Sample Warranties: For specia rr ti ♦ V 1.5 CLOSEOUT SUBMITTA S � ♦ �r� A. Maintenance Data: o ianels to ind de mainten ua uals. 1.6 QUALITY ASSE A. Installer Qualifications: An e i emplo insta leOrs and supervisors who are trained and approved by manufactu •e B. UL-Certified, Portable Ro I -Formic L utetv UL-certified, portable roll -forming equipment capable of producing meta pane ar an manufacturer to be the same as factory -formed products. Maintain UL certificatio p table roll -forming equipment for duration of work. 1.7 DELIVERY, STORAGE A D ANDLING A. Deliver componen Eni eANa•�paAels, and other manufactured items so as not to be damaged or deformed. Package metal?panels for protection during transportation and handling. B. Unload, store, and erect metal panels in a manner to prevent bending, warping, twisting, and surface damage. C. Stack metal panels horizontally on platforms or pallets, covered with suitable weathertight and ventilated covering. Store metal panels to ensure dryness, with positive slope for drainage of water. Do not store metal panels in contact with other materials that might cause staining, denting, or other surface damage. D. Retain strippable protective covering on metal panels during installation. Kessler Mountain Regional Park, Phase If 0741 13.16-2 19T21090 1.8 FIELD CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit assembly of metal panels to be performed according to manufacturers' written instructions and warranty requirements. 1.9 COORDINATION A. Coordinate sizes and locations of roof curbs. equipment supports; and roof penetrations with actual equipment provided. B. Coordinate metal panel installation with rain drainage work, Flashing; trim, construction of soffits, and other adjoining work to provide a leakproof. secure; and,noncorrosive installation. 1.10 WARRANTY A. Special Warranty: Manufacturer's standard f n m which manufacturer agrees to repair or replace components of metal panel system fail in materials or workmanship within specified warranty period. �(/✓ I. Failures include, but are not Ifilwitedsto. t e following, is C. a. Structural failure m,lu in rupu b. Deterioration of et s d other 2. Warranty Period: 6 ears from d Special Warr'an . o tel Finishes g,Aray�ciing, or pu form in which manufacturer agrees to repair r It ,r replacer Na nets that show eev deuce of deterioration of factory - applied finishes within specified G4 peri I. Exposed Panel Fi to roratio .nclu s ut is not limited to, the following: a. Color fading lore than units when tested according to ASTM D2244. b. Chalking in excess atmg when tested according to ASTM D4214. C. Cracking, checking, in . or failure of paint to adhere to bare metal. 2p Finish Warranty. r 0 years from date of Substantial Completion. Special WeathertiefResss'\ \rom Manufacturer's standard form in which manufacturer agrees to repair replace standing -seam metal roof panel assemblies that fail to remain weathertight, inclu i g,,I1Faks, within specified warranty period. Warranty Period: 20'years from date of Substantial Completion. PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Energy Performance: Provide roof panels that are listed on the EPA/DOE'S ENERGY STAR "Roof Product List" for steep -slope roof products. Kessler Mountain Regional Park, Phase II 0741 13.16-3 19T21090 2.2 B. Energy Performance: Provide roof panels according to one of the following when tested according to CRRC-I: I. Three-year; aged solar reflectance of not less than 055 and emissivity of not less than 0.75. 2. Three-year; aged Solar Reflectance Index of not less than 64 when calculated according to ASTM E1980. C. Structural Performance: Provide metal panel systems capable of withstanding the effects of the following loads, based on testing according to ASTM E1592: I. Wind Loads: As indicated on Drawings. 2. Other Design Loads: As indicated on Drawings. 3. Deflection Limits: As indicated on Drawings. D. Wind -Uplift Resistance: Provide metal roof panel assemblies that comply with UL 580 for wind -uplift -resistance class indicated. Uplift Rating: UL 90. E. FM Global Listing: Provide mi requirements in FM Global 4471 Global's "Approval Guide" fore"(' materials with FM Global markir C �pttt@Is and com met material thcol nply with of a panel ofin system an listed in FM nonc� i e constructi s applicable. Identify L Fire/Windston4C ication:Refer sttuoturaldrax nb ` 2 Hail Resistance: e o structural awt gs. /► F. Thermal Moveme ]low for h Jn a3)1movemen0m ambient and surface temperature changes by preventin bucklin en g ofjo' t , v ssing of components, failure of joint sealants, failure of connect'o ss,, n other d rimer al effects. Base calculations on surface temperatures of ntateria u� th sola6eatga and nighttime -sky heat loss. I. Temperature Chang (Range ' ; ambient: 180 deg F; material surfaces. STANDING -SEAM METAL RO) LS A. Provide factory -formed nteta roof panels designed to be installed by lapping and interconnecting raised �d dge of adjacent panels with joint type indicated and mechanically attaching panels tpo�itys si g concealed clips in side laps. Include clips; cleats, pressure plates, and access i •tes re aired for weathertight installation. I. Steel Panel Svstems: Unless more stringent requirements are indicated, comply with ASTM E1514. 2. Aluminum Panel Systems: Unless more stringent requirements are indicated, comply with ASTM E1637. B. Trapezoidal -Rib, Snap -Joint, Standing -Seam Metal Roof Panels: Formed with raised trapezoidal ribs at panel edges and a flat pan between ribs: designed for sequential installation by mechanically attaching panels to supports using concealed clips located under one side of panels, engaging opposite edge of adjacent panels, and snapping panels together. Kessler Mountain Regional Park, Phase 11 074113.16-4 19T21090 I. Zinc -coated (galvanized) or aluminum -zinc alloy -coated steel sheet, 0.022-inch (22 gage) nominal uncoated minimum steel thickness. Prepainted by the coil -coating process to comply with ASTM A755/A755M. a. Exterior Finish: Fluoropolymer. b. Color: As selected from manufacturer's full range. 2. Clips: One-piece fixed to accommodate thermal movement. 3. Joint Type: Mechanically seamed. 4. Panel Coverage: 24 inches. 5. Panel Ficieht: 3 inches. 2.3 ' UNDERLAYMENT MATERIALS A. Self -Adhering, High -Temperature Underlayment Provide self -adhering, cold -applied, sheet underlayment, a minimum of 30 mils thick, consisting of slip -resistant, polyethylene -film top surface laminated to a layer of butyl or SBS-modified asphalt adhesive, with release -paper backing. Provide primer when recommended by underlayment manufacturer. I. Thermal Stability: Stable after testing a deg F; ASTM D 1970. 2. Low -Temperature Flexibility: Pass a e to ing at minus 20 deg F; AS T9' 0. 2.4 MISCELLANEOUS MATERIAL A. Miscellaneous Metal Subfra n� ndF tiring: AST 6 5`cold-for ei [allic-coated steel sheet, ASTM A653/A653M ' pating des tn�9t�o or AST'9�A792M, Class AZ50 coating designation unles othe se indicat d. sic many s standard sections as required for support apd ign ent of met �lo9 stem. \V\7► B. Panel Accessori� , ae compone r pq ired for a om lete, weathertight panel system including trim, cops fasciae, n fit *ott sills, corn r 'n ts, clips, flashings, sealants, gaskets, fillers, closure strips, and sin ' a ite s. Ma and finish of metal panels unless otherwise indicated. 1. Closures: Provide I : Nurts eves n idges, fabricated of same metal as metal panels. 2. Backing Plates: Pi vide mlci plates at panel end splices, fabricated from material recommended by an c rer. 3. Closure Strips: Closed -cell, a ed, cellular, rubber or crosslinked, polyolefin-foam or closed -cell laminated po ethyl ne; minimum 1-inch-thick, Flexible closure strips: cut or premolded to ma lI I'al panel profile. Provide closure strips where indicated or Veat necessary to et!Aq h .; ight construction. C. Panel Fasteners: SE tapg3ing screws designed to withstand design loads. D. Panel Sealants: Provide sealant type recommended by manufacturer that are compatible with panel materials, are nonstaining, and do not damage panel finish. Comply with requirements specified in Section 079200 and as indicated below: 1. Sealant Tape: Pressure -sensitive, 100 percent solids, gray polyisobutylene compound sealant tape with release -paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape 1/2 inch wide and 1/8 inch thick. Kessler Mountain Regional Park, Phase If 074 113.16-5 19T21090 2. Joint Sealant: ASTM C920: elastomeric polyurethane or silicone sealant: of type, grade. class, and use classifications required to seal joints in metal panels and remain weathertialit: and as recommended in writing by metal panel manufacturer. 3. Butyl -Rubber -Based. Solvent -Release Sealant: ASTM C 131 I. E. Sheet Metal Flashing and Trim: Specified in Section 076200. 2.5 FABRICATION A. Fabricate and finish metal panels and accessories at the factory; by manufacturer's standard procedures and processes, as necessary to fiilfill indicated performance requirements demonstrated by laboratory testing. Comply with indicated profiles and with dimensional and structural requirements. B. On -Site Fabrication: Subject to compliance with requirements of this Section, metal panels may be fabricated on -site using UL-certified, portable roll -forming equipment if panels are of same profile and warranted by manufacturer tom Fb equal to factory -formed panels. Fabricate according to equipment manufacturer's written1 9 uctions and to comply with detai shown. C. Provide panel profile, including major %�7 d interme�d'fat stiffening rib i a for full length of panel. D. Fabricate metal panel joints ac ry-installed uve gaskets 2uarator strips that provide a weathertight seal and p event metal- - et contact, thai6minimize noise from movements. f� 2.6 FINISHES ``\v� , A. Protect mechanic an aimed t ' eon es ose'rsi7 aces from damage by applying a strippable, tempera protective c 'en g befor slin �Ii tg� B. Appearance of FinishedwWor ariation in ap rance of abutting or adjacent pieces are acceptable if they are w h' e\\\\\\half of ange of approved Samples. Noticeable variations in same piece are unaccep.ble. Va atiQQ:��ppearance of other components are acceptable if they are within the range of a ov d Samples and are assembled or installed to minimize contrast. C. Finishes: I. Fluoropolymer: Fluoropolymer finish containing not less than 70 percent polyvin, uoid (P DF) resin by weight in both color coat and clear topcoat. Prepare, pret,Leat, ald apply coating to exposed metal surfaces to comply with coating and resin manufacttlrtsrs' written instructions. 2. Concealed Finish: Apply pretreatment and manufacturer's standard white or light-colored acrylic or polyester backer finish consisting of prime coat and wash coat with a minimum total dry film thickness of 0.5 mil. Kessler Mountain Regional Park. Phase 11 0741 13.16-6 19T21090 PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates; areas, and conditions, with Installer present; for compliance with requirements for installation tolerances, metal panel supports, and other conditions affecting performance of the Work. I. Examine primary and secondary roof framing to verify that structural panel support members and anchorages have been installed within alignment tolerances required by metal roof panel manufacturer. 2. Examine solid roof sheathing to verify that sheathing joints are supported by framing or blocking and that installation is within Flatness tolerances required by metal roof panel manufacturer. a. Verify that weather barriers have been installed over sheathing or backing substrate to prevent air infiltratiol water penetration. //++ B. Examine roughing -in for components a flpenetrating metal panels t CIA actual \ locations of penetrations relative to seam a r s of met a els before inst Ra �.il C. Proceed with installation only afte un �actory c+n,i ave been • rr 3.2 PREPARATION • A. Miscellaneous Suppgrts:6nall subframi g; and heraneous panel support members and anc o afterding to ASTNNbC754 and to anel manufacturer's written recommendatio PNT 3.3 INSTALLATION O NDERLAI: /1O A. Self -Adhering Sheet U e lF efit App t� required by manufacturer. Comply with temperature restrictions laymen anufacturer for installation. Apply at locations indicated on Drawings, w free In g fashion to shed water. and with end laps of not less than 6 inches staggered 24 iv t t ee een courses. Overlap side edges not less than 3-1/2 inches. Roll laps with roller. Cover nd ayntent within 14 days. B. Flashings: Install flaslu"R Hover underlayntent to comply with requirements specified in Section 076200 "Sheet t k F a tin_ and Trim." 3.4 INSTALLATION &FSNDING SEAM METAL ROOF PANELS A. Install metal panels according to manufacturer's written instructions in orientation, sizes; and locations indicated. Install panels perpendicular to supports unless otherwise indicated. Anchor metal panels and other components of the Work securely in place, with provisions for thermal and structural movement. I. Shim or otherwise plumb substrates receiving metal panels. 2. Flash and seal metal panels at perimeter of all openings. Fasten with self -tapping screws. Do not begin installation until air- or water -resistive barriers and Flashings that will be concealed by metal panels are installed. Kessler Mountain Regional Park, Phase II y 0741 13.16-7 19T21090 J. Install screw fasteners in predrilled holes. 4. Locate and space fastenings in uniform vertical and horizontal alignment. 5. Install Flashing and trim as metal panel work proceeds. 6. Locate panel splices over, but not attached to, structural supports. Stagger panel splices and end laps to avoid a four -panel lap splice condition. 7. Align bottoms of metal panels and fasten with blind rivets. bolts. or self -tapping screws. Fasten flashings and trim around openings and similar elements with self -tapping screws. 8. Provide weathertight escutcheons for pipe- and conduit -penetrating panels. B. Fasteners: I. Fasteners: Self -tapping screws; bolts; nuts, self-locking rivets and bolts, end -welded studs, and other suitable fasteners designed to withstand design loads. Provide fasteners with heads matching color of materials being fastened by means of plastic caps or factory -applied coating. 2. Fasteners for Metal Roof Panels: Self -drilling or self -tapping, zinc -plated. hex -head carbon -steel screws, with a stainless -steel cap or zinc -aluminum -alloy head. 3. Fasteners for Flashing and Trim: Blind baseers or self -drilling screws with hex washer head. 4. Blind Fasteners: High -strength alu mrainless-steel rivets. C. Anchor Clips: Anchor metal roof anels4dn Cher compor�nts of the Woi se rely in place; using manufacturer's approved fas ners according to anufa Curers' writ4et�si ructions. D. Metal Protection: Where dissimil._ rrnetals contact ea h other or rro We substrates, protect against galvanic action as rpcontmended in wri ing y metal pa a ran facturer. E. Standing -Seam I Qtodfilil'anel In concealed clip a e ch standing - recommended in "T,ttti g by manu I. Install clips to supports vit s 2. Install pressure to Iota instructions. 3. Seamed Joint: Crint standing e so clip, metal roof panel, a tad A Fasten a al[tugof panels to supports with at oc spacing, and with fasteners in manufacturer's written installation i manufacturer -approved, motorized seanter tool lied sealant are completely engaged. F. Accessory Installation: Install Acccesso�"ries with positive anchorage to building and weathertight mounting, and provide ♦fgyAitnlal expansion. Coordinate installation with flashings and other components. 1V\\JJ I. Install comp rents required for a complete metal panel system including trim, copings; corners, scant oters, flashings, sealants, gaskets, fillers, closure strips, and similar items. Provide types indicated by metal roof panel manufacturers: or, if not indicated, types recommended by metal roof panel manufacturer. 3.5 ERECTION TOLERANCES A. Installation Tolerances: Shim and align metal panel units within installed tolerance of 1/4 inch in 20 feet on slope and location lines as indicated and within 1/8-inch offset of adjoining faces and of alignment of matching profiles. Kessler Mountain Regional Park, Phase II 074 113.16-8 19T21090 3.6 YIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory -authorized service representative to test and inspect metal roof panel installation; including accessories. Report results in writing- B. Remove and replace applications of metal roof panels where tests and inspections indicate that they do not comply with specified requirements. C. Additional tests and inspections, at Contractor's expense, are performed to determine compliance of replaced or additional work with specified requirements. D. Prepare test and inspection reports. 3.7 CLEANING AND PROTECTION A. Remove temporary protective coverings and strippable films, if any, as metal panels are installed, unless otherwise indicated in man acturer's written installation instructions. On completion of metal panel installation, clean m tied surfaces as recommended by�eta[ panel manufacturer. Maintain in a clean conditi9ag ur� onstruction. (/✓� B. Replace metal panels that have be dar have det , ra d beyond c�l repair by finish touchup or similar minor re it p. cedures. D'� • V 6NIDc SECTIO I`D3.16 • �� V ; O O � O O O� G� Kessler Mountain Regional Park, Phase If 0741 13.16-9 19T21090 SECTION 074646 - FIBER -CEMENT SIDING PARTI- GENERAL I.I 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 fiber -cement board and batten siding and soffit. B. Related Requirements: I. Section 061000 'Rough Carpentry" for, 'o t furring, grounds, nailers, and blgcking. 2. Section 061600 "Sheathing`. �(w 3. Section 072726 "Flu� id -Applied Me'e iBan ' _✓ ' D, 1.3 COORDINATION ,O ♦ � V A. Coordinate siding installs on withiashings a6�1,t radjoining on tru�ction to ensure proper sequencing.`` zG 1.4 PREINSTALLA�EETING A. Preinstallation Conference: C duc eonferen at ProOite. 1.5 ACTION SUBMITTALS: A. Product Data: For each type o`Include construction details, material descriptions, dimensions of individual component d profiles, and finishes. B. Samples for Initial Selgct� opfiber-cement siding and soffit including related accessories. C. Samples for Verification 5 each type, color, texture, and pattern required. I. 12-inch-long ual-width sample of siding, soffit, trim and accessories. 1.6 INFORMATIONAL SUBMITTALS A. Product Certificates: For each type of fiber -cement siding and soffit. B. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for fiber -cement siding. C. Research/Evaluation Reports: For each type of fiber -cement siding required, from [CC -ES. Kessler Mountain Regional Park, Phase If y 074646-1 19T21090 D. Sample Warranty: For special warranty. 1.7 CLOSEOUT SUBMITTALS A. Maintenance Data: For each type of product. including related accessories. to include in maintenance manuals. 1.8 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. I. Furnish full lengths of fiber -cement siding and soffit including related accessories, in a quantity equal to 2 percent of amount installed. 1.9 QUALITY ASSURANCE y A. Mockups: Build mockups to verify select%da a under a�le submittals and�O detfionstrate aesthetic effects and to set quality standarbrication n stallation. I . Build mockups for fiber-ce Qn'if ng and soffi incl mg accessgyre3.a. Size: 48 inches Ig ches hj6 `V/, b. Include outside calve o one end rrb C p and inside co Per other end. 2. Approval of moc6dho o not const a proval of vl jons from the Contract Documents corwtaimockups u e� ntect speci approves such deviations in writing. ` /► 3. Subject t co pliia cc with re� nts, approved m ckups may become part of the completed w id undismr a of Subs n i ompletion. 1.10 DELIVERY STORAG LI G O Z A. Deliver and store package materials In yin containers with labels intact wail time of use. B. Store materials on elevated platfo u e cover, and in a dry location. 1.11 WARRANTY ♦ �� A. Special Warrantyfat u urer agrees to repair or replace products that fail in materials or workmanship withintse Pied warranty period. I. Failures include, but are not limited to, the followingo: a. Structural failures including cracking and deforming. b. Deterioration of materials beyond normal weathering. 2. Warranty Period: IS years for trim units and 30 years from date of Substantial Completion. Kessler Mountain Regional Park, Phase If 074646-2 19T21090 PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Source Limitations: Obtain products; including related accessories; from single source from single manufacturer. 2.2 FIBER -CEMENT SIDING A. General: ASTM C 1 186, Type A, Grade 11. fiber -cement board. noncombustible when tested according to ASTM E136; with a Flame -spread index of 25 or less when tested according to ASTM E84. I. Manufacturers: a. Basis of Design: James Hardie Building Products, Inc. b. GAF C. Certainteed d. Approved equal. (/✓� B. Labeling: Provide fiber -cement sidin tha,�ted and lab 1 d cording to S�C 1 186 by a qualified testing agency acceptabl to a thorities havingjuri fiction. I,_ • V C. Nominal Thickness: Not less than • /I inch. 64, D. Vertical Pattern: 48-buh a sheets with ain tex[ureta grooves: As indicated on drawings. E. Panel Texture: 48- ch`e sheet . 't %Jod-grain x c. F. Factory Integral Finish: Ma tuf�s scan d in olor selected to match existing Phase 1 work. Submit sample fo¢gewiev d approval. ♦ l 2.3 FIBER -CEMENT SOFFI `�/ A. General: ASTM C 1 186, Type II, fiber -cement board, noncombustible when tested according to ASTM E136; itFlame-spread index of 25 or less when tested according to ASTM E84. I. Manufacture, a. Basis f Deign: James Hardie Building Products, Inc. b. GAF C. Certainteed d. Approved equal. B. Nominal Thickness: Not less than 5/16 inch. C. Pattern: As indicated on drawings, with wood -grain texture. D. Ventilation: Provide unperforated soffit. Kessler Mountain Regional Park, Phase 11 074646-3 19"1-21090 E. Factory Integral Finish: Manufacturer's standard in color selected to match existing Phase I work. Submit sample for review and approval. 2.4 ACCESSORIES A. Siding Accessories. General: Provide starter strips, edge trim, outside and inside corner caps, and other items as recommended by siding manufacturer for building configuration. I. Provide accessories matching color and texture of adjacent siding unless otherwise indicated. ✓ B. Decorative Accessories: Provide the following fiber -cement decorative accessories as indicated: I . Corner posts. 2. Door casings. 3. Fasciae. 4. Moldings and trim. 5. As indicated on drawings. C. Flashing: Provide aluminum Flashing c Iytrith Section076200 "Shee ,Q✓�lashing and Trim" at areas indicated, and required pr ject cond" D. Fasteners: I. For fastening to wood recomryend siding n an ac rer, of sufficient length to penetrate a mi im f I inch IONkbt rrate. g 2. For fasteningtom I, use bed bu e, crews of rct nt length to penetrate a minimum of 114 in��three screw �tR�e'i4de into subs ag 3. For fastenin - rb'$, nt, usere�ommendeb ing manufacturer. PART 3 - EXECUTION` V O O 3.1 EXAMINATION A. Examine substrates for complia a requirements for installation tolerances and other conditions affecting perforniance rbcement siding and soffit and related accessories. B. Proceed with installationea er unsatisfactory conditions have been corrected. 3.2 PREPARATION V A. Clean substrates of projections and substances detrimental to application. 3.3 INSTALLATION A. General: Comply with manufacturer's written installation instructions applicable to products and applications indicated unless more stringent requirements apply. I. Do not install damaged components. 2. Install fasteners no more than 24 inches o.c. Kessler Mountain Regional Park, Phase 11 074646-4 19T21090 B. Install joint sealants as specified in Section 079200 "Joint Sealants" and to produce a weathertight installation. 3.4 ADJUSTING AND CLEANING A. Remove damaged, improperly installed..or otherwise defective materials and replace with new materials complying with specified requirements. B. Clean finished surfaces according to manufacturer's written instructions and maintain in a clean condition during construction. END OF SECTION 074646 Kessler Mountain Regional Park, Phase It y 074646-5 19T21090 SECTION 076200 - SHEET METAL FLASHING AND TRIM PART] -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: Sheet metal Flashing and trim work, complete. B. Related Requirements: I. Section 061000 "Rough Carpentry' o ailers and blocking. 2. Section 042200 "Concrete Mason m 3. Section 047313 "Calcium Silicate Bing Stone Veneer". 4. Section 072726 "Fluid-App a embrane Air �arrie ". 5. Section 0741 13.16 "Sta di ea Metal`R 6. Section 079200 "Joint Seal t `'. 1.3 COORDINATION A. Coordinate shee et`ashing tr t layout �inis with sizes and locations of penetrations to be Fla ed, and is a d seams a e materials. B. Coordinate sheet metal Pd iron ' stall vith adjoining roofing and wall materials, joints, and seams to pr000f. se r and noncorrosive installation. 1.4 PREINSTALLATION MEETIN S5` A. Preinstallation Conference: o�uct conference at Project site. I . Review construc4iokt4iscfi le. Verify availability of materials, Installer's personnel, equipment, a�}r Ma liti S'n ded to make progress and avoid delays. 2. Review special ro d tails, roof drainage, roof -penetration Flashing, equipment curbs, and condition er construction that affect sheet metal Flashing and trim. 3. Review requirements for insurance and certificates if applicable. 4. Review sheet metal Flashing observation and repair procedures after flashing installation. 1.5 ACTION SUBMITTALS A. Product Data: For each of the following I. Underlayment materials. 2. Elastomeric sealant. 3. Epoxy seam sealer. Kessler Mountain Regional Park, Phase 11 y 076200-1 19T21090 F1 5, 1.6 A. B. C. D. E. Shop Drawings: For sheet metal flashing and trim. I. Include plans, elevations, sections, and attachment details. 2. Detail fabrication and installation layouts, expansion -joint locations, and keyed details. Distinguish between shop- and field -assembled Work. 3. Include identification of material, thickness, weight, and finish for each item and location in Project. 4. Include details for forming, including profiles, shapes, seams, and dimensions. 5. Include details forjoining, supporting, and securing, including- layout and spacing of fasteners, cleats, clips, and other attachments. Include pattern of seams. 6. Include details of termination points and assemblies. 7. Include details of expansionjoints and expansion -joint covers, including showing direction of expansion and contraction from fixed points. 8. Include details of roof -penetration Flashing. 9. Include details of edge conditions. including eaves, ridges, valleys, rakes, crickets. flashings, and counterflashings. 10. Include details of special conditions. 11. Include details of connections to adjoini gwork. /► Samples: For each exposed product and f'�Cacfl�cdlor and texture specified, I 'niches long by actual width. � �� Q. INFORMATIONAL SUBMI Qualification Data: For fa&* tor. ` /eachty ee of copingf edge flashing that is tested and@Fjylprovals a tell ra tic , for tes pe ' rm by a qualified testing agency. ocng nd roof@dge Fla ng, from an agency acceptable to authority p'Pian e % h NSI/SPRI/FM 4435/ES-I. al w an� 1.7 CLOSEOUT SUBMITT A. Maintenance Datr\e metal flashing and trim, and its accessories. to include in maintenance man u Is. B. Special warranty. Product Certifica ANSI/SPRI/FM Product Test Reports. For t Evaluation Reports: For having jurisdiction showi Sample Warranty: For spec 1.8 QUALITY ASSURANCE A. Fabricator Qualifications: Employs skilled workers who custom fabricate sheet metal flashing and trim similar to that required for this Project and whose products have a record of successful in-service performance. Kessler Mountain Regional Park, Phase II y 076200-2 19T21090 For copings and roof edge flashings that are ANSI/SPRI/FM 4435/ES-I tested and FM Approvals approved; shop shall be listed as able to fabricate required details as tested and approved. 1.9 DELIVERY, STORAGE. AND HANDLING A. Do not store sheet metal flashing and trim materials in contact with other materials that might cause staining; denting, or other surface damage. I. Store sheet metal flashing and trim materials away from uncured concrete and masonry. 2. Protect stored sheet metal flashing and trim from contact with water. B. Protect strippable protective covering on sheet metal flashing and trim from exposure to sunlight and high humidity; except to extent necessary for period of sheet metal flashing and trim installation. 1.10 WARRANTY A. Special Warranty on Finishes: M flashing and trim that shows e v specified warranty period. I. Exposed Panel Finish: Fete i a. Color fad ASTM fat b. Chalking 4 .q) to I t' n incluo not J Ilan 5 DoIXa X I5 wl V of a o. rating Leh Finish or re l%shFct metal ctorv-aDDIQ d ms es within in accordance with in accordance with C. Crae�ecking, P� f7nj&,, F'ir failure pa� t�'o adhere to bare metal. 2. Finish Warran Period: 2fi ea from d antial Completion. v ` PART 2-PRODUCTS 6 2.1 PERFORMANCE REQUIREMLT+S ) A. Sheet metal flashing ate Atu"Id ssemblies, including cleats, anchors, and fasteners, shall withstand wind loads! movement, thermally induced movement, and exposure to weather without fai��u'i ective manufacture, fabrication, installation, or other defects in construction. C@Inpletba sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertiahtt B. Sheet Metal Standard for Flashing and Trim: Comply with NRCA's "The NRCA Roofing Manual: Architectural Metal Flashing. Condensation and Air Leakage Control, and Reroofing" and SMACNA's "Architectural Sheet Metal Manual" requirements for dimensions and profiles shown unless more stringent requirements are indicated. C. Sheet Metal Standard for Copper: Comply with CDA's "Copper in Architecture Handbook." Conform to dimensions and profiles shown unless more stringent requirements are indicated. Kessler Mountain Regional Park, Phase 11 076200-3 19T21090 D. SPRI Wind Design Standard: Manufacture and install roof edge Flashings tested in accordance with ANSI/SPRI/FM 4435/ES-I and capable of resisting the following design pressure: I. Design Pressure: As indicated on Drawings. E. FM Approvals Listing: Manufacture and install roof edge Flashings that are listed in FM Approvals' "RoofNav" and approved for windstorm classification, Class 1-90. Identify materials with name of fabricator and design approved by FM Approvals. F. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes to prevent buckling, opening of joints, overstressing of components. failure of joint sealants, failure of connections, and other detrimental effects. Base calculations on surface temperatures of materials due to both solar heat Lain and nighttime -sky heat loss. I. Temperature Change: 120 deg F, ambient: 180 deg F, material surfaces. 2.2 SHEETMETALS A. Protect mechanical and other finishes on exp rfaces from damage by apply [Pl ippable, temporary protective film before shipping B. Copper Sheer. ASTM B370, cold Iled cop e�sheet, H00 r 0 temper. 14 I. Source Limitations: Obtain ee om single so rce r m single m n a Surer. 2. Nonpatinated, Exposed ntsh I. C. Aluminum Sheet: AST 209, loy as stanr�arNth manufa re or finish required, with temper as required tg s n ruing opera i�nst d perfornan quired; with smooth, flat surface. ` 1. Clear Ano is Coil Coat A 61 I, AA!11 C22A41, Class I, 0.018 mm or thicker. 2. Exposed Coil -Coaled Finis`h� a. Two -Coat V o oL mer: A A 2 Fluoropolynter finish containing not less than 70 pett ti 'ohyvio lid n uoride (PVDF) resin by weight in color coat. Prepare; pre i at, and a p p Ung to exposed metal surfaces to comply with coating and resin ma ufa to s' written instructions. 3. Color: As selected from ma fac rer's full range. 4. Concealed Finish: Pretre t wrt i manufacturer's standard white or light-colored acrylic or polyester backer fi Qsisting of prime coat and wash coat with minimum total dry film thickness of il. 2.3 UNDERLAY M ENNJERI A LS A. Felt: ASTM D226/D226M; Type II (No. 30), asphalt -saturated organic felt; nonperforated. B. Slip Sheet: Rosin -sized building paper, 3 Ib/100 sq. ft. minimum. C. Self -Adhering, High -Temperature Sheet Underlayment: Specified and installed in Section 0741 13.16 "Standing Seam Metal Roof Panels. Kessler Mountain Regional Park, Phase 11 y 076200-4 19T21090 2.4 MISCELLANEOUS MATERIALS A. Provide materials and types of fasteners, solder, protective coatings, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and as recommended by manufacturer of primary sheet metal or manufactured item unless otherwise indicated. B. Fasteners: Wood screws, annular threaded nails, self -tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal or manufactured item. I. General: Blind fasteners or self -drilling screws, gasketed, with hex -washer head. C. A a. Exposed Fasteners: Heads matching color of sheet metal using plastic caps or factory -applied coating. Provide metal -backed EPDM or PVC sealing washers under heads of exposed fasteners bearing on weather side of metal. b. Blind Fasteners: High -strength aluminum or stainless steel rivets suitable for metal being fastened. /► C. Spikes and Ferrules: Same matrri gutter; with spike with ferru matching internal gutter width. 2. Fasteners for Copper Sheet: CoppeW are bron assivated Series 3 airless steel. Zt:Aj AX3. Fasteners for Aluminum Sheinum or S ies 3 '0 stainless a t.4. Fasteners for Stainless 'e eries �3&Oiess steel. V 5. Fasteners for Zinc -Coated a anized) et:Series ' sttaa less steel or hot -dip galvanized steel in aecordan e with AS/A 153 F2329. 6. Fasteners for Zinc he Series 300 C n teeI or h t- Ivanized steel in nce accordat��tvf A 153/A / "orr ASTM F 19. Solder: `�✓ I . For Copper Copper-Cla I s Stee ' S 32, Grade Sn50, 50 percent tin and 50 percent lead with maxi um ea content - 0. ercent. Sealant Tape: Pressure- itI e, 1%p cc solids, polyisobutylene compound sealant tape with release -paper backing Provide�p♦ef�1 e v elastic, nonsag, nontoxic, nonstaining tape 1/2 inch wide and 1/8 inch [hick. � Imo` E. Bituminous Coating: C d-app Ie, d asphalt emulsion in accordance with ASTM D1187/1)1187M. F. Asphalt Roofing tnentSA 4586, asbestos free, of consistency required for application. G. Reg -lets: Units of type, material, and profile required, formed to provide secure interlocking of separate reglet and counterflashing pieces, and compatible with flashing indicated with factory - mitered and -welded corners and junctions and with interlocking counterflashing on exterior face, of same metal as reglet. I. Source Limitations: Obtain reglets from single source from single manufacturer. 2. Surface -Mounted Type: Provide with slotted holes for fastening to substrate, with neoprene or other suitable weatherproofing washers, and with channel for sealant at top edge. J. Masonry Type: Provide with offset top flange for embedment in masonry mortarjoint. Kessler Mountain Regional Park, Phase 11 V 076200-5 19T21090 4. Accessories: a. Flexible -Flashing Retainer: Provide resilient plastic or rubber accessory to secure flexible Flashing in reglet where clearance does not permit use of standard metal counterFlashing or where Drawings show reglet without metal counterFlashing. b. Counterflashing Wind -Restraint Clips: Provide clips to be installed before counterflashing to prevent wind uplift of counterflashing's lower edge. 5. Finish: With manufacturer's standard color coating. 2.5 DOWNSPOU"f BOOT A. Basis of Design: J.R. Hoe & Sons, or approved equal. B. Downspout Boots: countoured interior flow design with no boxed corners, weld seams or choke points: include integral lug slots and stainless steel fasteners. I . Configuration: Refer to drawings. 2 Material: Cast iron complying with AS 8. 3. Finish: Manufacturer's standard po�r a wish in color indicated. 4. Accessories: Provide manufacturer` a and stain Ift s eel fasteners a adapter. 2.6 FABRICATION. GENERALO A. Custom fabricate sheet e'11shing and,�r4`to comp) wit details indicated and recommendations in ♦cite get metal sta r'21=tfiat apply to est n, dimensions, geometry, metal thickness. a d er�oh�}acteristics o iter?r required I. Fabricate preuirernents"itut �I flashing a r n shop 6*r(ate extent possible. 2. Fabricate s ital flash date m in thickFTveight needed to comply with performancn t less tl ified for each application and metal. 3. Verify shapes and dim nsif surface o be overed and obtain field measurements for accurate fit b oPabricatity�. 4. Form sheet metal m a d trim as substrates without excessive oil -canning; buckling, and tool ffWrks; tru to in els, and slopes; and with exposed edges folded back to form hems. ` 5. Conceal fasteners and expans_on,p ovisions where possible. Do not use exposed fasteners on faces exposed to vi B. Fabrication Tolerances* I. Fabricate Sheet mekvashmg and trim that is capable of installation to a tolerance of 1/4 inch in 20 fe t onApe and location lines indicated on Drawings and within 1/8-inch offset of adjomtn faces and of alignment of matching profiles. 2. Fabricate sheet metal flashing and trim that is capable of installation to tolerances specified. C. Expansion Provisions: Form metal for thermal expansion of exposed flashing and trim. I. Form expansion joints of intermeshing hooked flanges, not less than I inch deep; filled with butyl sealant concealed within joints. 2. Use lapped expansion joints only where indicated on Drawings. Kessler Mountain Regional Park, Phase If 076200-6 19T21090 D. Sealant Joints: Where movable, nonexpansion-type joints are required, form metal in . accordance with cited sheet metal standard to provide for proper installation of elastomeric sealant. E. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible; noncorrosive metal. F. Fabricate cleats and attachment devices of sizes as recommended by cited sheet metal standard and by FM Global Property Loss Prevention Data Sheet 1-49 for application, but not less than thickness of metal being secured. G. Seams: I. Fabricate nonmoving seams with Flat -lock seams. Tin edges to be seamed, form seams, and solder. 2. Fabricate nonmoving seams with flat -lock seams. Form seams and seal with elastomeric sealant unless otherwise recommended by sealant manufacturer for intended use. Rivet joints where necessary for strength. 3. Seams for Aluminum: Fabricate nomil ants with flat -lock seams. Forn cams and seal with epoxy seam sealer. RivetRuirDies. ts a necessary for strength. � H. Do not use graphite pencils to mar teta� n ♦ ` V 2.7 ROOF -DRAINAGE SHEET N FABRI "ht9 A. Hanging Gutters: ♦ 1. Fabricate to sos%Nin required tp to with e�'PI� ce outlet tubes, and other accessoi as i2ed. V 2. Fabricate in m ium 96-in -lo' ) ections. 3. Furnish Flat-st ck gutter r e and flVOnuu r spacers and straps fabricated from same metal as gutters, si - r conunend by ited sheet metal standard, but with thickness not les ha 7 Asion in 'cate rawings. 4. Fabricate expansio ,'Quits, sp�nsign- int covers, and gutter accessories from same metal as gutters. v► 5. Gutter Profile: As indicat o w'ngs. 6. Expansion Joints: Butt type ith over plate. 7. Accessories: Wire -ball ownsp ut strainer. B. Downspouts: Fabricate♦re t u downspouts to dimensions indicated on Drawings, complete with mitered elbo . si with metal hangers from same material as downspouts and anchors. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with installer present, for compliance with requirements for installation tolerances, substrate, and other conditions affecting performance of the Work. Kessler Mountain Regional Park, Phase 11 076200-7 19T21090 3.2 3.3 Verify compliance with requirements for installation tolerances of substrates. Verify that substrate is sound. dry, smooth, clean, sloped for drainage, and securely anchored. Verify that weather barriers have been installed over sheathing or backing substrate to prevent air infiltration or water penetration. B. Proceed with installation only after unsatisfactory conditions have been corrected. INSTALLATION OF UNDERLAYMENT A. Felt Underlayment: Install felt underlayment. wrinkle free, using adhesive to minimize use of mechanical fasteners under sheet metal Flashing and trim. I. Install in shingle fashion to shed water. 2. Lap joints not less than 2 inches. B. Install slip sheet; wrinkle free, over underlayment before installing sheet metal Flashing and trim. I. Install in shingle fashion to shed w e 2. Lapp joints not less than 4 inches. INSTALLATION, GENERA ` O' ♦ e) A. Install sheet metal Flashi and [r'IjNo comp6 x X+Is indi �ticQSd recommendations of cited sheet metal sta�da t at apply to i a&n character required unless otherwise indicated on Drawin s.I, ^� I. Install fasVene,al(Ner, protect�eoattnbs, separas, sealants; and other miscellaneous items as ro complet �etttetal Flashig dYrim system. 2 Install sheflashing d im true I'n �lev Is, and slopes. Provide uniform, neat seams with minimum e. po'� 3. Anchor sheet meta as�t�' ii and tri and o r components of the Work securely in place; with provisi • r t1, V a0lktructural movement. 4. Install sheet metal fl shing an [ mho 511substrates and to result in watertight performance. 5. Install continuous cleats wit as iers spaced not more than 12 inches o.c. 6. Space individual cleats t mo than 12 inches apart. Attach each cleat with at least two fasteners. Bend tab �asteners. 7. Install exposed ski �a ashing and trim with limited oil -canning, and free of buckling an ool s. 8. Do not field ut sheet metal Flashing and trim by torch. 9. Do not use graph pencils to mark metal surfaces. B. Metal Protection: Where dissimilar metals contact each other; or where metal contacts pressure - treated wood or other corrosive substrates, protect against galvanic action or corrosion by painting contact surfaces with bituminous coating or by other permanent separation as recommended by sheet metal manufacturer or cited sheet metal standard. I. Coat concealed side of sheet metal Flashing and trim with bituminous coating where Flashing and trim contact wood, ferrous metal, or cementitious construction. 2. Underlayment Where installing sheet metal Flashing and trim directly on cementitious or wood substrates, install underlayment and cover with slip sheet. Kessler Mountain Regional Park, Phase 11 076200-8 19T21090 3.4 C. A E. G. A. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. I. Space movententjoints at maximum of 10 feet with nojoints within 24 inches of corner or intersection. Form expansion joints of intermeshing hooked flanges, not less than I inch deep, filled with sealant concealed within joints. Use lapped expansion joints only where indicated on Drawings. Fasteners: Use fastener sizes that penetrate substrate not less than recommended by fastener manufacturer to achieve maximum pull-out resistance. Conceal fasteners and expansion provisions where possible in exposed work and locate to minimize possibility of leakage. Cover and seal fasteners and anchors as required for a tight installation. Seal joints as required for watertight construction. I. Use sealant-filledjoints unless otherwise indicated. a. Embed hooked flanges ofjoint i'e Is not less than I inch into seala t� b. Form joints to completely c eal nt. �� C. When ambient temperature nn of install1b is between 40 a�g F. set joint members for 50 en r 1 each d. Adjust setting proportpnat y for install aion atriflher ambi a peratures. I ) Do not install lea 2. Prepare joints and iky se ai Sealants." ♦` Soldered Joints: le �Sttrfaces to be I . Pretin edge f s NNNeets with where pretmne surface 2. Do not pretin zinc -tin a' o o 3. Do not use torchi 4. Heat surfaces to re rve o ell )ant -type jti u t mperatur� eelo 40 deg F. its to com ly ills require`meenn inn Section 079200 "Joins V e�I �movin d foreign matter. idth of I- /2 sc aes; however, reduce pre[inning I ow in c•mp ork. t d copp ig. annd o solder into joint. • `a. Fill joint completel b. Completely remove �a spatter from exposed surfaces. 5. Copper Soldering: Tine es o�uncoated sheets, using solder for copper. INSTALLATION eF O'( SRAINAGE SYSTEM Install sheet metal rsdt`drainage items to produce complete roof -drainage system in accordance with cited sheet metal standard unless otherwise indicated. Cdordinate installation of roof perimeter flashing with installation of roof -drainage system. Hanging Gutters: I . Join sections with joints sealed with sealant. 2. Provide for thermal expansion. 3. Attach gutters at eave or fascia to firmly anchor them in position. 4. Provide end closures and seal watertight with sealant. 5. Slope to downspouts. Kessler Mountain Regional Park, Phase 11 076200-9 19T21090 6. Fasten gutter spacers to front and back of gutter. 7. Anchor and loosely lock back edge of gutter to continuous cleat. 8. Anchor back of gutter that extends onto roof deck with cleats spaced not more than 24 inches apart. 9. Anchor gutter with gutter brackets spaced not more than 24 inches apart to roof deck unless otherwise indicated, and loosely lock to fi-ont gutter bead. 10. Anchor gutter with spikes and ferrules spaced not more than 24 inches 30 inches Insert dimension apart. I I. Install gutter with expansion joints at locations indicated on Drawings, but not exceeding. 50 feet apart. Install expansion -joint caps. C. Downspouts: I. Join sections with 1-1/2-inch telescoping joints. 2. Provide hangers with fasteners designed to hold downspouts securely to walls. 3. Locate hangers at top and bottom and at approximately 60 inches o.c. 4. Provide elbows at base of downspout to direct water away from building. 5. Connect downspouts to under—round'dr Wage system. /► D. Downspout Boots: Install items plumb and ue accurately fitted; free frb)n mis�tion or defects. Provide for erection loads. an or sufficient a oraq bracerntam true alignment until completion of erec ' an -ins Ilation of p anent attach nne ts. E. Expansion -Joint Covers: Ins le�o'p ion -joint to�ers� at locate �in� of configuration indicated on Drawings. Lapjo ots imum of innNetin directio ter flow. 3.5 INSTALLATION � �Q LASHI A. Install sheet meta a ing and omply wi p ormance requirements, sheet metal manufacturer's writte in taII t' n ' s ctions n �'t get metal standard. I . Provide concealed taste er� possfti an set units true to line, levels, and slopes. 2. Install work with�aP ,I'o , ands is tha re permanently watertight and weather resistant. _ � B. Roof Edge Flashing: ` I. Install roof edge Flashings in cco dance with ANSI/SPRI/FM 4435/ES-I. 2. Anchor to resist uplift a out9 rd forces in accordance with recommendations in cited sheet metal standard Lfal otherwise indicated. Interlock bottom edge of roof edge flashing with con 'nu u c at anchored to substrate at staggered 3-inch centers. ufsand outward forces in accordance with recommendations in FM 3. Anchor to re ris tGlobal Prop V, Lo s Prevention Data Sheet 1-49 for FM Approvals' listing for required windstorm clait-Meation. C. Copings: I. Install roof edge Flashings in accordance with ANSI/SPRI/FM 4435/ES-l. 2. Anchor to resist uplift and outward forces in accordance with recommendations in cited sheet metal standard unless otherwise indicated. a. Interlock exterior bottom edge of coping with continuous cleat anchored to substrate at 24-inch centers. Kessler Mountain Regional Park, Phase 11 076200-10 19T21090 b. Anchor interior leg of coping with washers and screw fasteners through slotted holes at 24-inch centers. 3. Anchor to resist uplift and outward forces in accordance with recommendations in FM Global Property Loss Prevention Data Sheet 1-49 for specified FM Approvals' listing for required windstorm classification. D. Pipe or Post Counterflashing: Install counterflashing umbrella with close -fitting collar with top edge flared for elastomeric sealant, extending minimum of 4 inches over base flashing. Install stainless steel draw band and tighten. 3.6 3.7 3.8 Counterflashing: Coordinate installation of counterflashing with installation of base flashing. I . Insert counterflashing in reglets or receivers and fit tightly to base Flashing. 2. Extend counterflashing 4 inches over base flashing. 3. Lap counterflashing joints minimum of 4 inches. 4. Secure in waterproof manner by means of interlocking folded seam or blind rivets and sealant unless otherwise indicated. F. Roof -Penetration Flashing: Coordinate install ti, f roof -penetration flashing wit nstallation of roofing and other items penetrating ro%�e s h elastomeric sealant and dtmn ta ping to pipes that penetrate roof. L INSTALLATION TOLERANO♦ V A. Installation Tolerances: and ign sheet ne'ashing and m . ithin installed tolerance of 1/4 inch in 20 fegon s e and locat� n dicated on rgs and within 1/8-inch offset of adjoinin ces'1an�odt alignme tching pro tes CLEANING O A. Clean exposed metal ac f subs ncQinterfere with uniform oxidation and weathering. V B. Clean and neutralize flux material^0 an ffexcess solder. C. Clean off excess sealants. .PROTECTION ♦ �� A. Remove tentporarycot�`e coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. B. On completion of sheet metal flashing and trim installation, remove unused materials and clean finished surfaces as recommended in writing by sheet metal flashing and trim manufacturer. C. Maintain sheet metal flashing and trim in clean condition during construction. Kessler Mountain Regional Park, Phase 11 076200-1 1 19T21090 D. Replace sheet metal Flashing and trim that have been damaged or that have deteriorated beyond successful repair by finish touchup or similar minor repair procedures, as determined by Architect. END OF SECTION 076200 Kessler Mountain Regional Park, Phase I I 076200-12 19T21090 SECTION 079200 - JOINT SEALANTS PARTI-GENERAL 1.1 SUMMARY: Completely close with sealant all joints. Include joints around frames of doors. flooring joints, joints at penetrations of walls. and Floors by piping and other services and equipment, joints between items of equipment and other construction, and other joints indicated or specified to be sealed. 1.2 SUBMITTALS: Comply with Division 01 requirements. A. Product Data: Submit manufacturer's specifications, recommendations, and installation instructions for each type of sealant, calking compound and miscellaneous materials. Include letter of certification, or certified test laboratory reports indicating that each material complies with the requirements and is intended for the applications indicated. B. Samples: Submit 12" long sample of sealant exposed to view. Samples l 1.3 QUALITY ASSURANCE: Obtain required, send a qualified technical installer of proper procedures ant p 1.4 JOB CONDITIONS: u A. Examine jot' proceed tw, B. Do not procee'dwith i temperatures are abw tion. Proceed wVA. proper cure and dwweueit PART2-PRODUCTS a eolcr required (except black) for'egch type of b ie ed for color only. (^✓ te�f»a[erials o I m manufa tulho will. if tive to pr�ject e, for the of advising the for t}jeat�anf the materia 116 rage ofpniWming sealant rabbet. Do not itions h ye been corrected. in do of se ndcAadverse weather conditions, or when ,b w manu cture's recommended limitations for installa- o4rk only en f easted weather conditions are favorable for erdt o�hiS t rly bond strength. w V 2.1 MATERIALS: A, CompatibiliCaedifonstrated Pr� j mt sealers. joint fillers and other related materials that are compatible ore another and with joint substrates under conditions of service and application, by testing and field experience. B. Colors of Exposed Joint Sealants: Provide in colors as selected by Architect from manufacturer's standard colors. Kessler Mountain Regional Park, Phase 11 079200-1 19T21090 2.2 ELASTOMERIC JOINT SEALANTS: Provide manufacturer's standard chemically curing, elastomeric sealant of base polymer indicated with complies with ASTM C 920 requirements, including those for Type, Grade Class, and Uses. A. Multi -Component Nonsag Urethane Sealant: Type M. Grade NS, Class 25. BASF "NP 2", Pecora "Dvnatrol II", Tremco "Vulken 227", or Bostik "Chem -Calk 500". B. One -Component Pourable Urethane Sealant: Type S, Grade P. Class 25. BASF "SL-I". Pecora "NR-201 Urexpan", Tremco "Vulken 45", or Bostik "Chem -Calk 950". C. Multi -Component Pourable Urethane Sealant: Type M, Grade P, Class 25. BASF "SL- 2". Tremco "THC 900", Pecora "NR-200 Urexpan". Tremco "Vulken 245". or Bostik "Chem -Calk 550". D. Low Modulus Nonacid Curing Silicone Sealant: Type S. Grade NS, Class 25. Dow Corning; 790. E. One -Component Mildew -Resistant Sil ealant: Type S. Grade NS, CI ss 25. Dow Corning "786" (VOC Content 39Tc tote "Proglaze White" . or Pea�4,,$j White" (VOC Content I g/L). ✓ 2.3 ACRYLIC EMULSION SEALAN A` C 834 o e coNW onent, non a a lie. paintable, mildew -resistant. BASF "Sonol� to "TretyFle. Pecora o p AA,'�-20+"), or Bostik "Chem -Calk 600". '� ` 2.4 MISCELLANEOUS 6. T LS: A. Joint Clea er �'�pofjoint cl�gg npound room ended by sealant manufacturer forjoint su es�'to be clean �� B. Joint Primer/Sealer: p7jreponhnhen by the sealant manufacturer for the joint surfaces to be prube o e ed. C. Bond Breaker Tap Polyeth lete dr other plastic tape as recommended by sealant manufacturer, to be appli t sc Ituit-contact surfaces where bond to the substrate or joint filler must be avoided r pr er performance of sealant. Provide self-adhesive tape wherever applicable. D. Sealant Backer.. d 1 I. Proba "in r d of material and type that are nonstaining; are compatible witlt�joint{�ulistrates, sealants, primers, and otherjoint fillers; and are approved for ap Ii Lions indicated by sealant manufacturer based on field experience and laboratory testing. 2. ASTM C 1330, Type C closed cell material with surface skin. Type O open cell or Type B biocellular material with a surface skin, except use Type C at horizontal surfaces. Provide size and shape of rod which will control joint depth for sealant placement, break bond of sealant at bottom of joint, form optimum shape of sealant bead on back side; and provide a highly compressible backer to minimize the possibility of sealant extrusion when joint is compressed. Kessler Mountain Regional Park, Phase If 079200-2 19T21090 PART 3 - EXECUTION 3.1 JOINT TYPES AND USAGES: A. Acrylic Emulsion Sealant: All interiorjoints exceptjoints with metal, aluminum; tile; and wet work. B. Urethane Sealants: 1. Exterior joints and interiorjoints with aluminum or metal, except Stucco joints, use nonsag urethane sealant. 2. Horizontal joints subject to pedestrian traffic. use minimum 35 Shore A hardness Pourable urethane sealant. C. Silicone Sealants: I. At contractor's option, low modulus silicone sealant may be used in lieu of urethane sealant. 2. Use mildew resistant silicone lant at wet work. tile. sinks; and plumbing fixtures. 3.2 JOINT SURFACE PREPARATION: A. Clean joint surfaces imme "ate �efore install [ion •f sealant. e t e dirt; insecure coatings. moisture, and h �nces that wp Id interfere w' �in of sealant. B. For elastomeric sea' ants; d�not Preece�,, !stallatio • f lant over joint surfaces which have beep p mt ,lacquered t�p ofed or tceat th water repellent or other treatment o emove cV g o treatmen I mt surfaces before installing sealant. C. Etch concrete Join[ surfac remov s'ialltalinity. Etch with 5% solution of muriatic acid; neutralRaWr h ilute am onia olution, rinse thoroughly with water and allow to dry befo astaIlati D. Roughen joint surfaces on titre uIcct fed and similar non -porous materials; wherever sealant manufacturer's dat n cat lower bond strength than for porous surfaces. Rub with fine abrasive cloth or % , I t produce a du l sheen. 3.3 INSTALLATION: Comply�v'tb ealant manufacturer's printed instructions, except where more stringent requirements a'te�i'tidicacd or specified and except where manufacturers technical representativedirect��ther%; ee..► 10 A. Prime or sealsth) joint surfaces wherever shown or recommended by the sealant manufacturer. Do not allow primer/sealer to spill or migrate onto adjoining surfaces. B. Install sealant backer rod for liquid elastomeric sealants, except where shown to be omitted or recommended to be omitted by sealant manufacturer for the application shown. C. Install bond breaker tape wherever shown and wherever required by manufacturer's recommendations to ensure that elastomeric sealants will perform properly. Kessler Mountain Regional Park, Phase 11 079200-3 19T21090 D. Employ only proven installation techniques, which will ensure that sealants will be deposited in uniform. continuous ribbons without gaps or air pockets, with complete "wetting" of the joint bond surfaces equally on opposite sides. Except as otherwise indicated, fill sealant rabbet to a slightly concave surface, slightly below adjoining surfaces. Where horizontal joints are between a horizontal surface and a vertical surface. fill joint to form a slight cove, so that joint will not trap moisture and dirt. E. Install sealants to depths as shown or, if not shown, as recommended by the sealant manufacturer but within the following general limitations, measured at the center (thin) section of the bead. I. For sidewalks and similarjoints sealed with elastomeric sealants and subject to traffic and other abrasion and indentation exposures, fill joints to a depth equal to 75% ofjoint width, but neither more than 5/8" deep nor less than 3/8" deep. 2. For normal moving joints sealed with elastomeric sealants; but not subject to traffic, fill joints to a depth equal to 50% of joint width, but neither more than I/2" deep nor less than 1/4" deep. For joints sealed with non -etas tnenc sealants, fill joints to a depth in the range of 75% to 125% of joint width.^ 4 F. Do not allow sealants to overflow spi Ivonto adj t in , surfaces. lit tr�»a k ng tape or other precautionary devicesf p @v n staining o djoining surfW e`s, either the primer/sealer or the sealant.\ \ n- G. Remove excess and spila e f sealant; �-R Iy as the k xogresses. Clean the adjoining surfaces whatever rnea""s�m-�ay be necest iminate evidence of spillage, without d ua to the adj 'nut st Ffaces of fi i�t,shes� 3.4 CURE AND PRto �: Cure se'c�ompliaoce it`manufacturer's instructions and recommendations, n high pear, nd stre " in rnal cohesive strength, and surface durability. Cure and protect seal -a ma er% ( I minimize increases in modulus of elasticity and other accelera[ agfects. lac or restore sealants that are damaged or deteriorated during constr uc iod. ♦w6 ND . F ECTION Kessler Mountain Regional Park, Phase 11 079200-4 19T21090 SECTION 081113 - HOLLOW METAL DOORS AND FRAMES PART] -GENERAL 1.1 SUMMARY A. Section includes: I. Interior standard steel doors and frames. 2. Exterior standard steel doors and frames. B. Related Requirements: I . Section 087100 "Door Hardware" for door hardware for hollow -metal doors. 1.2 DEFINITIONS A. Minimum Thickness: Minimum thickn base n without coatings according to NAAMM-HNIMA 803 or ANSI/SDI A25Q 1.3 COORDINATION O �+ A. Coordinate anchorage inPheliver on or hollo tal rames. Fur tting drawings, templates, and sdirectionsithntu i1 l�rages, nch ng ojeeve e insertsanchor bolts, and items with in[e r an o su,�7t�e to Project to i mie for installation. B. Coordinate requirem nts for inst ati of door 8 s . re Iectrified door hardware, and access control and security systems. ,9 1.4 PREINSTALLATION M T TINGS • 6 A. Preinstallation Conference: Con o` nce at Project site. 1.5 ACTION SUBMITTTAA�yS A. Product Data: For Each tv�p of product. I. Include cons ucti It details, material descriptions, core descriptions, and finishes. B. Shop Drawings: Include the following I . Elevations of each door type. 2. Details of doors, including vertical- and horizontal -edge details and metal thicknesses. 3. Frame details for each frame type, including dimensioned profiles and metal thicknesses. 4. Locations of reinforcement and preparations for hardware. 5. Details of each different wall opening condition. 6. Details of electrical raceway and preparation for electrified hardware, access control systems, and security systems. 7. Details of anchorages, joints, field splices, and connections. Kessler Mountain Regional Park, Phase It 081 113-1 19T21090 Details of accessories. Details of moldings, removable stops; and glazing. C. Product Schedule: For hollow -metal doors and frames, prepared by or under the supervision of supplier, using same reference numbers for details and openings as those on Drawings. Coordinate with final door hardware schedule. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For door inspector. B. Field quality control reports. 1.7 DELIVERY, STORAGE, AND HANDLING► A. Deliver hollow -metal doors and frames pall packaged, or crated to provide�prolection during transit and Project -site storage. Do�� t u n'nvented plastic. r_oi I. Provide additional protection to pre've�'dpmage to et -finished unit B. Deliver welded frames with two re o Ble spreader bars ao♦oss bottom a es. tack welded to jambs and mullions. �11 ♦�� C. Store hollow -metal door nd�fraAlt�es verticallj del cover at Px•'ee ite with head up. Place on minimum 4-inch�hi �qod blocking��' v e minimum rich space between each stacked door toper tit ia ulation. �(`` PART2-PRODUCTS � V O 2.1 2.2 n A PERFORMANCE REQ TS O Thermally Rated Door Assembli ro�id>door assemblies with U-factor of not more than 0.40 deg Btu/F x h x sq. ft. when t ed a cording to ASTM C518. INTERIOR STANDARlt DOORS AND FRAMES Construct hollow -metal aloars and frames to comply with standards indicated for materials, fabrication, hardAak%jations, hardware reinforcement, tolerances, and clearances, and as specified. Heavy -Duty Doors and Frames: ANSI/SDI A250.8. Level 2: ANSI/SDI A250.4. Level B. I. Doors: a. Type: As indicated in the Door and Frame Schedule. b. Thickness: 1-3/4 inches. C. Face: Metallic -coated steel sheet, minimum thickness of 0.042 inch. d. Edge Construction: Model I. Full Flush. e. Core: Polystyrene, Polyurethane, or Poly isocyanurate. Kessler Mountain Regional Park, Phase If 081 1 13-2 19T21090 2. Frames: a. Materials: Metallic -coated steel sheet minimum thickness of 0.053 inch. b. Construction: Full profile welded. 3. Exposed Finish: Prime. 2.3 EXTERIOR STANDARD STEEL DOORS AND FRAMES A. Construct hollow -metal doors and frames to comply with standards indicated for materials. fabrication, hardware locations, hardware reinforcement, tolerances, and clearances, and as specified. B. Heavy -Duty Doors and Frames: ANSI/SDI A250.8. Level 2: ANSI/SDI A250.4. Level B. I. Doors: a. Type: As indicated in the Door and Frame Schedule. b. Thickness: I-3/4 inches. C. Face: Metallic -coated steel sheet, minimum thickness of 0.042 inch, with minimum A60 coating. d. Edge Constriction: Model 2 e m es e. Top Edge Closures: Close to s of doo00%.�Flush closureISCmaterial as face sheets. Seal jo' aka n�' eater penetr i Sn� � f. Bottom Edges: Clos bo m edges of doors here requ'r fdr attachment of weather stripping closures on tels of sa �a[ as face sheets. Provide weep -hoe a ings in b�atto is f exterior or o permit moisture to escape. g. Core: Poly re e, Polyureth n a"ri d�Polyisocy�nute. 2. Frames: a. Matallic-coa[Ilk �e sheet, i i i u thickness of 0.053 inch, with minun 60 coati b. Construction. Ful,�l.$$• i welded 3. Exposed Finish: Prim 2.4 FRAME ANCHORS P A. Jamb Anchors: I. Type: Anchors of min muize and type required by applicable door and frame standard, and suitaV11f, t rerformance level indicated. for frames 2. Quantity: Minimum hr a anchors per jamb, with one additional anchor . P with no Floo anchorrovide one additional anchor for each 24 inches of frame height above 7 feet 3. Postinstalled rpansion Anchor: Minimum 3/8-inch-diameter bolts with expansion shields or inserts, with manufacturer's standard pipe spacer. B. Floor Anchors: Provide Floor anchors for each jamb and mullion that extends to Floor. C. Floor Anchors for Concrete Slabs with Underlayment Adjustable -type anchors with extension clips, allowing not less than 2-inch height adjustment. Terminate bottom of frames at top of underlayment. Kessler Mountain Regional Park. Phase If 081 1 13-3 19T21090 D. Material: ASTM A879/A879M, Commercial Steel (CS), 04/_ coating designation; mill phosphatized. I. For anchors built into exterior walls, steel sheet complying with ASTM A 1008/A 1008M or ASTMA1011/AIOIIM; hot -dip galvanized according to ASTMA153/A153M, Class B. 2.5 MATERIALS A. Cold -Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B; suitable for exposed applications. B. Hot -Rolled Steel Sheet: ASTM A 101 I/A 101 1 M, Commercial Steel (CS). Type B; free of scale; pitting, or surface defects; pickled and oiled. C. Metallic -Coated Steel Sheet: ASTM A653/A6553)M, Commercial Steel (CS), Type B. D. Inserts, Bolts, and Fasteners: Hot -dip galvanizhd-acording to ASTM A 153/A 153M� G. Power -Actuated Fasteners in Concrete as�t`[nVerl system f type suitabI ihr� placation indicated, fabricated from corrosio� aterials, w ip or other a� es : ry devices for attaching'hollow frames of pe r dicated. A A V6jN /�F. Mineral -Fiber Insulation: AS ,Type I keys without rneom nefacing); consisting of fibers manufactured�m sl rock t�th maximt�me-spread and smoke - developed indexes 8f FZS�and 50. respeoc W passin 4 1 E136 for combustion characteristics. w 2.6 FABRICATIONS O A. Hollow -Metal Frames: rig piece ex a where handling and shipping limitations _' S PP g require multiple section rames e3tabncated in sections, provide alignment plates or angles at each joint. fabri ted of metal nn or greater thickness as frames. I. Provide countersunk. flat-Adr ,_Iad exposed screws and bolts for exposed fasteners unless otherwise indicated. 2. Door Silencers: Except t�o we er-stripped frames, drill stops to receive door silencers as follows. Keep h I cl6ltr during construction. a. Single-N 'Rame . Drill stop in strike jamb to receive three door silencers. B. Hardware Preparat on: Oj,ctory prepare hollow -metal doors and frames to receive tentplated mortised hardwaredAelectrical wiring; include cutouts; reinforcement, mortising, drillin-, and tapping according to ANSI/SDI A250.6, die Door Hardware Schedule, and templates. I. Reinforce doors and frames to receive nontemplated, mortised, and surface -mounted door hardware. 2. Comply with BHMA A156.115 for preparing hollow -metal doors and frames for hardware. Kessler Mountain Regional Park, Phase If 081 1 13-4 19T21090 2.7 STEEL FINISHES A. Prime Finish: Clean, pretreat, and apply manufacturer's standard printer. I. Shop Primer: Manufacturer's standard, fast -curing, lead- and chromate -free primer complying with ANSI/SDI A250.10: recommended by primer manufacturer for substrate; compatible with substrate and field -applied coatings despite prolonged exposure. B. Field Finish: Refer to Section 099113 "Interior Painting" and 099123 "Exterior Painting" for field finishing of hollow metal doors and frames. , PART 3 - EXECUTION 3.1 PREPARATION A. Remove welded -in shipping spreaders installat factory. Restore exposed finish by grinding, filling, and dressing, as required to make rep it area smooth, flush, and invisible�gn exposed faces. Touch up factory -applied finishes t e re ders are removed. B. Drill and tap doors and frames to cei �emplated; d, and suRac ousted door hardware. o' • V 3.2 INSTALLATION A. Install hollow -me[ 11 frames plat b,�gid, prop °v i ed, and securely fastened in place. Comply t 't ap o ,ed Shop D1 and with m, of turer's written instructions. Nor B. Hollow -Metal Fram . Coin I SI/SD P Y w�l� �jt I. Set frames accurately ' p i n; plum d, all' ned, and braced securely until permanent anchors are set. A rconstru tion i nplete, remove temporary braces without damage to complex . a. Where franc are fabrics to inections; field splice at approved locations by welding face joint• unu u y; grind, fill, dress, and make splice smooth; flush, and invisible on expo fa es. es. Touch-up finishes. b. Install frames wit remo>table stops located on secure side of opening. 2. Floor Anchors: Secur i h postinstalled expansion anchors. a. Floor ancfi rs a e set with power -actuated fasteners instead of postinstalled expa rgn' ann l i so indicated and approved on Shop Drawings. 3. Solidly pac y linear AI insulation inside frames. 4. Installation TZ5ter ces: Adjust hollow -metal frames to the following tolerances: a. Squareness: Plus or minus 1/16 inch; measured at door rabbet on a line 90 degrees from jamb perpendicular to frame head. b. Alignment: Plus or minus 1/16 inch, measured at jambs on a horizontal line parallel to plane of wall. C. Twist: Plus or minus 1/16 inch, measured at opposite face corners of jambs on parallel lines, and perpendicular to plane of wall. d. Plumbness: Plus or minus 1/16 inch, measured atjambs at floor. Kessler Mountain Regional Park, Phase 11 081 1 13-5 19T21090 3.3 REPAIR A. Prime -Coat Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat and apply touchup of compatible air-dryin_, rust -inhibitive primer. B. Touchup Painting: Cleaning and touchup painting of abraded areas of paint are specified in painting Sections. END OF SECTION Kessler Mountain Regional Park, Phase 11 081 1 13-6 19T21090 SECTION 085113 - ALUMINUM SLIDING WINDOW PART[ -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 aluminum slidine window, complete. Work includes, glass and glazing; aluminum framing and components necessary for complete installation. B. Coordinate with mechanical and electrica d for air curtain; refer to drawin S. G 1.3 ACTION SUBMITTALS A. Product Data: For each type of3pr'tlQ I. Include constructi etails I teria cri ions, dinten 'o of individual components and profiles; har x�d finish f- a u mum slidi a in w. B. Shop Drawings: alum slid' in ow. O I. Include plans; elevatio s, to ns, ha ware accessories, operational clearances, and details of' t 11 6 n, in In n}, richer, fla iu , and sealant installation. C. Samples: For aluminum s ding window a d c, nponents required, showing specified finish: I. Exposed Finish: 2 by 4 inc 2. Exposed Hardware: Full-�size D. Product Schedule: FoS *,, mmttlLnt sliding window. Use same designations indicated on Drawings. �` 1.4 INFORMATIONAL SUBMITTALS A. Warranty: For manufacturer's standard warranty. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: A manufacturer capable of fabricating aluminum sliding window that meet or exceed performance requirements indicated and specified for this project. Kessler Mountain Regional Park, Phase 11 0851 13-1 19T21090 B. Installer Qualifications: An installer acceptable to aluminum sliding window manufacturer for installation of units required for this project. 1.6 WARRANTY A. Manufacturer's Warranty: Manufacturer agrees to repair or replace aluminum sliding window that fail in materials or workmanship within specified warranty period. Failures include, but are not limited to. the following: a. Failure to meet performance requirements. b. Structural failures including excessive deflection, water leakage, condensation, and air infiltration. C. Faulty operation of movable sash and hardware. d. Deterioration of materials and finishes beyond normal weathering. e. Failure of insulating glass. � /►� 2 Warrant Period: �V1 a. Glazing Units: Five years fro d'a a of Subst'att ial Completion. ✓ b. Aluminum Finish: 10 ars�"%AateofSub is Contpletio� PART 2-PRODUCTS � ♦ ''I 2.1 MANUFACTURE. A. Source Limitall ain alu 0 liding WOW Cfom single source from single manufacturer. v O _.2 ALUMINUM SLIDIN �yV A. Manufacturer: C.R. Laurence is s �c`fie, ^� approved equal. V B. Type: Provide the followingAt�es in ations indicated on Drawings: 1. Horizontal aluminumd sliding glass; Model Number SCDW1801A. C. Glass: Clear anneldagla�s, ST A C1036, Type 1, Class 1, q3. I. Kind: Fully tentpe d. D. Insulating -Glass Units: ASTM E2190. 1. Glass: ASTM C1036; Type 1, Class I, q3. a. Tint: Clear. b. Kind: Fully tempered. 2. Lites: Two. Filling: Fill space between glass lites with air. E. Glazing System: Manufacturer's standard factory -glazing system that produces weathertight seal. Kessler Mountain Regional Park, Phase 11 0851 13-2 19T21090 Hardware, General: Provide manufacturer's standard hardware fabricated from aluminum. stainless steel, carbon steel complying with AAMA 907, or other corrosion -resistant material compatible with adjacent materials; designed to smoothly operate, tightly close, and securely lock windows, and sized to accommodate sash weight and dimensions. Exposed Hardware Color and Finish: Satin Anodized aluminum. G. Horizontal -Sliding Window Hardware: I. Sill Cap/Track: Manufacturer's standard of dimensions and profile indicated; designed to comply with performance requirements indicated and to drain to the exterior. 2. Locks and Latches: Allow unobstructed movement of the sash across adjacent sash in direction indicated and operated from the inside only. Provide key -operated custodial locks. 3. Roller Assemblies: Low -friction design. H. Weather Stripping: Provide full -perimeter w,e,�ther stripping for each operable sash unless otherwise indicated. ��(_`(`�/\ I. Fasteners: Noncorrosive and compatible TroMindow in rs, trim, hard ar�ncfiors, and other components. I. Exposed Fasteners: Dt e exposed -fa a ers to greates��nt possible. For application of hardware, use„ fa;tenets [hich wish hardy re ng fastened. ♦ �/ /� V 2.3 ACCESSORIES A. Subsills: Extrude u inunt sub si tt C nfiguratio m is e on Drawings. B. Interior Trim: Extruded-alumi u Vfiles in sizes a configurations indicated on Drawings. C. Panning Trim: Extruded VInNim profil6isizes and configurations indicated on Drawings. D. Receptor System: Two-piece, s - e er, thermally broken, extruded -aluminum receptor for system that anchors windows in p 2.4 FABRICATION ♦ A. Fabricate aluminu sli8in window in sizes indicated. Include a complete system for assembling compon its=and anchoring window. B. Glaze aluminum sliding window in the factory. C. Weather strip each operable sash to provide weathertight installation. D. Weep Holes: Provide weep holes and internal passages to conduct infiltrating water to exterior. E. Provide water -shed members above side -hinged sashes and similar lines of natural water penetration. Kessler Mountain Regional Park, Phase II 0851 13-3 19T21090 F. Complete fabrication; assembly, finishing, hardware application, and other work in the factory to greatest extent possible. Disassemble components only as necessary for shipment and installation. 2.5 GENERAL FINISH REQUIREMENTS A. Comply with NAAMM's "Metal Finishes Manual" for recommendations for applying and designating finishes. B. Protect mechanical finishes on exposed surfaces from damage by applying a strippable; temporary protective covering before shipping. C. Appearance of Finished Work: Noticeable variations in same piece are not acceptable. Variations in appearance of adjoining components are acceptable if they are within the ranee of approved Samples and are assembled or installed to minimize contrast. 2.6 ALUMINUM FINISHES Vl A. Finish designations prefixed by�comp vith the s m stablishe Alt✓luminum Association for designating alumirtF t fishes. n B. Class I, Clear Anodic Finish: �AAvfv TC22A4cl n`ical Finish; noit�pecular as fabricated; Chemical Finish: etched,! edi lr&imatte: Ang Yic�ting: Arch cNal Class I, clear coating 0.018 nun or thicker)�c;�pt n�ja g with AAfv6'I. PART 3-EXECUTION ��• V 3.1 3.2 O EXAMINATION O A. Examine openings, subs ates, strut at so ort, anchorage, and conditions, with Installer present, for compliance with r irts for installation tolerances and other conditions affecting performance of the wore B. Proceed with installation oer unsatisfactory conditions have been corrected. INSTALLATION A. Comply with manufacturer's written instructions for installing aluminum sliding window; hardware, accessories, and other components. For installation procedures and requirements not addressed in manufacturer's written instructions, comply with installation requirements in ASTM E2112. B. Install aluminum sliding window level, plumb, square, true to line, without distortion or impeding thermal movement, anchored securely in place to structural support, and in proper relation to wall Flashing and other adjacent construction to produce weathertight construction. Kessler Mountain Regional Park, Phase 11 y 0851 13-4 19T21090 C. Install windows and components to drain condensation. water penetrating joints, and moisture migrating within windows to the exterior. D. Separate aluminum and other corrodible surfaces from sources of corrosion or electrolytic action at points of contact with other materials. 3.3 ADJUSTING; CLEANING; AND PROTECTION A. Adjust operating sashes and hardware for a tight fit at contact points and weather stripping for smooth operation and weathertight closure. B. Clean exposed surfaces immediately after installing windows. Avoid damaging protective coatings and finishes. Remove excess sealants; glazing materials; dirt, and other substances. I. Keep protective films and coverings in place until final cleaning. C. Remove and replace glass that has been brokcn�efupped; cracked, abraded, or dammed during construction period. r, (/✓ D. Protect window surfaces frometoanufacWr h contam m substano sting from construction operations. if comastance do �ontac[ wi rfaces; remove contaminants immediately ace r�frittert instruc 'or ND OF SEC • S 113 V � o G� Kessler Mountain Regional Park, Phase 11 y 0851 13-5 19T21090 SECTION 087100-DOOR HARDWARE PARTI-GENERAL 1.1 SUMMARY: A. Furnish complete hardware of every sort and description as required to adequately equip all movable parts throughout the building for perfect operation. Furnish hardware not specified but obviously required for completion of the project, conforming to size, function, quality, and utility of other hardware specified. B. Hardware shall be in compliance with ADA requirements. 1.2 QUALITY ASSURANCE: A. Qualification of Supplier: The finish hardware supplier shall have in supplier's employ an AHC member of the American Society of Architect6raJ; ardware Consultants. B. AHC Inspection: Before final inspection% under t" contract and acce. cf-9 project by Owner, visit the site and care Ilyl t hardwar r onforman V' ecification, adequacy for intended use, prop fu c"fioning, appearanc finish, an sful operation. assuming joint responsibility(R, on actor (9r ac� ntent of the hcracteristics and a satisfactory installation. `` ` C. Manufacturers: Obtain ea h pe of hardy ayes at h and locks inges, closers, etc.) from a single manufacturer..` D. Supplier: Supple sh`I be a f-tqgy horized d' n 3 of product supplied. Proof of authorization shall b rovided u re uest. 1.3 SUBMITTALS: Comp 4 i[FiiDidision 0 e ui n nts. .r; Vq� A. Hardware Schedule: As con as pra"c'c' le ter award of contract and prior to ordering of hardware, submit to Architect for ev scheduI of hardware to be furnished. Include type, style, function, size and finish o e ch ardware item; name and manufacturer of each item; fastenings and other pertinent form on; location of hardware set cross-referenced to drawing indications, mounting loc6ati • s or hardware, and door and frame sizes and materials. Within 10 drafte re eipi of approved hardware schedule, submit template information to all relateds. Furnish template information in accordance with latest DHI standards. Nftwool B. Product Data: Deliver to installer instructions for installation and maintenance of operating parts and exposed finishes. Furnish templates to fabricators of other work to receive finish hardware. Kessler Mountain Reeional Park, Phase 11 V 087100-1 19T21090 1.4 PRODUCT HANDLING: Furnish hardware separately unit packed (complete with necessary attachments and fastenings), labeled, and numbered in accordance with Hardware Schedule. Deliver at proper times to proper locations (shop or project site) for installation. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Source Limitations: Obtain each type of door hardware from single manufacturer. 2.2 PERFORMANCE REQUIREMENTS A. Means of Egress Doors: Latches do not require more than 15 Ibf to release the latch. Locks do not require use of a key, tool; or special knowledge for operation. B. Accessibility Requirements: For door hardware on doors in an accessible route, comply with the USDOPs "2010 ADA Standards for Accessib esign". coo I. Provide operating devices that do o� i tight rasping; pinching; o g of the wrist and that operate with a force of(iio lore thanb� 2. Comply with the following i a. ' 1dm opening force FI qu�ments* a. Interior; Non -Fire -Rate ina d Doors: 5 1�4 appllid perpendinLd t door. 3. Bevel raised threshold wig a�l�pe of g m�'�t#�an 1:2. P o�$=tRresholds not more than 1/2 inch high. 4. Adjust door closereep periods so tfr to an open si on of 90 degrees; the door will take at leas'teco ds to mov o a position of 12 egre from the latch. 5. Adjust spr g S so that; fr•m nn gpen positio of degrees, the door will take at least 1.5 s ds move to t ie os d position\ 2.3 HINGES V A. Hinges: BHMA A 156.1. Pro id template duce hinges for hinges installed on hollow -metal doors and hollow -metal fries. 2.4 MECHANICAL LOCKS AND A. Lock Functions: As indicateAid, or Hardware schedule. B. Lock Throw: Comp. \th Gstibg requirements for length of bolts required for labeled fire doors; and as follo�` I . Bored Locks: Minimum 1/2-inch latchbolt throw. C. Lock Backsee 2-3/4 inches unless otherwise indicated. D. Lock Trim: Description: As indicated in door hardware schedule. Levers: Cast. Escutcheons (Roses): Cast. Kessler Mountain Regional Park, Phase 11 087100-2 19T21090 E. Strikes: Provide manufacturer's standard strike for each lock bolt or latchbolt complying with requirements indicated for applicable lock or latch and with strike box and curved lip extended to protect frame; finished to match lock or latch. F. Bored Locks: B14MA A 156.2; Grade I: Series 4000. 2.5 MANUAL FLUSH BOLTS A. Manual Flush Bolts: BHMA A156.16; minimum 3/4-inch (19-mm) throw; designed for mortising into door edge. 2.6 OPERATING TRIM A. Operating Trim: BHMA A156.6. 2.7 SURFACE CLOSERS A. Surface Closers: BHMA A 156.4; rack -and- ini hydraulic type with adjustable weep and latch speeds controlled by key-operate�es nd forged -steel main an> i)y with manufacturer's written instructions for siz 3l or closere ending on sizegP of exposure to weather; and anticipated freque s of s rovide fac , - i ed closers a 3�ta le to meet field conditions and requirements r o nmg force. A ♦ �/V) 2.8 MECHANICAL STOPS AN H_Lg RS ` A. Wall- and Floor-Moutred S s: BHMA A 6. 2.9 DOOR GASKE` A. Door Gasketing B A A156.22- wi resilien e, idl seal strips that are easily replaceable and readily available from st attained b5 manu acturer. B. Maximum Air Leakage: geed ace g to ASTM E283 with tested pressure differential of 0.3-inch wg, as follows ♦► I . Gasketing on Single DoorsmQ$q. ft. of door opening. 2. Gasketing on Double Door 50 fin per ft. of door opening. 2.10 THRESHOLDS A. Thresholds: BHM0,-450 I; Fabricated to full width of opening indicated. 2.11 METAL PROTECRIM UNITS A. Metal Protective Trim Units: BHMA A156.6; fabricated from 0.050-inch-thick stainless steel: with manufacturer's standard machine or self -tapping screw fasteners. 2.12 AUXILIARY DOOR HARDWARE A. Auxiliary Hardware: BHMA A 156.16. Kessler Mountain Regional Park, Phase 11 y 087100-3 191-21090 2.13 FASTENINGS: A. Furnish all necessary screws, bolts; and other fasteners of suitable size and type to properly anchor the hardware. B. Furnish fastenings, where necessary, with expansion shields, toggle bolts, sea bolts and other anchors, according to the material to which hardware is to be applied and the recommendations of the hardware manufacturer. C. 2.14 A. B. C. 2.15 2.16 A. B. C. D. Furnish fastenings compatible with both hardware and substrate material and, if exposed, matching hardware finish. FINISHES Satin chrome (BHMA 626) and satin stainless steel (BHMA 630) as specified. Paint door closers aluminum (BHMA 689). Provide mill finished aluminum weathers I 'a, J DOOR CLOSER ADJUSTMENT: djus eet openin f requirem SX ?I. state. and local codes and requirements. In Lances where pres re. drafts o • factors prevent the proper operation and cornl raa f e closes, o ult with Arch' e o guidance. Adjust closers after HVAC systems�ara erati I anJ4.,Uusted. B r red to make a final adjustment to door closer 6ithin moi `� � KEYING Locks are subject eu`g mast Furnish four (4) keys per keye�alj Provide six (6) masterke V Construction ntasterkey loc •s. Fu m 2.17 KEY CONTROL SYSTEM labels; tags with self lockin markers and standard me required for project PART 3-EXECUTION V 3.1 INSTALLATION hs aft r o u ancy. � �aV Nnn. Key I c alike in groups as required. and t (2) ys each for all other locks. masterkeys. NF a complete key control system including envelopes, clips, receipt forms, 3-way visible card index, temporary t. Size of systems shall be 150% of the number of locks A. Mount hardware units at heights indicated in "Recommended Locations for Builders Hardware for Standard Steel Doors and Frames" by DHI, except as otherwise directed by Architect. B. Install each hardware item in compliance with manufacturer's instructions and recommendations. Wherever cutting and fitting is required to install hardware onto or into surfaces which are later to be painted and finished, coordinate removal, storage and Kessler Mountain Regional Park, Phase 11 V 087100-4 19T21090 reinstallation or application of surface protections with finishing work specified. Do not install surface -mounted items until finishes have been completed on substrate. C. Set units level, plumb and true to line and location. Adjust and reinforce attachment substrate as necessary for proper installation and operation. D. Drill and countersink units which are not factory -prepared for anchorage fasteners. Space fasteners and anchors in accordance with industry standards. E. Set thresholds in full bed of butyl -rubber or polyisobutylene mastic sealant. 3.2 ADJUST AND CLEAN: A. Adjust and check each operating item of hardware and each door to ensure proper operation or function of every unit. Replace units which cannot be adjusted to operate freely and smoothly. B. Clean adjacent surfaces soiled by hardware in tallation. 3.3 HARDWARE SETS: Furnish in the at n a indicated on drawings or t�ulred for complete and operable facility. 3.4 DOOR HARDWARE SCHEDUL P D', HW-01 (DOORS 101A, IO5A,W109 EACH TO HAVE /'►� .)EA HIN S ` AN 12 4-1/2"1 C 4 jj/2" X NRP X US32D IEA ENTR US26D O I EA CLOSER21 X I EA KICKPLATE ` Y 10' 34-1 2" X US32D I EA RAIN DRIP 3 97 +4" X AL I SET GASKETING ROE15 I EA DOOR BO L I EA THRESHOLD J3' AL I EA STOP 2 1. 1 X US26D H W-02 • �� (DOORS 104A) EACH TO HAVE 3EA HINGES IEA STOREROOM IEA CLOSER I EA KICKPLATE I EA RAIN DRIP I SET GASKETING I EA DOOR BOTTOM IEA THRESHOLD I EA STOP ANSI A5112 4-1/2" X 4-1/2" X NRP X US32D F86 X US26D CO2021 X 689 J 102 10" X 34-1/2" X US32D R3Y976 +4" D.W. X AL R0E154 R3E434 X AL J32130 X AL L02131 X US26D Kessler Mountain Regional Park, Phase 11 087100-5 19T21090 H W-03 (DOORS 108A, I IOA) EACH PAIR TO HAVE 6 EA HINGES I EA STOREROOM IEA CLOSER 2 EA FLUSH BOLTS 2 EA KICKPLATES 2 EA RAIN DRIPS 2 SETS GASKETING 2 EA DOOR BOTTOMS IEA THRESHOLD 2 EA STOPS H W-04 (DOORS 106A AND 107A) EACH TO HAVE 3EA HINGES I EA ENTRY IEA CLOSER I EA KICKPLATE I EA RAIN DRIP If I SET GASKETING I EA DOOR BOTTI I EA THRSTOI OL,Dw\_ I EA STOP/\ H W-OS ANSI A51 12 4-I/2" X 4-I/2" X NRP X US32D F86 X US26D CO2021 X 689 (ACTIVE) L04251 X US26D (INACTIVE) J 102 10" X 35" X US32D R3Y976 +4` D.W. X AL ROE154 RJE434 X AL J32130 X AL L02131 X US26D i 1/2" X 4-1/2" X NRP X U632 S2 D 89 X 34-I/ •2D +4 ' L NJ 26D (DOOR 102A) O EACH TO HAVE3EA HINGES • 4-1/2" X 4-1/2" X NRP X US32D 1 EA STOREROOM ��S26D I EA STOP I X US26D 3 EA SILENCER: � H W-06 ` (OVERHEAD COIL G , ORS) I EA CYLINDER ANSI F109 J321 154 BALANCE OF HARDWARE BY DOOR MANUFACTURER END OF SECTION 087100 Kessler Mountain Regional Park, Phase 11 087100-6 19T21090 SECTION 099113 - EXTERIOR PAINTING PART] -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: I. Primers. 2. Finish coatings. A �G B. Related Requirements: ' I. Section 051200 "Structu a elelaming �fo op priming of mA bstrates. 2. Section 055000 "Metal' abrica�Sls" for i • p ng metal RS. 41 1.3 ACTION SUBMITTALS\v�� V► A. Product Data: Fo --ch pe of product �V I. Include preparation re 'rem and ap91icatR!ninstructions. B. Samples: For each typey 'motemand Caand loss of topcoat. g I. Submit Samples id baekt _Z�inehes square. 2. Apply coats on Samples in top s ow each coat required for system. 3. Label each coat of each §antp 4. Label each Sample for Io ation and application area. C. Product Schedule:e skAdeshnations indicated on Drawings and in the Exterior Painting Schedule to crossi,61erence7lpaint systems specified in this Section. Include color designations. 1.4 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. Paint Products: 5 percent, but not less than I gal. of each material and color applied. Kessler Mountain Regional Park, Phase 11 099113-1 19T21090 1.5 10 QUALITY ASSURANCE A. Mockups: Apply mockups of each paint system indicated and each color and finish selected to verify selections made under Sample submittals; to demonstrate aesthetic effects, and to set quality standards for materials and execution. I. Architect will select one surface to represent surfaces and conditions for application of each paint system. a. Vertical and Horizontal Surfaces: Provide samples of at least 100 sq. ft. b. Other Items: Architect will designate items or areas required. 2. Final approval of color selections will be based on mockups. If preliminary color selections are not approved, apply additional mockups of additional colors selected by Architect at no added cost to Owner. 3. Approval of mockups does not con it to approval of deviations from the Contract Documents contained in mockups n' ss approval specifically approvesldfd�"viations in writing. 4. Subject to compliance with .egmr s; approve o pups may cc a part of the completed Work if undistur ed a ie of Subst mial om Ietion.,O DELIVERY STORAGE NDOI WLING ` A. Store materials no Qts in ightly cov ed-mainers temperatures co nu usf�j main[ained(tss than 4�5 I. Maintain containers in cle corm ition, f foie 2. Remove rags and was rage arre dail . V P � lated areas with ambient materials and residue. 1.7 FIELD CONDITIONS • A. Apply paints only when temperat of`aces to be painted and ambient air temperatures are between 50 and 95 deg F. B. Do not apply paints m4s~,�yi fog; or mist; when relative humidity exceeds 85 percent; at temperatures less th n15 d�g�ab ve the dew point: or to damp or wet surfaces. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Source Limitations: Obtain each paint product from single source from single manufacturer. Kessler Mountain Regional Park, Phase 11 y 0991 13-2 19T21090 2.2 PAINT PRODUCTS, GENERAL A. Material Compatibility: 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. For each coat in a paint system. provide products recommended in writing by topcoat manufacturer for use in paint system and on substrate indicated. B. Colors: As indicated on the drawings. PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions. with I?ca present, for compliance wiitt W-ements for maximum moisture content and other o 'ions affec erformance of t �4Yoi P B. Verify suitability of substrates, inaudi �rface conditions nd compati ifit , vith finishes and primers. ^ ♦ C. Proceed with coating application lieafter un��ry conditi s h � e been corrected. I . Application eig indicates acB ptan a of surfs ;Naalnditions. V 3.2 PREPARATION O A. Comply with manufac er's runs[ uctio plicable to substrates and paint systems indicated. B. Remove hardware, covers, plates n si :ritenis already in place that are removable and are not to be painted. If removal is t ra ical or impossible because of size or weight of item, provide surface -applied protec on b re surface preparation and painting. I. After completing p 'n toperations, use workers skilled in the trades involved to reinstall iten hat�b e Removed. Remove surface -applied protection. C. Clean substrates o��nces that could impair bond of paints, including dust, din, oil, grease, and incompatible paints and encapsulants. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems specified in this Section. D. 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: I. SSPC-SP 2. 2. SSPC-SP 3. Kessler Mountain Regional Park, Phase 11 V 0991 13-3 19T21090 E. Shop -Primed Steel Substrates: Clean field welds, bolted connections. and areas where shop paint is abraded. Paint exposed areas with the same material as used for shop priming to comply with SSPC-PA I for touching up shop -printed surfaces. F. 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. G. Aluminum Substrates: Remove loose surface oxidation. 3.3 INSTALLATION A. Apply paints in accordance with manufacturer's written instructions. I . Use applicators and techniques suited for paint and substrate indicated. 2. Paint surfaces behind movable items ame as similar exposed surfaces. Before final installation, paint surfaces behind perntan fixed items with prime coat only. 3. Paint exterior doors and entire expo e�siaa of exterior door frames. 4. Do not paint over labels of r p ent tes agencies or t name; identification; performance i g; 5+o enclature s. ). Primers specified in the E, en aiming Sch due fay be om' e items that are factory primed or facto n he if comga6W ith interntedia a. topcoat coatings and acceptable to intern edi t nd topcortianufactur B. Tint undercoats samry cbor topcoat, �[i a�oh and co a lighter shade to facilitate identification of eac ccml[iple coat f same ntateri r to a applied. Provide sufficient difference in shVeNcoats to di It eachse ar e at. C. If undercoats onditions o lhroueb p apply additional coats until cured film has a uniform paint finish, c r, pearan D. Apply paints to produce u- a 11111v'i o cloudiness; spotting; holidays; laps; brush marks; roller tracking; runs; sags; opmess r th iface imperfections. Cut in sharp lines and color breaks. E. Painting Fire Suppression, Plw bin' g�F(VAC, Electrical, Communication, and Electronic Safety and Security Work: I . Paint the foljMn�orh w tere exposed to view: a. Equipmetit?including panelboards. b. Uninsulated metal piping. C. Uninsulated plastic piping. d. Pipe hangers and supports. e. Metal conduit. f. Plastic conduit. g. As indicated on the drawings. Kessler Mountain Regional Park, Phase 11 0991 13-4 19T21090 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. I. 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 instructions; Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with paint manufacturers written instructions. 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. I. Do not clean equipment with free-diai Yn ater and prevent solvents, thinner,.,cleaners, and other contaminants from enter' °t terways, sanitary and storq�cl n stems. and ground. ✓ 2. Dispose of contaminants 'm acc�p ace with g it ments of u[ r1res having jurisdiction. 3. Allow empty paint canse re disppsa 4. Collect waste paint by pe n deliver t e +Vclgor colle2pp i ity. B. After completing p4nt pp ic�cation, clew ed surfaces eein`ove spattered paints by washing, scraping @tho Is. Do n sc tch or dan age dcent finished surfaces. C. Protect work of Teat s again t= ama�e from pa t a �Pl%anm on. Correct damage to work of other trades by , repairin rr lacing n c aflifi ling, as approved b y Architect, and pp > leave in an undamaged cond't on. D. At completion of const'y;� i tivitie o other trades, touch up and restore damaged or defaced painted surfaces. ` 3.6 EXTERIOR PAINTING SCH = ULF� A. Calcium Silicate Maannu►fa��ed tie Masonry Units: Refer to Section 047323. B. Steel and Iron Sub s` I. Water- Based' ,i Industrial Coating over Epoxy System: a. Prime Coat: Epoxy metal primer. b. Intermediate Coat High -build epoxy paint, low gloss. C. Topcoat: Exterior, water -based, light industrial coating, semigloss. C. Galvanized -Metal Substrates I . Water -Based, Light Industrial Coating System: a. Prime Coat: Water -based, galvanized -metal primer. b. Intermediate Coat: Matching topcoat. C. Topcoat: Exterior, water -based, light industrial coating, semigloss. Kessler Mountain Regional Park, Phase If 0991 13-5 19T21090 D. Aluminum Substrates I . Water -Based; Light Industrial Coating System: a. Prime Coat Quick -drying aluminum primer. b. Intermediate Coat: Matching topcoat. C. Topcoat: Exterior, %eater -based, light industrial coating, semigloss. E. Stainless Steel Substrates I. Water -Based, Light Industrial Coating Svstem: a. Prime Coat: Quick -drying aluminum primer. b. Intermediate Coat Matching topcoat. C. Topcoat: Exterior, water -based, light industrial coating, semigloss. 2. Refer to Section 055000 "Metal Fabrications' for stainless steel countertops and trim. Kessler Mountain Regional Park, Phase If 099113-6 19T21090 SECTION 099123 - INTERIOR PAINTING PARTI-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: I. Concrete. �j� w 2. Concrete masonry units (CMUs). �(/✓1 3. Steel and iron. 4. Galvanized metal. 00, 5. Aluminum (not anodized or th I e coated). /1 6. Stainless steel. (SA1 ♦ + 7. Exposed wood substrate ; t n ng, cabir r'y� v� 8. Glue -Laminate wo6 const lion. ` 9. Gypsum boards rN B. Related Require l �en I. Section 0510 " tructural teel�r ming" for op riming structural steel. 2. Section 0550 "Metal Fa' 'call ns" for op rrttn; g metal fabrications. 1.3 DEFINITIONS A. MPI Gloss Level I: Not more that iv u is at 60 degrees and 10 units at 85 degrees, according to ASTM D523. B. MPI Gloss Level 2: Not in e tan 100 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D5A3 C. MPI Gloss Level IO t units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D523. D. MPI Gloss Level 4: 20 to 35 units at 60 degrees and not less than 35 units at 85 degrees, according to ASTM D523. E. MPI Gloss Level 5: 35 to 70 units at 60 degrees, according to ASTM D523. F. MPI Gloss Level 6: 70 to 85 units at 60 degrees, according to ASTM D523. G. MPI Gloss Level 7: More than 85 units at 60 degrees, according to ASTM D523. Kessler Mountain Regional Park, Phase 11 099123-1 19T21090 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. I. Include Printout of current "MPI Approved Products List" for each product category specified; with the proposed product highlighted. 2. Indicate VOC content. B. Samples for Initial Selection: For each type of topcoat product. C. Samples for Verification: For each type of paint system and in each color and gloss of topcoat. I . Submit Samples on rigid backing. 8 inches square. 2. Apply coats on Samples in steps to show each coat required for system. 3. Label each coat of each Sample. 4. Label each Sample for location and application area. D. Product List: Cross-reference to paint syste%and locations of application areas. Use same designations indicated on Drawings and in scl�et�ttl . Include color designations. CO 1.5 MAINTENANCE MATERIAL SQhr' T� A. Furnish extra materials that fGucts �n§tajend that are a d with protective covering for storage and idenu ie w h labels�b,un�g contents. I. Paint: 5 percent, b not lehan I gal. material aui co rapplied. L6 QUALITY ASS H►v V A. Mockups: ApplyVR ps of ea&,L ut systen m and each color and finish selected to verify preliminary selections a `t naer Sam sub ittals and to demonstrate aesthetic effects and set quality standard r(o m ted als and%xxecuuri I. Architect will selat ne rfa� to [resent surfaces and conditions for application of each paint system. `\v]► a. Vertical and Horizont ar aces: Provide samples of at least 100 sq. ft.. kk b. Other Items: Arcl 'tect wa designate items or areas required. 2. Final approval of I ctions will be based on mockups. a. If pre minau o selections are not approved; apply additional mockups of addit nal ce s selected by Architect at no added cost to Owner. 3. Approval of odskups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 4. Subject to compliance with requirements; approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. Kessler Mountain Regional Park, Phase11 099123-2 19T21090 1.7 DELIVERY; STORAGE. AND HANDLING A. 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. I. Maintain containers in clean condition. free of foreign materials and residue. 2. Remove raes and waste from storage areas daily. 1.8 FIELD CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F. B. Do not apply paints when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. PART2-PRODUCTS MANUFACTURERS V Products: Subject to complian iZr uiremegis ted in the Interio a tine Schedule for the paint category indicated. ` PAINT. GENERA 6 MPI Standards: P U shall coi MPI sta a s 1dicated and shall be listed in its 'IMP[ Approved Pro U�is Lists." Material Compatibility:1111 I. Materials for use iIDch pai stem shall be compatible with one another and substrates indicated under coA ]Ii ns f service and application as demonstrated by manufacturer; based on tes g del experience. 2. For each coat in a paints in, roducts shall be recommended in writing by topcoat manufacturers for use in,vamt tem and on substrate indicated. C. Colors: As indicated otudF&—wvinTN! 2.3 SOURCE QUALIT C INTRROL A. Testing of Paint Materials: Owner reserves the right to invoke the following procedure: I. 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 Kessler Mountain Regional Park, Phase If 099123-3 19T21090 paint materials from Project site, pay for testing, and repaint surfaces painted with rejected materials. Conti -actor 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 Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: I . Concrete: 12 percent. 2 Masonry (Clay and CMUs): 12 percents j� 3. Wood: 15 percent.�[v) (_`//\ C. Verify suitability of substrates, in udirig ?;hufkce conditi • an compati i ityth existing finishes and primers. D. Proceed with coating applicati • n hl after uns " c[ conditio ah been corrected. I . Application of coa g indi es accept ce rfaces and on ions. 3.2 PREPARATIONS` V A. Comply with manu a turer's wrstructio d e mmendations in "MPI Architectural Painting Specification Manua t ble to s lstrate and paint systems indicated. B. Remove hardware, cove p7latehiand sim' items already in place that are removable and are not to be painted. If rem al is inh ra t�.,al��99 impossible because of size or weight of item, provide surface -applied protectio e e�yrface preparation and painting. I. After completing painting era ions, use workers skilled in the trades involved to reinstall items that were enho+ Remove surface -applied protection if any. C. Clean substrates of sub�'tati es t could impair bond of paints, including dust, dirt, oil, grease, and incompatible p hnt3 *a I erica sulants. I. Remove inc mpatt le primers and reprime substrate with compatible primers or apply tie coat as regmr 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 mortar joints exceeds that permitted in manufacturer's written instructions. Kessler Mountain Regional Park, Phase 11 099123-4 19T21090 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: I. SSPC-SP 2. 2. SSPC-SP 3. G. Shop -Primed Steel Substrates: Clean field welds, bolted connections, and areas where shop paint is abraded. Paint exposed areas with the same material as used for shop priming to comply with SSPC-PA I for touching up shop -primed surfaces. H. 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. J. Wood Substrates: I. Scrape and clean knots, and apply coat 00jac not sealer before applying primer. 2. Sand surfaces that will be exposed to vd dust off. 3. Prime edges, ends, faces, wtdersid sides of wood. 4. After priming, fill holes and imp ct ns in the 1 is surfaces with "it[t r plastic wood filler. Sand smooth whendried. 3.3 APPLICATION � A. Apply paints accordigg tX`M rufacturer's t Fn,ifistruction an t�rec`nmendations in "MPI Manual." or I . Use appli • to • Amechniques t��r paint and bs ate indicated. 2. Paint surfac behind movayf ,e uipment and rnt re same as similar exposed surfaces. Before final in tallation p t s rfaces in tdanently fixed equipment or furniture with prime coat only. 3. Paint front andck�f acce pane removable or hinged covers, and similar hinged items to majh ex o ed4u > 4. Do not paint ov labels of in ep ndent testing agencies or equipment name, identification, perfonnanc rat nomenclatw'e plates. 5. Primers specified in paintin cl ules may be omitted on items that are factory primed or factory finished if acc8 tabl o topcoat manufacturers. B. Tint each undercoat a ti t sha a to facilitate identification of each coat if multiple coats of same material ar o be�ppli d. Tint undercoats to match color of topcoat, but provide sufficient different in sh de of undercoats to distinguish each separate coat. C. If undercoats or other conditions 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: Kessler Mountain Regional Park, Phase II 099123-5 19T21090 Paint the following work where exposed in equipment rooms: a. Equipment, including panelboards. 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. h. Duct; equipment; and pipe insulation having cotton or canvas insulation covering or other paintable jacket material. 2. Paint the following work where exposed in occupied spaces: a. Equipment, including panelboards. b. Uninsulated metal piping. C. Uninsulated plastic piping. . Pipe and supports. e. Metall conduit. it. COf. Plastic conduit. g. Duct, equipment, and pipe in la n havin or canvas i u io covering or other pamtable jack at�r . h. Other items as direct by rchitect. 3. Pain[ portions of interu a of mc�fI�dtLe[s� without I' �r�}e hind air inlets and outlets that are visible fronh�pied spa �� ♦ V 3.4 FIELDQUALIT n© o' A. Dry Film Thickne estmg: O Rrt�y enva a the ervices of a qualified testing and inspecting agency to mspec[ an mt for Ile i ness. I . Contractor shall touch an [ore parr ed s faces damaged by testing. 2. If test results sh H I t film th kness applied paint does not comply with paint manufacturer's w� en rec mrUen au ns. Contractor shall pay for testing and apply additional coats a needed -, dry film thickness that complies with paint manufacturer's written rec V ons. 3.5 CLEANING AND PROTg J A. At end of each wo ay move rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing paint application, clean spattered surfaces. Remove spattered paints by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, 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 painted surfaces. Kessler Mountain Regional Park, Phase 11 099123-6 19T21090 3.6 INTERIOR PAINTING SCHEDULE A. Concrete Substrates, Traffic Surfaces: I. Sealed Concrete Floors: MPI INT 3.2G a. First Coat: Sealer, water based; for concrete Floors, matching topcoat. b. Topcoat: Sealer, water based, for concrete floors, MPI #99. 2. Epoxy Floors: a. Prime Coat: Epoxy, matching topcoat. b. Topcoat: Epoxy; Gloss, MPI 482: B. CMU Substrates: I. Water -Based Light Industrial Coating System MP.I INT 4.2K: a. Block Filler: Block filler; latex, interior/exterior, MPI #4. b. Intermediate Coat: Light industrial coating; interior, water based; matching topcoat. C. Topcoat: Light industrial coatis interior; water based, semi -gloss (MPI Gloss Level 5), MPI # 153. C. Steel Substrates: I. Quick -Dry Enamel System IT90A:K� a. Prime Coat: Primer a kyd; rock dry; for metal; PI #76. b. Intermediate CoaA.' . A ' y Sick dry; yate"hing topcoat. Z C. Topcoat: Alkyd; quick ,; semi-g Vtl Gloss LKI ) PI #81. D. Galvanized -Metal Sul4str tes. '/ ` 3l3 ` I. Water -Base i�R�n stria) Co n S em MPI a. Pti e a INN stria n � eater based P #134. b. Interco di e Coat: �4It Rdustria c,atin , interior, water based, matching topcoat. C. Topcoat: Light id tri coatisQnteror, water based. semi -gloss (MPI Gloss Levels), E. Aluminum (Not Anodized r Other [mod Substrates: 1. Water -Based Light Indusu al System MPI INT 5.4E: a. Prime Coat: Primer, glaw- ty. for aluminum, MPI #95. b. Intermediate Co Light industrial coating; interior, water based; matching topcoat. C. Topcoa h i d trial coating; interior. water based, semi -gloss (MPI Gloss LeveQt)MS.153. F. Stainless Steel Su I. Stainless Steel Countertops: Refer to Section 055000 "Metal Fabrications' for stainless steel countertops for specified polished finish. 2. Water -Based Light Industrial Coating System MPI INT 5.6F: a. Prime Coat: Primer; quick dry, MPI #95. b. Intermediate Coat Light industrial coating; interior; water based, matching topcoat. C. Topcoat: Light industrial coating; interior, water based, semi -gloss (MPI Gloss Level 5), MPI #153. Kessler Mountain Regional Park, Phase 11 V 099123-7 19T21090 G. Wood Substrates: Glued -laminated construction. Refer to Section 061800. H. Wood Substrates: Exposed framing, Cabinetry. I. Transparent Finish: a. Semitransparent Stain System; MPI INT 6.4C: . 1) Prime Coat: Paste wood filler/stain. 2) Intermediate and Topcoat: Polyurethane varnish. MPI #56 or #57 as required. 2. Opaque Finish, MPI INT 6.3BB: a. Prime Coat: Wall and wood primer. b. Intermediate and Topcoat: Interior alkyd, Semi -Gloss enamel MPI # 1 14. END OF SECTION 099123 Kessler Mountain Regional Park, Phase It v 099123-8 19T21090 SECTION 101 100 - VISUAL DISPLAY UNITS PARTI-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: I . Visual display board assemblies, marker`boud, bulletin boards. 2. Refer to drawings for locations. 1.3 PREINSTALLATION MEETI ♦ V A. Preinstallation Conferenc Condu onferenc a Pisite. 1.4 ACTION SUB A. Product Data: For a type of pr u O I. Include construction ail9erial des ; ns, dimensions of individual components and profiles, finis e t ccessorie�s*�®rvis al display units. B. Shop Drawings: For visual ispla)%pMits, 1. Include plans. elevations seettV,details. and attachment to other work. 2. Show locations of panel i 3. Include sectionsp picidrim members. C. Samples: For eacCtypelNolvisual display unit indicated. for units with factory -applied color finishes, and as foi I. Samples of facings for each visual display panel type, indicating color and texture. 2. Actual factory -finish color samples, applied to specified exposed substrate. 3. Include accessory Samples to verify color selected. D. Product Schedule: For visual display units. Use same designations indicated on Drawings. Kessler Mountain Regional Park, Phase 11 101100-1 19T21090 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. B. Sample Warranties: For manufacturer's special warranties. 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: For visual display units to include in maintenance manuals. 1.7 DELIVERY, STORAGE, AND HANDLING A. Deliver factory -fabricated visual display units completely assembled in one piece. If dimensions exceed maximum manufactured unit size, or if unit size is impracticable to ship in one piece, provide two or more pieces with joints in locati ns indicated on approved Shop Drawings. 1.8 FIELD CONDITIONS 0. A. Environmental Limitations: Do t1�t"defterroor insta I vi al displav it until spaces are enclosed and weathertight. v complete, and temporary HV humidity conditions at ocezupt 1.9 WARRANTY .,`` A. Special Warranty ON porcelain -enamel face 'd ii spaces is co lete and drv. �iSrk�a ove ceilings is n is ope atP(4tg maintaining a ttbi nt temperature and s durin� amder oft e c nstruction period. I Face SI 1a ufacturer agrees to repair or replace in mt i aals workmanship within specified warranty, peso v I. Failures include; bt�ot lindhed0. ijle following: a. Surfaces lose origin nt`nd erasing qualities. b. Surfaces exhibit c azin� racking, or flaking. 2. Warranty Periodt, a ee Ts from date of Substantial Completion. PART2-PRODUCTS CjN , 2.1 MARKERBOARD: Claridge, or approved equal. Refer to drawin_s for location. A. Corners: Square. B. Width: As indicated on Drawings. C. Height As indicated on Drawings. Kessler Mountain Regional Park, Phase 11 101 100-2 19T21090 D. Mounting Method: Direct to wall. E. Markerboard Panel: Porcelain -enamel -faced markerboard panel on core indicated. Color: White. F. Aluminum Frames and Trim: Fabricated from not less than 0.062-inch-thick. extruded aluminum; of size and shape indicated on Drawings. I. Aluminum Finish: Clear anodic finish. G. Joints: Make joints only where total length exceeds maximum manufactured length. Fabricate with minimum number ofjoints, as indicated on approved Shop Drawings. H. Chalktrav: Manufacturer's standard: continuous. I. Box Type: Extruded aluminum with slanted front, grooved tray, and cast -aluminum end closures. 2.2 BULLETIN BOARD: Claridge, or approq aL Refer awings. 'V PART 3 - EXECUTION O ♦ Z 3.1 EXAMINATION A. Examine substrat a itions, wi h Iler present', or ��eompliance with requirements for installation toleran s, dace condi'wall, an d�lbiiditions affecting performance of the Work. 11JJ� B. Proceed with installatio nl un ati acto o ditions have been corrected. 3.2 PREPARATION ` A. Comply with manufacturer's w itten ructions for surface preparation. B. Clean substrates of syby�@n2ssuch as dirt, mold, and mildew, that could impair the performance c f and ffe the s'm th, finished surfaces of visual display boards. C. Prepare surfaces to ac ' ve a smooth, dry. clean surface free of Flaking, unsound coatings, cracks, defects, projections; depressions, and substances that will impair bond between visual display units and wall surfaces. 3.3 INSTALLATION A. General: Install visual display surfaces in locations and at mounting heights indicated on Drawings. Keep perimeter lines straight, level, and plumb. Provide grounds, clips, backing materials, adhesives, brackets; anchors, trim, and accessories necessary for complete installation. Kessler Mountain Regional Park, Phase 11 101 100-3 19T21090 B. Factory -Fabricated Visual Display Board Assemblies: Attach concealed clips, hangers, and grounds to wall surfaces and to visual display board assemblies with fasteners at not more than 16 inches o.c. Secure tops and bottoms of boards to walls. 3.4 CLEANING AND PROTECTION A. Clean visual display units in accordance with manufacturer's written instructions. Attach one removable cleaning instructions label to visual display unit in each room. B. Touch up factory -applied finishes to restore damaged or soiled areas. C. Cover and protect visual display units after installation and cleaning. Kessler Mountain Regional Park, Phase If 101 100-4 19T21090 SECTION 101423.16—BUILDING SIGNAGE PARTI-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 building signage that are directly attached to the building. Refer to drawings for locations; interior and exterior types. 1.3 DEFINITIONS A. Accessible: In accordance with th Z Ai ility standard. P • 1.4 COORDINATION ` A. Furnish templates i� lac neat of ign anchorage d 'ce embedded in permanent construction by er ms%a4 ers. B. Furnish templates placement f cal se 'c em edded in permanent construction by other installers. 1.5 ACTION SUBMITTAL A. Product Data: For each type of p`VVV B. Shop Drawings: For signs. �vJ I. Include fabncaNph�an s Ilation details and attachments to other work. 2. Show sign morim[i eights, locations of supplementary supports to be provided by other installers, an ace series. 3. Show message ist, typestyles, graphic elements, including raised characters and Braille, and layout for each sign at least half size. C. Samples: For each type of sign assembly showing all components and with the required finish(es), in manufacturers standard size unless otherwise indicated and as follows: I. Signs: Full-size Sample, interior and exterior types. 2. Variable Component Materials: Full-size Sample of each base material, character (letter, number, and graphic element) in each exposed color and finish not included in Samples above. Kessler Mountain Regional Park. Phase11 y 101423.16-1 19T21090 3. Exposed Accessories: Full-size Sample of each accessory type. 4. Full-size Samples, if approved; will be returned to Contractor for use in Project. D. Product Schedule: For building signage. Use same designations indicated on Drawings or specified. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer and manufacturer. B. Sample Warranty: For special warranty. 1.7 CLOSEOUT SUBMITTALS A. Maintenance Data: For signs to include in maintenance manuals. G� 1.8 MAINTENANCE MATERIAL SUBMIT �✓ A. Furnish extra materials that matZ lcts installed and hat are pa a wrth protective covering for storage and identi�i bels de4cr} it Contents. ii ` 1.9 QUALITY ASSURAN C6 110 A. Installer Qualifi w ' � entity th e 0CYs installer and apervisors who are trained and approved by ratan ctur O 1.10 FIELD CONDITIONS O A. Field Measurements: Ven locationsd°�f�rage devices and electrical service embedded in permanent construction b othe [aY e� y field measurements before fabrication; and indicate measurements on Shopa n I.I 1 WARRANTY v A. Special Warranty:EMan)aNa4urer agrees to repair or replace components of signs that fail in materials or workwithin specified warranty period. I. Failures include, but are not limited to, the following: a. Deterioration of finishes beyond normal weathering. b. Deterioration of embedded graphic image. C. Separation or delantination of sheet materials and components. 2. Warranty Period: Five years from date of Substantial Completion. Kessler Mountain Regional Park, Phase It V 101423.16-2 19T21090 PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Accessibility Standard: Comply with applicable provisions in the USDOPs "2010 ADA Standards for Accessible Design" the ABA standards of the Federal agency having jurisdiction and [CC A] 17. 1. 2.2 BUILDING SIGNAGE A. Signs with smooth, uniform surfaces; with message and characters having uniform faces, sharp corners, and precisely formed lines and profiles as indicated on the drawings; and as follows: I. Laminated -Sheet Sign: Photopolymer face sheet with raised graphics laminated to acrylic backing sheet to produce composite sheet. a. Composite -Sheet Thickness: As m cated on Drawings. b. Color(s): As selected from n 'htur is full range. 2. Sign -Panel Perimeter: Finish ed es�h. a. Edge Condition: cps in ica d on Dp it o, b. Corner Conditionliin levation: A 'n' *canon Drawn s. V 3. Frame: Frameliss 4. Mountin a a turer's Stan r ❑ thod for sub t�rattindicated on drawings. 5. Text and " , efa e: Acces �e c ed charac[ r 'Braille typeface as selected from manufacturer' ull range; t4 mp11 with a es ' i i tandards. 2.3 ACCESSORIES A. Fasteners and Anchors: Mantic nr r' andard as required for secure anchorage of signs; noncorrosive and compatible witli ac aterial joined, and complying with the following: B. Adhesive: As recommended bYV,,n manufacturer. C. Two -Face Tape: n�aflufapf�Y's�tandard high -bond, foam -core tape, 0.045 inch thick, with adhesive on both stiles. �` D. Hook -and -Loop Tape: Manufacturer's standard two-part tape consisting of hooked part on sign back and looped side on mounting surface. E. Magnetic Tape: Manufacturer's standard magnetic tape with adhesive on one side. 2.4 FABRICATION A. General: Provide manufacturer's standard sign assemblies according to requirements indicated. Kessler Mountain Regional Park; Phase 11 101423.16-3 19T21090 I. Preassemble signs and assemblies in the shop to greatest extent possible. Disassemble signs and assemblies only as necessary for shipping and handling limitations. Clearly mark units for reassembly and installation; apply markings in locations concealed from view after final assembly. 2. Mill joints to a tight, hairline fit. Form assemblies and joints exposed to weather to resist water penetration and retention. 3. Conceal connections if possible; otherwise, locate connections where they are inconspicuous. 4. Provide rabbets, lugs, and tabs necessary to assemble components and to attach to existing work. Drill and tap for required fasteners. Use concealed fasteners where possible: use exposed fasteners that match sign finish. PART 3-EXECUTION 3.1 INSTALLATION //���� A. General: Install signs using mountinggh' dicated and according t atftitacturer's written instructions. �� I. Install signs level, plumb, Rek, ine, and at �catio - and heig t 'n ' a[ed, with sign surfaces free of distorti defects i eeaarance. 2 Install signs so they do of FFjjr���trrude or o rum[ according toessibiliry standard. 3. Before installation, Leerify t�ia�sign surf ce ar clean an e materials or debris that would impair ipst`.� �` B. Accessibility: In al Sin locationZorslls as indica d o Drawings and according to the accessibility stand .d. O 0 3.2 ADJUSTING AND CL . 1 O � A. Remove and replace dammed or defoiI�i�ns and signs that do not comply with specified requirements. Replace signs with a a- 4 or deteriorated finishes or components that cannot be successfully repaired by finish ch or similar minor repair procedures. B. Remove temporary prote&"LV104D!t4t iv, • Sean rings and strippable films as signs are installed. C. On completion offtnstalexposed surfaces of signs according to manufacturer's written instruction and t uch up minor nicks and abrasions in finish. Maintain signs in a clean condition during coon tion and protect from damage until acceptance by Owner. END OF SECTION 101423.16 Kessler Mountain Regional Park, Phase11 101423.16-4 19T21090 SECTION 102113.14-STAINLESS-STEEL"1'OILE'I'COMPARTMENTS PART] -GENERAL I.I 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: I. Stainless steel toilet compartments confukeed as toilet enclosures and urinal screens. B. Related Requirements: `(0- I. Section 102800 "Toilet Accessories. 1.3 ACTION SUBMITTALS I A. Product Data: For each ry, f product. I. Include c sinlcti8 details, ma :Qes(riptions, ime dons of individual components and profile ndshes fort mpar[ment�\V B. Shop Drawings: For toilet con �ts. V I. Include laps; ele coons. ddtailsaattachment details. p v 2. Show locations of catouts for c6t t artn nt-mounted toilet accessories. 3. Show locations of rcinforc t o ompartment-mounted grab bars and locations of blocking for surface -mount d le accessories. 4. Show locations of centerlines f oiler fixtures. 5. Show locations of flo ains. 6. Show overhead sy�p�rrr���»i�lTacing locations. C. Samples for Initial" electto For each type of toilet compartment material indicated. I. Include Samples of hardware and accessories involving material and color selection. D. Product Schedule: For toilet compartments, prepared by or under the supervision of supplier, detailing location and selected colors for toilet compartment material. Kessler Mountain Regional Park. Phase If y 1021 13.14-1 19T21090 1.4 INFORMATIONAL SUBMITTALS A. Product Certificates: For each type of toilet compartment. 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For toilet compartments to include in maintenance manuals. 1.6 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. I. Door Hinges: One hinge(s) with associated fasteners. 2. Latch and Keeper: One latch(es) and keeper(s) with associated fasteners. 3. Door Bumper: One door buntper(s) wi ba( rated fasteners. 4. Door Pull: One door pulls) with a steners. 5. Fasteners: Ten fasteners of each sitype. 1.7 PROJECT CONDITIONS O ♦ V 1 A. Field Measurements: Ve619cti/ocations&Oxtures, a columns, ceilings, and other construction ns with toi [ments b Id measurements before fabrication. K� ON PART 2-PRODUCTS O 2.1 PERFORMANCE REQ I TS O A. Regulatory Requirements: Coin i applicable provisions in the U.S. Architectural & Transportation Barriers Complian o d s ADA-ABA Accessibility Guidelines for Buildings and Facilities and [CC A 117.1 jor tot compartments designated as accessible. 2.2 STAINLESS STEO11 COMPARTMENTS A. Toilet -Enclosure Si leJo`or mounted overhead braced. B. Urinal -Screen Style: Wall hung Flat panel. C. Door, Panel, and Pilaster Construction: Seamless, metal facing sheets pressure laminated to core material; with continuous, interlocking molding strip or lapped -and -formed edge closures; corners secured by welding or clips and exposed welds ground smooth. Exposed surfaces shall be free of pitting-, seam marks. roller marks, stains, discolorations, telegraphing of core material, or other imperfections. Kessler Mountain Regional Park, Phase 11 y 1021 13.14-2 19T21090 I. Core Material: Manufacturer's standard sound -deadening honeycomb of resin- impre_nated kraft paper in thickness required to provide finished thickness of I inch for doors and panels and 1-1/4 inches for pilasters. 2. Grab -Bar Reinforcement: Provide concealed internal reinforcement for grab bars mounted on units of size and material adequate for panel to withstand applied downward load on grab bar of at least 250 Ibf when tested according to ASTM F446, without deformation of panel. 3. Tapping Reinforcement: Provide concealed reinforcement for tapping (threading) at locations where machine screws are used for attaching items to units. D. Urinal -Screen Construction: I. Flat -Panel Urinal Screen: Matching panel construction. 2. Integral -Flange, Wall -Hung Urinal Screen: Similar to panel construction, with integral full -height Flanges for wall attachment. and maximum 1-1/4 inches thick. 3. Wedge -Shaped, Wall -Hung Urinal Screen: Similar to panels, V-shaped, fabricated for concealed wall attachment, and maximji 6 inches wide at wall and minimum I inch wide at protruding end. �[`O E. Facing Sheets and Closures: Stainless-stee to of n I. Pilasters, Braced at Both Ends: en facturer's inch. ♦ AN 2. Pilasters, Unbraced at n d: Manu%c t�'tr 0.050 inch. r�� 3. Panels: M; 4. Doors: Mai 5. Flat-Paneli 6. I n tegra I-F I; less than 0.031-inch. 7. Wedge -Shaped, Wall R less than 0.038 in Pilaster Shoes: Stainless s el she n high, finished to match hardware tht9s?obitt not hiCsss,'but not I i�tesses as fo f �� thickness 13"& nbt less than 0.038 AV standa but not less than 31 inch. I inch. standard thickness, but not standard thickness, but not 0.031-inch nominal thickness and 3 inches G. Urinal -Screen Post: Manufacturer's sYndard post design of material matching the thickness and construction of pilaster matching that on the pilaster. H. Brackets (FittingsUa J I . Stirrup' ypr U-brackets; stainless steel. 2. Full -Height (Continuous) Type: Manufacturer's standard design; stainless steel. 1. Stainless Steel Finish: ASTM A480/A480M No. 4 bright, directional polish on exposed faces. Protect exposed surfaces from damage by application of strippable, temporary protective covering before shipment. Kessler Mountain Regional Park. Phase 11 1021 13.14-3 19T21090 2.3 2.4 2.5 HARDWARE AND ACCESSORIES A. Hardware and Accessories: Manufacturer's standard operating hardware and accessories. I . Material: Stainless steel. 2. Hinges: Manufacturer's standard continuous. cam type that swings to a closed or partially open position; allowing emergency access by lifting door. 3. Latch and Keeper: Manufacturer's standard surface -mounted latch unit designed for emergency access and with combination rubber -faced door strike and keeper. Provide units that comply with regulatory requirements for accessibility at compartments designated as accessible. 4. Coat Hook: Manufacturer's standard combination hook and rubber -tipped bumper; sized to prevent in -swinging door from hitting compartment -mounted accessories. 5. Door Bumper: Manufacturer's standard rubber -tipped bumper at out -swinging doors. 6. Door Pull: Manufacturer's standard unit at out -swinging doors that complies with regulatory requirements for accessibility. Provide units on both sides of doors at compartments designated as accessible. //'�� B. Overhead Bracing: Manufacturer's standa sinuous. extruded -aluminum he'ioil with antigrip profile and in manufacturer's stan and fish. C. Anchorages and Fasteners: Manuf tur standard exposed !�steners of less steel; finished to match the items they are s u theft cesisgtype heads. moo. td ses-type bolts for through -bolt applications. For bor a eiled anchou�s�pfoless s[e ot�fjp galvanized -steel; or other rust -resistant, protecttye-coa d steel anchor mpatible \,vr a ed materials. V MATERIALS •`�^G A. Aluminum Castings: STM B2 : 6 O B. Aluminum Extrusions: _I. O C. Stainless Steel Sheet: TM A2 07 !Qor standard of flatness. D. Stainless Steel Casting: AAS,A7 743M. FABRICATION `\v\\),) ASTM A666; Type 304, stretcher -leveled A. Fabrication, Genera`I�lricate toilet compartment components to sizes indicated. Coordinate requirements and provide cutouts for through -partition toilet accessories and solid blocking within panel where required for attachment of toilet accessories. B. Overhead -Braced Units: Provide manufacturer's standard corrosion -resistant supports, leveling mechanism, and anchors at pilasters to suit floor conditions. Provide shoes at pilasters to conceal supports and leveling mechanism. Kessler Mountain Regional Park; Phase 11 1021 13.14-4 19T21090 C. Floor -Anchored Units: Provide manufacturer's standard corrosion -resistant anchoring assemblies with leveling adjustment nuts at pilasters for structural connection to floor. Provide shoes at pilasters to conceal anchorage. D. Door Size and Swings: Unless other-xise indicated. provide 24-inch-wide in -swinging doors for standard toilet compartments and 36-inch-wide out -swinging doors with a minimum 32-inch- wide clear opening for compartments designated as accessible. PART 3-EXECUTION 3.1 3.2 A n A. EXAMINATION Examine areas and conditions, with Installer present, for compliance with requirements for fastening, support, alignment, operating clearances; and other conditions affecting performance of the Work. Confirm location and adequacy of Proceed with installation only after INSTALLATION General: Comply straight, level, and devices. 10 � d supports required for instfi� y condition tte been corrxte �•// . 'W'L a.0 �urer's " Lt6s llatit units/in ositkon with mat V 1 (` Maximum Clew r nces: �/ a a. Pilasters a an - /2 r b. Panels and a s ch. Stirrup Brackets: Secure pa I attached near top and bottott�; I N )us. Install units rigid, recommended anchoring and to pilasters with no fewer than two brackets 1W a. Locate wall bracke so holes for wall anchors occur in masonry or tile joints. b. Align brackILyat t�lsters with brackets at walls. Full-HeigCo ht ntin us) Brackets: Secure panels to walls and to pilasters with full - height brack a. Locate bracket fasteners so holes for wall anchors occur in masonry or tile joints. b. Align brackets at pilasters with brackets at walls. B. Overhead -Braced Units: Secure pilasters to floor and level, plumb, and tighten. Set pilasters with anchors penetrating not less than 1-3/4 inches into structural floor unless otherwise indicated in manufacturer's written instructions. Secure continuous head rail to each pilaster with no fewer than two fasteners. Hang doors to align tops of doors with tops of panels, and adjust so tops of doors are parallel with overhead brace when doors are in closed position. Kessler Mountain Regional Park, Phase 11 1021 13.14-5 19T21090 C. floor -Anchored Units: Set pilasters with anchors penetrating not less than 2 inches into structural Floor unless otherwise indicated in manufacturer's written instructions. Level, plumb, and tighten pilasters. Hang doors and adjust so tops of doors are level with tops of pilasters when doors are in closed position. D. Urinal Screens: Attach with anchoring devices to suit supporting structure. Set units level and plumb; rigid, and secured to resist lateral impact. 3.3 ADJUSTING A. Hardware Adjustment: Adjust and lubricate hardware according to hardware manufacturer's written instructions for proper operation. Set hinges on in -swinging doors to hold doors open approximately 30 degrees from closed position when unlatched. Set hinges on out -swinging doors to return doors to fully closed position. Kessler Mountain Regional Park, Phase 11 1021 13.14-6 19T21090 PARTI-GENERAL L] Al 1.3 SECTION 102800- TOILET ACCESSORIES RELATED DOCUMENTS Drawings and general provisions of the Contract; including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. SUMMARY Section includes, but not limited to the following: I. Soap dispenser 2. Toilet paper dispenser 3. Sanitary napkin disposal 4. Paper towel dispenser A 5. Framed mirrors 6. Grab bars . Baby changing station 8VV, . Utility shelf. ` Owner Furnished One ailed toilet c o es; refer to i ion 01 requirements drawings. Electrical Hand zot er to el i al oordinat v nh trade installing electrical dryers. COORDINATION O P� e � and hand A. Coordinate accessory locations wet vork to prevent interference with clearances required for access by people with dis if ie and for proper installation, adjustment, operation, cleaning, and servicing of acce sore B. Deliver inserts and aiaelt�''nvices set into concrete or masonry as required to prevent delaying the Work./ `�► 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. I. Include construction details, material descriptions, and profiles, and finishes. 2. Include anchoring and mounting requirements, other work and substrate preparation. dimensions of individual components including requirements for cutouts in Kessler Mountain Regional Park, Phase 11 102800-1 19T21090 B. Samples: For each exposed product and for each finish specified, full size. Approved full-size Samples will be returned and may be used in the Work. C. Product Schedule: Indicating types, quantities, sizes, and installation locations by room of each accessory required. I. Identify locations using room designations indicated. 2. Identify accessories using designations indicated. 1.5 INFORMATIONAL SUBMITTALS an 1.7 A. Sample Warranty: For manufacturer's special warranties. CLOSEOUT SUBMITTALS A. Maintenance Data: For accessories to incl `>ta tenance manuals. WARRANTY + P 0 PART 2 2.1 A. 2.2 A. Manufacturer's Special Warra ty or errors: fa our, r agrees arP or replace mirrors that fail in materials or w 'mans within sp warranty p o re 1. Failures include ar of limite silver ' a defects. 2. Warranty n years fro Substantial o�pTetion. V PRODUCTS O OWNER -FURNISHED TERIAL2 Owner -Furnished Materials: Ref dr Aggs and Division 01 requirements for OFOI items. PERFORMANCE REe&TS Structural ts: ajNsign accessories and fasteners to comply with the following requirements: Grab Bars: Installed units are able to resist 250 Ibf concentrated load applied in any direction and at any point. 2.3 TO] LET ACCESSORIES A. Source Limitations: Obtain each type of toilet accessory from single source from single manufacturer. Kessler Mountain Regional Park, Phase 11 102800-2 19T21090 B. Toilet Paper Dispenser, Double Roll, Surface Mounted: Bobrick B-2740, Bradley 5241-50, ASI 0264-I A, or approved equal; non -controlled delivery. C. Paper Towel Dispenser, Surface Mounted: Bobrick B-262, or approved equal. D. Grab Bars: Bobrick B-6806.99 Series; Bradley 812-001, ASI 3801 series, or approved equal; size and shapes indicated. Strongly secure fastenings to steel backing plate or by other accepted methods to withstand contemplated stress. Submit shop drawings of anchoring methods. E. G. H. Framed Mirrors: Bobrick B-290, Bradley 700 Series, ASI 0600 Series, or approved equal; sizes indicated. Soap Dispensers, Wall Mounted: Bobrick B-21 11, Bradley 6562, ASI 0347, or approved equal; soap dispenser for liquid and lotion soaps and detergents. Sanitary Napkin Disposals I. Partition Mounted: Bobrick B-354, BraAy 4721-15, ASI 0472, or approved equal. 2. Surface Mounted (CMU Wall): Bo i -254, Bradley 4722-15, ASI�$d73-A, approved equal. (`1 Mop And Broom Holder - Janitor' in%rick B-223 , Bradley 51 8425; approved equal. 01 V Diaper -Changing Station: Koala K irgProducts; t�le , ASI, or a oo equal. ` v�3tn or or I. Description: qori unit that o lding d w stored position and with child-protec a. Eli r to suppo�n of 250- s ii oad when opened. A J 3. 4. 5. Mounting: Surfa closed. Operation: By pn Material and Fini Liner Dispenser: PART 3-EXECUTION 3.1 INSTALLATION not more than 4 inches from wall when standard color. for disposable sanitary liners. A. 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. Remove temporary labels and protective coatings. B. Grab Bars: Install to comply with specified structural -performance requirements. Kessler Mountain Regional Park, Phase 11 102800-3 19T21090 3.2 ADJUSTING AND CLEANING A. Adjust accessories for unencumbered, smooth operation. Replace damaged or defective items. B. Clean and polish exposed surfaces according to manufacturer's written instructions. END OF SECTION 102800 ��atie�aoG�� Kessler Mountain Regional Park, Phase 11 102800-4 19T21090 SECTION 104416 - FIRE EXTINGUISHERS PARTI-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 portable, fire extinguishers and mounting brackets for fire extinguishers. 1.3 PREINSTALLATION MEETINGS �[ 1 G A. Preinstallation Conference: Conduct confe�at Projectrishers "Z 1. Review methods and pr s laced tofir •tiincl g bill not limited to; the following: ♦ L a. Schedules a ordination re i�s ♦,,� 1.4 ACTION SUBAizA ) A. Product Data: For each type . Inclul rati and classification, material descriptions, dimensions of mdivid I c Reaid p I ,and finishes for fire extinguisher and mounting brackets. B. Product Schedule: For fire xtingy9fijrs. ame designations indicated on Drawings. 1.5 INFORMATIONAL SU A. Warranty: Sample ojpe 1.6 CLOSEOUT S A. Operation and Maintenance Data: For fire extinguishers to include in maintenance manuals. 1.7 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace fire extinguishers that fail in materials or workmanship within specified warranty period. Kessler Mountain Regional Park, Phase If 104416-1 19T21090 Failures include, but are not limited to, the following: a. Failure of hydrostatic test according to NFPA 10 when testing interval required by NFPA 10 is within the warranty period. b. Faulty operation of valves or release levers. 2. Warranty Period: Six years from date of Substantial Completion. PART 2-PRODUCTS 2.1 f< 91 PERFORMANCE REQUIREMENTS NFPA Compliance: Fabricate and label fire extinguishers to comply with NFPA 10, "Portable Fire Extinguishers." Fire Extinguishers: Listed and labeled for testing agency acceptable to authorities har Provide fire extinguishers ting, and classification by an ju lependent is•iction. and IabeIN M Global 2.2 PORTABLE, HAND-CARRI®D IWEXTI7 UCH A. Fire Extinguishers: T�pe 61, n cd apacity ``mountin c • t indicated. I. Manufact rs ` a. Bab Wis.O b. JL Indt ie, Inc. C. Larsens Manufa ompan� d. Potter Roe L V e. Approved 2. Source Limitations Obtain firt hers, fire -protection cabinets, and accessories, from single source from si a acturer. 3. Valves: Manufacturer's sta rd. 4. Handles and Levers: M tufa er's standard. 5. Instruction Label : c de pictorial marking system complying with NFPA 10, Appendix B, and), co g for documenting fire-extinguisher location, inspections, maintenance r t i . B. Multipurpose Drye cal Type in Steel Container: UL-rated 4-A:60-B:C, 10-lb nominal capacity, with monoammonium phosphate -based dry chemical in enameled -steel container. 2.3 MOUNTING BRACKETS A. Mounting Brackets: Manufacturer's standard, designed to secure fire extinguisher to wall or structure, of sizes required for types and capacities of fire extinguishers indicated, with plated or baked -enamel finish. Kessler Mountain Regional Park, Phase 11 104416-2 19T21090 Source Limitations: Obtain mounting brackets and fire extinguishers from single source from single manufacturer. B. Identification: Lettering complying with authorities having jurisdiction for letter style, size, spacing, and location. Locate as indicated by Architect. Identify bracket -mounted fire extinguishers with the words "FIRE EXTINGUISHER" in red letter decals applied to mounting surface. a. Orientation: Vertical. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine fire extinguishers for proper charginci tagging. I. Remove and replace damaged, der r undercl ed fire extinguish B. Proceed with installation only afte un factory con iti in lave been c Qd'* . 3.2 INSTALLATION A. General: Install fire x�shers and �ohi% mgbrac n ocations indicated and in compliance will RVels: is of auth ngjurisd do 1. Mounting Top i eating ' at 42 inches above finished floor, unless otherwise indica e ting br ets t surfaces, square and plumb, at locations B. Mounting Brackets: Aindicated. • E D�CTION 104416 G� Kessler Mountain Regional Park, Phase 11 104416-3 19T21090 04'6 ��aQ�caoG�c� Pao This page was intentionally left blank. SECTION 22 11 16 - DOMESTIC WATER PIPING PART] -GENERAL 1.1 SUMMARY A. Section Includes: I. Under -building —slab and aboveground domestic water pipes, tubes, and fittings inside buildings. 2. Encasement for piping. 12 ACTION SUBMITTALS A. Product Data: For transition fittings and dielectric ngs. PART 2-PRODUCTS Cb A. B. C. D. E. F. PIPING MATERIALS ^AN O' Comply with requirements andjoining methods for spt Potable -water pipir! afi I3 COPPER TUBE AND TITTINGv ��� Hard Copper Tube: AST e L``wat ube, n temper. Soft Copper Tube: ASTM 8; Type w ec wannealed temper. Cast -Copper, Solder -Joint Fittings: E� 18, pressure fittings. �V pF, tube, fitting materials, Wrought -Copper, Solder -Joint tt gs: ASME 616.22, wrought -copper pressure fittings. Bronze Flanges: AS I s 150, with solder -joint ends. Copper Unions: I. MSS SP-12J. 2. Cast -copper -alloy, hexagonal -stock body. J. Ball-and-socket, metal -to -metal seating surfaces. 4. Solder -joint or threaded ends. 23 PIPING JOINING MATERIALS A. Pipe -Flange Gasket Materials: Kessler Mountain Regional Park, Phase II 221116-1 19T21090 I. AWWACIIO/A21.10, rubber. Flat face. 1/8 inch thick or ASMEB1621, nonmetallic and asbestos free unless otherwise indicated. 2. Full -face or ring type unless otherwise indicated. B. Metal, Pipe -Flange Bolts and Nuts: ASME B18.2.1, carbon steel unless otherwise indicated. C. Solder Filler Metals: ASTM B 32, lead-free alloys. D. Flux: ASTM B 813, water flushable. 2.4 ENCASEMENT FOR UNDERSLAB PIPING A. Standard: ASTM A 674 or A W WA C 105/A21.5. B. Form: Tube. 2.5 TRANSITION FITTINGS rj� C A. General Requirements: /1 I. Same size as pipes to bejoine 2 Pressure rating at least equ es be joined. V 3. End connections compati*'�g{�jtthh. s to b 'oipg� v B. Fitting -Type Transition Cou s: Nf"anufactured in``oupling or e ' to piping system fitting. g 2.6 DIELECTRIC FI�` A. General Requirements: Assembl o o er alloy materials with separating nonconductive insulating material. Include en on ci s comp le w h pipes to bejoined. B. Dielectric Unions: 1. Standard: ASSE 1079. 2. Pressure Rating: 150 psig. ` 3. End Connections: Solder-' int c r alloy and threaded ferrous. C. Dielectric Flanges: i10 I. Standard: A E 10 2. Factory-fabri ed, Ited, companion -Flange assembly. 3. Pressure Rating: 0 psig. 4. End Connections: Solder -joint copper alloy and threaded ferrous; threaded solder -joint copper alloy and threaded ferrous. PARTS - EXECUTION 3.1 EARTHWORK Kessler Mountain Regional Park, Phase II 221116-2 19T21090 A. Comply with requirements in Division 31 for excavating, trenching, and back filling. 3.2 PIPING INSTALLATION A. Drawing plans; schematics, and diagrams indicate general location and arrangement of domestic water piping. Indicated locations and arrangements are used to sire pipe and calculate friction loss, expansion, and other design considerations. Install piping as indicated unless deviations to layout are approved on coordination drawings. D. Install copper tubing under building slab according to CDA's "Copper Tube Handbook." C. Install underground copper tube in PE encasement according to ASTM A 674 or A W WA C 105/A21.5. D. Install shutoff valve inside the building at each domestic water -service entrance. E. Install shutoff valve immediately upstream of each dielectric fitting. F. Install water -pressure -reducing valves downstre�rty ,g n main shutoff valve where w r pressure exceeds 75PSIG. G. Install domestic water piping level and plumb.b H. Rough -in domestic water piping a[ -meter instal tion where applic�$c�ording to utility company's requirements. I. Install piping concealed fro view &hd protected ro�ysiml co by wilding occupants unless otherwise indicated andrex t t ui ment r Fid'service are �q P J. Install piping indi a erexposed an quipm oit and service areas at right angles or parallel to building, I iagonal r hibited unl ss cifically indicated otherwise. K. Install piping above accessible to Ilow sit ient ace for ceiling panel removal, and coordinate with other services occup the. L. Install piping to permit vale ervicing. a► M. Install nipples, unions, special fittinalves with pressure ratings the same as or higher than the system pressure rating used in applicati elow unless otherwise indicated. N. Install piping free of sags O. Install fittings for ch ges i 8irection and branch connections. P. Install unions in coppe mg at final connection to each piece of equipment, machine, and specialty Q. Install sleeves for piping penetrations of walls, ceilings, and Floors. R. Install sleeve seals for piping penetrations of concrete walls and slabs. S. Install escutcheons for piping penetrations of walls, ceilings, and Floors. 3.3 JOINT CONSTRUCTION Kessler Mountain Regional Park, Phase 11 221 1 16-3 191'21090 A. Ream ends of pipes and tubes and remove burrs. B. Remove scale, slag, dirt, and debris from inside and outside of pipes, tubes, and fittings before assembly. C. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads fill and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows: I. Apply appropriate tape or thread compound to external pipe threads. 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. D. Soldered Joints for Copper Tubing: .Apply ASTM B 813, water-flushable flux to end of tube. Join copper tube and fittings according to ASTM B 828 or CDA's "Copper Tube Handbook.". E. Extruded -Tee Connections: Form tee in copper tube according to ASTM F 2014. Use tool designed for copper tube; drill pilot hole form collar for outlet, dimple tube to form seating stop, and braze branch tube into collar. F. Flanged Joints: Select appropriate asbestos -free, o tallic gasket material in size, type,,Ad thickness suitable for domestic water service. Join Flan ga -et and bolts according to AS. G. Joints for Dissimilar -Material Piping: Make using ada {e ipatible w a als of both piping systems.�`)`, ♦ V 3.4 TRANSITION FITTING INSTALL N ` A. Install transition couplings jot of dissimil B. Transition Fitting �ound Domeiping: I. Fittings for RP71/02 and S let Fitting- e 2. Fittings for NPS 2 and L geve-type plin C. 3.5 A. B. 3.6 A. Transition Fittings in Abi transition fittings or unions. DIELECTRIC FITTING INSTA Install dielectric fittings Dielectric Fittings rTlb Dome Water Piping NPS 2 and Smaller: Plastic -to -metal ♦ AW 11A connections of dissimilar metal piping and tubing. naller. Use dielectric couplings or nipples. Dielectric Fittings for 1qPT2-I/2 to NPS 4: Use dielectric Flanges. HANGER AND SUPPORT INSTALLATION Comply with the following requirements. I. Vertical Piping: MSS Type 8 or 42, clamps. 2. Individual, Straight, Horizontal Piping Runs: Kessler Mountain Regional Park, Phase I 221 1 16-4 19T21090 a. MSS Type I, adjustable, steel clevis hangers. B. Support vertical piping and tubing at base and at each Floor. C. Rod diameter may be reduced one size for double -rod hangers, to a minimum of 3/8 inch. D. Install hangers for copper tubing per details on plans. E. Install supports for vertical copper tubing every 10 feet. 3.7 CONNECTIONS A. Drawings indicate general arrangement of piping, fittings, and specialties. B. When installing piping adjacent to equipment and machines, allow space for service and maintenance. C. Connect domestic water piping to exterior water -piping. Use transition fitting to join dissimilar piping materials. D. Connect domestic water piping to water-$e V ing with ff valve; extend aXottr�ct to the following: v � I. Water Heaters: Cold -water i e dOtot-water outlet pi g in sizes ppd. ut not smaller than sizes of water heater c ion 2. Plumbing Fixtures: Cold n o ter-su ll tp sizesindiot smaller than that required by plumbi code. mply wit qt ents for cizes in Division 22 plumbing fixture Sec s. 3. Equipment: Cold- nd yt-water-su as indic dnot smaller than equipment connections. e�off valvek o for each ebt�fi. Use flanges instead of unions for NPS 2 t er. v/ O 3.8 IDENTIFICATION water g- at 20 feet maximum intervals. Include A. Install permanent labels o hot an ate piping- Flow direction. • • �` 3.9 INSULATION A. Install 1/2-inch thick Fle35 lular insulation on all above slab domestic water piping (hot and cold). Install with ap _ e d es es and tapes in accordance with manufacturer's recommendations for 100%coverage Qp B. Install "Lav-Guard" insulation system on all exposed lavatory drains and hot/cold water supplies. 3.10 FIELD QUALITY CONTROL A. Perform the following tests and inspections: Piping Inspections: a. Do not enclose, cover, or put piping into operation until it has been inspected and approved by authorities having jurisdiction. Kessler Mountain Regional Park. Phase11 221116-5 19T21090 b. During installation, notify authorities having jurisdiction at least one day before inspection mast be made. Perform tests specified below in presence of authorities havingjurisdiction: I) Roughing in Inspection: Arrange for inspection of piping before concealing or closing in after roughing in and before setting fixtures. 2) Final Inspection: Arrange for authorities having jurisdiction to observe tests specified in "Piping Tests" Subparagraph below and to ensure compliance with requirements. C. Re -inspection: If authorities having jurisdiction find that piping will not pass tests or inspections, make required corrections and arrange for re -inspection. d. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction. Piping Tests a. Fill domestic water piping. Check components to determine that they are not air bound and that piping is full of water. b. Test for leaks and defects in new pi n parts of existing piping that have een altered, extended, or repaired. If testing d in segments, submit a separ to for each test, complete with diagram of �d, ing t ed. C. Leave new, altered, extended, or replaced water pi ' uiLCovered and unconcealed until it h nsted and approv Expose work at as covered or concealed before it w s ste d. Cap and subject pi n_ o water 0 psig abo g pressure, without exceeding pressure rat . f piping serials. Is t source and allow it to stand for fou ours. eaks and ssest pressu e n use defects that must be repaired. e. Repai albs efects with w aterials, a iping or portion thereof until sati ct Its are obta' e f. Prep re • s for tests rrective ac red. B. Domestic water piping will be c efectiv it do not pass tests and inspections. 3.11 CLEANING r ♦�� A. Clean and disinfect potable domesti P gas follows: I. Purge new piping and pan of ext ing piping that have been altered, extended, or repaired before using. 2. Use purging and cit ' ting rocedures prescribed by authorities having jurisdiction; if methods are not presc e , ce ures described in either AWWA C651 or AWWA C652 or follow procedures d cribe be ow: a. Flush piping system with clean, potable water until dirty water does not appear at outlets. b. Fill and isolate system according to either of the following: I) Fill system or part thereof with water/chlorine solution with at least 50 ppm of chlorine. Isolate with valves and allow to stand for 24 hours. 2) Fill system or part thereof with water/chlorine solution with at least 200 ppm of chlorine. Isolate and allow to stand for three hours. C. Flush system with clean, potable water until no chlorine is in water coming from system after the standing time. Kessler Mountain Regional Park, Phase 11 2211 16-6 19T21090 d. Repeat procedures if biological examination shows contamination. e. Submit water samples in sterile bottles to authorities having jurisdiction. B. Prepare and submit reports of purging and disinfecting activities. Include copies of water -sample approvals from authorities having jurisdiction. C. Clean interior of domestic water piping system. Remove din and debris as work progresses. 3.12 PIPING SCHEDULE A. Transition and special fittings with pressure ratings at least equal to piping rating may be used in applications below unless otherwise indicated. B. Flanges and unions may be used for aboveground pipingjoints unless otherwise indicated. C. Fitting -Option: Extruded -tee connections and brazed joints may be used on aboveground copper tubing. D. Under -building -slab; domestic water, building-ser c ing, NPS I and smaller, shall be th ollowing: I . Soft copper tube. ASTM B 88; Type m plasti - casement; no joints w E. Under-buildin_-slab, domestic wate An. --service piping; PS 1-1/4 a ,er; shall be the following: I. Hard copper tube, TM Bype L; w per, solde t ngs; keep joints to an absolute minimum. It xpectcd that there ill no under-b ' s b domestic water piping. F. Aboveground dome w r ng, NPS inler, shall a wing: I. Hard copSTM B 88, V L, cast- or u t-copper, solder -joint fittings; and soldered join 3.13 VALVE SCHEDULE O 1 9 A. Drawings indicate valve ty to be use er pecific valve types are not indicated; the following requirements apply: ` I. Shutoff Duty: Use ball or ate v 2. Use check valves�cy in ' orrect direction of domestic water Flow to and from equipment. V` END OF SECTION Kessler Mountain Regional Park. Phase 11 221116-7 19T21090 This page was intentionally left blank. u SECTION 22 11 19 - DOMESTIC WATER PIPING SPECIALTIES PARTI-GENERAL 1.1 SUMMARY A. Section Includes: I. Ball Valves. 2. BackFlow preventers. 3. Vacuum Breakers. 4. Water pressure -reducing valves. 5. Temperature -actuated, water mixing valves. 6. Strainers. 7. Hose hydra. . Wall hydrants. 9. Water -hammer arresters. ^ A� 10. Flexible connectors. (_7JV•`) � /��[ 1.2 SUBMITTALS ♦ �/ A. Product Data: For each type of prod ` PART2-PRODUCTS `�•/ V �` V 2.1 GENERAL REQUIREIi1ENTS F PI G SPE A. Potable -water piping and - on hall co ly wi F 61. 2.2 PERFORMANCE REQUIR ENT_` A. Minimum Working Pressure for DpmesR%4,ater Piping Specialties: 125 psig unless otherwise indicated. 2.3 BRONZE BALL VA A. Bronze Ball Valves, o-P ce with Full Pon, and Bronze or Brass Trim. Threaded or Soldered Ends: a. Standard: MSS SP-110 or MSS-145. b. CWP Rating: 600 psig. c. Body Design: Two piece. d. Body Material: Bronze. e. Ends: Threaded and soldered. f. Seats: PTFE. g. Stem: Bronze or brass. h. Ball: Chrome -plated brass. i. Port: Full. Kessler Mountain Regional Park, Phase11 221119-1 19T21090 2.4 VACUUM BREAKERS A. Pipe -Applied, Atmospheric -Type Vacuum Breakers: I. Standard: ASSE 1001. 2. Size: NPS 1/4 to NPS 3, as required to match connected piping. 3. Body: Bronze. 4. Inlet and Outlet Connections: Threaded. B. Hose -Connection Vacuum Breakers: I. Standard: ASSE 1011. 2. Body: Bronze, non -removable, with manual drain. 3. Outlet Connection: Garden -hose threaded complying with ASME B 1.20.7. 2.5 BACKFLOW PREVENTERS A. Reduced -Pressure -Principle Backflow Preventers 1 P I. Standard: ASSE 1013. 2. Operation: Continuous -pressure applica 3. Pressure Loss: 12 psig maxim Agh middle third o ow range. 4. Body: Bronze for NPS s aller; ,cast it wn interior li t�Qh t complies with A W WA C550 or that is Fp d for larger /��/ 5. End connections: si readed gr�fPS 2 fond r i gh or for Nc$Sflo Il9and larger. 6. Configuration: Desior rizontal, str oht- ou h or ve Flo 7. Accessories: ♦`` a. Val t 1/2 Smaller: B e with thrlllea���ds on inlet and outlet. b. Valve P-I/2 and utside-scgw ap oke-gate type with Flanged ends on inlet an utlet. v C. Air -Gap Fitting: 12.1 �, m chin ackFlow-preventer connection. B. Hose -Connection Backflos: v I. Standard: ASSE 1052. 2. Operation: Up to 10-foot he r ack pressure. 3. Inlet Size: NPS 1/2 or NPS 3/4. 4. Outlet Size: Garden -hose read c mplying with ASME 131.20.7. 5. Capacity: At leastt� 2.6 WATER PRESSUR: REL`NG VALVES A. Water Regulators: I. Standard: ASSE 1003. 2. Pressure Rating: Initial working pressure of 150 psig. 3. Body: Bronze for NPS 2 and smaller; cast iron for NPS 2-1/2 and NPS 3. 4. Valves for Booster Heater Water Supply: Include integral bypass. 5. End Connections: Threaded for NPS 2 and smaller; Flanged for NPS 2-1/2 and NPS 3. 2.7 TEMPERATURE -ACTUATED, WATER MIXING VALVES Kessler Mountain Regional Park, Phase 11 2211 19-2 191-21090 A. Water -Temperature Limiting Devices: I. Standard: ASSE 1017. 2. Pressure Rating: 125 psi,-. 3. Type: Thermostatically controlled, water mixing valve. 4. Material: Bronze body with corrosion -resistant interior components. 5. Connections: Threaded inlets and outlet. 6. Accessories: Check stops on hot- and cold -water supplies, and adjustable, temperature -control handle. 2.8 STRAINERS FOR DOMESTIC WATER PIPING A. Y-Pattern Strainers: I. Pressure Rating: 125 psi-, minimum unless otherwise indicated. 2. Body: Bronze for NPS 2 and smaller; cast iron for NPS 2-1/2 and larger. 3. End Connections: Threaded for NPS 2 and smaller; flanged for NPS 2-1/2 and larger. 4. Screen: Stainless steel with round perforat' bnIess otherwise indicated. 5. Perforation Size: #20 mesh. 6. Drain: Pipe plug or Factory -installed. h -o d drain val 2.9 HOSE BIBBS O ♦ v A. Hose Bibbs: I . Standard: A A for sed' fa ets. V 2 Body Mat I n4e. 3. Seat: Bron0%evteable. 4. Supply Conner ns: NPS IS 3/4 t er-joint inlet. 5. Outlet Connection: Gar read com ing ith ASME B1.20.7. 6. Pressure Rating: I SIT 7. Vacuum Breaker: r field allauon, non -removable, drainable, hose -connection vacuum breaker com ing with Al 01 8. Finish: Rough bronze, or chro r lated. 9. Operation: Wheel handle.. 2.10 WALL HYDRANTS ♦ * A. Nonfreeze Wall Hy jnts:.`S I. Standard: AS12 21.3M for self -draining wall hydrants. 2. Pressure Rating: 125 prig. 3. Operation: as indicated on drawing. 4. Casing and Operating Rod: Of length required to match wall thickness. Include wall clamp. 5. Inlet: NPS 3/4. 6. Outlet: with integral vacuum breaker and garden -hose thread complying with ASME 131.20.7. 2.11 WATER -HAMMER ARRESTERS A. Water -Hammer Arresters: Kessler Mountain Regional Park. Phase 11 221119-3 19T21090 I. Standard: ASSE 1010 or PDI-WH 2O1. 2. Type: Metal bellows. 3. Size: ASSE 1010, Sizes AA and A through F, or PDI-WH 2O1, Sizes A through F. 2.12 FLEXIBLE CONNECTORS A. Stainless -Steel -Hose Flexible Connectors: Corrugated -stainless -steel tubing with stainless -steel wire - braid covering and ends welded to inner tubing. I. Working -Pressure Rating: Minimum 200 psig. 2. End Connections NPS land smaller: Threaded steel -pipe nipple. 3. End Connections NIPS 2-1!2 and Larger: Flanged steel nipple. PART 3 - EXECUTION 3.1 INSTALLATION A. Install backflow preventers in each water s EahaniZ6,equipnnent and sysXV to other equipment and water systems that may be so of contami t Comply w h vies having jurisdiction. I. Locate backflow prevente$ in eaoiWi c om as d ec uipmen[ o fin! 2. Install drain for bac ow pre rs with a vent me a ion with air -gap fitting, fixed air -gap fining, qwv nt positive a para[ion of t o pipe diameters in drain piping and pipeoo- or in. Locatg��G'�',� o device attaQ�e $ r under backFlow, preventer. Simple air b ceptable f MiLapp ication. \/ 3. Do not ins 1�iping aroun$$$$w prevent C B. Install water I ;sureYegulators wRaoutlet. ter pres e 75 PSIG with inlet and outlet shutoff valves. Install pressure gages o96ixing C. Install tem erasure -actuate v with stops or shutoff valves on inlets and with P P shutoff valve on outlet. • D. Install Y-pattem strainers for water s Ay side of each backflow preventer and water pressure - reducing valve. E. Install water -hammer arre•st� r piping according to PDI-WH 2O1. 3.2 FIELD QUALITY I ZN ` A. Perform the following tests and inspections: Test each backflow preventer according to authorities having jurisdiction and the device's reference standard. B. Domestic water piping specialties will be considered defective if they do not pass tests and inspections. C. Prepare test and inspection reports. Kessler Mountain Regional Park, Phase 11 221 1 19-4 19T21090 3.3 ADJUSTING A. Set field -adjustable pressure set points of water pressure -reducing valves. B. Set field -adjustable temperature set points of temperature -actuated, water mixing valves. END OF SECTION Kessler Mountain Regional Park, Phase11 221119-5 191,21090 This page was intentionally left blank. SECTION 221316 - SANITARY WASTE AND VENT PIPING PART I - GENERAL 1.1 SUMMARY A. Section Includes: Pipe, tube, and fittings. 1.2 PERFORMANCE REQUIREMENTS A. Components and installation shall be capable of withstanding the following minimum working pressure unless otherwise indicated: I. Soil, Waste, and Vent Piping: 10-foot w r. 1.3 ;i,** ACTION SUBMITTALS �)� ♦ V A. Product Data: For each type of p d tin cared. ` 1.4 QUALITYASSURAN18 .6 A. Piping materials s a abell,, stamp, omarkings o 6 Vtesting agency. B. Comply with NSF/AN 1 14. "PI n Sys;; s ent n P Y g y s and Related Materials," for plastic piping components. Include .rki It"NS - 0r plastic drain, waste, and vent piping and "NSF -sewer" for plastics PART 2-PRODUCTS 2.1 PIPING MATERIALS A. Comply with require •��41 Schedule" Article For applications of pipe, tube, fitting materials, andjoining methods U Mt services, service locations, and pipe sizes. 2.2 HUBLESS, CAST-IRON SOIL PIPE AND FITTINGS Pipe and Fittings: ASTM A 888 or CISPI 301. B. CISPI, Hubless-Piping Couplings: I. Standards: ASTM C 1277 and CISPI 310. 2. Description: Stainless -steel corrugated shield with stainless -steel bands and tightening devices: and ASTM C 564, rubber sleeve with integral, center pipe stop. Kessler Mountain Regional Park, Phase 11 221316-1 191-21090 2.3 COPPER TUBE AND FITTINGS A. Copper D W V Tube: ASTM B 306, drainage tube, drawn temper. B. Copper Drainage Fittings: ASME- B16.23, cast copper or ASME B16.29, wrought copper, solder -joint fittings. C. Solder: ASTM B 32, lead-free with ASTM B 813, water-flushable Flux. 2.4 PVC PIPE AND FITTINGS A. Solid -Wall PVC Pipe: ASTM D 2665, drain, waste, and vent. B. PVC Socket Fittings: ASTM D 2665, made to ASTM D 331 I, drain, waste, and vent patterns and to fit Schedule 40 pipe. C. Adhesive Primer: ASTM F 656. I. Adhesive primer shall have a VOC + of�S50 g/L or less when calcuna a ding to 40 CFR 59, Subpart D (EPA Method 4 D. Solvent Cement: ASTM D 2564. SA) PI. PVC solvent cement shal haC co n L or less Ot-culated according to 40 CFR 59, Subpart (EPA od 24. PART 3 - EXECUTION �••�+ 3.1 PIPING INSTALL ATI N O A. Drawing plans, schemati d ams inhlet� e location and arrangement of piping systems. Indicated locations and a wereo size pipe and calculate sizing and other design considerations. Install pipe as indica deviations to layout are approved on coordination 1411111111111 drawings. B. Install piping in concealed locations 1 s otherwise indicated and except in equipment rooms and service areas. C. Install piping indicate bye, and piping in equipment rooms and service areas at right angles or parallel to buildingQacib'le nal runs are prohibited unless specifically indicated otherwise. D. Install piping above ceilings to allow sufficient space for ceiling panel removal. E. Install piping to permit valve servicing. Install piping at indicated slopes. G. Install piping free of sags and bends. H. Install Fittings for changes in direction and branch connections. I. Install piping to allow application of insulation. Kessler Mountain Regional Park, Phase 11 22 13 16-2 19T21090 J. Make changes in direction for soil and waste drainage and vent piping using appropriate branches, bends, and long -sweep bends. Sanitary tees and short -sweep 1/4 bends may be used on vertical stacks if change in direction of (low is from horizontal to vertical. Use long -turn, double Y-branch and 1/8-bend fittings if two fixtures are installed back to back or side by side with common drain pipe. Straight tees, elbows, and crosses may be used on vent lines. Do not change direction of flow more than 90 degrees. Use proper size of standard increasers and reducers if pipes of different sizes are connected. Reducing size of drainage piping in direction of flow is prohibited. K. Lay buried building drainage piping beginning at low point of each system. Install true to grades and alignment indicated, with unbroken continuity of invert. Place hub ends of piping upstream. Maintain swab in piping and pull past each joint as completed. L. Install soil and waste drainage and vent piping at the following minimum slopes unless otherwise indicated: I. Building Sanitary Drain: 2 percent downward in direction of Flow for piping NPS 2 and smaller; 1 percent downward in direction of Flow for piping NPS 3 and larger. 2. Horizontal Sanitary Drainage Piping: 2 percent downward in direction of Flow. 3. Vent Piping: less than I percent down tow ical fixture vent or toward vent stack. M. Install cast-iron soil piping according to ast Ir Soil Pipe and Fitt igs ndbook," Chapter IV, "Installation of Cast Iron Soil Pipe d ttings." N. Install aboveground copper tubing c • din o CDA's "Co er Tu e' Handboo� O. Install aboveground PVC piping ace d' to AST P. Install underground PVC pi mg cording to _321. Q. Do not enclose, c er • ut iping into o er " until it is ins cte and approved by authorities having jurisdiction. .\^`)� O R. Install sleeves for piping penetr alls, cei s, an Floors. S. Install sleeve seals for PiP i ons of c ete w�/s and slabs. T. Install escutcheons for expos pipin- ett i of walls, ceilings, and Floors. 3.2 JOINT CONSTRUCTION � V A. Join hubless, cast-iron � ip a ording to CISPI 310 and CISPI's "Cast Iron Soil Pipe and Fittings. Handbook" for hubl s-pipi ouplmgjoints. B. Threaded Joints: Thr tpe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows: Apply appropriate tape or thread compound to external pipe threads unless dry seal threading is specified. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds. C. Join copper tube and fittings with soldered joints according to ASTM B 828. Use ASTM B 813, water- Flushable, lead-free flux and ASTM B 32, lead -free -alloy solder. Kessler Mountain Regional Park, Phase 11 221316-3 19T21090 D. Plastic, Nonpressure-Piping, Solvent -Cement Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: I. Comply with ASTM F 402 for safe -handling practice of cleaners, primers, and solvent cements. 2. PVC Piping: Join according to ASTM D 2855 and ASTM D 2665 Appendixes. 3.3 SPECIALTY PIPE FITTING INSTALLATION A. Dielectric Fittings: Install dielectric fittings in piping at connections of dissimilar metal piping and tubing. 3.4 HANGER AND SUPPORT INSTALLATION A. Hangers: I. Install carbon -steel pipe hangers for horizog in noncorrosive environments. 2. Install stainless -steel pipe hangers for ing in corrosive environmen C 3. Install carbon -steel pipe support cla�Ocal pipi noncorrosive envir ^ er�tls! 4. Install stainless -steel pipe support clam ertical pipt osive env' n rr3 5. Vertical Piping: MSS Type 8 eR2, clamps. 6. Install individual, straight, to iping runs: V ♦ v a. 100 Feet and ess:�pe I, adjiselclevis h b. Longer Than Feet: SS Type 4 a table roller rs. C. Loner Tban 00 et if Indicat ype 49, s 'ng s ion rolls. 7. Multiple, i Stizontal Pipi s 00 Feet o pe MSS Type 44, pipe rolls. Support pipe rolls on//��/'''\��\� 8. Base of Vertica iping: NISyp52, spri B. Support horizontal piping to tthm Ich fitting and coupling. C. Support vertical piping and ing at base♦a d t e Floor. D. Rod diameter may be reduced one sit e-rod hangers, with 3/8-inch minimum rods. E. Install supports for vertical cope bin very 10 feet F. Install hangers for PV st o d on the plans. G. Install supports for ica� piping every 48 inches. H. Support piping and tubing not listed above according to MSS SP-69 and manufacturer's written instructions. 3.5 CONNECTIONS A. Drawings indicate general arrangement of piping, fittings, and specialties. B. Connect soil and waste piping to exterior sanitary sewerage piping. Use transition fitting to join dissimilar piping materials. Kessler Mountain Regional Park, Phase 11 221316-4 19T21090 3.6 C. Connect drainage and vent piping to the following: I. Plumbing Fixtures: Connect drainage piping in sizes indicated, but not smaller than required by plumbing code. 2. Plumbing Fixtures and Equipment: Connect atmospheric vent piping in sizes indicated, but not smaller than required by authorities having jurisdiction. 3. Plumbing Specialties: Connect drainage and vent piping in sizes indicated, but not smaller than required by plumbing code. 4. Install test tees (wall cleanouts) in conductors near floor and floor cleanouts with cover flush with floor. 5. Equipment: Connect drainage piping as indicated. Provide shutoff valve if indicated and union for each connection. Use flanges instead of unions for connections NPS 2-1/2 and larger. D. Where installing piping adjacent to equipment, allow space for service and maintenance of equipment. PIPING SCHEDULE A. Aboveground, soil and waste piping NPS 4 and so hall be any of the following: I. Hubless, cast-iron soil pipe and fittings hu less -piping couplings; and coioiuls. 2 Copper DWV tube, copper drainage fi olden mts. �JJ 3. Solid -wall PVC pipe, PVC socket fitting a solvent a oints. ^ B. Aboveground, vent piping NPS 4 all shall be any the fo owing: I. Hubless; cast-iron soil pipe an ngs; CIS • u s piping couR-Scem ; d coupled joints. 2. Co er D W V tube, c er dr age fittings n ered joint PP 3. Solid -wall orCe}Jul -co PVC pipe, P Stet fittings, d sentedjoints. C. Underground, soil,va EI, vent piping end smaller sh lb any of the following: I. Solid wall P p' , PVC socb9 and solve -cc t tedjoints. Kessler Mountain Regional Park, Phase 11 22 13 16-5 19T21090 This page was intentionally left blank. SECTION 22 33 00 - ELECTRIC. DOMESTIC -WATER HEATERS PART] -GENERAL 1.2 1.3 1.4 SUMMARY A. Section Includes: I. Commercial, electric, storage, domestic -water heaters. 2. Domestic -water heater accessories. 3. Domestic water compression tanks. PERFORMANCE REQUIREMENTS A. Seismic Performance: Commercial domestic -war eaters shall withstand the effects of earthquake motions determined according to ASCE/SEI 7. I. The term "withstand" means "the uni nmam in p without separation 6fJtan�arts from the device when subjected to the seisms& s specified ACTION SUBMITTALS O ♦ �+ A. Product Data: For each q and ze of dome ic- ter heater ' to .Include rated capacities, operating characteristic9 el tri characterAis' s, mshed s ial and accessories. B. Shop Drawings: ` V I . Wiring Diagram :For pow �n `, and co o m INFORMATIONAL SUB A. Seismic Qualification Data: or co ii�e Nk ic-water heaters, accessories, and components, from manufacturer. I. Basis for Certification Ikicate whether withstand certification is based on actual test of assembled compor alculation. 2 Dimensioned w s of Equipment Unit: Identify center of gravity and locate and describe mo ring nchorage provisions. 3. Detailed des do f equipment anchorage devices on which the certification is based and their installation WON` B. Domestic -Water Heater Labeling: Certified and labeled by testing agency acceptable to authorities having jurisdiction. C. Source quality -control reports. D. Field quality -control reports. E. Warranty: Sample of special warranty. Kessler Mountain Regional Park, Phase 11 223300-1 19T21090 1.5 CLOSEOUT SUBMITTALS Operation and Maintenance Data: For electric, domestic -water heaters to include in emergency, operation, and maintenance manuals. 1.6 QUALITY ASSURANCE 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. B. ASHRAE/IESNA Compliance: Applicable requirements in ASHRAE/IESNA 90.1. C. ASME Compliance: Where ASME-code construction is indicated, fabricate and label commercial, domestic -water heater storage tanks to comply with ASME Boiler and Pressure Vessel Code: Section Vill, Division I. D. NSF Compliance: Fabricate and label equipment cWonents that will be in contact with potable water to comply with NSF 61 Annex G, "Drinking Water S�sIg�,Components -Health Effects." 1.7 COORDINATION'Q� A. Coordinate sizes and locations of c e b es with actual quip ent provide 1.8 WARRANTY � ♦ VVV A. Special Warranty 's standa i which er agrees to repair or replace components of el stic-water a at fail irtg i or workmanship within specified warranty period. (vl I. Failures include, but are t It to, the win a. Structural fa ine�sto ank and supports. b. Faulty opera of controls. C. Deterioration o metal al t es, and other materials beyond normal use. 2. Warranty Periods: From da a of antial Completion. a. Commerci�,ell torage, Domestic -Water Heaters: NO 1) We �nk: Three years. 2) and Other Components: Three years. 3) water compression tanks: Three years. PART2-PRODUCTS 2.1 COMMERCIAL, ELECTRIC, DOMESTIC -WATER HEATERS A. Commercial, Electric, Storage, Domestic -Water Heaters: I. Standard: UL 1453. 2. Storage -Tank Construction: Non-ASME-code, steel vertical arrangement. Kessler Mountain Regional Park, Phase 11 223300-2 19T21090 Tappings: Factory fabricated of materials compatible with tank and piping connections. Attach tappings to tank before testing. 1) NPS 2 and Smaller: Threaded ends according to ASME 131.20.1. 2) NPS 2-1/2 and Larger: Flanged ends according to ASME B16.5 for steel and stainless -steel flanges, and according to ASME 1316.24 for copper and copper -alloy Flanges. b. Pressure Rating: 150 psi,-. C. Interior Finish: Comply with NSF 61 Annex G barrier materials for potable -water tank linings; including extending lining material into tappings. 3. Factory -Installed Storage -Tank Appurtenances: a. Anode Rod: Replaceable magnesium. b. Drain Valve: Corrosion -resistant metal complying with ASSE 1005. C. Insulation: Comply with ASHRAE/IESNA 90.1. d. Jacket: Steel with enameled finish. e. Heating Elements: Electric, screw-Q�t ft-on immersion type arranged in multiples of three. ���,,, ////���� `//✓�' f. Temperature Control: Adjusta . g. Safety Controls: High -temperate li t and low- off devices S. h. Relief Valves: ASME stamped for coin anon tempera u an ressure relief valves. Include one ore lief valves w tota elieving ca�a least as great as heat input, and in p e settinP domestic- r to {tir working pressure rating. Select one re ie V a with sen 'fe ent that exr ,-i storage tank. 4. Special RequiretaenZ� 5 constructi ` ` 2.2 DOMESTIC-WAT(H�` RAC vv O A. Domestic -Water Compression T..��,,��tt^^���J�� I. Description: Steel ssud t nk onstru ith welded joints and factory -installed butyl - rubber diaphragm. c re -char g mini um system -operating pressure at tank. 2. Construction: a. Tappings: Factory -fa ;c t 1, welded to tank before testing and labeling. Include ASME B1.20.1 pipe thr b. Interior Finish: Co ply w th NSF 61 Annex G barrier materials for potable -water tank linings, inclu ding finish into and through tank fittings and outlets. C. Air -Char iR ve: ctory installed. 3. Capacityand hamNtics: a. Working -Pressure Rating: 150 psig. B. Drain Pans: Corrosion -resistant metal with raised edge. Comply with ANSI/CSA LC 3. Include dimensions not less than base of domestic -water heater, and include drain outlet not less than NPS 3/4 with ASME B 1.20.1 pipe threads or with ASME B 1.20.7 garden -hose threads. C. Combination Temperature -and -Pressure Relief Valves: ASME rated and stamped. Include relieving capacity at least as great as heat input, and include pressure setting less than domestic -water heater working -pressure rating. Select relief valves with sensing element that extends into storage tank. Kessler Mountain Regional Park, Phase If 223300-3 19T21090 D. Vacuum Relief Valves: ANSI Z21.22/CSA 4.4. E. Shock Absorbers: ASSE 1010 or PDI-WH 2O1, Size A water hammer arrester. Domestic -Water Heater Stands: Manufacturer's factory -fabricated steel stand for wall mounting, capable of supporting domestic -water heater and water. Include dimension that will support bottom of domestic - water heater a minimum of 7 feet above the Floor. 2.3 SOURCE QUALITY CONTROL A. Factory Tests: Test and inspect domestic -water heaters specified to be ASME-code construction, according to ASME Boiler and Pressure Vessel Code. B. Hydrostatically test domestic -water heaters to minimum of one and one-half tithes pressure rating before shipment. C. Electric, domestic -water heaters will be considers defective if they do not pass tests and inspections. Comply with requirements in Section 014000 " u Requirements" for retesting and�ginspecting requirements and Section 017300 "Execution' uir, ents fforA\correcting the Wor D. Prepare test and inspection reports. ' \ T go�*� PART 3 - EXECUTION O �/ 3.1 DOMESTIC -WATER N A E STALLA O A. Commercial, Ele 'c stic-Water f c N�ounting: l mmercial, electric, domestic -water heaters on concrete e �/ I. Exception: Omit concre a commell� D[,el tric%domestic-water heaters if installation on stand, bracketsus d rm, or ' ectlyr is indicated. 2. Maintain manufact mends ances. 3. Arrange units so con Is and devi t r re servicing are accessible. 4. For supported equip nL ins ox c ted anchor bolts that extend through concrete base and anchor into structural concret r. 5. Place and secure anchorage de . Use setting drawings, templates, diagrams, instructions, and directions furnished witAbeate to a embedded. 6. Install anchor bolt�ls required for proper attachment to supported equipment. 7. Anchor domestic w8teto substrate. B. Install electric, domktic-wjter heaters level and plumb, according to layout drawings, original design, and reference( JaMdOTAaintain manufacturer's recommended clearances. Arrange units so controls and devices needing service are accessible. Install shutoff valves on domestic -water -supply piping to domestic -water heaters and on domestic - hot -water outlet piping. C. Install combination temperature -and -pressure relief valves in top portion of storage tanks. Use relief valves with sensing elements that extend into tanks. Extend commercial -water -heater relief -valve outlet, with drain piping saute as domestic -water piping in continuous downward pitch, and discharge by positive air gap onto closest Floor drain or as noted on plans. Kessler Mountain Regional Park, Phase 11 223300-4 19T21090 D. Install water -heater drain piping as indirect waste to spill by positive air gap into open drains or over Floor drains or as noted on plans. E. Fill electric, domestic -water heaters with water. F. Charge domestic -water compression tanks with air. 3.2 CONNECTIONS A. Drawings indicate general arrangement of piping; fittings, and specialties. B. Where installing piping adjacent to electric, domestic -water heaters, allow space for service and maintenance of water heaters. Arrange piping for easy removal of domestic -water heaters. 3.3 IDENTIFICATION A. Identify water heaters with permanent labels. b 3.4 FIELD QUALITY CONTROL l90 P A. Perform tests and inspections. O ♦ of I. Manufacturers Fiel Servic ngage a ry rued v rr presentative to inspect components, assemb and equipment i tal ions, inclu ' 6 on ections, and to assist in testing. 2. Leak Test: rt ion, char [enm and test f e epair leaks and retest until no leaks existV/A 3. Operationafterelec itry has b en ergized, start units to confirm proper operation. 4. Test and adjust contr a feties. lace amaged and malfunctioning controls and equipment. B. Prepare test and inspection r orts. ♦ a► 3.5 DEMONSTRATION <;` A. Engage a factory-author�e representative to train Owner's maintenance personnel to adjust, operate, and maintaiON is -water heaters. END OF SECTION Kessler Mountain Regional Park, Phase 11 223300-5 19T21090 This page was intentionally left blank. SECTION 22 4100- PLUMBING FIXTURES PART] -GENERAL 1.2 SUMMARY A. Section Includes: I. Kitchen sinks and faucets 2. Water Closets; Flush valves, and toilet seats 3. Urinals and Flush valves 4. Wall hung lavatories 5. Lavatory faucets 6. Mop Basins 7. Pressure Water Coolers 8. Supply fittings. 9. Waste fittings. ACTION SUBMITTALS P A. Product Data: For each type of pro 1. Include construction etaiIs, n rial descrip ♦ s en ions of d�mponents and profiles, and finishes lavatoP es. 2. Include rated capaci es, rating cha electrical a e sties, and furnished specialties a c M CLOSEOUTSUBMI'ITALS A. Operation and Maintenan taNOPP lurnbi and operation and mainten I Is. PART2-PRODUCTS 2.1 WALL -MOUNTED T LTS A. Water Closets: Wall Jun back spud. I. Bowl: faucets to include in emergency, operation, a. Standards: ASME A 112.19 2/CSA B45.1 and ASME A 112.19.5. b. Material: Vitreous china. C. Type: Siphonjet. d. Style: Flushometer valve. e. Height: Standard. f. Rim Contour: Elongated. g. Spud Size and Location: NPS 1-1/2; back. 2. Support: Water closet carrier. Kessler Mountain Regional Park, Phase 11 224100-1 19T21090 2.2 WATER CLOSET FLUSHOMETER VALVES A. Hydraulic -Actuator, Push -Button, Diaphragm Flushometer Valves: I. Standard: ASSE 1037. 2. Minimum Pressure Rating: 125 psig. 3. Features: Include integral check stop and backnow-prevention device. 4. Material: Brass body With corrosion -resistant components. 5. Concealed Flushometer-Valve Finish: Rough bronze. 6. Push button Finish: Chrome plated or stainless steel. 7. Style: Concealed. 8. Consumption: 1.28 gal. per Flush. 9. Minimum Inlet: NPS I. 10. Minimum Outlet: NPS 1-1/4. 2.3 TOILET SEATS A. Toilet Seats: I. Standard: IAPMO/ANSI Z124.5. 2. Material: Plastic. 3. Type: Commercial (Standard 4. Shape: Elongated rim, open front. 5. Color: White. nO� V • 2.4 SUPPORTS A. B. 2.5 A. Water Closet Carrier: I. Standard: *th M. 2. Descriptioing ass arrangemeplates, t Type 11 Urinal Carrier: I. Standard: ASME WALL -HUNG URINALS Urinals: Wall hung, back outlet, I. Fixture: VA a. b. us china. C. Drain: Stpafdte removable chrome -plated dome strainer with chrome -plated, NPS 2 tailpiece. d. Strainer or Trapway: Manufacturer's standard strainer and NPS 2 tailpiece. e. Design Consumption: 0.125 gal. per Flush. f. Inlet Spud Size and Location: NPS 3/4; back. g. Outlet Size and Location: NPS 2; back. h. Color: White. Waste Fitting: tired to mate dra age piping material and ets, and ee , sand hardware matching fixture. I and ASME A 112.19.5. a. Standard: ASME A I 12.18.2/CSA B125.2. Kessler Mountain Regional Park, Phase 11 224100-2 19T21090 b. Trap: I) Integral. 3. Support: Type 11 Urinal Carrier with hanger and bearing plates. Include rectangular, steel uprights as required. 4. Urinal Mounting Height: Handicapped/elderly according to [CC A] 17. 1. 2.6 URINAL FLUSHOMETER VALVES A. Hydraulic -Actuator, Push -Button, Diaphragm Flushometer Valves: I. Standard: ASSE 1037. 2. Minimum Pressure Rating: 125 psig. 3. Features: Include integral check stop and back flow -prevention device. 4. Material: Brass body with corrosion -resistant components. 5. Concealed Flushometer-Valve Finish: Rough bronze. 6. Push button Finish: Chrome plated or stainlel. 7. Style: Concealed. 8. Consumption: 0.5 gal. per Flush. AG 9. Minimum Inlet NPS 3/4. 2.7 WALL -MOUNTED LAVATORI O ♦ (/. A. Lavatory: Molded stone, wa I mount ith drain o t v I. Fixture: a. Stand 112.19 �/ B4 .1. v b. Ty anging. C. Nomi S' : Rectang 60 inches fpr ate tation, 23 by 30 inches for single station. v d. Faucet -Hole Pone holes f ual s tion, single hole for single station. e. Faucet-Hol ca op. f. Color: As d Archit g. Mounting Ma rial: Bracket. 2. Lavatory Mounting H ght St Vn ndicapped/elderly according to ICC Al 17.1. 2.8 SOLID -BRASS, AUTOMATICA Y OPERATED LAVATORY FAUCETS A. NSF Standard: Compl wit}`� i F 7L for faucet materials that will be in contact with potable water. B. Lavatory Faucets: A omat -type, hard -wired, electronic -sensor -operated, mixing, solid -brass valve. 1. Standards: A 12.I8A!CSA B125.1 and UL 1951. 2. 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. 3. General: Include hot- and cold -water indicators; coordinate faucet inlets with supplies and fixture hole punchings; coordinate outlet with spout and fixture receptor. 4. Body Type: Single hole. 5. Body Material: Commercial, solid brass. 6. Finish: Polished chrome plate. 7. Maximum Flow Rate: 0.5 gpm. 8. Mounting Type: Deck, concealed. Kessler Mountain Regional Park, Phase 11 224100-3 19T21090 9. Spout: Rigid, gooseneck. 10. Spout Outlet: Multi -laminar Flow. IL Drain: Not part of faucet. 2.9 MOP BASINS A. Mop Basins: Molded stone, Floor mounted. I. Fixture: a. Standard: IAPMO PS 99. b. Shape: Four sided. C. Nominal Size: 24 by 24 inches. d. Height: 12 inches. e. Tiling Flange: Not required. f. Rim Guard: On all top surfaces. g. Color: Not applicable. h. Drain: Grid with NPS 3 outlet. �j.� 2. Mounting: On Floor and Flush to wall. �[ 1 G 2.10 PRESSURE WATER COOLERS AO A. Pressure Water Coolers: Wall m nt Ichair6AES;the filler V I. Standards: a. Comply with SS I and NSF 3 b. ComFIRAE 34, " En ion and S+ sification of Refrigerants," for wat crovide HF traFluoroe[ a r frigerant unless otherwise indicated. C. Com w' ICC A I I 2 Cabinet: Bi-level with tw a i cabinet d wi avbi-level skirt kit, all stainless steel. J. Bubbler: One, wit us ream r ulato , ted on each cabinet deck. 4. Control: Push bar. 5. Bottle Filler: Sensor tivation witft u ma shutoff timer. Fill rate 1.1 gpnt. 6. Drain: Grid with NPS 1/4 ta' e. 7. Supply: NPSwith 8. Waste Fitting:: A At 12.SME At 12.18. B 125.2, NPS 1- 1/4 brass P-trap. 9. Filter: One or more water titers c mplying with NSF 42 and NSF 53 for cyst and lead reduction to below EPA standIVIlkliIQ capacity sized for unit peak flow rate. 10. Cooling System: c, vith hermetically sealed compressor, cooling coil, air-cooled condensing u orr 'o -re istant tubing, refrigerant, corrosion -resistant -metal storage tank, and adjustable th ostat 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. 11. Capacities and Characteristics: a. Cooled Water: 8 gph. b. Ambient -Air Temperature: 90 deg F. C. Inlet -Water Temperature: 80 deg F. d. Cooled -Water Temperature: 50 deg F. Kessler Mountain Regional Park, Phase If 224100-4 19T21090 e. Cooled -Water Storage: 50 deg F. F. Electrical Characteristics: 1) Motor Horsepower: 1/6. 2) Volts: 120-V ac. 3) Phase: Single. 4) Hertz:60. 5) Full -Load Amperes: 4.2. 6) Minimum Circuit Ampacity: 15. 7) Maximum Overcurrent Protection: 15. 12. Support: Plate Type system. 13. Water Cooler Mounting Height: Handicapped/elderly according to [CC A 1 17.1. 2.11 COMMERCIAL SINK FAUCETS A. NSF Standard: Comply with NSF 372 for faucet -spout materials that will be in contact with potable water. B. Sink Faucets: Manual type, two lever handle e. I. Commercial, Solid -Brass Fauc . ## [`D,A` 2. Standard: ASME A112.1 1/ A -5.1. • � �/• 3. General: Include h.,-and col er indicat ce dSnate faucetsupplies and future hole punchings; coor to ou t with spou receptor. 4. Body Type: Widgsp a 5. Body Materi al, solid br s� /►\VT 6. Finish: Ch e ` V 7. Maximum Fl e: 22 gpm 8. Handle(s)O : Lev 9. Mounting Type: Back/wa d. 10. Spout Type: Rigid lid s it wa brace d ving, solid brass. 1 I. Vacuum Breaker: ervice b for h se outlet. 12. Spout Outlet: Aerato t utility sinl4a; o hread according to ASME B 1.20.7 at mop basin. 2.12 KITCHEN SINK SUPPLY FITT GS A. NSF Standard: Comply w N /A 161 Annex G, "Drinking Water System Components - Health Effects," for faucet enals to wi be in contact with potable water. B. Standard: AS ME AI I_ /CSA B125.1. C. Kitchen Sink Supply Fittings: I. Supply Piping: Chrome -plated -brass pipe or chrome -plated -copper tube matching water -supply piping size. Include chrome -plated wall Flange. 2. Stops: Chrome -plated -brass, compression stop with inlet connection matching water -supply piping type and size. a. Operation: Loose key. Kessler Mountain Regional Park, Phase 11 224100-5 19T21090 3. Risers: a. Size: NPS 3/8. b. Material: Chrome -plated, soft -copper flexible tube riser. 2.13 LAVATORY SUPPLY FITTINGS A. NSF Standard: Comply with NSF 372 for supply -fitting materials that will be in contact with potable water. B. Standard: ASME AI 12.18.1/CSA B125.1. C. Supply Piping: Chrome -plated -brass pipe or chrome -plated copper tube matching water -supply piping size. D. Supply Stops: Chrome -plated -brass, one -quarter -turn, ball -type or compression valve with inlet connection matching supply piping. E. Operation: Loose key. F. Risers: 2. AN 14 COMMERCIAL SI ITTING6 _ A. Standard: ASME /CSA BI V O� B. Drain: Grid type with NPS I -I/ piece to cess le kitchen sinks. C. Trap: 1111 I. Size: NPS 1-1/2 for kitchen sinks. • 2. Material: Chrome -plat d, two t-brass trap and swivel elbow with 0.032-inch- thick brass tube to wall; and chrome-pla - as�-steel wall flange. NPS 3/8. 'V Chrome -plated; soft -co ppe le e riser. PART 3 - EXECUTION 3.1 EXAMINATION Gay A. Examine roughing —in of water -supply and sanitary drainage and vent piping systems to verify actual locations of piping connections before plumbin.-fixture installation. B. Examine walls, floors, cabinets, and counters for suitable conditions where fixtures will be installed. C. Proceed with installation only after unsatisfactory conditions have been corrected. Kessler Mountain Regional Park, Phase 11 224100-6 19T21090 3.2 INSTALLATION A. Install plumbing fixtures level and plumb according to roughin. in drawings. B. Install floor -mounted water closets on closet flange attachments to drainage piping. C. Install counter -mounting fixtures in and attached to casework. D. Install water -supply piping with stop on each supply to each fixture to be connected to water distribution piping. Attach supplies to supports or substrate within pipe spaces behind fixtures. Install stops in locations where they can be easily reached for operation. E. Install tanks for accessible, tank -type water closets with lever handle mounted on wide side of compartment. F. Install toilet seats on water closets. G. Install traps on fixture outlets. GO I. Exception: Omit trap on fixtures with i ra 2. Exception: Omit trap on indirect wasterwis icated. �� H. Install disposer in outlet of each sink i t eeto have a disposer, stall switch Cn cVat, or in wall adjacent to sink if location is dica d. I. Install wall flanges or escutc eons at g wall pe in expose hehe locations. Use deep- pattem escutcheons if requir o cone al protrudin fitt �s. 'I _ J. Sea[ joints between ures, cou oo , and walCm nitary-type, one -part, mildew - resistant silicone a Itsea]ant c i. ture colorK. Urinallnstallation: I. Install urinals level ccordi4to g-m drawings. 2. Install wall -hung; b finals ote ttting seals and attached to supports. 3.Install wall -hung, bo m-outlet ur Ibular waste piping attached to supports. 4. Install accessible, wal -mount nanting height for the handicapped/elderly, according to ]CC/ANSI A] 17. 1.. 5. Install trap -seal liquid in__wa``terl nals. L. Assemble shower compoae ing to manufacturers' written instructions. M. Install showers levelQndplmb according to roughing in drawings. N. Install water -supply ith stop on each supply to each shower faucet. 1. Exception: Use ball or gate valves if supply stops are not specified with shower. 2. Install stops in locations where they can be easily reached for operation. O. Install shower Flow -control fittings with specified maximum flow rates in shower arms. P. Install wall flanges or escutcheons at piping wall penetrations in exposed, finished locations. Use deep - pattern escutcheons if required to conceal protruding fittings. Kessler Mountain Regional Park, Phase 11 224100-7 19T21090 Q. Install shutoff valves in water -supply piping to fixtures. R. Install mounting frames, affixed to building construction; and attach recessed; electric water coolers to mounting frames. 3.3 CONNECTIONS A. Connect fixtures with water supplies, stops, and risers, and with traps, soil; waste, and vent piping. Use size finings required to match fixtures. B. Comply with soil and waste piping requirements specified in Section 22 13 16 "Sanitary Waste and Vent Piping." C. Install protective shielding pipe covers and enclosures on exposed supplies and waste piping of accessible sinks. CoJA ADJUSTING A. Operate and adjust plumbing fixtures [tt�ols. Replace dams d and malfun n g xtures, finings; and controls. V B. Adjust water pressure at fau ets to pr Oe proper ♦ �`` 3.5 CLEANING ANQsQn A. After completing ofiplumA es, ins ect td r air damaged finishes. B. Clean plumbing fixtures, faucett fittingsVm ufacturers' recommended cleaning methods and materials. C. Provide protective covering r installed 4 i p xtures and fittings. 10 D. Do not allow use of plumbing fixture f to porary facilities unless approved in writing by Owner. ♦ ND OF SECTION CG3�WNI Kessler Mountain Regional Park, Phase 11 224100-8 19T21090 SECO [ON 21 36 33 - COMMON Y ORK RESWDOS VOR GLAC PARO 9 - . ENERAD 9l9 SWMMARc AU Ohis Seddon indlu: es the pollob ingf 9U PiFing Qaterials an: installation instrudtions doQQon to Qost FiFing snateQsU 2U wieledtrid PttingsU I U Medhanidal slee& sealsU yU Slee&sU 61J EsdutdheonsU 4U . routU / U E"uiFQent installation re"uireQents doQQo o e"uiFQent sedtionsU vU Condrete w RJ SuFFortan: ans an: andhoragesU 9t2 wEMNI01ONS ' AU Mnishe: SFadesf SFades other t n o dal an�� uiFQent r ire: sFades, FiFe an: : udt dhases, unheate: sFa es iQQ elm gelob ""� ades a q o lin „unej da&te: sFades, drab IsFades, an: tunnel.0 �` _ z U Ej Fose: , Interior an: Qedhanidal e' CU Ej Fose: , Ej terior Inst7lationsf an: b eather don: itionsU Ej aQQ wU Condeale: , Interior Install odduFantsU Ej aQ Fles indlu: EU Condeale:, Ejterior Installationsf Fhrtsidal dontadt qmquil: ing oddul installations b ithin unheate: shell 9U S%W MIOOADS AU Y el: ing dertipdatesU _ 9ty 8 WADIOc ASSWRANCE Fose: il: oorsU Ej�F_ ' dlu: a Pnishe: odduFie: sFades o "eb uglddt to out: oor aQgient teQFeratures roopo do U Beale: ®eb an: Frotedte: VoQ Fhnsidal dontadt qmquil: ing desesU +o eI rroQ Deb an: Frotedte: p-oQ b eather don: itions an: tnt sugl0 to out: oor aQgient teQFeraturesU Ej aQFles indlu: e AU Steel SuFFort Y el: ingf 8 ualipn Frodesses an: operators addor: ing to AY S w90, 7Strudtural Y el: ing Co: e--SteeIU z U Steel Pi Fe Y el: ingf 8 ualipu Frodesses an: oFerators addor: ing to ASME z oiler an: Pressure Lessel Co: of Sedtion I; , 7Y el: ing an: z ra5ing 8 ualipidationsl7 Kessler Mountain Regional Park, Phase 11 213633-9 91029371 9U CoQFlmb ith FroUsions in ASME z 19 Series, 7Co: a por Pressure PiFingU 2U Certipnthat eadh bel: er has Fasse: AY S "ualiodation tests por bel: ing Frodesses inBol&: an: that dertiodation is durrentU CU Eledtridal Charadteristids pot GLAC E"uiFQentf E"uiFQent op higher eledtridal dharadteristids Qamqe pimishe: Fro@: e: sudh FroFose: e"uiFQent is aFFroBe: in b riting an: donnedting eledtridal sefflides, dirduit greakers, an: don: uit si5es are aFFroFriatelmQo: i0e: U IpQiniQuQ energmratings or eppdiendies are sFedipe:, a"uiFQent shall doQFlmb ith re"uireQentsU PARO 2 - PROwNCOS 2l9 PIPE, 0 Wi E, ANw MOOIN. S AU Reper to in: il3i: ual wiBsion 21 FiFing Sections por FiFe, tuqe, an: ptting Qaterials an: Ibining Qetho: sU z U PiFe Ohrea: sf ASME z 91230 por padtormthrea: ee: Fe an: FiFe OttingsU 212 x0ININ. MAOERIADS � ��/ AU Reper to in: i@: ual wi�sion 21 FiFin e r p�por sFedial Idining aterials not �� elo U z U PiFe-Mange . asket Materialsf %A L"40% gottRe a plat, thidkness unless thidkness ocsFedipd erial is in: Xv Qaj iQuQ CU Plastid PiFe-Mange .Ask z s, an: Nu r'FF7 an: Qat I oQQen: e: qm FiFing snsteQ Qanupadturer, unle e: idate: U ta SOM wU Sol: er Viller Mez I' a allonsU In : e bater-plushagle pluj addor: ing to ASOMz v91U EU z ra5ing Viller Metalsf A 6 uP eri or<Z)Inless otherb ise in: idate: U VU Y el: ing V ller Metalsf Co mb ith AY l90 U Sol&nt CeQents par wining Plastid g� 9U CPLC PiFingf ASOM V U 2U PLC PiFingf AS Indlu: e FriQer addor: ing to ASOM V464U 2U wIEDECORIC VIOOi� S J` AU wesdriFtionf CoQgination pitting opdoFFer alloman: Nrrous Qaterials b ith threa: e: , sot: er-Ibint, Flain, or b el: -nedk en: donnedtions that Qatdh FiFing srrsteQ QaterialsU z U Insulating Materialf Suitaqle por snsteQ plui: , Fressure, an: teQFeratureU CU wieledtrid Nhionsf Vadtormpaqridate: , union asseQglm par 263-Frig QiniQuQ b orking Fressure at 90 : eg VU wU wieledtrid Mangesf Vadtormptgridate:, doQFanion-plange asseQgIm por 963- or 133-Fsig QiniQuQ b orking Fressure as re"uire: to suit srrsteQ FressuresU Kessler Mountain Regional Park, Phase 11 213633-2 911029313 EU wieledtrid CouFlingsf . all3ani5e:-steel douFling bith inert an: nondorrosiBe, therQoFlastid lining) threa: e: en: s) an: 133-Fsig QiniQuQ b orking FresSnre at 226 : eg VU W wieledtrid NiFFlesf EledtroFlate: steel niFFle b ith inert an: nondorrosiBe, theiQoFlastid lining) Flain, threa: e: , or grooBe: en: s) an: 133-Fsig QiniQuQ b orking Fressure at 226 : eg VU 2V MECGANICADSDEELESEADS AU wesdriFtionf MO: ular sealing eleQent unit, : esigne: por pel: asseQglm to pll annular sFade qetb een FiFe an: sleeBeU z U Sealing EleQentsf EPwM interlodking links shaFe: to pit surlade op FiFeU Indlu: a trrFe an: nuQger re"uire: por FiFe Qaterial an: si5e op FiFeU CU Pressure Platesf PlastidUlndlu: a tb o por eadh sealing eleQentU wU Connecting z olts an: Nutsf Carqon steel b ith do$$g$$$osion-resistant Boating op length re"uire: to sedure Fressure Flates to sealing eleQentsUlndlu: a one p�" sealing eleQentU 2t8 SDEELES AU alBani5e:-Steel Sheetf 3U21"r-' iniIuQ thidkne}ss}��rroun: uqe dlose: �' e: longitu: inal IbintU • T z U Steel PiFef ASOM A 61, 0 rye z, Sdhe: a y`Bani5e: , i n: U CU Cast Ironf Cast or iall FiFe7 le t to : udtil ssure FiFe, b ith Flain en: s an: integral b atersto , n tlRrb ise in: id e wU Stadk Slee& Uningsf anuptdture. da iron sle gral dlaQFing plangeU Indlu: e dlaQFing ring an: qolts an: nuts por QeQ an ingUU 9U Nh: er: edk CIaQFf I ing b itluse"t�cdreb sU EU Mol: e: PLCf PerQanent; b i naili d r anadhing to b oo: en porQsU W PLC PiFef ASOM w 9/ v6, Sdhe: le y U Mol: e: PEf Reusagle,♦P -duF shaFe: , an: sQooth-outer surpade b ith nailing plange por anadhing to b oo: en p s\ 2W ESCWCGEONS AU wesdriFtionf Manuptdiure: b all an: deiling esdutdheons an: ploor Flates, b ith an Iw to dloselmpt aroun: FiFe, tuqe, an: insulation opinsulate: FiFing an: an Ow that doQFletelmdo&rs oFeningU z U One-Piede, weeF-Pattern 0 nfef weeF-: rab n, qoj -shaFe: grass b ith Folishe: dhroQe-Flate: PnishU CU One-Piede, Cast-z rass 0 nfef Y ith set sdreb U 9U Ynishf Polishe: dhroQe-Flate: U Kessler Mountain Regional Park, Phase 11 213633-1 9TO293T3 2W wU SFlit-Casting, Cast-z rass Onfef Y ith dondeale: hinge an: set sdreb U 9U Unishf Polishe: dhroQe-Flate: U HMO] AU wesdriFtionf ASOM C 993/, . ra: a z, nonshrink an: nonQetallid : rmhnt raulid-deQent groutU 9U Charadteristidsf Post-har: ening, BoluQe-a: histing, nonstaining, nondorrosiBe, nongaseous, an: redoQQen: e: por interior an: ej terior aFFlidationsU 2U wesign Mij f 6333-Fsi, 2v-: amdoQFressiBe strengthU I U Padkagingf PreQij e: an: padtonnFadkage: U PARO 1 - E; ECNOION I L9 AU zU GLAC wEMODIO [ON Reper to wiBision 39 Sedtion 7Cutting an weQolition7 por general : eQolition re"uiret wisdonnedt, : eQolish, an: reQoBa.GLYak st 91-1 PiFing to z e ReQo : f Res I regaining FiFing b i o oQF: 2U PiFing to z e 4g2n: e: Pladef v FiFing Qater I U wudts to f ReQo& udts b it sa oQFatigle yU wudts to z e Aq :one: in PI f 6U E" uiFQent to z e ReQo 's r 4U Eore e"ui to t) Rem store a"uiFQent) b iate; n /U E"uiFQent to ze Re oBe: an: S% an:: eliBer to Ob ner Ip FiFe, insulation, or a"uiFQent to aQage: or unserUdeagle Fortion n: re h an:'doQFonent i t"e: to qe reQo&: U n: idate: r oBe: an: daF or Flug alU iF o lu. i ing b ith saQe or doQFatigle `` e: to qe reQoBe: an: Flug reQaining 1aQe or doQFatigle : udtb ork QaterialU s an: reQoN e"uiFQentU it an: daF ser@des an: reQoBe, dlean, an: an: Qake a"uiFQent oFerationalU tan: daF ser@des an: reQoW e"uiFQent is : aQage: in aFFearande or is unserE§deagle, reQoBe b ith neb Fro: udts ope"ual daFaditman: "ualitaU ]a PIPIN. Sc SOEMS OM RE8 N1REMENOS AU Install FiFing addo7: t . o the pollob ing re"uireQents an: wiElision 21 Sedtions sFedip ing FiFing snsteQsU z U wrab ing Flans, sdheQatids, an: : iagraQs in: idate general Iodation an: arrangeQent op FiFing sni;teQsU In: idate: Iodations an: arrangeQents b ere use: to si5e FiFe an: daldulate pidtion loss, ej Fansion, FuQF si5ing, an: other : esign donsi: erationsU Install FiFing as in: idate: unless : eEliations to lanout are aFFroBr: on Coor: ination wrab ingsU CU Install FiFing in dondeale: Iodations, unless otherb ise in: idate: an: ej deFt in e"uiFQent rooQs an: serBide areasU Kessler Mountain Regional Park, Phase 11 213633-y 9-Iro 29313 wU Install FiFing in: idate: to qe ej Fuse: an: FiFing in a"uiFQent rooQs an: serBide areas at right angles or Farallel to quil: ing b allsUwiagonal runs are Frohiqite: unless sFedipdallmin: idate: otherb iseU EU Install FiFing- agoBe addessigle deilings to allob sunidient sFade por deiling Fanel reQoBalU VU Install FiFing to FerQit BaIB; serl3idingU U Install FiFing at in: idate: sloFesU GU Install FiFing pee opsags an: qen: sU I Install fittings por dhanges in : iredtion an: qrandh donnedtionsU NU Install FiFing to allob aFFlidation opinsulationU KU Seledt snsteQ doQFonents b ith Fressure rating a"ual to or greater than snsteQ oFerating FressureU DU Install esdutdheons por Fenetrations opb ails, deilings-an: doorsU MU Install slee&s por FiFes Fassing through d an: Qasonrm b ails, gnfsuQ-qo : ns, an: dondrete door an: roopslagsU NU Aqo&grown: ; Ej tenor-Y all PiFe Pe oRsf Seal Fenetratio using slee& Qe anidal slee& sealsU Seledt slee& si5e to allob in annular die Fade etb een FiFI e& por installing Qedhanidal slee& sealsU v 91-1 Install steel FiFe por s s s Iler than 4 i `iaQeter 2U Install dast-iron fib a Fi 7 por slee& an: larger is a erU I U Medhanidal a stallation t fe an: nu �q nr� sling eleQents re"uire: por FiFe Qaterial a I si o 'tion FiFe i pslee&U VIP Qedhanidal slee& seals an: install in annular sF een FiFe UOighten -olt gamst Fressure Hates that dause sealing eleQents to ej an: Qake ate ight sea OU Nh:ergroun:, Ejterior-Y etratiott���f,,, Ins st-iron 7ball FiFes7 por slee&sU Seal FiFe Fenetrations using Qedhan sealsUe d I �������`aaaaaa �����d,t slee& si5e to allob por 9-indh annular dlear sFade & qetb een FiFe an: sleepor stalling Qe& sealsU 9U Medhanidal Slee& Seal Insta e eedtdt trrFe an: nuQger opsealing eleQents re"uire: por FiFe Qaterial an: si5eUPosition FiFe nter opslee&UAsseQgle Qedhanidal slee& seals an: install in annular sFade qetb een ke an: sleeELUO ighten Bolts against Fressure Plates that dause scaling eleQents to ej Fani b atertight sealU PU Vre-zarrier Penetra�nsf tain in: idate: pre rating op ails, Fanitions, deilings, an: doors at FiFe FenetrationsU Seal lie Fe trations b ith drestoF QaterialsU Rep r to wAsion 3/ Sedtion 7Penetration VrestoFfing7 por Qate 8 U Leripnfinal a"uiFQent Iodations por roughin, inU RU Reper to a"uiFQent sFedifidations in other Sedtions opthese SFediddations por roughing —in re"uireQentsU I PIPIN, sOINO CONSORNCOION AU zoin FiFe an: fittings addor: ing to the pollob ing re"uireQents an: wiBision 21 Sedtions sFedipring FiFing snsteQsU Kessler Mountain Regional Park, Phase 11 213633-6 9TO293"13 z U ReaQ en: s opFi Fes an: tuqes an: reQo&- qurrsUz eW Flain en: s opsteeI FiFeU CU ReQoBe sdale, slag, : irt, an:: eqris proQ insi: a an: outsi: a op Fife an: pttings gepore asseQglnU wU Sol: ere: xointsf AHim ASOM z v91, b ater-pushagle puj , unless otherb ise in: idate: , to tuqe en: U Construdt Idints adder: ing to ASOM z v2v or CWAX 7CoFFer Ouqe Gan: gook,7 using lea: -Ree sot: er allomdoQ Fh» ng b ith ASO M z 12U EU z m5e: xoinisf Construdt Idints addor: ing to AY SX 7zra5ing Gan: gook,7 7PiFe an: Ouge7 ChaFter, using doFFer-FhosFhorus graying pller Qetal doQFlr»ng b ith AY S A6WU VU Ohrea: e: xointsf Ohrea: FiFe b ith taFere: Fire threa: s addor: ing to ASME z 903191-1 Cut threa: s pill an: dlean using sharF : iesU ReaQ threa: e: FiFe en: s to reQoB: qurrs an: restore pill IwU coin FiFe pttings an: B31B`s as pollob sf 9U AFFImaFFroFriate taFe or threa: doQFoun: to ej ternal FiFe threa: s unless : rmseal threa: ing is sFedipe: U 2U waQage: Ohrea: sf wo not use FiFe or FiFe 'ttings b ith threa: s that are dorro: e: or : aQage: U wo not use FiFe sedtions that ha& dradke: b el: sU U Y el: e: xointsf Construct h6ints adder: in, v93192 �LSt ing "ualipe: Frod♦e b el: ing oFerators adder: ing to Part 9 78 ualitmAssurand idleU ��� GU Mange: xointsf Seledt aFFroFria ket aterial. si5e, nfe, In: thidkne �hl3ide aFFlidationU Install gasket dondentridallmFosi on suitagl ALgn qolt thre IU Plastid PiFing SolBent-CeQe xoints Clean an:: i ng surptdesll��x ' e an: pttings addor. ing to the pollob ingf ♦ 6 9U CoQFlmb' V y32, per sa li?g Fradtide ea rs, FriQers, an: solBent deQen(sU 2U CPLC PiFin, xo' addor: ing w 2vy4(w y Fen: ij U IU PLC Pressure ingf xoin e: a nu; /v6, PLC FiFe an: PLC sodket pttings adder: ing to ASO w n other- n-s : ule-nuQger PLC FiFe an: sodket pttings adder: in to ASO 2v yU PLC NonFressureYke.- adder: i o AS w 2v66U xU Plastid Pressure PiFing . axoin r t ing to ASO M w 1911U KU Plastid NonFressure PiFing . askete:. t xoin adder: ing to ASO M w 1292U DU PE PiFing Geat-Vusion xoin q an: : rmIdining surptdes qmb Wing b ith dlean dloth or FaFer tob elsU xoin adder: ing to ASO M\I 9U Plain -En: Pi an: ttingsf %e qutt ptsionU 2U Plain -En: Pi Fe odket Vittingsf Nye sodket pusionU MU Ugerglass z on: e: xointsf Pre Fare FiFe en: s an: pttings, aFFlm a: hesi&, an: Idin addor: ing to FiFe QanupadturerXb ritten instrudtionsU Ity PIPIN. CONNECOIONS AU Make donnedtions adder: ing to the pollob ing, unless otherb ise in: idate: f Kessler Mountain Regional Park, Phase 11 213633-4 91D29313 I l8 AU zU CU wU I l4 AU rij AU zU 91-1 Install unions, in FiFing NPS 2 JwN 63' an: sQaller, a: Iddent to eadh BaI& an: at Anal donnedtion to eadh Fiede ope"uiFQentU 21-1 Install flanges, in FiFing NPS 2.9(2 JwN 46' an: larger, a: Iddent to flange: BaIB�s an: at Anal donnedtion to eadlt Fiede ope"uiFQentU I U wnnPiFing Sni;teQsf Install : ieledtrid unions an: flanges to donnedt FiFing Qaterials or: issiQilar QetalsU yU Y et PiFing SnsteQsf Install : ieledirid douFling an: niFFle pttings to donned[ FiFing- Qaterials or : issiQilar QetalsU E8 WIPMENO INSOADDAO ION - COMMON RE8 WIREMENOS Install a"uiFQent to allob Qaj iQuQ Fossiqle hea: rooQ unless sFedipd Qounting heights are not in: idate: U Install a"uiFQent IeNl an: FIuQq, Farallel an: FerFen: idular to other quil: ing srtsteQs an: doQFonents in ej Fose: interior sFades; unless otherb ise in: idate: U Install GLAC e"uiFQent to ptdilitate ser@de; Qt to n nde, an: re Fair or reFladeQent op oQFonentsU onnedting Connedt a"uiFQent por ease op: isduQ interperende to other ins all t Ej ten: grease pttings to addessiqle IodationsU (� 14 Install a".uiFQent to allob right opb a it ttg mstalle: at re" e: sloFeU o' CONCREO E z ASES ` Condrete zasesf Andlmr 'ut ent'to don addor: ingto ,� QanupadturerX b ritten instrudtions an: add Zei 0 do: es 19 U (/+ \/ 9U Construdt do uses opAi@,g s in: idate:�iq t' less than y indhes larger in cloth 21.1 I yU 6U 4U /U : iredtions than Forte: un Install : ob el ro: s to doe( ob el ro: s on 9v-i den Install eFoj mdoate: andhor into strudtura ondre Plade an: sedure an rage teQFlates, : iagraQs, instrudt Install andhor Bolts to eleBati Install andhor qolts adder: N. We 1333-Fsi, 2v-: a%9*9 7C Sedtion ast-in-Ple on FWTV411Rt1UDYA&I i ete poorU Wfiless otherb ise in: idate: , install I er opthe gaseU uiFQent that ej ten: through dondrete qase, an: eessuFForte: a"uiFQent QanupachurerX setting : rab ings, -dtions ptrnishe: b ith iteQs to qe eQge:: e: U por FroFer attadhQent to suFForte: e" uiFQentU olt QanupldturerX b ritten instrudtionsU :h dondrete an: reinpardeQent as sFedipe: in wi@sion 31 ANw ANCGORA. ES Reper to wiBision 36 Seddon 7Metal Uagridations7 por strudtural steelU Cut; pt, an: Flade Qisdellaneous Qetal suFForts adduratelm in Iodation, alignQent, an: eleftion to suFFort an: andhorGLAC Qaterials an: e"uiFQentU CU Vie]: Y el: ingf CoQFlmb ith AY S w9t9U Kessler Mountain Regional Park, Phase 11 2136334 91ID293T3 IN ERECOION OVY OOw SWPPOROS ANw ANCGORA. ES AU Cut, pt, an: Flade boo: groun:s, nailers, glodking, an: andhora_es to suFPort, an: andhor GLAC Qaterials an: e"uiFQentU y z U Seledt prstener si5es that b ill not Fenetrate QeQgers ip oFFosite si: e b ill qe ej Fose: to Beb or b ill redei& pnish QaterialsUOighten donnedtions getbeen QeQgersUInstall ptsteners b ithout sFlitting boo: QeQgersU CU Anadh to suqstrates as re"uire: to suFFon aFFlie: loa: sU 1110 oIrrf"k AU Mij an: install grout por GLAC a"uiFQent qase clearing surFades, FuQF an: other a"uiFQent gase Flates, an: andhorsU z U Clean surlades that b ill doQe into dontadt b ith grow CU ProEi: e potQs as re" uire: por FladeQent opgr G wU ABoi: air entraFQent : uring FladeQent opgro�✓ EU Plade grout_ doQFletelmplling e" t qa sU D)� • V W Plade grout on dondrete gas6an: FrsQooth u ade pDr e" . U Plade grout aroun: andWrs �� A GU Cure Flade: grou ` �� G O iOVSE ON G� Kessler Mountain Regional Park, Phase 11 213633-v 9TO293T3 SECTION 23 05 13 - COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT PARTI-GENERAL 1.1 SUMMARY A. Section includes general requirements for single-phase and polyphase, general-purpose, horizontal, small and medium, squirrel -cage induction motors for use on ac power systems up to 600 V and installed at equipment manufacturer's factory or shipped separately by equipment manufacturer for field installation. 1.2 COORDINATION A. Coordinate features of motors, installed units, and accessory devices to be compatible with the following: I. Motor controllers. 2. TorqueRating,speed,andrac horerisepower ofsupplir ft load. 3. Ratings and characteristics of supply c require trot sequence. 4. Ambient and environmental conditions allation locc g PART 2-PRODUCTS O `` ) EEE _.I GENERAL MOTOR R�$t�R ENTS /�� ` �► A. Comply with req n`VVVthis Secti@pjBI ept when s Quirements are specified in HVAC equipment schedules coons. V B. Comply with NEMA MG I unl oe indica 2 1) MOTOR CHARACTERISTi S A. Capacity and Torque Characteristic` nt to start, accelerate, and operate connected loads at designated speeds, at installed all' ude environment, with indicated operating sequence, and without exceeding nameplate ratings o� idering service factor. 2.3 POLYPHASE MOTV A. Description: NEMAsign B. medium induction motor. B. Efficiency: Energy efficient, as defined in NEMA MG I. C. Service Factor: 1.15. D. Multispeed Motors: Variable torque. For motors with 2:1 speed ratio, consequent pole, single winding. For motors with other than 2:1 speed ratio, separate winding for each speed. Kessler Mountain Regional Park, Phase 11 230513-1 19T21090 E. Rotor: Random -wound, squirrel cage. F. Bearings: Regreasable, shielded, antifriction ball bearings suitable for radial and thrust loading. G. Temperature Rise: Match insulation rating. H. Insulation: Class F. I. Code Letter Designation: Motors 15 HP and Larger: NEMA starting Code F or Code G. Motors Smaller than 15 HP: Manufacturers standard starting characteristic. J. Enclosure Material: Cast iron for motor frame sizes 324T and larger; rolled steel for motor frame sizes smaller than 324T. 2.4 POLYPHASE MOTORS WITH ADDITIONAL R UIREMENTS A. Motors Used with Reduced -Voltage and Mul ' Co rollers: Match wiringtonne i rements for controller with required motor leads. F i�i t2fininals ' otor terminal box IC2 control method. ' B. Motors Used with Variable Fre ONer rollers: ♦Rati s, ch racteristics,��°��s coordinated with and approved by controller an. V 1. Windings: Copper et wm with to e�`ant msula a sh, designed and tested to resist transient ik h fre uenc' �`"'sltort time a �oduced by pulse -width modulated i �e q 2. Energy- a Efficient M ass B tern re ise; Class F insulation. 3. Inverter -Du Class F re rise; CI s sulation. 4. Thermal Protec ' n: Comp] th EMA ents for thermally protected motors. 2.5 SINGLE-PHASE MOTOR A. Motors larger than 1/20 hp all b o following, to suit starting torque and requirements of specific motor application: I. Permanent -split capacitor. P P 2 Split phase. 3. Capacitor sta(,cjQa'ik o 4. Capacitor starun. B. Multispeed Motors:e-torque, permanent -split -capacitor type. C. Bearings: Prelubricated, antifriction ball bearings or sleeve bearings suitable for radial and thrust loading. D. Motors 1/20 HP and Smaller: Shaded -pole type. E. Thermal Protection: Internal protection to automatically open power supply circuit to motor when winding temperature exceeds a safe value calibrated to temperature rating of motor insulation. Thermal - protection device shall automatically reset when motor temperature returns to normal range. Kessler Mountain Regional Park, Phase 11 230513-2 19T21090 PART 3 - EXECUTION (Not Applicable) END OF SECTION Kessler Mountain Regional Park, Phase 11 230513-3 19T21090 This page was intentionally left blank. SECTION 23 05 29 - HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT PART] -GENERAL I.I SUMMARY A. Section Includes: I. Metal pipe hangers and supports. 2. Trapeze pipe hangers. 3. Thermal -hanger shield inserts. 4. Fastener systems. 5. Equipment supports. 1.2 PERFORMANCE REQUIREMENTS A. Delegated Design: Design trapeze pipe h n equip supports, includirg1o�rehensive engineering analysis by a qualified professi ineer, usin ance req a and design criteria indicated. B. Structural Performance: Hange a , PForts f ing and a m-�ttYshall withstand the effects of gravity loads d stres within li under co ih sdicated according to ASCE/SEI7. I. Design sup p f pie pipes e o supportin d weight of supported systems, system co st water. 2. Design equi a supports f supportir( cc coed operating weight of supported equipment and nnected sys s d comp r n 1.3 SUBMITTALS v A. Product Data: For each type?fio d i is B. Shop Drawings: Show fabricatan allation details and include calculations for the following; include Product Data for ms: I. Trapeze pipe h eta 2. Equipments ports ` C. Delegated -Design Sub al: For trapeze hangers indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. D. Welding certificates. 1.4 QUALITY ASSURANCE A. Structural Steel Welding Qualifications: Qualify procedures and personnel according to A WS D I . I /D I . I M, "Structural Welding Code- Steel." Kessler Mountain Regional Park, Phase 11 230529-1 19T21090 B. Pipe Welding Qualifications: Qualify procedures and operators according to ASME Boiler and Pressure Vessel Code. PART 2-PRODUCTS 2.1 METAL PIPE HANGERS AND SUPPORTS A. Carbon -Steel Pipe Hangers and Supports: I. Description: MSS SP-58, Types I through 58, factory -fabricated components. 2. Galvanized Metallic Coatings: Pregalvanized or hot dipped. 3. Nonmetallic Coatings: Plastic coating, jacket, or liner. 4. Padded Hangers: Hanger with fiberglass or other pipe insulation pad or cushion to support bearing surface of piping. 5. Hanger Rods: Continuous -thread rod, nuts, and washer made of carbon steel. B. Stainless -Steel Pipe Hangers and Supports: I. Description: MSS SP-58, Types I thr ctory-f 'cated components. ✓ 2. Padded Hangers: Hanger with fiber r other pi lion pad o c to support bearing surface bf piping. 3. Hanger Rods: ContinuouTo nuts, and was r ma of stainlesti • C. Copper Pipe Hangers: ` I. Description: WI S 8, Types 58, c°�e D ed-steel, factory -fabricated components. `h V 2. Hanger R rT6ous-thread i g , andwash de fcopper-coated steel. v 2.2 TRAPEZE PIPE HANGERS v i e- u or( assembly made from structural A. Description: MSS SP-69,op- orZfi;ra?Lrtcated p p s pp ycarbon-steel shapes with MS SP-58 carb9 -ds, nuts; saddles; and U-bolts. �� 2.3 THERMAL -HANGER SHIELD A. Insulation-InsertMateria6f ping: [ASTM C 552, Type][ cellular glass with 100-prig minimum compressive strength vt"o r B. Insulation -Insert MaQial`HotPiping: Water-repellent treated, ASTM C 533, Type I calcium silicate with 100-psi.- i tpressive strength. C. For Trapeze or Clamped Systems: Insert and shield shall cover entire circumference of pipe. D. For Clevis or Band Hangers: Insert and shield shall cover lower I80 degrees of pipe. E. Insert Length: Extend 2 inches beyond sheet metal shield for piping operating below ambient air temperature. Kessler Mountain Regional Park, Phase 11 230529-2 19T21090 2.4 FASTENER SYSTEMS A. Mechanical -Expansion Anchors: Insert -wedge -type, zinc -coated steel anchors, for use in hardened, portland cement concrete; with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used. 2.5 EQUIPMENT SUPPORTS A. Description: Welded, shop- or field -fabricated equipment support made from structural carbon -steel shapes. 2.6 MISCELLANEOUS MATERIALS A. Structural Steel: ASTM A 36/A 36M, carbon -steel plates, shapes, and bars; black and galvanized. B. Grout: ASTM C 1107, factory -mixed and -packa d dry, hydraulic -cement, nonshrink and nonmetallic grout; suitable for interior and exterior application I. Properties: Nonstaining,noncorrosivn aseous.�\ 2. Design Mix: 5000-psi, 28-day compres�Ct rength. PARTS - EXECUTION O ♦ V` 3.1 HANGER AND SUPPORT N ALLATIO 4 A. Metal Pipe -Hang i n: Compl FS SP-69 SP-89. Install hangers, supports, clamps, and attachm s required t support i ng m the building structure. B. Metal Trapeze Pipe -Hanger I-N�al Comp wit MSS SP-69 and MSS SP-89. Arrange for grouping of parallel run s(ojhoFtal piping, and u on together on field -fabricated trapeze pipe hangers. I. Pipes of Various Sizes: Su o o and space trapezes for smallest pipe size or install intermediate supports for small to eter pipes as specified for individual pipe hangers. 2. Field fabricate from AST A 3 56M, carbon -steel shapes selected for loads being supported. Weld steel according to A DI.I/D1.1 M. C. Thermal -Hanger Shclapansion nstall in pipe hanger or shield for insulated piping. D. Fastener System Ins I. Install mechanchors in concrete after concrete is placed and completely cured. Install fasteners according to manufacturer's written instructions. E. Install hangers and supports complete with necessary attachments, inserts, bolts, rods, nuts, washers, and other accessories. Equipment Support Installation: Fabricate from welded -structural -steel shapes. G. Install hangers and supports to allow controlled thermal and seismic movement of piping systems, to permit freedom of movement between pipe anchors, and to facilitate action of expansion joints, expansion loops, expansion bends, and similar units. Kessler Mountain Regional Park, Phase 11 230529-3 19T21090 H. Install lateral bracing with pipe hangers and supports to prevent swaying. I. Install building attachments within concrete slabs or attach to structural steel. Install additional attachments at concentrated loads, including valves, flanges, and strainers, NPS 2-1/2 and larger and at changes in direction of piping. Install concrete inserts before concrete is placed; fasten inserts to forms and install reinforcing bars through openings at top of inserts. J. Load Distribution: Install hangers and supports so that piping live and dead loads and stresses from movement will not be transmitted to connected equipment. 3:2 K. Pipe Slopes: Install hangers and supports to provide indicated pipe slopes and to not exceed maximum pipe deflections allowed by ASME 631.9 for building services piping. L. Insulated Piping: Attach clamps and spacers to piping., a. Piping Operating above Ambient Air emperature: Clamp may project through insulation. b. Piping Operating below Ambient perature: Use.thermal-hanger shiel insert with clamp sized to match OD of ins C. Do not exceed pipe stress limit AS AS 31.9 for building ser esng. 2. Install MSS SP-58, Type 39, ti6S saddles if insulan without va rn r is indicated. Fill interior voids with insu tha arches adjoi g insulation. a. Option: The akhan , r ield instrtehilu:ed. Inclu ee eight -distribution plate for pipe NPS d lar r ifpipe ison rollers. 3. Install MSS 40, prote� ie s on cold s i, ith vapor barrier. Shields shall span an are ees. /♦V a. Opuon: ermal-han sh Id inse d. Include steel weight -distribution plate for pipe NPS 4 a a pipe is i lied n rollers. 4. Shield Dimensions r of less t he fo owing: a. NPS I/4 to NP 3-I/2: _ c FOSig and 0.048 inch thick. b. NPS 4: 12 inches Ion nclt thick. C. NPS 5 and NPS 6: IS in a ong and 0.06 inch thick. d. (2.67 mm) thick. 5. Thermal -Hanger Sh i all with insulation same thickness as piping insulation. EQUIPMENT SUP ®RT A. Fabricate structural -steel stands to suspend equipment from structure overhead or to support equipment above floor. B. Grouting: Place grout under supports for equipment and make bearing surface smooth. C. Provide lateral bracing, to prevent swaying, for equipment supports. Kessler Mountain Regional Park, Phase 11 230529-4 19T21090 33 METAL FABRICATIONS A. Cut, drill, and fit miscellaneous metal fabrications for trapeze pipe hangers and equipment supports. B. Fit exposed connections together to form hairline joints. Field weld connections that cannot be shop welded because of shipping size limitations. Field Welding: Comply with AWS DI.I/DI.IM procedures for shielded, metal arc welding; appearance and quality of welds: and methods used in correcting welding work: and with the following: I. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding Flux immediately. 4. Finish welds at exposed connections so no roughness shows after finishing and so contours of welded surfaces match adjacent contours. 3.4 ADJUSTING A. Hanger Adjustments: Adjust hangers to dist equal l attachments and to ie�(ndicated slope of pipe. v ////^����/� B. Trim excess length ofcontinuous- han and supportods t I-I/2 inche� ♦ /�IQ, 3.5 PAINTING �` �`` ♦ v A. Touchup: Cleab d a erecting hangers Use requirements for toup field-p I. Apply paint by brush or Sr B. C. 3.6 A. B. C. D. Touchup: Cleaning and paint on miscellaneous n Galvanized Surfaces: Clean welds; paint to comply with ASTM A 780. HANGERAND Specific hanger and e o shop pain a xposed areas immediately after s used ho ainting. Comply with SSPC-PA 1 ces. (vide a imu dry film thickness of2.0 mils (0.05 mm). of elds, bolted connections, and abraded areas of shop �gtvis� 09 painting Sections. and abraded areas and apply galvanizing repair are in Sections specifying piping systems and equipment. Comply with MSS SP-69 for pipe -hanger selections and applications that are not specified in piping system Sections. Use hangers and supports with galvanized metallic coatings for piping and equipment that will not have field -applied finish. Use nonmetallic coatings on attachments for electrolytic protection where attachments are in direct contact with copper tubing. Kessler Mountain Regional Park, Phase 11 230529-5 191'21090 E. Use carbon -steel pipe hangers and supports and metal trapeze pipe hangers and attachments for general service applications. F. Use stainless -steel pipe hangers and stainless -steel attachments for hostile environment applications. G. Use copper -plated pipe hangers and copper attachments for copper piping and tubing. H. Use padded hangers for piping that is subject to scratching. Use thermal -hanger shield inserts for insulated piping and tubing. J. Horizontal -Piping Hangers and Supports: Unless otherwise indicated and except as specified in piping system Sections, install the following types: I. Adjustable, Steel Clevis Hangers (MSS Type 1): For suspension of noninsulated or insulated, stationary pipes NPS 1/2 to NPS 30. 2. Yoke -Type Pipe Clamps (MSS Type 2): For suspension of up to 1050 deg F, pipes NPS 4 to NPS 24, requiring up to 4 inches of insuI tto 3. Carbon- or Alloy -Steel, Double -Bolt Pi ps (MSS Type 3): For suspens n of pipes NPS 3/4 to NPS 36, requiring clamp Fl ' i an up to 4 inches of insulation. 4. Adjustable, Steel Band Hangers (MS or su sion of noninsulate , lary pipes NPS 1/2 to NPS 8. 5. U-Bolts (MSS Type 24): For �fheavy pipes NPS to NPS 30. 6. Pipe Saddle Supports (MSS 3 For support pipes PS 4 to NE�steel-pipe base stanchion support and cos tro Fl ange r2��1 plate. 7. Pipe Stanchion Saddles (MS T e 37): Fo u o of pipes t PS 36, with steel -pipe base stanchion suppo and c -iron Floor an o carbon-s a la and with U-bolt to retain pipe 8. Single -Pipe s ype 411): F us nsion of I to NPS 30, from two rods if longitudin i caused by i and contrac on fight occur. 9. Complete P R s (MSS T . For supp es NPS 2 to NPS 42 if longitudinal movement cau by expa on nd contr occur but vertical adjustment is not necessary. K. Vertical -Piping Clamps: rwise in ted a d except as specified in piping system Sections, install the following types: I. Extension Pipe or Riser Cla pe 8): For support.of pipe risers NPS 3/4 to NPS 24. 2. Carbon- or Alloy -Steel Riser s (MSS Type 42): For support of pipe risers NPS 3/4 to NPS 24 if longer ends are ttgmre or riser clamps. L. Hanger -Rod Attachntentst� ss of ervise indicated and except as specified in piping system Sections, install the following 1. Steel Tumbuc SS Type 13): For adjustment up to 6 inches for heavy loads. 2. Steel Clevises (MSS Type 14): For 120 to 450 deg F piping installations. M. Building Attachments: Unless otherwise indicated and except as specified in piping system Sections, install the following types: I. Steel or Malleable Concrete Inserts (MSS Type I8): For upper attachment to suspend pipe hangers from concrete ceiling. 2. Top -Beam C-Clamps (MSS Type 19): For use under roof installations with bar -joist construction, to attach to top Flange of structural shape. Kessler Mountain Regional Park, Phase 11 230529-6 19T21090 3. Side -Beam or Channel Clamps (MSS Type20): For attaching to bottom Flange of beams, channels, or angles. 4. Center -Beam Clamps (MSS Type 21): For attaching to center of bottom Flange of beams. 5. Welded Beam Attachments (MSS Type 22): For attaching to bottom of beams if loads are considerable and rod sizes are large. 6. C-C lamps (MSS Type 23): For structural shapes. 7. Welded -Steel Brackets: For support of pipes from below, or for suspending from above by using clip and rod. Use one of the following for indicated loads: a. Light (MSS Type 31): 750 lb. b. Medium (MSS Type 32): 1500 lb. C. Heavy (MSS Type 33): 3000 lb. 8. Side -Beam Brackets (MSS Type 34): For sides of steel or wooden beams. 9. Plate Lugs (MSS Type 57): For attaching to steel beams if Flexibility at beam is required. N. Saddles and Shields: Unless otherwise indicated and except as specified in piping system Sections, install the following types: I. Steel -Pipe -Covering Protection Saddletrecommen e 39): To fill interior voids t ith�i tion that matches adjoining insulation. _J 2. Protection Shields (MSS Type 40): Osting by maC r to prevent crushing insulation. � ��` 3. Thermal Hanger Shield InQ pponing in red pr e. O. Spring Haneers and Supports:therwise Ae and excep s stied in piping system Sections, install the followi?Npepe ♦ v_ I. Spring Cush' �48): Fo igh loads if v ij:' a�vement does not exceed 1-1/4 inches. ` 2 Spring -Cush R Hangers 49): For ofType 4I, roll hanger with springs. 3. Variable -Spring ase Supp ( S Type e R to indicated load and limit variability factor to 25 percent to all ion and ntmc n of piping system from base support. P. Comply with MSS SP-69�Vo pipe-ha�gr sel�ons and applications that are not specified in piping system Sections. *6r, Q. Use mechanical -expansion anchof building attachments where required in concrete construction. ♦ \\AND OF SECTION G Kessler Mountain Regional Park, Phase 11 230529-7 19T21090 This page was intentionally left blank. SECTION 23 05 53 - IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT PARTI-GENERAL I.I SUMMARY A. Section Includes: I. Equipment labels. 2. Waming signs and labels. J. Pipe labels. 4. Duct labels. 1.2 SUBMITTAL A. Product Data: For each type of product indicate PART 2-PRODUCTS r•A''O • 2.1 EQUIPMENT LABELS V ` A. Metal Labels for E ui rtl n q P gn,� I. Material a c e s: Brass, O.f—ttjc`h minimu s, and having predrilled or stamped holes for atta t hardwar VV 2. Minimum Labe Size: Le �d idth va or d label content, but not less than 2-1/2 by 3/4 inch. 3. Minimum Letter S I ' i for n e of u ' if viewing distance is less than 24 inches, 1/2 inch for viewing dis p 72 in and proportionately larger lettering for greater viewing n distances. Include se dary letterrl0� o- rds to three -fourths the size of principal lettering. 4. Fasteners: Stainless -steel riv o 1Tupping screws. 5. Adhesive: Contact -type peff t a hesive, compatible with label and with substrate. B. Plastic Labels for Equipment: I. Material and(ng tS�s. u layer, multicolor, plastic labels for mechanical engraving, I/16 inch thick, and har ledholesfor attachment hardware. 2 Letter Color:e3. Background Black. 4. Maximum Temperature: Able to withstand temperatures up to 160 deg F. 5. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch. 6. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three -fourths the size of principal lettering. 7. Fasteners: Stainless -steel rivets or self -tapping screws. 8. Adhesive: Contact -type permanent adhesive, compatible with label and with substrate. Kessler Mountain Regional Park, Phase 11 V 230553-1 19T21090 C. Label Content: Include equipment's Drawing designation or unique equipment number, Drawing - numbers where equipment is indicated (plans, details; and schedules), plus the Specification Section number and title where equipment is specified. D. Equipment Label Schedule: For each item of equipment to be labeled, on 8-1/2-by-I [-inch bond paper. Tabulate equipment identification number and identify Drawing numbers where equipment is indicated (plans, details, and schedules), plus the Specification Section number and title where equipment is specified. Equipment schedule shall be included in operation and maintenance data. i r�r�57aCi � 1 � [�I.Y [�] �� [.1il ► U111110 L�. A. Material and Thickness: Multilayer, multicolor, plastic labels for mechanical engraving, (1/16 inch thick, and having predrilled holes for attachment hardware. B. Letter Color: White. C. Background Color: Black. D. Maximum Temperature: Able to withstand to res p to 160 deg F. _✓ E. Minimum Label Size: Length and width varyquired lab c t, but not s -t/2 by 3/4 inch. Pinches, F. Minimum Letter Size: I/4 inch r mYunits' S �w a sauce is le I/2 inch for viewing distances up to 72 inchesproportio Ia er letteri g viewing distances. Include secondary lettering t -thirds�fo three -foul st size of prin ' et ing. • v G. Fasteners: Stainles e r self -tap ' re s. H. Adhesive: Contact- a nnanent a mpatible t It Tand with substrate. I. Label Content: Include caution d g info on, usemergencynotification instructions. 2.3 PIPE LABELS �� V A. General Requirements for Manufac `VVVabets: Preprinted, color -coded, with lettering indicating service, and showing flow direction L B. Pretensioned Pipe Labelsv c semirigid plastic formed to cover full circumference of pipe and to attach to pipe without�a, eti esive. C. Self -Adhesive Pipe &bels:JPrinted plastic with contact -type, permanent -adhesive backing. D. Pipe Label Contents: Include identification of piping service using saute designations or abbreviations as used on Drawings, pipe size, and an arrow indicating flow direction. I. Flow -Direction Arrows: Integral with piping system service lettering to accommodate both directions, or as separate unit on each pipe label to indicate flow direction. 2. Lettering Size: At least 1-1/2 inches high. Kessler Mountain Regional Park, Phase 11 230553-2 19T21090 2.4 DUCT LABELS A. Maximum Temperature: Able to withstand temperatures up to 160 deg F. B. Minimum Label Size: Length and width vary for required label content, but not less than 2-1/2 by 3/4 inch. C. Minimum Letter Size: 1/4 inch for name of units if viewing distance is less than 24 inches, 1/2 inch for viewing distances up to 72 inches, and proportionately larger lettering for greater viewing distances. Include secondary lettering two-thirds to three -fourths the size of principal lettering. D. Adhesive: Contact -type permanent adhesive, compatible with label and with substrate. E. Duct Label Contents: Include identification of duct service using same designations or abbreviations as used on Drawings, duct size, and an arrow indicating Flow direction. I. Flow -Direction Arrows: Integral with duct system service lettering to accommodate both directions, or as separate unit on each duct la el to indicate Flow direction. 2. Lettering Size: At least 1-1/2 inches high. PART 3 - EXECUTION 3.1 PREPARATION O v A. Clean piping and equipme rfacof substan s `ould im 'r n of identification devices, including din, oil, grease, r eas gents, and Ko �t Br le rimers, ain��ca sulants. g P P 3.2 EQUIPMENT LAB I `TALLAT A. Install or permanently fasten la so e t major tDol"echaricalequipment. B. Locate equipment labels w ble and 6 le. /�• 3.3 PIPE LABEL INSTALLATION v )` A. Piping Color -Coding: Paintin o pill-isspecified in Division 09 Section "Interior Painting." B. Locate pipe labels wi xposed or above accessible ceilings in finished spaces; machine rooms; accessible ainte n+ee spaces such as shafts, tunnels, and plenums; and exterior exposed locations as follows: I. Near each valve and control device. 2. Near each branch connection, excluding short takeoffs for fixtures and terminal units. Where flow pattern is not obvious, mark each pipe at branch. 3. Near penetrations through walls, Floors, ceilings, and inaccessible enclosures. 4. At access doors, manholes, and similar access points that permit view of concealed piping. 5. Near major equipment items and other points of origination and termination. 6. Spaced at maximum intervals of 50 feet along each run. Reduce intervals to 25 feet in areas of congested piping and equipment. 7. On piping above removable acoustical ceilings. Omit intermediately spaced labels. Kessler Mountain Regional Park, Phase If 230553-3 19T21090 C. Pipe Label Color Schedule: Heating Water Piping: a. Background Color: White. b. Letter Color: Black. 2. Refrigerant Piping: a. Background Color: White. b. Letter Color: Black. 3A DUCT LABEL INSTALLATION A. Install self-adhesive duct labels with permanent adhesive on air ducts in the following color codes: I. Yellow: For air supply ducts. 2. Green: For exhaust-, outside-, relief-, return- and mixed -air ducts. B. Locate labels near points where ducts enter i o real spaces and at maximum int a 0 feet in each space where ducts are exposed or conce ovable ' ing system. SECTION O ej P O Q' ♦ 61 G� Kessler Mountain Regional Park, Phase 11 230553-4 19T21090 SECTION 23 07 00 - I4VAC INSULATION PARTI- GENERAL 1.1 SUMMARY A. Section Includes: I. Insulation Materials: G3+1 a. Cellular glass. b. Flexible elastomeric. C. Mineral fiber. d. Polyolefin. C. Polystyrene. Insulating cements. Adhesives. w Mastics. Sealants. inorFa rField-applied fabric -re .fes Secur mentdjackets. Tapes. Securements. Corner angles. ♦ /� Related Sections: 1. Division)? 2. Division 23 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 1.2 SUBMITTALS A. Product Data: For each type B. LEED Submittal: I. Product Data for �r61 content. C. Shop Drawings: C O For adhesives and sealants, including printed statement of VOC I. Detail application of protective shields, saddles, and inserts at hangers for each type of insulation and hanger. 2. Detail attachment and covering of heat tracing inside insulation. J. Detail insulation application at pipe expansionjoints for each type of insulation. 4. Detail insulation application at elbows, fittings, Flanges, valves, and specialties for each type of insulation. 5. Detail removable insulation at piping specialties, equipment connections, and access panels. 6. Detail application of field -applied jackets. 7. Detail application at linkages of control devices. 8. Detail field application for each equipment type. Kessler Mountain Regional Park, Phase 11 230700-1 19T21090 D. Field quality -control reports. QUALITY ASSURANCE Fire -Test -Response Characteristics: Insulation and related materials shall have fire -test -response characteristics indicated, as determined by testing identical products per ASTM E 84, by a testing and inspecting agency acceptable to authorities having jurisdiction. Factory label insulation and jacket materials and adhesive, mastic, tapes, and cement material containers, with appropriate markings of applicable testing and inspecting agency. I. Insulation Installed Indoors: Flame -spread index of 25 or less, and smoke -developed index of 50 or less. 2. Insulation Installed Outdoors: Flame -spread index of 75 or less, and smoke -developed index of 150 or less. PART 2-PRODUCTS 2.1 INSULATION MATERIALS o A. Comply with requirements in Part 3 s e elrticles for where in lacing materii I b applied. B. Products shall not contain asbest . I o: mercury, pounds.�Iode C. Products that come in coma ith sinlesssteel all ve a leacha a content of less than 50 ppm when tested according A M C 871. V D. Insulation mated eon austeniti� agl�steel s e alified as acceptable according to ASTM C 795. V Va so E. Foam insulation materials shall t C or H Cl< blo ng agents in the manufacturing process. F. Flexible Elastomeric: Clo onge- anded-rubber materials. Comply with ASTM C 534. Type I for tubular materials d Type II (�F f 1 erials. I. Products: Subject to compli t requirements, available products that may be incorporated into the Work include, but re n . ited to, the following: a. AeroFlex UOSZP►@Rrrocel. b. Armace L� r aflex. C. RBX (9'oroorati»p; Insul-Sheet 1800 and Insul-Tube 180. G. Mineral -Fiber Blanket n lotion: Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 551 Type II and ASTM C 1290, Type I. Factory -applied jacket requirements are specified in "Factory -Applied Jackets" Article. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following]: a. CertainTeed Corp.; Duct Wrap. b. Johns Manville; Microlite. C. Knauf Insulation; Duct Wrap. d. Manson Insulation Inc.; Alley Wrap. Kessler Mountain Regional Park, Phase 11 230700-2 19T21090 e. Owens Corning; All -Service Duct Wrap. H. Mineral -Fiber, Preformed Pipe Insulation: Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Fibrex Insulations Inc.; Coreplus 1200. b. Johns Manville: Micro-Lok. C. Knauf Insulation; 1000 Pipe Insulation. d. Manson Insulation Inc.; Alley-K. e. Owens Coming; Fiberglas Pipe Insulation. 2. Type I, 850 deg F Materials: Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 547, Type I, Grade A. with factory -applied ASJ. Factory -applied jacket requirements are specified in "Factory -Applied Jackets" Article. Mineral -Fiber, Pipe Insulation Wicking Syste : Preformed pipe insulation complying with ASTM C 547. Type I, Grade A, with absorbent factory applied to the entire insid surface of preformed pipe insulation and extended thro to gitudinal joint to outside sukTWAdhesive sulation under insulation jacket. Factory apply a whi vapor tarderjacket with sel tape seam and evaporation holes running c ti ously alorngitudinal �eposing the absorbent cloth. �� N`` 1. Products: Subject to co lia ceRaiifi requ6i+.J ilable prod quay be incorporated nto the Work includebut are invited to:1\-g`'a. Knauf Inayla on; rmawick Pi n. r`- b. Oweo�porWick Pi ns ation. J. Mineral -Fiber, Pipe d ank Insu Semirigid board matey with facto Category 2, or with properties more. Thermal condactiv' k- t appliedjacket requirement r I. Products: Subject to ompli into the Work include, but an a. CertainTeed b. Johns Manv C. Knauf InsuQt d. Mans nst e. Owens Com ,N fheraI l4rs BPS bonded with a thermosetting resin. ed ASJ ,With ASTM C 1393, Type II or Type IIIA ASTM 12, pe IB. Nominal density is 2.5 lb/cu. ft. or 00 eg F i Btu x in./h x sq. ft. x deg F or less. Factory - in ' F ry-Ap lied Jackets" Article. pvib'%[ }t iirements, available products that may be incorporated rM tee to, the following: nd Tank Insulation. AK Flex. as Pipe and Tank Insulation. 2 INSULATING CEMENTS A. Mineral -Fiber, Hydraulic -Setting Insulating and Finishing Cement: Comply with ASTM C 449/C 449M. I. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Insulco, Division of MFS, Inc.; SmoothKote. b. P. K. Insulation Mfg. Co., Inc.; PK No. 127, and Quik-Cote. Kessler Mountain Regional Park, Phase 11 230700-3 19T21090 C. 2.3 ADHESIVES A. a fia Rock Wool Manufacturing Company; Delta One Shot. Materials shall be compatible with insulation materials, jackets, and substrates and for bonding insulation to itself and to surfaces to be insulated, unless otherwise indicated. Cellular -Glass, Phenolic, Polyisocyanurate, and Polystyrene Adhesive: Solvent -based resin adhesive, with a service temperature range of minus 75 to plus 300 deg F. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; CP-96. b. Foster Products Corporation, H. B. Fuller Company; 81-33. 2. For indoor applications, use adhesive that according to 40 CFR 59, Subpart D (EPA P Flexible Elastomeric and Polyolefin a VOC content of 50 g/L or less when calculated Products: Subject to complia a W*requirements. into the Work include, but li ted to; the toll a. Aeroflex US Inc.; A al. ` b. Armacell LC ?0 A esive. C. Foster Produ s oration, H. on d. RBX7�p ubatex t A hesive 2 For indoor a i ons, according to 40 FR 59, D. Mineral -Fiber Adhesive: Products: Subject to into the Work include, use adtlesReiiiRat has M 24179A, Type 11, CAS 1�/ avai le products ae incorporated wing: pany; of 50 g/L or less when calculated 2, Grade A. Pements, available products that may be incorporated the following: a. Childers Products. Divist t ITW; CP-82. b. Foster Products Co ration, H. B. Fuller Company; 85-20. C. ITW TACO, f Illinois Tool Works; 5-90/80. d. Maratho n s e I .; 225. e. Mon- o nd 'es, Inc.; 22-25. 2. For indoor app ons, use adhesive that has a VOC content of 80 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). E. Polystyrene Adhesive: Solvent- or water -based, synthetic resin adhesive with a service temperature range of minus 20 to plus 140 deg F. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; CP-96. b. Foster Products Corporation, H. B. Fuller Company; 97-13. Kessler Mountain Regional Park, Phase 11 230700-4 19T21090 ASJ Adhesive, and FSK and PVDC Jacket Adhesive: Comply with MIL-A-3316C. Class 2. Grade A for bonding insulation jacket lap seams and joints. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products. Division of ITW: CP-82. b. Foster Products Corporation, H. B. Fuller Company; 85-20. C. ITW TACC. Division of Illinois Tool Works: S-90/80. d. Marathon Industries. Inc.:225. e. Mon-Eco Industries, Inc.: 22-25. 2. For indoor applications; use adhesive that has a VOC content of 50 L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). G. PVC Jacket Adhesive: Compatible with PVC jacket. I. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited tllowing: a. Dow Chemical Company (The Silicone b. Johns -Manville; Zeston Perma- d EEL -TIT Welding A vbl► C. P.I.C. Plastics, Inc.; W A.Aesive. d. Speedline Corporate • ee 'ne Vinyl Adh eve. 2. For indoor applications, use ive that It ontent o r less when calculated according to 40 CFR6SU bp'ait D (EPA tho�. ,- ♦ ;`` V 2.4 MASTICS Vi Materials shall bble with sul ion ma hs, and substrates; comply with MIL-C- A.41 19565C, Type IL I. For indoor a licat sties t ve a VOC content of 300 L or less when calculated PP g/ cu ated according to 40 CFRT9, Subpart 151LE hod 24). B. Vapor -Barrier Mastic: Water indoor and outdoor use on below ambient services. I. Products: Subject to com 'ance�ith requirements, available products that may be incorporated into the Work incl4d not limited to, the following: a. ChildUrodu ivision of ITW; CP-35. b. Fosteorporation,H. B. Fuller Company; 30-90. c. ITW sion of Illinois Tool Works; C13 d. Marathon Industries, Inc.: 590. e. Mon-Eco Industries, Inc.: 55-40. f. Vimasco Corporation; 749. 2. Water -Vapor Pemteance: ASTM E 96, Procedure B, 0.013 penn at 43-mil dry film thickness. 3. Service Temperature Range: Minus 20 to plus 180 deg F. 4. Solids Content: ASTM D 1644, 59 percent by volume and 71 percent by weight. 5. Color: White. C. Breather Mastic: Water based; suitable for indoor and outdoor use on above ambient services. Kessler Mountain Regional Park, Phase 11 230700-5 19T21090 Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; CP-10. b. Foster Products Corporation, H. B. Fuller Company; 35-00. C. ITW TACC. Division of Illinois Tool Works: CB-05/15. d. Marathon Industries, Inc.; 550. C. Mon-Eco Industries, Inc.: 55-50. f. Vimasco Corporation; WC-I/WC-5. 2. Water -Vapor Permeance: ASTM F 1249, 3 perms at 0.0625-inch dry film thickness. 3. Service Temperature Range: Minus 20 to plus 200 deg F. 4. Solids Content: 63 percent by volume and 73 percent by weight. 5. Color: White. 6. 2.5 SEALANTS A. Joint Sealants: 2. 4. 5. 6. 7. Joint Sealants for Cellular -Glass products that may be incorporgc a. Childers Products, viv id WI b. Foster Products Corpo H. C. Marathon Ind ies, It 405. d. Mon-Ecodn str Inc.; 44-05 e. Pittsb Corporation f. Vi sc ration:7504n Joint Sealants `fdr P products that may be ubject to ce with re s, available �(te ork include; are not limit the bllowing: rW;ro B. F any; 3045 tts 1444. G :ts: ompliance with requirements, available the rk in ude, but are not limited to, the following: a. Childers Pro "lgiNsion of I CP- . b. Foster Produ Corporatiot9 let Company; 30-45/30-46. C. Marathon Indu ries, I 0 d. Mon-Eco Industries, e. Vimasco Corporation; Materials sh6flexiM a with insulation materials, jackets, and substrates. Permanently tom ric sealant. Service Tem nee: inus 100 to plus 300 deg F. Color: WhitFor indoor ans, use sealants that have a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). B. FSK and Metal Jacket Flashing Sealants: Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; CP-76-8. b. Foster Products Corporation, H. B. Fuller Company; 95-44. C. Marathon Industries, Inc.; 405. Kessler Mountain Regional Park, Phase 11 230700-6 19T21090 d. Mon-Eco Industries, Inc.: 44-05. e. Vimasco Corporation; 750. 2. Materials shall be compatible with insulation materials, jackets, and substrates. 3. Fire- and water-resistant. Flexible, elastomeric sealant. 4. Service Temperature Range: Minus 40 to plus 250 deg F. 5. Color: Aluminum. 6. For indoor applications, use sealants that have a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24). ASJ Flashing Sealants, and Vinyl, PVDC, and PVC Jacket Flashing Sealants Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products, Division of ITW; CP-76. 2 Materials shall be compatible with insulation materials, jackets, and substrates. 3. Fire- and water-resistant, Flexible, elastom c [ant. 4. Service Temperature Range: Minus 40 2 deg F. 5. Color: White. 6. For indoor applications, use sealants tha a a VOC c to 250 g/L or calculated according to 40 CFR 59, Subp E^ ethod 24). D' 2.6 FACTORY-APPLIEDJACKETS ` A. Insulation system schedul in ' ate factory-a'ckets on ri /�ations. When factory - applied jackets are i a ply with t lot g: G I. ASJ: White, a aper, fiber - orced scri wt 'aluminum -foil backing: complying with ASTM C 1136, ype I. 2. ASJ-SS L: ASJ with a g, pre s sen ive, acrylic -based adhesive covered by a removable protecti to o ply ng ith A 1136, Type I. J. FSK Jacket: Alu fibergl emfor ed scrim with kraFl-paper backing; complying with AS C 1136; pe II. ♦ �► 4. FSP Jacket: AluminN-foil, g nfarced scrim with polyethylene backing; complying with ASTM C 1136; Type IL 5. PVDC Jacket for Indoor Appl i s: 4-mil-thick, white PVDC biaxially oriented barrier film with a permeance at 0.02 erms t Shen tested according to ASTM E 96 and with a Flame -spread index of 5 and a smodped index of 20 when tested according to ASTM E 84. a. Produ Nit to compliance with requirements, available products that may be incoqkted to the Work include, but are not limited to, the following: I) Dow Chemical Company (The); Saran 540 Vapor Retarder Film and Saran 560 Vapor Retarder Film. 6. PVDC Jacket for Outdoor Applications: 6-mil-thick, white PVDC biaxially oriented barrier film with a permeance at 0.01 perms when tested according to ASTM E 96 and with a Flame -spread index of 5 and a smoke -developed index of 25 when tested according to ASTM E 84. a. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: Kessler Mountain Regional Park, Phase 11 230700-7 19T21090 1) Dow Chemical Company (The); Saran 540 Vapor Retarder Film and Saran 560 Vapor Retarder Film. 7. PVDC-SSL Jacket: PVDC jacket with a self-sealing, pressure -sensitive, acrylic -based adhesive covered by a removable protective strip. a. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following]: 1) Dow Chemical Company (The); Saran 540 Vapor Retarder Film and Saran 560 Vapor Retarder Film. 8. Vinyl Jacket: White vinyl with a permeance of 1.3 perms when tested according to ASTM E 96, Procedure A, and complying with NFPA 90A and NFPA 90B. 2.7 FIELD -APPLIED FABRIC -REINFORCING MESH A. Woven Polyester Fabric: Approximately I inch, in a Leno weave, for duct, equipment, I. Products: Subject to compliance withiiment into the Work include, but are �itCd to, the fol a. Foster Products C o tio�#l. B. F I�r�C� b. Vimasco Co oration; afab 894.� 2.8 FIELD -APPLIED J A. Field -applied jacket b comply wi921, Tvo B. FSK Jacket: Alumi a thread count of 10 strands b�y strands/sq. , ava oducts tha corporated )wing. �)R LY9iry; Mast -A- V *41010 V otherwise indicated. with kraft-paper backing. C. PVC Jacket: High-impact%i7litLIV-resipXPVC complying with ASTM D 1784, Class 16354-C; thickness as scheduled; roll ock ready It4I field cutting and forming. Thickness is indicated in field -applied jacket schedules. ` I. Products: Subject to com lianc requirements, available products that may be incorporated into the Work include, e not rented to, the following: a. Johns v to b. P.I.C. antic .; FG Series. C. Proto VC C oration; LoSmoke. d. Sr lin rporation; SmokeSafe. 2. Adhesive: As recommended byjacket material manufacturer. 3. Color: White. 4. Factory -fabricated fitting covers to match jacket if available; otherwise, field fabricate. a. Shapes: 45- and 90-degree, short- and long radius elbows, tees, valves, Flanges, unions, reducers, end caps, soil -pipe hubs, traps, mechanical joints, and P-trap and supply covers for lavatories. 5. Factory -fabricated tank heads and tank side panels. Kessler Mountain Regional Park, Phase 11 230700-8 19T21090 D. Aluminum Jacket: Comply with ASTM B 209, Alloy 3003, 3005, 3105 or 5005, Temper H-14. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following]: a. Childers Products, Division of ITW: Metal Jacketing Systems. b. PABCO Metals Corporation: Surefit. C. RPR Products, Inc.: Insul-Mate. 2. Sheet and roll stock ready for shop or field sizing. 3. Finish and thickness are indicated in field -applied jacket schedules. 4. Moisture Barrier for Indoor Applications: I -mil -thick, (teat -bonded polyethylene and kraft paper 3-mil-thick, heat -bonded polyethylene and kraft paper. 5. Moisture Barrier for Outdoor Applications: 3-mil-thick, heat -bonded polyethylene and kraft paper. Factory -Fabricated Fitting Covers: a. Same material, finish, and thickness as jacket. b. Preformed 2-piece or gore, 45- and 9090� e, short- and long -radius elbows. C. Tee covers. d. Flange and union covers. C. End caps. f Beveled collars. g. Valve covers. h. Field fabricate fittin< c rs ly if factory-f ricate fitting covZ t available. E. Self -Adhesive Outdoor Jacket: 0- it ick, lama r barrier a a roofing membrane for installation over insulation I�ted a egiclnd 016 onsisting ub rized bituminous resin on a crosslaminated polyetgyl`�e t% covered wimbossed um foil facing. I. Products: b' b"ompliance n irements, av 'lab products that may be incorporated into the Wo cl e, but are to, the foil w . a. Polyguard; Alunia9mgv F. PVDC Jacket for Indoor t?n� 4-mil 'ck. w tte PVDC biaxially oriented barrier film with a permeance at 0.02 perms waccordi tSTM E 96 and with a fiance -spread index of 5 and a smoke -developed index of2 t�ag0 g to ASTM E 84. Products: Subject to complian requirements, available products that may be incorporated _ into the Work include, but%rre not craned to, the following]: a. Dow ChemYq&p4y (The), Saran 540 Vapor Retarder Film. G. PVDC Jacket for O door pplications: 6-mil-thick, white PVDC biaxially oriented barrier film with a pemteance at 0.01 peftbAen tested according to ASTM E 96 and with a Flame -spread index of 5 and a smoke -developed index of 25 when tested according to ASTM E 84. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following]: a. Dow Chemical Company (The), Saran 560 Vapor Retarder Film. H. PVDC-SSL Jacket: PVDC jacket with a self-sealing, pressure -sensitive, acrylic -based adhesive covered by a removable protective strip. Kessler Mountain Regional Park, Phase 11 230700-9 19T21090 2.9 Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Dow Chemical Company (The); Saran 540 Vapor Retarder Film and Saran 560 Vapor Retarder Film. TAPES A. ASJ Tape: White vapor -retarder tape matching factory -applied jacket with acrylic adhesive, complying with ASTM C 1136. 2. 4. 5. 6. 7. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0835. b. Compac Corp.; 104 and 105. C. Ideal Tape Co., Inc., an American Bil to Company; 428 A WF ASJ. d Venture T 1540 CW Plus 1542 lus and 1542 CW Plus/SQ ape, Width: 3 inches. Thickness: 11.5 mils. 0. v _^ Adhesion: 90 ounces force/in Elongation: 2 percent. o, Tensile Strength: 40 Ibf/i ItV ASJ Tape Disks and Squares: ut disks ct; u�+ASJ tape ^ B. FSK Tape: Foil-fac4 vi complying with A\ I. Products: S ec o into the Work i ude a. Avery Den b. Compac Co C. Ideal Tape d. Venture Tape; C. 2. 3. 4. 5. 6. 7. Width: 3 inches. Thickness: 6.5 mils. Adhesion: 90 ounce. Elongation: 2 perce1 Tensile Siren g t�. 40 FSK Tape Di s and with acrylic adhesive; products that may be incorporated Division; Fasson 0827. Company; 491 AWF FSK. 1528 C W/SQ. i width. Precut disks or squares of FSK tape. PVC Tape: White vapor -retarder tape matching field -applied PVC jacket with acrylic adhesive. Suitable for indoor and outdoor applications. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0555. b. Compac Corp.; 130. C. Ideal Tape Co., Inc., an American Biltrite Company; 370 White PVC tape. d. Venture Tape; 1506 CW NS. Kessler Mountain Regional Park, Phase 11 V 230700-10 19T21090 E. 2. Width: 2 inches. 3. Thickness: 6 mils. 4. Adhesion: 64 ounces force/inch in width. 5. Elongation: 500 percent. 6. Tensile Strength: 18 Ibf/inch in width. Aluminum -Foil Tape: Vapor -retarder tape with acrylic adhesive. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to; the following: a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0800. b. Compac Corp.; 120. C. Ideal Tape Co., Inc., an American Biltrite Company; 488 AWF. d. Venture Tape; 3520 CW. 2. Width: 2 inches. 3. Thickness: 3.7 mils. 4. Adhesion: 100 ounces force/inch in width. 5. Elongation: 5 percent. 6. Tensile Strength: 34 Ibf/inch in widthlLj— PVDC Tape for Indoor Applications:Re) 4poorr-rreetarder PVD ape with I. Products: Subject to con lia requi lable prod into the Work include, but are imited to, ing: a. Dow Chegtic party (The); Vapor R r 2. Width: 3 i h 3. Film Thickn its. O 4. Adhesive l. Thick ss: 1.5 mil 5. Elongation at Break: O 6 Tensile Stren th b f5i wt th be incorporated S PVDC Tape for Outdoor A ications: Wh't ap retarder PVDC tape with acrylic adhesive. I. Products: Subject to compli r gmrements, available products that may be incorporated into the Work include, but are n h ned to, the following: a. Dow Che micny (The); Saran 560 Vapor Retarder Tape. 2. Width: 3 me s. ` J. Film Thickn 6 Is. 4. Adhesive Thic 1.5 mils. 5. Elongation at Break: 145 percent. 6. Tensile Strength: 55 IbVinch in width. 2.10 SECUREMENTS A. Aluminum Bands: ASTM B 209, Alloy 3003, 3005, 3105, or 5005; Temper H-14, 0.020 inch thick, 1/2 inch wide with wing seal. Kessler Mountain Regional Park, Phase 11 230700-11 19T21090 Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Childers Products; Bands. b. PABCO Metals Corporation; Bands. C. RPR Products, Inc.: Bands. B. Insulation Pins and Hangers: Metal, Adhesively Attached, Perforated -Base Insulation Hangers: Baseplate welded to projecting spindle that is capable of holding insulation, of thickness indicated, securely in position indicated when self-locking washer is in place. Comply with the following requirements: a. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: 1) AGM Industries, Inc.; Tactoo Insul-Hangers, Series T. 2) GEMCO; Perforated Base. 3) Midwest Fasteners, Inc.; Spires b. Baseplate: Perforated, C. Spindle: Copper- or shank, length to suit de d. Adhesive: Recom to bond insulation all hangers, and substrates 2. Insulation-RetainingNd ers steel sheet, �t ''gi than 1-1/2'' ceihe meter. a. Products'? Subject t con incorporated into r 1) AG n Inc.; 2) GEM R-150. • 3) Midwes Fasten n 4) Nelson Stud d steel slCe�L0.030 inch thick by t tcllh diameter carbons annealed h diameter indicated. anuf turer. Product wino strated capability §ers indicated amaging insulation, form �-inch-thick, galvanized- :d to holditts securely in place but not less J V once ents, available products that may be Jude, are t limited to, the following: X�_ ' 150. Clips. b. Protect ends with c ped sslf-locking washers incorporating a spring steel insert to ensure permanent re ap in exposed locations. J. Nonmetal In a iolein'im Washers: Self-locking washers formed from 0.016-inch-thick nylon sheet, nh b eled edge sized as required to hold insulation securely in place but not less than 1-1/2 inch iameter. a. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: I) GEMCO. 2) Midwest Fasteners, Inc. C. Staples: Outward -clinching insulation staples, nominal 3/4-inch-wide, stainless steel or Monel. D. Wire: 0.080-inch nickel -copper alloy. Kessler Mountain Regional Park, Phase 11 210700-12 19T21090 Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. C & F Wire. b. Childers Products. C. PABCO Metals Corporation. d. RPR Products, Inc. 2.11 CORNER ANGLES A. Aluminum Corner Angles: 0.040 inch thick, minimum I by I inch, aluminum according to ASTM B 209, Alloy 3003, 3005. 3105 or 5005; Temper H-14. �f�rtaxrxntrmrl 3.1 PREPARATION A. Surface Preparation: Clean and dry surfaces v msulati� affect insulation application. Zeter; B. Mix insulating cementswith Ilea tif insulati cesteel surfaces, use demineralized at . 3.2 GENERAL INSTALLNTI` UIREME r A. Install insulation 8evicessories, s with b1 voids throughout th of equiR,t�ltf is and fitti s, specialties. B. Install insulation materialril or item of equipment, duct se C. Install accessories compaDuA that do not corrode, soften, or othen e� €nts are to bN" r� with stainless- Atraight, and even surfaces; free of piping including fittings, valves, and or rers, jackets, and thicknesses required for each §,specified in insulation system schedules. Trials and suitable for the service. Install accessories lation orjacket in either wet or dry state. D. Install insulation with lonoitudina eam top and bottom of horizontal runs. E. Install multiple layers n�l oq s h longitudinal and end seams staggered. F. Do not weld bracket clips r other attachment devices to piping, fittings, and specialties. G. Keep insulation materials dry during application and finishing. H. Install insulation with tight longitudinal seams and end joints. Bond seams and joints with adhesive recommended by insulation material manufacturer. I. Install insulation with least number ofjoints practical. J. Where vapor barrier is indicated, seal joints, seams, and penetrations in insulation at hangers, supports, anchors, and other projections with vapor -barrier mastic. Kessler Mountain Regional Park, Phase 11 230700-13 19T21090 I. Install insulation continuously through hangers and around anchor attachments. 2. For insulation application where vapor barriers are indicated, extend insulation on anchor legs from point of attachment to supported item to point of attachment to structure. Taper and seal ends at attachment to structure with vapor -barrier mastic. 3. Install insert materials and install insulation to tightly join the insert. Seal insulation to insulation inserts with adhesive or sealing compound recommended by insulation material manufacturer. 4. Cover inserts with jacket material matching adjacent pipe insulation. Install shields over jacket, arranged to protect jacket from tear or puncture by hanger, support, and shield. K. Apply adhesives, mastics, and sealants at manufacturer's recommended coverage rate and wet and dry film thicknesses. Install insulation with factory -applied jackets as follows: I. Drawjacket tight and smooth. 2. Cover circumferential joints with 3-inch-wide strips, of same material as insulation jacket. Secure strips with adhesive and outward clinching staples along both edges of strip; spaced 4 inches o.c. J. Overlap jacket longitudinal seams at least 1-1/2 inches. Install insulation with longitudinal seams at bottom of pipe. Clean and dry surfac o ceive self-sealing lap. Staple laps utward clinching staples along edge at 2 inches a. For below ambient services, app va r-barrier s r staples. 4. Coverjoints and seams wit a as commende+bi ul 'on materiatacturer to maintain vapor seal. •` 5. Where vapor barriers are ind ; apply v�$rmastic amand joints and at ends adjacent to duct and a Flan and fitting[ \` ♦ M. Cut insulation in a t d compressi ins ation mor n 5 ercent of its nominal thickness. N. Finish installation tems at o onditions. a oint separations and cracking due to thermal movement. O. Repair damaged insulatio cing b pp in6sant,,e,, material over damaged areas. Extend patches at least 4 inches beyond da a s. Adhleand seal patches similar to butt joints. P. For above ambient services, not inys(%iAQo the following: I. Vibration -control devices. 2 Testing agency labels and knips. 3. Nameplates and dat 4. Manholes. 5. oles. Clean 6. Cleanouts. 3.3 PENETRATIONS A. Insulation Installation at Roof Penetrations: Install insulation continuously through roof penetrations. I. Seal penetrations with Flashing sealant. 2. For applications requiring only indoor insulation, terminate insulation above roof surface and seal with joint sealant. For applications requiring indoor and outdoor insulation, install insulation for outdoor applications tightlyjoined to indoor insulation ends. Seal joint with joint sealant. Kessler Mountain Regional Park, Phase 11 230700-14 19T21090 3. Extend jacket of outdoor insulation outside roof flashing at least 2 inches below top of roof flashing. 4. Seal jacket to roof flashing with flashing sealant. B. Insulation Installation at Underground Exterior Wall Penetrations: Terminate insulation flush with sleeve seal. Seal terminations with flashing sealant. C. Insulation Installation at Aboveground Exterior Wall Penetrations: Install insulation continuously through wall penetrations. I. Seal penetrations with flashing sealant. 2. For applications requiring only indoor insulation, terminate insulation inside wall surface and seal with joint sealant. For applications requiring indoor and outdoor insulation, install insulation for outdoor applications tightlyjoined to indoor insulation ends. Seal joint with joint sealant. 3. Extend jacket of outdoor insulation outside wall flashing and overlap wall flashing at least 2 inches. 4. Seal jacket to wall flashing with flashing sealant. D. Insulation Installation at Interior Wall and insulation continuously through walls and pr E. Insulation Installation at Fire -Rated Wall through penetrations of fire -rated wa s fire -rated wall and partition penetr ck. E' and overlap duct insulation at leac PartiR0 enetrations (That Are Not Fire Rated): Install t n �r/✓7 ndition Pen t Install ins ntinuously Anntons. Termlation at r a er sleeves for ernally insula deves to acent insulation • I. Comply with require is in Vivision 07 cti "Penetratio N st ping" irestopping and fire- resistivejoint///se�ler ^iZ � Insulation InstallaVnLO*& Penetration V I. Duct: Insation co uo sly thro etrations that are not fire rated. For penetrations through fir externally insulate pe sleeve and duct ins Pipe: Install insulati con Seal penetrations thro h f "Penetration Firestopping." nblie term ate insulation at fire damper sleeves and >gd floo tch adjacent duct insulation. Overlap damper L 1W 34 EQUIPMENT, TANK, AN �L INSULATION A. Mineral Fiber. Pipe n Tat nsu ation Installatior adhesive and ancho ins a speed washers. x penetrations. Comply with requirements in Division 07 Section INSTALLATION for Tanks and Vessels: Secure insulation with I. Apply adhesives according to manufacturer's recommended coverage rates per unit area, for 100 percent coverage of tank and vessel surfaces. 2. Groove and score insulation materials to fit as closely as possible to equipment, including contours. Bevel insulation edges for cylindrical surfaces for tight joints. Stagger end joints. 3. Protect exposed corners with secured corner angles. 4. Install adhesively attached or self -sticking insulation hangers and speed washers on sides of tanks and vessels as follows: Do not weld anchor pins to ASME-labeled pressure vessels. Kessler Mountain Regional Park. Phase 11 230700-15 191'21090 b. Select insulation hangers and adhesive that are compatible with service temperature and with substrate. C. On tanks and vessels; maximum anchor -pin spacing is 3 inches from insulation end joints, and 16 inches o.c. in both directions. d. Do not overcompress insulation during installation. e. Cut and miter insulation segments to fit curved sides and domed heads of tanks and vessels. f. Impale insulation over anchor pins and attach speed washers. g. Cut excess portion of pins extending beyond speed washers or bend parallel with insulation surface. Cover exposed pins and washers with tape matching insulation facing. 5. Secure each layer of insulation with stainless -steel or aluminum bands. Select band material compatible with insulation materials. 6. Where insulation hangers on equipment and vessels are not permitted or practical and where insulation support rings are not provided; install a girdle network for securing insulation. Stretch prestressed aircraft cable around the diameter of vessel and make taut with clamps, turnbuckles, or breather springs. Place one circumferential girdle around equipment approximately 6 inches from each end. Install wire or cable between two circumferential girdles 12 inches o.c. Install a wire ring around each end and around outer periphery of center openings, and stretch prestressed aircraft cable radially from the wire tin earest circumferential girdle. Install additional circumferential girdles along the body ip nt or tank at a minimum spacig 8 inches o.c. Use this network for securing insWn tiewig or bands.7. Staggerjoints betweeq insulation layet 3 inches.8. Install insulation in removable�ptequipment ess doors, man es'; andholes, and other elements that require fre ent oval for service an ns ection. 9. Bevel and seal insulation r anholw, s, ASME s nameplates. 10. For equipment with surfac to lures be , nt, apply m t pen ends; joints, seams; breaks, and puncture ' insul n.` B. Flexible Elastomeric ♦ �ulation Instal do or Tanks Install insulation over entire surface of tanks a ve s ov' 1. Apply 100 per coverage ad ive to su 'th anufacturer's recommended adhesive. 2. Seal longitudinal seams a is. 3.5 GENERAL PIPE INSULA NR*TNS"AkLA 10 A. Requirements in this article gene o all insulation materials except where more specific requirements are specified in various ptpe ulation material installation articles. B. Insulation Installation on Fi Ives, Strainers, Flanges, and Unions: I. Install in: o tin,_s; valves, strainers, Flanges, unions, and other specialties with continuous t rmal d vapor -retarder integrity, unless otherwise indicated. 2. Insulate pipe bo using preformed fitting insulation or mitered fittings made from same material and density as adjacent pipe insulation. Each piece shall be butted tightly against adjoining piece and bonded with adhesive. Fill joints; seams, voids; and irregular surfaces with insulating cement finished to a smooth, hard; and uniform contour that is uniform with adjoining - pipe insulation. 3. Insulate tee fittings with preformed fitting insulation or sectional pipe insulation of same material and thickness as used for adjacent pipe. Cut sectional pipe insulation to fit. Butt each section closely to the next and hold in place with tie wire. Bond pieces with adhesive. 4. Insulate valves using preformed fitting insulation or sectional pipe insulation of same material, density; and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. For Kessler Mountain Regional Park, Phase 11 230700-16 19T21090 valves, insulate up to and including the bonnets. valve stuffing -box studs, bolts, and nuts. Fill joints, seams, and irregular surfaces with insulating cement. 5. Insulate strainers using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. Fill joints; seams, and irregular surfaces with insulating cement. Insulate strainers so strainer basket flange or plug can be easily removed and replaced without damaging the insulation and jacket. Provide a removable reusable insulation cover. For below ambient services; provide a design that maintains vapor barrier. 6. Insulate flanges and unions using a section of oversized preformed pipe insulation. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation; or one pipe diameter, whichever is thicker. 7. Cover segmented insulated surfaces with a layer of finishing cement and coat with a mastic. Install vapor -barrier mastic for below ambient services and a breather mastic for above ambient services. Reinforce the mastic with fabric -reinforcing mesh. Trowel the mastic to a smooth and well -shaped contour. 8. For services not specified to receive a field -applied jacket except for Flexible elastomeric and polyolefin, install fitted PVC cover over elbows, tees, strainers, valves, flanges, and unions. Terminate ends with PVC end caps. Tap covers to adjoining insulation facin using PVC tape. 9. Stencil or label the outside insulation ac ch uni n with the word "UN�tch size and color of pipe labels. C. Insulate instrument connections fj.and meters, pAdtound e g es, pressu rature taps; test connections. Flow meters; senso nd tmnsmnsulated ets, and equipment. Shape insulation at these connect oing it the co ct with insulating cement and finish with finishing ce t, m D. Install removable ins �' at location Instal(((���'oo0 1 t conform to the following: I. Make rem e and u les from pipe insulation of same thickness as that on adjotnt pe. Instal am insulatio e sajoining pipe insulation. 2. When flange and union made m se tonal pipe insulation, extend insulation from flanges or union to atst vo Imes the I on thickness over adjacent pipe insulation on each side of Flange • ecure haecov inplace with stainless -steel or aluminum bands. Select band material mpattb a wuh ion and jacket. Construct removable Ive su oto same manner as for flanges except divide the two- part section on the vertical c er o alve body. 4. When covers are made from b ulation, make two halves, each consisting of mitered blocks wired to stainless -steel fa 'c. Se re this wire frame, with its attached insulation, to Flanges with tie wire. Extend in I n t least 2 inches over adjacent pipe insulation on each side of valve. Fill space betweett� e o ion cover and pipe insulation with insulating cement. Finish cover assembly wit n u e nt applied in two coats. After first coat is dry; apply and trowel second coat t • a ssm��tlPfinish. 5. Unless a PVC ':c - is indicated in field -applied jacket schedules, finish exposed surfaces with a metal jacket. 3.6 CELLULAR -GLASS INSULATION INSTALLATION A. Insulation Installation on Straight Pipes and Tubes: Secure each layer of insulation to pipe with wire or bands and tighten bands without deforming insulation materials. Kessler Mountain Regional Park, Phase 11 230700-17 19T21090 2. Where vapor barriers are indicated, seal longitudinal seams, end joints, and protrusions with vapor -barrier mastic and joint sealant. J. For insulation with factory -applied jackets on above ambient services, secure laps with outward clinched staples at 6 inches o.c. 4. For insulation with factory -applied jackets on below ambient services, do not staple longitudinal tabs but secure tabs with additional adhesive as recommended by insulation material manufacturer and seal with vapor -barrier mastic and flashing sealant. Insulation Installation on Pipe Flanges: I. Install preformed pipe insulation to outer diameter of pipe Flange. 2. Make width of insulation section same as overall width of Flange and bolts, plus twice the thickness of pipe insulation. J. Fill voids between inner circumference of flange insulation and outer circumference of adjacent straight pipe segments with cut sections of cellular -glass block insulation of same thickness as pipe insulation. 4. Install jacket material with manufacturer's recommended adhesive, overlap seams at least I inch (25 mm), and seal joints with flashing sealant_ C. Insulation Installation on Pipe Fittings and Elb sNO �w I. Install preformed sections of same mate I straight se f pipe insul n available. Secure according to manufactu ren instructions. 2. When preformed sections SL&Iatik are not avai ble. i tall mitere of cellular -glass insulation. Secure insulat' n at%ta� with w r D. Insulation Installation on Va sand e Specialti 4 I. Install prefopp��,,��ttp-*,�,. f cellular- 14 ui3ttlation to v o 2. Arrange inla tblpermit acce king and to to valve operation without disturbing insulation. 3. Install insulatio o flanges a ec ted for flfl n application. 3.7 FLEXIBLE ELASTOME TION TALL�TION A. Seal longitudinal seams and djoi tWa acturer's recommended adhesive to eliminate openings in insulation that allow passage of a Gov/ being insulated. B. Insulation Installation on Pipe Fla es. I. Install pipe insulat�i to iameter of pipe Flange. 2. Make width msu ton section same as overall width of Flange and bolts, plus twice the thickness of &e ins lation. 3. Fill voids t"Thwigfiner circumference of Flange insulation and outer circumference of adjacent straight pipe segments with cut sections of sheet insulation of same thickness as pipe insulation. 4. Secure insulation to Flanges and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. C. Insulation Installation on Pipe Fittings and Elbows: I. Install mitered sections of pipe insulation. 2. Secure insulation materials and seal seams with manufacturers recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. Kessler Mountain Regional Park, Phase 11 230700-18 19T21090 3.8 0 111 A Insulation Installation on Valves and Pipe Specialties: I. Install preformed valve covers manufactured of same material as pipe insulation when available. 2. When preformed valve covers are not available, install cut sections of pipe and sheet insulation to valve body. Arrange insulation to permit access to packing and to allow valve operation without disturbine insulation. 3. Install insulation to flanges as specified for flange insulation application. 4. Secure insulation to valves and specialties and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. MINERAL -FIBER INSULATION INSTALLATION Insulation Installation on Straight Pipes and Tubes: I. Secure each layer of preformed pipe insulation to pipe with wire or bands and tighten bands without deforming insulation materials. 2. Where vapor barriers are indicated, seal longitudinal seams, end joints, and protrusions with vapor -barrier mastic and joint sealant. J. For insulation with factory -applied ja a • ve ambient surfaces, secure K:Cv!�outward clinched staples at 6 inches o.c. 4. For insulation with factory -applied jack below am a faces, do nongitudinal tabs but secure tabs with addit dAsrve as recomm-n d by insulatio �erffl manufacturer and seal with vapor -barrier c a flashing seala t. Insulation Installation on Pipe Flang X` 1`` I. Install preforme4pi in ation to 2. Make width in section thickness tion. I 3. Fill voids b •ee nner circu straight pipe se ents with era 4. Install jacket material wJNJ (25 mm), and seal ' ' is ' h sh Insulation Installation on Pip; i Fittings and I. Install preformed sections of 2. When preformed insulation elb insulation, to a thickness a al to or bands. �.� D. Insulation I 2. 3. 4. fiber of pipe fl ge. all wiJI nge and bolts, plus twice the outer circumference of adjacent adhesive, overlap seams at least I inch ial as straight segments of pipe insulation when available. fittings are not available, install mitered sections of pipe ng pipe insulation. Secure insulation materials with wire pe Specialties: Install prefornilkiiisdFtions of same material as straight segments of pipe insulation when available. When preformed sections are not available, install mitered sections of pipe insulation to valve body. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. Install insulation to flanges as specified for Flange insulation application. E. Blanket Insulation Installation on Ducts and Plenums: Secure with adhesive and insulation pins. Apply adhesives according to manufacturer's recommended coverage rates per unit area, for 100 percent coverage of duct and plenum surfaces. Kessler Mountain Regional Park, Phase 11 230700-19 19T21090 2. Apply adhesive to entire circumference of ducts and to all surfaces of fittings and transitions. 3. Install either capacitor -discharge -weld pins and speed washers or cupped -head, capacitor - discharge -weld pins on sides and bottom of horizontal ducts and sides of vertical ducts as follows: a. On duct sides with dimensions 18 inches and smaller, place pins along longitudinal centerline of duct. Space 3 inches maximum from insulation endjoints, and 16 inches o.c. b. On duct sides with dimensions larger than 18 inches, place pins 16 inches o.c. each way, and 3 inches maximum from insulation joints. Install additional pins to hold insulation tightly against surface at cross bracing. C. Pins may be omitted from top surface of horizontal, rectangular ducts and plenums. d. Do not overcompress insulation during installation. e. Impale insulation over pins and attach speed washers. f. Cut excess portion of pins extending beyond speed washers or bend parallel with insulation surface. Cover exposed pins and washers with tape matching insulation facing. 4. For ducts and plenums with surface temperatures below ambient, install a continuous unbroken vapor barrier. Create a facing lap for longitudinal seams and end joints with insulation by removing 2 inches from I edge and I end of insulation segment. Secure laps to adjacent insulation section with 1/2-inch outward t ing staples, I inch o.c. Install va or barrier consisting of factory- or field -applied ' d ive, vapor -barrier mastic, anKscI&Ija�t joints, seams, and protrusions. a. Repair punctures, tears, a ra tons with toe mastic to main[ va r-barrier seal. 0� P b. Install vapor stops ford tw and plenums pest g below 50 • e 18-foot intervals. Vapor stops shall co i vapor-b9r' c applied ' aped pattern over insulation face, alo g u nd of ins tiny, nd over th . Cover insulation face and surface t e insu ed a width qu t 2 times tl�e su ion thickness but not less than 3 in�tes 5. Overlap u ce \\met/sl�a mini inches on I oit` ivnaall►*seams and end joints. At end joints, secur ith eel bands aximum o o.c. 6. Install insulati n rectangt elbows if' s with a full insulation section for each surface. Install insulatio and Fl val t elbows with individually mitered gores cut to fit the elbow. 7. Insulate duct stifle"erial and Fl es tha protrude beyond insulation surface with 6-inch- wide strips of samed tp i a uct.Secure on alternating sides of stiffener, hanger; and Flange with pin Board Insulation Installation on Ducts d nums: Secure with adhesive and insulation pins. I. Apply adhesives ac r manufacturer's recommended coverage rates per unit area, for 100 percent coverage df an lenum surfaces. 2. Apply adl Ucapa c ference of ducts and to all surfaces of finings and transitions. 3. Install eitheo discharge -weld pins and speed washers or cupped -head, capacitor- discharge-wein sides and bottom of horizontal ducts and sides of vertical ducts as follows: a. On duct sides with dimensions 18 inches and smaller, place pins along longitudinal centerline of duct. Space 3 inches maximum from insulation end joints, and 16 inches o.c. b. On duct sides with dimensions larger than 18 inches, space pins 16 inches o.c. each way, and 3 inches maximum from insulation joints. Install additional pins to hold insulation tightly against surface at cross bracing. C. Pins may be omitted from top surface of horizontal, rectangular ducts and plenums. d. Do not overcompress insulation during installation. e. Cut excess portion of pins extending beyond speed washers or bend parallel with insulation surface. Cover exposed pins and washers with tape matching insulation facing. Kessler Mountain Regional Park, Phase 11 230700-20 19T21090 4. For ducts and plenums with surface temperatures below ambient, install a continuous unbroken vapor barrier. Create a facing lap for longitudinal seams and end joints with insulation by removing 2 inches from I edge and I end of insulation segment. Secure laps to adjacent insulation section with 1/2-inch outward -clinching staples, I inch o.c. Install vapor barrier consisting of factory- or field -applied jacket, adhesive, vapor -barrier mastic, and sealant at joints, seams, and protrusions. a. Repair punctures, tears, and penetrations with tape or mastic to maintain vapor -barrier seal. b. Install vapor stops for ductwork and plenums operating below 50 deg F at I8-foot intervals. Vapor stops shall consist of vapor -barrier mastic applied in a 7_-shaped pattern over insulation face, along butt end of insulation, and over the surface. Cover insulation face and surface to be insulated a width equal to 2 times the insulation thickness but not less than 3 inches. 5. Install insulation on rectangular duct elbows and transitions with a full insulation section for each surface. Groove and score insulation to fit as closely as possible to outside and inside radius of elbows. Install insulation on round and Flat -oval duct elbows with individually mitered gores cut to fit the elbow. 6. Insulate duct stiffeners, hangers, and flang�protrude beyond insulation surface with 6-inch- wide strips of same material used to in t uc Secure on alternating sides o sti e hanger, and flange with pins spaced 6 inches o —✓ ' P �j 3.9 POLYOLEFIN INSULATION IN LA ON V A. Insulation Installation on Straight ip s d Tubes: ` efa I. Seal split -tube I®ng' t I seams and ` with maommended adhesive to eliminate op 5� ation that p ageofairdonsulated. B. Insulation Installa"01 pe Flange O I. Install pipe insulation to eter of Flan 2. Make width of i atio a io sa a as width of flange and bolts, plus twice the thickness of pipe in � 3. Fill voids between i er circumfetaenc�of}ange insulation and outer circumference ofadjacent straight pipe segment with c tft polyolefin sheet insulation of same thickness as pipe insulation. 4. Secure insulation to Flanges al seams with manufacturers recommended adhesive to eliminate openings in insu ton th t allow passage of air to surface being insulated. C. Insulation Installation ont' ttin and Elbows: I. Install mitere secti s of polyolefin pipe insulation. 2. Secure insularibtt/Fiaterials and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. D. Insulation Installation on Valves and Pipe Specialties: I. Install cut sections of polyolefin pipe and sheet insulation to valve body. 2. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation. 3. Install insulation to flanges as specified for Flange insulation application. 4. Secure insulation to valves and specialties, and seal seams with manufacturer's recommended adhesive to eliminate openings in insulation that allow passage of air to surface being insulated. Kessler Mountain Regional Park, Phase 11 230700-21 19T21090 3.10 POLYSTYRENE INSULATION INSTALLATION A. Insulation Installation on Straight Pipes and Tubes: I. Secure each layer of insulation with tape or bands and tighten bands without deforming insulation materials. Orient longitudinal joints between half sections in 3 and 9 o'clock positions on the pipe. 2. For insulation with factory -applied jackets with vapor barriers, do not staple longitudinal tabs but secure tabs with additional adhesive or tape as recommended by insulation material manufacturer and seal with vapor -barrier mastic. J. All insulation shall be tightly butted and free of voids and gaps at all joints. Vapor barrier must be continuous. Before instal ling- jacket material, install vapor -barrier system. B. Insulation Installation on Pipe Flanges: I. Install preformed pipe insulation to outer diameter of pipe Flange. 2. Make width of insulation section same as overall width of Flange and bolts, same thickness of adjacent pipe insulation, not to exceed I- 1/2-inch thickness. 3. Fill voids between inner circumference of Flange insulation and outer circumference of adjacent straight pipe segments with cut sections of, . rene block insulation of same thick as pipe insulation. C. Insulation Installation on Pipe Fittings and Elbob I.— Install preformed insulatio i onof same mat ial as traight se11:bf pipe insulation. Secure according to in ct nen isR D. Insulation Installation on Va sand Ripe Specialti I. Install prefo f polystyr su ion to val o 2. Arrange i 14 la tblpermit acce�eking and to to valve operation without disturbing insulation. 3. Install insulatio o Flanges a ec ted for t7�\'q\Jn application. S3.11 FIELD -APPLIED JACKS I ATIO A. Where FSK jackets are Indic ed, ins f' Jo: I. Drawjacket material smooth an ' 2. Install lap orjoint strips A same material asjacket. 3. Securejacket to ins`Jt4n manufacturer's recommended adhesive. 4. Install jacket with ps at longitudinal seams and 3-inch-wide joint strips at end joints. 5. Seal opening punctbreaks in vapor -retarder jackets and exposed insulation with vapor - barrier mash B. Where PVC jackets are indicated, install with I -inch overlap at longitudinal seams and end joints: for horizontal applications, install with longitudinal seams along top and bottom of tanks and vessels. Seal with manufacturer's recommended adhesive. Apply two continuous beads of adhesive to seams and joints, one bead under lap and the finish bead along seam and joint edge. C. Where metal jackets are indicated, install with 2-inch overlap at longitudinal seams and end joints. Overlap longitudinal seams arranged to shed water. Seal end joints with weatherproof sealant Kessler Mountain Regional Park, Phase If 230700-22 19T21090 recommended by insulation manufacturer. Secure jacket with stainless -steel bands 12 inches o.c. and at end joints. D. Where PVDC jackets are indicated, install as follows: I. Apply three separate wraps of filament tape per insulation section to secure pipe insulation to pipe prior to installation of PVDC jacket. 2. Wrap factory-presized jackets around individual pipe insulation sections with one end overlapping the previously installed sheet. Install presized jacket with an approximate overlap at butt joint of 2 inches over the previous section. Adhere lap seal using adhesive or SSL, and then apply 1-1/4 circumferences of appropriate PVDC tape around overlapped butt joint. 3. Continuous jacket can be spiral wrapped around a length of pipe insulation. Apply adhesive or PVDC tape at overlapped spiral edge. When electing to use adhesives, refer to manufacturer's written instructions for application of adhesives along this spiral edge to maintain a permanent bond. 4. Jacket can be wrapped in cigarette fashion along length of roll for insulation systems with an outer circumference of 33-I/2 inches or less. The 33-1/2-inch-circutnference limit allows for 2-inch- overlap seal. Using the length of roll allows for longer sections of jacket to be installed at one time. Use adhesive on the lap seal. Visu y pect lap seal for "fishmouthing," and use PVDC tape along lap seal to secure joint. `- 5. Repair holes or tears in PVDC jacket VDC e over the hole or te�apping a minimum of 1-1/4 circumferences to av d rage to to /'�� 3.12 FINISHES O' • A. Duct, Equipment, and Pipe6aas ti with ASJ �O Sr'Paintable a et aterial: Paint jacket with paint system identified Selo specified ' Si idfm 09 painti 40 I. Flat AcryliViNwo finish ac Ko a primer th is ompatible with jacket material and Finish coat d fungict ut render fa c proof. a. Finish Coat Mated . V, 0 r, Flat,Ision size. B. Flexible Elastomeric The a ott: At9dhesias fully cured; apply two coats of insulation manufacturer's recommende protective coatiC. Color: Final color as selected by A i V.Skrryyfirst and second coats to allow visual inspection of the completed Work. V�d D. Do not field paint aluminu ess-steel jackets. 3.13 FIELD QUALITY NT` A. Perform tests and inspections. B. Tests and Inspections: I. Inspect ductwork, randomly selected by Architect, by removing field -applied jacket and insulation in layers in reverse order of their installation. Extent of inspection shall be limited to one location for each duct system defined in the "Duct Insulation Schedule, General" Article. 2. Inspect field -insulated equipment, randomly selected by Architect, by removing field -applied jacket and insulation in layers in reverse order of their installation. Extent of inspection shall be Kessler Mountain Regional Park, Phase 11 230700-23 19T21090 limited to one location for each type of equipment defined in the "Equipment Insulation Schedule" Article. For large equipment; remove only a portion adequate to determine compliance. 3. Inspect pipe, fittings, strainers, and valves, randomly selected by Architect, by removing field - applied jacket and insulation in layers in reverse order of their installation. Extent of inspection shall be limited to three locations of straight pipe, three locations of threaded fittings, three locations of welded fittings, two locations of threaded strainers, two locations of welded strainers, three locations of threaded valves, and three locations of Flanged valves for each pipe service defined in the "Piping Insulation Schedule, General" Article. C. All insulation applications will be considered defective Work if sample inspection reveals noncompliance with requirements. 3.14 DUCT INSULATION SCHEDULE, GENERAL A. Plenums and Ducts Requiring Insulation: I. Indoor, concealed supply and outdoor air. 2 Indoor, exposed supply and outdoor air. 3. Indoor, concealed return located in no one space. G 4. Indoor, exposed return located in non space. 5. Indoor, concealed exhaust between isola n amper and n on of buildi t r. 6. Indoor; exposed exhaust betwegfi 11 on amper and pe ration of bull ' xte or. B. Items Not Insulated: `v` • I. Fibrous -glass ducts. ` 2. Metal ducts wgth uc liner of s ickness ly with energy code and ASHRAE/Oners. 3. Factory -inle ducts. 4. Factory- sonums and O 5. Flexible c 6. Vibration -control devices 7. Factory -insulated essie an do s. 3.15 INDOOR DUCT AND PLE M IN CHEDULE A. Concealed, Supply -Air Duct and Plenu I lation: Mineral -fiber blanket; 2 inches thick and 0.75-Ib/cu. ft. nominal density. B. Concealed; Retum-Air Du aWPJle toInsulation: Mineral -fiber blanket, 2 inches thick and 0.75-Ib/cu. ft. nominal density. , C. Concealed, Outdoorc ict and Plenum Insulation: Mineral -fiber blanket, 2 inches thick and 0.75- Ib/cu. ft. nominal density. D. Concealed, Exhaust -Air Duct Insulation: Mineral -fiber blanket, 1-1/2 inches thick and 0.75-Ib/cu. fi. nominal density. E. Exposed; Supply -Air Duct and Plenum Insulation: Mineral -fiber board, 2 inches thick and 0.75-Ib/cu. ft. nominal density. F. Exposed, Return -Air Duct and Plenum Insulation: Mineral -fiber board, 2 inches thick and 0.75-Ib/cu. ft. nominal density. Kessler Mountain Regional Park, Phase 11 230700-24 19T21090 G. Exposed, Outdoor -Air Duct and Plenum Insulation: Mineral -fiber board, 2 inches thick and 0.75-Ib/cu. ft. nominal density. H. Exposed, Exhaust -Air Duct Insulation: Mineral -fiber board. 1-1/2 inches thick and 0.75-Ib/cu. ft. nominal density. 3.16 EQUIPMENT INSULATION SCHEDULE A. Insulation materials and thicknesses are identified below. If more than one material is listed for a type of equipment, selection from materials listed is Contractor's option. B. Insulate indoor and outdoor equipment in paragraphs below that is not factory insulated. C. Heating -Hot -Water Expansion/Compression Tank Insulation: Mineral -Fiber Pipe and Tank: I inch thick. D. Heating -Hot -Water Air -Separator Insulation: /M'me -Fiber Pipe and Tank: 2 inches thick. 3.17 PIPING INSULATION SCHEDULE, GENE A. Acceptable preformed pipe and tubul i �on materials and t?k* nesses are ' ed or each piping system and pipe size range.If than one material lisleor a pipiem, selection from materials listed is Contractor's o on • B. Items Not Insulated: Unless envis indicated, d io`all insulat' t following: I. Drainage pi ' o crawl ro sp \/ 2. Underg 3. Chrome -plat s and ftttin here is a p enl or personnel injury. 3.18 INDOOR PIPING INSU OgESUL Ji O A. Heatin. Hot -Water Supply d Return, 2 �F td below: Insulation shall be one of the following: I. Cellular Glass: 1-1/2 inches 2. Mineral -Fiber, Preformed Pip: I inch thick. B. Refrigerant Suction and Ito lang: Flexible elastomeric, I inch thick. C. Refrigerant SuctionCO)N s Fs Flexible Tubing: Flexible elastomeric. 1 inch thick. 3.19 OUTDOOR, ABOVEGROUND PIPING INSULATION SCHEDULE A. Refrigerant Suction and Hot -Gas Piping: Insulation shall be one of the following: I. Flexible Elastomeric: 2 inches thick. 2. Mineral -Fiber, Preformed Pipe Insulation, Type I: 2 inches thick. B. Refrigerant Suction and Hot -Gas Flexible Tubing: Insulation shall be the following: Kessler Mountain Regional Park, Phase 11 230700-25 19T21090 Flexible Elastomeric: inches thick. 3 0 OUTDOOR, FIELD -APPLIED JACKET SCHEDULE A. Install aluminum jacket over insulation material. For insulation with factory -applied jacket; install the field -applied jacket over the factory -applied jacket. END OF SECTION Kessler Mountain Regional Park, Phase11 230700-26 19T21090 SECTION 23 31 13 - METAL DUCTS PARTI-GENERAL I.I SUMMARY A. Section Includes: I. Rectangular ducts and fittings. 2. Round ducts and fittings. 3. Sheet metal materials. 4. Duct liner. 5. Sealants and gaskets. 6. Hangers and supports. B. Related Sections: 1. Division 23 Section "Testing, Adjust alancin r HVAC" for testit�a�dj�u ing, and balancing requirements for metal ducts. ��►►�V►► 2. Division 23 Section "Air Duel s�ries" for dampers, ound-contr®r, es; duct -mounting access doors and panels, to an ; and flexible is. 1.2 PERFORMANCE REQUIR ENT �`- ♦ v A. Duct Design: D o on, inclu ' o ee metal theCN"A seam and joint construction, reinforcements, a and sup po I comply w''s "HVAC Duct Construction Standards - Metal xible" an nce re uir to and design criteria indicated in "Duct Schedule" Article. B. Airstream Surfaces: Surf in with6eai,sshall comply with requirements in ASHRAE 62.1-2004. � ♦ 1.3 SUBMITTALS �` A. Product Data: For each type of r uct indicated. B. Shop Drawings: ` I. Fabrication, em t, and installation, including plans, elevations, sections, components, and attachments too work. 2. Factory- and shop -fabricated ducts and fittings. 3. Duct layout indicating sizes, configuration, liner material; and static -pressure classes. 4. Elevation of top of ducts. 5. Dimensions of main duct runs from building grid lines. 6. Fittings. 7. Reinforcement and spacing. 8. Seam and joint construction. 9. Penetrations through fire -rated and other partitions. 10. Equipment installation based on equipment being used on Project. IL Locations for duct accessories, including dampers; turning vanes; and access doors and panels. Kessler Mountain Regional Park, Phase If 2331 13-1 19T21090 C. 10 E. 1.4 A. 12. Hangers and supports, including methods for duct and building attachment and vibration isolation. Delegated -Design Submittal: I. Sheet metal thicknesses. 2. Joint and seam construction and sealing. 3. Reinforcement details and spacing. 4. Materials, fabrication, assembly, and spacing of hangers and supports. Coordination Drawings: Plans, drawn to scale, on which the following items are shown and coordinated with each other, using input from installers of the items involved: I. Duct installation in congested spaces, indicating coordination with general construction, building components, and other building services. Indicate proposed changes to duct layout. 2. Suspended ceiling components. 3. Structural members to which duct will be attached. 4. Size and location of initial access modules for acoustical tile. 5. Penetrations of smoke barriers and fire -rated construction. 6. Items penetrating finished ceiling includinf�lf [lowing: a. Lighting fixtures b. Air outlets and inlets. ?0 C. Sprinklers. O� d. Access panels. Welding certificates. QUALITY ASSU ASHRAE Compl Equipment" and S ASHRAE/IESNA "HVAC System C PART2-PRODUCTS 5E\S pplicable nts in AS _.1-2004, Section 5"Systems and "Co ion nd Syst spli ce:cab e reguirem ASHRAE/IESNA 90.1-2004, Section 6.4.4 - ,uctt•n ulation.'� I` 2.1 RECTANGULAR DU CTS INGS A. General Fabricationtt tits: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible"indicated static -pressure class unless otherwise indicated. B. Transverse Joints: Select joint types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 1-4, "Transverse (Girth) Joints," for static -pressure class, applicable sealing requirements, materials involved, duct -support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." C. Longitudinal Seams: Select seam types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 1-5, "Longitudinal Seams - Rectangular Ducts," for static -pressure class, applicable sealing requirements, materials involved, duct -support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." Kessler Mountain Regional Park, Phase 11 2331 13-2 19T21090 1)? 2.3 D. Elbows. Transitions, Offsets, Branch Connections, and Other Duct Construction: Select types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 2, "Fittings and Other Construction," for static -pressure class, applicable sealing requirements, materials involved, duct -support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." ROUND DUCTS AND FITTINGS A. General Fabrication Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter3, "Round, Oval, and Flexible Duct," based on indicated static -pressure class unless otherwise indicated. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following]: a. Lindab Inc. b. McGill AirFlow LLC. C. SEMCO Incorporated. d. Sheet Metal Connectors, Inc. C. Spiral Manufacturing Co., Inc. B. Transverse Joints: Selectjoint types Standards - Metal and Flexible," N applicable sealing requirements SMACNA's "HVAC Duct Construc6 I. Transverse Jointgin uc argerThan C. Longitudinal Sea s Net seam ry e Construction Stand et pressure class, applic a sealing uir et provisions in SMACNA's "HVA_(y onsn according to ACNA's "H Du t Construction ;verse J inis - ound Duct, f t ic-pressure class, Q dport interv$ other provisions in � iho3aFlFlexible. T in Diametn ed. fabricate a or g to SMACNA's "HVAC Duct re 3-I, a Round Duct and Fittings," for static- Ived, duct -support intervals, and other Stan rds - Metal and Flexible." D. Tees and Laterals: Sete t l fabric ccoring to SMACNA's "HVAC Duct Construction Standards - Metal and Flex le," Figure$-4, '90 egree Tees and Laterals," and Figure 3-5, "Conical Tees;" for static -pressure ss; a�,,, b ing requirements, materials involved, duct -support intervals, and other provisions in s "HVAC Duct Construction Standards - Metal and Flexible." V SHEET METAL MATE A. General Material ReQiremis: Comply with SMACNA's "FIVAC Duct Construction Standards - Metal and Flexible" for amaterials, material thicknesses, and duct construction methods unless otherwise indicated. Sheet metal materials shall be free of pitting, seam marks; roller marks, stains; discolorations, and other imperfections. B. Galvanized Sheet Steel: Comply with ASTM A 653/A 653M. I. Galvanized Coating Designation: G60. 2. Finishes for Surfaces Exposed to View: Mill phosphatized. C. Carbon -Steel Sheets: Comply with ASTM A 1008/A 1008M, with oiled, matte finish for exposed ducts. Kessler Mountain Regional Park, Phase II 2331 13-3 19T21090 D. Stainless -Steel Sheets: Comply with ASTM A 480/A 480M, Type 304 or 316, as indicated in the "Duct Schedule" Article; cold rolled, annealed, sheet. Exposed surface Finish shall be No. 2B, No. 2D, No. 3, or No. 4 as indicated in the "Duct Schedule" Article. E. Aluminum Sheets: Comply with ASTM B 20 Alloy 3003, H14 temper; with mill finish for concealed ducts, and standard, one -side bright finish for duct surfaces exposed to view. F. Reinforcement Shapes and Plates: ASTM A 36/A 36M, steel plates, shapes, and bars; black and galvanized. Where black- and galvanized -steel shapes and plates are used to reinforce aluminum ducts; isolate the different metals with butyl rubber, neoprene, or EPDM gasket materials. G. Tie Rods: Galvanized steel, 1/4-inch minimum diameter for lengths 36 inches or less; 3/8-inch minimum diameter for lengths longer than 36 inches. 2.4 SEALANT AND GASKETS A. General Sealant and Gasket Requirements: S iu t ng characteristicsforsealant�an ets shall be a maximum flame -spread index of 25 a �Pifi ium st1Nt@ lopedee-deveindex o 0 n tested according to UL 723; certified by an NRTL.' \� �► B. Two -Part Tape Sealing System: 1. Tape: Woven cots n fiber ¢iegnated� ral gypsu d odified acrylic/silicone activator to react exot ca with tape t�fott�Ftard; durabl g seal. 2. Tape Width: 3 ipch /'����� 3. Sealant: acrylic. 4. Water resi nt V 5. Mold and mi w sistant. ztollplu 6. Maximum Stan ressure Clads -inch w negative. 7. Service: Indoor and out8. Service Temperatu Mifpi� QO 00 d 9. Substrate: Compat le Ivanize et ste I (both PVC coated and bare), stainless steel, or aluminum. 10. For indoor applicatio , use s t s a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Sub Method 24). C. Water -Based Joint and Seam Seal t: 1W I. Application Metho s 2. Solids ConteCejss:ininium ni�6 percent. 3. Shore A Har 20. 4. Water resistan 5. Mold and mildew resistant. 6. VOC: Maximum 75 g/L (less water). 7. Maximum Static -Pressure Class: 10-inch wg, positive and negative. 8. Service: Indoor or outdoor. 9. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare), stainless steel, or aluminum sheets. D. Flanged Joint Sealant: Comply with ASTM C 920. General: Single -component, acid -curing, silicone, elastomeric. Kessler Mountain Regional Park, Phase 11 2331 13-4 19T21090 2. Type: S. J. Grade: NS. 4. Class: 25. 5. Use: O. 6. For indoor applications, use sealant that has a VOC content of 250 g/L or less when calculated according to 40 CPR 59, Subpart D (EPA Method 24). E. Flange Gaskets: Butyl rubber; neoprene, or EPDM polymer with poly isobutylene plasticizer. Round Duct Joint O-Rine Seals: I. Seal shall provide maximum leakage class of 3 cfin/100 sq. ft. at [-inch wg and shall be rated for 10-inch wg static -pressure class, positive or negative. 2. EPDM O-ring to seal in concave bead in coupling or fitting spigot. 3. Double -lipped. EPDM O-ring seal, mechanically fastened to factory -fabricated couplings and fitting spigots. 2.5 HANGERS AND SUPPORTS ^ A. Hanger Rods for Noncorrosive EnvironmentsI -plate eel rods and nuts. B. Hanger Rods for Corrosive Environ �lectrogalvanized, -thread rods va zed rods with threads painted with zinc-chromat era er installation. C. Strap and Rod Sizes: Co ply wit ACNA's� Duct Con io Standards -Metal and Flexible," Tab[ (Tabl -IM), Rectangulaa Dot Hangers m Size," and Tabte4-2, "Minimum Hanger Sizes fo Ro d Duct." �V D. Steel Cables for v �teel Ducts. ed steel corn in with ASTM A 603. E. Steel Cables for Stainl �3s-Steel Duc St _ nless stewith ASTM A 492. Steel Cable End Corrects: mi designed for duct hangers v� an ssemblies with brackets, swivel, and bolts and clamping device. G. Duct Attachments: Sheet metal sere , liNriiFts, or self -tapping metal screws; compatible with duct materials. H. Trapeze and Riser Supports: I. Supports for G a ' e 4ee Ducts: Galvanized -steel shapes and plates. 2. Supports for amless eel Ducts: Stainless -steel shapes and plates. 3. Supports for umi m Ducts: Aluminum or galvanized steel coated with zinc chromate. PART 3 - EXECUTION 3.1 DUCT INSTALLATION A. Drawing plans, schematics, and diagrams indicate general location and arrangement of duct system. Indicated duct locations, configurations, and arrangements were used to size ducts and calculate friction loss for air -handling equipment sizing and for other design considerations. Install duct systems as indicated unless deviations to layout are approved on Shop Drawings and Coordination Drawings. Kessler Mountain Regional Park, Phase 11 2331 13-5 19T21090 B. Install ducts according to SMACNA's "FIVAC Duct Construction Standards - Metal and Flexible" unless otherwise indicated. C. Install round ducts in maximum practical lengths. 3.2 3.3 D. Install ducts with fewest possible joints. E. Install factory- or shop -fabricated fittings for changes in direction, size, and shape and for branch connections. F. Unless otherwise indicated, install ducts vertically and horizontally, and parallel and perpendicular to building lines. G. Install ducts close to walls, overhead construction, columns, and other structural and permanent enclosure elements of building. H. Install ducts with a clearance of I inch, plus allowance for insulation thickness. I. Route ducts to avoid passing through transformer nd electrical equipment rooms and closures. J. Where ducts pass through non -fire -rated int ' ons an terior walls and are eo�to view, cover the opening between the partition and r duct ins u t ith sheet a -es of same metal thickness as the duct. Overlap on four sides by at ast I-1/2 inc K. Where ducts pass through fire-r ed t artiti A n for walls, ' dampers. Comply with requirements in Divisi&223 c 'Air Duct e for fire m ce dampers. L. Protect duct interiors ftame, construe s and dust, n �ign materials. Comply with SMACNA'S " for Ne tion Guid INSTALLATION OOSED D T ORK O A. Protect ducts exposed in f e s from ing d scratched, or damaged. B. Trim duct sealants Flush wi metal. Cre sm • th and uniform exposed bead. Do not use two -pan tape sealing system.+ C. Grind welds to provide smooth surface f�e of bums, sharp edges, and weld splatter. When welding stainless steel with a No. 3 or 4 ish, grind the welds Flush, polish the exposed welds, and treat the welds to remove discolor4tiE c by welding. 47 D. Maintain consistencUSYS and uniformity in the arrangement and fabrication of fittings, hangers and supports, duct as, and air outlets. E. Repair or replace damaged sections and finished work that does not comply with these requirements. DUCT SEALING A. Seal ducts for duct static -pressure, seal classes, and leakage classes specified in "Duct Schedule" Article according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." B. Seal ducts to the following seal classes according to SMACNA's "FIVAC Duct Construction Standards - Metal and Flexible": Kessler Mountain Regional Park, Phase 11 2331 13-6 19T21090 3.4 3.5 1. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." 2. Outdoor; Supply -Air Ducts: Seal Class A. 3. Outdoor, Exhaust Ducts: Seal Class C. 4. Outdoor, Return -Air Ducts: Seal Class C. 5. Unconditioned Space, Supply -Air Ducts in Pressure Classes 2-Inch wg and Lower: Seal Class B. 6. Unconditioned Space; Supply -Air Ducts in Pressure Classes Higher Than 2-Inch wg: Seal Class A. 7. Unconditioned Space, Exhaust Ducts: Seal Class C. 8. Unconditioned Space, Return -Air Ducts: Seal Class B. 9. Conditioned Space, Supply -Air Ducts in Pressure Classes 2-Inch wg and Lower: Seal Class C. 10. Conditioned Space, Supply -Air Ducts in Pressure Classes Hig-her Than 2-Inch wg: Seal Class B. I I. Conditioned Space, Exhaust Ducts: Seal Class B. 12. Conditioned Space, Retum-Air Ducts: Seal Class C. HANGER AND SUPPORT INSTALLATION A. Comply with SMACNA's "HVAC Duct "Hangers and Supports." B. Building Attachments: Concrete inserts, appropriate for construction materials to which n I. Where practical, install con r ise before 2. Install powder -actuated c con, a e' 3. Use powder -actuated cone t ners for s than 4 inches thick. 4. Do not use power ct ed concrete less than 4 in s 5. Do not us w &..tersectilolc comerers C. Hanger Spacing: Co yVA Table4-I, "Rectangular in Round Duct," for max imugstalland within 48 inches of eac D. Hangers Exposed to View: E. A. Q m Standards - Metal and Flexible," Chaptcr4, a2`tuated steners, or structur to asteners are bein d. IacirA, ennr to e � for placed anpmO1 (ely cured. it aegrgM concretes or for slabs more concretes or for slabs ruction Standards - Metal and Flexible," nd Table 4-2, "Minimum Hanger Sizes for and supports within 24 inches of each elbow or channel supports. Support vertical ducts with steel angleNj p}�annel secured to the sides of the duct with welds, bolts, sheet metal screws, or blind rivets; sup rt at eegc/h floor and at a maximum intervals of 16 feet. Install upper attachments uctu s. Select and size upper attachments with pull-out, tension, and shear capacities appr rt te_ pp tied loads and building materials where used. CONNECTIONS Make connections to equipment with flexible connectors complying with Division 23 Section "Air Duct Accessories." Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for branch, outlet and inlet, and terminal unit connections. Kessler Mountain Regional Park, Phase If 2331 13-7 19T21090 3.6 DUCTCLEANING A. Clean new duct systems before testing, adjusting, and balancing. B. Use service openings for entry and inspection. Create new openings and install access panels appropriate for duct static -pressure class if required for cleaning access. Provide insulated panels for insulated duct. Patch insulation as recommended by manufacturer. Comply with Division 23 Section "Air Duct Accessories" for access panels and doors. Disconnect and reconnect Flexible ducts as needed for cleaning and inspection. Remove and reinstall ceiling to gain access during the cleaning process. C. Particulate Collection and Odor Control: I. When venting vacuuming system inside the building, use HEPA filtration with 99.97 percent collection efficiency for 0.3-micron-size (or larger) panicles. 2. When venting vacuuming system to outdoo use filter to collect debris removed from HVAC system, and locate exhaust downwind an as from air intakes and other point entry into building. D. Clean the following components by removing a contamina s eposits: I. Air outlets and inlets (regis ill and diffusers D'� 2. Supply, return, and exhau fa herding fa A lenums (e �tg supply and return plenums). scrolls, blades or v shafts, ba ers; and dr' ss1 tblies. 3. Air -handling unit int at surfaces and co on�includinSa ng ox, coil section, air wash systems, spray 4mi ato condensate humidifi huQifiers, filters and filter sections, and ollectors an • in . 4. Coils and r at onents. 5. Return -air pers, act turning v es pt in ceiling plenums and mechanical equipment roo 6. Supply -air ducts, dampe s, and tes. 7. Dedicated exhaust d ve 'la n om;onemDakeup air systems. E. Mechanical Cleaning Meth logy:`I. Clean metal duct systems Inical cleaning methods that extract contaminants from within duct systems and remov minants from building. 2 Use vacuum -collection de 'ces th t are operated continuously during cleaning. Connect vacuum device to downstrea uct sections so areas being cleaned are under negative pressure. 3. Use mechanical a�' to islodge debris adhered to interior duct surfaces without damaging integrity of duc ct mer, or duct accessories. 4. Clean coils JILd coilimin pans according to NADCA 1992. Keep drain pan operational. Rinse coils with clea r to remove latent residues and cleaning materials; comb and straighten fins. 5. Provide drainage and cleanup for wash -down procedures. 6. Antimicrobial Agents and Coatings: Apply EPA -registered antimicrobial agents if fungus is present. Apply antimicrobial agents according to manufacturer's written instructions after removal of surface deposits and debris. 3.7 START UP A. Air Balance: Comply with requirements in Division 23 Section "Testing, Adjusting, and Balancing for HVAC." Kessler Mountain Regional Park, Phase 11 2331 13-8 19T21090 3.8 DUCTSCHEDULE A. Fabricate ducts with galvanized sheet steel except as otherwise indicated and as follows: B. Supply Ducts: Ducts Connected to Terminal Units: a. Pressure Class: Positive 1-inch we. b. Minimum SMACNA Seal Class: A C. SMACNA Leakage Class for Rectangular: 12. 2. Ducts Connected to Constant -Volume Air -Handling Units: a. Pressure Class: Positive 2-inch wg. b. Minimum SMACNA Seal Class: A. C. SMACNA Leakage Class for Rectangular: 6. J. Ducts Connected to Variable -Air -Volume tr cling Units: a. Pressure Class: Positive 3-inc b. Minimum SMACNA Seal Class: P _^ C. SMACNA Leakage CI Rctangular: 3. 4. Ducts Connected to Equipe Nbt I ted V a. Pressure Class ositi 2-inch wg. b. MinimunaS Seal Clas C. SMA ite Class for a ng lar: 6. v C. Return Ducts: ` 0 I. Ducts Connected to Air- n nits: a. Pressure Cla or neg 2-inc wg. b. Minimum S CN'A Seal s A. C. SMACNA Lea age CI rr P ar: 6. d. SMACNA Leakage or ound: 6. 2. Ducts Connected to E AVtint Not Listed Above: a. Pressure a or negative 2-inch wg. b. Minin m S IA NA Seal Class: A. C. SMA AWL kage Class for Rectangular: 3. d. SMAkage Class for Round: 3. D. Exhaust Ducts: Ducts Connected to Fans Exhausting (ASHRAE 62.1, Class I and 2) Air: a. Pressure Class: Negative I -inch wg. b. Minimum SMACNA Seal Class: A if negative pressure, and A if positive pressure. C. SMACNA Leakage Class for Rectangular: 12. d. SMACNA Leakage Class for Round: 6. Kessler Mountain Regional Park, Phase 11 2331 13-9 19T21090 E. F G. 2. Ducts Connected to Equipment Not Listed Above: a. Pressure Class: Positive or negative 4-inch wg. . b. Minimum SMACNA Seaf Class: A if negative pressure, and A if positive pressure. C. SMACNA Leakage Class for Rectangular: 6. d. SMACNA Leakage Class for Round: J. Outdoor -Air (Not Filtered, Heated. or Cooled) Ducts: I. Ducts Connected to Air-Handline Units: a. Pressure Class: Positive or negative 2-inch wg. b. Minimum SMACNA Seal Class: A. C. SMACNA Leakage Class for Rectangular: 6. d. SMACNA Leakage Class for Round: 3. Intermediate Reinforcement: I. Galvanized -Steel Ducts: Galvanized steel a. Exposed to Airstream: MatchZ� al. b. Not Exposed to Airstream: GaIv Elbow Configuration: �� Rectangular Duct: Flexible," Figure 2 a. Vel I) a 2) f b. Velocity I Ra 2) Ra 3) Mi Co Ru C. Velocitvl 1) 2) 3) Del uct Co ti Standards - Metal and e V ratio. em 1.0 radius -to -diameter ratio. m 0.5 radius -to -diameter ratio and two vanes. vanes complying with SMACNA's "HVAC Duct Metal and Flexible," Figure 2-3, "Vanes and Vane Vane Support in Elbows." adiu Type RE I with minimum 1.5 radius -to -diameter ratio. RVdffs Type RE 3 with minimum 1.0 radius -to -diameter ratio and two vanes. Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Construction Standards - Metal and Flexible," Figure 2-3, "Vanes and Runners," and Figure 2-4, "Vane Support in Elbows." Duct Vane 2. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 2-2, "Rectangular Elbows." a. Radius Type RE I with minimum 1.5 radius -to -diameter ratio. b. Radius Type RE 3 with minimum 1.0 radius -to -diameter ratio and two vanes. Kessler Mountain Regional Park, Phase H 233113-10 19T21090 C. Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 2-3, "Vanes and Vane Runners," and Figure 2-4, "Vane Support in Elbows." 3. Round Duct: Comply with SMACNA's "HVAC Duct Construction Standards -Metal and Flexible," Figure 3-3, "Round Duct Elbows." a. Minimum Radius -to -Diameter Ratio and Elbow Segments: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 3-1, "Mitered Elbows." Elbows with less than 90-degree change of direction have proportionately fewer segments. b. C. Velocity 1000 fpm or Lower: 0.5 radius -to -diameter ratio and three segments for 90-degree elbow. Velocity 1000 to 1500 fpm: 1.0 radius -to -diameter ratio and four segments for 90- degree elbow. Velocity 1500 fpm or Higher: 1.5 radius -to -diameter ratio and five segments for 90-degree elbow. Radius -to Diameter Ratio: 1.5. Round Elbows, 12 Inches and Round Elbows, 14 Inches and H. Branch Configuration: I. Rectangular Duct: Com Flexible," Figure 2-6, "B a. Rectangtt♦yar ain b. Recta I 2. Round: Cth S Figure 3-4, 9 egree permitted in existing duc a. b. C. Velocity 1061 Velocity 100 Velocity 1500 Stamped or pleated. � landing seam. m. CO ?k** Ag" Metal and i'tion Standards - Metal and Flexible," 3-5, "Conical Tees." Saddle laps are Kessler Mountain Regional Park, Phase 11 2331 13-1 1 19T21090 This page was intentionally left blank. SECTION 23 33 00 - AIR DUCT ACCESSORIES PARTI-GENERAL 1.2 1.3 SUMMARY A. Section Includes: I. Backdrafl and pressure relief dampers. 2. Manual volume dampers. 3. Control dampers. 4. Fire dampers. 5. Flange connectors. 6. Turning vanes. . Duct -mounted access doors. 8. Flexible connectors. 9. Flexible ducts. A 10. Duct accessory hardware. (TJV+) :Y�l:1LIl11ffm A. Product Data: For each type of prod dicated. B. ShopDrawings: For duct cc ories. Incl e elevation se� is, details and attachments to �3 other work. ` 4/ I. Detail duct a ries fabri installati m ucts and other construction. Include dimensions, we hts, loads d quired r d method of field assembly into duct systems and other constr t dude the lowi g: a. Special fittin b. Manual volu damper inst aNns C. a C. Control clampe?installaj d. Fire -damper and smolr doors. e. Wiring Diagrams: kr 1 Operation and mainten QUALITY ASSURAV lations, including sleeves; and duct -mounted access signal, and control wiring. Comply with NFPA 90A. "Installation of Air Conditioning and Ventilating Systems," and with NFPA 908, "Installation of Warm Air Heating and Air Conditioning Systems." Comply with AMCA 500-D testing for damper rating. Kessler Mountain Regional Park, Phase 11 233300-I 191'21090 PART 2-PRODUCTS 2.1 MATERIALS A. Comply with materials, mat materials sha imperfections. SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for acceptable trial thicknesses, and duct construction methods unless otherwise indicated. Sheet metal I be free of pitting; seam marks, roller marks, stains, discolorations, and other B. Galvanized Sheet Steel: Comply with ASTM A 653/A 653M. I. Galvanized Coating Designation: G60. 2. Exposed -Surface Finish: Mill phosphatized. C. Aluminum Sheets: Comply with ASTM B 209, Alloy 3003, Temper H 14; with mill finish for concealed ducts and standard, I -side bright finish for exposed ducts. D. Extruded Aluminum: Comply with ASTM B 221IQ 6063, TemperT6. E. Reinforcement Shapes and Plates: Galvani mforce t where installed o Iv ed sheet metal ducts; compatible materials for alumin� rainless-ste F. Tie Rods: Galvanized steel, 1/4-1 im m diameter f��o jjlengt 36 inches /8-inch minimum diameter for lengths longer than i he . • T 2.2 BACKDRAFT AND PWES U - RELIEF D �v A. Manufacturers: S cBnipliance w tgin ients, a le anufacturers offering products that may be incorporate Work in are not lim' ed t e following: I. Air Balance Inc.; a divis' o tek, Inc. 2 American Warmin ting; a kvision estek, Inc. 3. Cesco Products; a di i estek, Duro 4. uro Dyne Inc. • 5. GreenLloyd Ind Fan Cone. anon. /1_` 6. Lloyd Industries; Inc. �V�\ 7. Nailor Industries Inc. 8. NCA Manufacturing,Inc. 9. Pottorff; a divisiorlo� ustries, Inc. 10. Ruskin Compan I I. SEMCO Inc orate . 12. Vent Product Com ny, Inc. B. Description: Gravity balanced. C. Maximum Air Velocity: 2000 fpm. D. Maximum System Pressure: [-inch wg. E. Frame: 0.052-inch-thick, galvanized sheet steel, with welded corners and mounting Flange. Kessler Mountain Regional Park, Phase 11 233300-2 19T21090 F. Blades: Multiple single -piece blades, center -pivoted, maximum 6-inch width. 0.025-inch thick, roll - formed aluminum with sealed edges. G. Blade Action: Parallel. H. Blade Seals: Felt. I. Blade Ades: I. Material: Nonferrous metal. 2. Diameter: 0.20 inch. J. Tie Bars and Brackets: Aluminum. K. Return Spring: Adjustable tension. L. Bearings: Steel ball or synthetic pivot bushings. M. Accessories: I. Adjustment device to permit setting fo g ifferen ' tatic pressure. �✓ 2. Counterweiehts and spring -assist kits fo cal airflow s ons. 2.3 MANUAL VOLUME DAMPER O ♦ �./ A. Standard, Steel, Manual Vol Dat pers: I. Manufacur ♦ compPS4h r gLure �t ailable to manufacturers offering oproducts [ porated e orknclS, a n[ limited to, the following: a. Air BY[ace Inc.; a 'v n f Meste ne. b. American Warm' a Iilating; ivisi n of Mestek, Inc. C. FleMcGill Mcll., d. McGill AirF � e. METALAIR nc. • f. Nailor Industri s Inc. g. PottorfF a division o n stries, Inc. h. Ruskin Company. i. Trox USA Inc. j. Vent Product y, Inc. 2. Standard lea Ugera)64with linkage outside airstream. Suitable for or vertical applications. 4. Frames: a. Hat -shaped, galvanized -steel channels, 0.064-inch minimum thickness. b. Mitered and welded corners. C. Flanges for attaching to walls and flangeless frames for installing in ducts. Blades: a. Parallel- or opposed -blade design. b. Stiffen damper blades for stability. C. Galvanized -steel, 0.064 inch thick. Kessler Mountain Regional Park, Phase 11 233300-3 19T21090 2.4 A. 6. Blade Axles: Galvanized steel. 7. Bearings: a. Oil -impregnated bronze. b. Dampers in ducts with pressure classes of 3-inch wg or less shall have axles full length of damper blades and bearings at both ends of operating shaft. 8. Tie Bars and Brackets: Galvanized steel. CONTROL DAMPERS Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: I. American Warming and Ventilating; a division of Mestek. Inc. 2. Arrow United Industries; a division of Mestek, Inc. 3. Duro Products; a division of Mestek, Inc. 4. Flex Dyne Inc. 5. Greenheck U.S.A., Inc. 6. Greenheck Fan Corporation. 7. Lloyd Industries, Inc. 8. MRI Air Systems Engineering io o MRI Heat Tr a fer Products- 9. McGill AiIR LLC. :3 I L MEal Form E, Inc. •` 1 I. Metal Form Manufacturing; I 12. Nailor Industries Ine.�� 13. NCA Manufactyye�lnc� . 14. Ruskin odi �`hy, I �` /► 15. Vent Prod s y, Inc. � V 16. Young Regu or mpany. A O B. Frames: I. Hatshaped. 2 Galvanized -steel chals,0.064 inch ick 3. Mitered and welded cers. ` C. Blades: I. Multiple blade with blade width of 8 inches. 2 Parallel -blade desi 3. Galvanized s 4. 0.064 in thtk. 5. Blade Edging:: d-cell neoprene edging. 6. Blade Edging: Inflatable seal blade edging; or replaceable rubber seals. D. Blade Axles: I/2-inch-diameter; galvanized; blade -linkage hardware of zinc -plated steel and brass; ends sealed against blade bearings. Operating Temperature Range: From minus 40 to plus 200 deg F. E. Bearings: Kessler Mountain Regional Park, Phase 11 233300-4 191-21090 I. Oil -impregnated bronze. 2. Dampers in ducts with pressure classes of 3-inch wg or less shall have axles full length of damper blades and bearings at both ends of operating shaft. 3. Thrust bearings at each end of every blade. 2.5 FIRE DAMPERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: I. Air Balance Inc.; a division of Mestek. Inc. 2. Arrow United Industries; a division of Mestek, Inc. 3. Cesco Products; a division of Mestek, Inc. 4. Greenheck Fan Corporation. 5. McGill AirFlow LLC. 6. METALAIRE, Inc. 7. Nailor Industries Inc. 8. NCA Manufacturing, Inc. 9. PHL, Inc. 10. Pottorff; a division o(PCI Industries, 11. ; Perfect Air Control; Inc. Rusks 12. Ruskin Company. 13. Vent Products Company, q1n,14. Ward Industries; Inc.; a di rt R Cod?B. Type: Static: rated and labe ang to UL 55 by RTL. C. Closing rating in du h wg static su class and ity 4000-fpm velocity. D. Fire Rating: 1-1/2 rs V O E. Frame: Curtain type with blades rstream ept en located behind grille where blades may be inside airstream; fabrica�w r I- rm0.0 -thick galvanized steel; with mitered and interlocking corners. `� F. Mounting Sleeve: Factory- ized sheet steel. I. Minimum Thickness: 0.052 ornch thick, as indicated, and of length to suit application. 2. Exception: Omit sleeve here damper -frame width permits direct attachment of perimeter mounting angles on of wall or Floor; thickness of damper frame must comply with sleeve requirements. ` G. Mounting Orientati Ve cal or horizontal as indicated. H. Blades: Roll -formed, interlocking, 0.034-inch-thick, galvanized sheet steel. In place of interlocking blades, use full-length, 0.034-inch-thick, galvanized -steel blade connectors. I. Horizontal Dampers: Include blade lock and stainless -steel closure spring. J. Heat -Responsive Device: Replaceable, 165 deg F rated, fusible links. Kessler Mountain Regional Park, Phase 11 233300-5 19T21090 2.6 SMOKE DAMPERS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: I. Air Balance Inc.; a division of Mestek, Inc. 2. Cesco Products: a division of Mestek. Inc. 3. Greenheck Fan Corporation. 4. Nailor Industries Inc. 5. PHL, Inc. 6. Ruskin Company. B. General Requirements: Label according to UL 555S by an NRTL. C. Smoke Detector: Integral; factory wired for single -point connection. D. Frame: Multiple -blade type; fabricated with roll -formed, 0.034-inch thick galvanized steel; with mitered and interlocking corners. E. Blades: Roll -formed, horizontal, interlock' 0. 4-i ch thick, galvanized sheet s eellace of interlocking blades, use full-length, 0.034-inc anize eel blade connectors✓ F. Leakage: Class I. G. Rated pressure and velocity to es ee e t airfloy&&A/\V H. Mounting Sleeve: Facto stalleV 0.052-in hi galvanize s ei�teel; length to suit wall application with factoWu ish silicone///cal ��� 1. Damper Motors: o- � action. J. Comply with NEM ignation. p azure r factor, enclosure type, and efficiency requirements for motors specifC�y vision23 .ectio "Common Motor Requirements for HVAC Equipment." v I. Motor Sizes: Minim size as Ad'c�rd. E not indicated, large enough so driven load will not require motor to opera a in se a L nge above I.O. 2. Controllers, Electrical Devic tiling: Comply with requirements for electrical devices and connections specified in Divisio ections. J. Permanent -Split -Capacitor r Sha ed-Pole Motors: With oil -immersed and sealed gear trains. 4. Spring -Return Motwith an integral spiral -spring mechanism where indicated. Enclose entire spring 6eEng �i removable housing designed for service or adjustments. Size for running torql 0 in. x Ibf and breakaway torque rating of I50 in. s Ibf. 5. Electrical Co: 115 V, single phase, 60 Hz. K. Accessories: I. Momentary test switch, damper mounted. 2.7 FLANGE CONNECTORS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: Kessler Mountain Regional Park, Phase 11 233300-6 19T21090 2.8 2.9 Ductmate Industries, Inc. Nexus PDQ; Division of Shilco Holdings Inc. Ward Industries, Inc.; a division of Hart & Cooley, Inc. B. Description: Add -on or roll -formed, factory -fabricated, slide -on transverse Flange connectors, gaskets, and components. C. Material: Galvanized steel. D. Gage and Shape: Match connecting ductwork. TURNING VANES Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: t. Ductmate Industries, Inc. 2 Duro Dyne Inc. ///+►►��- 3. METALAIR Inc. 4. SEMCO Incorporated. (A\ 5. Ward Industries, Inc.; a division of Ha' oley, Inc. B. Manufactured Turning Vanes forTabcate uc :Curved bla s of g vanized sh support with bars perpendicular to blades set; set iiF ers su' a� mounting v I. Acoustic Turning Va airfoil- apSuminum t 'o with perforated faces and fibrous -glass filb`� � C. Manufactured TuAE cvfor Nonm a t� Fabric e %iry blblades of resin -bonded fiberglass with acrylic polym g; supportp'u perpendic ades set; set into vane runners suitable for duct mounting. v �� �) D. General Requirements: Flexible'; Figures 2-3,' E. Vane Construction: F. Vane Construction: DUCT -MOUNTED A. Manufacturers: Sub. may be incorporated Construction Standards - Metal and "Vane Support in Elbows." 48 inches wide and double wall for larger dimensions. )mpliance with requirements, available manufacturers offering products that Work include, but are not limited to, the following: I. American Warming and Ventilating; a division of Mestek, Inc. 2. Cesco Products; a division of Mestek, Inc. 3. Ductmate Industries, Inc. 4. Flexmaster U.S.A., Inc. 5. Greenheck Fan Corporation. 6. McGill AirFlow LLC. 7. Nailor Industries Inc. 8. Pottorff; a division of PCI Industries, Inc. Kessler Mountain Regional Park, Phase 11 233300-7 19T21090 9. Ventfabrics, Inc. 10. Ward Industries, Inc.; a division of Hart R Cooley, Inc. Duct -Mounted Access Doors: Fabricate access panels according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible"; Figures 2-10, "Duct Access Doors and Panels," and 2-1 I, "Access Panels - Round Duct." Door: a. Double wall, rectangular. b. Galvanized sheet metal with insulation fill and thickness as indicated for duct pressure class. C. Vision panel. d. Hinges and Latches: I -by -I -inch butt or piano hinge and cam latches. e. Fabricate doors airtight and suitable for duct pressure class. 2. Frame: Galvanized sheet steel, with bend -over tabs and foam gaskets. 3. Number of Hinges and Locks: ///... a. Access Doors Less Than 12 Inc are No hinges and two sash lock . [ w b. Access Doors up to 18 Inches o hing nd two sash locks. _J C. Access Doors up to 24 by 48 Inc hree hinge compressi d. Access Doors Larger T 1�4 Inches: Four ges and two c ess n latches with outside and inside h INJ 2.10 DUCT ACCESS PANEL A MBL S ♦ v A. Manufacturers: Su ' i� ance with a tire ents, avai N>acturers offering products that may be incorporaV11ndus ork includ a not limited th following: I. Ductmate , Inc. O 2 Flame Gard, Inc. O 3. 3M. B. Labeled according to UL I 'It by an NRICL C. Panel and Frame: Minimum thickn ch carbon steel. D. Fasteners: Carbon steel. Panel lakeners all not penetrate duct wall. E. Gasket: Comply, w(a. Pr se -tight, high -temperature ceramic fiber, rated for minimum 2000 deg F. F. Minimum Pressure 10-inch wg, positive or negative. 2.11 FLEXIBLE CONNECTORS A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: Ductmate Industries, Inc. 2. Onto Dyne Inc. Kessler Mountain Regional Park, Phase If 233300-8 19T21090 3. Ventfabrics, Inc. 4. Ward Industries, Inc.; a division of flan R Cooley, Inc. B. Materials: Flame-retardant or noncombustible fabrics. C. Coatings and Adhesives: Comply with UL 181, Class I. D. Metal -Edged Connectors: Factory fabricated with a fabric strip 3-1/2 inches wide attached to 2 strips of 2-3/4-inch-wide; 0.028-inch- thick, galvanized sheet steel or 0.032-inch-thick aluminum sheets. Provide metal compatible with connected ducts. E. Indoor System; Flexible Connector Fabric: Glass fabric double coated with neoprene. I. Minimum Weight: 26 oz./sq. yd. 2. Tensile Strength: 480 Ibf/inch in the warp and 360 Ibf/inch in the filling. 3. Service Temperature: Minus 40 to plus 200 deg F. F. Outdoor System; Flexible Connector Fabric: Gl�ric double coated with weatherproof, synthetic rubber resistant to UV rays and ozone. I. Minimum Weight: 24 oz./sq. yd. 2. Minimum Tensile Strength: 500 Ibf/inc a warp and4 l nch in the j in J. Service Temperature: Minus 5t�250 deg F. r` o\'`, G. Thrust Limits: Combination coil pr g3itd�elastot At t ith sprin$ae' 'Yin compression, and with a load stop. Include rod and an e ' on bracket rr thing to fanand duct. I. Frame: Steel, fabr' ate or connecti waded rod n w for a maximum of 30 degrees ofVAddinal ignment rt utut finding or c olation efficiency. 2. Outdoor Ster: Not Ies80 percent of t co pressed height of the spring at rated load. 3. Minimum ravel:0 p cent of t eflection at rated load. 4. Lateral Stiffness: More n cent of d ve 'cal stiffness. 5. Overload Capacity up 0 erc t of d ad, fully compressed, without deformation or failure. 6. Elastomeric Element olded; oil4 s tan bber or neoprene. 7. Coil Spring: Factory et and a le for a maximum of 1/4-inch movement at start and stop. �"" 2.12 FLEXIBLE DUCTS A. Manufacturers: SuCto Sance with requirements, available manufacturers offering products that may be incorporateWork include, but are not limited to, the following]: I. Flexmaster U.S.A., Inc. 2. McGill AirFlow LLC. 3. Ward Industries, Inc.; a division of Hart R Cooley, Inc. B. Insulated, Flexible Duct: UL 181, Class I, black polymer film supported by helically wound, spring -steel wire; fibrous -glass insulation; polyethylene vapor -barrier film. 1. Pressure Rating: 4-inch wg positive and 0.5-inch wg negative. 2. Maximum Air Velocity: 4000 fpm. Kessler Mountain Regional Park, Phase 11 233300-9 19T21090 3. Temperature Range: Minus 20 to plus 175 deg F. 4. Insulation R-Value: Comply with ASHRAEAESNA 90.1-2004. C. Flexible Duct Connectors: I. Clamps: Stainless -steel band with cadmium -plated hex screw to tighten band with a worm -gear action in sizes 3 through 18 inches, to suit duct size. 2. Non -Clamp Connectors: Adhesive. 2.13 DUCT ACCESSORY HARDWARE A. Instrument Test Holes: Cast iron or cast aluminum to suit duct material, including screw cap and gasket. Size to allow insertion of pitot tube and other testing instruments and of length to suit duct -insulation thickness. B. Adhesives: High strength, quick setting, neopre\en'e►e based, waterproof, and resistant to gasoline and grease. V PART 3 - EXECUTION P A� 11 INSTALLATION O ♦ � V ) A. Install duct accessories ac ording pplicable SMACI �AC/// Duct Construction Standards - Metal and F i le" r metal d is to NAI H 6, "Fibrous Glass Duct Construction Standards# fo`fib s-glass duc . B. Install duct a r' f�materials s oduct ma se galvanized -steel accessories in galvanized -steel an r s-glass du ss-steel ac sso s to stainless -steel ducts; and aluminum accessories in aluminu ducts. C. Install backdraft dampers le xhaust ns or ust ducts as close as possible to exhaust fan unless otherwise indicated. D. Install volume dampers at p iris o I e m; and exhaust systems where branches extend from larger ducts. Where dampers are in ducts having duct liner, install dampers with hat channels of same depth as liner, and terminate liner nosing at hat channel. I. Install steel volu steel ducts. 2. Install alutninu o\611m ers in aluminum ducts. E. Set dampers to fully en p ition before testing, adjusting, and balancing. F. Install test holes at fan inlets and outlets and elsewhere as indicated. G. Install fire dampers according to UL listing. H. Install duct access doors on sides of ducts to allow for inspecting; adjusting, and maintaining accessories and equipment at the following locations: I. On both sides of duct coils. 2. Upstream from duct filters. Kessler Mountain Regional Park, Phase 11 233300-10 19T21090 3. At outdoor -air intakes and mixed -air plenums. 4. At drain pans and seals. 5. Downstream from manual volume dampers, control dampers, backdraft dampers, and equipment. 6. Adjacent to and close enough to Fire dampers, to reset or reinstall fusible links. Access doors for access to fire dampers having fusible links shall be pressure relief access doors; and shall be outward operation for access doors installed upstream from dampers and inward operation for access doors installed downstream from dampers. 7. Control devices requiring inspection. 8. Elsewhere as indicated. Install access doors with swing against duct static pressure. Access Door Sizes: 1. One -Hand or Inspection Access: 8 by 5 inches. 2. Two -Hand Access: 12 by 6 inches. 3. Head and Hand Access: 18 by 10 inches. 4. Head and Shoulders Access: 21 by 14 inches. 5. Body Access: 25 by 14 inches. 6. Body plus Ladder Access: 25 by 17 inchbio K. Label access doors according to Division 23 Se" Identifica n VAC Pipit ipment" to indicate the purpose of access door. �� L. Install Flexible connectors to con ct u�tsit6equip M. For fans developing static p ures 5-inch wg , cover Fl x`t�^ a cbl rectors with loaded vinyl sheet held in place with#ne s s. ` 14 �� N. Connect terminal it W\ly ducts direct use FlexO}�e ducts to change directions. O. Connect diffusers to d s directly o ith aximu the of Flexible duct clamped or strapped in place. pp P. Connect Flexible ducts to v ith adh e Q. Install duct test holes where r quired s balancing purposes. s R. Install thrust limits at centerline of thru metrical on both sides of equipment. Attach thrust limits at centerline of thrust and adjust aximum of 1/4-inch movement during start and stop of fans. 3.2 FIELD QUALITY ®R\A. Tests and Inspectio I. Operate dampers to verify full range of movement. 2. Inspect locations of access doors and verify that purpose of access door can be performed. 3. Operate fire dampers to verify full range of movement and verify that proper heat -response device is installed. 4. Inspect tuming vanes for proper and secure installation. END OF SECTION Kessler Mountain Regional Park, Phase 11 233300-1 1 19T21090 Kessler Mountain Regional Park, Phase 11 233300-12 19T21090 SECTION 23 37 13 - DIFFUSERS, REGISTERS, AND GRILLES PARTI-GENERAL 1.1 SUMMARY A. Section Includes: 1.2 :a A. I. Round ceiling diffusers. 2. Rectangular and square ceiling diffusers. 3. Perforated diffusers. 4. Adjustable bar registers and grilles. 5. Fixed face registers and grilles. Related Sections: I. Division 08 Section "Louvers and or not they are connected to ducts. 2. Division 23 Section "Air Duct A dampers not integral to diflfus'^e_ SUBMITTALS * Product Data: For eachp of duct i I. Data Slice . aterials o including thr drop, star' 2. Diffuser, Regis r, and Gri I c model number, size, and cc o Samples: For each d0 txe and adjustable louvers and v e�fs�whether e� for fire a dampervme-control and grilles. V relic e the foIIo` n' g. V fc ion, finis �n�truing details: and performance data drop, and is aungs. h ule: I ca g designation, room location, quantity, s furnish for a NO, ory texture specified. PART2-PRODUCTS 2.1 DIFFUSERS ♦ �� A. Architectural Diffus ': Architectural square paTi 1 ceiling diffusers shall be of the sizes and mounting types shown on the plans and outlet schedule. The diffuser shall have a heavy gauge aluminum face panel that captures a secondary heavy gauge aluminum panel. The diffuser is entirely aluminum and will perform in MR[ applications. The face panel is removable by means of four hanger brackets. The exposed surface of the face panel shall be smooth, Flat, and free of visible fasteners. The face panel shall project '/< inch below the outside border of the diffuser backpan. Panels projecting more than '/< inch below the outside border are not acceptable. The back of the face panel shall have an aerodynamically shaped, rolled edge to ensure a tight horizontal discharge pattern. A single metal thickness on the edges of the face panel will not be accepted. Ceiling diffusers with a 24 x 24-inch full Kessler Mountain Regional Park, Phase 11 233713-1 19T21090 face shall have no less than an 18 x 18-inch face panel size. Ceiling diffusers with a 12 x 12-inch full face shall have no less than a 9 x 9-inch face panel size. The backpan shall be one piece precision die -stamped and shall include an integrally drawn inlet (welded - in inlets and corner joints are not acceptable). The diffuser backpan shall be constructed of aluminum. The diffuser neck shall have a minimum of I''/< -inch depth available for duct connection. The finish shall be #26 white. The finish shall be an anodic acrylic paint, baked at 315°F for 30 minutes. The pencil hardness must be HB to H. The paint must pass a 100-hour ASTM B 117 Corrosive Environments Salt Spray Test without creepage, blistering or deterioration of film. The paint must pass a 250-hour ASTM D870 Water Immersion Test. The paint must also pass the ASTM D2794 Reverse Impact Cracking Test with a 50-inch pound force applied. Optional round damper shall be constructed of heavy gauge steel. Damper must be operable from the face of the diffuser. Optional Directional Blow clips shall be available to restrict the discharge air in certain directions. Optional molded insulation blanket shall b ble The insulation will be R-6 feed, and provide an additional ]-inch gap around the n I insulated flex duct. The manufacturer shall provide pubf ormance data for a square pan us . The diffuser It - shall be tested in accordance with A RAE Standar 70-19 B. Turbofuser Panel Mounted 1=zzle D rs: �`, �v Turbofuser panel mounted oz diffusers sh.T14trIWsizes and ou ?rypes as shown on the plans and outlet schedule.0 NIA1 be of he= • tynstructioVWit, two, three or four nozzles. The diffuser will be c tr0.04 inch airraftiR nozzles and flimel Each nozzle shall hav'Mconcentric flection ' adjustable rings. Heavy duty pivot bars will maintain numerous deflectigr for rate 'r110 up to 30° in any direction. The finish shall be #26 whitish shal n anodic acrylic paint, baked at 315°F for 30 minutes. The pencil hardness must a HB to ht e Plint must pass a 100-hour ASTM B117 Corrosive Environments Salt Spray Tes witho p�, tstering or deterioration of film. The paint must pass a 250-hour ASTM D870 Water Im s e . The paint must also pass the ASTM D2794 Reverse Impact Cracking Test with a 50-inch p orce applied. The manufacturer shall pro ' ished performance data for the diffuser. The diffuser shall be tested in accordance with A((((NNS�17) E tandard 70-1991. 2.2 REGISTERS AND S A. Aluminum Grilles: Aluminum return grilles shall be of the sizes and mounting types shown on the plans and outlet schedule. The fixed deflection blades shall be available parallel to the long or short dimension of the grille. Construction shall be of extruded aluminum with a I'/, -inch wide border on all sides. Minimum border thickness shall be 0.040-0.050 inch. Sizes 24 x 24 inches and smaller shall be constructed using a roll - formed frame. Kessler Mountain Regional Park, Phase 11 233713-2 19T21090 Corners shall be welded with full penetration resistance welds. Sizes larger than 24 x 24 inches shall be constructed by using heavy aluminum extrusions and shall be interlocked at the four corners and mechanically staked to form a rigid frame. Screw holes shall be counter -sunk for a neat appearance. Deflection blades shall be contoured to a specifically designed and tested cross-section to meet published test performance data. Blades shall be firmly held in place by mullions from behind the grille and fixed in place by crimping or weldingg. Blade deflection angle shall be available at 35°. v Optional opposed blade volume damper shall be constructed of heavy gauge steel or aluminum. Damper must be operable from the face of the grille. The grille finish shall be #26 white. The finish shall be an anodic acrylic paint, baked at 315° F for 30 minutes. The pencil hardness must be HB to H. The paint must pass a 100-hour ASTM B 117 Corrosive Environments Salt Spray Test without creepage, blistering or deterioration of film. The paint must pass a 250-hour ASTM D870 Water Immersion Test. The paint must also pass the ASTM D2794 Reverse Impact Cracking Test with a 50-inch pound force applied. The manufacturer shall provide published performance data for the grille. The grille shall be tested in accordance with ANSI/ASHRAE Standard 70-1991 B. Eggcrate Grille: Return grilles shall be for the sizes an nAmg types as shown • the plans an t s edule. Return grilles must provide a free area o ast 0%. Outer b ders s all be cons u f heavy extruded aluminum with a thickness of inchale ve counter wholes for a neat appearance. Border width shall be 1' i hes on aln shall be in ck at the four comers and mechanically staked to form igid me. Choicee sizes of alb u grid: 'h x '/, x 'h inch; '/ x h x I inch, or I x l x l sh be available. \v\r Optional opposedVaSMe damper structed o ea gauge steel or aluminunm. Damper must be operable ace of the O The grille finish shall be #26 w finish s I be anodic acrylic paint, baked at 315°F for 30 minutes. The pencil hard s m H to . The ' must pass a 100-hour ASTM B 117 Corrosive Environments Salt Spray creepa° listen g or deterioration of film. The paint must pass a 250-hour ASTM D870 W r Immersion Te paint must also pass the ASTM D2794 Reverse Impact Cracking Test withwinch pya4d�j�����plied. The manufacturer shall provide publiNverfarmance data for the grille. The grille shall be tested in accordance with ANSI/ASHRAE Standar 70-1991. 2.3 SOURCE QUAL Verification of Perforiwig: Rate diffusers, registers, and grilles according to ASHRAE 70, "Method of Testing for Rating the Performance of Air Outlets and Inlets." PARTS - EXECUTION 3.1 INSTALLATION A. Install diffusers; registers, and grilles level and plumb. Kessler Mountain Regional Park, Phase 11 233713-3 19T21090 B. Ceiling -Mounted Outlets and Inlets: Drawings indicate general arrangement of ducts, fittings, and accessories. Air outlet and inlet locations have been indicated to achieve design requirements for air volume, noise criteria, airflow pattern, throw, and pressure drop. Make final locations where indicated, as much as practical. For units installed in lay -in ceiling panels, locate units in the center of panel. Where architectural features or other items conflict with installation, notify Architect for a determination of final location. C. Install diffusers, registers, and grilles with airtight connections to ducts and to allow service and maintenance of dampers, air extractors, and fire dampers. 3.2 ADJUSTING A. After installation, adjust diffusers, registers, and grilles to air patterns indicated, or as directed, before starting air balancing. Kessler Mountain Regional Park, Phase 11 233713-4 19T21090 SECTION 23 81 26 - SPLIT -SYSTEM AIR -CONDITIONERS PARTI- 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 split -system air-conditioning and heat -pump units consisting of separate evaporator -fan and compressor -condenser components. 1.3 ACTION SUBMITTALS � A. Product Data: For each type of product indic%4Lt clude rated es; operati c�enstics, and furnished specialties and accessories. nc performance data terms of ca tlet velocities; static pressures; sound power char cs, notor re�uire ents, a d electrical� tenstics. I. Note: Any manufacturer m s a or nto �sted in the ruction documents are used as a basis of design rence on @@@r manufa quipment meeting the performance and spe anon eau rements e a wable. B. Shop Drawings: In p1�g , evasions,Ze s etails, and c Rr�tts to other work. I. Detail equipn setnblies dimensio is, loads, required clearances, method of field assembly, compone Location ch field connection. 2. Wiring Diagrams: For p er, I, and co of w ng. 1.4 CLOSEOUT SUBMITTAL A. Operation and Maintenance Data: system air-conditioning units to include in emergency, operation, and maintenance manulls. 1.5 MAINTENANCE MAJ,�ftITTALS A. Furnish extra materik!hYmatch products installed and that are packaged with protective covering for storage and identified k7ftfflabels describing contents. I. Filters: Two set(s) for each air -handling unit. 1.6 QUALITY ASSURANCE 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. B. ASHRAEAESNA Compliance: Applicable requirements in ASHRAEAESNA 90.1. Kessler Mountain Regional Park, Phase 11 238126-1 19T21090 1.7 COORDINATION A. Coordinate sizes and locations of concrete bases with actual equipment provided. Cast anchor -bolt inserts into bases. Concrete, reinforcement, and formwork are specified in Section 033000 "Cast -in -Place Concrete." B. Coordinate sizes and locations of roof curbs, equipment supports; and roof penetrations with actual equipment provided. 1.8 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of split -system air-conditioning units that fail in materials or workmanship within specified warranty period. Warranty Period: a. For Compressor: y Five years from d&ua' stantial Completion. b. For Parts: Five ears from date I Completion. C. For Labor: One year from datel Co tion. PART2-PRODUCTS Q ♦ V 2.1 INDOOR UNITS (5 TONS 5 k OR LESS l 1► A. Floor -Mounted, Ev t ompone v- I. Cabinet: Ena I steel wit e panels fr t and ends in Manufacturer's standard color. a. Insulation: fiber d liner sed-cell elastomeric foam. b. Drain Pans: steel. w' nnection for drain; insulated. 2. Refrigerant Coil: Cop er tub anica11 bonded aluminum fins and thermal -expansion valve. Comply with ARI 20 3. Electric Coil: Helical, nickel-c resistance -wire heating elements; with refractory ceramic support bushings, auto__ma �*c-�reset thermal cutout, built-in magnetic contactors, manual -reset thermal cutout, abrf V ing device, and one-time fuses in terminal box for overcurrent protection. '' 4. Fan: Direct d , e, cee'ugal. 5. Fan Motors: a. Comply with NEMA designation, temperature rating, service factor, enclosure type, and efficiency requirements. b. Variable speed ECM motors. 6. Air Filtration Section: a. General Requirements for Air Filtration Section: Comply with NFPA 90A. Kessler Mountain Regional Park, Phase 11 238126-2 19T21090 11) a. b. C. d. gpercent slo t st two pla s t o ect condensate from cooling tl Piping s, coil he iTe s, return bends) and humidifiers, toward a ection. V to dr 'n pan from leaving face to comply with Ira f2�ches )deep. Single -wall, g�vani: Drain Connecu n: L with threaded nipple 1) Minimum CA Units withjstd coil. 4 2) Filter -Holding Frames: Arranged for Flat or angular orientation, with access doors on both sides of unit. Filters shall be removable from one side or lifted out from access plenum. b. Extended -Surface, Disposable Panel Filters: 1) Factory -fabricated, dry, extended -surface type. 2) Thickness: I inch (25 mm) 3) Mery according to ASHRAE 52.2: 8 4) Media: Fibrous material formed into deep -V-shaped pleats and held by self- supporting wire grid. 5) Media -Grid Frame: Nonflammable cardboard 6) Mounting Frames: Welded, galvanized steel, with gaskets and fasteners; suitable for bolting together into built-up filter banks. INDOOR UNITS (6 TONS (21 kW) OR MORE) Floor -Mounted, Evaporator -Fan Components: I. Cabinet: Enameled steel with remov on fr and ends in Manuf re standard color. a. Insulation: Faced, g er ct liner or clo ed cel elastotneric o AVA • v 2. Condensate Drain Pais: �` r Wpoint of pan and sized to prevent overflow. Terminate of pan. ction Size: NPS I (DN 25). shall have an intermediate drain pan to collect condensate from top iil: Cdbper tube, with mechanically bonded aluminum fins and thermal -expansion VZWARI206/ 1 10. Helical, nickel -chrome, resistance -wire heating elements support bushings, automatic -reset thermal cutout, built-in magnetic thermal cutout, airflow proving device, and one-time fuses in termi protection. 5. Fan: Direct drive, centrifugal. 6. Fan Motors: 3. 4. Refrigerant valve. Cora Electric Cc with refractory ceramic contactors; manual -reset nal box for overcurrent a. Comply with NEMA designation, temperature rating, service factor, enclosure type, and efficiency requirements. b. Multitapped, multispeed with internal thermal protection and permanent lubrication. Kessler Mountain Regional Park, Phase 11 238126-3 19T21090 23 2.4 A. 0 C. Enclosure Type: Totally enclosed, fan cooled. d. NEMA Premium (TM) efficient motors as defined in NEMA MG I. e. Controllers, Electrical Devices, and Wiring: Comply with requirements for electrical devices and connections specified in electrical Sections. f Mount unit -mounted disconnect switches on exterior of unit. Air Filtration Section: a. General Requirements for Air Filtration Section: 1) Comply with NFPA 90A. 2) Filter -Holding Frames: Arranged for Flat or angular orientation, with access doors on both sides of unit. Filters shall be removable from one side or lifted out from access plenum. b. Extended -Surface, Disposable Panel Filters: I) Factory -fabricated, dry, exu 2) Thickness: I inch (25 mm). 3) Mery according to ASH 4) Media: Fibrous materi supporting wire grid. 5) Media -Grid FratpRar 6) Mounting Fr W ed, bolting tog a 'n It-u nded-surtace type. i into V-shaped pleats aZi ay self- imabllegalvan cardbo ,}'�.� galvanize steel,���jjj,,,tth gaskets V s Hers; suitable for mfl&@ Z v OUTDOOR UNITS (5 aOT�kW) OR LE� Air -Cooled, Conti, icsZZeneenns����er Comd�o/a�fttS. I. Casing: Steel, Ftbished with ake`ennaame turer's standard color, with removable panels for access to cons holes f ater rainage, and mounting holes in base. Provide brass service valve tti d g ge ports o for of casing. 2. Compressor: Henn rc ed with ase eater and mounted on vibration isolation device. Compressor motor II have th�t�tt current-sensitive overload devices, start capacitor, relay; and contactor. ` a. Compressor Type: Scrr b. Refrigerant Charge. -410 C. RefrigeranVwl per tube, with mechanically bonded aluminum fins subcooler.AR1206/I10. 3. Heat -Pump mpon ts: Reversing valve and low -temperature -air cutoff thermostat. 4. Fan: Aluminumiftpr4eller type, directly connected to motor. 5. Motor: Permanently lubricated, with integral thermal -overload protection. 6. Low Ambient Kit: Permits operation down to 0 degrees F 7. Mounting Base: Polyethylene. . /.T4161 .Y91:Z1 ty Control equipment and sequence of operation are specified on the drawings. Thermostat: Low voltage with subbase to control compressor and evaporator fan. and liquid Kessler Mountain Regional Park, Phase 111 238126-4 19T21090 C. Automatic -reset timer to prevent rapid cycling of compressor. D. Refrigerant Line Kits: Soft -annealed copper suction and liquid lines factory cleaned, dried, pressurized, and sealed: factory -insulated suction line with flared fittings at both ends. PART 3 - EXECUTION 3.1 INSTALLATION A. Install units level and plumb. B. Install evaporator -fan components using manufacturer's standard mounting devices securely fastened to building structure. C. Install horizontal air handlers with secondary drain pan under the entire unit with water alarm to disable unit if water is detected in the secondary drain pan.. D. Equipment Mounting: I. Install ground -mounted, compre pads. If additional pad space is concrete with welded wire mesei E. 3.2 A. B. C. 3.3 A. B. C. Install and connect precharged r('rig1v allow access to unit. � CONNECTIONS ` Piping installation re i ents are sufR piping, fittings, and see ialties. �/'�) Where piping is installed ent�nit. Duct Connections: Duct iit�tellatio`n re Drawings indicate the t;enerararran conditioning units with flexible duct Tcompo on existing cast lardconcrete b ds shall b ed with a t tast in place Rcement and chamf d edges. sing t 8c�\ quick -co Yattf"ngs. Install tubing to other Sect' ns. rawings indicate general arrangement of t space D ervice and maintenance of unit. e are specified in Section 233113 "Metal Ducts." ucts. Connect supply and return ducts to split -system air - FIELD QUALITY CONTt�� Manufacturer's Fie]Cem>bs, NEngage a factory -authorized service representative to inspect, test, and adjust components, and equipment installations, including connections. Perform tests and inspections. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect components, assemblies, and equipment installations, including connections. and to assist in testing. Tests and Inspections: I. Leak Test: After installation leaks exist. Kessler Mountain Regional Park, Phase If charge system and test for leaks. Repair leaks and retest until no 238126-5 19T21090 2. Operational "rest: After electrical circuitry has been energized, start units to confirm proper motor rotation and unit operation. 3. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. D. Remove and replace malfunctioning units and retest as specified above. E. Prepare test and inspection reports. 3A STARTUP SERVICE A. Perform startup service. Complete installation and startup checks according to manufacturer's written instructions. 3.5 DEMONSTRATION A. Train Owner's maintenance personnel to ad' te, d maintain units. B. Provide Owner with complete set of ManufPmentat aintenanc erasion m mall installed equipment as part of the project close u on. Z • OF SEC ik, z G � O ,Q G� Kessler Mountain Regional Park, Phase If 238126-6 19T21090 PART[ -GENERAL 1.1 SUMMARY A. Section Includes: 1.2 A. SECTION 23 82 39- UNIT HEATERS Wall and ceiling heaters with propeller fans and electric -resistance heating coils. SUBMITTALS Product Data: Include rated capacities, operat for each product indicated. B. Shop Drawings: Detail equipment clearances, method of field assembly, i furnished specialties, and accessories ndica mensions, weightsads!required location of each fie c eRion. I. Plans, elevations. sections. tail 2. Location and size of each • el coi ti ction. ♦ paccc 3. Equipment schedule o inclu ed capaci ' h��d speci e nssories. C. Field quality -control te* a rts. q ry �. � D. Operation and ma a ta. D� v O 1.3' QUALITY ASSURANCE !sD:Listed A. Electrical Components, d Acc and labeled as defined in NFPA 70, Article 100, by a testing ag cy accepta�lorities havin_ jurisdiction, and marked for intended use.B. ASHRAE Compliance: Applic le r e!6au nts in ASHRAE 62.1-2004, Section 5 - "Systems and Equipment" and Section 7 - "C ns uction and Startup." C. ASHRAEAESNA 90. 10� p nce: Applicable requirements in ASHRAEAESNA 90.1-2004, Section 6 - "Heating enti t g, and Air PART PART2-PRODUCTS 2.1 PROPELLER UNIT HEATERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: Airtherm; a Mestek Company. Kessler Mountain Regional Park, Phase 11 238239-1 19T21090 2. Engineered Air Ltd. 3. McQuay International. 4. Rosemex Products. 5. Ruffneck Heaters; a division of Lexa Corporation. 6. Merkel. 7. Trane. B. Description: An assembly including casing, coil, fan, and motor in horizontal discharge configuration with adjustable discharge louvers. C. Comply with UL 2021. D. Cabinet: Removable panels for maintenance access to controls. E. Cabinet Finish: Manufacturers standard baked enamel applied to factory -assembled and -tested propeller unit heater before shipping. F. Airstream Surfaces: Surfaces in contact with the airstream shall comply with requirements in ASHRAE 62.1-2004. /�— G. Discharge Louver: Adjustable fin diffuser fo units conical diffuser for v�al lis. iiiiiii` H. Electric -Resistance Heating Elements ecchromium heating ire, free from sio noise and 60- Hz hum, embedded in magnesiu fractory and aled t steel or c n-resistant metallic sheath with fins no closer than J6hcQlemenLftftJM*e enclosed al box. Fin surface temperature shall not exceed 55 )dMany pointn n rmal operas I. Circuit Protectiog: ne a fuses in nkAox for ov cu protection and limit controls for high-tem t ction of he$t 2. WiringTeVialuminum s. Stainless-st V osion-resis[erial. I. Fan: Propeller typeel i`,rectly \ottoroorr shaft in the fan venturi. J. Fan Motors: Comply w' eqnts n"" Divis n Section "Common Motor Requirements for HVAC Equipment." I. Motor Type: Perman tly 11 ����••/// K. Control Devices: Unit mounted the L. Capacities and Character�t& o Schedule on Drawings. PART 3 - EXECUTION ( jN 1/ 3.1 INSTALLATION A. Install unit heaters to comply with NFPA 90A. B. Suspend cabinet unit heaters from structure with elastomeric hangers. Vibration isolators are specified in Division 23 Section "Vibration and Seismic Controls for HVAC Piping and Equipment." Kessler Mountain Regional Park, Phase 11 238239-2 19T21090 C. Suspend propeller unit heaters from structure with all -thread hanger rods and spring hangers. Hanger rods and attachments to structure are specified in Division 23 Section "Hangers and Supports for HVAC Piping and Equipment." Vibration hangers are specified in Division 23 Section "Vibration and Seismic Controls for HVAC Piping and Equipment." D. Install wall -mounting thermostats and switch controls in electrical outlet boxes at heights to match lighting controls. Verify location of thermostats and other exposed control sensors with Drawings and room details before installation. E. Unless otherwise indicated, install union and gate or ball valve on supply -water connection and union and calibrated balancing valve on return -water connection of unit heater. Install new filters in each unit within two weeks of Substantial Completion. G. Piping installation requirements are specified in other Division 23 Sections.' Drawings indicate general arrangement of piping, fittings, and specialties. H. Connect piping to cabinet unit heater's factory, hot-water piping package shipped loose. I. Comply with safety requirements in UL 100G J. Ground equipment according to K. Connect wiring according to Vvi Cables." 3.2 FIELDQUALITY ' A. Perform the follows i tests and Install the piping package if coon "Grounding d Bonding Sectigs� age Elect MS and prepa to reports: Nic Systems. Conductors and I. Operational Test: After Nircuitry H bee energized, start units to confirm proper motor rotation and unit o 0 2. Operate electric he i nts thr each stage to verify proper operation and electrical connections. •��� 3. Test and adjust contr s and`► s. Replace damaged and malfunctioning controls and equipment. B. Remove and replace malfncti� Vits retest as specified above. END OF SECTION Kessler Mountain Regional Park, Phase 11 238239-3 19T21090 O'b0 P e��5 *�aQe�aoG,c� Pao This page was intentionally left blank. SECTION 260519 - LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PARTI-GENERAL 1.1 SECTION REQUIREMENTS A. Product Data: For each type of product. PART 2-PRODUCTS 2.1 A. 2.2 A. B. 2.3 A. PERFORMANCE REQUIREMENTS Comply with NFPA 70. CONDUCTORS AND CABLES Conductors and Conductor Im Type THW, Type THHN/THWN, Multiconductor Cable: Type AC, or metal -clad CONNECTORS AND SpbES Description: Fact�fab:cated c and class for app t io and sery PART 3-EXECUTION 3.1 A. B. C. D. WIRING METHODS Feeders and Branch Circuits: AWG and larger. witl MA WC 70/ICEA ;;9&158 for le W. �► JNEMA,W 0/IC A 5-95-658ffdd armored cable, with 3�tt tLd r . �wv// splices o si707>11n'4pacity rating, material, type, d. O for No. 10 AWG and smaller: stranded for No. 8 Service Entrance: Typ; HWN, single conductors in raceway, or Type XHHW, single conductors in racewa Exposed Feeders; an w Circuits, and Class I Control Circuits, Including in Crawlspaces: Type THHN/THWN; single conductors in raceway. Feeders and Branch Circuits Concealed in Ceilings; Walls, Partitions, and Crawlspaces: Type THHN/THWN, single conductors in raceway. E. Feeders and Branch Circuits Concealed in Concrete; below Slabs -on -Grade, and Underground: Type THHN/THWN, single conductors in raceway. Kessler Mountain Regional Park; Phase 11 260519-1 19T21090 3.2 INSTALLATION OF CONDUCTORS AND CABLES A. Complete raceway installation between conductor and cable termination points according to Section 260533 "Raceways and Boxes for Electrical Systems" prior to pulling conductors and cables. B. Support cables according to Section 260529 "Hangers and Supports for Electrical Systems." C. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." D. Conceal cables in finished walls. ceilings, and floors unless otherwise indicated. Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible. E. Use pulling means, including fish tape, cable.ppe, and basket -weave wire/cable grips, that will not damage cables or raceway. Use manuf c r-approved pulling compoundlubricant where necessary. � /1 F. Tighten electrical connectors and tenni 'ts/according m ufac[urer �J)i�sried torque - tightening values. If manufactur 's a que values a e no indicated. Ise specified in UL 486A-486B. G. Make splices, terminatio and aps that �e L atible wi c ductor material. Install conductor at each outlet, i at least 6 me[ o k. H. Identify condu rs �ables a, • r �o Section 05 3 Identification for Electrical Systems." V O 3.3 FIELD QUALITY CONTR A. Contractor will perform tes4 'nsoecti.6ni After installing conductor n 131 and before electrical circuitry has been energized, test service entrance and fe r c iductors and conductors feeding all critical equipment and services for compliance wibTrequirements. 2. Perform each visual mechanical inspection and electrical test stated in NETA Acceptance TesRnCpeci cation. Certify compliance with test parameters. Cables will be considere efec 'v if iey do not pass tests and inspections. B. Test and Inspection eports: Prepare a written report showing procedures used, results complying with requirements, and corrective action taken to achieve compliance. END OF SECTION 260519 Kessler Mountain Regional Park. Phase 11 V 260519-2 19T21090 SECTION 260526 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PARTI-GENERAL I.I' SECTION REQUIREMENTS A. Submittals: Product Data for each type of product indicated. PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Electrical Components, Devices, and Accesso es: isted and labeled as defined in N� 70, by a qualified testing agency, and marked fore ed cation and application. B. Comply with UL 467 for grounding and o de L materials n e uipment. 2.2 GROUNDING MATERIALS O �+ A. Conductors: Solid for N•. A and smgal anded for 6 AWG and larger unless otherwise indicated. ` V I. Insulated u`: Coppe o f ied-coppe �o)cable insulated for 600 V unless otherwise req ed by appl, aabb code or a r es aving jurisdiction. 2. Bare, Solid -Copper Cogfltt L Compl with B 3. 3. Bare, Stranded -Copper on net rs�Coni ty/ h ASTM B 8. B. Bolted Connectors for CoIductors andtPipks:-qopper or copper alloy. C. Welded Connectors: Exothermic e1din 'kits of types recommended by kit manufacturer for materials being joined and instal latM nditions. D. Ground Rods: Copper org, e'�ectional type: 3/4 inch by 10 feet. PART 3 - EXECUTION G 1141 3.1 INSTALLATION A. Undereround Grounding Conductors: Install bare copper conductor, No. 2/0 AWG minimum. Bury at least 24 inches below grade. B. Pipe and Equipment Grounding —Conductor Terminations: Bolted. Kessler Mountain Regional Park, Phase 11 260526-1 19T21090 C. Underground Connections: Welded. D. Connections to Structural Steel: Bolted. E. Install grounding conductors routed along shortest and straightest paths possible unless otherwise indicated or required by code. Avoid obstructing access or placing conductors where they may be subjected to strain, impact, or damage. F G H J. K. L. Install ground rods driven into _round until tops are 2 inches below final grade or 4 inches above finished Floor slab unless otherwise indicated. Protect ground rods passing through concrete floor with a double wrapping of pressure -sensitive insulating tape. Make connections without exposing steel or damaging coating if any. Install bonding straps and jumpers in locati s accessible for inspection and maintenance, except where routed through short lengths of � V. Bond straps directly to basic structure, tak�rl�tyc`[ee not to p"a ate any adjace a, so Grounding and Bonding for Pipin op T . 41- _0 I. Metal Water Service Piped Irbstall insucVper groundiRgQ��uctors; in conduit, front buildings ma servi equipmen o unding bu to am metal water service entrances to btildi g. .onnect gro!!}}� nductors o ai metal water service pipes using a bolt cl nnector or bubo ing a lug -pp rector to a pipe flange, using one of th u of the fl here a diet to main water fitting is installed, connect grouud g conduct n s e[ side offfitaI Bond metal grounding -conductor conduit or sleexe to condu r a each e v 2. Water Meter Piping: se ded-typ ondt g jumpers to electrically bypass water meters. Connect 0,6oe it a bolted corm r. Test completed groundingLysb specified, at service disconnect n where a maximum ground -resistance level is ing terminal, and at ground test wells. Measure ground resista ce noNFss than two full days after last trace of precipitation and without soil being n i t ed by any means other than natural drainage or seepage and without chemical eatmint or other artificial means of reducing natural ground resistance.obyfall-of-potential 2. Perform tes method according to IEEE 81. 3. Report meand resistances that exceed 10 ohms. 4. Excessive Ground Resistance: If resistance to ground exceeds specified values, notify Architect promptly and include recommendations to reduce ground resistance. END OF SECTION 260526 Kessler Mountain Regional Park; Phase 11 260526-2 19T21090 SECTION 260529 - HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PARTI-GENERAL 1.1 SECTION REQUIREMENTS A. Submittals: Product Data for steel and nonmetallic slotted support systems. PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS CON A. Delegated Design: Design supportsCo '" 1ple aceways, including ompr�hensive engineering anahsis by a qualified rofes�i7•❑p, y�l engineer st g •erforman re wr ments and design criteria indicated. �' � �� I. Design supports for multi le acewaN*qSa a of supp in mbined weight of supported systemsmnd its ents. Ths ength of�pp s are to be adequate in tension, shear and�ut force to res'imum loa caISu aced or imposed for this Project, with a�nr u structural fe actor of fide N ne the applied force. B. Comply with NFPZO) O 2.2 SUPPORT, ANCHOR ..G D — A HM T OMPONENTS A. Steel Slotted Support Syst 1 Comply th FMA-4, factory -fabricated components for field assembly. 14` B. Nonmetallic Slotted Support Sy i : Structural -grade, factor' -formed, glass -fiber -resin channels and angles with 9��h- diameter holes at a maximum of S inches o.c., in at least one surface. /� ` C. Raceway and Cablr Sup\rS: As described in NECA I and NECA 101. D. Conduit and Cable Support Devices: Steel and malleable -iron hangers, clamps; and associated fittings. E. Mounting, Anchoring, and Attachment Components: Powder -Actuated Fasteners: Threaded -steel stud, for use in hardened portland cement concrete, steel, or wood, with tension, shear, and pullout capacities appropriate for Supported loads and building materials where used. Kessler Mountain Regional Park, Phase 11 260529-1 19T21090 2. Mechanical -Expansion Anchors: Insert -wedge type, zinc -coated or stainless steel, for use in hardened portland cement concrete with tension; shear, and pullout capacities appropriate for supported loads and building materials where used. 3. Concrete Inserts: Steel or malleable -iron. slotted support system units similar to MSS Type 18; complying with MFMA-4 or MSS SP-58. 4. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for attached structural element. 5. Through Bolts: Structural type, hex head; and high strength. Comply with ASTM A 325. 6. Toggle Bolts: All -steel springhead type. 7. Hanger Rods: Threaded steel. PART 3-EXECUTION 3.1 SUPPORT INSTALLATION C,� A. Comply with NECA I and NECA 101 f �Ia n requirements except as 9e in this Article. �✓ B. Separate dissimilar metals and me I p ducts from cith ct '[h wood or itious materials by painting each metal surf n are of coptaca bitumi❑ u c r ting or by other permanent separation. ` C. Raceway Support Me`ho addition to may be supported b o\n through str lik D. Multiple Raceway o ables: li 1 of channel. E. Strength of Support As bli��I�Vhere will be adequate to ca pr s8ht and Minimum static design I ad use f s components plus 200 lb.. l J z I, EMT, IMC and RMC in NFPA 70. fabricated with steel slotted ind'i a `elect sizes of components so strength Nstatic loads within specified loading limits. determination shall be weight of supported F. Mounting and Anchorage of Surfacle gounted Equipment and Components: Anchor and fasten electrical items and theirrrpIrts to building structural elements by the following methods unless otherwise indica4e�y co j: I. To Wood: ten %Avitli�la►g screws or through bolts. 2. To New Con telBolt to concrete inserts. 3. To Masonry: Approved toggle -type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. 4. To Existing Concrete: Expansion anchor fasteners. 5. To Steel: Spring -tension clamps. 6. To Light Steel: Sheet metal screws. 7. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount on slotted - channel racks attached to substrate. Kessler Mountain Regional Park, Phase 11 260529-2 19T21090 G. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars. 3.2 CONCRETE BASES A. Construct concrete bases of dimensions indicated. but not less than 4 inches larger in both directions than supported unit, so anchors will be a minimum of 10 bolt diameters from edge of the base. B. Anchor equipment to concrete base. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams; instructions, and directions furnished with items to be embedded. Install anchor bolts to elevations required for proper attachment to supported equipment. Install anchor bolts according to anchor -bolt manufacturer's written instructions. END OF S 60529 - P � O P •� O� G� Kessler Mountain Regional Park, Phase If 260529-3 19T21090 SECTION 260533 - RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PARTI- GENERAL I.l SECTION REQUIREMENTS A. Submittals: Product Data and Shop Drawings for custom enclosures and cabinets. B. Seismic qualification certificates for enclosures, cabinets, conduit racks, and mounting provisions. PART 2 - PRODUCTS N,/� 2.1 METAL CONDUITS, TUBING, AND FI V G A. Listing and Labeling: Metal conduits, tubnd fittings listed an l�Was defined in NFPA 70, by a qualified testing ge c . and marked for i ended Iota;' ad application. B. Galvanized Rigid Conduit: Cow 1" wt ANSI 8iltniL64di g ` PY C. Intermediate Metal Cond i - 1IMClop ompl i A SI C80.6 a 242. \ � D. Electrical Metalli E. Flexible Metal Coni�}t r(FMC): eTmp(: F. Liquidtight Flexible Me I C Jul with UL 360. G. Raceway Fittings: Specific Ily de�fqi ith ANSI C87UL 797. U i c-c�atejd steel or aluminum. FI 'b steel conduit with PVC jacket, complying type used in Project. 2.2 NONMETALLIC CONDUIT TUBING. AND FITTINGS A. Listing and Labelin �N'd.�tal ' conduits, tubing, and fittings shall be listed and labeled as defined in NFPA 0, b_ a`4qualified testing agency, and marked for intended location and application. B. Electrical Nonmetalic Tubing: Comply, with NEMA TC 13 and UL 1653. C. Rigid Nonmetallic Conduit (RNC): Type EPC-40-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated. D. Raceway Fittings: Specifically designed for raceway type used in Project. Kessler Mountain Regional Park, Phase 11 260533-1 19T21090 2.3 BOXES, ENCLOSURES, AND CABINETS A. Sheet Metal Outlet and Device Boxes: Comply with NEMA OS I and UL 514A. B. Cast -Metal Outlet and Device Boxes: Comply with NEMA FB I, ferrous alloy, Type FD, with gasketed cover. 2.4 HANDHOLES AND BOXES FOR EXTERIOR UNDERGROUND WIRING A. Polymer -Concrete Handholes and Boxes with Polymer -Concrete Cover: Molded of sand and aggregate, bound together with polymer resin, and reinforced with steel, fiberglass, or a combination of the two. I. Standard: Comply with SCTE 77. 2. Configuration: Designed for Flush burial with open bottom unless otherwise indicated. 3. Cover: Weatherproof. secured by tampee'esistant locking devices and having structural - load rating consistent with enclosure a Z1 I ap�hole location. //////►►►►►► 4. Cover Finish: Nonskid finish shall a� mi tmum coefficient of fricti01 WD 5. Cover Legend: Molded lettering, O' V PART 3 -EXECUTION 3.1 INSTALLATION*16 V A. Outdoor Racew ph - lions: I. Exposed or Concealed: IM O 2. Underground, Single R J. Connection to Vi��jjating ip en LFM . 4. Boxes and Enclosii es e Ilic. N A,250, Type 311 or Type 4. B. Indoor Raceways Applications:+` I. Exposed or Concealed: MTv 2. Connection to Vib�at'at •equipment•. FMC; in wet or damp locations, use LFMC. 3. Damp or We[ Lot a�i��ns:C. 4. Boxes and E,clbs%u : ' e Ilic, NEMA 250, Type L unless otherwise indicated. C. Conceal raceways '31idgdbles, unless otherwise indicated, within finished walls, ceilings, and Floors. D. Install raceways and cables at least 6 inches away from parallel runs of Flues and steam or hot- water pipes. Locate horizontal raceway runs above water and steam piping. E. Install raceways embedded in slabs in middle third of slab thickness where practical, and leave at least I -inch- thick concrete cover. Kessler Mountain Regional Park, Phase If 260533-2 19T21090 I. Secure raceways to reinforcing rods to prevent sagging or shifting during concrete placement. 2. Space raceways laterally to prevent voids in concrete. 3. Install conduit larger than ]-inch trade size, parallel to or at right angles to main reinforcement. Where conduit is at right angles to reinforcement, place conduit close to slab support. 4. Transition from nonmetallic tubing to Schedule 80 nonmetallic conduit, rigid steel conduit; or IMC before rising above Floor. F. Raceways Embedded in Slabs: I. Run conduit larger than [-inch trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support. 2. Arrange raceways to cross building expansion joints at right angles with expansion fittings. G. Install pull wires in empty raceways. ��� H. Connect motors and equipment subject toDibrmaweon, noise s ission, or m e amyc ith a 72- inch maximum length of Flexible c� it � I. Install raceways and cables co C6, withiiu fi '�e walls; ceifn rid Floors unless otherwise indicated. A ` J. Install raceways and Sab �s a�jeast 6 inch rom par el walls, and steam or hot- water pipes. Locat ton`doYraceway r®un� abo a water ffipiping. K. Installation of Hang r ridd Suppo V O I. Comply with NECA n CA 101 , ins Ilation requirements, except as specified in this article. 2. Separate dissimila a Is rid *m oducts from contact with wood or cementitious materials by paintiA each m_ al u in area of contact with a bituminous coating or by other permanent separalI� n 3. Raceway Support Methods:Y ad ition to methods described in NECA I, EMT, IMC and RMC may be support d by penings through structure members, as permitted in NFPA 70. 4. Multiple Raceway les: Install on trapeze -type supports fabricated with steel slotted chanii 5. Strength o uppo Assemblies: Where not indicated, select sizes of components so strength will be equate to carry present and future static loads within specified loading limits. Minimum static design load used for strength determination shall be weight of supported components plus 200 lb. 6. Mounting and Anchorage of Surface -Mounted Equipment and Components: Anchor and fasten electrical items and their supports to building structural elements by the following methods, unless otherwise indicated or required by Code: a. To Wood: Fasten with lag screws or through bolts. b. To New Concrete: Bolt to concrete inserts. Kessler Mountain Regional Park, Phase 11 260533-3 19T21090 C. To Masonry: Approved toggle -type bolts on hollow masonry units and expansion anchor fasteners on solid masonry units. d. To Existing Concrete: Expansion anchor fasteners. e. To Steel: Spring -tension clamps. f. To Light Steel: Sheet metal screws. g. Items Mounted on Hollow Walls and Nonstructural Building Surfaces: Mount on slotted -channel racks attached to substrate. Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars. 3.2 SLEEVE AND SLEEVE -SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS A. Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies. Comply with requirements in Section 260544 "Sleeves and Sleeve Seals for Electrical Raceways and Cabling." ���� END OF SE'C OT ON 260533 - P � O G� Kessler Mountain Regional Park, Phase11 260533-4 19T21090 SECTION 260544 - SLEEVES AND SLEEVE SEALS FOR ELECTRICAL RACEWAYS AND CABLING PARTI- GENERAL 1.1 ACTION SUBMITTALS A. Product Data: For each type of product. PART 2-PRODUCTS 2.1 SLEEVES A. Wall Sleeves: 0. �✓ I. Steel Pipe Sleeves: ASTM A)),rical 553M Type E, ade B, Schedu 40, zinc coated. plain ends. �� 2. Cast -Iron Pipe Sleeves: Ca or'�va pe," equival n tb�ditctile-iron pressure pipe; with plain en and i�i�al water`p tl*n s othenvi in Ica ed. B. Sleeves for Rectan uha� en) gs: Galva X i~eet steel. J► ` 2.2 GROUT v V O A. Nonmetallic, Shrinla _-Res' tarout A 1107, factory -packaged, nonmetallic aggregate grout non co s'ry nstaining- ' 6 PART 3 - EXECUTION �` 3.1 SLEEVE AND SLEEVE INSTALLATION A. Concrete Slabs an Cistaleeves Jnstall sleeves for penetrations unless core -drilled holes or formed openings are used.l during erection of slabs and walls. B. Cut sleeves to length for mounting flush with both wall surfaces. C. Extend sleeves installed in floors 2 inches above finished floor level. D. Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and cable unless sleeve seal is to be installed. E. Seal space outside of sleeves with grout for penetrations of concrete and masonry and with approved joint compound for gypsum board assemblies. Kessler Mountain Regional Park, Phase 11 260544-1 19T21090 F. Interior Penetrations of Non -fire -rated Walls and Floors: Seal annular space between sleeve and cable using joint sealant appropriate for size, depth. and location of joint according to Section 079200 "Joint Sealants." G. Roof -Penetration Sleeves: Seal penetration of individual cables with flexible boot -type Flashing units applied in coordination with roofing work. FI. Aboveground Exterior -Wall Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Size sleeves to allow for I -inch annular clear space between pipe and sleeve for installing mechanical sleeve seals. Underground Exterior -Wall Penetrations: Install cast-iron "wall pipes" for sleeves. Size sleeves to allow for I -inch annular clear space between cable and sleeve for installing mechanical sleeve seals. Kessler Mountain Regional Park, Phase 11 260544-1 19T21090 SECTION 260923 - LIGHTING CONTROL DEVICES PARTI-GENERAL 1.1 SECTION REQUIREMENTS A. Submittals: Product Data. PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Electrical Components, Devices, and Accesso fie fisted and labeled as defined in NFPA 70; by a qualified testing agency, and marked for a ed cation and application. to 2.2 TIME SWITCHES P A. Electromechanical -Dial Time ""I ). Comp • it 917. I. Contact Configura 'or SPSI . 2. Contact Ratin �b Ilast load, 0 _ ac. �► 3. Circuitry: tl42Nnect ion of p o lectric rela as ubstitute for on -off function of a program. 4. Astrononucal fie dial. 5. Eight -Day Program: U 'q a ogram able • r each weekday and holiday. 6. Skip -a -day mode�� 7. Wound -spring re er over ec ' ham into keep time during power failures, minimum of 16 hours. • �► 2.3 OUTDOOR PHOTOELECTRICHES A. Solid state, with SPSb %tacts rated for 1800-VA tungsten or 1000-VA inductive. to operate connected re. y,\tat ator7coils, and microprocessor input; complying with UL 773A. I. Light -Level an ring Range: 1.5 to 10 fc, with an adjustment for turn -on and turn-off levels within that range. 2. Time Delay: 15-second minimum. 3. Surge Protection: Metal oxide varistor. 2.4 SWITCHBOX-MOUNTED OCCUPANCY SENSORS A. Automatic -wall -switch occupancy sensor, suitable for mounting in a single gang switchbox. I . Type: Dual technology (passive infrared and ultrasonic). Kessler Mountain Regional Park, Phase If 260923-1 19T21090 2. Voltage: 120/277 V. 3. Switch Rating: Not less than 800-VA 277 V, and 800-W incandescent. 4. Time Delay: Adjustable up to 30 minutes. 5. Field of View: 180 degrees. 6. Minimum Coverage Area: 1200 sq. ft.. 2.5 LIGHTING CONTACTORS fluorescent at 120 V. 1200-VA Fluorescent at A. Electrically operated and mechanically held, combination type with nonfused disconnect, complying with NEMA ICS 2 and UL 508. PART 3 - EXECUTION 3.1 INSTALLATION A. Install and aim sensors in locations Do not exceed coverage limits speci. B. Install field -mounting tra locations that do not have to ao ' 1 least 9 cent coverage o '5ia:9*iridicated. Ieed in anufacturers r' en instruction e uppressgr f li ghtmg coot old v es in Category A e-voltage rM tection. C. Label time switches a d c� yc�tors with aKuie ''�ignation D. Verify actuation eae\ sor and adj elays. 4ECTI 260 23 P •� G� Kessler Mountain Regional Park, Phase If V 260923-2 19T21090 SECTION 262200 - LOW -VOLTAGE TRANSFORMERS PART] -GENERAL 1.1 SECTION REQUIREMENTS A. Submittals: Product Data. PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Comply with NFPA 70, and list and label RPI, ng wUL 1561 �^10 2.2 DISTRIBUTION TRANSFOI�iy}�i� , _ A. Description: `V� - lz service. Electrical components, devices, aripckesZries to b I to nd labeledkiNdeTined in NFPA 70, by a qualified testing agent d rked for it Ten ocation a a p ication. B. Enclosure: Vent il "EMA 250. �` I. Core and coil shall bee G to ed wi[I rest cOompound, sealing out moisture and air. C. Taps: I: Transformers 7.5 to than 2 Transformers 7.5 to 24 k O e 5 percent tap above and one 5 percent tap below normal full capacity. 3. Transformers 25 k V A aA'd Larger: Two 25 percent taps above and two 2.5 percent taps below normal full 14 PART 3 - EXECUTION G 3.1 INSTALLATION bled units A. Fasten transformers securely in place, with provisions for thermal and structural movement. Install with concealed fasteners unless otherwise indicated. B. Separate dissimilar metals and metal products from contact with wood or cementitious materials by painting each metal surface in area of contact with a bituminous coating or by other permanent separation. Kessler Mountain Regional Park, Phase 11 262200-1 19T21090 C. Install wall -mounting transformers level and plumb with wall brackets fabricated by transformer manufacturer. D. Adjust transformer taps to provide optimum voltage conditions at secondary terminals. Optimum is defined as not exceeding nameplate voltage plus 10 percent and not being lower than nameplate voltage minus 3 percent at.maxinuun load conditions. END OF SECTION 262200 Kessler Mountain Regional Park, Phase 11 262200-2 19T21090 SECTION 262416 - PANELBOARDS PARTI- GENERAL 1.1 SECTION REQUIREMENTS A. Submittals: Product Data. PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Electrical Components, Devices, and Accesso e : isted and labeled as defined in NFPA 70, by a qualified testing agency, and marked for ' 11ed cation and application. B. Comply with NEMA PB I. ' f 2.2 GENERAL REQUIREMENT F u ELB ♦ < A. Enclosures: Surface mou t cabinets; NEMA 0 ype 1. B. Service EquipinQ f ttl eeationally .q g 'zed Testing abb. r ory (NRTL) labeled for use as service equipmen f r p elboards it or more t ce disconnecting and overcurrent protective devices. VVV C. Future Devices: Mound bra ke , b s 6nnec t nsfiller plates; and necessary appurtenances required for future insta evices.D. Panelboard Short -Circuit Curren md for series -connected system with integral or remote upstream overcurrent prot t e e ices and labeled by an NRTL. Include size and type m' of allowable upstream and branch es; listed and labeled for series -connected short-circuit rating by an NRTL. E. Panelboard Short-girwk( a Rating: Fully rated to interrupt symmetrical short-circuit current available of ttermmal . 2.3 DISTRIBUTION PANELBOARDS A. Panelboards: NEMA PB I, power and feeder distribution type. B. Doors: Secured with vault -type latch with tumbler lock; keyed alike. C. Mains: Circuit breaker. D. Branch Overcurrent Protective Devices: Plug-in circuit breakers. Kessler Mountain Regional Park, Phase If 262416-1 19T21090 2.4 LIGHTING AND APPLIANCE BRANCH -CIRCUIT PANELBOARDS A. Panelboards: NEMA PB I; power and feeder distribution type. B. Doors: Concealed hinges; secured with Flush latch with tumbler lock; keyed alike. C. Mains: Lugs only. D. Branch Overcurrent Protective Devices: Plug in circuit breakers. 2.5 DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES A. Molded -Case Circuit Breaker: Comply with UL 489, with to meet available fault currents. I. Application Listing: Appropriate for application; Type SWD for switching Fluorescent lighting loads; Type HID for feeding Fluorescent and high -intensity discharge (HID) lighting circuits. 2. Ground -Fault Circuit -Interrupter rcu Bre kers: Single- and two-po Ccr! 1 Prations with Class A ground -fault protectik0 trip). A ✓ PART 3 - EXECUTION O • �` _ 3.1 INSTALLATION • A. Receive, inspect as dI ore, and ins aIT a elboards anq aacce�essories according to NECA 407. V B. Comply with moun g and anc rin require a pe fled in Section 260548.16 "Seismic Controls for Electrical System . C. Mount top of trim 90 in a ab finishe or unless otherwise indicated. D. Arrange conductors into g ups; n e i>p with wire ties. E. Create a directory to indicate, ins I circuit loads and incorporating Owner's final room designations. Obtain ap. ro� bEfOre installing. `END OF SECTION 262416 Kessler Mountain Regional Park, Phase 11 V 262416-2 19TT21090 SECTION 262726 - WIRING DEVICES PARTI-GENERAL 1.1 SECTION REQUIREMENTS A. Submittals: Product Data. PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Electrical Components, Devices, and Accesso e • fisted and labeled as defined in NFPA 70, by a qualified testing agency, and marked figte ed ncation and application. B. Comply with NFPA 70. ' .( 2.2 COMMERCIAL -GRADE D I O A. Devices that are manuf. Fttr!el for use wi od lar plug-in�p ectors may be substituted under the followin cg 1, oo +. ` 7► 1. Connector hall omply wit �2 9 and sh iitaUe with stranding building wire. 2. Devices shal • mply with�quiremen ction. B. Device Color: I. Whine Devices C netted to No al wer Svstem: White unless otherwise indicated or required by NFP 70 or eVdce t g. C. Convenience Receptacles: NEMA DO NEMA WD 6, Configuration 5-20R, and UL 498. D. Duplex Ground-Fault*Ct r-" terrupter (GFCI) Convenience Receptacles: 125-V. 20-A, straight blade, no ged°fir ygI type. NEMA WD I, NEMA WD 6, UL 498, and UL 943, Class A. and inclu a indicat r light that is lighted when device is tripped. E. Tog_le Switches: NE A WD I and UL 20. Single -pole; 120/277 V, 20 A. 2.3 WALL PLATES A. Wall Plates, Finished Areas: Satin -finish stainless steel, fastened with metal screws having heads matching plate color. B. Wall Plates, Unfinished Areas: Galvanized steel with metal screws. Kessler Mountain Regional Park, Phase If 262726-1 19T21090 C. Wall Plates, Damp Locations: Cast aluminum with spring -loaded lift cover, and listed and labeled for use in wet locations. PART 3 - EXECUTION 3.1 INSTALLATION A. Comply with NECA I, including the mounting heights listed in that standard; unless otherwise noted. Do not use oversized or extra -deep plates. Repair wall finishes and remount outlet boxes when standard device plates do not fit Flush or do not cover rough wall opening. C. Install unshared neutral conductors on line and load side of dimmers. D. Mount devices flush, with long dimension ve is and grounding terminal of receptacles on top unless otherwise indicated. Group adjacen e� des rider single, multigang wal�gl�` O; �� TL`_I•/ END �TION 2+2"* V O .Q O P •� O� jN Kessler Mountain Regional Park, Phase 11 262726-2 19T21090 SECTION 262816 - ENCLOSED SWITCHES AND CIRCUIT BREAKERS PART] -GENERAL I.I SECTION REQUIREMENTS A. Submittals: Product Data. PART 2-PRODUCTS 2.1 PERFORMANCE REQUIRENTNTS A. Electrical Components, Devices, and Accesso e : fisted and labeled as defined in NFPA 70, by a qualified testing agency, and marked for ' e ed ocation and application. 2.2 FUSIBLE AND NONFUSIBLE S F ES P A. Nonfusible Switches, 600 A d rn er: U ♦8 an MA KS D. with lockable handle interlocked with c er in ed positio 2.3 ENCLOSURES A. NEMA AB I, NEN S I, NE and U to c mply with environmental conditions at installed location. /\ 2 T � R. � 1. Outdoor Location � � 50, �p�3 2. Kitchen Areas: N A 250, Type �" sstt mless steel. 3. Other Wet or Damp r� ndooCoti EMA 250, Type 4. 2.4 SUPPORT AND ANCHORAGI COMPONENTS A. Steel Slotted Supp�jterr C�mply with MFMA-4, factory -fabricated components for field assembly, and pro de fini suitable for the environment in which installed. 1. Channel Dimensions: Selected for structural loading. B. Raceway and Cable Supports: As described in NECA I. C. Conduit and Cable Support Devices: Steel and malleable -iron hangers, clamps, and fittings. D. Mounting, Anchoring, and Attachment Components: Powder -Actuated Fasteners: Threaded -steel stud. Kessler Mountain Regional Park. Phase 11 262816-1 191'21090 2. Mechanical -Expansion Anchors: Insert -wedge -type, zinc -coated steel, for use in hardened portland cement concrete. 3. Concrete Inserts: Steel or malleable -iron, slotted -support -system units similar to MSS Type 18: complying with MFMA-3 or MSS SP-58. 4. Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for attached structural element. 5. Through Bolts: Structural type, hex head, high strength; complying with ASTM A 325. G. Toggle Bolts: All -steel springhead type. 7. Hanger Rods: Threaded steel. 8. Bushings for Floor -Mounted Equipment Anchors: Neoprene units designed for seismically rated rigid equipment mountings and matched to type and size of anchor bolts and studs used. 9. Bushing Assemblies for Wall -Mounted Equipment Anchorage: Assemblies of neoprene elements and steel sleeves designed for seismically rated rigid equipment mountings and matched to type and size of attachment devices used. PART 3 - EXECUTION l /� 3.1 A. B. C. D. E. F. G. INSTALLATION 'v iInstall individual wall -mounted a and cireuitmbaVrs withotherwise indicated. Install electrical equipm nt allow maz un a ssible h ad heights that reduceibga`&LO tt re indicatedc� ^11 Install electrical eT� interference to other Install electrical equ slope. Install electrical equipment to and busways are clear of obstri Install required supl components as they Install fuses in H. Comply with NECA I. ti0orm height unless unless specific mounting the equipment with minimum piping and conduit installed at required kconnecting raceways, cables, wireways, cable trays, of the working and access space of other equipment. in cast -in -place concrete, masonry walls, and other structural Kessler Mountain Regional Park, Phase 11 V 262816-2 19T21090 3.2 FIELD QUALITY CONTROL A. Perform the following field tests and inspections; and prepare test reports: Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters. END OF SECTION 262816 � 0 Kessler Mountain Regional Park, Phase If 262816-3 19T21090 PARTI-GENERAL A. SECTION 265119 - LED INTERIOR LIGHTING RELATED DOCUMENTS Drawings and _eneral provisions of the Contract; including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A M 1.3 A. B. C. D. E. F. G. 1.4 A. Section Includes: Domi 1. Linearind 2. Linear industrial. 3. Strip light. 4. Surface mount, linear. 5. Luminairesuppot4rt. O, Related Requirements: I. Section 260923 "L' Ming •ntrol Dev' es f time switcheslio oe ctric relays, c u ao �j contactors P� ` 4 DEFINITIONS O CCT: Correlated color to e tu� O CRL Color Rendering Ind x. • Fixture: See "Luntinaire." w `vvv IP: International Protection nrress Protection Rating. - LED: Light-emittin o`d> Lumen: Measured iitttpu of lamp and luminaire, or both. Luminaire: Complete lighting unit, including lamp, reflector, and housing. ACTION SUBMITTALS Product Data: For each type of product. Arrange in order of luminaire designation. of lighting, including )le lighting relays and Kessler Mountain Regional Park, Phase 11 265119-1 19T21090 2. Include data on features, accessories, and finishes. 3. Include physical description and dimensions of luminaires. 4. Include emergency lighting units, including batteries and chargers. 5. Include life, output (lumens, CCT, and CRI), and energy -efficiency data. 6. Photometric data and adjustment factors based on laboratory tests. a. Manufacturers' Certified Data: Photometric data certified by manufacturer's laboratory with a current accreditation under the National Voluntary Laboratory Accreditation Program for Energy Efficient Lighting Products. b. Testing Agency Certified Data: For indicated luminaires. photometric data certified by a qualified independent testing agency. Photometric data for remaining luminaires shall be certified by manufacturer. B. Shop Drawings: For nonstandard or custom luminaires. I. Include plans, elevations, sections, and mounting and attachment details. 2. Include details of luminaire assemblieyssvindicate dimensions, weights, loads, required clearances, method of field assembly,[cct�riD.onents, and location and size o each field connection. 3. Include diagrams for power, signal, d c ntrol wingg C. Product Schedule: For luminaires I d 1 Ip . 1.5 INFORMATIONAL SUWITTA. ` A. Coordination Dra . R2k]c4ted ceilin Ian ) and othe email ,drawn to scale, on which the following items e h and coor� nh each ot'rti.psing input from installers of the items involved: � I. Luminaires. O B. Qualification Data: For to rn-ratory ro 'ding photometric data for luminaires. C. Product Certificates: For each o u t ry D. Product Test Reports: For each ty'o of luminaire, for tests performed by manufacturer and witnessed by a qualifie:;%gency. E. Sample warranty. 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For luminaires and lighting systems to include in operation and maintenance manuals. Provide a list of all lamp types used on Project use ANSI and manufacturers' codes. Kessler Mountain Regional Park, Phase 11 2651 19-2 19T21090 1.7 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. 1.8 QUALITY ASSURANCE A. Luminaire Photometric Data Testing Laboratory Qualifications: I. Luminaire manufacturer's laboratory that is accredited under the NVLAP for Energy Efficient Lighting Products. 2. Provided by an independent agency, with the experience and capability to conduct the testing indicated. that is an NRTL as defined by OSHA in 29 CFR 1910.7. accredited under the NVLAP for Energy Efficient Lighting Products; and complying with the applicable IES testing standards. B. Provide luminaires from a single manufac[urvfirich luminaire type. C. Each luminaire type shall be binned Th'ee-st acAdam Ellips �erSStire color consistency among luminaires. ' D'� • V 1.9 DELIVERY; STORAGE, AN o F ING ` A. Protect finishes of evo�rfaces by strippable, em oraiy protective covering g. before shippin` V OI.10 WARRANTY A. Warranty: Manufacture d ler agr a to,or replace components of luminaires that fail in materials or work at s�ithin sp led warranty period. B. Warranty Period: Five yeas) frogs d1_e'k9ubu stantial Completion. PART 2-PRODUCTS 2.1 UMINAIREREQIRE TUTS 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. B. Recessed luminaires shall comply with NEMA LE 4 C. FM Global Compliance: Luminaires for hazardous locations shall be listed and labeled for indicated class and division of hazard by FM Global. Kessler Mountain Regional Park, Phase 11 2651 19-3 19T21090 2.2 MATERIALS A. Metal Parts: I . Free of burrs and sharp comers and edges. 2. Sheet metal components shall be steel unless otherwise indicated. 3. Fomt and support to prevent warping and sagging. B. Steel: I. ASTM A36/A36M for carbon structural steel. 2. ASTM A568/A568M for sheet steel. C. Stainless Steel: I. Manufacturer's standard grade. 2. Manufacturer's standard type, ASTM A2 0/ D. Galvanized Steel: ASTM A653/A653M. E. Aluminum: ASTM B209. ' P O • 2.3 METAL FINISHES A. Variations in Fiinishesar acceptable in 1e an piece. Van�ti s in finishes of adjoining components are acc [ b l ey are wit in range of pp v8 Samples and if they can be and are assembl or led to ntinit trast. 2.4 LUMINAIRE SUPPORT O A. Comply with n tion 26 Hangers and Supports for Electrical Systems" for channel and angle iron upports anild I me Ilic channel and angle supports. B. Single -Stem Hangers: 1/2-inch s b g with swivel ball fittings and ceiling canopy. Finish same as luminaire. C. Wires: ASTM A641/A641�'s 3, soft temper, zinc -coated steel, 12 gage. D. Rod Hangers: 3/1 -inch iiimmum diameter, cadmium -plated, threaded steel rod. E. Hook Hangers: Integrated assembly matched to luminaire, line voltage, and equipment with threaded attachment, cord, and locking -type plug. Kessler Mountain Regional Park, Phase 11 2651 19-4 19T21090 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas; and conditions, with Installer present; for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. B. Examine roughing -in for luminaire to verify actual locations of luminaire and electrical connections before luminaire installation. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 TEMPORARY LIGHTING A. If approved by the Architect, use selected permanent luminaires for temporary lighting. When construction is sufficiently connplete, clean lug es used for temporary lightinprid install new lamps. 3.3 INSTALLATION P A. Comply with NECA I. O B. Install luminaires level, p , and square it ce' ings and wa u ess otherwise indicated. C. Install in i lamps D. Supports: O� I . Sized and rated f unn naig 2. Able to maintain I i osition e9cleani, anin P gd relarn . n 3. Provide support for uminaire BSI n L[ c�ttsing deflection of ceiling or wall. 4. Luminaire-nlounung devt�l apable of supporting a horizontal force of 100 percent of luminaire weight i ertical force of 400 percent of luminaire weight. 1W E. Flush -Mounted Luminaires: I . Secured to oudet SW 2 Attached to m+cell�structural members at four points equally spaced around c ircunnferencet2&lim inaire. 3. Trim ring flush with finished surface. Wall -Mounted Luminaires: I. Attached using through bolts and backing plates on either side of wall. 2. Do not attach luminaires directly to gypsum board. Kessler Mountain Regional Park, Phase 11 2651 19-5 19T21090 3.4 3.5 G. Suspended Luminaires: Ceiling Mount: a. Two 5/32-inch- diameter aircraft cable supports. 2. Pendants and Rods: Where longer than 48 inches; brace to limit swinging. 3. Do not use ceiling grid as support for pendant luminaires. Connect support wires or rods to building structure. H. Ceiling -Grid -Mounted Luminaires: I. Secure to any required outlet boa. 2. Secure luminaire to the luminaire opening using approved fasteners in a minimum of four locations, spaced near corners of luminaire. 3. Use approved devices and support components to connect luminaire to ceiling grid and building structure in a minimum of four oo� a\\uons, spaced near corners of lumiin�aire. I. Comply with requirements in Section 2G �Lo��-Voltage Electrical Power C 'its to ors and Cables" for wiring connections. S4 ito IDENTIFICATION oir A. Identify system compon ts, cablimtanNArnit mals.pnipith requirements for dentification specifies i lion 260553 " ea[ion for letems." FIELD QUALITti�Q;J OL A. Perform the following nests a e"Pon O t allin mi�. switches. and accessories and after I . Operational Test. r0 st , electrical circuitry h,♦s been ene� i d, t t units to confirm proper operation. 2. Test for Emergency Lighti upt power supply to demonstrate proper operation. Verify transfer from normal we to battery power and retransfer to normal. B. Luminaire will be considere d ective if it does not pass operation tests and inspections. C. Prepare test and in iorn rt . END OF SECTION 265119 Kessler Mountain Regional Park. Phase11 v 265119-6 19T21090 SECTION 265613 - LIGHTING POLES AND STANDARDS PART] -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: I. Poles and accessories for support of luminaires. 2. Luminaire-lowering devices. 1.3 DEFINITIONS A. EPA: Equivalent projected area. ' `7� �_✓ B. Luminaire: Complete luminair�O �` r` o, C. Pole: Luminaire-supporti structt7�r✓�includin e for lai e- ea ilVlumination. _ `� D. Standard: See "Pole. � 1.4 ACTION SUB A` V •VV A. Product Data: For each pol , Nsorv; a d lum'nairevsupporting and -lowering device; arranged as indicated. I. Include data on onstructiort� tail profiles; EPA; cable entrances: materials, dimensions; weight ated �sO � d, nd ultimate strength of individual components. 2. Include finishes for lighting es and luntinaire-supporting devices. 3. Anchor bolts. 4. Manufactured pole foun tions. B. Shop Drawings: ` I. Include plans e. tions, sections, and mounting and attachment details. 2. Include details of equipment assemblies. Indicate dimensions, weights, loads; required clearances, method of field assembly, components, and location and size of each field connection. 3. Detail fabrication and assembly of poles and pole accessories. 4. Foundation construction details, including material descriptions, dimensions, anchor bolts; support devices, and calculations; signed and sealed by a professional engineer licensed in the state of installation. 5. Anchor boll templates keyed to specific poles and certified by manufacturer. Kessler Mountain Regional Park; Phasell 265613-1 19T21090 6. Method and procedure of pole installation. Include manufacturer's written installations. C. Samples: For each exposed lighting pole, standard, and luminaire-supporting device and for each color and texture specified. 1.5 INFORMATIONAL SUBMITTALS A. Pole and Support Component Certificates: Signed by manufacturers of poles, certifying that products are designed for indicated load requirements according to AASHTO LTS-6-M and that load imposed by luminaire and attachments has been included in design. The certification shall be based on design calculations signed and sealed by a professional engineer. B. Material Test Reports: C. D. E. F. 1.6 A. I. For each foundation component, by a qualified testing agency. 2. For each pole, by a qualified testing agency. Source quality -control reports. (A w Field quality -control reports. Sample Warranty: Manufacturer's Z Pd warranty. P o,� Soil test reports ` T Operation and asten cc Data: o le CLOSEOUTSUBMI�s to inc de in emergency, operation, and maintenance man . O I. In addition to itemsn Sec�ts n 017 23 "Operation and Maintenance Data," include pole inspV_goo4iN) pair pcedu s. MAINTENANC Pole repair mate QUALITY ASS Testing Agency DELIVERY, ST ATM C 1093 for foundation testing. Package aluminum poles for shipping according to ASTM B660. Store poles on decay -resistant skids at least 12 inches above grade and vegetation. Support poles to prevent distortion and arrange to provide free air circulation. C. Retain factory -applied pole wrappings on metal poles until right before pole installation. Handle poles with web fabric straps. Kessler Mountain Regional Park, Phase 11 265613-2 19T21090 1.10 WARRANTY A. Special Warranty: Manufacturer agrees to repair or replace components of pole(s) that fail in materials or workmanship: that corrode: or that fade, stain, perforate, erode; or chalk due to effects of weather or solar radiation within a specified warranty period. Manufacturer may exclude lightning damage; hail damage, vandalism, abuse, or unauthorized repairs from special warranty period. I. Warranty Period: Five years from date of Substantial Completion. 2. Warranty Period for Corrosion Resistance: Five years from date of Substantial Completion. 3. Warranty Period for Color Retention: Five years from date of Substantial Completion. PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Delegated Design: Engage a qualified bda�f on I engineer, as defined in 466 014000 "Quality Requirements," to design pole fnand po a wer system.,/' B. Structural Characteristics: ComplyVvitASHTO LT -6-M • ft C. Dead Load: Weight of luminalt its horiz to and vertical su r s lowering devices, and supporting structure, apph d accogffng to AANTS-6-M.� D. Live Load: Single load 0 N f distribu e4daceording to LTS-6-M. E. Ice Load: Load o lb f sq. ft., app 'ed"70irding to A LTS-6-M for applicable areas on the Ice Load Map. F. Wind Load: Pressure ii:np pole nd It i ire, calculated and applied according to AASHTO LTS-6-M. G. Strength Analysis: For each pole u I' the actual EPA of luminaires and brackets b a factor Y of 1.1 to obtain the EPA to be use in pp�e selection strength analysis. H. Luminaire Attachment P vi ions: Comply with Iuminaire manufacturers' mounting requirements. Use ssttaii�nlgk.,ktee steners and mounting bolts unless otherwise indicated. 2.2 STEEL POLES A. Source Limitations: Obtain poles from single manufacturer or producer. B. Source Limitations: For poles, obtain each color, grade, finish, type, and variety of pole from single source with resources to provide products of consistent quality in appearance and physical properties. Kessler Mountain Regional Park, Phase 11 265613-3 19T21090 C. Poles: Comply with ASTM A500/A500M, Grade B carbon steel with a minimum yield of 46,000 psig; one-piece construction up to 40 feet in height with access handhole in pole wall. I. Shape: Square, straight. 2. Mounting Provisions: Butt flange for bolted mounting on foundation or breakaway support. D. Steel Mast Arms: Single -arm type, continuously welded to pole attachment plate. Material and finish same as plate. E. Fasteners: Stainless steel, size and type as determined by manufacturer. Corrosion -resistant items compatible with support components. I. Materials: Compatible with poles and standards as well as the substrates to which poles and standards are fastened and shall not cause galvanic action at contact points. 2. Anchor Bolts, Leveling Nuts, Bolt Caps, and Washers: Hot -dip galvanized after fabrication unless otherwise indicated. //►► F. Grounding and Bonding Lugs: Welded I 'i�tOl aded lug, complying withlrequire ents in Section 260526 "Grounding and Bonding ctrical S " listed for attaccEl rounding and bonding conductors of type an ize it�rd. and ace through h dh G. Steps: Fixed steel, with nonslien s I . For climbing positiflrts, ins at I5-inc vec I spacing ern mg on opposite sides of pole, oriented 480 e ees from ea io-thef; first ste s I e at an elevation 10 feet above finis���ll 10 2. For worki ti s, install s e opposite i�o pole, oriented 180 degrees from each other a Yh ame eleva �i H. Handhole: Oval shaped. wit in rI tt clear enin of 2-1/2 by 5 inches, with cover secured by stainless -steel captiv eta 011111�- 1. Intermediate Handhole a Cable u Neatherproof, 3-by-5-inch handhole located at midpoint of pole, with cover f ac m internal welded attachment lug for electric cable support grip. J. Cable Support Grip: Wir - type with rotating attachment eye, sized for diameter of cable and rated for a mininAn ad .ual to weight of supported load multiplied by a 5.0 safety factor. Qanall�ast K. Platform for LamServicing: Factory fabricated of steel, with finish matching that of pole. L. Prime -Coat Finish: Manufacturer's standard prime -coat finish ready for field painting. M. Galvanized Finish: After fabrication, hot -dip galvanize according to ASTM A 123/A 123M. Kessler Mountain Regional Park, Phase II y 265613-4 19T21090 N. Factory -Painted Finish: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" recommendations for applying and designating finishes. I. Surface Preparation: Clean surfaces according to SSPC-SP I to remove dirt, oil, grease, and other contaminants that could impair paint bond. Grind welds and polish surfaces to a smooth, even finish. Remove mill scale and rust, if present, from uncoated steel, according to SSPC-SP 5NACE No. 1 or SSPC-SP 8. 2. Interior Surfaces of Pole: One coat of bituminous paint, or otherwise treat for equal corrosion protection. 3. Exterior Surfaces: Manufacturer's standard finish consisting of one or more coats of printer and two finish coats of high gloss, high -build polyurethane enannel. a. Color: As selected from manufacturer's full range. O. Powder -Coat Finish: Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" recommendations for applying and designating finishes. I. Surface Preparation: Clean surfaces acZo dmi g to SSPC-SP I to remove dir oil, grease, and other contaminants that coulp wder coat bond. Grind %oat polish surfaces to a smooth, even finish. o e mill sca`led rust, if preset n uncoated steel. according to SSPC-SP ' A . I or SSPA 2. Powder Coat: Comply with A 2604. a. Electrostat ic-appl'erdy o der coatl& in le applica ii° an coved to a minimum 2.5- to 3.5-m Is d t ill thickn `s. o t interior ar"}d. e. terior of pole for equal corrosio r tec,on. b. Color s sel t from OW11 ctu er's full r C. C. 2.3 POLE ACCESSO ES ` O A. Base Covers: Manufacturers'Rtanar metal un , fin shed same as pole, and arranged to cover pole's mounting bolts a at 2.4 GENERAL FINISH REQ, REME�"IS-346 A. Protect mechanical finishes on noe'd surfaces from damage by applying a strippable, temporary protective covering kefore nipping. B. Appearance of Finished uceable variations in same piece are unacceptable. Variations in appearance of adjrfr i A co np nests are acceptable if they are within the range of approved Samples and are as[,emblEd or installed to minimize contrast. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. Kessler Mountain Regional Park, Phase If 265613-5 19T21090 B. Examine poles, luminaire-mounting devices, lowering devices; and pole accessories before installation. Components that are scratched, dented, marred, wet, moisture damaged, or visibly damaged are considered defective. C. Examine roughing -in for foundation and conduit to verify actual locations of installation. D. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 POLE FOUNDATION A. Concrete Pole Foundations: Cast in place, with anchor bolts to match pole -base flange. Structural steel complying with ASTM A36/A36NI and hot -dip galvanized according to ASTM A 123/A 123M; and with top -plate and mounting bolts to match pole -base Flange and strength required to support pole, luminaire, and accessories. Concrete, reinforcement, and formwork are specified in Section 033000 "Cast -in -Place Concrete." 3.3 POLE INSTALLATION bro A.Alignment: Align pole foundations and timum directional alignm iiilu?ninaires and their mounting provisions on pole. ''�•/ B. Clearances: Maintain the followi m Inium horizo,tal lances of p61e m surface and underground features unless oche" ii vt' i icated�pn a\v g. 1. Fire Hydrants and6ater, Pi�4g: 60 inclTs�`v�` Y 2. Water, Gas, El�ctrmunicatioa'r�e"wer Line t3. Trees: I5 fe r�runk. C. Concrete Pole Fou dat' ns: Set t— is accorifi chor-bolt templates furnished by pole manufacturer. ncrete ma 'al installa3l"ti�antnishing requirements are specified in Section 033000 "Cast-in-Plat�C Nte." D. Foundation -Mounted Polls h3buuti t pole tt leveling nuts and tighten top nuts to torque level according to pole manufao rer's wy�er� t ions. I . Use anchor bolts and nuts s ecte' to resist seismic forces defined for the application and approved by manufacturer. 2. Grout void between q) base and foundation. Use nonshrink or expanding concrete grout firs pacl?e fi ace. 3. Install base c rs u le s o ierwise indicated. 4. Use a short iLiece jf /2 -inch diameter pipe to make a drain hole through grout. Arrange to drain condRsaffon from interior of pole. E. Poles and Pole Foundations Set in Concrete -Paved Areas: Install poles with a minimum 6-inch- wide, unpaved gap between the pole or pole foundation and the edge of the adjacent concrete slab. Fill unpaved ring with pea gravel. Insert material to a level I inch below top of concrete slab. F. Raise and set pole using web fabric slings (not chain or cable) at locations indicated by manufacturer. Kessler Mountain Regional Park, Phase 11 265613-6 19T21090 3.4 CORROSION PREVENTION A. Aluminum: Do not use in contact with earth or concrete. When in direct contact with a dissimilar metal; protect aluminum using insulating fittings or treatment. B. Steel Conduits: Comply with requirements in Section 260533 "Raceways and Boxes for Electrical Systems." In concrete foundations; wrap conduit with 0.010-inch- thick, pipe - wrapping plastic tape applied with a 50-percent overlap. 3.5 GROUNDING A. Ground Metal Poles and Support Structures: Comply with requirements in Section 260526 "Grounding and Bonding for Electrical Systems." I . Install grounding electrode for each pole unless otherwise indicated. 2. Install grounding conductor pigtail in the base for connecting luminaire to grounding system. B. Ground Nonmetallic Poles and Sapp, tr ctures: Comply with to ,eInts in Section 260526 "Grounding and Bonding�fctncal S) t . I. Install grounding electrode Qr e }!pole. 2. Install groundingcondv a td,�c,nductoi%protA r. 3. Ground metallic componen pole acc ies nd founda .� 3.6 IDENTIFICATION` A. Identify system eom o�Buts, wiring; c J�dg`and term a�ls Comply with requirements for identification speci�ed�it is. -6 "� 'Identificat' n r Electrical Systems." 3.7 FIELD QUALITY CONTR PCI A. Special Inspections: En a uali�ed p pector to perform the following special inspections: 1. Inspect poles for nicks, ma cratches; and other damage. 2. System functie —on tests. • OF SECTION 265613 G� Kessler Mountain Regional Park, Phase 11 y 265613-7 19T21090 PART] -GENERAL a 1.3 A. B. C. D. E. F. X SECTION 265619 - LED EXTERIOR LIGHTING RELATED DOCUMENTS Drawings and =eneral provisions of the Contract; including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. SUMMARY Section Includes: I. Luminaire-mounted photoelectric relay 2. Luminaire types. lto A A 3. Materials. i 4. Finishes. ' \CP*4w 5. Luminaire support compon Is. Related Requirements: I . Section 260923 " 'oh ' g ontrol D COfor aut, time switche pbelectric relays, ,ccupancy sens contactor . 2. Section 26 3 ' ighting P le Standard 0 exterior lighten equipment v DEFINITIONS O 0 CCT: Correlated color tem eraturel� `Vv CRI: Color rendering index. Fixture: See "Luminaire.."i IP: International Prbtectioll'ir Ingress Protection Rating. Lumen: Measured Output of lamp and luminaire, or both. of lighting, including >le lighting relays and and standards used to support Luminaire: Complete lighting unit, including lamp, reflector, and housing. ACTION SUBMITTALS A. Product Data: For each type of luminaire. Kessler Mountain Regional Park, Phase It 265619-1 I9T21090 I. Arrange in order of luminaire desienation. 2. Include data on features, accessories, and finishes. 3. Include physical description and dimensions of luminaire. 4. Lamps. include life. output (lumens, CCT, and CRI). and energy -efficiency data. 5. Photometric data and adjustment factors based on laboratory tests, complying with [IES LM-80]. a. Manufacturer's Certified Data: Photometric data certified by manufacturer's laboratory with a current accreditation under the NVLAP for Energy Efficient Lighting Products. b. Testing Agency Certified Data: For indicated luminaires, pliotontetric data certified by a qualified independent testing agency. Photometric data for remaining luminaires shall be certified by manufacturer. 6. Wiring diagrams for power, control, and signal wiring. 7. Photoelectric relays. 8. Means of attaching luminaires to suppot� s and indication that the attachment is suitable for components involved. (�[V/'�l �+ B. Shop Drawings: For nonstandard or cust� um mires. I. Include plans, elevations, se lion and mountin and tachmen[ d 2. Include details of lumi ai �mblies. dndicaakeedimension �s, loads, required clearances, method of Meld entbly, dn'tro,01 ejits, and to ion nd size of each field connection. vg 3. Include diagrams r p wer, signal, n wiring ` ` S C. Samples: For etfh�`utlnire and fo>eh color an tur� indicated with factory -applied finish. V D. Product Schedule: For lumin Ress Vamps.[ esa e deesignations indicated on Drawings.] E. Delegated -Design Submiu�ai ports. '61. I. Include design calculation or mi ire supports. 1.5 INFORMATIONAL S: LS A. Coordination Drawl -Maas: aan , yawn to scale, on which the following items are shown and coordinated with a ch otli r, using input from installers of the items involved: I. Luminaires. 2. Structural members to which [equipment] [and] luminaires will be attached. 3. Underground utilities and structures. 4. Existing underground utilities and structures. 5. Above -grade utilities and structures. 6. Existing above -grade utilities and structures. 7. Building features. 8. Vertical and horizontal information. Kessler Mountain Regional Park. Phase 11 265619-2 19T21090 B. Qualification Data: For testing laboratory providing photometric data for luminaires. C. Product Certificates: For each type of the following: I. Luminaire. 2. Photoelectric relay. D. Product Test Reports: For each luminaire, for tests performed by [manufacturer and witnessed by a qualified testing agency]. E. Source quality -control reports. F. Sample warranty. 1.6 CLOSEOUT SUBMITTALS A. Operation and Maintenance Data: For lumtfiatye� [and photoelectric relays] to�jnclude in operation and maintenance manuals. �� 3 �r—j✓r, 1. Provide a list of all lamp type usednrioject. Use id manuf s"Eodes. 2. Provide a list of all photoel to dlay types used on P oject use nL4 ccturers' codes. V 1.7 QUALITY ASSURANC e A. Luminaire Photome ri°� W sting Lab [o Qualification 1. ' Luminaire nu acturers' la3n!y that is a dtite� under the NVLAP for Energy Efficient Lighng Product 2. Provided by an indepe de , th the xperience and capability to conduct the testing indicated Lat ' NT as de by OSHA in 29 CFR 1910.7, accredited under the NVLA 44Lf,, ,�y Effic' Lighting Products and complying with applicable IES testing standaarf B. Provide luminaires from a single ivturer for each luminaire type. C. Each luminaire type shall a inned within a three -step MacAdam Ellipse to ensure color consistency among lumi a`''es. D. Installer Qualifica ions: Aauthorized representative who is trained and approved by manufacturer. `� 1.8 DELIVERY, STORAGE, AND HANDLING A. Protect finishes of exposed surfaces by applying a strippable, temporary protective covering prior to shipping. Kessler Mountain Regional Park, Phase 11 V 265619-3 19T21090 1.9 FIELD CONDITIONS A. Verify existing and proposed utility structures prior to the start of work associated with luminaire installation. B. Mark locations of exterior luminaires for approval by Architect prior to the start of luminaire installation. 1.10 WARRANTY A. Warranty: Manufacturer and Installer agree to repair or replace components of luminaires that fail in materials or workmanship within specified warranty period. Failures include, but are not limited to, the following: a. Structural failures; including lumu ire support components. b. Faulty operation of luminaires a ssories. C. Deterioration of metals; n to mis es, and other materials btlonormal weathering. ��// 2. Warranty Period: [2] year(s) fro 4ate of Substantial ompletion.o,� PART2-PRODUCTS ` 2.1 PERFORMAN � MENTS 2.2 LUMINAIRE REQUIREME�'� A. Electrical Corn lees. onents. ; e . d Acc es:: Listed and labeled as defined in NFPA 70, by P 3. S , a qualified testing agency, nd marke or inte ded location and application. B. NRTL Compliance: Luminaires listed and labeled for indicated class and division of hazard by an NRTL. C. UL Compliance: Contpjy it i 1598[ and listed for wet location]. D. Lamp base compl ng wit ANSI C81.61] [or] [IEC 60061-1]. E. Bulb shape complying with ANSI C79.1. CRI of [minimum] [70]. CCT as scheduled. G. L70 lamp life of [50,000] hours. H. Internal driver. I. Nominal Operating Voltage: [277 V ac]. Kessler Mountain Regional Park, Phase 11 265619-4 19T21090 J. In -line Fusing: [Separate in -line fuse for each luminaire]. K. Lamp Rating: Lamp marked for [outdoor use]. L. Source Limitations: I . Obtain luminaires from single source from a single manufacturer. 2. For luminaires, obtain each color, grade, finish; type, and variety of luminaire from single source with resources to provide products of consistent quality in appearance and physical properties. 2.3 LUMINAIRE-MOUNTED PHOTOELECTRIC RELAYS A. Comply with UL 773 or UL 773A. B. Contact Relays: Factory mounted, single throww designed to fail in the on position, and factory set to turn light unit on at 1.5 to 3 fc and Yt 5 to 10 fc with 15-second minunum time delay.[Relay shall have directional le n o of photocell to preven� c pl light sources from causing false turnoff.] ✓ I. Relay with locking -type rec to e'hall ccomply with NSI C 136. 2. Adjustable window slid a 'u ing on-qff es points. 2.4 LUMINAIRE TYPE A. Area and Site: ` ap[Square]���I. Luminaire 2. Mounting: [r V e with [extltiN-alumiu m ngular] arm. B. Canopy: I. Shape: [Square] �` 2. Dimensions: [6 inchVs] [square]a 3. Housings: ` a. [Extruded -alum' amousirg and heat sink. b. [Clear] [•��' [painted] finish. 2.5 MATERIALS '\ A. Metal Parts: Free of burrs and sharp corners and edges. B. Sheet Metal Components: [Corrosion -resistant aluminum] . Form and support to prevent warping and sagging. C. Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under operating conditions, and designed to permit relamping without use of tools. Designed to prevent doors, frames, lenses, diffusers, and other components from falling accidentally during Kessler Mountain Regional Park, Phase 11 265619-5 19T21090 2.6 relamping and when secured in operating position. Doors shall be removable for cleaning or replacing lenses. D. Reflecting surfaces shall have minimum reflectance as follows unless otherwise indicated: I. White Surfaces: 85 percent. 2. Specular Surfaces: 83 percent. 3. Diffusing Specular Surfaces: 75 percent. E. Housings: I. Rigidly formed, weather- and light -tight enclosure that will not warp, sag, or deform in use. 2. Provide filter/breather for enclosed luminaires. F. Factory -Applied Labels: Comply with UL 1598. Include recommended lamps. Labels shall be located where they will be readily visible service personnel; but not seen from normal viewing angles when lamps are in place. (`(`�/l w I. Label shall include the following la'cHaracteristi a. "USE ONLY" and in u ecific/lamp type b. Lamp diameter, s a'p�p;^si a wattag4and.cbating. C. CCT and CRI forll maires. FINISHES A. Variations in Fin es`[iceabl a,ta Li in sai e��are unacceptable. Variations in appearance of adjoining comporill s re acce t36'ItQwwy are within the range of approved Samples and are assembled in li to mini ize c ntrast. B. Luininaire Finish: Man stand aunt applied to factory -assembled and -tested luminaire before shipping. Where iii eaK\d tch finish process and color of pole or support materials. l� C. Factory -Applied Finish for A urnit0hiLuminaires: Comply with NAAMM's "Metal Finishes Manual for Architectural lanal, Metal Products" for recommendations for applying and designating finishes.• I. Finish desi atio` refixed by AA comply with the system established by the Aluminum Sociation for designating aluminum finishes. 2. Natural Satin Finish: Provide fine, directional, medium satin polish (AA-M32); buff complying with AA-M20 requirements; and seal aluminum surfaces with clear, hard -coat wax. 3. Class I, Clear -Anodic Finish: AA-M32C22A41 (Mechanical Finish: Medium satin; Chemical Finish: Etched, medium matte: Anodic Coating: Architectural Class I, clear coating 0.018 min or thicker) complying with AAMA 611. 4. Class I, Color -Anodic Finish: AA-M32C22A42/A44 (Mechanical Finish: Medium satin; Chemical Finish: Etched, medium matte; Anodic Coating: Architectural Class 1, Kessler Mountain Regional Park, Phase 11 265619-6 19T21090 integrally colored or electrolytically deposited color coating 0.018 mm or thicker), complying with AAMA 611. Color: [Dark bronze]. 2.7 LUMINAIRE SUPPORT COMPONENTS A. Comply with requirements in Section 260529 "Hangers and Supports for Electrical Systems" for channel and angle iron supports and nonmetallic channel and angle supports. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditionsf' ith Installer present; for comp ance with requirements for installation tolerances ant co ditions affecting performa ce f tt, Work. B. Examine roughing -in for luminaire elec ' /a conduit to, actual I aC NNn of conduit connections before luminaire instal ati . ♦ �% C. Examine walls; roofs, [anc anopy ceili �], [a [overh. g c�' flings] for suitable conditions where luminaires will Vnstalled. ` D. Proceed with installat♦a�t my, Rer unsati ct conditio s i e en corrected. ��` V 3.2 TEMPORARY LLIGId.fING O A. If approved by the Arc ect, e�te perm e luminaires for temporary lighting. When construction is substanU 1 t etc. cle umi�fes used for temporary lighting and install P rY g new lamps. • 3.3 GENERAL INSTALLATION REQW EMENTS ` A. Comply with NEC :1 B. Use fastening met &dsand aterials selected to resist seismic forces defined for the application and approved by murer. C. Install lamps in each luminaire. D. Fasten luminaire to structural support. E. Supports: I. Sized and rated for luminaire weight. 2. Able to maintain luminaire position after cleaning and relamping. Kessler Mountain Regional Park, Phase 11 265619-7 19T21090 3. Support luminaires without causing deflection of finished surface. 4. Luminaire-mounting devices shall be capable of supporting a horizontal force of 100 percent of luminaire weight and a vertical force of 400 percent of Luminaire weight. F. Wiring Method: Install cables in raceways. Conceal raceways and cables. G. [Install luminaires level, plumb, and square with finished grade unless otherwise indicated.] Ff. Coordinate layout and installation of luminaires with other construction. Adjust luminaires that require field adjustment or aiming. [Include adjustment of photoelectric device to prevent false operation of relay by artificial light sources, favoring a north orientation.] J. Comply with requirements in Section 260519 "Low -Voltage Electrical Power Conductors and Cables" and Section 260533 "Raceways and. Boxes for Electrical Systems" for wiring connections and wiring methods. Q� CO 3.4 CORROSION PREVENTION V I A. Aluminum: Do not use in cc v' t eatth�o c�ncrete. When 'n treat contact with a dissimilar metal, protect alums urr3 by msulati61zways � V or treatme P Vb B. Steel Conduits: Comply tth Section 2605 an B e for Electrical Systems." In concrete foundatio s c�a nduit withgj`01'(iainch- [hic pt e- rapping plastic tape applied with a 50 percen ove 3.5 IDENTIFICATION O A. Identi , system comport 9ant h ) p n 'tLngcabhrminals. Comply with requirements for identification specified in . ection 2601 Ide ttfication for Electrical Systems." 3.6 FIELD QUALITY A. Inspect each installed lunr�� r damage. Replace damaged luminaires and components. B. Perform the follow,�eAs nd inspections: I. Operational Test: After installing luminaires; switches; and accessories; and after electrical circuitry has been energized; test units to confirm proper operation. 2. Verify operation of photoelectric controls. C. Illumination Tests: Measure light intensities at night. Use photometers with calibration referenced to NIST standards. Comply with the following IES testing guide(s): Kessler Mountain Regional Park; Phase 11 265619-8 19T21090 a. IES LM-5. b. IES LM-50. C. IES LM-52. d. IES LM-64. e. IES LM-72. 2. Operational Test: After installing luminaires, switches, and accessories, and after electrical circuitry has been energized, test units to confirm proper operation. D. Luminaire will be considered defective if it does not pass tests and inspections. E. Prepare a written report of tests, inspections. observations, and verifications indicating and interpreting results. If adjustments are made to lighting system, retest to demonstrate compliance with standards. 3.7 DEMONSTRATION A. [Train] Owner's maintenance personn%.d'u t, operate, and maintain Rites[ and photocell relays]. - P � 3.8 ADJUSTING O �`� A. Occupancy Adjustment . Whe equested v n� [12] mo is f date of Substantial Completion, provide�on- t ssis[ance in_ ti o [he direc[i o aim of luminaires to suit occupied conditio u to [two] v tsi4 s tblProject du In tl r-than-normal hours for this purpose. Some hi or may be reff qt hoursf d}kness. I. During adjustn defective. 2. Parts and suppl 3. Adjust the aim visits,IhspM�t all lamps or luminaires that are indfacNgrer's a [ rized replacement parts and supplies. in the I ence of the Architect. END SECTION 265619 CGS Kessler Mountain Regional Park, Phase 11 265619-9 191-21090 ECOOINY 213116 - CNOCRINR AO DVCO1O VIGDOIYG PAR0 9-GCYCRAV 919 RCVAOC. . NOUMCYOE AL . rac ings and general : ropisions ob the Oontraft, influding General and Eu:: IeFentarQ Oonditions and . ipision S9 E: efibfat ion Eeftions, a:: IQto this Eeftion L 912 EUMMARm AL Eeftion Infludesw 9L VuF inaires, IaF : s, and BaIlastsL 2L Eu:: ort struf tion A �G yL Poe e dotftio on and fontrolL (�Jv�) A r/ 4L Pole :roteftionL O' \C� 3L Pole and Base :roteftionL A / L Related Re" uireFentsvv Ss 9L Eeftion 21 ST2y vV' tg ntroI . r autoF ati t eF ote fontrol ob lighting, influding t.F s ' e �: hotoelef r Q1 and F� I hting relaQ and fontaftorsL 2L Eeftion 2 9 Ming Pole andardsv boa: oLBs and standards used to su:: ort lighting e" L v `/ yL Eeftion 2131 vVC. Cqt : or ightingv VC. IuF inairesL gly Cj IYIOINYE AL OoeH9fient ob z ariation b)-r" &v tN'aT1 easure ob the c eighted aperage ob all relepant illuF ination palues for the : IaQi ea eq: ressed as the ratio obthe standard depiation for all illuF inanfe palues to the F ea illu nfe palueL / L j igture%NEce vVuF inaireN�� OL IIIuF inanfeN%Ohe etnfNt foF F onlQused to epaluate lighting sOkteF sLlt is the densitQob IuF inous duq, or tight, reafhing a surhafe dipided BQ[he area obthat surlafeL 9L Dori7ontal IIIuF inanfe%vMeasureF ent in boot-fandles, on a hori7ontal surbafe yl infhes aBope ground unless otherc ise indifatedL 2L Oarget llluF inanfewAperage F aintained illUF inanfe Iepel, falfulated BQ F ulti: IQng initial illuF inanfe BQVV L yL z ertifal IIIuF inanfewMeasureF ent in loot-fandles, in hour direftions on a pertifal surlafe, at an elepation foinfiding c ith : lane height obhori7ontal F easureF entsL L VOvvVighting OertihedL Kessler Mountain Regional Park, Phase II 213116-9 97029STS CL Vight-Voss j aftor WVJ UA bsftor used in falfulating the lepel ob illuF ination atxer a gipen : eriod obtiF e and under gipen fonditionsLlt takes into affount teF : erature, dirt affuF ulation on the IuF inaire; IaF : de: refiation, F aintenanfe : rofedures, and atF os: herif fonditions-An VVj infludes a refoperaBle light -loss btftorL j L VuF inairewA foF : lete lighting unit, internallQ lighted eqit sign, or eF ergenfQ lighting unit- VuF inaires influde IaF : s and the : arts re"uired to distriBite light : osition and : roteft IaF : s; and fonneft IaF : s to : oc er Su:: ICL Yote that vbiqturev and vluF inairev F aQ Be used interfhangeaBIQand the OCE Vighting DandBookv uses vluF inairev oper vbigtureb 9W GL PolewVuF inaire su:: ort strufture, influding toc er used Wr large area illuF inationL DL UniborF itQGradient FUG"he rate obfhange obilluF inanfe on the : IaQng held, eq: ressed as a ratio Betc een the illuF inanfes obad;afent F easuring : oints on a unilzorF gridL A()DINY EU/ MIOOAVE AL Produft . atawj or eafh tQ e oblighting : r• �V1 9L Arrange in order obluF inair es ✓/ 2L Influde data on beatures, of ss s, and binish sL yL Influde : hQifal desfri: F ensiogs uF inaires 4L / atlas[, influding / j ; U ling angp '[ion, AY fe anon, and CnergQ Inde: endenfe and uritQ to 2 S5 o i nfeL 3L VaF : s, influding t: ut HuF a nd ORI;an n gQebbfienfQdataL I L PhotoF etrif t� ;ustF ent or Based on I `tests, foF : IQing c ith ICE vVightingVa e ents Oesti Oalfulati n u es,v ob eafh lighting IuF inaire tQ eLOheent btft• bor IaF . s asts, and affessories identifal to those indithe IuF air as a:: I'_ m �E�o;eftL aL Oesting A Q 1Hed ataw indifated IuF inaires, : hotoF etrif data fertided in�de: t testing agenfQ.PhotoF etrif data bor reF aining It inaires sh I Be fe nularerL BL Manubtfturer Oe w Phot0Fftuetrif data fertibied BQ F anubtfturem IaBoratorQ c ith a f nit ffreditation under the Yz VAP bor CnergQ CHifient Vighting Produf 5L Photoeleftrif relf1�01maires 6L Means ob afidL to su:: orts and indifation that attafhF ent is suital le bor foF : onent / L Produft Efhedule%y or IuF inaires and IaF : sL OL elegated-. esign EuBF ittalw j or eqterior athletif lighting indifated to foF : IQ c ith erborF anfe re"uireF ents and design friteria, influding analO ;is dataL 9L . rac ings and s: efitifations bor fonstruftion oblighting sQteF L 2L Manutafturers deterF ination obVVj used in design falfulations- yL Vighting sQteF design falfulations Lor the bolloc ingw Kessler Mountain Regional Park, Phase H V 213116-2 9TO29STS aL Oarget illuF inanfeL BL Point falfulations obltori7ontal and pertifal illuF inanfe, Oz , and UG at F iniF uF grid size and areal- fL Point falfulations ob hori7ontal and pertifal illuF inanfe in indifated areas ob fonfern lur s: ill IightL dL Oalfulations obsourfe intensitQoblUF inaires oBserped at eQ: lepel b-oF indifated : to: erties near the : IaQng beldsL 4L Etruftural analQsis data and falfulations used for : ole seleftionL aL Manulafturer ( ind-Voad Etrength Oertibifationw£uBF it fertibifation that selefted total su::ort sQteF, influding :oles, foF :lies cith AAEDONVOE-I -M b)r lofation obPro:eftL 913 IYj NRMAOINYAV EU/ MIOOAVE AL Ooordination . rac ingswPlans drat n to sfal n c hifh the lulloc ing iteF s are shot n and foordinated c ith eafh other, using in: ut b-oF ers obthe iteF s inpolpedw w 9L VuF inairesL 2L VuF inaire su:: ort struftures� /L OL L CL yL ViF its obathletif beldsL 4L Pro: osed underground yl 3L Cqisting underground A I L Athletif field su:: o stn ualibifation . atgeig e EeisF if ) ualibi F anubafturerL Istruftuae struft s� an fturer, esting agenfQ. �or IuF in re , affessories, and foF : onents, boF 9L / asis bor Oertibif ate c I ier c and fertibifation is Based on aftual test ob asseF Bled foF : o s r bh fa4fu L 2L iF ensioned Nutli rac i �s F ent Uninddent ibQfenter obgrapitQand lofate and desfriBe F ounting an n : ropisionsL yL etailed desfri: tion obe"u . e anfhorage depifes on c hifh the fertibifation is Based and their installation ireF sL 4. ( elding fertibifatesL ` Produft Oertilifat w 9L j or su:: ort s res, influding Brafkets, arF s, a: boundations. troF F anubafturerL j L j ield "ualitQfontrol re: ortsL GL EaF : le c arrantQ- Kessler Mountain Regional Park, Phase If 2131 16-y urtenanfes, Bases, anfhorages, and 9Tll29STS 911 OVNECNUO EU/ MIOOAVE AL N: eration and Maintenanfe atawj or IuF inaires to influde in o: eration and F aintenanfe F anualsL 9L Propide a list oball IaF : tQ es used on Pro;eftWse AYEI and F anubafturerscfodesL 915 ) UAVIOIa AEEURAYOC AL Installer ) ualibifationswManulafturers authorized re: resentatipe c Ito is trained and a:: roped bor installation obunits re"uired bor this Pro;eftL / L Manubafturer) uaIibfat ionswManutafturers res: onsiDlities influde taBrifating s: orts lighting and : ropiding : rob.ssional engineering serpifes needed to assuF a engineering res: onsiBilitQL 9L Cngineering Res: onsiDlitQA' Pre: ara 'on ob delegated -design suBF ittals and foF : rehensipe engineering analQ i4Nw hied : robessional engineerL OL VuF inaire PhotoF etrif . ata Oesting Valitif . w L CL AL MIA 9L VuF inaire Fanubafturerssl Qaffredite and the Yz V �nergQCH9fient Vighting ProduftsL � 2L Propided BQan inde:e e enfQ c e :erienfe a�IitQro fonduf[ the testing indifated, t is a ROV as NEDA O� R 9T9SI5, affredited under the Yz VAP nergQCHifi �ing Prod fts i of : IQng c ith a:: llfaBle ICE testing a d� r j ield Oesting Age Q alitifatio e: e Yz VAP bor CnergQ ifient Vi in Produfts deUned in 2TOj R 979SI5, h t eq: eri affordanfe c ith ICE v` ( elding ) ualil9fationsw) alibQ: rofe r� 9L A( E. 919X 919ML Qj ll"lgenfQthat is affredited under the foF: anQobYCOA, or an YROV as fa: aDlitQ to fonduft held testing in ersonnel in affordanfe c ith the boIloc ingw 2L A( E. 912X 9I2ML CVIz CRm, EON •�AY. VIYG Proteft bnishes ob ed surtafes BQ a:: IQng a stri: Belpre shi:: ingL ( ARRAYOm aBle, teF : orarQ : roteftipe fopering AL E:efial ( arrant(.vManubafturers standard borF in c hifh F anubafturer agrees to re: air or re: lafe foF : onents ob IuF inaires, IaF : s, and IuF inaire alignF ent : rodufts and to forreft F isalignF ent that offurs sure" uent to suffesslul affe: tanfe tests LManu baftu rer F aQegflude Kessler Mountain Regional Park, Phase 11 213116-4 9M29STS lightning daF age, hail daF age, pandalisF , anise, and unauthorized re: airs and alterations broF s: efial c arrantQfoperageL 9L VuF inaire ( arrantQvVuF inaire and IUF inaire asseF BIQ hbgfluding fuses and IaF : sS shall Be tree broF delYfts in F aterials and c orkF anshi: bor a : eriod ob bpe Qmrs broF date obEuBstantial OoF : IetionL 2L VaF: ( arrantQv aL Re: lafe IaF : s and buses that hail c ithin 92 F onths broF date ob EuRtantial OoF : IetionL BL Propide re: IafeF ent IaF : s Inr IaF : s that tail c ithin F onths 9y thru 24 h•oF date obEuB;tantial OoF : IetionL yL AIignF ent ( arrant( .kAffurafQob a I ignF ent ob IuF inaires shall reF ain c ithin s: efi Lied illuF inanfe unihorF itQ ratios bur a : eriod ob hipe (bars broF date ob suffessbul foF : letion obaffe: tanfe testsL aL Realign IuF inaires that B:foF e b ned during the c arrantQ: eriod BL Re: lafe alignF ent : roduftshillthe c arrantQ: eriod fL z eriLQ suffessbil realignF o IuF inaire esting as in vj ield ualitQOontroly Artif ' / L ( arrantQPeriodw0c o Qarli obEuBsta : IetionL PARO 2 - PRN. UOOE NZ 212 AL MAYUj AOOUR;E/ OG ManuIll fturersvEuRewft to fo ;)Cc, it h re ' eF ts, : ropide : rodufts BQthe bD[Ioc ingw 9L i Mt sfo �ghtingL�� PCRj NRMA AL j afilitQOQ e, /L IIIUF ination ( 9L 2L yL MiniF uF 4ragelaRget illuF inanfe lepel bor eafh lighted area bor eafh s: orts penue and bor the indifa..Ass ob: IaQin affordanfe c ith ICE RP -I L Oz and F agiF uF -to-F iniF OF uniborF itQ ratios bor eafh lighted area a"ual to or less than those listed in ICE RP-1 bor the indifated (lass ob: IaQ- UG lepels c ithin eafh lighted area a"ual to or less than those listed in ICE RP -I bor the indifated s: eed ohs: ortL OL IIIuF ination Oriteriaw 9L MiniF uF Aperage 0arget IIIuF inatiom�nbield 3S tlfLNuthield yS ttfL 2L Oz Wribield SI93 Nuthield SI23 Kessler Mountain Regional Park, Phase 11 2131 16-3 9TO29STS yL MagiF uF-to-MiniF uF UniburF itQRatio%4nbield 21.5 Nuffield 20 4L UG Vepel%4nbield 9fyTNutlield 91JT L IIIUF ination Oalf llationswOoF : uter-analQled : oint F ethod foF : IQ jig c ith ICE RP -I to o: tiF i7e seleftion, lofation, and ail' ing obluF inairesL 9L Grid Pattern . iF ensions%y or : IaQng areas obeafh s: on and areas ob fonfern bor s: ill - light fontrol, forrelate and referenfe falfulated : araF eters to the grid areasLCafh grid : oint re: resents the fenter ob the grid area defined BQthe length and c idth ob the grid s: afingL 2L . eterF ine VVJ in affordanfe c ith ICE RP -I and F anubafturers test dataL aL Use VV. at 9SS : erfent ob rated IaF : lifeL WJ shall Be a:: lied to initial illuF ination to ensure that target illuF ination is afhieped at 9SS : erfent ob IaF libe and shall influde fonsideration obfield NftorL BL WJ shall not Be higher than 5S . rfent and F aQ Be loc er c hen deterF ined BQ F anubafturer abler a:: lifation (last out: ut and o: tifal s(stout: ut in affordanfe c ith ICE RP-1 L yL VuF inaire-Mounting Deigh F : h ICE RP- 4L VuFinaire PlafeFentwVuF ai flusters sha Be tside the ga - ties defined BQ ICERP-IL � �/v) CL Vighting OontrolwManua , oc pdjP�ge, or dig a �iding th to ng lunftions, integrated into a single fontrol soti 9L pontrol ti o: erated r'�sc itfh, Fat l ush-ftton fontrols, and sQaeF status indif IttsL 2L Vight VerI c o lepels o on of - 9S obF iniF uF target illuF inationL yL Musfo Oontrol-Vinkl- j L Cleftrif Poc er. . istril3utIx F gnt v 9L Clef trif Poc env46S z J th ) aL Influde roughing 'n Zrpife indifated lbr nons: orts iF : ropeF ents on Pro;eft siteL BL / alanfe I tc e : hasesWistall c iring to Balanfe three : hases at eafh su:: on strufcUeld fL Influred operfurrent : roteftipe depifes and indipidual lighting fontrol Inr eafh or penueL dL Influde indifated feeder fa:afitQ and :anelBoard :ropisions for buture lighted s: orts field fonstruftionL GL MagiF uF Ootal VoadwAL 9L MagiF uF Ootal z oltage . ro: broF Eourfe to Voadw3 : erfent, influding poltage dro: s in Branfh firfuit, suBbeeder, and IeederL Kessler Mountain Regional Park, Phase If 213116-1 9TO29STS 2 Ly DL EeisF if PerborF anfewVuF inaires, Ballasts, and su:: ort struftures shall c ithstand the ettefts ob earth" wake F otions deterF ined in affordanfe c ith AEOOECI 5L 9L 0he terF vc ithstandv F eans vthe IuF inaire c ill reF ain in : lafe c ithout se: aration ob anQ: arts c hen suBefted to the seisF if torfes s: efibed and the IuF inaire c ill Be b_dlQ o: erational atter the seisF if epentLv VUMIYAIRCE, VAMPE, AY. / AVVAEOE AL VuF inairesv OoF : IQng c ith re" uireF ents desfriNd in Eeftion 21319T vVC. Cqterior Vightingtv 9L Visted and laBeled, BQ an YRO V affe: taBle to authorities haping ;urisdiftion, [or foF : lianfe c ith UV 93T6 Ipr installation in c et IofationsL 2L . oors, j raF es, and Nther Internal AffesswEF ooth o: erating, tree lroF light leakage under o: erating fonditions, and arra d to : erF it relaF : ing c ithout using toolsL Arrange doors, braF es, lenses, diliitsd other : iefes to : repent the' ffidental tilling during relaF : ing and c V d in o: erating : osi[ion all Be reF opaBle bor fleaning or re: la sL. esig disfonneft en door o: ensL '' yL Cq: osed Dardc are%%EtainleZternal fatfhes, last ers, d hiingesL 4L E: ill -Night Oontrol p Round egten es hirnished BQ F anulafturer and desi ed efure art n to s:efitf i reL g 3L VuF inaires bor jS ou shall �aHhH e�-P Quote II- told tQ e c ith integral BallastsL `�I L VaF : s bor OyuVuF inaiiyLescle�al halide?d 9SS, 9SSS ( L / L / allast Mountingv CCii: ed in ft�F ote lro to tion ob assofiated IuF inaires unless otherc ise indifatedL 214 AL 20 AL /L O EUPPNRO EORUOOUR Eu:: ort Etrufturesv Eteel : ole n 1, su:: ort struftures, Brafkets, arF s, a:: urtenanfes, Bases, anfhorages and boundation f : IQng c ith re"uireF ents desfriBed in Eeftion 21319y vVighting Poles and Etandards PN( CR . IEO RI YORNV ( iring Method boNr eders, EuBeeders, / ranfh Oirfuits, and Oontrol ( iringwUnderground nonF eta] Iif rafec aQl YoL9S A( G F iniF uF fonduftor size bor : oc er c iringL Nperhead-, : ole-, or strufture-su:: orted c iring and transborF ers are not : erF ittedL Kessler Mountain Regional Park, Phase 11 213116-5 9T029STS 211 PNVCAY. /AECPRNOCOOINY AL Pole Padsw( ra: around : ad, c ith 4 infhes ob egtra-lirF : olQoaF, y1S-degree foperage ob ground-F ounted : oles and su:: orts, fontinuous hook-and-loo: hastening.1 and not less than 52 infheshighL 215 GCYCRAVj IYIED RC) UIRCMCYOE AL Proteft F efhanifal finishes on eq: used surbafes h-oF dal' age BQ a:: IQng a stria : aBle, teF : orarQ: roteftipe fopering BAore shi:: ingL / L z ariations in finishes are unaffe: taBle in the saF e : iefeLz ariations in finishes ob ad;oining foF : orients are affe: taBle ibtheQare c ithin the range oba:: roped EaF : les and ibtheQfan Be and are asseF Bled or installed to F iniF i7e fontrastL PARO y - CWCOU01NY YN AL /L OL .L Y12 AL /L OL CWAMIYAOINY %�� CgaF ine suNtrates, areas, ion6it s, 6 re" uireF ents bor installation t er f s and otheLIN CgaF ine roughing -in bo ntaire eleft ' lofations obfonnef 'o : ole or lu 'na inst CgaF ine boundaU suitaBle f c here IL Profeed c ith installation onIQe atishaf&**` bi taller r r foF : lianfe c ith ns aReftig anfe obthe ( orkL foF F u_ifa ioii, fonduit to peritQ afWal ill 13� installedL hape Been forreftedL v IYEOAWAOINY r • � OoF :IQc ith YCOA 9L �` ( iring Methodwlnstall faltcN rafec aQ;, egfe: t c hen fal3les are installed c ithin Boqes and : olesl-Oonfeal rafec a(��sL 9LOoF : IQc itUtion ' ents in Eeftion 21 S39TvVoc -z oltage Cleftrifal Poe er Oonduftors and Oaaesv 21 S3yy vRafec aQs and / oges bx Cleftrifal EQ;teF sv fur c iring fonneftions and c iring F ethodsL Ooordination laQ)ut and installation obluF inaires c ith other fonstruftionL L Use c eB baBrlf slings Mot fhain or faBle8 to raise and set strufu;ral F eF NrsL Proteft e"ui: F ent during installation to : repent forrosionL CL Install : oles and other struftural units lepel, : IuF Q and s"uareL j L Install IuF inaires at height and aiF ing angle as indifated on . rac ingsL Kessler Mountain Regional Park, Phase 11 213116-6 9T029STS GL Cgfe: t bor eF Bedded struftural F eF Bers, grout poid Betc een : ole Base and boundationLUse nonshrinking or eq: anding fonfrete grout tirF IQ: afked in entire poid s: afeLUse a short : iefe ob 9)2-infh-diaF eter : is a to F ake a drain hole through groutLArrange to drain fondensation lroF interior ob: oleLYonshrink grout is s: efilied in Eeftion S33SSS vMetal j al§ifationsfv DL Install : ole : ads at all : oles inside : IaQng field Boundaries and c hen lofated c ithin 2S beet ob the field Boundaa IL Cqtend fast -in-: lafe BDIted Besse Inundations yl infhes aBope grade, F iniF uF L L Install fontrols and Ballast housings in faBinets F ounted on sit: : ort strufture at least 9S beet aBope finished gradeL yLy 1. CYOIj IOAOINY AL IdentilQ sO;teF foF : onents, c iring, faBlin4 nd terF inalsLOoF : IQ c ith re"uireF eats for identififation s: efified in Eeftion 21 S33y vld tion bor Cleftrifal E03teF sLv w y14 j ICV. ) UAVIOnlONYORNV �O AL 0esting AgenfQ.vNc ner c ill alibied tSst n Qto : er r e s and ins: eftionsL / L PerfurF the tnlloc ing tes and in ftionsw 9L Atter install' t fighting s( alter el t l irfuits hape Been energized, erb)rF - o �rlorF an easureF en at analO;is fur foF : lianfe c ith re"uireF en 2L PlaQng and er . esign reas%%M asureF ents at interseftions obgrids, diFensioned and Iofefitied vP InrFanfe Re"uireFentsv Artifle and as desfriBed Beloc v,ivk._ v A, aL / aseBall j ie.NswMeasurl ea 23 : oints ob the infield and 65 : oints ob the outfieldLCgtend th g et outside the bout lines, egtending to outfield BoundarQor tenf& BL EobtBall j ieldsw easu at least 91 : oints ob the infield and 46 : oints ob the outbieldLC&4.1i.e grid 93 feet outside the boul lines, egtending to outfield fL j oot fied area is 96S BQy I S b,etLMeasure at least T9 : ointsL dL Eoff j fief w ighted area is 29S BQySS beet Insert diF ensionsLMeasure at least T9 : of eL Dennis Oourts%"easure at least yS : oints bor a douBle fourtL yL Make field F easureF ents at estaBlished test : oints in areas obfonfern bc)r s: ill light and glareL 4L PerborF analO;is to deF onstrate forrelation ob field F easureF ents c ith s: efilied illuF ination "ualitQ and "uantitQ palues and forres: ending foF : uter-generated palues that c ere suBF itted c ith engineered design dofuF entsLEuBF it a re: ort obthe analOkisL j or foF : uter-generated palues, use F anulatfturer:s IaF : IuF ens that are ad;usted to IaF age at tiF a obbield testingL Kessler Mountain Regional Park, Phase 11 2131 16-T 9TO29STS OL Oorreftion ob IIIuF ination . ebifienfies bx PlaQng AreaswMake forreftions to illuF ination "ualitQ or "uantitQ Feasured in Geld "ualitQfontrol tests, that paries broF s:efilied illuF ination friteria BQ: Ins or F inns 9S : erfentL 9L Add or re: lafe IuF inaires.) fhange F ounting height and aiF ingJ or install loupers, shields, or Baffles! 2L lb IuF inaires are added or F ounting height is fhanged, repise ail' ing and refalfulate and F odilQor re: lafe su:: ort struftures ibindifatedL yL . o not re: lafe IuF inaires c ith units ob higher or loc er c attage c ithout Arfhitefts a:: ropalL 4L Retest as s: efibed Aope aher re: airs, ad;ustF ents, or re: IafeF ents are F adeL 3L Re: ort results in c ritingL L Oorreftion ob Cgfessipe IIIuF ination in E: ill-Vight-Oritifal Areaswlb F easureF ents indifate that s: efilied IiF its bor s: ill light are eqfeeded, Fake forreftions to iIIuF illation "uantitQ F easu red in hie Id "ualitQfontrol tests, that redufe lepeIs to c ithins: efi lied F agiF uF paluesL 9L Re: lafe IuF inairesJ fhange F ountints and repise aiF ingJ or inipat.1loupers, shields, or B36yesL 2L NBtain Arfhitefts a:: ropal to re: l%lai!F inaires c is obhigher o00Q tageL yL IbFounting height is fhan roingan fa ulate andre: lafe su:: ort struftures ibindifat L 4L Retest as s: efibed aBo a e irs, ad;ost`r re: lafe F adeL 3L Re: ort results in c ruin CL E: orts lighting c ill f ssii ed debefti s not : as es : eftionsL j L Pre: are test and IV'€f9r7re: ortsL yl3 A. ' UEOIYG O AL Ad;ust IuF inaires and to �F a orientation and aiF ing as refoF F ended BQ F anu63fturerL C N COO INY 213116 G� Kessler Mountain Regional Park, Phase 11 2131 16-9S 9TO29STS SECTION 323119 - ORNAMENTAL METAL FENCES AND GATES PARTI-GENERAL 1.1 SUMMARY A. Section Includes: Ornamental steel fence and double swing gates, 4 foot height. 2. Excavation of post holes, filling and grading. 3. Concrete for post footings. 4. Refer to drawings for locations. 14 PREINSTALLATION MEETINGS Preinstallation Conference: Co2}duc con erence * P osit o, ACTION SUBMITTALS ( � �►` �``` Product Data: ProtII& n u acmrer's for fence and g t po ts. rails, n hardware, and acce nes. Shop Drawings: Show ocaii fi hardware, and accessor a gpte components. Include plan elevation: operational clearances, and detail�i� �^ data, specfjFica SrTs, and installation instructions ings, reinf„r Nen s, and attachments, gates and each a posts, rails, gate swing, gate operation, Dials, dimensions, sizes; weights, and finishes of io . _ate swing and other required installation and icfiorage and attachment and bracing. C. Samples: For fence material and coloslected for review and approval. I. Provide Samples*l�A�es n length for linear materials. 2. Provide Sam eg IQsiquare for bar grating and sheet or plate materials. 1.4 INFORMATIONAL SUBMITTALS A. Product Certificates: Signed by manufacturer of ornamental metal fence and gates certifying that products furnished comply with requirements. Kessler Mountain Regional Park, Phase 11 3231 19-1 191-21090 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: Provide for type of ornamental fence and gate specified for maintenance manuals. 1.6 QUALITY ASSURANCE A. Obtain ornamental fence, gates, as complete unit, including necessary erection accessories, fittings. and fastenings from a single source or manufacturer. PART 2-PRODUCTS 2.1 MANUFACTURER: Ameristar Fence Products is specified; or approved equal. A. Fence: Echelon; 4 foot heights. B. Double swing gates; sizes as indicated ongs. C. Refer to drawings for locations. P O • Z 2.2 MATERIALS: � ` A. Aluminum material f$r f framework ( ticke7sraii, s d sts) to conform to ASTM 6221. Provide 6 Tor posts and tuminum Eriand provide 6063-T6 for aluminum extruVnc [s.^�^\\�`�B. 5/8" squares .ck pick rovide 3va [u is standard I" I-1/8" horizontal channel rails with .055" thic o nternal ieeb I, and .072" thick side walls and shall be punched to allow picke a ough t��� ttop o rail. Construct the horizontal rail with an internal web insert prove g a eway f pickets to be retained with a 1/8" retaining rod. Fence posts and gate posts all meet l�ie�rt i m size requirements from Ameristar. C. Accessories: Provide manufacture s ndard aluminum castings for all post caps, scrolls, finials, and other miscellanePPP���us ha ware. Hinges and latches shall be fabricated from aluminum, stainless steel or" osite materials as standard by Ameristar. Submit 2.3 FABRICATION: ` A. Pickets, rails and posJail be pre-cut to specified lengths. Rails shall be pre -punched to ac- cept pickets. Grommets shall be inserted into the pre -punched holes in the rails and pickets shall be inserted through the grommets so that pre -drilled picket holes align with the internal upper raceway of the horizontal rails. Retaining rods shall be inserted into each horizontal rail so that they pass through the pre -drilled holes in each picket, thus completing the panel assem- bly. Panels to be preassemble by manufacturer. B. The manufactured framework shall be subjected to the Ameristar thermal stratification coating process (high -temperature, in -line, multi -stage, and multi -layer) including, as a minimum, a six - stage pretreatment/wash and an electrostatic spray application of a polyester finish. The top - Kessler Mountain Regional Park, Phase If 3231 19-2 19T21090 coat shall be a "no -mar" TGIC polyester powder coat finish with a minimum thickness of 2 mils (0.0508mnt). Color: Bronze. C. Swing gates shall be fabricated using manufacturer's standard Echelon horizontal rail material, 1.25" sq. x .125" gate ends, and 5/8" sq. x .050 pickets. Join by welding, all rail and upright in- tersections and all picket and rail intersections. 2.4 CONCRETE: A. Comply with ACI 301. B. Materials: Portland cement complying with ASTM C 150, aggregates complying with ASTM C 33, and potable water. I. Mix: Normal weight concrete with not than 3000 psi compressive strength, 3" slump, and I" maximum size aggregate kss 2.5 GROUT: Premixed, factory packaged, non - on mi g, non -co siv nongaseou r1i- I H1l`. non- metallic grout complying with AST 1 (dY7. K PART 3-EXECUTION • ) 3.1 INSTALLATION: A. Install ornamental e I and gate ntpliance wi nFfacturer's written instructions and as approved on a op drawings I. Do not begin installation re ion b ore fiT�a rading is completed; coordinate with concrete work. B. Excavation: Drill or hani spacings indicated, in firm, I. Excavate holes for each but not less than 4 times 2. Excavate hole depths less tan 36" betfw finish% digger) holes for posts to diameters and soil. o to imum diameter recommended by fence manufacturer, cross-section of post. lately 3" lower than post bottom, with bottom of posts set not surface. C. Setting Posts: Center anTalign posts in holes 3" above bottom of excavation. Space as indicated. Clean concrete splatter from posts. Check each post for vertical and top alignment, and hold in position during placement and finishing operations. 2. Extend concrete footings maximum 2" above grade and trowel to crown to shed water. D. Gates: Install gates according to manufacturer's written instructions, plumb, level, and secure for full opening without interference. Attach hardware using tamper -resistant or concealed means. Kessler Mountain Regional Park, Phase II 3231 19-3 19T21090 Install ground -set items in concrete for anchorage. Adjust hardware for smooth operation and lu- bricate where necessary. Adjust to operate smoothly, easily and quietly, free from binding, warp, excessive deflec- tion, distortion, nonalignment, misplacement, disruption; and malfunction throughout entire operational range. 3.2 ADJUSTING: A. Gate: Adjust gate to operate smoothly, easily, and quietly, free from binding, warp, excessive de- flection, distortion, nonalignment, misplacement, disruption, or malfunction, throughout entire operational range. Confirm that latches and locks engage accurately and securely without forcing or binding. 3.3 DEMONSTRATION: A. Engage a factory authorized service represents 'ue to train Owner's personnel to adjust, operate and maintain gates. I. Test and adjust hardware and other ope bl componen lace dama r i �function- ing operable components. Z)dres 2. Train Owners personnel n a d�scgt�,A for star ' td�stopping, trouble- shooting, servicing, and mai_ njAg equipseen id65chedules 3. Schedule trainingivit O er with at Id stda s' no 'ce.� � EN �TION 3 19 P •� G� Kessler Mountain Regional Park, Phase 11 3231 19-4 19T21090 z3sved Nava iveoioaa o 0 0 - s �— 19 nivinnow a3lss3 `Co O �7. a SVSNYNSS `9.% iii �Ju# 3111 A3113AVA 6 .Y � 30 AlIJ W J J �N Ula LL I Z _.. j OWa r a � 1 u U. ui (A Z (n J >L QQJZ f)q ZWWYN� O _ 1� cl. N to l E U p Q5 W •• �__ �n,>g Z NOf a 8 aO O W > JQUW , W � Z } H c� W H} i Z Y�UQ <O W LL s p Q, � o � a a $,H? uC �s 6k�w bgi 9 w9w y� �o wwr ii a3w w ZASVHd 'NaVdlVN01931 NIV1Nnon a3lss3N sys"vsav I c¢ w o we pOos�a^�zgsoWn9o&v wg����$o�$w�3i���ww� �5 9 gig _aR a a a o S a s Offl- <6 LLs33o` ado po ��� a. �� 3u��wy�y wwa - a-g2o ww Zz� i<oLLlwz wa�g?��iwai -6?W° `F$$� SSa o"aaw'� goSaJa was°sFV�'�ws� o��y° za�¢'ah a�w�s'F'b�°,��i��'�°eF�m�o�20���° a o � �o8`wo5w3gww gg.��mwza'_ O€z. °nn8w2 ° a. w 5 �Hwina �F$o zffiowo�a ° w " gw"gz ig¢nF�iLL°LLma 3��`o°LLg�oaVF ASS �3��9 �,`e�ga~s��o �z°°�o�aopwJ�Ooo_ 4$�g�$as�'wz vS=wU' wagm �m�W .w°oo°awo . .o3:Wx�aw 8. o �w�a OFa"a2 � you z og�o"53�o Egu. .In �J Zs_ T. YiF a F �'"- �' ==wg4Cx o�w$3w�awoaa we 0>�3 �w49<g3 Y E3a o ..E°.. FFFidFFFS �zz %FF�gFF FCE¢ ogw��a �w���wwwwti�w�� 5w��"ww w,�oaavaas`>gg°a&o a I I I I I I I I I I I I 1 1 I l i l l l l l l l l l l f l 11 1 I 1 1 1 I I I I ;� I �Ipllii" III II I I C FFFF LLFw FF °Z �� � � Fw F�O o ��www3 E`�k'�W�S w3o � q e �833saooa & aae88 I I I I I I I I I I I I I I I I 1 I 1 I I I I I I I I I I I I o- oxgtje �jo 9q Pj 0 235tlHd Ntltld ltlN0103t1 y. NItl1N(lOW 1131553N ; \'� .YfNYMNY m o iNIIIABI13AVA Ita o j l; io 44.a oWordo iNOISIN0 ONIb33NI0N31 W4M [_ 6 a s3 G D B tali �? . W5 2'its MHHa 4Y3s33�E 2 ?6' MnA1N3dONd 031Snr(IV a31SS3)1.LNnow I 1N3NI1Snrav 3N11 ALd3dOMa I Z 3SV d'NNVd 1VN0103U NIV1Nnow d31SS3 a G ovsoiv 1UY 3111A3113Atd Yw !O LLU r-• srserHar WO 9NIH33NION3� Lde Ok ONV Vt S10VN1031 roy HTISS3N 1N10W 1N3#KLSnr(lV 3N7 Ald3dONd Z3SV d NBVd IVNOI03tl NIVINNOW?l31SS3 sv:xrruv . 3111FE311e�vi � YO llt] � aj •�L� �n —��- 'StlSNtlN Ntl a llimT mnYwwn •..�, I �m ►'1TH�17 I✓ a �3 �pjig$a 0 9 !e eC��ee� Y7 ag YCt9�CYY ';u '1t x v v � i4iti F a • t'I 4 ) IF Y i v r0i i n � r i r,,v''•.' I /}, a nia as aNV ez SIOMI aalsnrav 1131SS3)4 AMA ' 1N3W1snrov3N17A1d3dOad z 3SVNd'NNVd Ib OIV38 NIVINNOW a31553N IVINVNNV 8111A8AA8AVJ . t7 ao eau INOISIAIa 9NIONION3, ����►+ ;y � 4g§ff gEe�pa.ait� g �gp- e} 653S5yi9iiE588ii€e 1 Cc 3e¢g 5eeA5 ?��iS�;payi � �j . �-at_cca°sa°;asnv i i s�! ?. y@� @ Ftl§ "-ge�giea� ap 5 6 pbB 4=ai@i:'e;-_Eill p i § 5°y�3 5 i�t �^.-fl • � �e iY �P�Aa ?:yi3iSE�ii y 2 bap ���� • '!5S ,. e n 6 E _ @F@°1 3 . C III ' Jill ; e is is5-9888F3..g916538 g� y9ep ..:Sk°5•Ec}}'S}p'it:-+' a !�'i 9� ,g:pl3- g! aa g 9 �� e:•869�1 x�� 9 i t A ?ng 1.8g��9:�fi�..:��� of @��¢BS�fiibifiz19Ei39fit8e 2�9 s 4i i iY,r� 9. I. ,• l I ,I,I �\ ! �•i" 5' .' 9 �d: 6.� � � ii�151 � ��\ ram, Sfl .+Yr sp b 4 a t 1 I j b_N_! 4 _ ! •1 1 1 3 �J .."�w: 'mm.v�araa�..�M `a�a.:w.x•r...��..o. -. Z3SVHd'Adtld 1 tlN0103tl NIVl non tl3lSS3N y'9 S9't 1WNIIMNY I. �;;. ai�leaaaaays �� a � a so ♦au .y.i s 13VV177UGNV70NV913VN1031Snrov a3lss3N 1Nnow in tN01SIA10 9NI833N19N3 LN31K1SnrC1V 3N11A1d3dOVd 5ipli.1Fs5bfi JR-11 Igyy �fi_g ��`� :fil0h8q%�,¢e�¢�ftlfi�iv�03@ 1G9� -1 1`b E_e5e�@ �ai@�=S--=i'.. e:fils'_�§i.4l�g4lb � �vi9a T_j/� pqg'Ffifi@b�fi ! dlz4 514ficA,fiS� E Ip yy @4 ! ic6 II . 1 1 1 t k o� $ g n •y 9101m aminran N31SS3N 1NnOW usnrciv M7 d183dOdd r a U' _ a m n 0 1 N: 3 yd�aF L I a4 1. z 3SVHd Md 1VNOID38 NIVINOOW 8315 SYSUVXVV 3111A8113"A _ d0 AlIJ •.- ;9VSNVHat amu INdI111O1. w all 'NTTT A in o� C rY � b ao O �O �Z �0n0 u2� 2 3SVHd'AM 1VN01098 NIVINnm 831SS3 sysxvsev /� 3111n3aa3Ard 10 A 3 )IHVd NN0193N 3111A3113AVd *L€ 3TIIA31L3AVd d0 ADO ese WWs:.wWs t is tWssssW S2... i` 's zb`b.� i �1gg ss a N� .d lz ! 1 3 AZN I I ` C Z ^ut Z� i� xZN- Y r I Z 3Sv d'NyVd Iv Olo3t1 NIV1nnoN N315534 sysxraav . 3111A3113Ar3 . ao "i, �� E� ,u.�.all ��ltil i 23SVHd'NNYd IVN0103d r R '91 NIVINNOW 831553N w aG a sjm •9•••••v ' ill1A3113Atl! N ao ula •• o m EI 65i V ��� � I • is • " •< f �opaow , • pr • iN—Bw 3—eWi2 js H. FLL� Ym oaw • ; / - 1 atloa SDNIwwno3 <' 9anr • 2' f / f • 8� • ¢ / f • i • 45/ � R"5' ug`a � yewu 5"� Q " ' :Wa/ 'd i3e • ; � � 6a Asa I • „Q wk�ow • �woa§mse 1 E o I W I • � s � " n I • ��g / 1 s z ys i '� ' Ia qFs_ -�•�� '�� I f nfi • � f �`a 4u ' @ / `E a o Z 3StlHd'�tlVd lVN0193tl w e NItl1NWW tl31553N i 8 ?Ln �0 "c fff Mfftl� ' o 3l1IA3113 AV! m43 <V Mfi 0��2 OVaH SONIWWn93'Janr F a • j 7 '0.b a'�y 'F s oc w � sawa� os-o�ooe; $ woos�w uwyo�`�o qq MOO naz7a - �1 � I r - ai �6i e( J Z 3SVHd'NNVd IVN01098 c> NIVINNOW d31SS3 ¢? "SHVNHV 'o Com k bJ N N .69 do A'm 1 °1 LL J {. °I •i v I � N a aim 1 ° 01 Sc °t se W I v 1 1 I °I - d - o I _ 1 °- I I •I eI1 , � I • v � ' I bS'S _� j a. L - —+ J 9J�-° _ ,° � � is .1 • I lu • I I V C 1° 4 °I 5 _y5 I° v l� l a u, em a _ I' v 1 1 Iv I °. 1 - ram- r__- __ 4-- ° I I • _ 1 -1F �°-+� 1. vVI 1 v I °V =1 �° 1-v la 1- '°1 .I .I •°1 •iv ; v � �J-a ;T__ I m 19 j° v le • 1 jv , 1 1 I mo, � •I 1 1' I ' I e , 1 1 •I I °Za.>I ° ° I I 1 I .v I• zael i p �Qi3 +_YI el _Y-I _� ° II I ° _ ' .BS9: ° w8 ° in I • . • 1 1 1r • , --I e s -~ _ - v v , - w ba"[I ' ° 1 ° { � 1 1 F_ 1 VL 2 Sl ' 11 1 0. 11 .. 1• I 'a _ I 1 r • Iv a 1. I a °bg j LL no J - r m ° - n I• fv 1= v 191{ rc 9' n OF � I II I I � awjLLQ II _ U.-WO n w ° w gp„V9ywy'' w 1 I' �o p wOV€a rt 1 j WM1a' �• », so ewr✓�a��°uxer e3lemvn �Mw rtn mlu Z3Stl d'NHVd 1tl 0103a ita NIV1Nnow aaiss�1 s a m NJ sysmvmuv i 3111A3113AV! f IOU ao ♦alo w. iy o Q 9 I i 1' Y ' I I I 5oiw I I II I'.11 igi� I � rwam ox e � j I II I 'I maFJ oa II I I § ww dO x ni _ .° ao w =o 3a WV 9 Q w .� oc I II I� Z o 0Yw�o _ I - II la ltl ab I II , h W Q FI . I 1 INN IL I 1 I I° I 00 ElEl .1 - r -- [ 19[ �////j� AI AI• I 1 a , d v. �, Iv • 1r I ° , I I . • ° 1 F ° 1• v I e 1 vn 1° 1 I lu T___-___�_L__7 • I I' � 1 09 41 I 'L ` 1 v _Y'-sl_h I ` ' I9 le -+ Ic � ' ° •� d � ° 1 °� ° 1 v ° I <• ° v •_1 J__ I I k I m._ Iw I 1 gs (� i3SVHd AbVd 1tl 0103tl 81��°iBaa�3 � na rc E wwm n fYfMYMA .0 s in g gy s 3110AV13 3111A. �c S Ew uJ Ovoa sommno 39anr u4 w ,I I I 1 1 ' _ a\ FF$ Ewa Q I, Y � s a ti� g 3°0 VQ '31 Q44/J �O N raw - Vww m ?�aQo wog job NFCQ ow wU uF a�mn wF r'w mg F1O i3w� �ymf FtS Hu HIE Iml 101 Him k'm b'��a .dww g�zom�g 'wr=o dap `�'�ms8 4"iz4E o38.3i t; p_w�o w�w _e az$�3 j4a - midst 1.F'" `5 �`` 3 La apwoo o ¢u sw�o 3.a�'„ IV I�i98 8 /I _s��kxq�Ft $ S'a — Owl O �W] s �a Sfl Z3SVHd'NHVdlVNCIOJ H Q NIVINNOW H31SS3Novsuvxuv 3111A3113AVi 2 xa so un �. g3-IB-Ci ,3� II I 1 — Y II h I n y ' n __ 97 ' . A�T..V, b J.-- Il e 1 Q 46, x I I I 1 I \\ I \\ I ga8�'2oa 3H s"1 z Tuipu 1 v a I \ g g€QQ� Zk Ash �Rw$a 1 � ?,p�FxiB t i u$ao� W o zo .Z. Y! FW W U - awauO�nenvwvun�°wM upgdol�elunv�wa�i.. . nuuaw rcn 'g_s§,zj.c;sy;:��€ea�iV'€,.�,. .- 2� E 1�. n•`¢� ,y� 999 �®'�a CC $ '� NI 31�1AZ331SV1H3 d ANtlUitldltl0103N BvsHVBnv bG t W W � WQ p d' III •'+ � W m 0 I 6 F Bl9Sr>L ld _ xp 4 g g gg S a�firc4 u t'n3,3 _ m' rt w — IrW2L ` wi \ _ i� / 1 4 /a ¢ 9l fi°'�'Jd 1 z y`c a fi825E4 so w—In Sig• w l i wo — _ OJ LINd --- .--_—_---__ oz ws �pa w / / 'i4 8 n.1'ry 66RLIi 6SL 4'/.3 /' ag / 3ya / <z m'SE['n313 � $ A (0 RL'itil3 [oY t p� �.H�y ss _ \F 3 g a WLOI W "m -02 Z 3sVNd'NHvd IVNolo3a N"INnon a3Iss: s3$r`:a53',=° sy ggee - >f�sr�aer > 3: 31`13£`s§�'='"a6..:/,'�Cm€ 3111A3113AVi .3yegA§Yo=3e m P ao aria �� s w o 5.1= es -a ' u - p d p v i + n n C v n n �wp '. a u � II IF a \ !up p p II II \ a /v u II A A R e u Zwu �« al i u WyJz8 d `v m8n Zo Wtf I 4 I 04 `aye v R5 I r I a p + , 00 a R, of u + gE Qm �N oo �H 1iY Rz _ K 1V =sew I _ _ A2> /&;« ,. § J»t\ w �. , . .... . . .— - . ,> !! ! | 0 ! ? )| V ( { . (o.; ; |. .. (� ( . � � �op�2� ag ( / t / \J ; | / 2i ` 0.2 b)( ) /] / U( " ` � �� o \ - ° - » ) U ! \ ! 7( aR� \�m�\\\) 7 )/| P. _,\/\\\(Rg \{ \° RiH •, .\ r 1, §;, !,:;!) ) |)i | |;;: ;! �l�K - , .-,. - �. \\ j` (� j\ �)��) }(\ ) 0 15\\IF (\ \\ \\}§m ,\�)) Z 3StlHd'Atlbd 1bN0103tl jy)/y z� -. Ntl1NftOW i131553N � �, R s b� vT lY..Y..Y 311IA3118AY! Rio H mol pg .OD • s � o � a ae ae � a I �a 00 i sag ! i I • 3w ap= 1 Z getl d'NdVd 1tl 01D` r s Nivwncn daiss3N ¢ W s i vs"vm aiveataaeva �� g— a �o j ]O AIIJ o � W � •'}e O&o II OVON SSNlwwn� 3�anr F 4 ! "s If rn `9cPO��ioOb ' o F sJ �5 J m�I rn w ! �3Imm6o 0-3, z 3svNd'Navd �vrvoio3a Nivlunow 3l1IA3113ArlF 10 A113 a - 9.�orc 8 n o c�i e� I 3 Z BSVHd__' 3 � ®mom /�§ Qsrw §j/%; qB](/ ,` lie) �® | A-4 ± 0 « ( '! 2 2 § ( SR , §\ , , a •Q•; )|wk Fn•§ mlN \e: � �� r , \\ !` ,� • \` - |� » CD � /| \| - y g ( i ®� « � � »� } ) §\)■ 2 RS = ua 2 .� §gyp | - !| \ � � � / � � § _ ° \. - oil a ) \ \ • § || ! US US 2 °� | §!•} /#� 9 ; ! §! . US / / .LD | •§ ` . _§. ` \ (= y § � ! \ � \9 §� /\ US § ` (§( �� --- In � 3 $ $ ! 3 % m i3SVHd'N8Vd 1V 010 NIVINNOW UBISS3 .t/N.MYY R '0 ',g666gb $ 31-IIA iAYd - �30 _pper aIFQ 60 52 IV �y4Sa 38?pg c.� w 3 g �U 10 ONE 3@ !M"P cm ] $ pa by 53 3� y s Y WIN k � 8L7� �W o ! i,.81a33. bamd J i th mw _U mmm N� LL hrc m OF r a a�u w d O ui m x QQ UZ C Z i po m 2 Z LL u 0 W W �~J Z zw i•. >�i' a'. 0, .. 3 S U 5 z z LLI EL 12o v. ��•'..i'::i�r5 ' z ow >3 I W Z5 # of W Z� W ,� Z r 'XVW ,D m W m j 1 z _ Q J ¢¢ 6 mw gg 3 w J aa z_Z LL a�^ f9� �< m uw�d om Z O ggS to z 3� a e� •. • Q J z 08o W m` � V; ]I gg .n.m 1 uluy rn �� O Z al=i- , O �} U I � ' OUg z32v 6 N8vdw16VNO3�ss3»03a _ s.surauv' a1e3 G7 3111A3113Ar! g f0 ALIJ � � 'ye P Ste.. G 1 zZ O Z 0 rn Z 9. W i ma I R p}al MMq A�ewYpamlol6 : O��o000oC09��0�0000009000G9006 ��00000000000800G000000000000 ��mecace��0000�a�aooa000000aov ��0000000000000000000366000G0 ��000000000000@000000000000000 3�000000000000000000000000000 ��060009'9080908060000E000000 ���0100010000099910000����0000' 1018939003@00000800�000�000000 tn 1 4 U ua. I Z3Stl d NNVd 1VN01038 NIV1NnoWN31553N � w e .1.7J;�W • i .� CoL a a '� -22 EGG 1 fYfNYMfY I W I 1111AiAAlAtld . � V 10 Wo + �; RSa It r— a u B P§ lap a S .� fly; a N5 W r41 S��d�yy�yy= Ca u�xi��iii9� ULL� a T F �I F q �k E o 8 EES i�� W 8 o� zw Jill1J Tly yjy�� y-y 9 1 ol Z 99b d'NaVd 1V 01038 NIV1NnOW N31SS3 9vSNV1dv 3111A3113AVA 10 S� W�V Ipry� !KY � g i >nve 1 t K n V O � (7 v V tir y � a W N o 0 L w s I F N F- J J Wy LLO2 �Q�K �_ � ■ i Q G p: | . ! -� _E ggj\k k � | | r � � } ~��; §)!%• ^"10 , [ \\(| � . © m \ \ � �' (( . � \ \ § \; q 2 [ }| u . | | IIIIIIIII , % '� | m.�► \ ` § , ! : , \- t§ , l- - - - fit �� , ! §]\s RM | (3, � Jw 11 | w ; RQ !% ! . a �gh�~ j k } » a § \\) )k \ | � || /} .. � 2< � � 0/ § 0 | m_�►© , §| �§ ] k� - ,| - ( § — k! e ( \) F,, im j`7Vl ',� ■§ . . Oil §ƒo) ' • all , §| - #$ — , mn� \)�m §. » | { | \ ! ( . .< } sysmvnuv 3'11_V► "so © � Z; :- i 3StlHd'JI11tld 1tM0103E1 $am Wool m<W0.g eo aii� 7 o 0 4 P S $ p 6 w a @ o o z o o azzwm�Y moo. Z 3SbHd'Ndtld lbN0103N NItl1N00W i131553N tY1MYMtY 3llIAi110Aifd R C m m m Yi as z r l Ed za NF PH ova o u � a W N �w < oP o WI/%U r Ewa gig o = a s m w o U r cw3 m0; a �z ; Y Z z N 3ZV a=m :'� nob goa ty �W a 2 d o� Ell. a H. m 3 m 3 8 8w Va *F. 8m. . m m. ,e g. Qa° -w Ug Z gog 'ap.� o"o y Ys a m Zo LLu 3g„ Fo3 a 4a Y F H. e� �� �a S a �z �rc F u um� z_ e m m SgGo °o oa ��o o o45So Room U J a u) w 0- z ae W �� � \ / ij, § INN m_i" sysuvxV© §�i!{ § m �( &z\ \\\ & • � � @\! 0 . �! { / ` a q • a . . _ ) ((§ §!a§(§ §2 � \ (( Z 38VH0 'Ndtld ltlN0103tl NIV1Nf10W N31S53N fill F y ¢ ge�QA}4 za e i��� "7���wx swwvaav I. o r m. � I3y�'a 31�IA3113Atli dO ♦an oxw3x mreinmtt wxnxmn xd o� sua 5° ' u 1 yl N I`wi=aP w 3� ems° e w <' �3 H..aa §.. n5s 4 3 Z s Q LLI i LL 7 wo Qua 9w O H. �W s s a U— J @p9 w K u .2 sa mo oo 6 Kms 1 mz '` g gig a ° N do 6o Sg m H—E! `fo O cn h `s°ao z9�x88 M. M o °t Cw4wo'°LLus$ W z �; a ojw:z myIM ` v �3£a O° >i °_ a o AI s N W y s Eoa o J -Wa we ° aFWe W V3'y lx" way w 4w Z g'aw� fa ze W o gwoLL- ° vyyo W a <3io s ,x° d si d3° a ¢ i° LL wg J ' \ \ J g mY \ ao Lu e S � - a¢G Y� .s� °e Z3SVHd JlBtld ltlN0103tl R -� [�. �aad3Ey4n Yy8 INIVLJNOW i F 6YfMYffY' 3i 9 s ads • ' e a l'I11Ai118Ari .. a 6 s W a 8il .9 0 W w 1i .I .0 z LL O 9a J Q �' ¢�� � _ W F I,I, .I gii Z W 33 e s Z O sNIood dream I, ❑ r CD 0 d ❑ s� - ❑ ism Y� a� a� C w a a =oF o o,i a z. a c f� OO x F I� zo r, o I a" 5` a bie II - a ZO F w J W X. W z y a� § ga3 z ? sw awy wa u�w 3z� LL w w3k' .e n.sw '�sw jss W two z ° ❑ U Z In a a s88$o0_ �ou=OCLLQ: 'Og ❑ " u�¢e su wuE€y"o'azJa','p o F`°YwBi£$°°-9..`O49°oo o � < z3svNd'Navd �vrvol�3a a " � k� i � � NIV1NllOW N3lSS3N dam � 3 y 3111A31131r! . 33 a a — Sao q el 5 ]z 4 z cn It AU oy0a b = iz. °haw w°w_S W z°S g °c s 3m m�'gm //�\�2hw� W a U LOU�X aw Y Qsm gq' � \ \� `�� pie �°gm 4¢c� LLmY (7 1°ag 3w w� 8 `— wAH Z_6 p k F a g HP guj ZaNU in -z� w fig m a�Sw�za \ � �z Z -Z y =°s \ way Wag -ww w° co me gee$ —§Ilt Qe I I f w swop ` °zw M I u, L) Mub ,iT Q o2„ 5»� q v Mll Um mllllo, F i S k, _ IeV151ASSL � o� N �MarWasca_��wxxi �wovo o�.e�ti.mura w=�..+,rn— nueutm eww .. wi L?nvYem. veew ei xwuau ory gym++v. c.....i { 3 Z3StlNI NBtldltlN0103N R ®op jw NItl1NNOWtl3l553M F ; s v si gifs t �;,„% g5 3111A3110 At! iz fi 30 A31J g ei pw %EY 3:L3 _ mg _ �O O iyy h pW m u�a U J 3v ov°. y hg� m C. o 5 r s �� u o ° u 9 new w s° _ i / E ppyy w w� g g i - msu a g$ � mK9 ox 1 I~+1 FN1 ° O jw ca ao = uw�� wg F $ n33-a emu' w= �' -�_ ° 6 5amb ho—.3 } :aWw ° o m,H d ams ssvno�io = _ '� �wgQw m wouaew wnwxiwls == o 'o5'g wa W �g S w z w a s Wig. He;z ❑� wed°, a� - Fo F--%S C t zo s w b �o +, A90 �ogw s a�' 42 or. V �w E aw aa.3g "- 3� o3g 8�0 w'�e 3w M :g °aco 3oJm { ww °�w c�¢pi -o b3O ~ pp F <LL Fa1Sg 2w0 pzz Na ;o t �'�mw3 8.2-No o 3wY9 gq&w 3tl° ? o§$a§ tlmw3 3 0'< gSw�Y•r�a 0$4 $ _w sRs- o$$awoE R 0 ou °a4°� w$9p $�°+ P °u e° a� U w 3 yG�" g ° far= z �° i J yww <w ewws "'®a 'm o 2m'a =ate.°g?So g�`"aa ^° eon agma�m w°� S.wOos -w�&«8=:�^a z z 1v 05 T w S To U. F 3 C C C C C C yea; O N a V _ 235VHd Ndtld ltlN0193tl w e NIV1NnOW M31ss3 a a syswvsav Ara 3111A3113AVJ . G a)la If )) )9 i� 1�l3e- tan q f =j �)E t II It IZH 'vn ! o; a �e Ali ! g z a§ , lift( fill titl!i !�)! �i�:�e ,eii �(f°= n' ni En e Z Q .51... Iaa �10 1 4 Ill lift rWo (f; Iji'{rill i(!(4( ( 3a. 9 IM ,fp ( s', lift l n W s e )f Ir < !! -��- 9(e w (ds� ! fi .) !1111 I!f A! in!i''fill J() 4a (iN e1 I9'l_ 3.E!{ i r QE� a� (sate pie i a � I p � "d • a 1.� E. G+! l 3 iilfi.Elie', Y �f E F s s Nadd ldN0193a NivI nOW a31SS31 $ C g �fmyM�tltlV Si` #•� Bl11A3113AVd 3a a" Cal If lTj' a 'LL Lj g¢g F o�f�!lPPa.9�If €a 4 �ji P 9 eP f 1 9 g rill PP • inn ® 91'• ``; ?j °� 1 9 Os0 1 i�,�n�e�ii� �111�i1111YlII�Ei� PP ggggi S�F r 0 < � / i � ��» fF- of ;; , . j��j •h \ It ill | [ i { �11 I ! Z RSVHd_Vd! IVNOIOP=. 2 ` ) »" , AN i §i ! | § 0r ;/ # . j ( \ § !§§ |!§ . � &y � 6 .: � & � Z3SV d'NNVdlV OIE R gs NIV1Nnon i 91sS 3N R w sysmvxYY as axe ti.i� Sale = 311IA3110AV�. 8_i9 � 1%¢a �W y 9 4 S. 1 t i¢ i 'a i " 9 9 !B q4q�e� I o0 t-w I P;3$it 3 4 l 3 ?t1 N ij� i tillz� � jt!�I!hi�,III!li zw i� � ° ° e !h !Iili III II IIIP; II I�� Z— Si< /� i PI� 94 wrc ! I !ft.! t I!I 9 t Iyy aF4t t ana$ I�!!�!'I!Ui!�i �'tz$ if �Pigpgp�3���E S{� 'p Illlt n 1•! 3N ! 1 1 I ilii !r I3 S�S n�ypyypY34 p� !I. ,a i I 11 p .. u I i iil,i!I,IiL 1i1@ S !gi Pgl i! i o y!i°#P —e6£ `e !' ! ill I: w #z q' # w Y� 'uDz i�w Y .# �—I ® p C `t14iit 0o # t sD oil u 3 !iI�111 ZU ii # td 41 P: 7 �91§� �eg p yp Qg ' 1 4e [Yii C „?e 110 fill F z � yl gi3 it � IPIis�9i69�19 B ® U P W i W 1 #t7 j9 3 ! 1!! !}!31! III jipipg7s9 i i ± o ig1w j§H y§p 00. A�ia��p°y }!0 lit" � 4 g Z 3SVHdM'AdVd 1VN0103H 6 � 5 NIVINNOA 831553N �� = g fffANov VA mAnz .yam @ i 3111Ai113tl! . p + P !O ALJ go § 0J, ) m § . � �• m# . 2 § � --$ §\� \ § � \ ( ( \ § \ |\|§ - !§!| \ ƒ; | WO 2 j§ q 0 | -lilt z ƒ . . ■|ƒ § d/ [ . ! Xz ! _ r( «. <` �§ ag Z 1.l d'f1d1VN01V3d om, rvn8mssaH aaso ♦ii> �� z w� — " g o6 aw w� o 111u1 mj aW � <o w 5 d' du so 0 0 f o 4 o Leo =j as ,> sa sam a og°m Lb s 5 ; a: o I �- --J— m Y s �o few yew 9 � W QW m= zk J Q 0 s / 3 � ash V�.I � ao g I � sw sMbE N V z 3svNd'�avd �eNoio3a 'I NIVINOOW a3lSS3N g, iYfNYNNY I. a 3111A3113Atld s N I_ N .o ails =�w xH a 5 3 2�GG b�LL fn 9p k� �a Fa. M s BE'B$♦24 . 3od 1 C _ 1 y wi a 1'> �o _ a $: s 9]PLEL an wok w w Dui ima �O �j w �wxu a+�}�S i w �o 1 LLL w ZB'OEL4 rT ® h/ o�a�yY (�%/ E f 9500 >fi MFL L o 7m� m aF- I $off .^. SYBZEI -��� �� ��• pis r i - epa 'mw aL x�— •��-- md� fi_i� mho 6.= e w� Z 3StlMd'NBVd ltlN0103Y Oi - i711AfiY1f1YN�YItlAI1NrYfYA10W tl3lSS3N 5'yam 33 �C � o a���e laaa �, � J a .....,�,,. ,� .>, so ♦au j 3 d -. 3 a o to 4 3SVHd) Sh131d S18od5'JNIISIX3 I r # ,mom--�a-. —R/w iyw \4 s W w' � w 4 a � I r Y K f Iw w i Z 3SVHd ABVd 1HNOIO38f1& o i9�d S NIN1N0W i133�N a e m b ��'� 4 F S�SNYM•V ! loll / 3l1IA3113Atli J O AlIJ • �'�+ § S _ I • z 7. ' J . / W W W_ _W �• 3rvIlH]1W.j N i N 1 _� 13 ?eli! HE- (9 aw nw 3a n it I � YHMtv}v Z �� w o m m ¢ a o K s < IXI a a U / z a — � 2 t e I w - O a I W " I 2 pI U \ 5 I I f I I I :mod: I I p� I L 3sdNI JNncAl Eiss _� NIVINOOW a3�SS3N ^ � �qB b •=SYSN YNtlY . N �\ � 311IA3113Atli fo A1U O J cl • / _' O. I QVOH SONIWnna 3'Janr • f-x�I��`--��w M/w �_ l r=ir • P z /� s r m I M t t - / 7 7- � b b -4 - � F o E e= w d g$ � 2 �W I Sig n of E NItl1N(lO23SVNVINno ltlN0103a R W tl3lSS3N � R i srswvsar c =8 a� MllIA3113AVA 30 AIIJ S 9 'S— I ul ul � I y _ 1 3NIl ]1pry --L 1 1 .yam 1--r o D V s�b¢e b SvE g�g 9 x ep i [dP fay] ^gV a Z3SVHd'NtlVdlVN0103N NIV1N00W tl31553N svemvnav Alm 3111ARAINAtli . 10 A110 wr IND f).= . M/tl Mi^y uv se Re_ Yd MM M/ MfN ® = 1)VC2A SEJNIwwnO 3'Janr i_ .,.__.. f wa mi ; I 1 Z 3SVHd NNVd 1"0103N R NItl1NlIOW H3lSS3NLL: e! b�j 91Il N�Mtlr ,� 5 3I11A31 �iAW ._ .. _. ... ._ _.. Aliz 4 _ • i� • .� yCJ w. } p s � w _ N m i F W 2 O O U I V � F O J d Z3SVHd NtltlO 8N01`J3tl B W a _ e NItl1N00W tl3l \SS3N 'o a _ 's a C m1a5a6 3111A3113Atl! L � � E O E Z a (7 w z s m!a 9 m/e m/a m!n mia �m/a m/n a o a OVO?J S`JNIWWl1p 3`JO(lf Z 3SVH6' bVd IVN01036 NIVINOOW N31SS3H $V$kV1YV31.'. 3111A13AW . w 10 eau 2. k O J z 3svHa uavd ivNolo3a s w NIV1N(lOW a3�SS3Y. F � SMVNVV n � i 311iA3110A11d c A10 22 s e i r 0 w U><g s j W I S:o o o W (l 3SVHd) SO1i 1d SiNOdS ONIISIX3 OVOa SSNIWW(7O 3sanr 'FJrl � L d� — y� it i LL� <.? W ��4C W z _ a_---- �u ❑ r 1i ' r^h W a ---- W 1 W v� N F W h Wf O N J w lgm z 3stlNd''avd itl 010 NItl1NNOW 831S53N S =8� � 6 a m5�#3p�N SYy iYINYMtlY �I � y f H111Ae11HAtld :. ° w Y .Mail 10 i P Z35VHd JlBtld ltlN0103d a , % NItl1NII. tl31S53N w a fVSNVWVr' Cram: '9z� ■111A311 �. so0 A1!! uu _ �Mg ioas� i5':�gb °:o3F ,�aEss:o as;a=a9seso II A I i I o' I I I I I Z 3SVNd'AWd IVNOI`J3N NIVINOOW aMSS3N svtmvxvv le WIIJANIL3AW ' 3 !O A11! �m o� o� ao N J OVON S`JNIWWOO Moor RM RA f I /I I I I I I I I I 1 1 I it �1 UI �I � 1 � 1 �1 �1 �I I A( - I 1 1 g o J 1 $sk I Rp _.. F a�Gi 1 9� a a i w�Oa I ;, 41 - I I I I I - I- I N 1 O � 'R •V I 3x 11 1W1 \M N N a f ' w I' w 1 —i-- Y I 1 1 1 / I I` 1 I N' V i wiw x s I o IAI I J LL s 023StlHd'NeVd ltlN0103H � ° NItl1NItOW Y3lSS3N I fffMVMf1l '0. �` .o _n _ a�i�eauaAve'J do AllWIM �o4a wuw 31 Jltlul ry e N J Vm n Z S Q n E os aQ a �s e 3&p a�e e�agm� s gam aaa 5 «.o%f 0 a e u IE 3 g 4 z ssvNd Nava �tlnolosa R i�71A311AY! I.elo N 10 uu gi,¢ e S s eS • e ¢ I u II a B g E EFE L Q Mm WR�R R^ .$„ovedaae3FR^ ci LL' E O£➢3 wXQ W-2, a'° �wg3ECEEe 3e o3,.: � os99safa 0 _ "BMW„m�R$rervm Py:�d, n•.7Rpm9 mq a:AR-ffi$„",„ RRR AIR„A91 F'R„R nR gG�K'd RSSR ^^^R8Ran8 FSaM1^ e�F,37BB$77$Sa 737733n 77777Y$7 ^JF^,R ��aa��saaaRsae$aaas$Rasasaesaaa 3I_RAfxRm AmA p'�°9 ^ARd�R d^_mm@,�.a�_^mr Wpg e6s`s`ee, s`s`H ee`ee¢g 86 sa�aggeaaO es-- n�ivFFry Mtr }u la MluMl. }u 1, ivMFMMNl.lrMM MMM« 8 u9 qq ggqqq qq ggqqqq9 ggqqqVqq�Vqqp w: §. . m\40 § / \.. T)§§)\)/f!°� !\ �| �§ A|• le! !�°!!!); !; )(\ / \ \ }baI\ z 3SVHd'N8Vd IVNOMll £ in NIV1Nno" Hmss- -10 3N < $ R sysmwmuv a g # 3111118113Atli . J ^§ do e1 o s II i $`o z r � a ua °•w w �m� � cw7g ww wo3= Via= e ;god° 0w zm< : gls wz< �gsz= eo 0 wz¢uu €� gms acaok s=awaw w e€ o� w .ITi-IISI III 1IF ww� = ow Tim a n7 , o�,a,w p� a F� III III= -III II III= m E =111— m IIII IIIIi1 IIIII o IIII II Z Y a — Z II C9 IIIII � 2 IIII d — w IIII HE I ° IE ow —II—Ia no IL=III III— U IIISII 1II III I0IIII IIS— [I— IIII riw.a Z 3SVHd'NHVd IVNOIDaH NIV1Nnon H3'1553N Y m:£ 5ai Sdo g � 11 g.Y F"M c tl�/NrMtlV a%al33agxi �'-� 'a ' 3�11A3113Atl! le J 4 • a ` N lip s O 5 � O tl � a � oo � dl W9 im �U a I �v•m a ,r 1 ' C 0 Sid }P¢rs F I a N d a�. P:� :� �S2'vo t• � �TN d Y5Y yb�9vC.IN .1da • a ` N lip s O 5 � O tl � a � oo � dl W9 im �U a I �v•m a ,r 1 ' C 0 Sid }P¢rs F I a N d a�. P:� :� �S2'vo t• � �TN d Y5Y yb�9vC.IN .1da O 5 � O tl � a � oo � dl W9 im �U a I �v•m a ,r 1 ' C 0 Sid }P¢rs F I a N d a�. P:� :� �S2'vo t• � �TN d Y5Y yb�9vC.IN .1da im �U a I �v•m a ,r 1 ' C 0 Sid }P¢rs F I a N d a�. P:� :� �S2'vo t• � �TN d Y5Y yb�9vC.IN .1da d� 3€3 Z 9SVHd'NeVd IVNOIDaH _ ;3 3[3 f s E NIV1Nno" d31S53N # ° i a •rfNvmvv C Ys lsv In" p }4C3H3 '€ . �'�e 8771Ai113A11d c w �� a ao •aia � ' � J E .bz. o_g Ro 3�O a - € ➢ & & �E s � M g'® Y Ssa&Gaeaao0@@V) P P.�¢ sa [aa 4 fig'"w: 'k k' P:6 3P kSZ n L Cli. �EEk y$ °S P3 :.aPu Y ���5 EEr E9o3$Y 3i1 n�OI�� I —II 5 Gi WE go in u- °o � Sa I J 5 Q I I I w N - % . . p P8 2e aza g '#se s" $Pe $Pas wa 3 t gars s 8 4 e E:. ?F ® uuWu gig P C F 3Oi� 3e d9 �. h➢ Ys S s f aE ' I ca IN ay'vg g �W e 3 @ em s F' W Z d U� Si w� o L£�En c 2q 8Ea aeT% pap `�; gc ? o Q .➢ 4. c 4 � o w o inw � � ➢j$ in 0 1S f e� ¢B ppjjyTa�ny j ®❑ no I 8i E a �N m S �u E �a�ooip Z 3SVHd NMVd IVNCI° 3tl NIVINOOW N3 SS3F fffNrNtl'. 9111A3113 AtliA . 10 AtO �� 3a 3.w n=e AlN10P IpMNMYM arMvuari n Aee iw fw aanaN ' 3N0 3SVHd )I8Vd 1VN01031:1 31IIA3113AVd O! k° 3°9e`3 a E� a I! { {{_e_ggg� g; I. 111, �gjg9 3 s� `! �� igii j!1g !E �,j! off- �a]lls7,]sgt#ijsaaa at as as as Is 1 a a a �;ii'���,{illjl�� IN{,I+ i g�{ i i i m _ t ill! tl!lltl�ll!t 2t�ttMiill! , i it jgg-@3 7 1 .ee a: efl5 I ne a letef l f ! a ! e t i ! 1 .... l a.5 f t111f 5 t i 1 5 i { Pill i 19 i i iPi { 1 PI +;"a a 1 'a J Z 3SVNd 'NNVd IVNOIW d NIVINOoo 831553NSVONVUNV a millABLISAVi daw is All, RSo �P o w 4� =jw Eowz F� aG�rcu, R:88 —W5 6 U e o obi 'wH .02 -L,.20 o €wo p is-6 p3 o oz M 9 Lwow p �= >y w N=N_"yeys gg E wpd"i c o8w8a 88aa�48Z a �Sa� c0 ............... B O W tx. _ Z3SVHd 'NdVd lVN0103E1 = e NItl1NNOVl tl3lS53N i � a m? Y Yn i 0 a qp Miss`Ee ioia p ggeE / m o o s. d y. u t• � �J EG 3711A31 .0AtlifYiNYMtlY i f0 All, oox o$ o� i3�.o ya 8�0 �� = o Wpa bb zSu LL. :�6 � 'w `-w Wo w 'a `= P �o WG % $F83o S�sm�'�p'a�=w��°��� ..'a oho Sgow fob wa Fi-m2Y wt�sz '-Hal r awsz si$o�op�o�.o.=�Wp w—_ $a =�sw `o F se =�o a _opmW oom <o�§�o xa: Epos r=°�ww w,y3 w o��'"�' �n &�o m y ow8hHOP3 -.ie M.� ssres'sa °s�aa° s °�l= 57 wg= �s s l 4 II 11 ......: 1.1: .......... T tY I fll 111y S. I hhh II I I } ^\O II C k 7 II II I II II = I I - II '1 1. II - II II m II II u Z3SV d'NUVd1VN0lO2H NIVINOOW uaiss N syskvxvv 3'111A3113AVd no Aall t.3 c 0 _ Z3SVHd-NUVd IVN0103U ro'�„ -° t+4T N. NIVINnOW U31SS3N ap i.a 'gas: s s m� a z-v: i:.xeS,1,€ F \e e o srswvYlur' y "° m, e '011F1-- — �� d� 311iA3113Atli _ e�ai IYj: `tlM;g'ige��,a11 qye io ui� w 3 30 o Q �c4 Y `x 6ki W- 9 6 g8 a W. = om3 Q � H a i WHO M Soso Ym boo o w5 No `k'w HE w� owa za u mOsoo IOe s�SaS On. Op ms F ' o, 0si-4 r 3o�gwow ogo ohs w H H 'Y3wa g 3 gxmx o� >-6 a¢o w - x s r_zoaoo o - 'u 3 _ 5 - J w wi 0 S m° 2 °_ ° z _ Z w = a ° 3 Q m W g w ~o o °New a;g'o^$gag g_Ygs m °s ��t"4d she>5�NO m xa �i �.Q�Fr ~�mSo �.° °� eC 333Zi$ 3 . s; sFis��ii z. `wu°s ~' pgws w _ ig: o u¢ _ a s g a Ws owo�a w€ gs� g w 2F0 °wuS uS ¢wG 9- m ¢ iF ¢< o¢wSi�73 -°02 <xoo'1OSF��gwn uwi<Y 4 ,$ o; g'•"= s;s ¢ aooa 2¢p am= m-wsawap ,s�� „p oSw s a s a R 4 iss� =iiz=i 4a°°°°°doo°° ¢o¢aaava¢¢¢¢¢¢ oo ¢as��¢¢m¢¢m¢a¢¢a¢ Iemmmmm hem ....Mo..� Q mmmm tia � s p to„a p _ Hwy " ° _. aw ° gg ¢wLL w° �" Q4z <3 no `-'wow ¢¢9 f€ ' J' a LLF 'ge•�° s'g= mor az ¢ m So° _ w3:= °S o_giwm<¢�� aoi6w u!zu°i.osg ym'u wj. c`3 - ��¢' ° a=wig ¢ F'- �Fza¢i x - ° 4ig'3 o �. r`4C �3ym� ,L g£ �58 ...�..uuuuLLuuutG¢.¢ u�uvod6a Sii424i$ - ?��a �5ss '4z g'¢$$s �s 3 `¢° zj i g2 aY - gc = 6 o '�mwg g�yo.. Fk 4oxw. -�8 a gpo �° F ; ¢f'wa g5o =� z v3 '_ g yFw os 'EEe-°° km95ookgo�om 23��g=3`30�03oogJ �`D a°Fas= :g gads �g�gg�' 2�m wwam � .. a ° �Wwwwwwwwwwwww �bn.w¢Lwa»a,.e.�aaww.w•.n•, uo�S'.u`;`�ref'n.'3mra Z 35VHd'ANVd IVNOI038 Ova- NIV... N31S53N NN■Ys v °d i 3111A3113Avi $Z a 8= .�lir.3 Q do ♦in �� =� � o : ' xoueivxiaa ,� � -- EE ° a`=SH ° w w m "n a3_ fig' _ € w°`-�� - "s -mom o t°4 Tg". °gi3 m w s °¢u3 Ft io ffu Sf .B mj.moYm o _ SYZS �p LLxr °O `'3o Rm °on t000�o. =z°'m w g�aCse �'F. 3i �Sw ap ws w�ss oaao _ s.°°g3cFm" �u w w °'=°m :w =_ :o w ¢off _ �_;a,m g=o„mma o3'- �y�m<a��.�w = o" -� -_ 3--gq¢¢w a a3 -m m i�3i3i_822°� - 2-E «oaTMmm °' omgo '`°_ all a f w�ww aYi F^3 -¢ wa wmu�o� Sw y Z. Fo"g3: zmo p V"—IIFI of m 3 e °fie of �N o °�Qo,`<a aw„`"`s u °2 z zum rc m m a um.mm ym3¢�°n as"�� 36-5, - z m- S` woHb o H. $ Cwg ( } 00 \\x @»Ge | k ( � \ � »+ z | \[[ � sysmvwav m,jo § } � ■ , �� ., � \_-� � � : • � , - .' � �\ = � \ . `• } ! --��) !(|! )!!k! § _ RO : —ter M M � p�\\ l - � e\ \q\A,W . - .. _\ I & . � . — �» ! �� 4 . �— \ K\ �■ � ! ■ _ $■ � , � (���} :� ■ �� � { � .:- e] r.,,- ` , ! \-��—--� � m a 71 Z3SVHd NaVdlVN=M .i3y -ic, d=�` NItl1Nf10V1 N31SS3N !3> > s o sysavaav 31t1A 3113 Atld lw E � 3 Rpe 1 .. ..YY All w wJ 3 51 09 10) HR 4 RR NO w, ® % w ''• u fg �6 aim a Cj w� aw e° •� . �� �w� p O O O 00 ®w r r a� LLI N d OGVM'94i'9 w nuv®LbR M w ievAe �wnv+wi MUJ6wm[ wre' W39�H °ewg � oo no aY ww4wa i „off Ewa z 3SVHd -Ndvd lvnoioaa wviHnon NgISS3N 9YSNVNNY 0111A31 AOAiilo io u �S aQ-aoso wo� z a� "W d, g ti °gwl 08 x2 w yw„$ Zs0$a�3k �Sx 4w:Zo jj 905 I I o-- �l �a �a O:= ISz a °{ y� "n W w g U _ 4 w.= 3 yl � - a�g z��p .� e \§ \ CI %a /- ! ;.)... . 0 :GG9K«96@««a« F � I � � \ (� \� �e ■ e, __m \/ \ ER M 0 i..... N...l'dN0193a tµT NIVINNON y31S53N a +� w j ss a:m0 e0A,, a�ileaaa�� x ala? < �e i�� wua�exao z.va Asa _.,, .8.. 3 s ?5 o age„ MINE11 011°"e.ac 7 O 7 x U w Z f w S 3 i . s a 4 �# oss ow ® wg bi ss H th 3 sis-.c yzn mu mRfi =siwE n g Q q w o�q33§§ �m5 U vicezr m �944� m e W J W Z O 0 Z 5 a N W 3 w "Immilial InipRimimaRil - ZI Z 0 w J W r rn w I Z 35VNN 'NNtld ItlNOIJ3N NItl1NNOW N31553N is '":avyas Q ts c! 0 9YSNYMtl1AG I C 3 g x• C �;13 .w; "!e� d81 3l1iA3113Atli 6b'o; i:la�.l'TQ id kgg#a FLL�6 £ w _ ay =oa au -STm ZO "s aW3 a w IN LU O Wm¢mo°: chi 5 coo a swm$m MH N'Ws�m � ` J w��-330}' omoa,�3 awg3m -Tj ,wwmw ° amg�Pa 3� � $u g1-ag4gg� �isa���3 �os 9'0= iffl NON K-wi °s sa 5 Z° Y i e3` e s - qai =2 �a5 �3;s z tr� O Ul ZO w z In O Y U 3 3 W fn s � �34�ve Y y�4 �r E z e - WA sse .°L mwmii swa¢ -ro , E; i. -3IYG gsV 3�'1IAZ331SV1H3d AAtlUYiVdl'VN.01038LNIVINPOW N3lSS3N R YfY9NYMMRSmi a33sg I aa'a �OQ a $ do "ii° a s s s 4ixip eg£x xaum 30 O� e o 3�3 _ sq°'4u �g ya '� am-o dug ]aJ o QSa -ii9 J_ 4ia� o ® ®i.1 q - ?0 wo �r 'a c mow wwwm'� `3a �ml w �3mu T„ u`°3 N ales �m��w pso �:off LK LLQ ..- dwo"s_� wa o S � I f m e e � W aS p o 0. Rio" mw U J e ~ cllll m LL- $i� �`{�¢ a mw �<; �r�iF ti3n[xmi • I111 O ryry.�3F�9 m� PHIQ��=w Za�w F 3m3 w°w Czkw w�3 yk¢p Ii�l �� oS. ag w�a pY3 ° �gw .N �3 HL w ° I J � gllll � __ 11 1 • i III Z I 1 I^ • _ l � III IL om �Y to o flex =Y� {p A y{ay3yt s o z 3svad Havel lv31 z O 9Ej [ NIV1NnOn a31553N 1" s y S d byq y Id`s 9 C 3 b 4 • a_ BYf NYMUY 31'f1A8119AY3 . -'S�==�IS•�6 ILL 4 A a`O� ''Q <a : a s 3 a .52 m 4 wg1s° Sm P W e sisal atto of K Q 3 s° cw'do a mz„wi :w "5 W a ao „`<`o Ea W . o33sja mow ¢i Q, LL d,Es o3 �-" � 9�Rio c SUM z 4w 06 c 4N za ow - L .00 jg° a6 �so (� - hH;-¢ 8 S — w 'd z <iao 4, 6 Ob o< a a 9 O. Oct — PAS II��' F• p 3° p „CfU Me -ef Nam `d =2 -7 �xZ so"LL `RN o 0 t 3 Q ♦ m d9 sg` - `�re a z 3SVHd NNVd IVNOIDaN NIV1Nno" M31SS3N sysHr>t A 31111a3113AVi io ee25 3� 3 °O $� CA g859b416$ °pF 333a3a`sa33 33p333a3 333 w qa d ag^_8_aaaaaaa ���YBYaVdI� ' raga ,g:rnrn '�'8 9a'gn Y'Y gn '$'Y��dd W x > as>U_____ N F ws Ou FFFFFiF ZZ9 0 sC 03 �� FFFFss sF - r�nHC��Te•T d.•i •?. � 'a bbbbbbb b6bbbbbbbbc � oz 'Yaa= �o �F°3 $PO z 5888388^58° i vaeaa>aswww .g"w9'wwv88 -aaaaaaaaa 3 �u g6__a6aa_n_ �m4W�#�a�➢4 w ww J 'a �nuanF�$oae 7$ ❑ ' a�aaaaaaaa z �e'z'z ='z W. _ �LL'LxCCts<C N wgwaw°WWaWw ww Z LL � 0 33 3 Yz s^:4'�'z44 0. -aa-aa<aad @xCx 88°08�88w8 od<wi�dd��g z z aaaa-aaaa < a 888ww9aw" s � oaMo M 3:w8--R25$$ wsw ssg8sss $ w a¢ aw .F3� Fa sss^ag�saa� ¢owpp��Gi¢¢• iSwC. 8'$ Few Uw3z. 333z in ¢III° � a w F• n2z 4oa ow H ©x ¢4r O �pn .8<'s -z MH As. .8. n z 0 a w eao w 0 a .W. a83 Z - uu a ! � kƒ \weae�ƒ r )% «y ) )!)- `( [ §) G]#:#4RajeRa2) §!; .,..._..., ., . . !M a!; $) t...».... . Z3SVHd NMVd IVN01038 Q NIVINOOW d31553N y 3i3 SVINVIOW ag _ N G 3111A3113"d ao f s§ o z `a n a w LL mamm 0° ¢ u4r9i wo _ x I xK + v r�rF¢xx ¢s nN a �3�a wa 6 a 5 -yiw Cwge4s z os ow w �03° a ° � 2 ras2a u¢ a `S et z, y Mia � maw Pm un20a o <wu u Qo.on 2 U-+O s�wZ F� Z0 P.S. uw� Fa0 mown, �2 jF �m m m —_ e N� $ S a w -¢° r^ Mwm Oi 00 2°i On g 0S �� S Y� wyo3 , zm �9H 02 .a �o am9 Q °z yya wu o3a `°g'a 3wwi; LLFo¢3w8 g4o�F i�gi¢ wa z U z J 'caw°e W wzw zw H.Ne u2°-sNrc 3Cna � ss ga`aa° a;a00, z�o3w aye€aas M rvm - W zdw ¢�6 ia` rc a W. = _ Fm U z - n K U 2 O° ow z¢ Q� Qo Zu � w g k:g8E � z 0 o �O wad £ H. O�iS LLsuw os 55�4 7z2 -S12N ems= go&°2¢u rce�i �ez� Ow 6gw a°usas z 2C'u Zua 5�2- w6asusu� z wHiw'6"W No m^ LLa O OF U" a < $ z p S�awo ¢� e� =w 0Oia�.w]¢cV,^ LL_2 ¢yy aV>w aG _ u 7 ='aw sa au-ny auwiu ¢o OM 5 eNIV _- /prG _. : \ " � , \ -G. + _ §MM HE am � a � ; .I j §|) ) }&&4 , ƒj, U§ a\ )% j�.+ \d%§oo )ƒ(b\k(§ƒkƒdk� 2%\2} .mj\GkkG±GGdQdAƒƒ\Gd-\ Z 35VHd AaHd WN0ss103a In saatla °a a€ 3 '� ; R... rvlvirvnow a3,3N y s 5 i f eII� y 4 tYfNY MtlY 1'aareaasgZ➢' 3�• g :a BlliA9Aa8AY! w a9la' 3 N io aa1> 4w e oap v tl 4 �1 I I F- I na III III �I I I I �I II I I I 4 ' II II Fa I II I I Irll II �� I Z ' I I LLO q I I p� oa oai .. a ur sa as na I �I I � ' o I I I m Roa li li a z b �oo I I I I I — n- ® I w� '9 I Z m SQ3 , a �•5 II_a L Z O a = I I I I LL= rts� .ru ae .ra as nn Z 3SVHd'NaVd IVN01038 NIV1Nnoin 6318S3N _fi ai=0 4 fYfMYlllf 4s a Ix iM b\a�� £ 3111A31 ;oAYd .I tau <3t' yo uU oso5a H� 2. u o — o sm i -IIIII ILI wa •. 'ia w III a m `� Irl I=1 �w3 5 IT W�' fn- u�u um fA- A4 n 1O A4 a¢ w6w� �~ rco IN n ¢ 4 � 1 Z Z _ ~ • O i wN c H 4 S $ N- a W ® w g U Llg w uinF ¢0 3 Is.r.4 hx • g ,gw n°caa '=4 wp U®moo f1H ' hl PI naow c0 O o �^arc � O o 6 0 w �w 4 4 o-§ I m , a wn IF w <p MR F yzqj $ .rd Yd sa.um�'ffid'R wetus m�zuKwwm+trn�w+w�wr-m�zu�nK'nie'W3m6 ib 3 3 p q Z3SVHd NUVd IVN0103U �zspagias351sps 3 ` 1 .nR NItl1N00W L3lSS3N a� s v b, ;3 �' •h g fYtNYMtlY / ss G°om. Ai 811IA811AYd ,;;8q S �°+ ° I s"=° Pf e0ui> +e caw N H T I 4 . w - I Z w m W Vex 17 Mp I 3 � N� i ` 5 M 3 mews` Gw v N• i'SO u�z°, a ER o ® i�a9m w iti Z U a d Hwi _-. wa�ns��mrzwvee x.sewrorwv.vWwPoo�asswe'� a� I i 1 i , i i ii 12 2 13Svee -Nava IVNOI03a NIVINOOW 113lSS3N � �' m swomwma �iAal '1l 48 C� ES?} .LNAVd 40 A41 lO AllJ � oNfl Wwo I W O M i 3SVHd N8Vd 1VN01038 eR NIVINOOW 831SS3N SVINVNNV w ma - -- 3l1IA3113AlM . o$ d0 A1> zI C4 r O N �MVI , %\ mAUVd m� VA \ \ g Ao LLI IL y >\ }/§§ & .; ] � �\ �® � \ Q N 0 w ° y y°a $ 30 o 4 g� two„a as �w a� <wom aaw _ iw�goZ ¢z wo'x Nw A. wo o zHOW �puo�zgoa Mm�=�ip_w_fi oe� 22 �w z s3gg `°ioo wz_g °<SEoo'.>$a�o Z 3SVH6 MV8 WN0103N NIVINNOW 83,SS3N i" w a ' SVINV mY i`IA zC niIeaais, ao ♦a10 �� _: os��.�'vp�o ' wa w°6 ;t°�p a I a 3 ?emu w s�$'= ¢ w z °w z F«ONw5 :Sqi .� :C z' �0 3m ggw aw. ` w ° ° w.s:43'4 CowW p°g a�2w W HI �trt��Fy I "MH_ g;a„ �gef-kid o zw J F- N. a zgo 9i 13 �3 xuoc �w Ho wa '-M( �wrs-S Wsz ou-"wK2�o3 r INwo �HQ w FwY`xww`aY sLL s'O as3�=° o $ : Y°o- °4° wJ op a LL:6z z so Wes og� 0 '°:ss5 is yak:9@ z. wow �4 `°': ;1�a 7z 4�aaws3QWw _ N m N W n ww z w e g 4�� %& d� 4 S -6E 4x # 3 g a 3 o 'E il• 5� 5 w S 5%€ gg; O i eta a e r � e g % • 0 � � U"'� � � � V°� U�� ®�®��©®�� �"^J^'� L e $ e Sg S gB $ C v S m 4 F 5 J O § O Z O � 5 w n w m z3SV _ Hd'radd IVN0103a ��$ 3a fix F �•'e _ . NIV1NttOYi 831SS3N ea a a ®r, tYeaaaa ,^� G a �•£ 0 l/8111A8AL8Ari � =s 4 0 r _ _ Z eo g o 0 J LL A' Z O F 1 y _Z Uq =s ws�ew ow�vE�ai«wai.�m.d�o.w,.�..�a�..w,,,.oRwibxrn+ec z 3svNviNnow a3liss3A 5 4�8t?3Ea§�ii�-i 1. \ 3pg N l e m 4 3§Iag i 0 errrryrr'. 811iA8110AAND Z Q z O LU J J s a 9 J h 0 w W ❑ k �S wt a5 Y�g L\�l � ❑ � S S Loud d J U U u Lou s� Z II � ¢ V �r L LL E n� 55& J w 0 ate$$ s � 4: Z Z e W O W? I g's 0H c O g O `o Y3g3 a3z ga W Z o o. Z p F = PgBq�n m E U ° W m r.4 $ Z a' 6l y d3F3j$e W F Ia. 0 Z 3SVHd -A8Vd IVN0103tl NIVINOOW N31SS3N sysmvsav L111AaA 10AVd 30 ♦Iu O N f ' ra�c"5i"aEe,y ygqaa o' a€y 4 g i^vl�� —H \g Z36 NHd 'NYVd ltlN0103H - _- Itl1NNOW d31553N o =" m iYYNYMNY z o a' 010 n8 vwi0 �i�a •^¢ w E i d � YG - Ez as .. B��oO AH tl _R Ca 3 Bg N Sa d- m HEN �E k YY- 7 _ §5 gys4 gy w 3 Ass � l 63 �•� 8 "a s s U G. U g„9 e tili t J � SW 6� � 5�9 4gM 9 g3g= � Y N F o`a f :¢ : F J O w crxw rw�m�awva wu•m w�mrrvrw-���vr�v�wzisS�ifi�.g Z 3SVHd MVd IV001038 R3Y °a aafg4P xo.a I0W tl31553N fv[mvmuN�Ntl11 ♦llo 8111A8AL8Aa 3 a a 2 a la a h °p o o o Em sa W k o OF 03 - w$ 00 ado `3 § $ £_ saw 8 '° 53 x5 @ ww < H i g =o oo$g w 1$j E� _ :w & a a N o3 o W9w-3�oo gw o awreoea$ o a s$ OP a On 1.6 P" tW z SEw g° �e �°gm b — a FF 3 g a j= w O = 0 0 0 ,sg _ o€d�� z sus p a �a a_ �° s �zw s i < sg € m w s a N 3'.8 '04=€pyo 0 '�5 > w ooGsG a _oo x $a So 2 y w 33'wC� w w w w w o g= smi�9 »seas e > a 3 ga o 5 3 w'° 3 v ? z i 1 � 1 1 > Z Z g o� 65 -nH ww€ o = � �S w 5 o „ 3= „wp n J$o 0. 2 e s Q< 3 mF wa wg a 3 3 o 3s "a u, 9:E ;ore Uz 4 o o �i =s 'go 0, w 8 8 a 3 Y ° ` 12 q, " ii a q a a o, - ; � w: a :w °3 1 1 z :S w pU ey o 5w `�'€ 1 ' II F �5p aak'k'9 0� 4w z a�g mwg o=o '° ° €. w o^ 3 z I A II w -05. =- =.=0330 a oQ � 430o$ -'W Ce33="-z- aw Y4 `< $o �° °F pm s z ° a 3aj e:ooY�g4a yyaLLo �� g ` °.aes>o!Od�°dm8aoao333e i s'". o o� �. ya4 � 3m 0 i z Yi m w a�db °Z3 �'aa f. Go z$ `cg 2 ° < �'g~5- 22 o way aew z 3SVHd-NBVd IVNo103a NIV1NOOA 831SS3A sysmvxov 1111A8118AVA _ 10 All, r O G a C; nm a 3i g 2 o wgs'Q� o o MH d- Z 3SVHd'NdVd WHO10S8n, y3r. NIVINNOW H3lSS3N m o s akye9 j ;e3.";a;� tgsl b! i i w N sysmv uw N $'g'yi°agFzani 3111AH1 LoAYA — d 6 s �i IE' 6 3m i'il io'�Ya 6k8: x°wid�saa I aa� Q tg ❑ i��3 �°F — =oa g� LUa. xw u'riwz. 3 08 H ioo fi iW sawJ 3JNrWi1'J a t i rW zl J fig` ❑ Hux misxi 6 Y �k ii i 'g2 Z ��eW U w Q t�_❑ w fr{LIom ? W � "g a o¢- g�a�u 7 Fay E xo o ( ❑ °w `Q j�a`'sow U ° w 3 H 4 � rw Q As III �O H •� 'JZ I a 53xre� m r -e 8 � w=w ¢ v8 Y Ef wYo @ 5 e.iw wo 3 $y _ w-W tl b m s �So J wN�io z� HE bi _ _❑ ¢WO age w a W W W w Wf'aM w g p w ¢ ❑ d y\ LL M1 b a z w ❑ ate¢' oaw Z ❑ Q � w u¢w� � rc �gwg � F M1 b ❑ _ JN' a_ �$ J =o¢Wz ❑ w �oOw w ~� w o li wao W ¢°w1 Z m LL 531bVA 1b3N11 ¢ �LLN w ^� wew'xm�a�e�2wvwemewwvwvWm uau�ow'wiBFiJm a ��Eae9ea a+e=s� �aa Bze: p:6�:i _ Z 3SVHd'A8Vd lVN0IOa8 - NIVINNOW 8alSS3N tlgMltltiv . � p S17tA811SAYi . - do •al> t ® s ® m 7 a b yF a - ` Q � & k oay �3 N c d N i 4 -w+ ?P>T e8 0 U 3i i; Pq H ul m I li�Njo=�>gp K q° e ee Y�'• � ���i �oa� 3¢� E a > ' Map N_$ do > M a SHE--9. - w� �a a.ms w -_ 'p°wi -;n giC eNp W ?$zH =1aa ��;nW o°a u»o573. a3=Fj gKHW,'=#lg omow -H ergs g32 �4IP 3`'uw 'w S: Wuzo 3.F 3��e�y� �w z`' zauam tii F5F5 4 flH „�sg����g gg �W �F 3 z5'Wm$`ao� o x aow c»a50 3oe'Ru nA HER 3w343wx�3� °C i333 .1129 r3asw w 4 w o° ..4 z Y ° ; 3g W" w o s r O 6 i 35VH8'NBV8 lVNOIO3H NIVINOOW L3lSS3N c� a� P9 m %5Pt� m S BIIUaA Ari . 0 1♦ u� " W - 1 o �T 4 0 Us j.. - Z3sVNd NaVd IVN01538 € g b t Y DIM NIVINnon a3lss3N fYtMYMYYp_ 8111A8110Ali, x 3 a.ii Lou xaunn n. nva na � 5 e 9 a C § 5 �= a a s H g s= a' S R `s r g; YLEg�e oaf � e de.; �3 4 4 gas;=saw a & 7 e s seam $ k Y s. Hai's 47 4 § e g $ y^ .` $ i o $ a s y 5 e$ 3 AaZ"sQ se" s: a s 3y;gg� a e„39 mev 3g3 e s a w 'a�q�=°�=F"a �� f§ay' Ion e „ $ z miy aco $6� �s�a 53' an9go a,$s s 9 1 u m Yey 83eos gs g$ e e §z s s e$ a£ i orgyn°c3 is b 5 9 a 1 s g '� alai t N Pq. y � �' ,a R � � w $ H az R� � N R g4 a£ 4 k }ay 3 Y Yy' k E &a�Vm�# i'lkY� Ali Y��91a2 a 7 gg 4 i Y '� k' a ge$ Y lip 5 gg =$ - dIR o$ 33 : p v $7��$& �$s"s.''�M I q§ s � §ws 3�� t HK;£tl : .. oc' � i9l? �t. 8 € $ i^ � U H $ s �g a"y � 1a pp� o¢ Sy g3 F a a she $e ap $$oa$a E'g 5g R 83 S S 8 0 o e i s® F EO �O b. i e "ear m e� s ®®fin® Go ®IE�®�m�a®« 3IVN0103M m, § ;)>!)\a( Z 3SVNd N Vd 1VNOM3 NIVINOOW 83iS53N sysmvmuw ■911A8111AVi . JO All] Ed.:: z i R G 3- W mm�mmI mm�C:. IS d 8171AZ331SV1Hd ANYBVd I.VN�01J32 NIViNnon i3NSS3N�SVSNVNNW od qmi A? TGW .�' Win•==^�•-!aR•ARx^AARxa a9.. ex s_ f sea a J qg d: Y �„•m<!!l±sRp!.ARRpAA sa: �„..<x^+mm - .RAnREA k0 A39: ER$ n � 9R aARRRRRAAaP.RR Z n f 6 § 2 a P � • SS _ d Y Y FRRRARRRB„aRRRRR � 6 g a J o�l qq? 3 S 9 f wc�e a ommnw xa rei�rtnwu�ar,mw-c o�uz��a�. /srd Z ,J\ Z3SVHdm t/ ^� IIIIIIABLIMAWdovsmvliuv § © 7 ( g2. i6_ \/ /\ ---' r- ----- ? \ \ �� ! � \\ \ ; R| ++ ® t,� )} § ({ Z 3SVHd N8Vd IVN01038 ^ 0 NIV1Nnm 831553J1 2 8? e3 e w / 9w 81LA8118AYd m -eeaoggaF�tp3 , — io A113 m 3 » IS„ a W W F � X 3,°h � _ ���R�q„�n. �s ".� 339 =oc. Ug=C3 qu3a Dow m§50 V //� o}a �3 6 F �o a iZ S we= ws33 �. �.i g Rz aws sk' d O °u s Yo�w � a � no (L w Po wp 0. 9HE m $ns w. O z. o " ss° s w�.�rcWc� W :g o n 8 spa m $2 9um ���,�z. 3Z��s 9pp wow a"°F :ww� o u j uz3 zM 3='RUA n a3 a� 94 02.- �&_" o op°Y Y5 P w 4 oi34 H8 oc ° _� a wu ao? W So o s'>^�y?w p w$"° 3 9w po :yam o Z € a dY2E q$ 4 ZHF I zQ ¢ ° € - /�Y w-MW ag Z � gS - 1�111 MF< .e Z 6 y �41a w$ a $E,Rgc � liT7 O '"Sa U - €s�& e; �€ ours �= ~ a w ° , y� 9 $E,,yygzx ul 7§ °sa yaYd C�7S _Q�§ �( A ©ISS11111a1 ®�r���iacan0 ©EEEEEEEEEE oEEEEEE��EE oEE6E��EEEE oEEEEEEEEEE o9E90CEEEEE m COME:m 111C NO ��0� llm Im m RIVER .\§ z ! r c1� LU=3IL - s ° �k }§ , /j L moo N9 ?xffl-;; P.M N `31. 4dw At 'mom tl wmW �� gEo�mwis�5 o W3a'4 H.z'9 NwW4�.�¢ z s - _ y'a x . 3 ^ z o u 8 ;�"S' 8o4og.as ge Y'g a3=m'"�4 $ ww' _CSom s y e$ mmW�S E �a>x' :a W tW yw. m$.=W oe�Wm 3"iY$�� HewaY':' �5 $'w ;$=ww 3=u-um• uu.ina iy4 S¥: �S� zW4':.x as �$a„n�a8.eg'F �a 4 as.Nd.or "�` i aw_ - - aYw�oum3 3:wJ. $�: SYogns Nu .'.�&"-'' '��'3 :Wi'$a �WWym.S urs w•Wz ' Q ws: �i. reroiW =LLa o '"3a`aw g„4�asGm$ uoa4JOepw; F a � N I'-- �� W"='tea >W .%FyFEmtyW` Via; a �i�maY n- yy e .Fsnzw?ze..&e's o 4ao NLL `n. �m w.n i]Nx=Cmw a`�¢T� g=3 ...yWz Szar - ¢i i�.i = S rP88E$a98eFFFFlw - 3o N3 0 =8ii :`a „r y=wtla s :: uy mw am N„d�= 4' N�mB m m '8� NaF N C:.A w•e_:da=�N�. ` €�jFm a'ymug$mg �d �`E:m w omy= mWg 8w�mmg y'oyq y 3 � ggmS�Y z- E3Rn Uzi wu uxMw.m au� d:Q3,WW'r. fig„ M 5 _ xW�: e N:: W. "A o Y a E z w my a�W W n .Nz w H o �;m `sg:srm �a's.weyWW�a'og m :'�m s's$ ir4 �Ew�iiiS.S ci=e uiu}W8�5E3G w 2_ > O O �R . P � x 2 0 �� n. � m w a� w m o wm- o O -x a o . � a � Wx 0 :oa obi o � � Ro?O% ii ck LL o O vu°s Q Ln oo> OQo ww� o N Z � y x9 O p= . o O ® O O a s g v E>< 3 s ' a Y�� a 3 �� • a k � C Y � k g�5 P, JieA\ . W:4i 22 9a r "o i 4a' 4u 2 !at W ¢a _oWw :34: 511 r:.l� 495?agag�@�ei46g "aim kY`-amt?'8yy W" zk8. a` Oa Y ui9 a8p9� Yi io eqs pe.p:" aa.s �ayW g9'�..` q 0 g gg g2� % - -a— " ---------------- 3 a� Y _ 6- ,/b 0 7 3Y/1r �YaQ �� n� 7i � b= • � �� �� ke �� Sim �� e� S' ilz m A �� W? 4.1 �a S:S §i �a -S g� Ye e= a�s�saW=ea „„Y e4mwme �S". �3dsa.��x3WW3s �y e w�eyNE�"�wa�m tl et y..NEk��'=:ram AM AAA v$xt %Y135.i .. 5 � �j3 .5 4. gig�- g ¢ � � •� AA A fi'r O�j A j Ip �FA A FY 4 Eg °1v a ig +9 is a g :xe 4`4 E$ E3_ w�es WIN e c3a-ygs�""r s SE5� �itl 9a"x vs"z, yEYg y';�s Sri xc 35o'S4°g�e�� m44'9 ggn F €G n 5 gy!Y 3 m�6pp� ® s: ays 1 1 11{ 9 9 i 4141H11 � 1 i a �IC�LOT e � e c 1 .g % s Y 4.Y a x'g b w ah- H I ' YIE -'—yam 35 Yes w wes F A "3 E 9 e48 3.z s5 _�'$ �.": see "aW$$eie'n € g V5m as 14 W. 3�_ y"eaEvy €' YY E�aos'kn�a X 'Yffi'We:•� W�y€�3�'3g. $4NOM �� �� paao„ ' S--2ev sil. 9_g, pat 3 AM O O O p p i � a Sri, gg s MR 11 c rSz vas '�e0 6 o zg�, �c s0 mg s m o 00, N m e 9 r o oB°Z w & S O1-21 - U gg II I? W Kb SO p II ♦ N — e q ^ 8 II II � � � 4s G •'• ri n a SW i �$ pnp 5x �$ o e 91 7-9 aT Uliy oT Y'ayeiieviiie, ArKansas Bid 20-86, Construction - Kessler Mountain Regional Park, Phase 2 Addendum 1 - Issued 12/03.2020 Total of 66 Pages www.GarverUSA.ccm December 3, 2020 Addendum #1 To Plans, Contract Documents and Specifications KESSLER MOUNTAIN REGIONAL PARK, PHASE 11 This addendum shall be a part of the Plans, Contract Documents and Specifications to the same extent as though it were originally iicluded therein, and it shall supersede anything contained in the Plans, Contract Documents and Specifications with which it might conflict. Note: Receipt of this Addendum shall be acknowledged. Failure to do so may subject Bidder to disqualification. Addenda: 1. The Pre -bid meeting agenda and attendee list are attached. 2. Engineer responses to contractor questions are attached. 3. The fille transfer agreement form is attached for the release of the project CAD files. Please sign form and return to ztmoore@_garverusa DT to request CAD files and files will be emailed. 4. The geotechnical report dated March 27, 2020, prepared by Terracon Consultants, Inc., entitled Geotechnical Engineerinq Report -:Kessler Mountain Reqional Park Baseball Fields Phase II is attached. Q610Z gS AT E OF ARKESN AS By; '�_A LICENSED zach Moore, P PROFESSIONAL Project Manage EN I� No.15657 Attachments: 2020-12-2 Kessler Mountain Phase 2 Pre -Bid Agenda and Attendee List 2020-12-3 Engineer Responses to Contractor Questions File Transfer Agreement for CAD F iles Geotechnical Engineering Report — Kessler Mountain Regional Park Baseball Fields Phase II Page 1 of 1 www.GarverUSA.com KESSLER MOUNTAIN REGIONAL PARK, PHASE II CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS Pre -Bid Agenda Wednesday, December 2, 2020 — 10:00 a.m. 1. General Introduction: The project includes, but not limited to, construction of four new lighted baseball fields with a central building facility for concessions and restrooms, storage building, bleachers with overhead canopy, batting cages, parking lot with landscaping and lighting, irrigation, water and sewer lines, reiaiaing walls, and sanital'sewer plant expansion.. a) All bids shall be received by Thursday, December 17, 2020 before 2:00hili time utilizing the electronic bidding software, OR by submitting a sealed ' e City of Fayetteville; Purchasing Division address listed belo Submitting a d ctronically is strongly encouraged. A public bid opening will ke corVucted sho the deadline at City Hall and livestreamed at h s://wwn .com/user/ tte�villear. Late or misdirected bids shall not be accepted. Vit o Fayette,' e a nolf t be responsible for lost or misdirected bids, or failure of technical equipment. b) Request for bid 'n arprtations mu t submitted by 4:30 p.m. local time, Monday, Decembe 7"No Addenda will be issued within the last 7 days before the date of opening wever, an addendum that a the time, date or location of the bid opening maybe issued as little as two (2) s '%efoe the date of opening bids c) Garver will be providing part time constr 'on servation for this project. 2. Contract Time a) The Work will be Substantially Compld within 420 calendar days after the date when the Contract Times commence to yin as provided in the GENERAL CONDITIONS, and completed and ready for final payment in accordance with the GENERAL CONDITIONS within 30 calendar days after the date when the Contract Times commence to run. b) Contractor shall pay The City of Fayetteville Five Hundred Dollars ($500.00) for each calendar day that expires after the time specified. 3. Normal Working Days and Times/ Holidays: a) All work at the Site will be performed during regular working hours, Monday through Friday between 6 a.m. and 6. p.m. except during scheduled park events such as evening ball games. Contractor will not perform work on a Saturday, Sunday, or any legal holiday. Contractor may perform work outside regular working hours or on Saturdays, Sundays, or legal holidays only with Owner's written consent, which will not be unreasonably withheld. Page 1 of 5 www.GarverUSA.com 4. Utilities: a) Contractor shall coordinate project construction with Ozarks Electric for the relocation of the overhead line to underground line along the existing water tower access road as shown in the plans. Czarks Electric anticipates the relocation to take two days or less once conduit has been installed as part of this project. Contractor shall notify Ozarks electric a minimum of two weeks in advance of desired relocation date. The overhead line shall be maintained in working order until relocation can be completed by Ozarks Electric. 5. Sequence of Construction/Maintenance of Traffic a) Emergency access to the water tower must be maintained at all times during construction either through the existing road or the proposed road. b) All traffic control devices used on road construction shall conform to and be placed in accordance with the la-est edition of the manual on uniform traffic control devices for streets and highways. Two-way traffic shall be maintained at all times. One laps with flaggers, two lanes without flaggers. Contractor shall use traffic drums or deli r posts to channelize traffic as directed by the engineer. All traffic drums Shall be plat at 25-ft. o.c. for extended tangents and at 10-ft o.c. for curves, tapers, and near, intersections. c) The contractor shall take reasonable measures to protect the public from construction hazards such as secur ng work zones within the park from pu icaccess as approved by the city. This will require installing temporary fencing, warni n"ge, or other measures as directed by the Engineer to ensure the safe a public. These measures shall not be paid for separately but considered subsidi t ter items. 6. Construction St a) "Roadway Qsl�ction Con�e added as a Mi item in the bid form via an addendum. It will be the contractor's responsibility for construction staking per Section 111 of the Standard Specifications for Street and Drainage Construction. Materials Testing: a) City will provide materials Conditions Section 13.)3. b) Contractor shall be respor inspection or testing require Supplier of Materials o E( Materials or Equ,�{'i incorporation !Rtn� r . 8. Permits: a) SWPPP b) City Grading Permit c) City Building Permit for Quality Assurance testing per General fof and shall pay all costs in connection with any mnection with Owner's or Engineer's acceptance of a mt proposed to be incorporated in the Work, or of for approval prior to Contractor's purchase thereof for 9. Insurance Requirements a) Per the General Conditions Section 5.02. Page 2 of 5 www.GarverUSA.com 10. Buildings a) Restroom/Concession Building i. Wo•k completed and accepted under this item shall be paid for at the contract unit price bid for each as listed in the Unit Price Schedule, which price shall be full compensation for furnishing and installing complete turnkey building as required in plans and specifications. ii. Epoxy Flooring b) Storage Building (20'x30') i. General Steel or approved equal ii. Shop drawings of the complete storage building layout; includes cut section and connection details. iii. Three sets of engineer stamped and sealed engineered drawings including foundation design. 11. Landscaping and Irrigation 12. Artificial Turf o r � INFIELD PLAYMG FA AstroTurf Diamond OPS (1.5") 52 oz. o Appro d e Color: Terra Cotta <N OWN G ELD/FOUL TE AstroTurf Root Zone Diamon d OPS (1.5") 52 oz. APPro equal Color: Green BATTER Ox/CATCHE R AstroTurf ERA Root Zone Diamond Blend OPS 90 oz. Color: Terra Cotta or Approved equal 13. Shade Structures * �� a) Manufactur : Su ' r Shade b) Model #HA IN ANTILEVER; Hanging Cantilever Shade Structure; 14' wide x 24' long %x 12' tall; hip oof; with glide elbow; in -ground mount: fabric color: Forest Green; Structure color: Black (powder -coated) c) Superior Shade Structures provides stamped footing drawings, specific to the site, as part of their services. 14. Bleachers a) Product to be revised in an addendum. Page 3 of 5 www.GarverUSA.com 15. Site Lighting a) Sports Lighting i. Musco LED Lights ii. Ball field sports lighting shall be shall be measured and paid for by lump sum at the contract unit price bid with fixtures, poles, supports, foundations, grounding provisions, associated conduit, and appurtenances as accepted by Engineer. This price shall be full compensation for furnishing all materials and for all preparation, placing and installation of these materials, furnishing and installation of appurtenances and connections as may be required to complete the item as shown on the plans and for all labor, equipment, tools, incidentals, and appurtenances necessary to complete this item. b) Parking Lot Lighting 16. Water and Sewer a) 8" WL and hydrant. b) 4" Sewer service line c) 6,000 Gallon Equalization tank q i. Cost for tank shall include any repair ,of fence and landscaping required as a result of tank installation. ii. Acceptable MaAuf t%ers: Con ',er jSolutions Inc., Conroe, Texas V 0 ♦ 6 Page 4 of 5 www.GarverUSA.com 17. Earthwork a) Boring logs provided in specifications. Geotechnical report can be provided upon request. b) CAD file can be provided upon request with signed waiver form. Waiver form will be issued via addendum. Sign and return to ztmoore(o)garverusa.com c) See earthwork notes on Plan Sheet C301. d) Earthwork plan quantities assume a stripping depth of 12" will be required to remove topsoil within the proposed pavement and building areas. e) Pay Items i. Unclassified Excavation (Haul Off) (Plan Quantity) ii. Unclassified Excavation (On -Site Haul) (Plan Quantity) iii. Embankment (Import) (Plan Quantity) 1. General fill (non-structural fill) 2. Addendum will be issued removing "Plan Quantity" for this item. iv. Embankment (On -Site Material) (Plan Quantity) 1. General fill (non-structural fill) v. Select Embankment (Plan Quantity) 1. Select embankment includes all material placed within the horizontal limits of proposed roadways, parking lots, or driveways (in locations within one foot of the back of curb or edge of pavement), and within the horizontal limits of concrete heavy duty, within two feet or 8 inches of the top of subgrade elevation as required in the Plans. Select Embankment material may include a ro don -site or approved off - site material meeting the requirements o�s tiofi 202.02 (c). �� Addendum will be issued clarifying dept uired to match Plans `1Z5 a. 8" Select Embankment i. Parking Lot . Driveways 1. v. Gravel Accessnve v. Heavy Duty,crete b. 24" Select Embankment i. Para IIel Varking vi. Undercut and Backfill (not plan quantity) 1. Assumed 1-ft.,Vder the following: a. arking Lot veways G vel Access Drive Heavy Duty Concrete 2. Assumed 2-ft under concession/restroom building. 18. Addendum a) Discuss process. 19. Contractor Questions: Page 5 of 5 t City of Fayetteville, AR Bid 20-86, Construction - Kessler Mountain Regional Park - Phase 2 CITY of Pre -Bid Meeting Attendee Report - Zoom FAARKANAts t.E 12/02/2020, 10:00 AM Topic Start Time End Time User Email Duration (Minutes) Participants Name (Original Name) Andrea Foren David Garcia Kinco Constructors Britt gfortuna wvinson Steve Smith Rob Green Adonis Bwashi Rebecca Walker Jeremy's iPhone Brent Thomas 16207788581 Jack Cartwright Branco Enterprises ryan heiges Ron Lengel jeffreysalmond Zach Moore (Garver) Ted Jack Patrick Capron Amanda Beilfuss Byron Humphry Ron Petrie Scott Lea - Branco Katlin DGLouton 16367066726 ddwyer RFARMER 15015198647 Albert Tjoclinton 18167396462 Kimberly Kimberly's iPhone 92903858626 Pre -Bid Meeting: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 12/2/2020 9:55 12/2/2020 10:42 aforen@fayetteville-ar.gov 47 37 User Email City of Fayetteville -- aforen@fayetteville-ar.gov benchma rkconst@att.net robg@acsplay.com City of Fayetteville Total Duration (Minutes) 47 48 48 48 48 48 �(�\) 47 V 447 7 V 11111_0y1�i/ 47 P 48 47 r 5 jack@hahn-enterprises.com T ♦ 45 44 44 ♦ e \Vv/ 44 44 44 44 44 City of Fayetteville 44 44 ♦ 0 IV 44 44 44 43 33 42 40 38 39 37 18 22 ENGINEER RESPONSES TO CONTRACTOR'S QUESTIONS (12/3/20) Contractor Question (11/25) Specifically, the plans call for epoxy floors but the specs are missing the epoxy flooring division. Need to add epoxy flooring division via Addendum. Engineer Response(12/3) An addendum will be issued with technical specifications and requirements for epoxy floors. Contractor Ouestion (11/25) Can we substitute the Sherwin Williams Epoxy flooring system for the Sika epoxy system. Engineer Response(12/3) An addendum will be issued with technical specification'bequirements for epoxy floors. C Contractor Ouestion (11130) � P Regarding the cantilever shade structur o ind any n this. The Orefer us to C420, but there is no detail, only a description. D have a Jltoa f the shad r re? Engineer Response (12/3) �►` A detail is not provided in the plain ause the er of the sh e s ure shall provide stamped details and footing drawings specific to the si ei t oftheir It is our understanding the supplier, Superior Shade, provides these is with tF ;Moftheirproduct. Contractor Ouestion (12/1) Qual Light - option for lighting Engineer Response (12/3) The project specifications do to the MUSCO lighting system. However, the city is willing to consider alternatives to MUSCO sports lighting if information is provided on the alternate lighting system for the city to review. Please submit this information ASAP in order for the city to have adequate time for review and consideration. Page 1 of 2 Contractor Ouestion (12/1) 1 was working on providing a substitution request for the bleachers, but my supplier said they could not quote this project because the bleachers specified do not meet code. According to our manufacturer, if the first row is greater than 12" off the ground, a vertical aisle is required. The Belson bleachers that are specified show a 17" seat height, which may require a vertical aisle. However, the specs state "no center aisle". I'm no expert on this, but wanted to inform you of this potential issue. If you can provide some clarification on this, I'd be appreciative Thank you. Engineer Response (12/3) An addendum will be issued revising the bleacher product to meet this code requirement. Contractor Ouestion (12/2) 1 see in the bid description that there is a sanitary sewerptaan�nt expansion but don't see anything mentioning it in the drawings or specif cations. Coul NN0ify if there is sewer plant expa0au on this project? Engineer Response(12/3) Plan sheets C-551 through C-553 includ 6plant ok plans and -eic Equalization Tank provides the technical specifications. O Q' • c6 C>` Page 2 of 2 www.GarverUSA.com Per your request, Garver, LLC will furnish ., hereinafter referred to as "Recipient", with electronic data owned or maintained by Garver, LLC, hereinafter referred to as "Electronic Files". However, before the requested files will be released to you, an authorized representative of the Recipient must agree to the following conditions: 1. The Electronic Files are transmitted at Recipient's request solely for Recipient's use and do not constitute record contract documents. 2. Garver, LLC shall continue to retain the original Electronic Files that will be furnished to the Recipient for documentation and record keeping.rposes. n 3. Recipient represents and warrants that if Garver's name and/or logo, professional corpo a ion stamp or professional engineer stamp(s) appear in the Electronic Files, they shall be deleted and deemed to be of no force and effect.' 4. Garver, LLC shall provide copies of the Electronic Files to Recipient; h EI!Garver, LLC provides no warranties, expressed or implied, concerning'the occur y, r ectness or completeness of the Electronic Files, and Reient agrees to ind ntly verify the accuracy, correctness, and completeness of the Electronic Files for its o oral or written information or advice given by Garver, LLC or any o/its agents or empl eeal shall create any warranty or guarantee not granted by this agreement. 5. Garver, LLC provides no warranties or guarantees that the means or media of electronic transfer of the Electronic Files is free of computer virus, and Recipient acknowledges that it has sole responsibility for assuring that such media is free�of any viruses prior to any use thereof. 6. Recipient waives any and all claims for damages against Garver, LLC which may result from any use of the Electronic Files transmitted pursuant to this agreement. Recipient hereby indemnifies Garver, LLC against any thirdpaV claims resulting from Recipient's use of the Electronic Files. 7. The providing of the + le to Recipient from Garver, LLC is not to be construed in any manner to be in der atioarver's reserved or intellectual property rights. 8. Recipient agrees it will not release any information in the Electronic Files to any other party. Other interested parties must contact Garver, LLC directly with their request to be furnished with the Electronic Files. 9. Recipient may not assign its rights and obligations under this Agreement. Please indicate your acceptance of the above conditions by signing this letter at the place indicated below for your signature and returning it to me. ACCEPTED: m Title: Date: Wtoess: Irerracon GeoReport Geotechnical Engineering Report ®w 'g Kessler MoAa Regiona irk Baseball Fields Phase II Fayetteville, Arkansas ♦ March 27, 2020 1 �� .�V p Terracon Project No. 04195194 4' Prepared for: PGarver, ILLC N Fayetteville, Arkansas Prepared by: Terracon Consultants, Inc. ♦i�� Rogers, Arkansas V 1 March 27, 2020 Garver, LLC 2049 East Joyce Boulevard Fayetteville, Arkansas 72703 Attn: Mr. Ron Petrie, P.E. -Senior Project Manager P: (479) 527 9100 E: RSPetrie@garverusa.com Re: Geotechnical Engineering Report Kessler Mountain Regional Park Baseball Fields Phase II 2600 West Judge Cummings Road Fayetteville, Arkansas Terracon Project No. 04195194 Dear Mr. Petrie 1 rer_ racon GeoReport We have completed the Geotechnical Engin4tsurfacE s for the above re study was performed in general accordanceaeon Pr�I NNo. Pa 8, 2019. This report presents the findin ex a nand recommendations concerning earthy��' Q) In ding slope tabi analysiI construction of foundations, floor sl is to vemepikidM4sproposecifQlp We appreciate the opportunity e o service� u n this concerning this report or ff of further*eiNe-, please) Sincerely, ^� [` Terracon Consuttants, In O CerL Of AuM. M CA-223, Exp. 12I31/21 O A This bldd August geotechnical design and have any questions ,t f Micha2I H. Homan, P.E. Nathan A. Payne, Senior Principal Arkansas No. 15663 ci Terracon Consultants. Inc. 113 S. Dixieland Road Rogers, Arkansas 72758 P (479) 6210196 F (918) 250 4570 terracon.com REPORT TOPICS REPORTCOVER PAGE............................................................................................... 1 REPORT COVER LETTER TO SIGN............................................................................. 1 REPORTTOPICS........................................................................................................... 1 INTRODUCTION............................................................................................................. 1 SITECONDITIONS......................................................................................................... 1 PROJECTDESCRIPTION.............................................................................................. 2 GEOTECHNICAL CHARACTERIZATION..................................................................... GEOTECHNICAL OVERVIEW ...........................................................�!►_,...... EARTHWORK..........................................;............... .......... SHALLOW FOUNDATIONS........ ................ ................. �y................... V DRILLED PIER FOUNDATIO S............„ SEISMIC CONSIDERATI® ......... .............................. FLOOR SLABS......... PAVEMENTS........... SLOPE STABILITY .......... GENERAL COMMENTS........ FIGURES...................................... ATTACHMENTS ............... Note: This report was originally online at client.terracon.com. 11 12 13 14 ............................................. 16 ........................................................ 20 ..................................................................... 22 .......................................................................... 23 in a web -based format. For more interactive features, please view your project Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report Irerracon Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas -- March 27, 2020 ® Terracon Project No. 04195194 GeoReport ATTACHMENTS EXPLORATION AND TESTING PROCEDURES SITE LOCATION AND EXPLORATION PLANS EXPLORATION RESULTS SUPPORTING INFORMATION Note: Refer to each individual Attachment for a listing of contents. Responsive ■ Resourceful ■ Reliable 2 Geotechnical Engineering Report Kessler Mountain Regional Park Baseball Fields Phase II 2600 West Judge Cummings Road Fayetteville, Arkansas Terracon Project No. 04195194 March 27, 2020 INTRODUCTION This report presents the results of our subsurface exploration and geotechnical engineering services performed for the proposed Phase II Baseball Field additions to Kessler Mountain Regional Park to be located at 2600 West Judge Cummings Road in Fayetteville, Arkansas. The purpose of these services is to provide ation and geotechnical ejlgineering recommendations relative to: ■ Subsurface soil (and rock) con � —■ Found n esign an o truction ■ Groundwater conditions /� ■ Fldor slag design struction ` ' • :,. ■ Site preparatior. and earthw°Seismic site si ion per IBC ■ Hillside cut stability 11���////// Pavement n nd construction • V ■ Excavation consideration � /+ ■ Light pole foun , io The geotechnical engineering Servi for s project included the advancement of eleven test borings to depths ra ing from app xi tely 5 to 39 feet below existing site grades. Maps showing the site and boring Io rZ shown in the Site Location and Exploration Plan sections, respectively. The re ults he laboratory testing performed on soil samples obtained from the site during t Id exploration are included on the boring logs in the Exploration Results section.* ` SITE CONDITIONS The following description of site conditions is derived from our site visit in association with the field exploration and our review of publicly available geologic and topographic maps. Item Description The project is located at Kessler Mountain Regional Park west of State Parcel Information Highway 265 between Fayetteville and Greenland, Arkansas. See Site Location Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas March 27, 2020 ■ Terracon Project No. 04195194 Item Existing Improvements Current Ground Cover Description lrerraeon GeoReport Soil fill was placed where the new baseball fields will be constructed in late 2014 to 2015. Mowed grass and trees. Existing hill to the west of the proposed baseball fields. Elevations on the Existing Topography hillside range from about 1375 to 1355. Elevations across the baseball fields and parking areas range from about 1355 to 1325. Pitkin Limestone, Fayetteville Shale (including the Wedington Sandstone Geology member), and Batesville Sandstone (including the Hindsville Limestone Member) PROJECT DESCRIPTION Our initial understanding of the project was provided in our proposal and was cussed during project planning. A period of collaboration has transpired since the project was initiated, and our final understanding of the project conditions is as follows: Item Description Information Provided Conceptual plan dated January 2020 provided by Garver The project consists of the Phase II ppggrtion of the development of Kessler Park. Construction includes four beteball fields with a centrally located Project Description concession stand( restroom building, light poles, parking area and artificial turf infields. The hill t the west of the ball fields will be cut to increase the area of the ballpark. The pfolect includes e-story building with a footprint of about 2,500 Proposed Structure square feet. The building will be slab -on -grade (non -basement) and will be constructers the central point to the four baseball fields. Load-bea4pg m onry walls Building Construction Ndd frame Slab -on -grade Finished Floor Elevation Concesion stand/Restroom building: 1338 ft. Maximum Loads Walls: 2 kips per linear foot (klf) _ Slabs: 100 pounds per square foot (psf) Up to 15 feet of cut and 10 feet of fill will be required within the footprints of the ball fields to develop final grades. The crest of the hill on the west side of the site will be as much as 40 feet higher than the final ground Grading/Slopes surface within the footprint of the ball fields. Final slope angles of as steep as 3H:1 V (Horizontal: Vertical) are anticipated for cut into the hillside on the west side of the project site. Below -Grade Structures None Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report lt��r�ccn Kessler Mountain Regional Park Baseball Fields Phase II ■Fayetteville, Arkansas March 27, 2020 ■ Terracon Project No. 04195194 GeoReport Item Description Free -Standing Retaining Walls I None Pavements Estimated Start of None 2021 drives GEOTECHNICAL CHARACTERIZATION We have developed a general characterization of the subsurface conditions based upon our review of the subsurface exploration, laboratory data, geologic setting and our understanding of the project. This characterization forms the basis of our eotechnical calculations an valuation of site preparation and foundation options. Conditions countered at each expl nt are indicated on the individual logs. The individua g can be n the Exp Results section of this report. IOWA Western Slope: The hill on the western side o the s c ised of le at clays overlying shale to boring termination de s of 39 feet. Th table e is a summary of our findings from borings S-1 thr�u E. Approximate — Depth/Elevation to Stratum Boring Bottom of Stratum Material Encountered Comments i. (feet/feet) 1 All three borings ch Topsoil 45 to 18.5 Medium stiff to very 2 All three borings Lean to fat clay 1343.5 to 1366 stiff 14 to 28.5 3 All three borings Shaley lean clay Hard 1333.5 to 1355.5 Responsive ■ Resourceful ■ Reliable 3 Geotechnical Engineering Report Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas March 27, 2020 ■ Terracon Project No. 04195194 lferracon -------- GeoReport Approximate Depth/Elevation to Stratum Boring Bottom of Stratum Material Encountered Comments (feetifeet) Planned boring termination depths of Soft to moderately 4 All three borings 39 Weathered shale hard 1313.5 to 1336 Baseball Fields: The baseball fields area is comprised"pf clay fill overlying native claolp boring termination depths of 10 to 15 feet. The following table presents a summary of o i s from borings B-1 to B-5. Approximate Depth/Elevation to Stratum Boring Bottom of Stratum Material Encountered Comments (feet/feet) i 1 All borings e's Topsoil • Standard 1 2 All borings Fill: Lean clay, fat clay, Penetration Test count I � A122.5 1342.5 shale blo 4 to 15 b f values of P N.14649 termination All borings except � depths of 10 and 15 ' Lean clay, fat clay and ' 3 B 1 feet shaley lean clay Stiff to hard 1316 to 1333.5 1. Boring termination depth of B-1 Parking Area: We encountered native clays to boring termination depths of 5 feet in the borings drilled in the proposed parking area. The following table presents a summary of our findings from borings P-1 to P-3. Responsive ■ Resourceful ■ Reliable E Geotechnical Engineering Report lrerracon Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas March 27, 2020 ■ Terracon Project No. 04195194 GeoRep t Approximate Depth/Elevation to Stratum Boring Bottom of Stratum Material Encountered Comments (feet/feet) 1 All borings 3 inches Topsoil i 2 All borings except 1 to 5 feet' P-2 Lean clay Soft to stiff 1319 to 1331.5 Boring termi ti 3 P-2 only I depth of 5� Shalpylean clay ery stiff 24. t 1. Boring termination depth X1 a -3 — -®� Off• G O GEOTECHNICAL OVE O The near surface, lean and f clays cou cme unstable with typical earthwork and construction traffic, especially after precipitatip� vents. Effective drainage should be completed early in the construction sequence and maintained after construction to avoid potential issues. If possible, the grading should beee r ed during the warmer and drier times of the year. If grading is performed during the wi s, an increased risk for possible undercutting and replacement of unstable gr wi persist. Additional site preparation recommendations, including subgrade impro mer and fill placement, are provided in the Earthwork section. The soils which form the bearing stratum for shallow foundations for the concession building are plastic and exhibit potential for shrink -swell movements with changes in moisture. The Shallow Foundations section addresses support of the building bearing on existing clay fi I. The Floor Slabs section addresses slab -on -grade support of the building. Both rigid and flexible pavement systems are appropriate for this site. The Pavements section addresses the design of pavement systems. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report 1rerraeon_ Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas March 27, 2020 ■ Terracon Project No. 04195194 GeoReport Support of floor slabs and foundations on or above existing fill materials is discussed in this report. However, even with the recommerded construction procedures, there is inherent risk for the owner that compressible fill or unsuitable material, within or buried by the fill, will not be discovered. This risk of unforeseen conditions cannot be eliminated without completely removing the existing fill, but can be reduced by following the recommendations contained in this report. To take advantage of the cost benefit of not removing the entire amount of undocumented fill, the owner must be willing to accept the risk associated with building over the undocumented fills following the recommended reworking of the material. Should this be the case, development can be supported on a shallow foundation system. Expansive soils are present on this site. This report provides recommendations to help mitigate the effects of soil shrinkage and expansion. However, even if these procedures are followed, some movement and (at least minor) cracking in the,19tructure should be anticipated. The severity of cracking and other damage such as uneven a will probably increase if modification of the site results in excessive wettirg of dryin a expa soils. Eliminating the risk of movement and distress may not be Peas b ay be po o furtherYeduce the risk of movement if significantly more expensiv a ures are u d du "no construction. Some of these options are discussed in this repc s ctr co acement of expansive soils or a structural slab. Excavation of the cut slope on the western side of't4e site shou b ccomplishable with large earthwork equipment such as track hoes and scrappers. Groundwater seeps should be anticipated. Slope stability analyses indicates shallow or su ficial sloughs that extend about 2 to 3 feet into the cut surface. The factor of safety against these failures increases if the soil portion of the cut can be increased to a slope of 4HA V. The SF4peAtability section addresses construction and performance of cut slopes. MAIF The General Comments section provides an understanding of the report limitations. EARTHWORK Earthwork is anticipated to include clearing and grubbing, excavations, cut slopes and fill placement. The following sections provide recommendations for use in the preparation of specifications for the work. Recommendations include critical quality criteria, as necessary, to render the site in the state considered in our geotechnical engineering evaluation forfoundations, floor slabs, and pavements. Site Preparation Prior to placing fill, existing vegetation and root mat should be removed. Complete stripping of the topsoil should be performed in the proposed concession stand/restroom building and parking/driveway areas. The resultant subgrade after removal of vegetation and after removal of Responsive ■ Resourceful ■ Reliable 6 Geotechnical Engineering Report l�erracon Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas March 27, 2020 ■ Terracon Project No. 04195194 GeoReport soil to realize finish grade should be proofrolled with an adequately loaded vehicle such as a fully - loaded tandem -axle dump truck. The proofrolling should be performed under the direction of the Geotechnical Engineer. Areas excessively deflecting under the proofroll should be delineated and subsequently addressed by the Geotechnical Engineer. Such areas should either be removed or modified by stabilizing with an appropriated chemical admixture such as lime, fly ash or cement kiln dust. Excessively wet or dry material should either be removed, or moisture conditioned and recompacted. Existing Fill As noted in Geotechnical Characterization, borings B-1 through B-5 encountered existing fill to depths ranging from about 1.5 feet to boring termination depth of 15 feet. The fill may have been placed in a somewhat controlled manner, but we have no records to indicate the degree of control. Support of footings and floor slabs for the concession stan restroom building, on or above existing fill soils, is discussed in this report. However, even with the recommended construction procedures, there is inherent risk for the owner that compressible fill or urisuii material, within or buried by the fill will, not be discovered. This risk of unforeseen condi n nnot be eliminated without completely removing the existing fill. but can be reduced by following the recommendations contained`in this report. If the owner elects to construct the footings and floor slabs on the existing fill, the following protocol should be followed. Once the planned grading has been completed, the area should be undercut 2 feet within the building area and 5 feet beyond the lateral limits of the building area. Once materials have been removed, the entire area should be proofrolled with heavy, rubber tire construction equipment, to aid in delineating areas of soft or otherwise unsuitable soil. Once unsuitable materials have been remediated, and the subgrade has passed the proofroll test, the existing and undocumented fill that was removed can be evaluated for reuse as structural fill. Fill Material Types Fill required to achieve eVig'r should be classified as structural fill and general fill. Structural fill is material ed low, or within 10 feet of structures, pavements or constructed slopes. General fill is mate'' sed to achieve grade outside of these areas. Earthen materials used for structural and general fill should meet the following material property requirements: Responsive ■ Resourceful ■ Reliable 7 Geotechnical Engineering Report 1rerraeon Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas March 27, 2020 ■ Terracon Project No. 04195194 GeoReport Fill Type USCS Classification Acceptable Location for Placement On -Site or Imported Low Volume Change (LVC) Material 2 Imported Low Volume Change "Hillside" Material s CL, SC or GC with 8 < PI 518 ■ All locations and elevations. ■ All locations and elevations. _ _ On -Site Lean to CL-CH � ■ Outside building areas Fat Clay I ■ Depths greater than 8 inches below 1. Controlled, compacted fill should consist of approved '>pavement subgrade in pavement �a+reas. p pp d matena' that are free of organic matter a{�ebris and contain maximum rock size of 3 inches. Frozen material shou4Qot be used, and fill shouldadt be placed on a frozen subgrade. A sample of each material type sho bmitted to ,the geo4chnical engineer for evaluation. 2. Approved, off -site low plasticity cohesive soil having a plasticity i ex (P of 8 to 18 or less and containing at least 15%fines (material passing the No..200 sieve, based on ight). Imported Low Volume Change "Hillside" Material can be used as the required"LVC fill layer so long as it meets the requirements below. 3. Locally available clayey gravel (" ' e) material with liquid limit (ILL) of 45 or less and PI of 20 or less, or if the LL is greater than 45, rrPa e Is Id have less than 35 percent passing No. 200 sieve. Clayey gravel material should have m m ¢e of 3 inches. Fill Compaction Structural and general fill should meet the following compaction requirements. Item Structural Fill General Fill 8 inches or less in loose thickness when heavy, self-propelled compaction equipment is used Maximum Lift Thickness 4 to 6 inches in loose thickness when hand- Same as Structural fill guided equipment (i.e. jumping jack or plate com actor)jused 98% of rrVAmum dry density (ASTM D 698) Minimum oeloW fo dations Compaction IMAMPF 95% of maximum dry density (ASTM D 698) 92% of max. Requirements '' 2' 3 above foundations, below floor slabs, and below pavement Water Content Low plasticity cohesive: -1 % to +3% of optimum High plasticity cohesive: 0 to +4% of optimum As required achieve min. Range ' re compaction requirements Granular: -3% to +3%of optimum Responsive ■ Resourceful ■ Reliable 8 Geotechnical Engineering Report l�erracon Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas March 27, 2020 ■ Terracon Project No. 04195194 GeoReport Item Structural Fill General Fill 1. Maximum density and optimum water content as determined by the standard Proctor test (ASTM D 698). 2. High plasticity cohesive fill should not be compacted to more than 100% of standard Proctor maximum dry density. 3. If the granular material is a coarse sand or gravel, or of a uniform size, or has a low fines content, compaction comparison to relative density may be more appropriate. In this case, granular materials should be compacted to at least 70% relative density (ASTM D 4253 and D 4254) Utility Trench Backfill For low permeability subgrades, such as those encountered at this site, utility trenches are a common source of water infiltration and migration. Utility trenches penetrating beneath the building should be effectively sealed to restrict water intrusion and flow through the trenches, which could migrate below the building. The trench should provide an effective trench plug that extends at least 5 feet from the face of the building exterior. The plug material should consist of cementitious flowable fill or low permeability clay. The trench plug material should be placed to surround the utility line. If used, the clay trench plug material shoulallt)e placed and compacted to comply with the water content and co ttion recom�menttions for structural fill stated previously in this report. Grading and Drainage All grades must provide effective drainage away from the concession stand/restroom building during and after construction and should be maintained throughout the life of the structure. Water retained next to the building can result in soil movements greater than those discussed in this report. Greater movements can result in unacceptable differential floor slab and/or foundation movements, cracked slabs and walls, and roof leaks. The roof should have gutters/drains with downspouts that discharge onto splash blocks at a distance of at least 10 feet from the building. Exposed ground should be sloped and maintained at a minimum 5% away from the building for at least 10 feet beyond the perimeter of the building. Locally, flatter grades may be necessary to transition ADA access requirements forflatwork. After building construction and landscaping have been completed, final grades should be verified to document effective drainage has been achieved. Grades around the structure should also be periodically inspected and adjusted, as necessary, as part of the structure's maintenance program. Where paving or flatwork abuts the structure, a maintenance pii should be established to effectively seal and maintain joints and prevent surface water infiltration. Earthwork Construction Considerations Shallow excavations for the proposed concession stand/restroom building are anticipated to be accomplished with conventional construction equipment. Excavation of the cut slope on the western side of the site should be accomplishable with large earthwork equipment such as track hoes and scrappers. Upon completion of filling and grading, care should be taken to maintain the Responsive ■ Resourceful ■ Reliable 9 Geotechnical Engineering Report Ire -acon Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas --- March 27, 2020 ■ Terracon Project No. 04195194 GeoReport subgrade water content prior to construction of floor slabs. Construction traffic over the completed subgrades should be avoided. The site should also be graded to prevent ponding of surface water on the prepared subgrades or in excavations. Water collecting over or adjacent to construction areas should be removed. If the subgrade freezes, desiccates, saturates, or is disturbed, the affected material should be removed, or the materials should be scarified, moisture conditioned, and recompacted prior to floor slab construction. As a minimum, excavations should be performed in accordance with OSHA 29 CFR, Part 1926, Subpart P, "Excavations' and its appendices, and in accordance with any applicable local, and/or state regulations. Construction site safety is the sole responsibility of the contractor who controls the means, methods, and sequencing of construction oper ns. Under no circumstances shall the information provided herein be interpreted to m erracon is assuming resp ility for construction site safety, or the contractor's ac i ch re nsibility shall nei F mplied nor inferred. e Construction Observation and Testing , The earthwork efforts should ba: monitored under the direction o otechnical Engineer. Monitoring should include documentation of adequate remold] egetation and topsoil, proofrolling, and mitigatiof areas delineated by the proofroll fo req ire mitigation. w Each lift of compacted fills10 be testq Nftatecl, and reworked, as necessary, until approved by the Geotechnical Engineer prior ^xAent of additional lifts. Each lift of fill should be tested for density and water content n at least one test for every 2,500 square feet of compacted fill in the building a 00iFe feet in pavement areas. One density and water content test should be pe rredq near feet of compacted utility trench backfill. In areas of foundation excavations, the subgrade should be evaluated under the direction of the Geotechnical Engineer. If uAnticipated conditions are encountered, the Geotechnical Engineer should prescribe mitigation options. In addition to the documentation of the essential parameters necessary for construction, the continuation of the Geotechnical Engineer into the construction phase of the project provides the continuity to maintain the Geotechnical Engineer's evaluation of subsurface conditions, including assessing variations and associated design changes. Responsive ■ Resourceful ■ Reliable 10 Geotechnical Engineering Report lrerracon Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas -- March 27, 2020 ■ Terracon Project No. 04195194 GeoReport SHALLOW FOUNDATIONS If the site has been prepared in accordance with the requirements noted in Earthwork, the following design parameters are applicable for shallow foundations for the concession stand/restroom building. Design Parameters — Compressive Loads Item ,: Description Maximum Net Allowable Bearing 2,000 psf pressure Required Bearing Stratums Approved existing clay fill Columns: 30 inches Minimum Foundation Dimensions Continuous: 18 inches ♦t con Minimum Embedment below Finished Grade 4 Estimated Total Settlement from Structural Loads 5 Exterior footings in unh6Nd areas: Interior footings in heated areas: a Less than about 1 inch �, Estimated Differential Settlement ' About 3/4 of total settlement WAW_._ 1. The maximum net allowabl6oearing pressure is the pressure in excess of the minimum surrounding overburden pressure at the footing base elevation. An appropriate factor of safety has been applied. Values assume that exterior grades are no steeper than 20% within 10 fe; t of structure. 2. Value provided is for maximum loads noted in Proi2ct DC cnpti#n. 3. Unsuitable or soft so Is should be over -excavated and replaced per the recommendations presented in the Earthwork. 4. Embedment necessary to minimize the effects of frostAnd/or seasonal water content variations. For sloping ground, maintain depth below the lowest adjacent exterior grade within 5 horizontal feet of the structure. A 1W Foundation Construction Considerations As noted in Earthwork, the footing excavations should be evaluated under the direction of the Geotechnical Engineer. The base of all foundation excavations should be free of water and loose soil, prior to placing concrete. Concrete should be placed soon after excavating to reduce bearing soil disturbance. Care should be taken to prevent wetting or drying of the bearing materials during construction. Excessively wet or dry material or any loose/disturbed material in the bottom of the footing excavations should be removed/reconditioned before foundation concrete is placed. If unsuitable bearing soils are encountered at the base of the planned footing excavation, the excavation should be extended deeper to suitable soils, and the footings could bear directly on Responsive ■ Resourceful ■ Reliable 11 Geotechnical Engineering Report Irerracan Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas _---------- -- March 27, 2020 ■ Terracon Project No. 04195194 GeoReport these soils at the lower level or on lean concrete backfill placed in the excavations. This is illustrated on the sketch below. LEAN CONCRETE aACXFILL Over -excavation for structural fill placement The over -excavation should be backfill placed, as recommended in the Eartjmr DRILLED PIER C venF��� pings sh onducte n below. footinga elevai h structural fill sA�w A The light poles can be supp-Med by short drilled piers bearing in the existing lean clay fill, new lean clay fill or the medium stiff clays that were encountered beneath the existing lean clay fill. Observation by a Terracon representative should be performed during pier construction to verify that suitable bearing materials are encountered and sufficiently penetrated. Design recommendations for the short pier foundations supporting the fall arrest system poles are presented in the following sections. Responsive ■ Resourceful ■ Reliable 12 Geotechnical Engineering Report 1 erracon Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas March 27, 2020 ■ Terracon Project No. 04195194 GeoReport Drilled Pier Foundation Design Parameters Description Foundation Type Maximum Net Allowable End Bearing Pressure Recommended Bearing Material Recommended Bearing Depth t Allowable Skin Friction Minimum Shaft Diameter Estimated Total Movement Allowable Passive Pressure pressure distribution) 3,4 Value Straight shaft drilled pier 2,500 psf Existing lean clay fill, new lean clay fill or medium stiff native clay Minimum 6 feet, or four times the pier diameter, whichever is deeper 250 psf 18 inches 1 inch 750 psf 1. The net allowable bearing pressure is t e sure in exces of t minimum ng overburden pressure at the pier base elevation. Ti*re nded bearing ressure is base piers bearing at a depth of about 10 feet below finish grades atI a borings and in the existing le new lean clay fill or medium stiff native clays. s� 2. Skin friction between the drilled pier and surrounding soils can be used tide uplift resistance. Skin friction resistance should be neglected for the upper 2 feet of the soil below a final adjacent grade due to strength loss from freeze -thaw and moisture clfaonges. 3. Allowable passive pressure value considers a factor of safety of about 2. Passive pressure value applies to the existing fill, new fil and undisturbed native clays. Passive resistance should be neglected for the upper 2 feet of the soil below the final adjacent grade due to strength loss from freeze -thaw and moisture changes. 4. Some lateral movement will b�'fe iredto mobilize the passive resistance. Drilled Pier Construction Co siderations All loose or disturbed material and water should be removed from pier excavations prior to concrete placement. Concretes o d`' a on -hand and ready for placement immediately after the pier excavation is completed. ex vations should not be left open overnight. The Geotechnical Engikerjhould observe the pier installations to evaluate that the recommended bearing material is encountered, piers have the required depths, and to provide recommendations should conditions vary from those observed in our borings. SEISMIC CONSIDERATIONS The seismic design requirements for buildings and other structures are based on Seismic Design Category. Site Classification is required to determine the Seismic Design Category for a structure. The Site Classification is based on the upper 100 feet of the site profile defined by a weighted Responsive ■ Resourceful ■ Reliable 13 Geotechnical Engineering Report lrarracon Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas Ge0 I?p0 March 27, 2020 ■ Terracon Project No. 04195194 average value of either shear wave velocity, standard penetration resistance, or undrained shear strength in accordance with Section 20.4 of ASCE 7 and the International Building Code (IBC). Based on the soil properties encountered at the site and as described on the exploration logs and results, it is our professional opinion that the Seismic Site Classification is D. Subsurface explorations at this site were extended to a maximum depth of 15 feet. The site properties below the boring depth to 100 feet were estimated based on our experience and knowledge of geologic conditions of the general area. Additional deeper borings or geophysical testing may be performed to confirm the conditions below the current boring depth. FLOOR SLABS The subgrade soils for the concession stand/restroors6huilding are comprised of moderately plastic clays exhibiting the potential to swell with increas er content. Increases in water content will cause the clays to swell and damage the floors b. duce the swell potential to less than about 1 inch, at least the upper 24 inches of sub rade soi elow the floor slab (excluding the floor slab support course) should be an approved L nr lume Change (LVCmaterial consisting of lean clays or clayey sand. �,�41 Due to the potential for significant moist e fluctu4n s rad� t 'al beneath floor slabs supported at -grade, the Geotechnical Er the bottom of the LVC zone immediately below the specified water contents with' with structural fill as stated in our Earttt'j As previously discussed, fill should be replaced with stn suitable natural soils or stru Design parameters for floor slabs Specific attention should be given t, of the aggregate base beneatl*h Floor Slab Design Item Floor slab support within 9 inches of fill or floor slabs. Soils conditioned or replaced sectio \.,,; unttred a floor slab subgrade level. These soils is supported on at least 2 feet of compacted requirements for Earthwork have been followed. rainage away from the structure and positive drainage Description 24-inch Low Volume Change (LVC) fill zone' s 1. Because of the volume change potential of the moderately plasticity clay subgrade soils with variations in moisture content and to provide a more uniform subgrade modulus value, we recommend that a Low Volume Change (LVC) fill layer be placed below building floor slabs. This laver should be at least 24 inches thick and consist of Imported LVC material as described in this Responsive ■ Resourceful ■ Reliable 14 Geotechnical Engineering Report 1rerracon Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas March 27, 2020 ■ Terracon Project No. 04195194 GeoReport report in section 4.2.2 Fill Material Types. The thickness of the LVC fill zone does not include the thickness of any granular leveling material below the floor slab. 2. The on -site soils should be undercut sufficiently to allow for construction of the 24-inch LVC fill zone. By constructing a Low Volume Change (LVC) fill zone beneath the slabs, closely controlling the moisture and density of the scarified soils and controlling the potential for moisture migration beneath the slabs, the potential for large floor slab movements should be reduced. However, because of the remaining thickness of the high plasticity soils, the potential for some future movement still exists. Based on constructing a minimum 24-inch thick LVC fill layer beneath the floor slabs, we anticipate potential vertical movement of the slabs could be approximately 1 inch. Three-quarters of this magnitude of slab movement could occur differentially. To further reduce the potential for slab movements, a greater thickgftss of LVC fill could be placed beneath the slabs. IL It should be noted that non -load bearing, or light)yyp�rd�ed walls Wed on the floor slabs could experience movements similar to that t oor slab. Tpere re, we recommend that a void space be constructed above the no partitiop walls placed on the floor slabs. Special framing details should be provide a rjambs d frames withirt artition walls to avoid potential distortion. Joints shout a pI ced in the artition walls to hip tolerate the effects of differential movements. ParNt�w fs should be iso ated from suspended ceilings. w The use of a vapor retAWs3b6ld be cVewd beneath concrete slabs on grade that will be covered with wood, tile, ca t or othe of ture sensitive or impervious coverings, or when the slab will support equipment sensiti .sture. When conditions warrant the use of a vapor retarder, the slab designer sh o ACI 102 and/or ACI 360 for procedures and cautions regarding the use and placeme f a vaoor►re Irk - Settlement of floor slabs supported oNill materials cannot be accurately predicted but could be larger than normal and r suit ome cracking. Mitigation measures, as noted in Existing Fill within Earthwork ark citical to the performance of floor slabs. In addition to the mitigation measures, the floo care stiffened by adding steel reinforcement, grade beams and/or post -tensioned ele ents Floor Slab Construction onsiderations Finished subgrade, within and for at least 10 feet beyond the floor slab, should be protected from traffic, rutting, or other disturbance and maintained in a relatively moist condition until floor slabs are constructed. If the subgrade should become damaged or desiccated prior to construction of floor slabs, the affected material should be removed, and structural fill should be added to replace the resulting excavation. Final conditioning of the finished subgrade should be performed immediately prior to placement of the floor slab support course. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report lrerracon Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas ------ March 27, 2020 ■ Terracon Project No. 04195194 GeoReport The Geotechnical Engineer should approve the condition of the floor slab subgrades immediately prior to placement of the floor slab support course, reinforcing steel, and concrete. Attention should be paid to high traffic areas that were rutted and disturbed earlier, and to areas where backfilled trenches are located. PAVEMENTS General Pavement Comments Pavement designs are provided for the traffic conditions and pavement life conditions as noted in Project Description and in the following sections of this report. A critical aspect of pavement performance is site preparation. Pavement design oted in this section must be applied to the site which has been prepared as recommended in rthwork section. Support characteristics of subgrade for pav a design of account r nnk/swell movements of an expansive clay subgrade as soils enco tered on th of Thus, the pavement may be adequate from a st ct al sta:dpoi t,ft ye still expe cracking and deformation due to shrink/swell related moYement 0Ftis rade. ���tVVV.../// Pavement Design Parameters � � Design of Asphaltic Concrete (AC) pavements are based t procedures outlined in the National Asphalt Paveme `ssociatio ' ( APA) Information' Series 109 (IS-109). Design of Portland Cement Concrete (PCC) pa are based upon American Concrete Institute (ACI) 330; Guide for Design and Construction f on,�rete Parking Lots. A subgrade CBR of 3 was used for the AC pavement designs, and a modulus of subgrade reaction of 100 pci was used for the PCC pavement desiohs. The values were empirically derived based upon our experience with the lean clay subgrade soils and our understanding of the quality of the subgrade as prescribed by the Site Preparation conditions as outlined in Earthwork. A modulus of rupture of 600 psi was used f ent concrete. CjN Responsive ■ Resourceful ■ Reliable u Geotechnical Engineering Report lrarracon Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas ---- March 27, 2020 ■ Terracon Project No. 04195194 GeoReport Pavement Section Thicknesses The following table provides options for AC and PCC Sections: Pavement Section I Asphaltic Concrete Over Aggregate Base Over Structural Fill Pavement Section II 3,500 psi Air Entrained Portland Cement Concrete Over Structural Fill MINIMUM PAVEMENT RECOMMENDATIONS Drive Lanes Automobile Parking 2.0" Type 12.5 mm HMAC 2.5" Type 25 Tim HMAOtt, 6.0" Class 7 no 4.0" Class 7 Aggfe! 8.0Structur*'Fill 3.0" Type 12.5 mm HMAC 6.0" Class 7 Aggregate se 1 tructural FillA F 5-0" Concrete is .0" Class 7 Aggregate Base 1 �) 8.0" Structural FIII 1. Arkansas Department of Transportation Standard Specifications NOTE: We recommend that 7-inch thick reinforced concrete pads be provided in front of and beneath trash receptacles. The dumpstertrucks should be parked on the rigid concrete pavement when the trash receptacles are lined. The concrete pads should be supported on at least 4 inches of Class 7 aggrega:e'base over 10 inches of structural fill. Pavement Maintenance NO The pavement sections r Dres.Nliminimurn recommended thicknesses and, as such, periodic maintenance should be a ed. Therefore, preventive maintenance should be planned and provided for through an on -going pavement management program. Maintenance activities are intended to slow the rate of pavement deterioration and to preserve the pavement investment. Maintenance consists of both localized maintenance (e.g., crack and joint sealing and patching) and global maintenance (e.g., surface sealing). Preventive maintenance is usually the priority when implementing a pavement maintenance program. Additional engineering observation is recommended to determine the type and extent of a cost-effective program. Even with periodic maintenance, some movements and related cracking may still occur, and repairs may be required. Responsive ■ Resourceful ■ Reliable 17 Geotechnical Engineering Report Irerracan Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas -- March 27, 2020 ■ Terracon Project No. 04195194 GeoReport Pavement performance is affected by its surroundings. In addition to providing preventive maintenance, the civil engineer should consider the following recommendations in the design and layout of pavements: ■ Final grade adjacent to paved areas should slope down from the edges at a minimum 2%. ■ Subgrade and pavement surfaces should have a minimum 2% slope to promote proper surface drainage. ■ Install below pavement drainage systems surrounding areas anticipated for frequent wetting. ■ Install joint sealant and seal cracks immediately. ■ Seal all landscaped areas in or adjacent to pavements to reduce moisture migration to subgrade soils. ■ Place compacted, low permeability back -fill Zcl'ay st the exterior side of curb and gutter. ■ Place curb, gutter and/or sidewalk direc Subgrade soils rather thin bound granular base course materials. SLOPE STABILITY Mechanics of Stability Slope stability analyses takeinto consideration'ma erial strengthesence and orientation of weak layers, water (piezometric) pressures, surcharge loads, and the slope geometry. Mathematical computations are perfor e sing computer -assisted simulations to calculate a Factor of Safety (FS). Minor changes fo Ne geometry, surface water flow and/or groundwater levels could result in slope instability. Reasonable FS values are dependent upon the confidence in the parameters utilized in the analysis Performed, among other factors related to the project itself. WN Geometric Analysis Results Slope stability analyses were performed for the cross-section geometries obtained from the Conceptual Plans dated January 2020 from Garver. Parameters for the analyses were derived from our exploratory borings, experience, and laboratory tests. Stability analyses were conducted using the computer program Slide 6.0 by RocScience, Inc. Stability was analyzed for the drained (long-term) condition. Slope Stability Findings The stability of the slopes was evaluated at two cross-section locations, one through borings S-1 and S-3 and the other through boring S-2. These sections were analyzed based on the provided topography, proposed grading, soil properties derived from our geotechnical exploration, Responsive ■ Resourceful ■ Reliable 18 Geotechnical Engineering Report 1rerracon Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas --- -- March 27, 2020 ■ Terracon Project No. 04195194 GeoReport laboratory test results and our experience with similar soil conditions. Soil and bedrock properties used in the analyses are shown in the cross -sections provided in the Appendix. Based on the results of our field investigation, laboratory testing program, and geotechnical analysis, development of the site is considered feasible from a geotechnical viewpoint provided the conclusions and considerations provided herein are incorporated into the design and construction of the project. The slope failures developed in our models with the lowest factors of safety are largely, what are considered near surface or surficial sloughs. These failure zones generally protrude into the cut slope about 2 to 3 feet. They usually develop as desiccation cracks develop in the lean and/or fat clay. These soils are prone to shrink and swell with changes in moisture content. Desiccation cracks develop in the ground surface when the soils dry. Rainwater seeps into the cracks and over time, the shear strength of the near surface moderately to highly plastic soils reduce to a value such that the Factor afety of that section of slope becomes less than one. The soil slumps, or slides, down the t ea ze the slope configurati t t at one or slightly above. Shallow surface or near surface sloughing is generally jonsi red a maintenance issue and should be addressed through operations and maintenar]pe (O&M) procedures, such as observation of the slope on a periodic basis and after prolonged precipitation events. Eliminating the risk of all shallow surface or r surface sloughing movement is not absolutely feasible with the lean to fat and fat clay sdi c ntered in some of our borings. The cut section through in S-1 an -4�ta a slope inclination of 3H:1 V realizes a Factor of Safety of 1.3. If the slope is ttened t i clinatio 4H:1 the Factor of Safety increases to 1.8. Shale that is exposed during e a t in this ea n be cut to an inclination of 3H:1 V or flatter. The cut section through boring 2 at a t ation of 3H:1V realizes a Factor of Safety of slightly less than 1. The failure surfacIoW or surficial failure in the fat clay layer. The underlying shale layer does not comb tint:yon the cut section in this area of the cut slope. If the slope is flattened to an incliVti 4H:1 V, the Factor of Safety increases to 1.3. Note that in both cases, the failure is throu6 falay layer. If a 3H:1V slope is required in this area, further evaluation/study will be r uirec� n ess the owner can tolerate shallow or surficial failures. The typically accepted mini FS for long-term slope stability not supporting improvements is 1.3. The slope stability results with assumed soil parameters and groundwater conditions are included in the Appendix of this report. Further study can be undertaken to evaluate various options for increasing the Factor of Safety against slope failure. Terracon is available to provide options and opportunities in conjunction with discussions with the design team and owner. Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report lt'erracon Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas -- - -- March 27, 2020 ■ Terracon Project No. 04195194 GeoReport Surficial Slope Stability Surface instability in the form of near surface or surficial failures were observed on the slopes south of the proposed improvements during our site visits. Minor areas of erosion were also observed. Surficial slope instability typically impacts the upper 2 to 3 feet of the subsurface profile, predominantly during extended wet periods. Regular maintenance should be anticipated to identify and address changes in natural drainage creating potential for soil creep or erosion near improvements. This includes replacing or replanting grasses, as necessary, and grading the slope to reduce soil creep and erosion. If future surficial slope erosion occurs near the crest of slopes, we recommend the slope face be restored as soon as practical. To reduce the potential of surface water from running over the crest of the cut slopes onto the slopes, we recommend surface drainage ditches be constructed along the top of the cut slopes a few feet behind the crest where necessary to intercept surface runoff from upslope. T ditches should discharge at locations beyond the ends of the cut. Cut slopes should be re -vegetated as soon as possible after graVing and pr d rom erosion until vegetation is established. Slope planting should consist, of ground cc ssessing deep, dense root structures that require minimum irrigation. It is the responsibUity of the owner to maintain such planting. GENERAL COMMENTS Our analysis and opinions are based upon our understanding of the project, the geotechnical conditions in the area, and the data obtained from our site exploration. Natural variations will occur between exploration point locations or due to the modifying effects of construction or weather. The nature and extent of such variations may not become evident until during or after construction. Terracon should be retained as the Geotechnical Engineer, where noted in this report, to provide observation and testing services during pertinent construction phases. If variations appear, we can provide further evaluation and supplemental recommendations. If variations are noted in the absence of our observation and testing services on -site, we should be immediately notified so that we can provide evaluation and supplemental recommendations. Our Scope of Services doe include either specifically or by implication any environmental or biological (e.g., mold, fungi, bacteria) assessment of the site or identification or prevention of pollutants, hazardous materials or conditions. If the owner is concerned about the potential for such contamination or pollution, other studies should be undertaken. Our services and any correspondence or collaboration through this system are intended for the sole benefit and exclusive use of our client for specific application to the project discussed and are accomplished in accordance with generally accepted geotechnical engineering practices with no third -party beneficiaries intended. Any third -party access to services or correspondence is Responsive a Resourceful ■ Reliable 10 Geotechnical Engineering Report l��rracon Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas March 27, 2020 ■ Terracon Project No. 04195194 GeoReport solely for information purposes to support the services provided by Terracon to our client. Reliance upon the services and any wo-k product is limited to our client, and is not intended for third parties. Any use or reliance of the provided information by third parties is done solely at their own risk. No warranties, either express or implied, are intended or made. Site characteristics as provided are for design purposes and not to estimate excavation cost. Any use of our report in that regard is done at the sole risk of the excavating cost estimator as there may be variations on the site that are -iot apparent in the data that could significantly impact excavation cost. Any parties charged with estimating excavation costs should seek their own site characterization for specific purposes to obtain the specific level of detail necessary for costing. Site safety, and cost estimating including, excavation support, and dewatering requirements/design are the responsibility of others. If changes in the nature, design, or location of the project are planned, our conclusions and repthnmenclations shall not be considered valid unless we review the changes and eithe• verify di our conclusions in writi V � O 0 • 6 G� Responsive ■ Resourceful ■ Reliable 21 FIGURES Contents: Slope Stability Analysis Results (4 pages) Responsive ■ Resourceful ■ Reliable ` o IFS N L O V1 L F m - C ` J � C U d `0 O ~ U v a v �? Y O o o � O > > J 3 J ' Z U V V V � 3 . " V Q� u r c N o C u aw� YYY ff�x a a a a O r o 0 0 0 > > > > L o 0 0 0 y L y v y L L L 0 N O O O e J CG �' N In I� N � I• J S' �r I C Z � a L - _ 5 O 3 y T V C � _ L OSbb SZbI OObI 9L£L OS£L S £l V�: Do. III S a E E E E ? O O O O = V V U U V V U U U w w w W 3 3 3 3 3 t y V M in C p .0 N rl N ry O d O O N O O L a E E E E r o O o o L 0 J J m U V U V O O O O C L Ivf •_ = ti N N M N S m M c :- 7 71 u'I Z IO q L N 6 J LL N N Y N j L C C q Z M z 3 x e rn s o= v V N N y E v LL J tin m m _ � Z m a I K U M N M i � rl m r N C m O m -n m Y A !, � x ti ti ti o 0 0 > f U V U V N VI VI V1 3 3 3 3 L m ry ry ry 1 9 C y d O N O N O V a E E E F o 0 0 u u u c y L L L N m — v€ c O T J U E � a A L � L L h C C N z 3 x EM OSbt SZ L 0041 SL£t OS£L Ln m � x .� .i .i n E E E o 0 0 F > > > > x u u u � w a w V V W{L11 3 i J 3 N N N N w a`i `w v m 3 � 3 m 3 m 3 L � a y .... N N N c o a w �' o N 0 o L o N u n E E E F o _o _o L O O O O O O pp U {�1 U G y L L L N .0 L M \ Y.a N N M 3;' L m M W � o o 3 N ti a. a �c .N. .i = o u° I __ m > u E _N u m � 2 G � m L v jp � v N W N � L N A � L � � N z 3 x Responsive ■ Resourceful ■ Reliable Geotechnical Engineering Report Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas March 27, 2020 in Terracon Project No. 04195194 EXPLORATION AND TESTING PROCEDURES Field Exploration Irerracan GeoReport Number of Borings Boring Depth (feet) Planned Location 3 39 Cut slopes 5 10 to 15 Concession stand/ restroom building and light poles 3 5 Parking area Boring Layout and Elevations: Unless otherwise noted, Terracon personnel provided the boring layout. Coordinates were obtained from Garver using latitude and longitude coordinates provided by Terracon. The borings were plotted on topographic plan sh#QLs and the elevations interpreted from the contours. If elevations and a m9fe precise boring la a desired, we recommend borings be surveyed following completion of fieldwork. a Subsurface Exploration Procedures: We advan) borings a ack-mounted, ATV - mounted rotary drill rig using continucus flight augers (so tem and/oirho w stem, as necessary, depending on soil conditions". Four samples were obtained in the upper 10 feet of each boring and at intervals of 5 feet thereafter. n the split -barrel sampling procedure, a standard 2-inch outer diameter split -barrel sampling spoon was driven into the groond by a 140-pound automatic hammer falling a distance of 30 inches. The rumber of blows advance the sampling spoon the last 12 inches of a normal 18-inch penetration is recorded s the Standard Penetration Test (SPT) resistance value. The SPT resistance values; also referred to as N-values, are indicated on the boring logs at the test depths. We observed and recorded groundwater levels during drilling and sampling. For safety purposes, all boffelill.5 were backfilled with auger cuttings after their completion. The sampling depths, penetrati ces, and other sampling information was recorded on the field boring logs. The sample 1a I c in appropriate containers and taken to our soil laboratory for testing and classificat n by eotechnical Engineer. Our exploration team prepared field boring logs as part of the j inoperations. These field logs included visual classifications of the materials encountered during drilling and our interpretation of the subsurface conditions between samples. Final boring logs were prepared from the field logs. The final boring logs represent the Geotechnical Engineer's interpretation of the field logs and include modifications based on observations and tests of the samples in our laboratory. Laboratory Testing The project engineer reviewed the field data and assigned laboratory tests to understand the engineering properties of the various soil' and rock strata, as necessary, for this project. Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 1 of 2 Geotechnical Engineering Report 1rerracon Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas March 27, 2020 ■ Terracor Project No. 04195194 GeoReport Procedural standards ncted below are for reference to methodology in general. In some cases, variations to methods were applied because of local practice or professional judgment. Standards noted below include reference to other, related standards. Such references are not necessarily applicable to describe the specific test performed. ■ ASTM D2216 Standard Test Methods for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass ■ ASTM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils ■ ASTM D422 Stardard Test Method for Particle -Size Analysis of Soils The laboratory testing program often included examination of soil samples by an engineer. Based on the material's texture and plasticity, we describe d classified the soil samples in accordance with the Unified Soil Classification System. Rock classification was conducted using loca a epted p for engi � urposes; petrographic analysis may reveal other r es. Boring k classific Nag determined using the Description of Rock Prope s e P� o 6 V 1 Responsive ■ Resourceful ■ Reliable EXPLORATION AND TESTING PROCEDURES 2 of 2 SITE LOCATION AND EXPLORATION PLANS Contents: t Site Location Plan Exploration Plan .`�, � ors O • Alm Responsive ■ Resourceful ■ Reliable SITE LOCATION lrerracon Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas March 27, 2020 ■ Terracon Project No. 04195194 GeoReport EXPLORATION PLAN Kessler Mountain Regional Park Baseball Fields Phase II ■ Fayetteville, Arkansas March 27, 2020 ■ Terracon Project No. 04195194 1 1rerracon GeoReport IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES MAP PROVIDED BY MICROSOFT BING MAPS EXPLORATION RESULTS Contents: Boring Logs (B-1 through B-5, P-1 though P-3 and S-1 through S-3) Note: All at-.achments are one page unless noted above. V` BORING LOG NO. S-1 Page 1 of PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR SITE: Kessler Mountain Regional Park west of SH-2 5 Fayetteville, AR O a a 0 LOCATION See "::ration Plan Latitude: 36.0265` Longitude:-94.2051' Northing: 623592.1974 Easting: 660333.4246 Surface Elev.: 1352.5 (FL) DEPTH ELEVATION Ft. LL' w O wZ � O �> ww a m 30 wa u C N v > O w F f � py ww LL w z aw 2�� O O ATTERBERG LIMITS w 2 F Z ¢ a LL-PL-PI 3" Topsoil 1,13 LEAN CLAY (CLI, dark brown 1351.5 5 WSW 1 2 16 -25 15 LEAN CLAY (CLI, yellowish brown, medium stiff 2.5 1350 x 6 2-3-3 N=6 15 56-19-37 68 FAT CLAY (CHI, yellowish brown and gray, medium stiff to stiff 4.5 1348 14 3-9-16 N=25 14 SHALEY LEAN CLAY (CLI, dark olive brown and gray, hard �e 1`♦ \v* -with thin sandstone seams below abou 3.5 14.0 1338.5 12-22-31 N=53 13 41-21-20 96 10 20-50/6" 11 WEATHERED SHALE+, gray and dark oli rown, soil�Ili � 18.5 1334 WEATHERED SHALE+, gray, sofilL 2 4 50/51, 7 Stratification lines are approximate. Iin-situ, the transition may oe gradual. Hammer Type: Automatic +Classifration estimated from disturbed samples. Core samples and petroaraphic analysis may reveal other rock types. Advancement Method: Hollow Stem Auger See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Notes: Abandonment Method: Boning backfilled with sail cuttings upon completion. WATER LEVEL OBSERVATIONS I rarraconDrill 9622 E 47th PI, Ste D Tulsa, OK Boning Started: 02-28-2020 Boring Completed: 02-28-2020 Not Encountered While Drilling Not Encountered Aker Boring Rig: CME-55 ATV Driller: WD Project No.: 04195194 BORING LOG NO. S-1 Page 2 of 2 PROJECT: Kessler Mountain Regional Park Baseball Fields Phase II CLIENT: Garver LLC Fayetteville, AR 5 SITE: Kessler Mountain Regional Park west of SH-2 Fayetteville, AR O O U a O LOCATION See Explcn, =tan Latitude: 36.0265' Longitude-94.2051' Northing: 623592.1974 Easting: 660333.4246 Surface Elev.: 1352.5(Ft.) DEPTH ELEVATION Ft. F Q. ❑ wo I' �> tiw am 3O a 2 n ` > O w o r w oy ww —m a w ¢w 3� O C ATTERBERG LIMITS z LL z 0 of a LL-PL-PI WEATHERED SHALE+, gray, soft (continued) O♦ ` O P ♦ 38.8 ♦ 1313.5 low 2 3 3 31 50/5" 7 -43-50/3" 8 29-18-11 90 3 50/4" 6 3 50/4" 7 Boring Terminated at 38.8 Feet Q_ -7 Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic -classification estimated from disturbed samples. Core samDles and petrooraDhic, analysis av reveal other rock tmes. Advancement Method: Hollow Stem Auger See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Notes'. Abandonment Method: Boring backfilled with soil cuttings upon completion. WATER LEVEL OBSERVATIONS lrerraconDrill 9522 E 47th PI, Ste 0 Tulsa, OK jProjed Boring Started: 02-28-2020 Boring Completed: 02-28-2020 Not Encountered While Drilling Not Encountered Aker Boring Rig: CME-55 AN Duller: WD No, 04195194 BORING LOG NO. S-2 Page 1 of 2 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR SITE: Kessler Mountain Regional Park west of SH-2 5 Fayetteville, AR OO LOCATION See Exploration Plan .. z W = A uERITSRG W J V U Latitude: 36.0269' Longitude:-94.2055- w- W w t- u at Northing:fi23740.4207 Easting: 660218.4344 W W> ~oy Cw Z w. Surface Elev.: 1362.1 (Ft) 0 3 m w LL rr ?i O LL-PL-PI U W DEPTH ELEVATION Ft. o. 3" Topsoil LEAN CLAY ICLI, brown, medium stiff 14 1-2-2 24 N=4 — P 1-2-2 3.0 1359 X13 N=4 21 3.5 LEAN CLAY (gLI, yellowish brown and brown, wet, soft 1358.E LEAN CLAY ICLI, with sandstone fragments, grsy and yellowish W brown, stiff 18 3-5-10 N=15 14 41 17 24 71 5 5 W V z o A o � 8.5 0 FAT CLAY CH), olive brown and gray, very stiff � 4-7-11 a z N=18 14 6 1 $ ♦ �` J V N W Y O 0 ♦ 16 5-7-10 22 N=17 u, 0 WW o a 0 18.E 1343.E `z SH t Y LIE N CLAY (CLI, dark a br and gray, hard K 18 1 N�55 13 37-21-16 99 1-34 Ir 2 0 W Stratification lines are approximate.ln-situ, the transition may be gradual. Hammer Type: Automatic as 'Classification estimated from disturbed samples. Care W samples and petrographic analysis may reveal other rock types. y Advancement Method: See Exploration and Testing Procedures for a Notes: oHollow Stem Auger description of field and laboratory procedures a used and additional data (If any). r- See Supporting Information for explanation of z Abandonment Method: symbols and abbreviations. w Boring backfilled with soil cuttings upon completion. 0 0 iWATER LEVEL OBSERVATIONS Sonng Started: 02-28-2020 Baring Completed: 02-28-2020 Not Encountered While Drilling om1 rerracon vi Not Encountered After Boring Drill Rig: CME-55 ATV Dnller: wD 4 9522 E 47th PI. Ste D Tulsa, OK Project No.: 04195194 BORING LOG NO. S-2 Page 2 of 2 PROJECT: Kessler Mountain Regional Park Baseball Fields Phase II CLIENT: Garver LLC Fayetteville, AR 5 SITE: Kessler Mountain Regional Park west of SH-2 Fayetteville, AR 00 O allorthing: 0 LOCATION See Exploration Plan Lattude: 36.0269' Longitude:-94.2055' 623740.4207 Easting: 660218.4344 Surface v.. DEPTH ELEVATION F r a< w o m 0 a Q ` j r WW ru� w 1- w 0 ATTERBERG LIMITS i tiZ w w o. LL-PL-PI ' SHALEY LEAN CLAY (CL), dark olive brown and gray, hard (continued) 01b 28.5 13334 - 2 3 3 X 18 16-30-31 N=61 12 4. WEATHERED SHALE+, gray, soft IIJ0/5" w4 O 38.8 # _ 1323.5 Boring Terminated at 38.8 Feet a. 7 31-17-14 94 50/51, 7 3 50/4" 7 Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic +Classification estimated from disturbed samples. Core samples and petrographic analysis may reveal other rock types. Advancement Method: Hollow Stem Auger Abandonment Method: Boring backfilled with soil cuttings upon completion. See Exploration and Testing Procedures for a description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Notes: WATER LEVEL OBSERVATIONS l�erracon 9522 E 47th PI, Ste D Tulsa, OK Boring Started: 02-2a2020 Boring Completed: 02-2e-2020 Not Encountered While riig Not Encountered After Boring Dnll Rig: CME-55 ATV Driller. wD Project No.: 04195194 BORING LOG NO. S-3 Page 1 of PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase 11 Fayetteville, AR 5 SITE: Kessler Mountain Regional Park west of SH-2 Fayetteville, AR (0 LOCATION See Exploration Plan ul wZ a c — v ATTE LIMITS LIMITS W U Latitude: 36.0264` Longitude:-94.2057' § w w r w z a a a w X �w a > o w w� 1 3rz OU LL-PL-PI w c1 Surface Elev.: 1: .5 (Ft.) ow 0 3 m W u_ DEPTH ELEVATION (Ft.1 0 a LEAN CLAY (CU with sand and sandstone fragments, gray and brown to yellowish brown to olive brown and gray, stiff to very stiff X 13 13=N13 I — 7 5-5-7 N=12 8 4-5-11 N=16 o 5 8.5 17-29-39 SHALEY LEAN CLAY lCLI, dark olive brown ar&gra It rT 14 N=68 �` /� 4Qj ��` 1 O • 15 16-17-26 N=43 I i 4At i 19 0 1355.5 2 10 43-50/4" '- SHALE+, gray, soft to moderately h i i Stratification lines are approximate. In -situ, the transition may be gradual. HammerType Automatic S Classification estimated from disturbed samples. Core samples and PetratIraphic analysis may reveal other rock types. D Advancement Method: See Exploration and Testing Procedures for a Notes: Hallow Stem Auger description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Abandonment Method - Boring backhlled wth soil tunings upon completion. WATER LEVEL OBSERVATIONS 1 rerraeon Boring Started: 03-20-2020 Boring Completed: 03-20-2020 j Not Encountered While Drilling Dnll Rig: g Duller ME Not Encountered After Boring n 9522 E 47th PI, Ste D Tulsa, oK Project No.: 04195194 BORING LOG NO. S-3 Page 2 of 2 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR SITE: Kessler Mountain Regional Park west of SH-2 5 Fayetteville, AR 0 LOCATION See Exploration Plan m ATTERBERG O J uu> >>a `. LIMITS W v WH F > Z Latitude: 36.0264° Longitude: W tth LL Q= S o' W W F-c wZ J W (] W F- W W 0Surface Elev.: 1374.5(Ft.) o ¢Wi o wtr >i rz LL-PL-PI W 3m a w LL 00 w DEPTH ELEVATION Ft. m W Q. SHALE+, gray, soft to moderately hard (continued) Q c 2 50/5" 0 W W 5 2 a w at z 0 a o: r /III ♦ 0/3" 3 z N �I N Y CP O O 3 50/3" 0 P ♦� 3 o aINN w m - hard at 38.5 feet .1336 366 a Boring Terminated at 38.6 Feet z 3 0 0 rc LL W a Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic o a a +Classification estimated from disturbed samples. Core rWn Advancement Method --ples and PetroiInaphic analysis may reveal other rack tvn... '—` Hallow Stem Auger See Exploration and Testing Procedures for a Notes: o description of field and laboratory procedures a used and additional data (If any). i Abandonment Method See Supporting Information for explanation of symbols and abbreviations. . Boring backfilled with soil tunings upon wmpleticn. t7 0 z WATER LEVEL OBSERVATIONS Boring Started: 03-20-2020 Baring Completed: 0120-2020 o: Not Encountered While Drilling 0 f�rracon w Not Encountered After Boring Dnll Rig: Driller ME 4 9522 E 47th PI, Ste D Tulsa, OK lProjea No.: 04195194 BORING LOG NO. B-1 Page 1 of 1 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR SITE: Kessler Mountain Regional Park west of SH-265 Fayetteville, AR LOCATION See Exploration Plan w Z a c F o ATTERBERG LIMITS w U Latitude: 36.0272° Longitude:-94.2043' LL' O~ s z Z F a Northing: 623841.6561 Easting: 660575.6317 a rc _u > w w LL-PL-PI z w Elev.1344.6 (Ft.) 0 3m w 0Surface w DEPTH ELEVATION Ft. o M 0. Dozed Topsoil FILL - LEAN CLAY . brown and dark brown X 15 3-4-4 15 N=8 - with shale fragments below about 2 feet 15.D 16 5-6-9 N=15 23 34-18-16 78 1339.5 5 FILL - FAT CLAY, with shale fragments, olive brown and gray 14 3-5-8 8 f� N 1 7 FILL -SHALE, gray N=1515 113.0 10- 133 FILL - LEAN CLAY, dark brown and da live w (/\1+�J\� 10 3-4-4 9 27 15.0 1/ 1329.5 ,� Boring Terminated at 15 Feet Cj Slralifcation lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic -Classification estimated from disturbed samples. Core samples and Petrwraphic analysis may reveal other rock types. Advancement Method: Hallow Stem Auger See Exploration and Testing Procedures for a description of field and laboratory procedures Notes: used and additional data (If any). See Supporting Information for explanation of %mbols and abbreviations. Abandonment Method: Boring backfilled with sal cuttings upon cornpletion. WATER LEVEL OBSERVATIONS 1 rerraconDnll Boring Started. 02-29-2020 leering Completed. 02-29-2020 Not Encountered White Drilling Not Encountered After Boring Rig: CME-55 AN Driller: WD 9522 E 47th PI. Ste D Tulsa, OK jProject No.: 04195194 BORING LOG NO. B-2 Page 1 of 1 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR i5 SITE: Kessler Mountain Regional Park west of SH-24 Fayetteville, AR o LOCATION See Exploration Plan w 2 a � ATTERBERG LIMITS w J 0 Latitude: 36.0275" Longitude:-94.2047' Northing: 623953.4848 Seating: 660459.8263 .. ='- F ¢ w ~oy e w F LL Z a € �> > GW qw O Surtace Elev.: 7334.8 (Ft.) w 0 rw 3m O w _w LL� 3Z O LL-PL-PI V w DEPTH ELEVATION Ft. O a 3" Topsoil FILL - LEAN CLAY, with shale fragments, olive brown and gray X 18 4-6-5 N=11 18 2.0 1333 FILL - LEAN CLAY, with shale fragments, brown and dark brown X 18 4-5-6 N=11 23 3.5 1331.5 LEAN CLAY (CLI, yellowish brown and gray, medium stiff X 18 N2-6 8 19 35-17-18 73 /► 5 40 e.s 8 A64 FATCOY (CHI, yellowish brown and gray, stiff ` 22 4 0.0 325 to - Boring Terminated at 10 Feet •` O slratifcation lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic +Classification estimated from disturbed samples. Core samples and Petroaraphic analysis may reveal other rocks es. Advancement Method Hallow Stem Auger See Exploration and Testing Procedures for a Notes: description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Abandonment Method: Bonng backfilled with sail cuttings upon completion WATER LEVEL OBSERVATIONS Boning Started: 02-29-2020 Bonng Competed: 02-29-2020 Not Encountered White Drilling 1 rerraconDnll Not Encountered After Boring Rig: CME-55 ATV Driller: WE) 9522 E 47th PI, Ste D Tulsa, OK Project No.: 04195194 BORING LOG NO. B-3 Page 1 of 1 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR SITE: Kessler Mountain Regional Park west of SH-2 5 Fayetteville, AR c9 OJ LOCATION See Exploration Plan m .-. ATTERBERG LIMITS w U Latitude: 36.0274' Longitude:-94.2039° — = W Z w � a -S > F w o: ti i� i Northing: 623911.7958 Easling' 660695.5117 F M j w w 0 IW-w z r9 Surface Bev.: 7331.2 (Ft.) uai O r w a m ° O w W w LL m `3 �Z p LL-PL-PI W DEPTH ELEVATION Ft. 2 O a p U W W 3" Topsoil FILL - LEAN CLAY, olive brown and dark brown 10 2-2-2 N-4 21 2.0 1329 -LEAN TO FAT CLAY , FILL olive brown 14 2-2-4 N=6 25 i S 16 N 5' 2 19 47-18-29 90 r t 5 o 8.5 FAT CLAY (CHI, yellowish brown and gray, stiff 2-5-7 N=12 28 i I 1 11+ I VV) O 14.5 1316.5 18 3-410 N=14 22 15.o SH�EY LEAN Y ( 1LEeu Y ( 1, dark alive brow nd gray 7376 Boring Terminated at 15 Feet Siratifcation lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic ,Classification estimated from disturbed samples. Core samples andpetrographic anal sis ma reveal other rock types. Method: Advanow Ste See Exploration and Testing Procedures for a Notes: Hollow Stem Auger dewdption of field and laboratory procedures used and additional data (If any). Abandonment MethodSee Supporting Information for explanation of : symbols and abbreviations. Boring balled with sail cuttings upon completion. WATER LEVEL OBSERVATIONS Merriman Boning Started: 02-29-2020 Boring Completed: 02-29-2020 Not Encountered While Drilling Dnll Rig: CME-55 ATV Driller: WD Not Encountered After Boring 9522 E 47th PI, Ste D Tulsa, OK Project No.: 04195194 BORING LOG NO. B-4 Page 1 of 1 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR 5 SITE: Kessler Mountain Regional Park west of SH-2 Fayetteville, AR 0 LOCATION See Exploration Plan z w ATTERBERG L MITS w Z oLatitude: LL w¢ ¢ w 36.0266° Longitude:-94.2048° r Z Qw rw- z M Q. Northing: 623626.6046 Easting: 660422.9283 w K> r w o. j O Oy w w 3 z LL-PL-PI Surface Elev.: 1344.0 (Ft.) o 3 m 2 w w m O U w DEPTH ELEVATION Ft. O rn nw. 3" Topsoil FILL - LEAN CLAY, brown 1.5 1342.5 18 1-2-2 N=4 32 LEAN CLAY (CL1, yellowish brown and gray, medium stiff 16 -38 22 45-18-27 83 3.5 1340.5 FAT CLAY (CHI, yellowish brown and gray, very stiff 18 4-7-10 N=17 `I 5 22 O' 3-7-12 17 s.s 3 t N=19 SHALEY LEAN CLAY ICU, dark olive bro ,d gra hard V� O 16 10-20-31 13 N=51 15.0 ��\II/// 1329 .� Boring Terminated at 15 Feet Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic +Classification estimated from disturbed samples. Core samples and petrwraohic analysis may reveal other rock types. Advancement Method: See Exploration and Testing Procedures for a Notes'. Hollow Stem Auger description of field and laboratory procedures used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Abandonment Method: Boring backflled with soil cuttings upon completion. I WATER LEVEL OBSERVATIONS 1 rerracon Boring arted 02-28 2020 Boring Comple ed 02-2&2020 Not Encountered While Drilling Drill Rig:CME-55AN Driller: WD i Not Encountered After Boring i 9522E PI, Ste D Tulsa,sa, OK A Project No.: 04195194 BORING LOG NO. B-5 Page 1 of 1 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR SITE: Kessler Mountain Regional Park west of SH-265 Fayetteville, AR OO LOCATION See Exploration Plan wz a o LIMITS ATTERBERG in w O Latitude: 36.0267' Longitude:-94.2039' ., LL o ¢ F MN r w LL a Northing: 623657.0407 Easlirg:fi60fi69.606fi r m> > p� aw Z a Surface Elev.: 1343.5(Ft) w 0 rw am a 4 o w ww ww 3z o LL-PL-PI o: DEPTH ELEVATION Ft. 30 N iX U a 3" Topsoil FILL - LEAN CLAY, with shale fragments, brown, dark brown, and gray 8 2-2-3 21 N=5 X 18 2-2- N=4 19 46-24-22 90 - trace yellowish brown fat clay at about 3.5 feet 12 2-2-2 N=4 18 40, 5 fis LEAN CLAY lCL1, with shale fragments, olive b nd ray, stiff \` 2-3-6 mio.o 20 N=9 3.5 l Boring Terminated at 10 Fee[ '� 0 6 • Stratification lines are approximate. In -situ, the transition may be gradual. Hammer Type: Automatic -Classification estimated from disturbed samples. Core samples and petroaranhic analysis may reveal other rock types Advancement Method: Hollow Stem Auger Sea- Exploration and Testing Procedures for a description of field and laboratory procedures Notes: used and additional data (If any). Sea Supporting information for explanation of symbols and abbreviations. Abandonment Method: Boring backfilled with soil cuttings upon completion. WATER LEVEL OBSERVATIONS 1 terracong Boring Started: 02-29-2020 Boring Completed: 02-29-2020 Not Encountered While Drilling Not Encountered After Boring Drill Rig: CME-55 ATV Duller: WD 9522 E 47th PI. Ste D Tulsa, OK jProject No.: 04195194 BORING LOG NO. P-1 Page 1 of 1 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR 5 SITE: Kessler Mountain Regional Park west of SH-24 Fayetteville, AR 00 LOCATION See Exploration Plan w z a = a LIMITS ATTERBERG w 0 Latitude: 36.0283' Longitude:-94.2052' Northing: 624247.9442 Easling: t` F F W w w a 660318.5355 of pN ¢w qQ O Surface Elev.: 1336.3 (Ft.) w ❑ Iw-w G m Q O w ww LL m 2�Z O LL-PL-PI U of DEPTH ELEVATION Ft. 30 N tr U a 3" Topsoil ' 1 o LEAN CLAY (CLI, dark brown, soft 1335.5 X 18 1-2- N=4 24 30-18-12 69 LEAN CLAY ICLI, with sand, brown, medium stiff 2.5 1334 X18 2-3-8 N=11 17 30-17-13 37 LEAN CLAY ICLI, with sandstone fragments, yellowish brown, brown, and gray, stiff X18 2-4-10 N=14.5 20 5.0 1331 5 Boring Terminated at 5 Feet 0.) V QjIN O Stratification lines are approximate. In -situ, the transition maybe gradual. Hammer Type: Automatic 'Classification estimated from disturbed samples. Core samples and nellrooraolhic analysis may reveal other rock types, Advancement Method: Paver Auger See Exploration and Testing Procedures for a description of field and laboratory procedures Notes: used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Abandonment Method'. Boring backfilled with soil cutlings upon completion. WATER LEVEL OBSERVATIONS Boring Started: 02-29-2020 Boring Completed: 02-29-2020 V 2.5 Feet While Drilling 1 r� rra con 9522 E 4�th PI. Ste D Dn. Rig: CME-55 ATV Driller WD 2.5 Feet After Boring Tulsa, OK Project No.: 04195194 BORING LOG NO. P-2 Page 1 of 1 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR SITE: Kessler Mountain Regional Park west of SH-21 5 Fayetteville, AR 00 LOCATION See Exploration Plan .- w Z a v F ATLIM TSRG z O Latitude: 36.0283' Longitude-94.2043° LL' O � Q W ¢ F w Z F QNorthing: 624241.9857 Easting: 660584.5954 w ww a o ww 3� LL-PL-PI Surface EIeV.: 1329.5 (Ft.) O 3 m Q w LL m U w DEPTH ELEVATION Ft. O N tt a 3" Topsoil X18 2-7-14 N=21 17 44-23-21 78 1.0 LEAN CLAY ICL1, yellowish brown, very stiff 1328.5 SHALEY LEAN CLAY (CLI, grading hard with depth, dark olive brown, gray, and yellowish brown, very stiff 17 18-22-22 N=44 14 05.0 18 19-24-24 N=48 16 1324.5 5 Boring Terminated at 5 Feet O, r • �V V! O P •� <e Stratification lines are approximate. In-Siti-, the transition may oe gradual. Hammer Type: Automatic ,Classification estimated from disturbed samples. Core samples and petrouraphic analysis may reveal other rock types. Advancement Method Power Auger See Exploration and Testing Procedures fora cescnption of field and laboratory procedures Notes'. csed and additional data (If any). See Supporting Information for explanation of _symbols and abbreviations. Abandonment Method: Poring backfilled with sail wrings upon completion. WATER LEVEL OBSERVATIONS 1 rarracong Poring Started: 02-29-2020 Boring Completed: 02-29-2020 Not Encountered While Drilling Not Encountered After Boring Dnll Rig: CME-Ss ATV Duller: WD Project No.: 04195194 9522E 471h PL Ste D TWsa, OK BORING LOG NO. P-3 Page 1 of 1 PROJECT: Kessler Mountain Regional Park Baseball CLIENT: Garver LLC Fields Phase II Fayetteville, AR SITE: Kessler Mountain Regional Park west of SH-2 5 Fayetteville, AR O LOCATION See Exploration Plan W Z .. JE ATTERBERG LIMITS W J U a Latitude: 36.0282°Longitude:-94.2037° Northing: 624201,6211 Easting: 660761.154~oy LL- W9 >a> F w LL z O Surface Bev.: 1324.0 (Ft.) IL w 0 w w 3 m ¢ O w _ LL <w 3 O LL-PL-PI W DEPTH ELEVATION Ft. O to w a 3" Topsoil 1. 0 LEAN CLAY ICLI, dark brown, medium stiff 1323 7rN -4-6 21 LEAN CLAY ICLI, yellowish brown and gray, stiff z.o 1322 =1 0 LEAN CLAY (CLI, with sandstone fragments, yellowish brown, brown, and gray, stiff 18 4-6-6 N=12 17 40-18-22 45 8 N 94 16 s.0 1319 5 Boring Terminated at 5 Feet 4Rpp Q) Inj (-^,/V- s T 6\ � Valli,, '14 o V O P ♦� Stratification lines are approximate. Irsitu, the transition may be gradual. Hammer Type: Automatic +Classification estimated from disturbed samples. Core samples and petrographic analysis may reveal other rock types. Advancement Method: Power Auger See Exploration and Testing Procedures for a description of field and laboratory procedures Notes: used and additional data (If any). See Supporting Information for explanation of symbols and abbreviations. Abandonment Method: Boring backfilled with soil cuttings upon completion. WATER LEVEL OBSERVATIONS lrarraconDnll Baring Started: 02-29-2020 Boring Completed: 02-29-2020 Not Encountered While Drilling Rig: CME-55 AN Driller: WD Not Encountered Aker Boring 9522 E 47th Pl, Ste D Tulsa, OK Project No.: 04195194 SUPPORTING INFORMATION Contents: General Notes Unified Soil Classification Sy Description of Rock Prc�q�- Note: All attachments a o e age unl ,+eaove. fi V � o O GENERAL NOTES DESCRIPTION OF SYMBOLS AND ABBREVIATIONS Texas Roadhouse Rogers, AR ■ Rogers, AR February 13, 2020 ■ Terracon Project No. 04205023 SAMPLING Standard Penetration Test WATER LEVEL Water Initially Encountered Water Level After a Specified Period of Time v Water Level After a Specified Period of Time mECave In Encountered Water levels indicated on the soil boring logs are the levels measured in the borehole at the times indicated. Groundwater level variations will occur overtime. In low permeability soils, accurate determination of groundwater levels is not possible with short term water level observations. DESCRIPTIVE SOIL CLASSIFICATION lrerracon _--___- GeoReport FIELD TESTS N Standard Penetration Test Resistance (Blows&t.) (HP) Hand Penetrometer (T) Torvane OCP) Dynamic Cone Penetrometer UC Unconfined Compressive Strength (PID) Photo -Ionization Detector (OVA) Organic Vapor Analyzer Soil classification as noted on the soil boring logs is based Unified Soil Classification System. Where sufficient laboratory data exist to classify the soils consistent with ASTM D2487 "Classification of Soils for Engineering Purposes" this procedure is used. ASTM D2488 "Description and Ide "catpn of Soils (Visual-fv�anual Procedure)" is also used to classify the soils, particularly where insufficient labor; a exist to classify th oils in accordance with ASTM D2487. In addition to USCS classification, coarse grained soils are lassified on the basis of their in -place relative density, and fine-grained soils are classified on the basis of their consistency. See "StrengftTerms" table below for details. The ASTM standards noted above are for reference to methodology in general. In some Cases, variations to methods are applied as a LOCATION AND ELEVATION NOTES Exploration point locations as shot on Te Explorati P n d as noted on the soil boring logs in the form of Latitude and Longitude are approximate. See oration a rote s in the report for the methods used to locate the exploration points for this project. Surface elevati notate ith * indicates that no actual topographical survey was conducted to confirm the surface elevate io ns he ` a elev ion was approximately determined from A. topographic maps of the area. RELATIVE DENSITY OF COARSE -GRAINED SOILS (More than 50 % retained on No. 200 sieve.) i Density determined by Standard Penetration Resistance Descriptive Term Standard Penetration or (Density) N-00 y, BlfvslFt. 1 STRENGTH TERMS CONSISTENCY OF FINE-GRAINED SOILS (50 % or more passing the No. 200 sieve.) Consistency determined by laboratory shear strength testing, field visual -manual procedures or standard penetration resistance T Descriptive Term I Unconfined Compressive Strength Standard Penetration or (Consistency) Qu, (psi) N-Value BlowslFt. VeryLoose Loose Medium Dense 0 VerySoft son Medium Still Tess than 3.50 3.5 to 7.0 7.0 to 14.0 0-1 2 4 4-8 4-9 10-29 Dense 30-50 Stiff 14.0 to 28.0 8-15 Very Dense > 50 Very Stiff 28.0 to 55.5 15 - 30 Hard > 55.5 > 30 RELEVANCE OF SOIL BORING LOG The soil boring logs contained within this document are intended for application to the project as described document. Use of these soil boring logs for any other purpose may not be appropriate. in this UNIFIED SOIL CLASSIFICATION SYSTEM lrerracon GeoR port - Criteria for Assigning Group Symbols and Group Names Using Laboratory Tests Group Soil Classification _...... Symbol Group Name Clean Gravels: Cu % 4 and. t <Cc < 3 E - GW Well -graded gravel Gravels: Less than 5% fines c Cu < 4 and/or Cc<t or Cc>3.0 E GP Poorly More than 50% of I ] y graded gravel r coarse fraction retained on No. 4 sieve Gravels with Fines: Fines classify as ML or MH �' GM Si ravel r, e, H Fines classify as CL or CH GC Clayey gravel E, e+ N Coarse -Grained Soils: More than 50% retained More than 12% fines c on No. 200 sieve Clean Sands: Cu >_ 6 and 1 < Cc < 3 E SW Well -graded sand I Cu < 6 and/or [Cc<l or Cc>3.0] E SP Poorly graded sand' Sands: 50% or more of coarse Less than 5% fines a fraction passes No. 4 sieve Sands with Fines: More than 12% fines B Fines classify as MIL or MH SM Siftsand o+ H, I Fines classify as CL or CH SC Clayey sand o, H, r Silts and Clays: Liquid limit less than 50 Inorganic: PI > 7 and plots on or above "A" CL Lean clay, K, i M PI < 4 or lots below "A" line u ML Sift K, L, M Fine -Grained Soils: Organic: 50% or more passes the No. 200 sieve Inorganic: Silts and Clays: Liquid limit 50 or more Organic: _ Highly organic soils: Primarily organic ma , da in i A Based on the material passing the 3-inch (75-mm) sieve. B If field sample contained cobbles or boulders, or both, add "with cobbles or boulders, or both" to group name. "3 cGravels with 5 to 12% fines require dual symbols: GW-GM well graded gravel with sift, GW-GC well -graded gravel with Gay, GP -GM poorly graded gravel with sift, GP -GC poorly graded gravel with clay. B Sands with 5 to 12% fines require dual symbols. SW-SM well- raded sand with silt, SW -SC well -graded sand with clay, SP-SM po sand with silt, SP-SC poorly graded sand with clay. ID30) z ECu=Dso in /DCc= D10 x D60 4 r If soil contains z 15%sand, add "with sand" is group ame., (/\j•� elf fines classify as CL-ML, use dual symbol GC -GM or SC-�"•/ 7 60 -_' For classification of fin rained soils and fine-gralojillilliq&Ion 50 of coarse grains _ d Equation of" - r e Horizontal at I�i to - 5.5. W 40 - then PI=0.7 ZEquation of "Ll" - line Vertical at Li to li - 30 - then Pl=0.9 (LL-8) Xr �--- U 0�' Liq id limit - oven dried < 0.75 OIL Organic clay K, iM, N id limit- not dried Organic silt K, L, M, o in or above "A" line CH Fat clay c, M below "A" line MH Elastic Silt K, L, M Li id limit - ov <0.75 Organic clay K, L. M, r squid limit -not d : OH -Organic silt K, L, m, e or, and or nic od - PT. i Peat N Ifilfip '"ate -organic, add "with organic fines" to group name. r oil contains _ 15 % gravel, add "with gravel" to group name. If AC(erberg limits plot in shaded area, sod is a CL-ML, silty clay. oil contains 15 to 29% plus No. 200, add "with sand" or "with +-gravel," whichever is predominant. '- If soil contains - 30 % plus No. 200 predominantly sand, add sandy to group name. MY soil contains > 30% plus No. 200, predominantly gravel, add grave i "fo group name. N nd plots on or above "A" line. 0PI < 4 or plots below "A" line. �PI plots on or above "A" line, oPI plots below "A" line. C+* MH or OH r r • 0 10 16 J 30 40 50 60 70 80 90 100 DESCRIPTION OF ROCK PROPERTIES — WEATHERING Term Description lrerracon GeoRep Unweathered No vismle sign of rock mafenai weacnenng, per laps suynr ursunuidrwn ul I Iidlul uioUunu i,uny aui I 0a� Slightly Discoloration indicates weathering of rock material and discontinuity surfaces. All the rock material may be weathered discolored by weathering and may be somewhat weaker externally than in its fresh condition. Moderately Less than half of the rock material is decomposed and/or disintegrated to a soil. Fresh or discolored rock is weathered present either as a continuous framework or as corestones. Highly More than half of the rock material is decomposed and/or disintegrated to a soil. Fresh or discolored rock is weathered present either as a discontinuous framework or as corestones. Completely All rock material is decomposed and/or disintegrated to soil. The original mass structure is still largely intact. weathered All rock material is converted to soil. The mass structure and material fabric are destroyed. There is a large Residual soil change in volume, but the soil has not been significantly transported. STRENGTH OR HARDNESS Description Field Identification Strength, Compressive Strength, psi (MPa) Extremely weak Indentedbythumbnail 40-150(0.3-1) Very weak Crumbles under firm blows with point of geological hammer, can be 150-700 (1-5) peeled by a pocket knife Can be peeled by a pocket knife wIty, hallow indentations 700-4,000 (5-30) Weak rock made by firm blow with point of get er Cannot be scraped or peeled with a ck knife, specim be 4,000-7,000 (30-50) Medium strong hammer fractured with single firm blo o I hammer _ Strong rock Sen requires more than on low of hammer to 000-15,000 50 100 ( ) e it Very strong JSra',E,U',': men requires many blows of geological hammer to fracture it _-------- 15 000 36,000 (100-250) _.—_--__... Extremely strong Specimen can only be chipped with geological hammer >36 000 (>250) DISCONTINUITY DESCRIPTION Fracture Spacing (Joints, Faults, Other Fractures) Bedding Spacing (May Include Foliation or Banding) Description Spacing - Description Spacing Extremely close _ <'% in (<19 rum)' Laminated < %in (<12 mm) Very close %in-2-1/2in(19-6)in °' Very thin ''%in-2in(12-50mm) Close 2-1/2 in — in (60 — 200 rum) Thin 2 in —1 ft. (50 — 300 mm) Moderate S in — 2 ft'. (200 mm) Medium 1 ft. — 3 ft. (300 — 900 mm) Wide 2 ft. — 6 ft. (600 mm — 2.0 m) Thick 3 ft. —10 ft. (900 mm — 3 m) VeryWide 6 ft. — 20 ft. (2.0 — 6 m) Massive > 10 ft. (3 m) Discontinuity Orientation (Angle/: Measure the angle of discon u ty relative to a plane perpendicular to the longitudinal axis of the core. (For most cases, the core axis is vertical; therefore, t lane perpendicular to the core axis is horizontal.) For example, a horizontal bedding plane would have a 0-degree angle. ROCK QUALITY DESIGNATION (RQD) 1 Description Very Poor Poor Fair Good Excellent RQDValue (%) 0-25 25-50 50 — 75 75-90 90 - 100 1. The combined length of all sound and intact core segments equal to or greater than 4 inches in length, expressed as a percentage of the total core run length. Reference: U.S. Department of Transportation, Federal Highway Administration, Publication No FHWA-NHI-10-034, December 2009 Technical Manual for Design and Construction of Road Tunnels — Civil Elements www.GarverUSA.com December 10, 2020 Addendum #2 To Plans, Contract Documents and Specifications KESSLER MOUNTAIN REGIONAL PARK, PHASE II This addendum shall be a part of the Plans, Contract Documents and Specifications to the same extent as though it were originally included therein, and it shall supersede anything contained in the Plans, Contract Documents and Specifications with which it might conflict. Note: Receipt of this Addendum shall be acknow ejged. Failure to do so may subject Bidder to disqualification. Addenda: Chan a t�� e Contract m nts 1. Engineer responses to con actor q ions a/re� tt 2. Replace pages 00010-3o 100 -4 of "000� 0 TaWe of Conte 's' wit pages 00010-3 Addendum #2 to 00010-4 Add %of "00010lab . Contents". he ifditional "FACILITIES SPECIFICATIONS at ve been ad ei a,part of IN a um were added to table of contents. 3. Replace page 00120-1 "I V AT�yO�N TO BI " with p� a 00120-1-Addendum #2 "INVITATION TO BID". The deadline foois o bb receiv d was changed to Tuesday, December 22, 2020 before 2:00 PM, local time. 4. Replace pages 00400-5 to 00400-10%"00400 BID FORM" with pages 00400-5 Addendum #2 to 00400-10 Addendum #2 of "0040,0 BID ORM". Item 7 "Embankment (Import) (Plan Quantity)" was removed as a plan c�udntit'rj+item. The quantity for Item 8 "Embankment (On -Site Material) (Plan Quantity)" was o after T ieluantity for Item 67 "4" Topsoil Placement" was modified. The quantity for Ite 68 "6' Topsoil Placement" was modified. Item 110 "Tree protection Fencing" was remove an replaced with "Roadway Construction Control". Item 138 "Utility Relocation Conduit (2" Conduit)" was added to the bid form. Item 110 "Tree protection Fencing" was removed from Deductive Alternate #1 and replaced with Item 102 "Battling Cage Artificial Turf Surface, Installed". 5. Insert the attached 083313 -Coiling Counter Door— Addendum #2 into the specifications. 6. Insert the attached 096723 - Resinous Flooring — Addendum #2 into the specifications. Page 1 of 3 12/10/2020 Addendum #2 7. Insert the attached 224213 — Electric Hand Dryers — Addendum #2 into the specifications. 8. Replace pages SP-2-1 to SP-2-2 of "SP-2 SITE ELECTRICAL MEASUREMENT AND PAYMENT" with pages SP-2-1 Addendum #2 to SP-24 Addendum #2 of "SP-2 SITE ELECTRICAL MEASUREMENT AND PAYMENT". Utility Relocation Conduit (2" Conduit) was added for the conduit for Ozarks Electric line relocations. 9. Replace pages SP-11-1 to SP-11-8 of "SP-11 —SITE FURNISHINGS AND AMENITIES" with pages SP-11-1 Addendum #2 to SP-11-8 Addendum #2 of "SP-11 —SITE FURNISHINGS AND AMENITIES". The specified bleacher product was changed. 10. Replace page SS-202-1 of "SUPPLEMENTAL SPECIFICATION 202 EXCAVATION AND EMBANKMENT" with page SS-202-1-Amendment #2 of "SUPPLEMENTAL SPECIFICATION 202 EXCAVATION AND EMBANKMENT'. The eart work items were clarified. 11. Replace plan sheet G002 "GENERAL NOT EG • D, INDEX, AND SURVEYtO L" with attached G002 "GENERAL NOTES, L EN , INDEX,t' SURVEY CONTtR �j- Addendum #2. General note #19 was�ddgt requiring tree relioval to occur�r r t April 151. The added note also allows burning of e, ishable material with roper perrkSjttt, tained by contractor. ` • �/ 12. Replace plan sheet C101 " CAL SECTIO wi attached C�01 "T PICAL SECTIONS" - Addendum #2. The NIR as djusted onbeeACHM surfac ou�. Also, 8" of compacted embankment have ee. added to the W_, to *dwer Access o id s 8" of compacted embankment was a ad included iggg,,,e quantity of Set ct ankment provided in the bid form. �( 13. Replace plan sheet C410 - TAILS" with atta d C410 "SITE DETAILS" - Addendum #2. The Heavy Duty concrete�9;` • it a re ise6tdd 8" compacted embankment underneath and remove the fiber reinforcing 14. Replace plan sheet C413 "SITE DE 'A L `th attached C413 "SITE DETAILS"- Addendum #2. An "Artificial Turf Attachment at ckstop detail was added. 15. Replace plan sheet CC4 0 �&D TAILS" with attached C420 "SITE DETAILS"— Addendum #2. The specified bleli r prog�TCt was changed. 16. Replace plan sheets L104 to L107 "LANDSCAPE PLANS 3 through 6" with attached L104 to L107 "LANDSCAPE PLANS 3 through 6 - Addendum #2. A note clarifying the location of the 6" topsoil placement was added. All other locations to receive topsoil shall receive 4" of topsoil. 17. Replace plan sheet ES101 "SITE LIGHTING PLAN" with attached ES101 "SITE LIGHTING PLAN" — Addendum #2. Plan was modified to indicate the acceptable alternate of metal poles for sports lighting and to correct drafting errors. Page 2 of 3 12/10/2020 Addendum #2 18. Replace plan sheet ES102 "SITE POWER PLAN' with attached ES102 "SITE POWER PLAN' — Addendum #2. The number of 2" conduits changed between the junction boxes to be installed by Ozarks Electric. 19. Replace plan sheet E102 "POWER AND SYSTEMS PLANS" with attached E102 "POWER AND SYSTEMS PLANS — Addendum #2. Power plan was modified for the electric hand dryers that were added. 20. Replace plan sheet E601 "SCHEDULES" with attached E601 "SCHEDULES' — Addendum #2. Power panel schedules were modified for the electric hand dryers that were added. �[ 1 _ .SSA E 0\/ Q�` A O� ` SED SSIONAL By: rno�1I IER� Zad Moore, PE No.156574ty Project Manager �•` 2 O �c$ T. MHO Attachments: �! #1 2020-12-10 ENGINEER RESP O CONT�R #2 00010 Table of Contents �, #3 00120 Invitation to Bid 20-8 b�dv i ement,T Construction #4 Pages - Coiling to ouster 0 or Bid For #5 083313 -Coiling Counter Door #6 096723 FL - Resinous Flooring #7 224213 - ELECTRIC HAND DRYkRS #8 SP-02- Site Electrical Measbrefteuand Payment #9 SP-11 - Site Furnishings n�, ni es #1S-202 #11 G002 GN #12 C101—TS #13 C410—DT #14 C-413 #15 C-420 #16 L104 to L107 #17 ES101 #18 ES102 #19 E102 #20 E601 Page 3 of 3 ENGINEER RESPONSES TO CONTRACTOR'S QUESTIONS (12/10/20) 1. Contractor Question (12/2) I wanted to submit a request for an approved equal for the attached shade structures from USA Shade? Also, just for clarification, the recent document I sent for shade approval has the correct drawings, but the block title on the right stated 8' (below), whereas it will be 12' as noted in the plans. Corrected approval submission attached. Thank you! Engineer Response(12/10) The proposed shade structure from USA Shade (14'x24'x12'E QRE Full Hip Canti) can be accepted as an alternative provided that the warranties match or exceed the originally specified product. Specifically, the powder coat warranty must be at least 5 years. 2. Contractor Ouestion (12/2 Electrical: 1) What are the power requirements for the s<fe ard? 2) They show the sports I�ghting daisy chain the circuit between several poles? Is t orcect Normally we have a dedic9terl: irc it to each pole light on past Musco projects. Please ad is . 3sThe insid eorr�dors of the ballfe noticed (1) Type SA on the right hand side. Do the other p�ys need to n SA pole li rt Yh�re also? There is a note 1 on the bottom path that s terne Headed fxtur ut nothing ho n. Please clarify how many of these SA fi re jn around tallfield paths EngineerResponse (12/10) 1. 120 Volts 3. 2. Yes, based on the<SOOJw adequate. bel3. The type SA la removed in Addendum\ as indicated with keynote #9 a�fc Contractor Ouestion (12/2) Earthwork RFI: (1) Section 204 select topsoil cannot be stripped or collected more moisture than the under layer sc Engineer Response (1: Topsoil will be considered the topsoil will not be an i OW4,6\. 1 - **t�, shown in the plans is a drafting error and has been ed on the sports lighting poles please explain further the term "while wet" as to section 204.02 (B). As topsoil by nature has muddy such as after a rain event. Standard typical moisture in I handling. Page 1 of 5 4. Contractor Ouestion (12/3) The plans are showing the width to install asphalt for the parallel parking on Judge Cummings Road at seven feet wide. The narrowest most pavers will pave is around 8 1/2 to 9 feet wide. At seven feet wide, the binder lift would most likely all have to be installed by hand and the surface lift possibly also. What testing is going to be required on the parallel parking area? Could surface mix be substituted for the binder mix? If the asphalt has to be installed by hand, the finished product will not look as good as if it were done with a paver. Have you considered other alternatives? Engineer Response(12/10) It is our understanding that there are standard means and methods available to pave a width of 7-ft. utilizing a paver. Testing will be required as outlined in the City's Standard Street and Drainage Specifications included in the project manual. The contractor may elect to substitute the 3" binder with 4" P.C.C. base. 5. Contractor Ouestion (12/3) In the plans on page C101, it refers to the surface c usas rG 64-22, NMAX = 160. NMAXb0 refers to a PG 70-22 binder, instead of a PG 64-22 bindery ,C�antingtthe surface course to.�e , 64-22 or PG 70-22 mix? (I would recommend a PG 64-22 fo Ting area N � ��► Engineer Response (12/10) The intent is to be PG 64-22. The plans will ised in a add' dum to corr, - �MAX to be 115 to correspond to PG 64-22. ^� 6. Contractor uestio 3� I am offering USA Shade as a ceptable gnu acturer fan ing Cantilever shade structures in this project. Please see our substitution g g s ttachI Engineer Response(12/10) X'N/ The proposed shade structure from SA h de (�14' 4 2'E QRE Full Hip Canti) can be accepted as an alternative provided that the warranties mad; the originally specified product. Specifically, the powder coat warranty must be at least 5 y ars Joik 7. Contractor Ouestion (1214) Will structural soil be placed thro0au�hQ,entire island when trees are to be planted? Engineer Response (12/ 0) Structural soil is not requiredparking lot islands. A high -quality planting soil mix in the islands to the depth indicated in the details shall be required. 8. Contractor Ouestion (12/4) Can CAD files be provided for the drawings? Engineer Response(12/10) See addendum 1 containing a release for Garver to obtain the CAD files. Page 2 of 5 9. Contractor Ouestion (12/4) Plans designate "or equal" on the type of turf for the fields. Will "equal" be allowed, and if so how soon can we get approval after submitting their data? Engineer Response (12/10) Please submit your information on the equal for the turf so it can be reviewed and considered. 10. Contractor Ouestion (12/7) Two counter shutters in concession (Door No. 103A & 103B). I could not find anything about these two in the Div 8 specs. Can you please provide this info so I can quote accordingly? Engineer Response (12/10) This information will be provided in Addendum #2. 11. Contractor Ouestion (12/7) Electrical: 1) Note 4 on sheet ESOl has 546 wires o 'h a ligh�2lNote 5 and 6 on ES�Oylfas 348 wires to the pole lights. ' t��7► V Engineer Response (12/10) An addendum with revised plans will be s Sdrecting tt ' �repancy. 12. Contractor Ouestion 12 r I am running through the la a , d% am havin a ajd'time fin 'tail that shows how the synthetic turf will connects tbkWbackstop KeFI found a etas or how it will interact with the dugouts, which I am assuming ill be the ;a e t the b1*4 st I would like to verify. SEE ATTACHED .( Engineer Response (12/10) ` v Addendum #2 includes a detail prov ing this Jo io . Q � 13. Contractor Ouestion (12/7) My name is Katherine and I am 4t e e Enterprises, and I am looking to inquire about how many shade structures are needed r%tli�p I just want to make sure I am not over looking anything. Engineer Response (12/1`• 16 14. Contractor Ouestion (12/8) Maintenance shed subgrade? Same as concessions with 2' undercut? Engineer Response (12/10) Subgrade shall be as required to meet the foundation design provided by the manufacturer. Page 3 of 5 15. Contractor Ouestion (12/8) What areas receive 6" topsoil? Does this need to be screened? Engineer Response(12/10) 6" of topsoil shall be placed in the outfields of the ballfields. Topsoil shall be reasonably free from subsoil, slag, weeds, grasses, roots, or stones greater than 1/4 inch for lawn (ballfield) areas, garden areas, or landscaped areas. Therefore, it must be screened if it is necessary to meet this requirement. 16. Contractor Ouestion (12/8) Did not see where the 3" aggregate base was on the plans? Engineer Response(12/10) The 3" aggregate base is placed under the curb and gutter in the parking lot. 17. Contractor Ouestion (12/8) ✓ No staking pay item? Is the City/Engineer st]4n,tl5is project. Or do this need to bye clu ed in Mobilization? ot (J' ♦ v Engineer Response (12/30) An addendum will be issued that add "Roa way Constr c� tip Control" a `y tem that is intended to cover the cost for contractor s5ki fo the entire p o t. 18. Contractor Question 8 Burning on -site allowed?. O Engineer Response(12/10) P No, burning will not be allowed on city pro ert 19. Contractor Ouestion (12/8) Does the City want to keep the. botd'es ar and the roundabout? Engineer Response(12, Sheet C203 has note to remove or relocate decorative stones as required for construction at the proposed driveway entrance. Page 4 of 5 20. Contractor Ouestion (12/8) 8" Select Embankment is only for asphalt, curb, HD concrete, concrete entrance, trash pad and 6" base water tower road, correct? Engineer Response (12/10) 8" Select embankment shall be placed under the parking lot, heavy duty concrete pavement, driveways, and water tower access drive. 24" embankment shall be placed under parallel parking. 21. Contractor Ouestion (1218) Will the rock under the turn infield be measured and paid under the turf infield item? Engineer Response(12/10) Yes, the aggregate subbase is subsidiary to the turf pay item per SP-16. 22. Contractor Ouestion (12/8) The rock excavation item. Is this for if you h' lelih a unclassifie , em? Or is 6,nT,, utility work? Engineer Response (12/30) • �► It is not anticipated that rock excavation wil a necessar wever, a token uan ity has been included to get a unit price in case o2 is encountere ex ctedly. 23. Contractor uestion. 2 What thickness class is required 3" wat I motor the p, ate s e of the water meter? Engineer Response (12/10) " All 3" water pipes shall be SDR 13 5 • Cj Page 5 of 5 SUPPLEMENTAL SPECIFICATIONS TO CITY OF FAYETTEVILLE STANDARD SPECIFICATIONS FOR STREET AND DRAINAGE CONSTRUCTION SECTION SS-202 EXCAVATION AND EMBANKMENT SS-202-1 SECTION SS-203 SUBGRADE PREPARATION SS-203-1 SECTION SS-204 SELECT GRADING SS-204-1 SECTION SS-301 STORM DRAINAGE PIPE SS-301-1 SECTION SS-303 CONCRETE BOX CULVERTS SS-303-1 SECTION SS-502 CONCRETE SIDEWALKS SS-502-1 SECTION SS-503 DRIVEWAY CONSTRUCTION OR RECONSTRUCTION SS-503-1 SECTION SS-505 SEEDING AND SODDING SS'505-1 SECTION SS-507 PAVEMENT MARKINGS SS-507-1 SECTION SS-511 MOBILIZATION SS-511-1 STANDARD SPECIFICATIONS FOR DESIGN AQD CONSTRUCTION OF WATER LINES AND SEWER LINES FACILTIES SPECIFICATIONS 03 1000 CONCRETE FORMING A D %P SORIE � 03 2000 CONCRETE REINFORCING 03 3000 CAST -IN -PLACE CO ET' 04 22 00 CONCRETE UNIl3 SO RY VVV 04 73 13 CALCIUM SI ONE M Y NEER� 05 1200 STRUCMETAL AIBRI O FRAMIN O OS 5000 METAL FABRI ONS 06 1000 ROUGH CARPENTRY 06 1600 SHEATHING 061800 GLUED-LAMINAT RUCT 06 40 23 INTERIOR ARCHI URAL WOOD RK 0641 16 PLASTIC -LAMINATE- LAD Cl eTURAI 0721 00 BUILDING INSULATION 07 27 26 FLUID -APPLIED MEMBRAN BARRIERS 0741 13.16STANDING-SEAMMETA ROO PANELS 07 46 46 FIBER -CEMENT S�;D 07 62 00 SHEET METAL AND TRIM 07 92 00 JOINT SEALA . TS 0811 13 HOLLOW ME D ORS AND FRAMES 08 33 13 COILING COUNT R DOOR 0851 13 ALUMINUM SLIDING WINDOW 08 71 00 DOOR HARDWARE 09 67 23 RESINOUS FLOORING 0991 13 EXTERIOR PAINTING 09 91 23 INTERIOR PAINTING 10 11 00 VISUAL DISPLAY UNITS 10 14 23.16 BUILDING SIGNAGE 1021 13.14 STAINLESS -STEEL TOILET COMPARTMENTS 10 28 00 TOILET ACCESSORIES CABINETS 00010 Table of Contents 00010- 3 Addendum N2 1044 16 22 11 16 22 11 19 22 13 16 22 33 00 22 41 00 22 42 13 23 0500 23 05 13 23 0529 23 05 53 23 0700 23 31 13 23 33 00 23 37 13 23 81 26 23 82 39 2605 19 26 05 26 26 05 29 26 05 33 26 05 44 26 09 23 26 22 00 2624 16 26 27 26 2628 16 2651 19 2656 13 2656 19 26 56 68 3231 19 FIRE EXTINGUISHERS DOMESTIC WATER PIPING DOMESTIC WATER PIPING SPECIALITIES SANITARY WASTE AND VENT PIPING ELECTRIC, DOMESTIC -WATER HEATERS PLUMBING FIXTURES ELECTRIC HAND DRYERS COMMON WORKS RESULTS FOR HVAC EQUIPMENTS COMMON MOTOR REQUIREMENTS FOR 1-IVAC EQUIPMENT HANGERS AND SUPPORTS FOR HVAC PIPING AND EQUIPMENT IDENTIFICATION FOR HVAC PIPING AND EQUIPMENT HVAC INSULATION METAL DUCTS AIR DUCT ACCESSORIES DIFFUSERS, REGISTERS, AND GRILLES SPLIT -SYSTEM AIR-CONDTIONERS UNIT HEATERS LOW -VOLTAGE ELECTRICAL POWER UCTORS AND CABLES GROUNDING AND BONDING FOR AL SYSTEMS✓7 HANGERS AND SUPPORTS FOR ELF T ICAL S RACEWAYS AND BOXES SLEEVES AND SLEEVE S LIGHTING CONTROL DIN LOW -VOLTAGE PANELBOARDS WIRING DEVICE ENCLOSED Yff- LED INTERI 1 LIGHTING POM LED EXTERIOR EXTERIOR ATH ORNAMENTALi rC SY ELECTRI L RACEWAYBLING AND Cl BREAKERS? ING OJD ST S 1TIN� C IS E CES AN`�GAT S J` END OF TABLE OF CONTENTS 00010 Table of Contents 00010- 4 Addendum 92 AftCITY OF FAYETTEVILLE ARKANS ARKANSAS City of Fayetteville, Arkansas INVITATION TO BID Bid 20-86, Construction Kessler Mountain Regional Park, Phase II The City of Fayetteville is accepting sealed bids from properly licensed firms for the Kessler Mountain Regional Park, Phase II. The project includes, but not limited to, construction of four new lighted baseball fields with a central building facility for concessions and restrooms, storage building, bleachers with overhead canopy, batting cages, parking lot with landscaping and lighting, irrigation, water and sewer lines, and sanitary sewer plant expansion. Questions should be addressed to Andrea Foren, Purchasing Manager at aforen@fayetteville-ar.gov or by calling (479) 575-8289. Bidding documents, plans, plan holders, and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.fayetteville-ar.gov/bids, which will be made available by end of day, Monday, November 23, 2020. All bids shall be received by Tuesday, December 22>before 2:00 PM, local time utilizing the electronic bidding software, OR by submitting a sealed bid at the C' Fa tteville, Purchasing Division address listed below. Submitting a bid electronically is strongly encouraged. A p b o ening ' I be conducted sho a�t�r the deadline at City Hall and livestreamed at htt s: www. outube.com u offa ette II ate or m M c bids shall not be accepted. The City of Fayetteville shall not be res onsl I for lost o i `cted bids, gr4 al re of bidder's technical equipment. (`//� litev of Fayettevrh P chasing Divis'e�Stkoom 306 `� `13 West o nt'atn Street v Fayet� R 11101 G A non -mandatory Pre -Bid meeting will be held We sday, DecQisva 2020 at 10:00 AM virtually. Please note the initial advertisement on Sunday 11/22/20 indicated th pr -b meetinbe on site; however, the pre -bid meeting will be held virtually via Zoom. Information regar 1qr Se -bid m e InlI ble on the project page on the City's electronic bidding platform. All interested parties are a couraged-q ten w Each bid shall be accompanied by a cashier's check.�f"i bank doing business in the State of Arkansas or a corporate bid bond in an amount not less than five (5) perce t of ,amount bid. A one hundred percent (100%) performance and payment bond is required with the contra t a aied. A State of Arkansas Contractor's License is required for all bidders and license shall be valid at the time of bid ;'dliy In an effort to understand hardships ur ve dors and suppliers are facing in relation to the current COVID-19 situation, the Purchasing Division will take feedback ro plan holders and interested parties to understand the current impact to vendors operations. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. The City of Fayetteville reserves the right to waive irregularities, reject bids, and postpone the award of any Contract for a period which shall not exceed beyond ninety (90) days from the bid opening date. 00120- 1 Addendum #2 DOCUMENT 00400—BID FORM (continued) AR'fICLF. 4 - RI D PRICE Bidder will complete the Work in accordance with the Contract Documents for the following price(s): ITEM SPEC. ESTIMATED UNIT BID NO. NO. - DESCRIPTION UNIT QUANTITY PRICE AMOUNT G� 00400 Bid Form 00400— 5 Addendum 2 - Bid form revised DOCUMENT 00400—BID FORM (continued) J Z� 00400 Bid Form 00400 — 6 Addendum 2 - Bid form revised DOCUMENT 00400—BID FORM (continued) ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 00400 Bid Form 00400— 7 Addendum 2 - Bid form revised DOCUMENT 00400—BID FORM (continued) ITEM SPEC. NO. NO. DESCRIPTION ESTIMATED UNIT BID UNIT QUANTITY PRICE AMOUNT INS 00400 Bid Form 00400 — 8 Addendum 2 - Bid form revised DOCUMENT 00400—BID FORM (continued) ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT r Total amount for items I to 138 listed above $ Deductive Alternate #1 ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT Total amount for Deductive Alternate # 1 $ 00400 Bid Form 00400 — 9 Addendum 2 • Bid torn revised DOCUMENT00400—BID FORM (continued) Deductive Alternate #2 ITEM SPEC. ESTIMATED UNIT BID NO. NU. ut:aUKIVHUN UNIT QUANTITY PRICE AMOUNT Total amount for Deductive Alternate #2 S Deductive Alternate #3 ITEM SPEC. ESTIMATED UNIT BID NO. NO. UGJUItII'I IUN UNIT QUANTITY PRICE AMOUNT Total amount for Deductive Alternate 43 S Award will be to a single contractor based on the total amobtdq'-4i)ders shall submit a bid for all Itt'ti a Iretns O • � V V � O P •� 00400 Bid Form 00400 — 10 Addendum 2 - Bid form revised PARTI- GENERAL 1.1 SUMMARY 1.2 1.3 SECTION 083313 - COILING COUNTER DOOR A. Overhead coiling counter doors, complete, including curtains, guides; counterbalance mechanisms, hardware, and installation accessories. RELATED WORK SPECIFIED IN OTHER SECTIONS A. Miscellaneous metals; Section 055000. B. Cylinder locks; Section 087100. requi menu. t o and size of Se coilin d accessory. A7, ails, nke ricriptio , im nsions of individual coi nentIrprofiles fo la , and finish 2. Shp > ra n S. For sp is gmponents a i [aF[aFla[ions, not fully dimensioned or a ail on manufac er' data sheet�� Informational Submittal V I. Installer e c es: Signe by ni, nufacturer certifying that installers comply with speci d requiremYntl+ C. Closeout Submittals: �` I. Maintenance Dat: For overhead coiling door to include in maintenance manual. 1.4 PERFORMANCE RE_EQ.Ui'R ' N, S i SUBMITTALS: Comply with Division 01 A. L7 Action Submittals: Product Data: For Include the follow—ir a. A. Structural P fiance: Provide overhead coiling counter doors capable of withstanding the effects of gravity loads and the specified loads and stresses without evidencing pennanent deformation of door components. 1.5 QUALITY ASSURANCE A. Furnish overhead coiling counter doors as a complete unit produced by one manufacturer, including hardware, accessories, mounting and installation components. B. Insert and Anchorages: Furnish inserts and anchoring devices which must be built into structure for installation of doors. Provide setting drawings, templates, instructions and Kessler Mountain Regional 083313-1 19T21090 Park, Phase 11 Addendum No. 2 directions for installation of anchorage devices. Coordinate delivery with other work to avoid delay. C. Regulatory Requirements: Comply with applicable requirements of the laws; codes; ordinances and regulations of federal, state and municipal authorities having jurisdiction. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver and store materials in manufacturer's original packaging, labeled to show name, brand and type. B. Store materials in a protected dry location off the ground in accordance with manufacturer's instructions. 1.7 COORDINATION A. Coordinate work with trade installing a minum sliding window (Section 0851 13). PART 2-PRODUCTS � 2.1 MANUFACTURER O A. Overhead Door Company rlyodel 652" ed fied; equi a nt roducts from Cornell Door Works, Cooks Company, and Rayno_ are accepts a all approved equal. 2.2 IA COILING COUNT- D+� OF'E A. Curtain: In I kin sla -138 abrcat d of aluminum. Attach endlocks to S �� each end of alternate sla to ar'ntain cVinis. ff gnment and prevent lateral movement. B. Finish: Aluminw ranoditEd C. Bottom Bar: Alumi m to to e. tru n with vinyl bottom astragal. D. Guides: Extruded aluminum h pes with clear anodized finish with continuous silicone - treated woolpile strips. E. Brackets: Ste�htb�u ppr[ ounterbalance, curtain and hood. G. Counterbala3t;e. 'elical torsion spring type housed in a steel tube or pipe barrel. H. Hood: Aluminum. Provide intermediate support brackets as required. I. Manual Operation: Manual push up. J. Locking: Cylinder lock (specified in Section 08 71 00) K. Wall Mounting Condition: Refer to drawings. Kessler Mountain Regional 083313-2 19T21090 Park; Phase 11 Addendum No. 2 PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions under which. overhead coiling doors are to be installed. Do not proceed with the work until unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install doors and operating equipment, complete with necessary hardware, jamb and head mold strips, anchors, inserts, hangers, and equipment supports in strict accordance with manufacturer instructions, final shop drawings. B. Upon completion of installation, including work by other trades, lubricate, test, and adjust doors to provide easy operation, proper closing; and secure locking. C. Touch-up damaged coatings and fini nd repair minor damage. CvanAexposed surfaces using non-abrasive mate al n iethods recommended by 'htanu� urer of material or product being cleaned. 3.3 INSTRUCTIONS • ,O ♦ P A. Instruct Owner's personnel i groper ope�inpc cedores at�d nai enance schedule. ` END OF P •� G� Kessler Mountain Regional 083313-3 19T21090 Park, Phase 11 Addendum No. 2 PART[ -GENERAL 1.1 SUMMARY A. Section Includes: 1.2 1.3 1.4 0 V SECTION 096723 - RESINOUS FLOORING I. Resinous flooring. 2. Integral cove base accessories. PREINSTALLATION MEETINGS Preinstallation Conference: Conduct I. Review manufacturer's written conditions affecting resinous Fl, 2. Review details of integral c ve 3. Review manufacturer's e ect site. sus le preparation an N ** runental 1.�. s[allrog resinous 1 n g systems. 4. Review protection meu s or adja n[�co s ruction an i ed flooring; Floor drainage requirem ts, curviiiisase detai o forth. ♦ /� �` ACTION SUBh�1Ja�����/"" Product Data: For ea type of p duc� O I. Include manufac er's cca d . inst I'on instructions. and recommendations for each resinous floo in pin cnent r ired. B. Samples: For each resino s Floo te�ired and for each color and texture specified. q P 6 inches square in size, applied to gi r. backing by Installer for this Project. C. Samples for Initial Sel.tior each type of exposed finish required. D. Samples for Verific lion: ea h resinous Flooring system required and for each color and texture specified, Vluare, applied to a rigid backing by Installer for this Project. a INFORMATIONAL SUBMITTALS Qualification Data: For Installer. Material Certificates: For each resinous Flooring component. C. Material Test Reports: For each resinous flooring system; by a qualified testing agency. Kessler Mountain Regional 096723-1 19T21090 Park, Phase 11 Addendum No. 2 D. Field quality -control reports. 1.5 CLOSEOUT SUBMITTALS A. Maintenance Data: For resinous Flooring to include in maintenance manuals. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An authorized representative who is trained and approved by manufacturer. Engage an installer who is certified in writing by resinous Flooring manufacturer as qualified to apply resinous Flooring systems indicated. B. Mockups: Build mockups to verify selections made under Sample submittals, to demonstrate aesthetic effects, and to set quality standards r terials and execution. I. Apply full -thickness mockups on 9. c square fl area selected by A to a. Include 96-inch lengl o Aral cove4be wi inside and u � e corner. 2 Simulate finished lighting ndt ions fo review o i ps. 3. Approval of mocku s doe��ol consul �proval of evi lions from the Contract Documents co�ai mockups u es�iitect specific a�y approves such deviations in writing. 4. Subject too pya ce with rei 1»�nts, approv d )nckups may become part of the completed W_ork6fundisturbed5Ktidie of Subs[aoletion. r `f 1.7 DELIVERY, STORAG N LI GO A. Deliver materials in or, trial pack�I I an containers, with seals unbroken, bearing manufacturer's labels indicating an nape and directions for storage and mixing with other components. 1.8 FIELD CONDITIONS* A. Environmental Lin i�io`Comply with resinous Flooring manufacturer's written instructions for substrate temp�atu e, ambient temperature, moisture, ventilation, and other conditions affecting resinous Flooring installation. B. Lighting: Provide permanent lighting or, if permanent lighting is not in place, simulate permanent lighting conditions during resinous Flooring installation. C. Close spaces to traffic during resinous Flooring installation and for 24 hours after installation unless manufacturer recommends a longer period. Kessler Mountain Regional 096723-2 19T21090 Park, Phase If Addendum No. 2 PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Flammability: Self -extinguishing in accordance with ASTM D635. 2.2 MANUFACTURER A. Sherwin-Williams Company; General Polymers "SoftTop Industrial Flooring System"; or approved equal. I . Source Limitations: Obtain primary resinous flooring materials, including primers, resins, hardening agents, grouting coats, and topcoats, from single source from single manufacturer. Obtain secondary materials, including patching and fill material, joint sealant, and repair materials, of type and from manufacturer recommended in writing by manufacturer of primary materials. 2.3 FLOORING SYSTEM VC A. System Characteristics: P ♦ e) I. Color and Pattern: As se eec d rot mai a@lure s full range 2. Wearing Surface: Manufac er's s[andafd,gaiing surfacer 3. Integral Cove �as 6 sigh. 4. Overall Syste i mil ku ss: I/8 inch? �``/7► B. System Componen ` �` I . Body Coats: O a. Resin: Epoxy. b. Applicatio eth � roweled ors ed. C. Thickness o a 16 d. Number of ats: 2. ♦� 2. Aggregates: Manufacturer' to dN esinous flakes. 3. Primer. Type reconunende m ufacturer for substrate and body coats indicated. 4. Vapor Retarder: SpecifiV an stalled in Section 03 30 00. S. Top Coat: UV resistaing or finish coats. a. Resin: Ep b. Type: tear. C. Finis+h►i NimGlos . d. ber oats: One. C. Physical Properties: Provide resinous flooring system with the following minimum physical property requirements when tested in accordance with test methods indicated: I. Compressive Strength: 10,700-11,000 psi minimum in accordance with ASTM C579. 2. Tensile Strength: 2,250 psi minimum in accordance with ASTM C307. 3. Flexural Modulus of Elasticity: 4,000 psi minimum in accordance with ASTM C580. 4. Indentation: 2,000 psi percent maximum in accordance with MIL-D-3134J. Kessler Mountain Regional 096723-3 19T21090 Park. Phase 11 Addendum No. 2 5. Impact Resistance: No chipping; cracking; or delamination and not more than 1/16-inch pennanent indentation in accordance with MIL-D-3134J. 6. Resistance to Elevated Temperature: No slip or flow of more than 1/16 inch in accordance with MIL-D-3134J. 7. Abrasion Resistance: 0.08 gm maximum weight loss in accordance with ASTM D4060. 8. Hardness: 85-90, Shore D in accordance with ASTM D2240. 2.4 ACCESSORY MATERIALS: A. Accessories: Metal edge strip at floor terminations, at top of wainscot, and other items necessary for project completion. B. Jointing and Divider Strips: Type recommended by epoxy resinous flooring manufacturer. C. Patching and Fill Material: Resinous product of or approved by flooring manufacturer and recommended by manufacturer for application i dicated. PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates, itlt�f taller present ntpliance wi quirements for maximum moisture content a o tc o ditions aff in erfonnan •the ork. I. Verify that`fnish� f substr to co ply with t e and other requirements specified in other Sec i ns and tha ubs rates area re �c acks, ridges, depressions, scale, and foreign deposits that gh nte�fere with adh�e t n of resinous flooring systems. B. Proceed with installation y� unsatis ory conditions have been corrected. 3.2 PREPARATION A. Prepare and clean substrateAn accordance with resinous flooring manufacturer's written instructions for substrate siV3 4d to ensure adhesion. B. Concrete Substrate: Pr a sound concrete surfaces free of laitance, glaze, efflorescence, curing compound ; fotn -release agents, dust, dirt, grease, oil, and other contaminants incompatible with resinous flooring. Roughen concrete substrates as follows: a. Shot -blast surfaces with an apparatus that abrades the concrete surface, contains the dispensed shot within the apparatus, and recirculates the shot by vacuum pickup. Kessler Mountain Regional 096723-4 19T21090 Park, Phase If Addendum No. 2 b. Comply with requirements in SSPC-SP IYNACE No. 6, with a Concrete Surface Profile of 3 or greater in accordance with ICRI Technical Guideline No. 310.211, unless manufacturer's written instructions are more stringent. 2. Repair damaged and deteriorated concrete in accordance with resinous Flooring manufacturer's written instructions. 3. Moisture Testing: Perform tests so that each test area does not exceed 200 sq. ft., and perform no fewer than three tests in each installation area and with test areas evenly spaced in installation areas. a. Anhydrous Calcium Chloride Test: ASTM 1`1869. Proceed with installation only after substrates have maximum moisture -vapor -emission rate of 3 lb of water/1000 sq. ft. in 24 hours. b. Relative Humidity Test: Using in -situ probes, ASTM F2170. Proceed with installation only after substrates have a maximum 75 percent relative humidity level measurement. 4. Alkalinity and Adhesion Testing: Pe o tests recommended in writing. resinous Flooring manufacturer. Proceed wi �u st Ila *on only after substrate alkAk i j:?jn t less than 6yor more than 8 pH unles o erwise raeo _ ended in wru ng VI'looring manufacturer, C. Patching and Filling: Use pa[c in a dl materaalAte _i �lmoles and dw signs in substrates in accordance with manufacturerrs wruittyn instrucl'uot I . Control Joint are in t Treat co" o�J8nffs and of r rlr owing substrate cracks to prevent cr reFlec[i``p��tmrd gh resinous ring in accordance with manufactt :er' tt n ins[rctiX) D. Resinous Materials: ix con pRri ``and parerials in accordance with resinous flooring manufacturer's writte inons. 3.3 INSTALLATION P A. Apply components of resinous bor`ystern in accordance with manufacturer's written instructions to produce a urn o m, monolithic wearing surface of thickness specified. I. Coordinate install t� o omponents to provide optimum adhesion of resinous Flooring system to su str to ndsop ununm intercoat adhesion. 2. Cure resin Ins ormg components in accordance with manufacturer's written instructions. Prevent contamination during installation and curing processes. 3. Expansion and Isolation Joint Treatment: At substrate expansion and isolation joints, comply with resinous flooring manufacturer's written instructions. B. Primer: Apply primer over prepared substrate at spreading rate recommended in writing by manufacturer. C. Field -Formed Integral Cove Base: Apply cove base mix to wall surfaces before applying flooring coats. Apply in accordance with manufacturer's written instructions and details, Kessler Mountain Regional 096723-5 19T21090 Park, Phase 11 Addendum No. 2 including those for taping, mixing, priming; troweling, sanding; and topcoating of cove base. Round internal and external corners. D. Troweled or Screeded Body Coats: Apply troweled or screeded body coats in thickness specified for flooring system. Hand or power trowel and grout to fill voids. When body coats are cured. remove trowel marks and roughness using method recommended in writing by manufacturer. E. Topcoats: Apply topcoats in number indicated for Flooring system specified, at spreading rates recommended in writing by manufacturer, and to produce wearing surface specified. 3.4 FIELD QUALITY CONTROL A. Material Sampling: Owner may, at any time and any number of times during resinous flooring installation, require material samples for testing for compliance with requirements. I. Owner will engage an independent to t agency to take samples of mate ials being used. Material samples will be tajt'eq ified, sealed, and certified nUfn nce of Contractor. \•(/1 +�V 2. Testing agency will test sam lmpliance quiremen u a applicable referenced testing procedur s o if not refer ced., sing testin r edures listed in manufacturer's product �a a1 3. If test results show applied taterials do m ly with s fi •requirements, pay for testing, remove n5compI mg materi s, are surfa Oc ated with unacceptable materials, and r$in`af Il 1ooring mate t amply�wiith re ui ements. B. Core Sampling: t - €rss d"irectiot d locations �esi sated by Owner, take one core sample per 1000 sq. f resinou�stl, or porn o to verify thickness. For each sample that fails to comply � itII requiredm nt taken a i�I samples. Repair damage caused by coring. Correct deficiencies i in 11 mod, floorAlas in 'cated by testing. 3.5 PROTECTION P A. Protect resinous Flooring from da ge` wear during the remainder of construction period. Use protective methods and materia s, including temporary covering, recommended in writing by resinous Flooring man ♦KEND OF SECTION 096723 Kessler Mountain Regional 096723-6 19T21090 Park. Phase If y Addendum No. 2 SECTION 224213 - ELECTRIC HAND DRYERS PART I —GENERAL 1.1 SUMMARY A. Provide electric hand dryers, complete. B. Refer to drawings for locations. 1.2 COORDINATION A. Coordinate electric hand dryer 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 hand dryers. 1.3 ACTION SUBMITTALS A. Product Data: For hand dryers. G I. Include construction details a rial descri'ti`ph-,dimensionN1.G'dual components and pr iT al finishes. Ij1 2. Include anchori a d riling, t uN-FeLents, includi a uirements for cutouts in [hervorid substr ra'tation. 3. Includoel rtri chhaaracteri `V B. Product S ed I Thdicating ryu�ntities, size an installation locations by room. I. IdenU , ocations u inb oom design u rs dicated. 2. Identify e ectn han�yi ers aside i nations indicated. 1.4 CLOSEOUT SUBMITTA� ♦ A. Maintenance Data: For ele z law-dryer to include in maintenance manuals. 1.5 WARRANTY A. Manufacturyear limited warranty. PART 2- PRODUCTS V` 2.1 MANUFACTURER A. Basis of Design, Dyson "Excel Dryer XLERATOR Hand Dryer Model XL-SB' ; or approved equal. Kessler Mountain Regional Park, Phase II y 224213-1 19T21090 Addendum No. 2 2.2 ELECTRIC HAND DRYER A. Warm -Air Hand Dryer: High Speed, energy efficient, electric hand dryer; entire dryer internally grounded. I. Sound Level: Operational sound level less than 80 dB. 2. Motor and Blower: 5/8 VIP, 20,000 RPM. Air Flow rate: 19,000 linear feet per minute. 3. Heater: 970 watts mounted inside blower housing to be vandal proof with Air Temperature of 135 degrees F measured at average hand position of 4 inches below air outlet. 4. Controls: Completely sealed control board and optics, automatic operation, activated by infrared optical sensor. 5. Size: 11-3/4" wide by 12-I1/16" high by 6-11/16" deep. 6. Cover: Stainless Steel. 7. Finish: Brushed. B. Mounting: Surface mounted. c^ C. Quantities and Locations: Refer to _wiggg)s PART 3 —EXECUTION gds P 3.1 INSTALLATION�►` A. Install electric hrdin o iufacturers 'riinstr`ctions. Install units level, plun�i?a'nderdn gca ions and heCglt indicated. mV I Retitings. 3.2 ADJUSTING AND CL A. Adjust electric han dryers dte-di»bered, smooth operation. Replace damaged or defective items. / k B. Clean and polish. expose surfaFes according to manufacturer's written instructions. G` END OF SECTION 224213 Kessler Mountain Regional Park, Phase II 224213-1 19T21090 Addendum No. 2 SP-2 — SITE ELECTRICAL MEASUREMENT AND PAYMENT MEASUREMENT AND PAYMENT SP-2 -1.1 New Electrical Service: Electrical service equipment shall be measured and paid for at the lump sum contract unit price bid for electrical service installed in place with grounding, meter pedestal, electric panel, circuit breakers, surge protective devices, required conduit size from pedestal to service point, pedestal foundation, pedestal enclosures, and other appurtenances required to complete the item as outlined in these Specifications and the Plans. The price shall be full compensation for furnishing all materials and for all preparation, placing and installation of these materials, furnishing and installation of appurtenances and connections as may be required to complete the item as shown on the plans, testing, and for all labor, equipment, tools, incidentals, and appurtenances necessary to complete this item. All work to be completed within the bounds of the pedestal and the pedestal foundation shall be considered subsidiary to the pedestal pay item. Separate payment shall not be made for items within this boundary. Payment will be made under: Item SP-2-I.I New Electrical Servi h7nip m G C� SP-2 -2.1 Parkin Lot Liolht AssemblyarhiflotVlight assemblr�all be s e by each unit type installed in 'lace with fixtures I s�ports,�o nda[ions groundi g ro isions, associated conduit, and appurtenances as accep� ngineer. pa tents all be ma e contract unit price for each fixture, installed. This ice sh e full co s ion for fit hi all materials and for all preparation, placing and ins4talteri of these no apt it urnishin and in tallation of appurtenances and connections as ma e e u to com I [h6 item as sl} the tans and for all labor, equipment, tools, inc id ntVaMappurtena .-ce e'teessary to co i" le this item. Payment will be made un Item SP-2-2.1 Parking Lott ' Itssemh4L— Fii� Jr-% -i.l Ball Held S orts Li liT t Ball fied �TpoSlighting shall be shall be measured and paid for by lump sum at the contract unt price"" ��It,,ccfiixtures, poles, supports, foundations, grounding provisions, associated conduit, and ap a na ices as accepted by Engineer. This price shall be full compensation for furnishing all matena for all preparation, placing and installation of these materials, furnishing and ins[allatio of appurtenances and connections as may be required to complete the item as showp �t�plans and for all labor, equipment, tools, incidentals, and appurtenances necessary tgepm a kth' item. Payment will be made under: Item SP-2-3.1 '#%atlield Sports Lighting— Lump Sum Kessler Mountain Regional Park, Phase 11 SP-2-1 Addendum 42 19T21090 SP-2 -4.1 Power Unit Maintenance Building: Power Unit Maintenance Building shall be measured by each unit type installed in place with equipment, grounding provisions; and appurtenances as accepted by Engineer. Payment shall be made at the contract unit price for each unit, installed. This price shall be full compensation for furnishing all materials and for all preparation, placing and installation of these materials; furnishing and installation of appurtenances and connections as may be required to complete the item as shown on the plans and for all labor, equipment, tools, incidentals, and appurtenances necessary to complete this item. Payment will be made under: Item SP-2-4.1 Power Unit Maintenance Building— EA SP-2 -5.1 Power unit Feeder: Power Unit Feeder shall be measured and paid for by linear feet installed in place with supports, trenching, foundations, grounding provisions, associated conduit, and appurtenances as accepted by Engineer. This price shall be full compensation for furnishing all materials and for all preparation, placing and installation of these materials. furnishing and installation of appurtenances and connections as may be required to complete the item as shown on the plans and for all labor, equipment, tools, incidentals, and appurtenances necessary to complete this item. Payment will be made under: �w Item SP-2-5.1 Power Unit Feeder— L� SP-2 -6.1 Data Conduit: Data conduit with supports, trenching, foundations, accepted by Engineer. This price slt',� preparation, placing and installation c and connections as may be re NA ed equipment, tools, incidentals a ap Payment will be made 6 Item w SP-2-6.1 ata onduit effiired and pai or by linear fee' m'stalled in place provision-s.`associted condu' , appurtenances as omoeftsati t ♦for furnishineaa m.lterials and for all fishing and 'n tall^ation of appurtenances as showngo-ydt plans and for all labor, to — LF OV SP-2 -7.1 Telecommunication Handh3l'e:Nlecommynicat m Handhole shall be measured and paid for by each installed in place s prts; tre chine; o ndations, grounding provisions, associated conduit; and appurtenances d by Eg eer. This price shall be full compensation for furnishing all materials and for all preparadto g and installation of these materials; furnishing and installation of appurtenances and c . n do as may be required to complete the item as shown on the plans and for all labor, equipmen oo . incidentals, and appurtenances necessary to complete this item. Payment will be made under: Item SP-2-7.1 Handhole: — EA SP-2 -8.1 Ball Field ElectVcal:%Work completed and accepted and measured as provided in the plans will be paid for by lump sum at the contract unit price bid; which price shall be full compensation for furnishing, installing, and terminating the electrical conductors; trenching; conduit installation, and backfilling; installation of all inground boxes, switches and receptacles for the ball field areas as shown in the Plans; and for all labor, equipment, tools, and incidentals necessary to complete the work. Payment will be made under: Item SP-2-8.1 Ball Field Electrical — Lump Sum Kessler Mountain Regional Park, Phase 11 SP-2-2 Addendum #2 19T21090 SP-2 -9.1 Utility Relocation Conduit Utility relocation conduit shall be measured and paid for by linear feet installed in place with supports, trenching; foundations, grounding provisions, associated conduit, and appurtenances as accepted by Engineer. This price shall be full compensation for furnishing all materials and for all preparation, placing and installation of these materials, furnishing and installation of appurtenances and connections as may be required to complete the item as shown on the plans and for all labor, equipment, tools, incidentals, and appurtenances necessary to complete this item. Payment will be made under: Item SP-2-9.1 Utility Relocation Conduit (2" Conduit) — LF Kessler Mountain Regional Park, Phase 11 SP-2-3 Addendum #2 19T21090 END OF SECTION SP-2 Kessler Mountain Regional Park, Phase 11 SP-2-4 Addendum #2 19T21090 SP- 11 —SITE FURNISHINGS AND AMENITIES SUMMARY SP-1 1-1.1 This section covers the furnishing and installation of site furnishings & amenities and incidental materials in accordance with the types, locations, and details in the Plans, or as directed and accepted by the Engineer as an approved equal. SP-I 1-1.2 Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Specification Sections, apply to this Section. A. Refer to the following specification sections in the City of Fayetteville Standard Specifications for Street and Drainage Construction for additional work related to these items: a. Section 202- Excavation and Embankment b. Section 502- Concrete Sidewalks w c. Section 601- Cast -in -Place Concret� d. Section 602- Reinforcing St 1 4 P • SP-I I-1.3 SUBMITTALS: A. Product Data: Manufactureds C to eets on eacc to be us i g full range of standard color selections. ` `` B. Maintenance Data: Macn ers inst h it ma i en cePuid. C. Include recommended methods for Rpandamage � the - nish. D. Stamped footing shop drawingpl}�ca W`` �k6 IALS SP-11-2.1 BIKE RACKS: A. Manufacturer: Subject to con a e h requirements, provide products by BRP by Bison, 603 "L" Street, Lincoln, NE 68508, 801439 -, www.brnonline.com, or approved equal. B. Materials: 2-3/8" O.D. scli62hfYe 40 steel tubing, 26-3/8" wide x 34" high, powdercoat finish (color: Black) C. Style: Double -side parking, designed to accommodate no fewer than two bicycles. Flip Up Bike Rack, Model BFU2-02-SM, or approved equal. D. Installation method: Surface Flanges anchored at finish grade to concrete as indicated in manufacturer instructions. SP-11-2.2 BLEACHERS (5 ROW)7 Kessler Mountain Regional SP-11-1 19T21090 Park, Phase 11 Addendum No. 2 A. Manufacturer: Subject to compliance with requirements, provide products by Belson, 627 Amersale Drive, Naperville, Illinois 60563; 800-323-5664: www.Belson.com; sales n belson.com, or approved equal. B. Materials: Extruded aluminum, pre -tempered grade 6061-T6 alloy; grooved -type, non -slip safety surface a. Install accessibility -compliance sticker on bleachers and markings on concrete surface per specified locations and details in construction documents. C. Style: Non -elevated, 5-row aluminum bleachers with center aisle; 21-foot length; double footboards and semi -closed deck; chain link guardrail; Model BPT-010 or approved equal. a. 12" seat planks; 8" rise and 30" tread; 17" front row seat height D. Installation method: Surface rails anchored at finish grade to concrete per manufacturer instructions. SP-11-2.3 DUGOUT BENCHES: C A. Manufacturer: Subject to compliance with requ%Wutdoora s, provid ducts by Outdo u� lum, PO Box 118, Geneva, Alabama 36340; 800-225- 49;lu' om or a o equal. B. Materials: Extruded aluminum seat pin a d ckrest o2" re aluminum ul ne and legs C. Style: 21' long team bench w' 2xl21ear anodi aP plank; 2x b • rest on double leg 2" r r al. square tube aluminum frame, Nod CTS o app ` V D. Installation method: S a b�anchored t rade to co et per manufacturer instructions. SP-11-2.4 PET WASTE STA NS: O A. Manufacturer: Subject to co ' n h req emen ovide products by Dogipot, 5340 Young Pine Road, Suite 8, Orlando, FIo ' 800- 7681; www.dogipot.com; info Qdogipot.corn or approved equal. B. Style: Model 1003-L pet waste stationQP t. Includes aluminum on -leash pet sign; aluminum junior bag dispenser with hvo (2) roll nt Dogipot Smart Litter pickup Bags; 10-gallon Steel Trash receptacle with Stainless St el Box of 50-count Dogipot Smart liner trash bags; 2"x2"x4'-8" square galvanized steel telescopib nh post with installation hardware. C. Installation method: In-g and as installation per manufacturer's instructions. SP-11-2.5 DOUBLE BATTING CAGE A. Manufacturer: Subject to compliance with requirements, provide products by Sportsedge, PO Box 837, 259 Murdock Road, Troutman, North Carolina 28166; 800-334-6057; www.Sportsedae.com, or approved equal. B. Style: Powerhouse Batting Cage Model #Double Baseball Cage- 70'L consisting of two (2) 1 I' tall x 14' wide x 70' long cages. No substitutions permitted. Kessler Mountain Regional SP-11-2 19T21090 Park, Phase 11 Addendum No. 2 a. Structural Poles: 8.625" O.D. welded high tensile strength steel, .25" wall thickness with welded cap and integral lifting ring to prevent moisture from entering at the top and to ease the installation process. Corrosion dipped and finished with STRYK 5388 to form a solid coating bonded with the substrate, preventing corrosion. b. Cable and Tensioning System: All hardware including nuts, bolts, washers, are to be hot - dipped galvanized. Cable shall be 3/16" heavy duty galvanized steel cable. Cable tensioning must allow for adjustment of any given cable. c. Netting: Net shall be #42 HDPE (black with 1-7/8" a 1-7/8" square openings, 220# of breaking strength; active UV content: 0.02%) knotted baseball netting manufactured into a batting cage. Netting is assembled to every rope with a posilock stitch. Ropes shall be at every corner with a rib line on the top panel that is centered on the long dimension. A door on the short dimension at one end, three feet from corner. i. Rope: Diameter: 5/16" Twisted HDPE; Tensile: 1430 pounds; Color: Black ii. Hanging twine: 210d/18 HDP�1;€tuile: 109 pounds of breaking strgltgth Color: Black, twisted ,[`/) C. Installation method: Install per manufact s lions. D. Maintenance: Provide Owner with '/ touch W each inst SP-11-2.6 PORTABLE PITCHIN OU ♦ 6 A. Manufacturer: Subject cc with �ui nents, r oducts b Arizona Mound Company, PO Bo. 3 3311 10 et, Urban le, Iowa 50323; 515-238-3776; www.azbaseballco.coroved eq O B. Style: Model #AZ-8, 8" tall a 8' e long; r forc fiberglass shell with turf surface; color: Red Clay. No substitutions p rovide a (I) field. SP-11-2.7 FOUL POLES A. Manufacturer: Subject to compliance it`uirements, provide products by PW Athletic, 2 Industrial Drive, PO Boa 1290, talem., Ilinois 62881; 866-833-4680; www.PWAthletic.com; sales(cD.awathletic.com, or apprSe u alB. Style: Model #1274 or va 20' overall height with 12' tall a 18" wide mesh Flag; 4-1/2" O.D. posts; color: Yellot I C. Installation method: Direct burial per manufacturer's installation instructions and the construction drawings. SP-11-2.8 BATTER'S EYE A. Manufacturer: Subject to compliance with requirements, provide products by Sportsfield Specialties, 1455 Harrison Road, PO Bo 2489, Salisbury, North Carolina 28147; 704-323-2140; www.Sportsfield.com, or approved equal. B. Materials: Overall system dimensions: 20' tall a 40' wide Kessler Mountain Regional SP-11-3 19T21090 Park, Phase 11 Addendum No. 2 a. Vertical Structure: i. Terminal Uprights: W8x21 Steel I -Beasts; Black Super Durable Powder Coated Finish ii. Center Upright: W8x24 Steel I -Beams; Black Super Durable Powder Coated Finish iii. 20' height above finish grade; 4' embedment depth (typical) b. Horizontal Structure: W8x13 Steel I -Beams, Black Super Durable Powder Coated Finish; Tensioned cables spaced 72" vertically c. Double Layer (Front and back) Vinyl Coated Polyester Wind Screen: Single -Piece Windscreen Panels 18'H x 39'-10"W; Reinforced Perimeter Henn and Horizontal Grommet Flaps Spaced 72" Vertically; Grommet Spacing 12" Center -to -Center (typ.) d. Concrete mow strip: install mow strip 0 base of structure per details in uction drawings and Sections 502 and SS- �[�/7 (^✓ e. Manufacturer to provide seal dra and calcula ' s a Licen �sional Engineer of Record in the S to rkansas. s C. Style: Model #BE20.0 or approve 0' tallO�w a batter's e; ect embedment posts (color: Vulcan Black HP); dotblayej�2 eyl mesh"en (color ee D. Installation method: Di t Quer manufa re installat' ctions and the construction drawings. SP-11-2.9 BASES (WITH AIORSI O A. Equipment Style: a. Bases: Ja Provide s group fie b. Home Ph approved C. (set of 3). Provide one (I) set for each field. )le with base layout for each of the four (4) age fiction documents or approved equal. Home Plate. Provide one plate for each field or Pitching Ru ber: ';'pitching rubber with double stanchions or approved equal. stanchions antiiiWgs on each field for each of the four (4) age -specific pitching configurations indicated in the construction documents. B. Installation methods: Provide rubber a. Bases: Install base anchors in the locations indicated in the construction documents. Anchors shall be set in concrete per manufacturer's instructions in a manner that does not interfere with artificial turf installation. b. Home Plate: Anchor home plates in formed concrete anchor in a manner that does not interfere with artificial turf installation. Kessler Mountain Regional SP-11-4 19T21090 Park, Phase 11 Addendum No. 2 c. Pitching rubber: Install double -stanchions in the locations indicated in the construction documents. Stanchions shall be set in concrete per manufacturer's instructions in a manner that does not interfere with artificial turf installation. CONSTRUCTION METHODS SP-11-3.1 EXAMINATION: Do not begin installation until finish grading and/ or substrates have been properly prepared. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. S P-1 1-3.2 INSTALLATION: Install site furnishings and amenities in accordance with manufacturer's installation instructions. Install site furnishings level, plumb, square, accurately aligned, correctly located per drawings, and Without warp. It is the responsibility of the installer to ensure that all aterials into or onto which sit m rshings will be installed can support the furnishings an i o be damaged by any req allation procedures. METHMETH �EASURE�EN� A�1 SP-11-4.1 BIKE RACKS: Bike Racks each unit completed in place and aft measured by each unit measured by each unit completed in shall be measured by each unit specification shall be measured by eac batting cage, frames, footings, cablgs,4y A. Concrete slab at batting Cage Pavement, payabh I be measured by this specification shall be with this specification shall be installed in accordance with this specification Batting Cages installed in accordance with this led in place and accepted. Unit includes double Mllfens shall be measured as square yards of Bullpen and Batting pay item. B. Batting cage turf shall be measured as square feet of Bullpen and Batting Cage Artificial Turf, payable under that pay item. SP-11-4.6 PORTABLE PITCHING MOUNDS: Portable Pitching Mounds installed in accordance with this specification shall be measured by each unit completed in place and accepted. SP-1 1-4.7 FOUL POLES: Foul Poles installed in accordance with this specification shall be measured by each unit completed in place and accepted. A unit is two foul poles per field. Kessler Mountain Regional SP-II-5 19T21090 Park, Phase 11 Addendum No. 2 SP-11-4.8a BATTERS EYE: Batter's Eyes installed in accordance with this specification shall be measured by each unit completed in place and accepted. Unit includes batters' eye structural frame, footing: and windscreen. SP-I 1-4.8b MOW STRIP- BATTER'S EYE: Batter's Eyes Mow Strips installed in accordance with this specification shall be measured by square foot completed in place and accepted. SP-11-4.9 BASES (WITH ANCHORS): Bases installed in accordance with this specification shall be measured by lump sum completed in place and accepted. This includes bases, pitching rubbers, home plates, stanchions, anchors and plugs for all four (4) fields. BASIS OF PAYMENT SP-11-5.1 BIKE RACKS: Payment will be made at the contract unit price, complete and in place, as measured above and accepted by the Engineer. The price shall be full compensation for furnishing all new materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to satisfaction of the Engineer. Payment will be made under: V) Item SP-11-5.1 Bike Racks,Stall!er each SP-11-5.2 BLEACHERS (5 ROW): P be made contract u 't is , complete and in place, as measured above and accept ie Engin T�price sh b u compensation for furnishing all new materials and f II pr ration an m Mtion of t e m rials, and for all labor, equipment, tools, and incident* n ery to compl h�dCem to the at ion of the Engineer. Payment will be made unc` Item SP-1 15.2 v/JBleachers4Rv), Ins t Pch SP-I I-5.3 DUGOUT BENCHES ill be6addea, contract unit price, complete and in placeYas measured above and accepted b t veer.ce shall be full compensation for furnishing alnew materials and for all preparat • i and in tothese materials, and for all labor, equipment, tools, and incidentals necessary to completdffiij4pto the satisfaction of the Engineer. Payment will be made under: NV N/ Item SP-11-5.3 ID _B'sllches (21'), Installed — per each SP-11-5.4 PET WASTES TIO SVPayJJJment will be made at the contract unit price, complete and in place, as measured above a1h6vOcepted by the Engineer. The price shall be full compensation for furnishing all new materials and for all preparation and installation of these materials; and for all labor, equipment, tools; and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SP-1 1-5.4 Pet Waste Stations, Installed — per each SP-1 1-5.5 DOUBLE BATTING CAGE: Payment will be made at the contract unit price, complete and in place; as measured above and accepted by the Engineer. The price shall be full compensation for Kessler Mountain Regional SP-11-6 19T21090 Park, Phase 11 Addendum No. 2 furnishing all new materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SP-1 1-5.5a Double Batting Cage (Net, Posts, & Footings), Installed — per each Item SP-I 1-5.5b Batting Cage Pavement, Installed — per square yard SP-1 1-5.6 PORTABLE PITCHING MOUNDS: Payment will be made at the contract unit price, complete and in place, as measured above and accepted by the Engineer. The price shall be full compensation for furnishing all new materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SP-11-5.6 Portable Pitching SP-11-5.7 FOUL POLES: Payment will be made measured above and accepted by the Engineer. T new materials and for all preparation and iagalla tools, and incidentals necessary to complete is Payment will be made under: w Item SP-1 I-5.7 �F. les (Pair), 1 SP-11-5.8 BATTER'S E t will be a st la �� rtei Payment will be made under: measured above and accep b the Engi new materials and for all pre ration and tools, and incidentals necessary to coi e Payment will be made under: Installed —per each ftaOT these to the satin; unit price; complete compensation and for a :o of the Eng* as all price, complete and in place, as compensation for furnishing all s, and for all labor, equipment, of the Engineer. Eye, Installed —per square foot by i ent will be made at the contract unit price, complete and in 9 the Engineer. The price shall be frill compensation for preparation and installation of these materials, and for all labor, ry to complete this item to the satisfaction of the Item SP-I I-5.9 Bases (w/ Anchors), Installed —per Lump Sum Engineer. Kessler Mountain Regional SP-I 1-7 19T21090 Park, Phase 11 Addendum No. 2 Kessler Mountain Regional SP-11-8 19T21090 Park, Phase 11 Addendum No. 2 CITY OF FAVETTEVILLE, ARKANSAS SUPPLEMENTAL SPECIFICATION 202 EXCAVATION AND EMBANKMENT Section 202 of the City of Fayetteville; Arkansas Standard Specifications for Street and Drainage Construction is hereby amended as follows: Subsection 202.01 is hereby modified as follows: The fifth paragraph of Subsection 202.01 is hereby deleted and the following substituted therefore: (a) Select Embankment. Select embankment includes all material placed within 8" of the top of subgrade elevation for thetiLosed parking lot pavement; heavy duty concrete pavement, gravel access dr.* a driveways as required i3 Plans. Additionally, select embankment in� matey' laced within 2fth11 top of subgrade elevation for the proP��Posed o davay (parall a.king areas �3 rred in the Plans. Select Embankment rdatehd may inclu e a roved on- o approved off - site material meeting the nts of secti.02 (c) belo Subsection 202.05 is hereby mo i ed mows: ` ♦ A� , Subsections 202.05 (c) ( itcreby del (1) Unclassified Excavation ' aul Off)aRce per cubic yard (CY) for Excavation. off; and disposal of all materia troJect and any other excavation; gradi or t er mi items of work. The plan quanu will �e♦cb payment; unless changes to the original a l followyt"�n �1 tituted therefore: /�V r[Qefu NY paid for at the Contract Price bid Icompensation for excavation, hauling required for completion of the project; aneous earthwork items not included in other I red the final quantity for purposes of final made. (2) Unclassified Excavation (On -site %aul)TPlan Quantity) shall be paid for at the Contract Price bid per cubic yard (CY) for F,Agi at�'B Said price shall be full compensation for excavation. hauling within the Kessl�egroMc'1un nlltegional Park Boundaries; and any other excavation. grading or other miscella eous a'ithwork items not included in other items of work. The plan quantity will be considereKJr al quantity for purposes of final payment; unless changes to the original design are made. (3) Embankment (import) shall be paid for at the Contract Price bid per cubic yard (CY) for Embankment (Import). Said price shall be full compensation for placement of materials on the Jobsite from off -site sources, to establish the lines and grades shown on the plans; placement of embankment as backfill for excavated areas; and any other embankment; grading or other miscellaneous earthwork items not included in other items of work. Kessler Mountain Regional Park. Phase 11 V SS-202-1 Addendum #2 19T21090 (4) Embankment (On -Site Material) (Plan Quantity) shall be paid for at the Contract Price bid per cubic yard (CY) for Embankment (On -Site Material) (Plan Quantity). Said price shall be full compensation for placement of materials on the jobsite from on -site sources; to establish the lines and grades shown on the plans; placement of embankment as backfill for excavated areas; and any other embankment. grading or other miscellaneous earthwork items not included in other items of work. The plan quantity will be considered the final quantity for purposes of final payment, unless changes to the original design are made or imported embankment is required. If imported embankment is required; then the cubic yardage for Embankment (On -Site Material) (Plan Quantity) shall be reduced by the cubic yardage of imported material required. (5) Select Embankment (Plan Quantity) shall be paid for at the Contract Price bid per cubic yard (CY) for Select Embankment (Plan Quantity). Said price shall be full compensation for placement of materials on the jobsite from on -site or off -site sources, to establish the lines and grades shown on the plans; placement of embankment as backfill for excavated areas; and any other embankment, grading or other miscellaneou earthwork items not included in other items of work. The plan quantity will be considered he al quantity for purposes of n��p�yntent. unless changes to the original design are made. 10 Pay Item UnitUndercut and Backfill Qa V • +. Rock Excavation CY Unclassified Excavation (On -sit aul) Ckan ?` tity) Unclassified Excavation (Hatt 1 ff) Cuantity Select Embankment Quanti ) Embankment (Import) Embankment (On -Site Mat��i2) Y (Pla ; ) POF SECTION SS-202 Kessler Mountain Regional Park, Phase 11 y SS-202-2 Addendum #2 19T21090 Z 3StlHd'Yatld a31S'15l6S353N N py- A p1�y 8 tvsav :1 �O '@•��u't # 1 - 3111A311Atli Ny1 UNM`!3a]VI9A0^I m 1 0 Allj _ ..... I'.� 1.... s " � ogg=s�9�g�w's3 s "S � j Fy Iw wl cgs Q���i i"C RHp $wo�Ws� 9 Co��wyc^f s e SH 6��iHo a figo�nm N ] yr N HIMg ia ea,�8e��F C �z��gaq 985 era 3 4 y 3}A wsoNg4�� YS og yw4so c �€§3 H" wce,zE-3ew"oE 33y ax g a_ aoa, "a X`TH, �wiF�Y��3i- 3"oF �¢g 5. 3."o lu�u�¢ uomnui g � �w� �2 io[Foi_ w�pw��i4t"z�nSCaw 3 tf. 5 ��}eo H j Wyss gose�oggrggs:go �'3t4`s 93ayoY 4o' S � EaMIN 55-€:g �a �o em nee i g�o�g�€ �w3a9yo= L Wssx:�ra s o�Qm� 9 w�ysa. os, � =93„i Yo ow�"g�a a e Qg8434 N MrnFFFFF FF 'u{'ui Ll iJ u'IW'w ww'w a1� III 11111111 I� 1 I I 1 �� 3w �YYgq�'vgP34� �FFFF�� �W9wC5E3k'�6W PH 11111111111 0- I= i E 33EoQE $4??444 u'1W 'ui 'ui u'1 u'1 w` I I 1 1 I I p ; S 5€i3la 10 'a2 03 Aga s�3 }aF sasF� a`S E� ��gag a�} a: 5 1 1 1 1 1 1 I jp 1 1 3 1 1 11 1 1 o- mBYt )o4 1 ,(0 �j 11 �o8 0 \ Z . \\ �3NIV �,3 \}nm . pig : ) § \ () �i !! 235tlHd'4NVd ltlN01'J3tl NIVLJNOW N3lSS311 =i 6S� 3111A3113 Atli R m 2 43'4$il �i•'i V'�So O E. A 't'fi i EI W.CICII IF lO All'l �o� '^ 1 8 rv13 u r yZ yd �O 1p 43 d J Q 93 �a w LU J .I w �uHab y zW , `�� m;tssnovava°rmzro I i I xoe c3H�v°a el I s_e dv M9-3 m3.0 .r.mn 2 3StlHd H6Vd 1tlN01038 NItl1Nf1OW b31553� EYlNYMb• 311IA3113AVi ...aow. moc.a 14 3, ZI lS0 ',�r $d W °w z &4Fy Wo q � 3 m'i ft7 e jj z$p ?rr. It 23SVNd'NYV3 IVN0103H NIV1NNow H3 S53N momm SVSHVNUV _ Z1 (�fl[a 3111A3113AVi ao ♦u]Rdao f° �N 338 s° .e c .5HCa 9 t� Ye :--Aij c ;;;aaaWWW���JJJ wac 4I o Wols u3N-0lw„ 4WD FM a 3IA a»s :w QW n- e W �0 e T v aOa s� �'5D� , ��= oaF H6 � eR Jul q� aN ;S F$ >zjW F k223 -5SJ°o Nf Is 2 €v°'° —90 4 a aYB g g'o3 9w 93 ° ffipp sag �Rs� °s oa a qq Stl ° ,e ` asn ° 3$ a� Up3 g S4 W3i:y y 3 sU w } y U J L U O Y �g ° E"gip -=3sa 4sw d '8 g} 'Y =# �z ei 3 € :'pg �9` c $_ MA, 19gsaN $o{+�8tlag gga$84"� f$fg°^"# am®BgE d`g^ 358a3M�£€"8 [3�es�§ Z gw ' C 'a - LL F$ Q Q 8 C Q Q Q Q Q N= OBg z 3Sb d'ANVe IVN01031 NIVINOOW tl31SS3N 3111A3113AVd !O AxU /[ Om 06 ]lam Iz J R as»+d'�avd ivNoi�aa x f �1 NItl1NNOW tl31553M 311IA3110Atl� g�3 R d o i a5g _ eW _ M 0 x/tl• x/ w M/tl M/n• M/tl w�� d lybu S O S ? $ 1 � $ � 1 Z a ovoa sONiwwrtO 3'J011f ' I �+' „ zBSv d'AHVd Jmml�a •As �i �c Hroimm a3SSsH sysmvxuv _g 3111A3113Atli .. da Ana .H 3b G O J ;�i i p✓��sd t hl OV08 SE)N1wwn3 39Onr p�m ..:.,.ram,........\I RI. 23SVHd' NVd IVN0103U $ � NItl1NNOW tl31553�1 � g '.a> fY1MVMtlV 3111A3113 ao ♦a1a �V �e Q�$� VW . RM O J 3((3.f�33:�if ♦ S Z35bIVINndlb NNolo a (� iifl_._ESif S Y d 3 Itl1NNOW tl3l553N �Rm i ff W r- ;',•tll�E::.B 1 a i sva Mvanv / s mom ^'. eE i o ieCej.y S. q' q s 311IA113AVi nO ♦i.� 3ly.er- ii 6e2- �.°f xie unm•3oor lal ® n $ 3e 3!o i Nl b Rd�o 9.�W gc .M � �n oaWo ve5.z ton z2 o9s o�G gig i H-sR w yy yy g y^2 8 W 3W81 R-s,�.rrg,, W e>69 SFS� O- � ?=�ai� Ca O 1 • O © N, N t f AI�'jt 11 �Yl, ON �111� O a 0 a Z 35VNd'mvd 1VN0103H 4 NIV1NnoW tl315 3N • �A.3 e y^ sysNvmuv ' k i '�ygy d 311IA3113 Atli - od a 3VQ oozwo d + ad GoGH og e€ 3 3 3OdpR yV��e sums h¢�g-3e3s= 3$g�b8sg� Yr$3$mi 00 0 -�R NR"iL o ii N��ar_p9 $4 a$c n- g n . n o rn1 ry m gll� Ominl] .l;m| �{/d| |,! |&dGq@) ooeeGee e / Z aSVHd_� m mm§ / /§\k- /\\p2 � a § &¥ 0 !E j; mA ; I www.GarverUSA.com December 15, 2020 Addendum #3 To Plans, Contract Documents and Specifications KESSLER MOUNTAIN REGIONAL PARK, PHASE II This addendum shall be a part of the Plans, Contract Documents and Specifications to the same extent as though it were originally included therein, and it shall supersede anything contained in the Plans, Contract Documents and Specifications with which it might conflict. Note: Receipt of this Addendum shall be acknow edged. Failure to do so may subject Bidder to disqualification. 2 Addenda: l to e on61 Chan es�to the Contract locum nts V 1. Engineer responses to contractor q�ions are tt c 1 2. Responses to "as 3. Replace pages SP- sfto P-2-4 of PAYMENT" with page SP-2-1 Add@ ELECTRICAL MEASUREME Zift' material encountered (inckud-'�considered subsidiary to thg ar 4. Replace pages SP-09-1 to SP-1 09-1 Addendum #3 to SP-09-4 jests arelaOoched. ` T iP S TE ELECT�RI(UAA EEA///SUREMENT AND du #3 to�SP endum #3 of "SP-2 SITE YMEN It w s clarified that any excavation of any during, stalla ' n of the parking lot or sports lights will be L�t Lighhtt-f ssembly" or "Ball Field Sports Lighting". — SEPTIC EQUALIZATION TANK" with pages SP- of "SP-09 — SEPTIC EQUALIZATION TANK". Section SP-09-3.1 "Testing and I stallahon" was amended. 5. Replace pages SP-1 01SSP 1W-8�of "SP-11 — SITE FURNISHINGS AND AMENITIES" with pages SP-11-1 Add dum to SP-11-8 Addendum #3 of "SP-11 — SITE FURNISHINGS AND AMENITIES". The specified bleacher and bike rack products were changed. The incorrect reference to the bullpen vement pay item was removed. Bullpen pavement shall be measured and paid for as sidewalk. 6. Replace page SS-202-1 of "SUPPLEMENTAL SPECIFICATION 202 EXCAVATION AND EMBANKMENT" with page SS-202-1-Amendment #3 of "SUPPLEMENTAL SPECIFICATION 202 EXCAVATION AND EMBANKMENT". It was clarified how the excavation quantities would be adjusted if "Embankment (Import)" material is required. Page 1 of 2 12/15/2020 Addendum #3 Replace plan sheet G002 "GENERAL NOTES, LEGEND, INDEX, AND SURVEY CONTROL" with attached G002 "GENERAL NOTES, LEGEND, INDEX, AND SURVEY CONTROL" - Addendum #3. General note #19 was revised to not allow burning on City property. 8. Replace plan sheet C420 "SITE DETAILS' with attached C420 "SITE DETAILS' —Addendum #3. The specified bleacher and bike rack products were changed. 0 O • By: ZA Moore, Project Manager � Attachments: #1 2020-12-15 ENGINEER RESP . O CON R CT o R #2 2020-12-15 RESPONSES AA UAL" P OD REQUESTS #3 SP-2 SITE ELECTRICAL M 'SLR -MEAT N PAYMENT #4 SP-09 — SEPTIC EQUALION TA ` #5 SP-11 —SITE FURNISHINGS AND NM,tJhTtES #6 SS-202 #2_GN #8 C-4 C-420 v\J G� No.15657 Page 2 of 2 ENGINEER RESPONSES TO CONTRACTOR'S QUESTIONS (12/15/20) 1. Contractor Ouestion (12/101 Is the HD pavement treated like sidewalk with the base rock being included in the pay item? Engineer Response (12/151 Yes, aggregate base is subsidiary to "Concrete Heavy Duty" per SS-502. 2. Contractor Ouestion (12/10) How deep is the existing sanitary stub? Engineer Response (12/15) It is estimated that it is approximately 8-R deep in relati o xisting ground. /+_ 3. Contractor Question (12/101 �✓1 Is the Bullpen Pavement included in the "Ba 'ng Pavement" Iter Twak V Engineer Response (12/15) No, bullpen pavement is paid fora sr state ' .P 6. An adden�urir wilbe issued providing clarity in SP-11. 1► 4. Contractor Ouestion 1 10 O There are erosion control sedime t log on rst,hasesaa un all along the grading area. Are these necessary during grading operatio s. {sp 'f we estab ish sod on phase two after we are done grading i g admg do the sediment logs need to be placed as well?` Engineer Response (12/15) The erosion control plan and sedi �rlogs can be adjusted/removed as required to perform the work with demonstration of adequatetstor a r control as approved by the engineer and consistent with the approved SWPPP. Whe IsssN etation is adequately established, sediment logs are not required on the slopes. Contractor Question (12/10) Will a certified plumber be needed for the septic tank and water service to the concession stand? Engineer Response (12/15) Yes Page 1 of 2 6. Contractor Question (12110) The slope rehab on the established fields to the south is not part of this project, correct? Engineer Response(12/15) Correct. 7. Contractor Ouestion (12/14) The specs are calling for 7' of over -burden be placed over the top of the septic tank, but the PVC risers on the tank are only 30". Do you only want 30" of over -burden over the tank? Engineer Response(12/15) The 30" reference is the common reference for the diameter of the access riser. The height of the riser and the over burden of the tank shall be determined byOusing the elevations shown on the tank detail page C-552. The new tank and the existing tank shall si tt K same elevation. ��w S. Contractor Ouestion (12/14) [^`' CSI is also calling for a concrete pad ov t tilpoof the ep it'Ea�Is`this re iq s`o, do you have a concrete thickness? � �` Engineer Response 12/15 1 A concrete pad over the t k SIN be required o�project 9. Contractor Question (12/4) O Will the path between the ADA ra c sidgre sf walk? Engineer Response (12/10) �` At the handicap parking area, the sidew k between the ramps shall be constructed as and paid for as sidewalk. V` Page 2 of 2 § uj � k § cc § 2 G k LLJ i » Ln d` wk } \} \\ \\� \! \/ \\ \\ \\ _ 2} \� \\\\�\�}}�/�� _ �ƒ01 ��\�� \ — E All \j( � ► Cy E ` E o 'a Z o z � a E c t - 3 E 0 c N n oV n E r a o a W o a `n o o u a_ct a =v b n n a a E o q '3 E � E n a s a w a E; t u N = c w c a = n a a - C � o 3 n z 0 0 z �z a 3 a x a m u� a � z � a � O o � a � ¢ Z E M c u ° � A m fi i� i E a a m x r ^' i y a 3 z m t 0 � a m � u O s C t! N C 0 17 m E 0 V E � N �o c ~ o _ y r vt � m c — a V a a o C c W a - .� m 'Y m m` z h SP-2 —SITE ELECTRICAL MEASUREMENT AND PAYMENT MEASUREMENT AND PAYMENT SP-2 -1.1 New Electrical Service• Electrical service equipment shall be measured and paid for at the lump sum contract unit price bid for electrical service installed in place with grounding, meter pedestal, electric panel, circuit breakers, surge protective devices, required conduit size from pedestal to service point, pedestal foundation, pedestal enclosures, and other appurtenances required to complete the item as outlined in these Specifications and the Plans. The price shall be full compensation for furnishing all materials and for all preparation, placing and installation of these materials, furnishing and installation of appurtenances and connections as may be required to complete the item as shown on the plans, testing, and for all labor, equipment, tools, incidentals. and appurtenances necessary to complete this item. All work to be completed within the bounds of the pedestal and the pedestal foundation shall be considered subsidiary to the pedestal pay item. Separate payment shall not be made for items within this boundary. Payment will be made under: Item SP-2-I.I New Electrical Servi .—�ip m �w SP-2 -2.1 Parkin Lot Li ht Assembl Zarn?lot light as embles shall be e e by each unit type installed in place with fixtureseNpportsfo as ground a ro isions, associated conduit, and appurtenances as accep d 'y ngineer. are s all be make contract unit price for each fixture, installed. This ice sh1�e full co sation for fu ht all materials and for all preparation, excavation of %,haq mal ial is a �u I d (includi`n c if necessary), placing and installation of these mate i��al i'r`r�"yaing and inAllaBbn of app nArtc and connections as may be required to complete t�shown on a vans and for a lab r, equipment, tools, incidentals, and appurtenances neces complete e O Payment will be made under: Item SP-2-2.1 Par ing t Legh Ass` blv$EA7 SP-2 -3.1 Ball Field Sports LiglTil BallI s lighting shall be shall be measured and paid for by lump sum at the contract unit pri id , it fixtures, poles, supports, foundations, grounding provisions, associated conduit, and a port ces as accepted by Engineer. This price shall be frill compensation for furnishing all mate als and for all preparation, excavation of whatever material is encountered (including rock if ces ), placing and installation of these materials, furnishing and installation of appurtenan and�gne, tions as may be required to complete the item as shown on the plans and for all labor equipm nt, tools, incidentals, and appurtenances necessary to complete this item. Payment will be made under: Item SP-2-3.1 Ball Field Sports Lighting — Lump Sum Kessler Mountain Regional , Park, Phase 11 SP-2-1 Addendum #3 19T21090 SP-2 -4.1 Power Unit Maintenance Building: Power Unit Maintenance Buildine shall be measured by each unit type installed in place with equipment; grounding provisions, and appurtenances as accepted by Engineer. Payment shall be made at the contract unit price for each unit, installed. This price shall be full compensation for furnishing all materials and for all preparation, placing and installation of these materials, furnishing and installation of appurtenances and connections as may be required to complete the item as shown on the plans and for all labor, equipment, tools, incidentals, and appurtenances necessary to complete this item. Payment will be made under: Item SP-2-4.1 Power Unit Maintenance Building — EA SP-2 -5.1 Power unit Feeder: Power Unit Feeder shall be measured and paid for by linear feet installed in place with supports, trenching, foundations, grounding provisions; associated conduit, and appurtenances as accepted by Engineer. This price shall be full compensation for furnishing all materials and for all preparation, placing and installation of these materials, furnishing and installation of appurtenances and connections as may be required to complete the item as shown on the plans and for all labor; equipment; tools, incidentals, and appudar a ces necessary to complete this ite 1. Payment will be made under: �(`/� � Item SP-2-5.1 Power Unit Feeder— L V SP-2 -6.1 Data Conduit: Data conduit shQ11b ieasured a�n,yt paid or by linea_�2�alled in place with supports, trenching; foundation g g prov� s, ssociated cond�ut` jai appurtenances as accepted by Engineer. This price shall full comp a t for furnis t a b materials and for all preparation, placing and installa n of ese mates Is; rmshmg a t� sta lation of appurtenances and connections as may e- r wire to comple Nie ii iin as sho nt bit,ieplans and for all labor, equipment; tools, incide to , ppurtenance�n cessary to co �le is item. Payment will be made d r: (`Jj O Item SP-2-6.1 Dat Conduit(' Co duit)— SP-2 -7.1 Teleconuntin icatio -an of ' Telec� iunurH on Handhole shall be measured and paid for by each installed in place .i rts. tre c g; foundations; grounding provisions; associated conduit, and appurtenances as ccepted by in r. This price shall be full compensation for furnishing all materials and for all pre ra t Jacing and installation of these materials; furnishing and installation of appurtenances and co ct�ii ns as may be required to complete the item as shown on the plans and for all labor, equip lent. b`(s, incidentals; and appurtenances necessary to complete this item. . Z Payment will be made under: ` Item SP-2-7.1 eleco 'r�unication Handhole: — EA SP-2 -8.1 Ball Field I l tri�Work completed and accepted and measured as provided in the plans will be paid for by lump sum at the contract unit price bid, which price shall be full compensation for furnishing, installing, and terminating the electrical conductors; trenching, conduit installation, and backfilling; installation of all inground boxes, switches and receptacles for the ball field areas as shown in the Plans; and for all labor, equipment, tools; and incidentals necessary to complete the work. Payment will be made under: Item SP-2-8.1 Ball Field Electrical — Lump Sum Kessler Mountain Regional Park. Phase If SP-2-2 Addendum #3 19T21090 SP-2 -9.1 Utility Relocation Conduit Utility relocation conduit shall be measured and paid for by linear feet installed in place with supports; trenching, foundations, grounding provisions, associated conduit; and appurtenances as accepted by Engineer. This price shall be full compensation for furnishing all materials and for all preparation; placing and installation of these materials, furnishing and installation of appurtenances and connections as may be required to complete the item as shown on the plans and for all labor, equipment, tools, incidentals, and appurtenances necessary to complete this item. Payment will be made under: Item SP-2-9.1 Utility Relocation Conduit (2" Conduit)— LF Kessler Mountain Regional Park, Phase If SP-2-3 Addendum #3 19T21090 END OF SECTION SP-2 0 ��aQe�aoG�� Pao Kessler Mountain Regional Park, Phase 11 SP-2-4 Addendum #3 19T21090 SP-09 — SEPTIC EQUALIZATION TANK GENERAL SP-09-I.I This item shall consist of furnishing and installing a 6-foot diameter, 6,000 Callon underground; fiberglass equalization storage tank with all necessary appurtenances and accessories as indicated in the plans and these specifications. SP-09-1.2 Capacity, dimensions, and fining locations and sizes will be indicated in the plans. Tanks shall be single -wall fiberglass as manufactured by Containment Solutions, Inc. The tank must be installed according to manufacturer's current installation instructions. SP-09-1.3 Quality Assurance: A. Acceptable Manufacturers: Containment Solutions Inc., Conroe; Texas SP-09-1.4 Governing Standards: A. Tank manufacturer shall be in fie s of manufacturing tanksiwriters Laboratories (UL) Standard 1316 ��\� B. Tank manufacturer shall n#Afhe usiness of\1n)*ul1acturing ta"q�ksQith materials conforming to the requ a eats of ANSI/A WI�0 (Th setting Fiberglass - Reinforced Plastic Tans), w C. Tank manufacturer mul listed late ationaI is n of Plumbing and Mechanical Official (IAP1�1O)/ANSI 10 Standard -8r b cat Septic Tanks. SP-09-1.5 Submitta . ♦`UN V A. The contra t shall subi o�the en inee thre copies of shop drawings and three copies of manufacturer' t re (in iudmg lation instructions). SP-09-1.6 Limited Warra A. Warranty shall be ontain oRtt(ons limited warranty in effect at time of delivery. Products SP-09-2.1 Single -Wall 'be?:gl dderground Tanks SP-09-2.Ia uct-Storage Requirements: I. All primary tanks must be vented. Tanks are designed for operation at atmospheric pressure only. 2. Tanks shall be capable of storing non -potable water not to exceed 100°F at the tank interior surface. 3. Tank shall be capable of storing products identified in the manufacturer's current limited warranty. Kessler Mountain Regional Park; Phase II SP-09-1 Addendum 43 19T21090 SP-09-2. I b Loading Conditions - Tanks shall meet the following design criteria: I . External hydrostatic pressure: Buried in ground with 7' of over burden over the top of the tank, the hole fully flooded and a safety factor of 5:1 against general buckling. 2. Surface Loads: When installed according to manufacturer's current installation instructions. tanks will withstand surface HS-20 axle loads (32,000 Ibs/axle). 3. Internal Load: Tanks shall withstand 5 psig (3 psig for 12' tank) air pressure test with 5:1 safety factor. 4. Tanks shall be designed to support accessory equipment such as submersible pumps, ladders, drop/fill tubes, etc. when installed according to manufacturer's recommendations and limitations. SP-09-2.Ic Materials: I. The tank shall be manufactured as a atnx of premium resin, glass fibers and silane- treated silica that together result acontposite providing improvedacorrosion protection. �[�v) Co 2. Tank inner wall shall be fabricat a cost a nt roduce a no air t iced and high gloss laminate to prov' ful dinner sub r shout the R.S was coats; a low coefficient of friction an natural res tanc o the bui algae or other contamination on the gnri" as andyva coatings can 1t a used to achieve full surface cure on tan • spiel and ender s� SP-09-2.1d �Ta Nmen`ssiions an ` a act `: (refer les literature & drawings) 't I . Inside t nk •'ta inter shall beep`. 2. Nominal �t �I �tpacitysh 6,df00 gallons SP-09-2.2 Accessories O SP-09-2.2a Op• na�ho6St 6p�& I. Straps shall be standard s ppl ed by tank manufacturer. 2 Provide glass fiber reinfor astic anchor straps for each tank shown. 3. Number and location &straps shall be as specified by manufacturer. SP-09-2.2b I. The standard acg4ess collar is 24", which is supplied by the manufacturer (30" and 36" collars are op(ional). 2. All access collars will be furnished complete with exterior adhesive channel. 3. Manufacturer supplied adhesive kit (Model Kit -AD) shall be used for watertight collar/riser connection. 4. Location(s) shall be indicated on tank drawings. 5. Optional access riser shall be FRP with lockable composite lid. SP-09-2.2c Optional Ladders: Ladders shall be supplied by the tank manufacturer. Kessler Mountain Regional Park, Phase If SP-09-2 Addendum #3 19T21090 SP-09-2.2d Optional Pump Platform: I. Pump platforms shall be FRP as supplied by the tank manufacturer. 2. Contact tank manufacturer with pump details, such as dimensions, mounting configuration and weight. SP-09-2.2e Optional Fittings: I. All standard threaded fittings are carbon steel NPT half couplings. used for smaller sizes where specified and provided by the contractor. 2. All standard threaded fittings to the primary tank are 4" in diameter. 3. All optional inlet/outlet stub outs shall be FRP pr PVC. 4. Flexible connectors must be used on all piping connections. Piping move independent of the tank. SP-09-3.1 Testing and Installation C. A. Testing - Tank shall be testeld% Instructions in effect at tim ms�ta B. Installation - Tank shall ,e in taller effect at time of install t Aract or other approved agency T e install checklist (CSI Pu. I T 6001) checklist to t4e t nk weer upon of and alp I'SpbJS t� 'nrapproval n tank ow r a n tL t be provi e e The 6" cro s er pipe con T)th the manufacturers field a -cc crew N n ?installe, cc rding to ,IAn. I accordigg to e CSl Insg red by must e Reducers can be must be free to Ilation Aft Instructions in Xnufacturer, state, the tank installation ro `deM with th i�kland return the completed ;� ion of the�ins llawtion. The signed checklist, on[amme t'' .0 ns; should be retained by the to CSI Ota'intain d any future warranty claim. tie tohe existing tank shall be installed by r the manufacturer's warranty. The existing tank N I it be drat ed a d exposed by the contractor for the CSI field services c ie newse , tore the filed crew can connect the two tanks. 1 � V MET O,'OEASUREMENT SP-09-4.1 Septic Equalization Tanks furnished and installed in accordance with this specification shall be meas4r6i�np sum, completed in place and accepted. 0 �� BASIS OF PAYMENT SP-09-5.1 Work completed and accepted tinder this item and measured as provided above shall be paid for by lump sum at the contract unit price bid, which price shall be full compensation for furnishing and installing the septic equalization tank with all necessary appurtenances and accessories; for excavation and backfill; for any fence reinstallation required; for any landscape replacement necessary; for preparing the subgrade; and for all labor, equipment, tools, and incidentals necessary to complete the work. Payment will be made under: Kessler Mountain Regional Park, Phase if SP-09-3 Addendum 43 19T21090 Item SP-09-5.1 Septic Equalization Tank Per Lump Sum (LS) Kessler Mountain Regional Park, Phase 11 SP-09-4 Addendum #3 19T21090 SP- 11 —SITE FURNISHINGS AND AMENITIES SUMMARY SP-I I -I.I This section covers the furnishing and installation of site furnishings & amenities and inci- dental materials in accordance with the types, locations, and details in the Plans, or as directed and ac- cepted by the Engineer as an approved equal. SP-I 1-1.2 Drawings and general provisions of the Contract, including General and Supplementary Condi- tions and other Specification Sections, apply to this Section. A. Refer to the following specification sections in the City of Fayetteville Standard Specifications for Street and Drainage Construction for additional work related to these items: a. Section 202- Excavation and Embankment b. Section 502- Concrete Sidewalks b (/ w c. Section 601- Cast -in -Place Concrett d. Section 602- Reinforcing Steel ' P SP-I I-1.3 SUBMITTALS: `+ A. Product Data: Manufacturers ata eels on eac T c to be use , Mel color selections. g B. Maintenance Data: Manuf c er's install-ilniand mai`ten once uide. C. Include recommended D. Stamped footing shop gWARIALS SP-11-2.1 BIKE RACKS: A. Manufacturer: Subject to corn Sa ce th requirements, Congress Park Drive,Suite((��'I'5� each, FL 33445, approved equal. V range of standard provide products by The Park Catalog, 220 800-695-3503, wx%�A,.theparkcatalog.com, or B. Materials: 2-3/8" O.D. schedule 40 steel tubing, 22-3/4" wide x 35" high, powdercoat finish (color: Black) C. Style: Double -side parking, designed to accommodate no fewer than two bicycles. Radius Pro Bike Rack, Model 536-1402, or approved equal. D. Installation method: Surface Flanges anchored at finish grade to concrete as indicated in manufacturer instructions. Kessler Mountain Regional SP-11-1 19T21090 Park, Phase 11 Addendum No. 3 SP-11-2 2 BLEACHERS (5 ROW): A. Manufacturer: Subject to compliance with requirements, provide products by National Recreation Systems, 1300-D Airport North Office Park, Ft. Wayne, IN 46825, 888-568-9064, www.bleacliers.net, or approved equal. B. Materials: Extruded aluminum, pre -tempered grade 6061-T6 alloy; grooved -type, non -slip safety surface a. Install accessibility -compliance sticker on bleachers and markings on concrete surface per specified locations and details in construction documents. C. Stvle: Non -elevated, 5-row aluminum bleachers with center aisle; 21-foot length; double footboards and semi -closed deck; chain link guardrail; Model NA-0521 DLX_CL or approved equal. a. 10" seat planks; 8" rise and 24" tread; 17" row seat height D. Installation method: Surface rails anchored at finish ra to concrete per manufacturer instructions. SP-II-2.3 DUGOUT BENCHES: ��� A. Manufacturer: Subject to compliance wi t re u' rements, pro ide p odue by utdo \,Aluminum, PO Box 118, Geneva, Alabama 36340; 800 2 www.0td uminum.com o�oved equal. B. Materials: Extruded aluminum Scat planVnd C. Style: 21' long team be ch i xl2 clear square tube aluminum frau�MCTS or� D. Installation method: Surfac tabs ancho? d at frame and lees zed seat pla9h N h back rest on double leg 2" :d equal. V r i •pnrerete per manufacturer instructions. SP-11-2.4 PET WASTE STATIO S A. Manufacturer: Subject to compl'{ance with P u em nts, provide products by Dogipot; 5340 Young - Pine Road, Suite 8, Orlando, Florida 328 h''r8 -7681; www.dogipot.com; info0doeipot.com, or approved equal. B. Stvle: Model 1003-L pet waste st �do�pby Dogipot. Includes aluminum on -leash pet sign; aluminum junior bag dispenser with two (2p) r. Is3f�00-count Dogipot Smart Litter pickup Bags; 10-gallon Steel Trash receptacle with Stainless Steitl; Aox of 50-count Dogipot Smart liner trash bags; 2"x2"x4'-8" square galvanized steel teles opic ounting post with installation hardware. C. Installation method: In -_round post installation per manufacturer's instructions. SP-11-2.5 DOUBLE BATTING CAGE A. Manufacturer: Subject to compliance with requirements, provide products by Sportsedge, PO Box 837, 259 Murdock Road, Troutman, North Carolina 28166; 800-334-6057; N,%vw.Sportsed ge com, or approved equal. B. Style: Powerhouse Batting Cage Model #Double Baseball Cage- 70'L consisting of two (2) 11 tall x 14' wide x 707 long cages. No substitutions permitted. Kessler Mountain Regional SP-11-2 19T21090 Park. Phase II Addendum No. 3 a. Structural Poles: 8.625" O.D. welded high tensile strength steel; .25" wall thickness with welded cap and integral lifting ring to prevent moisture from entering at the top and to ease the installation process. Corrosion dipped and finished with STRYK 5388 to form a solid coating bonded with the substrate, preventing corrosion. b. Cable and Tensioning System: All hardware including nuts, bolts, washers, are to be hot - dipped galvanized. Cable shall be 3/16" heavy duty galvanized steel cable. Cable tensioning must allow for adjustment of any given cable. c. Netting: Net shall be #42 HDPE (black with 1-7/8" x 1-7/8" square openings, 2204 of breaking strength; active UV content: 0.02%) knotted baseball netting manufactured into a batting cage. Netting is assembled to every rope with a posilock stitch. Ropes shall be at every corner with a rib line on the top panel that is centered on the long dimension. A door on the short dimension at one end, three feet from corner. i. Rope: Diameter: 5/16" Twisted HDPE; Tensile: 1430 pounds; Color: Black ii. Hanging twine: 210d/18 HDP Tensile: 109 pounds of breaking stretgth Color: Black, twisted C. Installation method: Install per manufactur 's56,ions. D. Maintenance: Provide Owner with ''// 16touch up paJ164i each instal,la SP-11-2.6 PORTABLE PITCHINGW6 ` ♦ 4 A. Manufacturer: Subject °Qm� li nce with ui tents, pr u.��oducts by Arizona Mound Company. PO Be, 3 `3311 100 Urband�le, Iowa 50323; 515-238-3776; Hww.azbaseballco.com. r a proved eq O B. Style: Model 4AZ-8, 8" tall x 8'�+j,, elong; re fore fiberglass shell with turf surface; color: Red Clay. No substitutions p 'tt,— rovide e (I) field. SP-11-2.7 FOUL POLES V ♦ 6' A. Manufacturer: Subject to compliance ith`equirements, provide products by PW Athletic, 2 Industrial Drive, PO Box 1290, gCalem, Ilinois 62881; 866-833-4680; w%v%v.PWAthletic.com; sales(56.owathlet iccom or appr v e ua1. B. Style: Model #1274 or appt$ve�e al, 20' overall height with 12' tall x 18" wide mesh Flag; 4-1/2" O.D. posts; color: Yello%. C. Installation method: Direct burial per manufacturer`s installation instructions and the construction drawings. SP-11-2.8 BATTER'S EYE A. Manufacturer: Subject to compliance with requirements, provide products by Sportsfield Specialties, 1455 Harrison Road, PO Bo 2489, Salisbury, North Carolina 28147: 704-323-2140; www.Soortsfield.com, or approved equal. B. Materials: Overall system dimensions: 20' tall x 40' wide Kessler Mountain Regional SP-11-3 19T21090 Park. Phase 11 Addendum No. 3 a. Vertical Structure: i. Terminal Uprights: W8x21 Steel I -Beams; Black Super Durable Powder Coated Finish ii. Center Upright: W8x24 Steel I -Beams; Black Super Durable Powder Coated Finish iii. 20' height above finish grade; 4' embedment depth (typical) b. Horizontal Structure: W8x13 Steel I -Beams; Black Super Durable Powder Coated Finish; Tensioned cables spaced 72" vertically c. Double Layer (Front and back) Vinyl Coated Polyester Wind Screen: Single -Piece Windscreen Panels 18'H x 39'-10"W; Reinforced Perimeter Hem and Horizontal Grommet Flaps Spaced 72" Vertically; Grommet Spacing 12" Center -to -Center (typ.) d. Concrete mow strip: install mow strip Ron5base of structure per details in cosstruction drawings and Sections 502 and SS-='0(�✓ e. Manufacturer to provide scale dra , gland calcula i a Licensc NPa�sional Engineer of Record in the S to rkansas. l� C. Style: Model #BE2040 or approvefe 0a�20' tall . 0 w e batter's o e dWect embedment posts (color: Vulcan Black HP); douli e layer myl mesh v$ n (color: eenj D. Installation method: Direct urial per manufa ure installati u t t ctions and the construction drawings. SP-11-2.9 BASES (WITH AWHORS) O A. Equipment Style: O a. Bases: Jack Corbe Hollywoo8 e�S,e�t (set of 3). Provide one (1) set for each field. Provide steel anchors with u cyipatible with base layout for each of the four (4) ace group field layouts indicate the construction documents or approved equal. b. Home Plate: Holly: ury-All Rubber Home Plate. Provide one plate for each field or approved equal. c. Pitching Ru ber: I ""pitching rubber with double stanchions or approved equal. Provide stanchions a~dy.ji ugs on each field for.each of the four (4) age -specific pitching rubber configurations indicated in the construction documents. B. Installation methods: a. Bases: Install base anchors in the locations indicated in the construction documents. Anchors shall be set in concrete per manufacturer's instructions in a manner that does not interfere with artificial turf installation. b. Home Plate: Anchor home plates in formed concrete anchor in a manner that does not interfere with artificial turf installation. Kessler Mountain Regional SP-1 1-4 19T21090 Park. Phase II Addendum No. 3 c. Pitchine rubber: Install double -stanchions in the locations indicated in the construction documents. Stanchions shall be set in concrete per manufacturer's instructions in a manner that does not interfere with artificial turf installation. CONSTRUCTION METHODS SP-1 1-3.1 EXAMINATION: Do not begin installation until finish grading and/ or substrates have been properly prepared. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. SP-1 1-3.2 INSTALLATION: Install site furnishings and amenities in accordance with manufacturer's installation instructions. Install site furnishings level, plumb, square, accurately aligned, correctly located per drawings, and without warp. It is the responsibility of the installer to ensure that allfaro materials into or onto which site rnishines will be installed can support the furnishings an il' no be damaeed by any requu 'ns allation procedures. +�V METH D �EASUREMENL$?** SP-1 1-4.1 BIKE RACKS: Bike Racks in to e inaccor wt1' this speci Moat o s all be measured by each unit completed in place and a -e ted.� SP-1 1-4.2 BLEACHERS 5 RO, eachers in Ile d in accordrnc�X this specification shall be measured by each unit cot let in lace and aC�ep'�e V SP-11-4.3 DUGOUT BENC S• Berle s t stalled a co,d ce with this specification shall be measured by each unit completed in pla a ccepted. SP-I I-4.4 PET WASTE STATIO S.vaste s t�i ns installed in accordance with this specification shall be measured by each unit corn feted in p1at@,aid ac eoted. ar-ii-4.3 UUUt3LL BAILING CAGES o"ble Batting Cages installed in accordance with this specification shall be measured by eac m uompleted in place and accepted. Unit includes double batting cage, frames, footings. cables netting. A. Concrete slab at batting has; tal9�be m measured as square yards of Batting Cage Pavement, payable under that pay ite. SP-11-4.6 PORTABLE PITCHING MOUNDS Portable Pitching Mounds installed in accordance with this specification shall be measured by each unit completed in place and accepted. SP-11-4.7 FOUL POLES: Foul Poles installed in accordance with this specification shall be measured by each unit completed in place and accepted. A unit is two foul poles per field. SP-11-4.8a BATTER'S EYE: Batter's Eyes installed in accordance with this specification shall be measured by each unit completed in place and accepted. Unit includes batters' eye structural frame; footing; and windscreen. Kessler Mountain Regional SP-11-5 19T21090 Park; Phase 11 Addendum No. 3 SP-1 I-4.8b MOW STRIP- BATTER'S EYE: Batter's Eyes Mow Strips installed in accordance with this specification shall be measured by square foot completed in place and accepted. SP-11-4.9 BASES (WITH ANCHORS): Bases installed in accordance with this specification shall be measured by lump sum completed in place and accepted. This includes bases, pitching rubbers; home plates, stanchions, anchors and plugs for all four (4) fields. BASIS OF PAYMENT SP-11-5.1 BIKE RACKS: Payment will be made at the contract unit price, complete and in place, as measured above and accepted by the Engineer. The price shall be full compensation for furnishing all new materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SP-11-5.1 Bike Racks, Installed— pereach SP-11-5.2 BLEACHERS (5 ROW): Payment evil m de t the contract unit price, c nrh3j and in place, as measured above and accepted by the in,gr. The shall be fullgai e s [ion for furnishing all new materials and for all prepay -a .4t a mstallationViMe material an or all labor, equipment, tools, and incidentals necessary t, co lete this hell to th4satisfaction o ngineer. ♦ T ��v Payment will be made under: ` Item SP-I I-5.2 ♦Bleac rs (5 Row), I to per eac SP-11-5.3 DUGOUT BENEH&S�Byment will ade at the con acts nit price, complete and in place, as measured above and acc ee y the En in eT the price sh� 'FGII compensation for furnishing all new materials and for all preparation and nst i e m lation h A i erials, and for all labor, equipment, tools, and incidentals necessary to con AFjteto N),gsau action of the Engineer. Payment will be made under: Item SP-1 1-5.3 Dugout 0 SP-11-5.4 PET WASTE STATIONS place, as measured above and a e furnishing all new materials andKor b equipment, tools, and incidentals ne e; Payment will be made under Installed — per each mill be made at the contract unit price, complete and in the Engineer. The price shall be full compensation for ration and installation of these materials, and for all labor, complete this item to the satisfaction of the Engineer. Item SP-11-5.4 Pet Waste Stations, Installed — per each SP-11-55 DOUBLE BATTING CAGE: Payment will be made at the contract unit price, complete and in place, as measured above and accepted by the Engineer. The price shall be full compensation for furnishing all new materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Kessler Mountain Regional SP-11-6 19T21090 Park, Phase 11 Addendum No. 3 Item SP-I I-5.5a Double Batting Cage (Net, Posts, & Footings), Installed — per each ItemSP-II-55b BattingCagePavement,Installed — per square yard SP-1 1-5.6 PORTABLE PITCHING MOUNDS: Payment will be made at the contract unit price, complete and in place, as measured above and accepted by the Engineer. The price shall be full compensation for furnishing all new materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to the satisfaction of the Engineer. Payment will be made under: Item SP-II-5.6 Portable Pitching Mounds,Installed — per each SP-11-5.7 FOUL POLES: Payment will be made at the contract unit price, complete and in place, as measured above and accepted by the Engineer. The price shall be full compensation for furnishing all new materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item to die satisfaction of the Engineer. Payment will be made under: ((` Item SP-I I-5.7 Foul Poles (I 'r); In I d— pereac `� r) r SP-1 1-5.8 BATTER'S EYE: Payment �le at thgcon�act unrt pace, otit�le a and in place; as measured above and accepted by the EngiRce�r The pftethall be full co en uon for furnishing all new materials and for all prepara n and stallation �eNs0 material ,� r all labor, equipment, tools, and incidentals necessary�to lete this item th�,;isfaction o e ngineer. Payment will be made one r: Item SP-I I-5.8a _ Item SP-1 I-5.8b Install • — rea Batt eis Eye stalled — per square foot place, as measured above and accepted j m�_ 71� furnishing all new materials and for all re ?ati ih P equipment, tools, and incidentals necessary to mpl Payment will be made under: •-� 1 Item SP-11-5.9 ( Ba;eT (w/ Anchors), bee ade at the contract unit price, complete and in igmeer. The price shall be full compensation for and installation of these materials, and for all labor, .te this item to the satisfaction of the Engineer. Installed — per Lump Sum Kessler Mountain Regional SP-1 1-7 19T21090 Park, Phase 11 Addendum No. 3 Kessler Mountain Regional SP-11-8 19T21090 Park. Phase 11 Addendum No. 3 CITY OF FAYETTEVILLE, ARKANSAS SUPPLEMENTAL SPECIFICATION 202 EXCAVATION AND EMBANKMENT Section 202 of the City of Fayetteville. Arkansas Standard Specifications for Street and Drainage Construction is hereby amended as follows: Subsection 202.01 is hereby modified as follows: The fifth paragraph of Subsection 202.01 is hereby deleted and the following substituted therefore: (a) Select Embankment. Select embankment includes all material placed within 8" of the top of subgrade elevation for the posed parking lot pavement, heavy duty concrete pavement, gravel access dry anti driveways as required in}a Plans. Additionally, select embankment in ail mat laced within 2 o`,th top of subgrade elevation for the proposed o3 it (parall a king area s�i^e•�q�ired in the Plans. Select Embankment mater dl may inclu a ap roved on approved off- srte material meeting the pis of sectio; 2.02 (c) belo u Subsection 202.05 is hereby modified as(e lows: ` Subsections 202.05 (c) ( _ ar Hereby del d tie following 5Y3tituted therefore: (1) Unclassified Excavation ( aul Off) . la uanul. hall paid for at the Contract Price bid per cubic yard (CY) for Excavation. d rice shall�a fu compensation for excavation, hauling off, and disposal of all materia 11oject at ar�required for completion of the project; and any other excavation, grad i o�Iher� ri aneous earthwork items not included in other items of work. The plan quantf ; will b ap id red the final quantity for purposes of final payment, unless changes to the origin Onkre made. if imported embankment is required resulting in more excavated material bel uled off then the cubic yardage for Unclassified Excavation (Haul Oft) (Plan QuanA titshal be increased by the cubic yardage of "Embankment (Import)" material required. (2) Unclassified Excavati COt e Haul) (Plan Quantity) shall be paid for at the Contract Price bid per cubic yard (CY) fo cavation. Said price shall be full compensation for excavation. hauling within the Kessler Mountain Regional Park Boundaries; and any other excavation. grading or other miscellaneous earthwork items not included in other items of work. The plan quantity will be considered the final quantity for purposes of final payment, unless changes to the original design are made. if imported embankment is required resulting in less on -site haul excavated material- then the cubic yardage for Unclassified Excavation (On -site Haul) (Plan Quantity) shall�be decreased by the cubic yardage of "Embankment (Import)" material required. Kessler Mountain Regional Park, Phase 11 V SS-202-1 Addendum #3 19T21090 (3) Embankment (Import) shall be paid for at the Contract Price bid per cubic yard (CY) for Embankment (Import). Said price shall be full compensation for placement of materials on the Jobsite from off -site sources; to establish the lines and grades shown on the plans; placement of embankment as backfill for excavated areas; and any other embankment; grading or other miscellaneous earthwork items not included in other items of work. (4) Embankment (On -Site Material) (Plan Quantity) shall be paid for at the Contract Price bid per cubic yard (CY) for Embankment (On -Site Material) (Plan Quantity). Said price shall be full compensation for placement of materials on the jobsite from on -site sources, to establish the lines and grades shown on the plans; placement of embankment as backfill for excavated areas; and any other embankment, grading or other miscellaneous earthwork items not included in other items of work. The plan quantity will be considered the final quantity for purposes of final payment, unless changes to the original design are made or imported embankment is required. If imported embankment is required, then the cubic yardage for Embankment (On -Site Material) (Plan Quantity) shall be reduced by the cubic ar age of "Embankment (Import)= material required. � (O (5) Select Embankment (Plan Quantity) sh I bye paid for at the ntract Price tdrcubic yard (CY) for Select Embankment (Plan t uan ry). Said pice all be fpensation for placement of materials on the jobsit�effr m site ors 1 tw_ ources, 3e� sh the lines and grades shown on the plans; placement ff ban tt ackfill fo ca�ated areas; and any other embankment, grading or o er mtscellaneous e work it n t t eluded in other items of work. The plan quantity �L II be�onsideredl' a ma quanti or urposes of final payment, unless changes to the or' Vmadb'sign are ma Pav Item Pa Uni O Undercut and Backfill CY Rock Excavation C Unclassified Excavation (On-st a ) *C an Quantity) Unclassified Excavation (Haul 0 (PA n Quantity) Select Embankment (Plan Quantity) Embankment (Import) Embankment (On -Site Material) ` CY (Plan Quantity) ci END OF SECTION SS-202 Kessler Mountain Regional Park, Phase 11 SS-202-2 Addendum #3 19T21090 Z 3SM d'NUVd 1"01038 rvlvyunow a31ss3sl �!g J�f f+ .6 i nu e. wwna9w aslzl ® sysarsa• it d. 3111A 3113AV!r -gym j 3==0 r\ d nu x. MIIOl3pOr p.®21 ® 20 Al* 3�•��I�(i Sam ° Ogg ogs s sL� W4 om�`3FS° 21 e, 3 H3 0 uas��'�swa °spy at a Wyg¢o a 80 sY off iO MM 8gW gWo?o �°o ° 3 1a S�goeogb4 s' Fig 29 ^YYgg2pom�Y�=°4oFb8w: =a BwaEiiY ;= wso s73e Wss�szIasz3.1g M ug H, 3„ ma d gag3s wag€ s gi,g �155oo:`zul`.p"- g€oo S-2g- iFMM-3o'gw%°am o 5 2a$Yk�s�ygRa'P °e_�= ojfrk�4'i4�2nG4n 4g1s�`wW$'e v3�3zS. goa�gQ }o 2 6Y AT,xW weesayg g gep p5g nm?w n4�gW3?'M,j E€$3 :::_¢ o39E�6°�o33�n37i�„sou3on�'W€4 N n .n anee_ i; I.IpI3I s 91 � 3 � S 4 -IOU a viw �yY y:gi3'3 u`Yizia r a i Sow a 9P 9@=�=gae �8 4 w e •. w W 5' y oo,� �¢ w 62.� ^�^Y4z3::eeYY44$is°8�8888i3a� 88 8 8 C C9W9n CW u'i ui /.14 u'i u'i ei wu'i 6ai u'i 9yn_p _n n_m_ygQ°000 °m 1 elw ui u�ui di C.f wwniiiiaei�ia wan ¢n ¢ i 1 1 1 1 1 1 1 I I I I I I I I I I I I I 11• I I I I 1 1 1 1 1 1 1 I I I II II wll i i I ilLlllppv. =5 'sn e ga35t Y w W° �iWaEW3E w�"W _ W 888�I k'w eJ as � :853:wmn, F mwm>: VOM 0 9 ',36?i�ii��t�3t .: a�i_ 9. laS-MyA�. F llv�Ot. HUI S e K wz. 5€1 u n �S o W 3 � 4 0 _ I_ SU. Gg a =w a o t 4 =tl H.S, 33I� i w. i ••�+ua. imxv.� i w ::m meu:c m1. Z 3S"d'HNVd 1tlN0103N NItl1NOOW tl3lSS3A a ill S •SM •M tl•'"� •o i ei ilia N 3111A31133Atl� 10 AL. .� o ?� F F Ro " a Soy F E " R 6- sg �0 Z �I O g a w xauaa aixrevwwlt a�} _—jII i O Sam" UN^y 3 w K w4 y W iS oc', N "1f M¢o ow 3�65 5; 1. V� 'u7aYry Fw Ili 4w nFN jy�g2 gig USX W$ i wovy Yg ��FI•aWau_ p03sw �;, i. Q "G 3y4 Ew`W'Qtl '• ��"11< vi m'O f0 k� In V Fg 0 C58 rgg�� 4 €3 gW�wi 8Y � �8 3 �8g oYY"s 8�: yqq4 B„ qwW °Ury„@ is mm`y9 W 8e wis3 4g8o w 4w4R9 Mme w'2EN •��a8 �o o8' 3'<R_ e o ;3= $Rs. o38e"8" 89,E :gp YW p 3 dp ' 4$ go LU C Say 9 Siys� 1 I eg :y �go „3= a os�„ $�:� sp 8'8 °y g4 2 gggQgQ8o>»eg� q s ¢`8°0 c=goag 88� qaq> HIM 081,98ofn= 8�LLyp389 iBa�F�98aa�� ull ��s�� 8:8��£11 k8If V N 19 x a i 3 9 N 3 5 4 8 a I 8 0_ So 8 F,i — C C 0- G) C C G C (9) 0 a s aW Y 23�Y �sNo i Nsu 8 ��e �047 $ Eoo4 �Ne• u Bid 20-86, Addendum 4 Date: Friday, December 18, 2020 To: All Prospective Vendors Aft CITY OF JWM FAYETTEVILLE ARKANSAS From: Andrea Foren — aforen(@favetteville-ar.gov RE: Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 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. The deadline for this bid is hereby extended until WednesdayPTo January 13, 2021 by 2:00 PM, local time. 2. The City hereby revises the deadline for approved a l`requ�-s?oFayettevi n approved a ua , ventlors shall submit documentation no later than Tuesday, January 202�ndrea Foreoren fa t le-ar. ov. Any vendor requesting an approved equal for turf shall sub itples to th Cityl t beaddress below. To be considered for an approved equal for turf, a sa�psa is equiredaby4lh,Uadline. (45 V , a. Turf sample requirements: Vencfdrs requesting turf qusall sub it mples of each of the areas listed below. Vendors shall present P�rop� r docume to iovn howing pro f material composition for both the "thatch" and the "grass 1 rs''aand that the pile weight ee s e criteria of 52 oz and 90 oz for the respective areas. i. infield playing su ii. grass infield/foul territory O iii. batter's box/catcher's�area� b. All samples shall be submitted t% City of Fayetteville, AR Attn: Andrea Foren, Purchasing Division, oom 306 Mountain Fay Fayetttt eville, AR 72701 3. The City project team will revieC11valid requests for approved equals and intends to issue a final Addendum on the project no later than Thursday, January 13, 2021. City of Fayetteville, AR Bid 20-86, Addendum 4 Page 1l1 Telecommunications Device for the Deaf TDD(479)521-1316 113 West Mountain - Fayetteville, AR 72701 GARNER January 7, 2021 Addendum #5 To Plans, Contract Documents and Specifications KESSLER MOUNTAIN REGIONAL PARK, PHASE II This addendum shall be a part of the Plans, Contract Documents and Specifications to the same extent as though it were originally included therein, and it shall supersede anything contained in the Plans, Contract Documents and Specifications with which it might conflict. Note: Receipt of this Addendum shall be acknow edged. Failure to do so may subject Bidder to disqualification. Addenda: ��/✓� ^� Changz1t\o11e9ontractE)oc`uu;m?nts V 1. Revised responses to "as ual" profit ct requestse�jtached. ��(� _ 2. Replace pages 00400-5� o 040 -10 of "00 �(\♦D FFFORM" wi ,piag`s 0-0400-5 Addendum #5 to 00400-10 Addend �o�f�00400 BID F6�211A Item 139 "Du��ttt Pavement, Installed" was added to the bid fo, rt VVl O 3. Replace pages SP-18-1 to SP-18n-2-18 DU� ROOF" with pages SP-18-1 Addendum #5 to SP-18-2 Addendum, �of�1SP 8 DU(30UT R > OF". It was clarified how dugout fencing and dugout pavement sha fte pa door. 4. Replace page SS-502-1 TO SS-500fSUPPLEMENTAL SPECIFICATION 502 CONCRETE SIDEWALKS" with page SS-502-1 -A a ment #5 to SS-502-2-Amendment #5 of "SUPPLEMENTAL SPE.IFI�ON 502 CONCRETE SIDEWALKS". Dugout Pavement was added as a pay item. 5. Replace plan sheet 5021'ATER PLAN AND PROFILE" with C502 "WATER PLAN AND PROFILE" — Addend m #5. A note clarifying pipe material and pressure class was added to the sheet as required by AD Page 1 of 2 1 /7/2021 Addendum #5 LICENSED PROFESSIONAL By: } rn r,1V ll%w Zach Moore, PE No.15657 Project Manager K:01?4 _ Attachments: #1 2021-1-7 RESPONSES TO "AS EQUAL" PRODUCT REQUESTS #2 Pages 00400-5 to 00400-10 of Bid Form #3 SP-18 DUGOUT ROOF #4 SS-502 #5 C-502 Page 2 of 2 DOCUMENT 00400—BID FORM (continued) ARTICLE 4 - BID PRICE. Bidder will complete the Work in accordance with the Contract Documents for the following price(s): ITEM SPEC. ESTIMATED UNIT BID yin un nFsralannN UNIT QUANTITY PRICE AMOUNT 4# 00400 Bid Form 00400 — 5 Addendum No. 5 DOCUMENT 00400—BID FORM (continued) ITEM SPEC. NO. NO. DESCRIPTION ESTIMATED UNIT BID INIT QIIAMTIT 00400 Bid Form 00400— 6 Addendum No. 5 DOCUMENT 00400—BID FORM (continued) ITEM SPEC. NO. NO. DESCRIPTION ESTIMATED UNIT BID UNIT QUANTITY PRICE AMOUNT 00400 Bid Forth 00400— 7 Addendum No. 5 DOCUMENT 00400—BID FORM (continued) ITEM SPEC. NO. NO. DESCRIPTION ESTIMATED UNIT BID UNIT OIIANTITV PPICF A&AnnuT 00400 Bid Form 00400— 8 Addendum No. 5 DOCUMENT 00400—BID FORM (continued) ITEM SPEC. NO. NO. DESCRIPTION wi ESTIMATED UNIT QUANTITY UNIT BID PRICE AMOUNT 00400 Bid Form 00400 — 9 Addendum No. 5 DOCUMENT 00400—BID FORM (continued) Deductive Alternate #1 ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT Deductive Alternate #2 ITEM SPEC. Deductive Alternate H3 ITEM SPEC. NO. NO. DESCRIPTION Award will be to a single 04, EX16 ESTIMATED UNIT BID tg D UNIIr ..e'-! v //��1+ ' Bid a I su MKtd/f'or all line items. 00400 Bid Form 00400 — 10 Addendum No. 5 Vf W D cr W d' M C O a J Q M cr W CA Q O F AA W H Z 0 d N W n 0 ei N Q N L d d M `°^ E J E J E O E 9 m ms m ms sms secs = O x s L L= L y L t o `o C C C 0 0 0 0 1O o 0 9 u�0i m v L up�i m un�i � c d p � m Ao ao u G C G C p S d a s a o s a s a o c c < c - d L C O C C O C O C p Eu E 9 E v 9 a D d 9 - a o � .G E .o u c E 9 D J aJ aJ vJ c `- JO E nb n d n E n p i t n p m o E a'N9 a�ary9.. d9 —y p 2 2 z Z z a n m e c x � 3 m i i a . `o 0 .0 m Z f t a o o Z' c'z G o o E ° o v 3 Q O H 2 Z m m m h O N o O0 v E e E E x x n - `a _ 6 m 5 5 � � G `on n n m o m 9 f f f 21,21912 O O O O 3; 3 G N N F f F y — — a¢¢ O O O a a s vsi > m o t C C 7 7 a E w u d n a o u - n c - _ E n w c n n A V ao c m E t E E E a d 0 0 o J n o ` E o d o v s s w N c _� a° a a a a u'v F O; n n n n c E E E E q y n o o a u u u g 2 n y 0n 0 0 0 o c a c n'm m o v jo 0 W W V N O d C O o � a to m a ry a m � o — V 00 Q `a w Z N 'w i a 2 U V Z U C C c t $ C . Wo � O m w N M J � N a y p q 0 a v a N a < m 9 a e t q� t a F H W cr W W M O O cc a J Q cr W H Q O Vf W N Z Q a fA W n O ri N N a O � w 0 N V Z W v E ` `Y E $ E v a m $ Y L L L_ L — a 3 n a ry 0o d a d a o- d E d o E m L E N E 3 a i g VV o L 4 v Y a Y o w 01 'o - 3 a 3 a o O C L O' O N O .; O Y a a V y Y� 3 T D N Q A a� o � n` o 0 E o E 3 q E E _ c y a U E a E a r 3 0 r V ma a_ ma.ad- �c E C VYi�_C L L d 3 n 5 ' D r L � E D Y `� L C d 2 ~ O N n a r O � O O 2 2 a 3 0 x a m ui j a � Z o a a z E 0 c a L 2 C 0 U1 2 m z t v �o c ~ o y d N � L C m N N SP-18 —DUGOUT ROOF DESCRIPTION SP-18-1.1This section covers furnishing and installing dugout roofs in accordance with the location and details in the Plans, or as directed by the Engineer. SP-18-1.2 SUBMITTALS: A. Submit roof shop drawings from fabricator/ installer. B. Samples of finishes and roof materials, including color sample of selected metal roof material. SP-18-1.3 QUALITY ASSURANCE: A. Roof shall be built to comply with local codes. SP-18-1.4 WARRANTY: A. Standing seam metal roof panels shall h v bium 20-year warranty for _ a rf� and aesthetics. P I M. TERIALS� ♦ v SP-IS-2.1 Dugout roofs shall b 10 wit y 3T to anh , ver the thr_ty f each dugout. Roof shall slope away from the field o lay. �i All roof posts, supports an shall be gala 'ze and coate"d�wd lack. fusion -bonded PVC to match chain link fence (�//� ,� Exposed surfaces of 3/4" thick woo . o1�@eking shall b rimed and painted black to match fence color using an exterior -grade paint. II ood ro f dec nts shall be supported. I with facto applied finish on both surfaces. Metal roofing shall be minimu 29-gaugevoo pa factory pp Color to be Forest Green. ProdA shall r si t on, fading, chalking and chipping. Utilize stainless steel screws for fastening o&tng materials. Screws used to attach metal roofing to roof deck shall be self-drillin, or`�P�lf.tapping screws intended for metal roofing applications and include rubber or neoprene w4 It ^ks. �qint to match metal roof deck color. SP-18-2.2 Dugout fenci g wil b measured and paid for under SP-17 `Baseball Field Fencing". Dugout concrete pavemen be measured and paid for as "Dugout Pavement, Installed" under SS- 502 "Concrete Sidewalks". METHOD OF MEASUREMENT SP-18 -3.1 Dugout roof installed in accordance with this specification shall be measured by each unit completed in place and accepted. Kessler Mountain Regional SP-18-1 19T21090 Park. Phase 11 Addendum No. 5 BASIS OF PAYMENT SP-18-4.1 Work completed and accepted and measured as provided above will be paid for at the contract unit price bid per each for Dugout Roof. which price shall be Pull compensation for furnishin" and installing posts, footings; metal roof frame/ supports, and roofing; and for all labor; equipment; tools; and incidentals necessary to complete the work. Fence fabric and dugout concrete Floor will be paid for separately under the appropriate contract items. Payment will be made under: Item SP-18-4.1 Dugout Roof. Installed — per each END OF SECTION SP-18 Kessler Mountain Regional SP-18-2 19T21090 Park, Phase If Addendum No. 5 CITY OF FAYETTEVILLE, ARKANSAS SUPPLEMENTAL SPECIFICATION 502 CONCRETE SIDEWALKS Section 502 of the City of Fayetteville. Arkansas Standard Specifications for Street and Drainage Construction is hereby amended as follows: Subsection 502.01 is hereby modified as follows: The first sentence of Subsection 502.01 is hereby deleted and the following substituted therefore: This item shall consist of the construction of reinforced and unreinforced concrete sidewalks; concrete heavy duty; and dugout$ppavement in accordance with the locations; lines, grades; and construction details shn e Plans or as directed by th ineer. Subsection 502.02 is hereby modified as oll (�\]•/`l�/ P The first sentence of Subsection 502.0 i hereby deleted Lnd the followrt sub tituted therefore: The concrete for cone Nest ewalks, c j ne .et>sidew �.Atxickened`edge, concrete heavy duty; and ut Mee, 1: s imply with rements for Class A or B Concrete as provt ection 1 z maeim��'tlodable slump shall be 4 inches. Aggregate base shall eet the re it ents o erw".b.Z 1. All reinforcement shall comply with Section 602. Subsection 502.04 is hereby moss oll0w The first sentence of Subsection 502.044TereNj deleted and the following substituted therefore: Concrete sidewalk; concrete sia-ewalk'with thickened edge; concrete heavy duty; and dugout pavement shall be measuF��aIe square yard (SY). 01 Subsection 502.05 is here od d as follows: The entire contents of Subsection 502.05 are hereby deleted and the following substituted therefore: 502.05 Basis of payment (a) Work acceptably completed and measured as provided above; will be paid for at the contract unit bid price per square yard for "4" Concrete sidewalk", "4" Concrete Sidewalk with Thickened Edge'. "6" Concrete Sidewalk", "Concrete Heavy Duty', and "Dugout Pavement; Installed' which price shall be full compensation for concrete; aggregate base, Kessler Mountain Regional SS-502-1 19T21090 Park, Phase 11 Addendum No. 5 and for subgrade preparation, for formwork; for furnishing and placing all materials; including expansion joint material and structural steel; and for all equipment; tools; labor; and incidentals necessary to complete the work. Payment will be made under: Pav Item Pay Unit 4" Concrete Sidewalk SY 4" Concrete Sidewalk with Thickened Edge SY 6" Concrete Sidewalk SY Concrete Heavy duty SY Dugout Pavement, Installed SY Kessler Mountain Regional SS-502-2 19T21090 Park, Phase 11 Addendum No. 5 ®r(pi— ovsmvxav*,Z Z 3S"d'AaVd I"OID3a 31IIA3113AV _3 I I H- S. q : u —,L•,. _.., g ��o era f r bob L U _ _�.__= ,-- -- --�- -LISI :ol�Jl aa��s�• _ v i / a�J�. a• ..Now goI �vvwww Noma f r Fey / s / S p{' q=€ eYg Contract for Bid 20-86 Appendix B Bid Submittal — Crossland Heavy Contractors, Inc. Bid 20-86, Addendum 5 - 01.08.2021 DOCUMENT 00400 —BID FORM Contract Name: Kessler Mountain Regional Park, Phase II Bid Number 20-86 BID TO: Owner: The City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 BID FROM: Bidder: Crossland Heavy contractors, Inc. 501 S. East Ave Columbus, KS 66725 ARTICLE 1 - INTENT 1.01 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid price and within the Bid time indicated in this Bid and in accordance with the other tenns and conditions of the Contract Documents. ARTICLE 2 - TERMS AND CONDITIONS 2.01 Bidder accepts all of the tenns and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 days after the day of Bid opening. Bidder will sign and deliver the required number of counterparts of the Agreement with the Bonds and other documents required by the Bidding Requirements within 15 days after the date of Owner's Notice of Award. 2.02 DEBARMENT AND SUSPENSION: I certify that to the best of my knowledge and belief that the company that I represent and its principals: 00400 Bid Form 00400-1 Bid 20-86, Required Signature Forms Bid 20.86, Addendum 5 - 01.08.2021 DOCUMENT 00400 —BID FORM (continued) A. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; B. Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a, public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement; theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; C. Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (B) of this certification; and D. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification regarding debarment and suspension may be grounds for rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine. I further certify that I will obtain a similar certification for each subcontract awarded in excess of $25,000. ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents, as more fully set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bid Documents, and the following Addenda, receipt of all which is hereby acknowledged: 1 F Number Date 12/3/2020 12/10/2020 00400 Bid Form 00400-2 Bid 20-86, Required Signature Forms Bid 20-86, Addendum 5 - 01.08.2021 DOCUMENT 00400 —BID FORM (continued) 3 12/15/2020 12/18/2020 1/7/2o21 B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, performance, and furnishing of the Work. C. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, performance and furnishing of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site: and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site. Bidder acknowledges that such reports and drawings are not Contract Documents and may not be complete for Bidder's purposes. Bidder acknowledges that Owner and Engineer do not assume responsibility for the accuracy or completeness of information and data shown or indicated in the Bid Documents with respect to Underground Facilities at or contiguous to the Site. E. Bidder has obtained and carefully studied (or assumes responsibility for having done so) all such additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance, or furnishing of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder and safety precautions and programs incident thereto. Bidder does not consider that any additional examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this 00400 Bid Form 00400-3 Bid 20-86, Required Signature Forms Bid 20-86, Addendum 5 • 01.08.2021 DOCUMENT 00400 —BID FORM (continued) Bid for performing and fumishing of the Work in accordance with the times, price, and other terms and conditions of the Contract Documents. G. Bidder is aware of the general nature of work to be perforated by Owner and others at the Site that relates to Work for which this Bid is submitted as indicated in the Contract Documents. H. Bidder has correlated the information known to Bidder, information and observations obtained from visits to the Site, reports, and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Bidder. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work for which this Bid is submitted. K. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham bid; Bidder has not solicited or induced any person, first, or a corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for himself any advantage over any other Bidder or over Owner. L. Bidder will perfontt the Work in compliance with all applicable trench safety standards set forth in Occupational Safety and Health Administration (OSHA) Part 1926 — Subpart P— Excavations. 00400 Bid Form 00400-4 Bid 20-86, Required Signature Forms Bid 20-86, Addendum 5 - 01.08.2021 DOCUMENT 00400 —BID FORM (continued) ARTICLE 5 - CONTRACT TIMES 5.01 Bidder agrees that the Work will be substantially completed and completed and ready for final payment within the number of calendar days indicated in the Agreement. 5.02 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. ARTICLE 6 - BID CONTENT 6.01 The following documents are attached to and made a condition of this Bid: A. Required Bid security in the form of a certified or bank cashier's check or a Bid Bond and in the amount of Five Percent of Max Bid Dollars ($ 5% ) B. A tabulation of Subcontractors and other persons and organizations required to be identified in this Bid. ARTICLE 7 - COMMUNICATIONS 7.01 Communications concerning this Bid shall be addressed to the Bidder as follows: Dan Thompson S. East Ave Columbus, KS 66725 Phone No. 620-429-1410 FAX No. 620-429-2977 00400 Bid Form 00400-11 Bid 20-86, Required Signature Forms Bid 20-86, Addendum 5 - 01.08.2021 DOCUMENT 00400 —BID FORM (continued) ARTICLE 8 - TERAHNOLOGV 8.01 The ternls used in this Bid which are defined in the GENERAL CONDITIONS or Instructions to Bidders will have the meanings assigned to them. SUBMITTED on January 13th , 20 21. If Bidder is: An Individual Name (type or printed): By: Doing business as: Tax ID Number: Business address: Phone No.: (Individual's Signature) FAX No.: 00400 Bid Form 00400- 12 Bid 20-86, Required Signature Forms Bid 20-86, Addendum 5 - 01.08.2021 DOCUMENT 00400 —BID FORM (continued) A Partnership Partnership Name: im EAL) (Signature of general partner — attach evidence of authority to sign) Name (type or printed): Tax ID Number: Business address: Phone No.: FAX No.: 00400 Bid Form 00400— 13 Bid 20-86, Required Signature Forms Bid 20416, Addendum 5 - 01.082021 DOCUMENT 00400 —BID FORM (continued) A Corporation Corporation Name: Crossland Heavy Contractors, Inc.(SEAL) Tax ID Number: 48-1131853 State of Incorporation: Kansas Type (General Business, Professional, Service, Limited Liability): ' attach evidence of authority to sign) Name (type or printed): Mark Sell uI :^ utiON Title: president `�• ,.••.•••• J (CORPORATE SEAL) i * ? c ,y Q / t tt.�'•s 41 Attest:Il` ✓ ;}�y ;nj (Signature of Corporate Secretary) Holly Rhodes IG... Business address: 501 S. East Ave- Columbus, KS 66725 Phone No.: 620-429-1410 FAX No.: 620-429-2977 END OF DOCUMENT 00400 00400 Bid Form 00400- 14 Bid 20-86, Required Signature Forms License No. 0067301121 ID State of Arkansas Commercial Contractors Licensing Board CROSSLAND HEAVY CONTRACTORS, INC. PO BOX 350 COLUMBUS, KS 66725 This is to Certify That CROSSLAND HEAVY CONTRACTORS, INC. is duly licenszd under the provisions of Ark. Code Ann. § 17-25-101 Pt. seq. as amended and is entitled to practice Contracting in the State of Arkansas within the following classifications/specialties: HEAVY CONSTRUCTION MUNICIPAL & UTILITY CONSTRUCTION This contractorhas an unlimited suggested bid limit. from October 23, 2020 until November 30, 2021 when this Certificate expires. Witness our hurtds of the 80ard, dated at North Little Rock Arkansas: CHAIRMAN SECRETARY October 23, 2020 - dsa CROSSLAND HEAVY CONTRACTORS 501 S. East Avenue P.O. Box 350 Columbus, KS 66725 tel 620.429.1410 fax 620.429.2977 Corporate Resolution BE IT RESOLVED: that at the monthly meeting of the Board of Directors of Crossland Heavy Contractors, Inc., held on the 2nd day of December, 2016, the Board of Directors did, by unanimous decision, authorize Mark Sell, Chris Walters, Justin Lillie, Dan Thompson or Ivan Crossland, Jr. to sign on behalf of said Corporation all documents and papers pertaining to the business of said Corporation. All documents signed by Mark Sell, Chris Walters, Justin Lillie, Dan Thompson or Ivan Crossland, Jr. on behalf of Crossland Heavy Contractors, Inc. shall be legally binding on Crossland Heavy Contractors, Inc. and their successors and assigns. Mark Sell, President ATTEST: UdI4 L==" _ Holly RWo es, Secretary retary State of Kansas, County of Cherokee: Before me, the undersigned Notary Public in and for the County and State aforesaid, personally appeared Mark Sell, President of Crossland Heavy Contractors, Inc. a corporation duly organized and existing in the State of Kansas, and he acknowledged the same on behalf of said Corporation. In witness thereof 1 have set my hand and affixed my seal this 13th day of Jan. 2021. Notary Public My Commission Expires: 41 Z912 3 �QtPRBY�r KAYLEE MANN r IMY APPL EXP. IQ 2.1I73 www.heavycotitractors.com (} ! || ! - §!i\ §! !\)}!\ ■!;! >!!!;! !! !<|! (§ / )3z ��!|Q ! !; !! a I ! G! , ! s () \\§ § |! !!! ! DOCUMENT 00410 — BID BOND KNOW ALL MEN BY THESE PRESENTS: that we Crossland Heavy Contractors, Inc. PO Box 350 KS 66725 as Principal, hereinafter called the Principal, and Federal Insurance Company / Fidelity and Deposit Company of Maryland 202B Hall's Mill Road / 1299 Zurich Way, 5th Floor Whitehouse Station, NJ 08889 / Schaumburg, IL 60196 a corporation duly organized under the laws of the State of IN / fL as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligce, hereinafter called Owner, in the sum of Five Percent of the Amount Bid Dollars ($ **5%** ), for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for KESSLER MOUNTAIN REGIONAL PARK, PHASE II NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for 00410 Bid Bond 00410 - 1 DOCUMENT 00410 — BID BOND (continued) which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 13th day of January 2021 . PRINCIPAL SURETY Federal Insurance Company / Fidelity and Deposit any of Maryland By Carolyn J. Johnso Attomey-in-Fact ATTORNEY -IN -FACT Carolyn J. Johnson c/o IMA, Inc. 9393 W. 110th Street, Suite 600, Overland Park, KS 66210 (This Bond shall be accompanied with Attomey-in-Fact's authority from Surety) END OF DOCUMENT 00410 y ➢ '', (CORPORATE SEAL).-* •-* 0 E (CORPORATE SEAL) 00410 Bid Bond 00410-2 CHUBB' Power of Attorney Federal Insurance Company l Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents. That FEDERAL INSURANCE COMPANY, an Indiana corporation. VIGILANT INSURANCE COMPANY. a New York corporation. and PACIFIC INDEMNITY COMPANY.a Wisconsin corporation, doeach hereby constimteand appninr Bret S. Burton, Timothy H. Heffel, David B. McKinney, Todd Alan Rambo, Timothy Craig Smith, Myriah A. Valdivia and Desiree E. Westmoreland of Wichita, Kansas; Katherine J. Breit, Monica F. Donatelli, Carolyn J. Johnson, Kelly E. Kimmel, and S. Mark Wilkerson of Overland Park, Kansas ---- —--- --- --------------------------- --------------------------- each as their true and lawful Attorney-itt-Fact to execute under such designation in their names and to affix their corporate seats to and deliver for and on their behalf as surety thereon or otherwise. bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) Riven or executed in the course of business. and any instruments amending or altering the same, and consents to the modification err alteration of any instrument referred to in said tends or obligations In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and aRlxed their corporate seals no this 200 dayofMareh,2019. '♦ .lam AL.!�a �' Rival M Ch left r. a:;dsl:m I Scc'ret:ny STATF-OF NEW JF.RSFY CluntyofHunterdon ss. Stcphclm Ilonq. Tice III k idrnl 0001111 1 q 5 On this 20" day of March, 2019, before me, a Notary Public of New Jersey, personalty came Dawn M. Chlnros. tome known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY. the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chimps. being by me duly swnrn. did depose and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seats affixed to the foregoing Power of Attorney are such corporate seats and were thereto altered by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. Haney. and knows him to be Vice President of said Companies; and that the signature of Stephen M. Haney, subscribed to said Power of Atlotney is in the genuine handwriting of Stephen M. Haney, and was theretnsuhscribed by authority olmid Companies and in deponent's presence. Notarial Seal ROSE CUMIS or.s. ItC VJre PUBLIC ei NEW JO W wssc M.S8p22N00 / mmradam Omt� Mnaa4 a. am Notary 11o141c CERTIFICATION Resolutions adopted by the Roards of Directors of FEDERAL INSURANCE. COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30. 2016: "RESOLVED. that the following authorizations relate to the metaurn. for and an beha formerompany, ofbunds undenakiril remgniranms contracts and other written commitments ofthe Company entered into in the ordinary comsenfintaness (men a'Wriuen Commitment'): (1) Each of the Chairman, the President and the vicePresidems of the Comparyishereby aulhorized mesecueany Wrluen Commitment for and on behalfof the Company. under the sal of ere Company or otherwise. (2) Fach duly appointed attorney in (act of the Company es hereby author red to esecvtc any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. to the event that such arrhm is aut lunieed by the gram of powers provided for In such mrson's wrlaeh appointment as such anarnepin-fact, (3) F.ach of the Chairman. the President and the Vice Phsidervs of the Company is hereby audmriaed. for and co behalf of the Company. to appoint In writing any person the attorney in -fact of the Company with full power and authndiyat execum, for and on behalf o(lle Company, under the seal ofth, Company or otherwise. such WIN ram Commitments of the Comps ny as may be specified in such written appointment. which spedfiat inn may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (a) tach of the Chairman. the Resident and the Vice Residents of the Company Is hereby autlnriza forand on behalfofthe Crnpany. to delegate In writing W any other officer nflhe Company the autlonly to execote. fro and on behalf of the r npany, under the Company's seal or otherwcul such Written Commitments ofmc, Crmpany as are specified in such wnpen delegation, which Specification may be by general type or class of moment Commitments or hysperifintion ofone or more txnlicelar Written Commitments 6) The signature of any tracer or other person aeculing any Written Commitment or appolmmant or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile an such Written Commbmem err written appointment or delegation, FUNTII ER RESOLVED, that the foregoing Resolution shall per be deemed m be an esdushe statement of the powers and au bnriry ofomcem employees and other persons in act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the eserctse of any such power or authority otherwise validly granted or vested: I, Dawn M. Chlores, Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY (the 'Companics) do hereby certify that (If the foregoing Resolutions adopted by the Roard of Directors ofthe Companies are true. correct and In full force and effect, (it) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals ofsaid Companies M Whitehouse Station M. this 13th day of January, 2021 Itw:n \I I:hb as e, ,lcislam Sccra:nY FED. VIG-PI moI. 08.181 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the Slate of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section g, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint S. Mark WILKERSON', Kelly E. KIMMEL, Morgan DEWEY, Monica F. DONATELLI, Debra L. WALZ, Carolyn J. JOHNSON and Katherine J. BREIT, all of Overland Park, Kansas, EACH, its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section S, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 12th day of June, 2019. p_'j11NBL�L r rllp �' 4alr� ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert)). Murray Vice President t4�C.L6viL � �.Ll'LBCC Imo -- By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 12th day of June, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swam, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. 9�Iv�• �`` /' io • Constance A. Dunn, Notary Public i My Commission Expires: July 9, 2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, ARornevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 151h day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 51h day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: 'That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of altomyy issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate scats of the said Companies, this 13th day of January 2021 as olror� �eyQ f#"b �� �QAL ■ v Ir1r ` IYYa� .� A7 /,6 ` Brian M. Hodges, Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.reoorisfclaims i zurichna.cumi zurichna.cum 800-626-4577 DOCUMENT 00400—BID FORM (continued) Bid 20-86, Addendum 5 - 01.08.2021 ARTICLE 4 - BID PRICE Bidder will complete the Work in accordance with the Contract Documents for the following price(s): ITEM SPEC. NO. NO. DESCRIPTION ESTIMATED UNIT BID UNIT OIIANTITV PPICF annnl WT 00400 Bid Form 00400 — 5 Addendum No. 5 DOCUMENT 00400—BID FORM (continued) ITEM SPEC, NO. NO. DESCRIPTION Bid 20-86, Addendum 5 - 01.08.2021 ESTIMATED UNIT BID UNIT QUANTITY PRICE AMOUNT 00400 Bid Form 00400 — 6 Addendum No. 5 DOCUMENT 00400—BID FORM (continued) ITEM SPEC. NO. NO. DESCRIPTION Bid 20-86, Addendum 5 - 01.08.2021 ESTIMATED UNIT BID UNIT QUANTITY PRICE AMOUNT 00400 Bid Form 00400— 7 Addendum No. 5 DOCUMENT 00400—BID FORM (continued) ITEM SPEC. NO. NO. DESCRIPTION Bid 20-86, Addendum 5 - 01.08.2021 ESTIMATED UNIT BID UNIT QUANTITY PRICE AMOUNT 00400 Bid Form 00400 — 8 Addendum No. 5 Bid 20-86, Addendum 5 - 01.08.2021 DOCUMENT 00400—BID FORM (continued) ITEM SPEC. NO. NO. DESCRIPTION ESTIMATED UNIT BID UNIT QUANTITY PRICE AMOUNT • �(\ " 41,61) I� Ira • ^ Total amount for items I to 139 listed above S SN 00400 Bid Form 00400— 9 Addendum No. 5 DOCUMENT 00400 —BID FORM (continued) Bid 20-86, Addendum 5 - 01.08.2021 Deductive Alternate #1 ITEM SPEC. ESTIMATED UNIT BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT Deductive Alternate #2 ITEM SPEC. ESTIMATED UNIT BID Deductive Alternate #a 10 ITEM SPEC. 0 ES D UNIT NO. NO. DESCRIPTION /'� / NIT TIN PRICE AXU Award will be to a single contractor based • ndn he total am`n[ bTd. Biddoi aalI submr all line items. oa o� 00400 Bid Form 00400— 10 Addendum No. 5 Bid 20-86, Addendum 5 - 01.08.2021 DOCUMENT 00430 — LIST OF SUBCONTRACTORS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Subcontractors to be used in performing the Work for KESSLER MOUNTAIN REGIONAL PARK, PHASE II. Bidder certifies that all Subcontractors listed are eligible to perform the Work. Subcontractor's Work Field Turf Electrical Asphalt Paving Sod / Landscape Subcontractor's Name and Address United Turf & Track Arcadia. OK Electrical Resources Centerton, AR Tomlinson Asphalt Fayetteville, AR Second Nature Landscapes Fayetteville, AR NOTE: This form must be submittedLinccordance wit In ons to Bid ers. idder's Signature Mark Sell, Predient END OF DOCUMENT 00430 Expected Percentage or Value 10% 13% 3% 7% 00430 List of Subcontractors 00430 - i Bid 20-86, Required Signature Forms Bid 20-66. Addendum 5. 01.08.2021 DOCUMENT 00440 — LIST OF MANUFACTURERS In compliance with the Instructions to Bidders and other Contract Documents, the undersigned submits the following names of Manufacturers to be used in performing the Work for KESSLER MOUNTAIN REGIONAL PARK, PHASE II. Bidder certifies that all Manufacturers listed are eligible to perform the Work. Manufacturer's Work Manufacturers' Name and Address Other (designate) N/A - All used/incorporated were per specs &/or pre -approved Other (designate) Other (designate) NOTE: This form must be submitted in accord cc i t I n to B' ers. Bid er's Signature Mark Sell, President END OF DOCUMENT 00440 00440 List of Manufacturers 00440-1 Bid 20-86, Required Signature Forms DOCUMENT 00410 — BID BOND KNOW ALL MEN BY THESE PRESENTS: that we Crossland Heavy Contractors, Inc. PO Box 350 Columbus, KS 66725 as Principal, hereinafter called the Principal, and Federal Insurance Company / Fidelity and Deposit Company of Maryland 202B Hall's Mill Road / 1299 Zurich Way, 5th Floor Whitehouse Station, NJ 08889 / Schaumburg IL 60196 a corporation duly organized under the laws of the State of IN / IL as Surety, hereinafter called Surety, are held and firmly bound unto City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, Arkansas 72701 as Obligcc, hereinafter called Owner, in the sum of Five Percent of the Amount Bid Dollars ($ **5%** ), for the payment of which sum, well and truly to be made, Principal and said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has submitted a Bid for KESSLER MOUNTAIN REGIONAL PARK, PHASE II NOW, THEREFORE, if the Owner shall accept the Bid of Principal and the Principal shall enter into a Contract with the Owner in accordance with the terms of such Bid, and give such Bond or Bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material fumished in the prosecution thereof, or in the event of the failure of Principal to enter such Contract and give such Bond or Bonds, if the Principal shall pay to the Owner the difference not to exceed the penalty hereof between the amount specified in said Bid and such larger amount for 00410 Bid Bond 00410 - l DOCUMENT 00410 — BID BOND (continued) which the Owner may in good faith contract with another party to perform the Work covered by said Bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 13th day of January 2021 . PRINCIPAL SURETY Federal Insurance Company / Fid Jity and Deposit any of Maryland By Carolyn J. Johnso Attomey-in-Fact ATTORNEY -IN -FACT J. Johnson c/o IMA, Inc. 9393 W. I I Oth Strcet, Suite 600, Overland Park, KS 66210 (This Bond shall be accompanied with Attomey-in-Fact's authority from Surety) END OF DOCUMENT 00410 h (CORPORATE SEA,Lt, ,d .0 (CORPORATE SEAL) 00410 Bid Bond 00410-2 CHUBB' Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific indemnity Company Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation. VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Bret S. Burton, Timothy H. Heffel, David B. McKinney, Todd Alan Rambo, Timothy Craig Smith, Myriah A. Valdivia and Desiree E. Westmoreland of Wichita, Kansas; Katherine J. Breit, Monica F. Donatelli, Carolyn J. Johnson, Kelly E. Kimmel, and S. Mark Wilkerson of Overland Park, Kansas ----------------------------____._-__.___—____________________ each as their true and lawful Atinrney-in-Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise. bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same. and consents to the modification or alteration of any instrument referred to in said bonds or nbligat ons In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and atlested these presents and affixed their corporate seals no this 200 dayofMarch,2019. i )01.lks'f TIN 0\L0A.6I<' Ikiwn \I Chlm xl ri, A�d9:nu SaTcuny 001111 Q. SrATE OF NEW JERSEY County ofHunterdun ss, >Iephul \I Il:un). Yin I're�ideul On this 200 day of March, 2019, before me, a Notary Public of New Jersey, personalty came Dawn M. C.hlorne. tam known to be Assistant Secretary M FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY. the companies which executed the foregoing Lower of Artomey, and the said Dawn M. Chlorns, feting by me duty sworn, did depuse and say that she is Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such cnrporate seats and were thereto affixed by authority of said companies; and that she signed said Power of Auamey as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. llaney, and knows him to he Vice President ofsaid Companies; and that the signature of Stephen M. Haney, subscribed to said pmsmr of Atnmey is in the genuine handwriting of Stephen M. Haney, and was therein subscribed by authority ofmid Companies and in deponem's prescrice. Notarial Seal ® ROSECull pew. NOTMf11 f 8110 OF MEW ARM „sow No.wmtago rnmwlr�n are. re,.s a am Nst.dy Public CERTIFICATION Resolutions adopted by the Beards of Directors of FEDEPo\L INSURANCE COMPANY, VIGIIAIrr INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August a0. 2016: 'RESOLVED. that the following authadratiors relate to the execution, for and on behalf of the Company, ofbonds undertakings, Hxxlgni7am'e5 cuntraras and other wnam commitments of the Company entered into in the ordinary course ofbusinrss(each.-WHom Commitment'): (1) Fach of the Chairman the President and the Vice Presidents of the Company is hereby authorized m execue any Written Comminomr for and on behalf of the Company. under file seal of the Company or othewise. (2) Each duly appointed aunrneyimfacl of the Company is hereby autho red to execule any written Commitment for and on behalf of ad, Company, under the seal of the Company or otherwise, to the event thauuch action isauthorked by the grant of powers provided for in such persons written appnmmmt as such anurney-in-fact, (3) Fach of the Chairman, the Redden AM the Vice RPAdents of the Company is hereby authodsed, for and on behalfof the Company. m appoint in wddng any persrn the aa0rney. in fact of the Company with full power and atu mnry to execute for and on behalf ofthe Company. under the seal ofthe Company or rxherwise, sut'h Written Commilments ofthe Company as may be specified In such wruen appointment, which specification may he by general type or class of WrWen Cum"anco s or by specification or one or more particular Wnuen Commitments, (n) Fam of the Chairman, the Resident and the Vice fireadedis of the Company is hereby Authorized, fmand an behalfof the Qwnparry, m delegate in writing to any other officer ofthe Company the authonly to execute. far and an behalf of the Company, under the Company's seal or otherwise, such Written Commitments f (he Company as are .grccllied in such waited delegation, which spedfocatkm may be by general type or dassof Written Commitments or byspecfication Mane or more particular Written Commitments (a) Thesignamre M any officer m other person executing any written[immmitment ar appointment or doelphen pursant to this Re,ohnion. and the seal ofthe Crrnomy. may be affixed by faaimik on such written Commitment or wrom, appointment or delegation. FDR'tHF.RRES01AEn. that the finegamp Resolution shall not redeemed ail be an exclusive statement M the powers and authanry ofomcem employees and other persons coact for and an belulfof the Company. and such Resolution shall not limit or otherwise affect the esemise ol'anysuch powerorauthonry otherwise alkilygrantedcurveaed- I, Dawn M. Chinros. Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE. COMPANY. and PACIFIC INDEMNITY COMPANY (the'Companics) do hereby modify that (I the foregoing Resolutions adopted by the BoardnfDirectors ofthe Companies are true. correct and in full force and effect, (ii) the foregoing Power nfAnorney Is (me, correct and in full force and effect. Given under my hand and seals ofsaid Companies At Whitehouse Station. NJ, this 13th day of January, 2021 ®� . - i�C9.w�—Y�l. N�hlsM.eS Q AAr_ V IkN:n \I Chlmis.,lGVslan b VivialY ANVOTHF.R FEO-WG.R frev 08-181 ZURICH AMERICAN INSURANCE. COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in hill force and effect on the date hereof, do hereby nominate, constitute, and appoint S. Mark WILKERSON, Kelly E. KIMMEL, Morgan DEWEY, Monica F. DONATELLI, Debra L. WALZ, Carolyn J. JOHNSON and Katherine J. BREIT, all of Overland Park, Kansas, EACH, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 12th day of June, 2019. �J�drrJ^P ��y a Wray' 4t0�A ATTEST: ZURICH AMERICAN INSURANCE, COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President i ctw/t, ti By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 12th day of June, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. grown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swum, deposeth and saith, that he/she is the said aRcer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, 1 have hereunto set my hand and affixed my Official Seal the day and year first above written. •:"�, i lipesr:�� �' Constance A. Dunn, Notary Public +� r My Commission Expires: July 9, 2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Allomeys-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time. CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May, 1 S 90. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 13th day of January 20221 Brian M. Hodges, Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.reoortsfclaimsfa�zurichna com 800-626-4577 Responses Saeent: As data is VAIWI Base Bid Mobii:ebon. Time Sum of A$ Mobilizaters Success: All values provided 01-1 1 511 shall not exceed LS 1 $193,500,00 $ 193 500 00 5%of total amount bid before deduch Success: All values provided P12 2 Sp Bonds and meprance LS 1 5115,000.00 a115,090.00 Trends and Success: An values provided Pu 3 112 Beevahim L$ 1 $500.00 $500.00 Safety Systems Oleann9. Success: All values pmvidetl 1:-< 4 201 Gmbbing. and LS 1 a120000.00 $120.D00.00 Demrleen Urdassified All a1 5 5 202, SS-202 se"' vision (Heal OT 78600 $ 7.60 $ 597,360.00 Success: values provided OM (Me Qpenaty) LMtlarefiea Success: All Yi-fi 6 112.SS202 Elemoutmarn- LY 29400 $3.50 $102900.00 values provided Site Haul)(Plan appears) Success: All values Provided! 11-7 ] 202, 5S302 Embankment firemen) CY too $22.00 aU(i Embankment (On Success: All values provided 41-8 6 202, SS-202 Site Maienel) CY 29400 $2.35 $69,090,00 (Man Cuanars) select Success: All values provided 4I-9 9 202. SS202 Embankment CY 3000 $4.00 $12000.00 (Plan Quantity) Success: An values provided a1-10 10 202, SS-202 insane andSki CY 4160 $25.00 $103750.00 Success: All values provided R1-11 11 202, Si Rod ExwveEcn CY 50 $205.00 $10250.00 Subpade Success: All values provided AI-12 12 203, SS203 Pi ... bear (Man SY 9418 $1.15 $10 830]0 Contrary) 36' R. C. Pipe Succezz: All veto -provided 11-13 13 mi. SS-301 limper LF 60 A150.00 $12,000.00 Pavement) Succezz: AO values Provided E1-14 14 301. SS-301 18"R. C. FES EA 5 $1,16500 $5,625,00 Succezz: All values provided 0I-15 16 301, SS301 M R. O. FES EA 4 $2,390.00 19.550.00 Success: All values Provided 91-IS 16 301 9S301 1a'M➢.P.E. Pipe LF 1392 $52,00 a7Z384.00 18" H DD.E. Pipe Success: All values provided PI-19 1l 301. SS-301 (Under LF 304 $78.00 $23,712.00 Pwemee) Succezz: All values provided PI-16 18 301, SS-301 24-H.D.P.E. Pipe LF TI $68.00 $0828.00 2a' H.D.P.E. Pipe - Success: All values provided 61-19 19 301, SS301 (Under LF 53 $09.00 $4,717.00 Pavement) Success: All values provided PI-20 20 301, SS-301 36'H.D P.E. Pipe LF M5 $95.00 $43610,00 Succezz: All values provided 91-21 21 301, SS301 Trencs Main LF 6Y2 A26.50 $16,48100 Success: All values pmvidetl ill 22 22 301. SS-301 a'FVO Pipe (.Module 40) LF 05 $52.00 $4420.00 Success: All values provided 11-11 23 302 CCuh Imes EA 3 14,301 $12.900.00 Success: All values provided! 41-4 24 302 5'Cut Inlets EA 1 $5,300,00 $5,300.00 Success: All values provided ;425 26 302 615'Curb lnles EA 1 $5,300.00 1;111".00 Success: All values Provided 41-26 26 302 6'3undbn Boxes EA 1 $5,00D00 $5,000.00 Success: All valuer providN it-D 27 302 5Area 1nlHs EA 1 $2.200.00 $7,200.00 Success: All values provided R1-2s Success: AllvaWes provided R189 Success: All values provided si Success: AN values provincial 91-31 Success: AS values govnel R1-32 Sari AN values provided 1HJ3 Success: AN values provided ri-N Success: AN vale -overall R1-35 Success: AN values provnl 41-36 Success: AN values provided 4147 Success: All values provided Y1-38 Sue+afs: AN -Wes peovnl 41-39 Succm:AN vaW-provided 4140 Suet-f: AN values provided 41-41 Success: AO vaW- provnl 11-42 Success: AN values provMl 4143 Success: All values prove .144 Success: AN values provided F1J5 Be--.: AN values provided .116 Success: All values provided NiJ] Success: All values provitll al a, Success: All values pmvitletl 5149 Svcass: An values pcovered #150 Success: All values provided %1-51 Success. All values pmvitll ri Success: All values proevleal 1I-53 Success: All values provided R1-54 Success: All values provided Y1-55 Success: All values provided 81-56 Success: All values provided s1-57 Success: All values provided al 56 28 29 30 31 32 33 34 35 36 39 38 39 40 41 42 43 M 45 46 4] 48 49 so 61 52 53 54 56 56 5] $3 302 4'CUN Inlet EA Esterea 302 S. Cure]Mel ENenucn Ear Turf 305 Rehforument BY Mat 305 flip Rap SV 401 6'Aggregate SV Best Course 401 5' Aggregate BY Base Course 401 3"Aggregate Sy Base Coarse Asphalt Console Hat Me Mader 40l Course lPG 64- Ton 22) ASpbell Concrete 403 Hot Mix Surface Tan Course(PG 6F 22) Concrete Curb 501 and GIMer (Type tF A) 502. SS502 4'T51ck Concrete SY Sidewalk 502, SS502 6"Thick Concete SitlBY cvNk 502,SS502 Sidewalk worth SY Tuckered Edge. 502. 66302 Dan. Hers, BY Duty Concrete 503, SS503 Crivewav Aryons Sy -. ICom ciaN 4" P-ement 50].SS50] (R8MenMoron odzl Uc _.. Print) Pavement 507, SS507 S,andar GNLY-: EA Refledmizetl Pang PevemeM 507, Si Barbels (BUS - EA Retvdmiaed Paint) Pev ell Syni 507, S&507 (HrndWap EA Symbal- Regectri Paint) Pavement 507, SS507 $ym60M(AnawsEA ReBedanzl Pat.) 585 Street Sign Instagagon ConveceEased But viU Shed Sign EA Instigation 509 Erosion curnal LS 510 ^rap. Coved LS and Maintenance CarHn-PMa 513 Getedable SF Waring Panel 513 Hand, Access BY Ramp 517 Tree Protection LF Finang ACHM Pavement SP-03 Permanent 6Y Repair SP-04 Wariest 2830 EA AG Drain Basin Sp-04 Nyfoplasi AG lnkne Drain EA SP-04 Nyfoplast 3099 CGS Grate EA 1 $11500.00 $1,500.00 2 $ 2.850,00 $ 5,700.00 50 $2200 s1.100.00 435 $24.00 $10,µ0A0 8959 $10.50 5 04.1 7450 109 $13.4C 51 d60.50 378 $1].4c S65Z20 55 $168.00 5 g240.00 1204 $102A0 S 122 80B 00 2146 $13.95 $29,74A0 2786 $5400 $E.,4µ.00 17 $85.00 S1,05.00 225 $ 58.00 s la HSO 2062 $6600 $135,092.00 124 $67,00 $8,306.00 SAW $0.55 $3,2]0.30 1 $11,00 $11.00 1 $11.00 $11.00 ] $27.00 s189.00 5 $ 22.00 $110.00 10 $ 385.00 $ 3,850.00 ] $550.00 $3.85o.Op 1 S35,000,00 $35,000.00 1 $ 5,000.00 $ 5,000.00 12 $ 23.00 $ 276.00 A $88.00 $612,00 1700 $ 2.76 $ 4,675.00 45 $110.00 It4,950.00 5 $ 4.225.00 $ 21 125.00 4 $ 3,250. 0 $13,000.0 3 $]00.00 $2340.00 Succers: All values provided 41-59 68 SP-gd Nooplasf 3099 CEP Grate EA 5 $ 740.00 $ 3,]00.00 tersest, Box Success: All values provided! Bfbe so SP-05 Adµlded to EA 1 $71500 $71500 Grade Success: All voluas 81-61 61 9P-06 Sees., Building LS 1 $36,000.00 $36.000.00 pmvided (20Y301 Landscape Success: All values provided It E2 fit SP-a] Treat, 8Mulas. LS 1 $72,000,00 $72000.00 Edging) Success: All values provided Y'43 63 505, SS505 Said Bad (Buffalo Gncal SY 18172 $8,25 $149,919.00 Success: All values #164 64 505, S5-505 Salid Sod(Mrye SY 5214 $4.15 $21.538.10 provided Z03sia) Sold Sod (Tff Success: All values provided r1 s 65 505, 5S-505 419 6Y 20574 $ 2.88 S 59.253.12 Barmuaogmaal Topsail mactionnout Success: All values provided 9I416 66 204, S5-204 (Parking Lot SY 358 S2.75 $984,50 lslends)(24- Deep) Success: All values provided 11 67 204, S5-2(I4 4l Tested PenSuccoss: BY 25089 $1.95 $ 48.923.55 All values provided ii 68 204, 5S-204 6-Topsail Movement SY 20574 $2.20 $45,262.80 Im,tain (Baseball success: All values provided VY 9 69 SP-08 Oulriaba And LS 1 $78,000.00 S781000.00 Landscape Mau) _ Success: All values proviticd R140 70 SPA Bike Ranks, InaROed EA 14 E775.00 $1085000 Success: All values provided 11-71 71 SP-11 Be¢M1an (5 Row), Installed EA 16 $ 5,600.00 $ 89,600.00 Situate Sucr<zz: All values provided 11-02 72 SP-13 SOuclures EA 16 $16000.00 S160,000.00 Installed Success: All values Provided 01-73 73 SP-11 Dugout BenMes (211. Irmteged EA S $1.01000 $6080.00 Success: All values provided M-74 74 SP-11 Btatio petsµlnalelled aski FA 2 $83000 S1fi60.00 9aWng Cage sumess: All values pmvided 11-75 75 SP-11 peuvor-L SY 02 S500a $31,600.00 Installed Double Bating.. 76 Sp-1 Cage (Not, Posts EA 2 S15,00a g0 $30,00000 Success: All values provided 91-76 6 Faotin9ah Installed Success: All values provided S1-]] 77 SP-l1 portable P9ebing Mounds, Installed EA $ $ 3 fi00.00 S 14,400.00 Success: All values A1-08 78 SP-1I PoMInok., (pal, EA 4 $4900.00 $la fi0600 provided Suues, All values pmvided $1-79 99 SP-17 FQncee Caps le lack), Installed LF 1220 $6,50 $7,930.00 Success: All values provided t1-9a SO S117 (Ytllow), Insalletl LF 1540 S6SO 61001000 Success: All values pmvided R1-a1 81 Sp-11 Barriers Eye. Installed EA 1 $12,300.00 $12,300.00 Success: AO values provided 4142 82 SP-12 Snised de ln.Suess: EA 4 $9.000.00 $36,000,00 All solves Provided 41-83 83 505 Seedingn9d likilchiSuccers: sue 3 $3,200.00 $9600.00 All values pmvded 41-" 8q SP-14 M., pole, Installed EA 1 $3.500.00 $S5a0.00 Success: All values pmvided 41-85 86 SP-15 Bpna,e Contain. ln..Hcd EA 12 $165.00 $1.980.00 G,naga-Field Success: All values pmvided 11-H 86 SP-15 Itlandfiwtion EA 4 $165.00 $660.00 Installed 82 5m, SP-11 Ak-mP. Baticrs SF 528 $900 $4,]52.00 Success: All values pmvided 91-87 Eye, Mideast Mo., Success: All values provided 4148 88 502, SP-12 (S,emboard), SF 160 $7.00 51,120.00 Installed 89 502, SP-b Mai Fence, 2280 E 14.25 E 32,490.00 Success: All values pmvidetl A1-09 InstalledLF Success: All values provided #1-90 90 512. SP -II Cbainllnk Fence. LF let $MOD 5117663.00 eTell. lnslalled Success: All values account #1-91 91 512, SP-17 Cfiainllnk Fence, LF Bad $]000 $5366400 O'rag, Installed! Success: All values provided #1-92 92 512, SP-17 Decoction Fence LF 58D 5121 00 5 67 76D DO 10' Tall. Installed Success: All valor p..load #1-93 90 SP-17 Backslap Netting OF MGM $7,60 512768000 3D'Tail landlord 8-Feet Tall 3' Success: All values provided #1-94 94 512, SP-P Wild Gale, EA 8 S825.00 566o0.D0 Installed 8-Foot Tall, 5' Success: All values Provided #t-95 96 512, SP-t] Wide Gale, EA a $950.00 $I000D0 Installed &Fuertml. 10' Success: All values provided 91-96 96 5124P17 Was Gale, EA 4 51,350D0 $540000 Implied 6-Foot Tall, 12' Success: All values povNed 11-97 99 512, SP-17 Wide Gate, EA 6 $1.350.00 S10800.00 Installed 6-Fort Tall, 21' Success: All values provided 11-98 98 512, SP-17 crude Gate, EA 2 52.OD000 $4.00000 Installed Success: All values provided #1-99 99 SP-I8 Dollars Root, Installetl EA 9 $13,5Do.00 S108,D0000 Success: All values amended #1-IDO tali SP-tfi ANficial Tot SF d13oD 511 25 $ DOD 62500 solace, Installed Brllpen Anil —I Success: All values Developed #1-101 101 SP-16 Turl Grind, SF 4248 $t00D $42,490,00 Installed Batting Gage Success: AN values provkel #1-102 10i S116 Amaral Tail SF 4365 $10.00 sg36DO.OD Surface, lnrlaged Bases pot Success: AN approve provided 11-103 10: SP-11 Andlars), LS 1 51100D00 $11,00000 Installed Crmpoaila Screening Fence Success: A6 values provided 411-1D4 lac SP-19 Semaatnn IF u0 $1GOOD S15""DO Maintenance Bldg). Installed 10'Composite Dmble Soong Success: All values 41-105 lot SIP-1 Gate For EA I 5160D.00 5160000 provided Sneeding Fence (Maintenance Bitit Installed 15' Composite Boubb Gate For Success: Al values Provided #1-106 106 SP-19 Screening Fence EA t 52A50DO S2050,00 IDrmestar), marred Success: AO values provided #i-IDT to. gpgg Smal Pipe EA 5 $500.00 $2,500.00 Bdlprds. mine ad Candela Feavy Success: All values porches #1-1 On 109 SP-19 Drly(Dumpaer BY 45 $9D.DO 5]fio000 Pad), Installed Success: All values provided 41-tell is$ Ski Steel Pope Gate LS 1 $DOS. D S2,650.00 Roadway Success: All values presented #1-11D 110 ill ninsuuciion LS 1 $6000000 $6000000 Control Concrete Success: AN values 11-111 11' SP-20 Sandblaa- EA 3 52.200.D0 $6600.00 provider Deseball Fgrre, Installed Success: AN caWea provided #1-112 112 SP 22 Entrance EA ] $6,500,00 519,500.00 Signage. Handed Success: AN values provided #1-113 113 SP Rssboomslconc EA 1 $693000,00 $690,00000 rns Builtling Success: AN values provided #1-114 114 SP-02 New Electrical LS I 5d1.60000 S41 son DO Servlra Success: AN values provided #1-115 118 SP 02 Parking Los Light EA 30 5469000 $140700.00 Assemtty Success: AN values provided #1-116 116 SpODBall Field Sports IS 1 5651 ODOOD 56510000D Ggb4ng Favor Upon Success: AN values provided #1-117 11' sP-D2 Maintenance EA 1 $ 1 000 0. $ 3,OaDOO Building Success: All values provided #1-1 is 113 SP OD power Uod IF 75D $600 $4500,00 Feeder Success: AN eapres prorited] #1 -119 113 SP-02 Data .-dam(2` Conduit) IF 1300 $735 $955500 Success: All values providel #L 120 120 Be Telecommunimr, EA 5 51M.00 $6250,00 an Hearings Success, All values provided #1-131 121 6P42 Ball Field LS f SM60000 S22.60000 _.. Utility Mabalommm The Sandi P9 Success: All value, provided #1.122 122 01271 M%ilizadons LS 1 $1].]0000 51730000 anM not a:ceed 5%of total ....at bid Will, Trends Success: All values prop sea xt- 12] US 012)1 Excavates LS 1 $1,900.00 $1,700.00 Sakry S}shms Spot Dig and - Succes,: All values provided #1-124 124 01271 vor Benin, Ls 1 $950.00 $950.00 udr[v Locadona Success: All values provided fri 125 01271 8FC900 PVC LF 255 $12.50 $3,187.50 t. farm -. - 3•02241 Pi Success: All values pmviaea 91-126 126 0127I were service 1 230 $48.00 S1104000 Une Success: All values pmvfaetl a1-1n 127 01271 An Seven Seemme LF ]]s 50.00 $13735.00 Una Success: All value, pmeMea x1-12e 128 01271 I818•Taplhn9 EA 1 E3,300.00 s2.300.00 5eeve and VeNe Mi Iron - Success: All values provided 1 129 129 012T1 FiNn9s far Water L9 250 $7.75 51,933.50 Una San ce,s: All values pmviaea #1-130 ve 01271 FAsire EA 1 $2.225.00 $2,225.00 smdran Success: All values provided 11 131 01271 9'Gate Valve EA 1 $980.00 596000 Success: All values provitletl #1-132 132 01271 2- Water Meter 1 51.400.00 $1400.Oo p Success: All value, v-vmed #1-1]] 133 01271 a.—, service Eq 11315.00 $1.89o.00 GChristmas6 succc— All values provided 134 134 01271 Con.eervl sewer EA 1 S1.700,00 $1,700.00 Success: All value, lrtovided #1 '35 135 01271 Trench lMdsmwl LY 50 $19.00 $950.0 and saumn Success: All values provided .1 I'd 136 01221 'ask Ezmvadon LY 10 E315.00 $3,150.00 far (Nilares Success: Suess: All values provided xl-13T 132 G1271 ma. ui LS 1 $55,000.00 $55,000.00 EquelizTank 111-0iy Success.- All vaues provitletl #1-136 138 SP 02 lITion Landuiuitl LF 1950 $iR $2,18000 Conduit Dugan Success: All valuesprovided 1 139 502, SS-502 Pavement, BY 28S STOOD $20,t6000 Installed Deductive Alternate #1 - Item pricing shall correspond with base bid pricing Success: AB values Provided #2-1 29 Sp_1T Fence Caps LF 1220 $ 6.50 § T,9]0.00 ( Black). parallel Success: All values provided N2d 80 SKIT Fe8o tamed LF 1540 It6.50 S10,01000 (Y )I Success: All value, provitletl i2-] 91 50.11 Sellers Eye' EA 1 51230000 $12 ]00.00 Installed Success: A1I values maided #2d al 502, 5R11 Messed, Batlert SF 539 $9.00 s4,752.00 Eye, Installed Doi Mifinal Success: All values provided r25 1of SP-16 Turf Surface, SF d240 $10.00 $42410 ad Installed Bsidnp Cage Success: All values provided 111 102 $R16 Pres..I Turf SF Q65 $10.00 $43,650.00 sumae.lnatum comae Success; All value, promaea w_-T t11 sP-20 Santlaeal-EA ] $zzo0.00 $6,600.00 Baeebail Figure, InataYetl Deductive Alternate #2 - Item pricing shall correspond with base bid pricing Arms s: An value, pmviaea #ll 61 V-06 serape Builtlin0 LS 1 $ 36,000,00 S 36.000.00 (2n30) Bailing Cage Success: Ali vaWes pmvMed #32 96 Be,I Pavement, 6Y 632 $50.00 531,601 Installed Double Be", Success: All values provided #M 76 SP 11 Cage (i PoshEA 2 E 15p00.00 $ 30,000.00 B Footings), lastaled Power Una Success: All values pmvid. R14 tit SP-02 Malntiendi FA 1 $3,000.00 $3,000.00 Building Success: All values pruvided #15 11E SP-02 P°wer Una LF 950 E6.00 Sf,500.00 Feeder Deductive Alternate 43 - Item pricing shall correspond with base bid pricing Shade Success: AN values pr.sitled # i 72 SP-13 Sine. s. EA 16 S10.000,00 $164000.00 Installed Success: All values pssided .2 82 Sli Scorehoarda, FA d $9,000.00 $36,000.00 Insisted - Mowahip Success: All values pmvidetl N0.3 88 502, SP-12 (6stressed), SF 160 $ 7.00 S 1,120.00 Installed 1/14/2021 Proposal Data Back to Project Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 - Proposal Data Show/Hide r Search Supplier AR Secretary of Arkansas Pursuant Arkansas Code Annotated §25-1-503, the Con State Filing # Contractor's currently boycott Israel and will not boycott Israel durin License # while in contract, with any public entity as defined in §2 contractor decides to boycott Israel, the contractor mu! Benchmark Construction Company 5215840002 0035500521 Yes Scorecard Open_ Branco Enterprises, Inc. 100058026 0028640621 Yes Scorecard Open... CDI Contractors, LLC 100131453 0059580421 Yes Scorecard Open... Crossland Heavy Contractors, Inc. 100205582 0067301121 Yes Scorecard Open... m Goodwin & Goodwin, Inc. 100104752 0016960421 Yes Scorecard Open... Pick -it Construction Inc. 800016462 0140461221 Yes Scorecard Open... Q Help https 1/fayetteville-arbonfirehub.com/projects/35239/proposalData 1 /1 Contract for Bid 20-86 Appendix C City and Engineer's Recommendation for Award z C a 5 a 0 m N W V) Q 2 a Y Q a Q z O_ 0 W _z Q H z Z) O W N h W Y z O F V D V) z O V L W O N y� E i= qm---------n' r m - - - - m - - - - .n .n .n Nm.nmm m-mm--m-tiHm a 8 $ mmmcmm... pgp g$ 9 -E O v d88N8888rm�=S3�"� n ------- — 8 % 8BE, . S S ma vo - ... m----- m�mv.�.�.,. _ „m m m H - - - H - - - m - m m 8 g% 8 BE8888%%%See%%m ..�80 V vmmmn.�ry V n n mmmmm---m--m mm-- 8 J $ - zmm- m m m m m m _- m m m m m- m m ------------ s �sos%a�m�a.a.m.a.ae� m m� 8 � $ m_ m` v m mmmem%000��mrma, »------------»Hv.� oo� m m m m r r n v m m mI oe m_ m ---- - - m - - - m - - - - - m m - -m-- -- - -- -v. m o g ,. mS. S.m8m�.%m%qe 3V N .8 H$ m m o m m m '"m»mN8888�o8S8�m o $ 8 mn ^ o mwWWwmwmmmm u O C� u au 2E E c mm�Y n EE m m m m- m .+ .. r ry m n ea�mmm'vm rzuNmaa� H „E= ago - y 88�M. �Sm�°sS8 Baosem8m8 �.mPo 8�$r$8e$m8 .. " m "".8xeem�=Ar�B„Amma�aeSm68 " ^ e w w eQeeam " " 8 so s 8 8 8 8858 8 8 8 S 8 '888888'88888888 8 8888888888888888 e88888reeeeee 8F88Sa<w "8 8 88 0� - -----m-----N«H— 8 S8. 8:_.. 88 8858 ^"°" 8 N --- mom - - - - - -- „„m- - m m - m„ r,-.,.--------„------"m.".".,.,,. 0 8, S mom eS�mewm� ..�o..ow ".,00mw..mommowm:BA�Amar& 8 8 8 e 888 88888888 .88888... 8$ 885� 8 ' 888888888888a88 8 8 88888888888$808 8 8 8 S88AA888888�� 8 Sm �88 8 a8r8888888 88 88888 ^8683 $m ® 83R w w A$a�8o^Rmmm�����o 8 8 A 88, 8, 8 o 8T 88N88828 ---------«AN„„----Nm------ 8888"a888p90 8888,88888 :Av888888 paa e A _ coa_ _aE m2-c4-- =YE9rv- ntf�vu�$ 3 we V w „am E° E E E F — ------- — ----- — --- 8 8 m �� ego s asm 49^ e m m x xxx x x Ix—xxxxxxxx.n I--- xxxxxxxxxxxxxx x.n P. n�n V..n .n xx — oaa $ so s Isom $sdm " n m em m m mry .nxxx I--x--n xxx x xxx - II - -x x xx x--x N8 S o88000 888888SS00000088 x oSoB��o ---- I — o o -I o —08 n n b oo88 •h •M1 8SS S8S-----.88858—' g —SSo------_--- S 80— 0 0 < e8 8 SSol- $r 8 �i ESE— do c N N xxusx x x x ur--I I- I 008 8 S 8888mSS 08080888" — — I - I -----08 gsss 00o0o x m S N e cl " 8 e m8" __ __ _ — 80' N$$sr — —__ -- — lz x-xx x x x xx x xx xx-x x xx x xx x x x x x-x x x x x xxx In I xx �C N b b min gg $3 oN ea $ 8 88o88 S,S8S o 88SoS --- ry r ry gr o 0 _ _ n e � xx x.n x u. .r�.n ✓rx �nxxxxxxxu�x �n x x.nxxxxxxxxxxx.n x.n o$$o — — xx .n Vr N a,m a m $a$oeo $o $ m m � gnwq 8 m S Cr�mmS.ai � S' ��^ ale e8 n N m O x x xxx x x x-II-I x x x—I x xxx x x x x x x xx x x x x x x x xx I —I x I x o m 8 mm8 m 8 8888S,o S88I,goo S 8om8m8a888o88oS'^ SSmmS Saa — MooM — a a a rvm ry ""e --0 x � 4 f F � W J � J Q o o za gSmFmm cow = E_ oSo rm�ncto me.+o mnu°c �. ��oa ,.,NF �iiiim Q FAY E .� EVILLfi ARKANS •on�neei Bid 20-86, Construction — Kessler Mountain Regional Park Project Overview Project Details I Reference ID Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Project Name Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2 Project Owner Andrea Foren Project Type ITB Department Purchasing Certification Amount $5,856,000.00 25%Allowance $1,464,000.00 Total Allowance (Certified Amount + $7,320,000.00 25% Allowance) The City of Fayetteville is accepting sealed bids from properly licensed firms for the Kessler Mountain Regional Park, Phase ll. The project includes, but not limited to, construction of four new lighted baseball fields with a central building facility for concessions and restrooms, Project Description storage building, bleachers with overhead canopy, batting cages, parking lot with landscaping and lighting, irrigation, water and sewer lines, retaining walls, and sanitary sewer plant expansion. Questions should be addressed to Andrea Foren, Purchasing Manager at aforen@fayetteville-ar.gov or by calling (479) 575-8289. Open Date — Nov 24, 2020 11:30 AM CST Close Date f ^— '— — Jan 13, 2021 2:00 PM CST Arh CI.Y Oi .� FAYETTEVILLE Lowest Bid received from Supplier (per Total Base Bid) Crossland Heavy Contractors, Inc. Seal status a Score — —I i 81.38 pts Requested Information Unsealed on , Unsealed by Bid Bond i Jan 13, 2021 2:00 PM CST Adonis Bwashi i; Required Signature Form Jan 13, 2021 2:00 PM CST Adonis Bwashi AR Secretary of State Filing # I Jan 13, 2021 2:00 PM CST Adonis Bwashi Arkansas Contractor's License I Jan 13, 2021 2:00 PM CST Adonis Bwashi Pursuant Arkansas Code I Annotated §25-1-503, the Contractor agrees and certifies that they do not currently I boycott Israel and will not boycott Israel during any time in which they are entering into, I Jan 13, 2021 2:00 PM CST Adonis Bwashi or while in contract, with any public entity as defined in §25- I 1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted I public entity in writing. Bid 20-86, Bid Form -- Revised with Addendum 5 (BT-38AQ) Jan 13, 2021 2:00 PM CST Adonis Swashi I � A& WI Oi .FAYET )A) TEVILLE •NNAN 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 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 i Has a Conflict of Interest? Adonis Bwashi i Jan 13, 2021 2:05 PM CST I No Andrea Foren i Jan 13, 2021 2:10 PM CST ( No C." .[ ARK NSAS LLE FAYET u Public Notices Bid 20-86, Construction - Kessler Mountain Regional Park, Phase 2 -- Addendum 1 has been issued Andrea Foren, Dec 03, 2020 12:19 PM CST The City has issued Addendum 1 to Bid 20-86, Construction - Kessler Mountain Regional Park, Phase 2. To access this Addendum, refer to File #03. This addendum contains 66 pages. If you have questions, please contact Andrea Foren, City Purchasing Manager at aforen@fayetteville-ar.gov. Bid 20-86, Const - Kessler Mtn, Phase 2 -- File added, City's required signature forms (convenience file) Andrea Foren, Dec 03, 2020 2:10 PM CST File 01 B contains the forms the City requires to submit with a bid. These forms are also included in File 01 (Project Manual) and have been separated in this file for bidder convenience. Addendum 2 issued to Bid 20-86, Construction - Kessler Mtn. Regional Park, Phase 2 Andrea Foren, Dec 11, 2020 11:43 AM CST - Project Public Files changed - Project Close Date changed Addendum 2 has been issued to Bid 20-86 which includes a revised bid form (bid table), deadline extension and multiple other modifications. Addendum 2 is available in the public files as "File 04 - Addendum 2". Please direct all questions to Andrea Foren at aforen@fayetteville-ar.gov. Addendum 3 issued to Bid 20-86, Construction - Kessler Mtn. Regional Park, Phase 2 Andrea Foren, Dec 15, 2020 4:29 PM CST [Rv Os r4ffFAYETTEVILLE ........ F- Project Public Files changed Addendum 3 has been issued to Bid 20-86 and is available in the public files as "File 05- Addendum 3". Please direct all questions to Andrea Foren at I aforen@fayetteville-ar.gov. Addendum 4 issued to Bid 20-86, Construction - Kessler Mtn. Regional Park, Phase 2 Andrea Foren, Dec 18, 2020 5:48 PM CST - Project Close Date changed - Project Questions Due Date Changed - Project Public Files changed Addendum 4 has been issued to Bid 20-86 and is available in the public files as "File O6- Addendum 4". Please be advised this addendum includes a deadline extension and a new approved equal deadline. Please direct all questions to Andrea Foren at aforen@fayetteville- ar.gov. Bid 20-86, Construction - Kessler Phase 2 Clarification on final addendum Andrea Foren, Dec 21, 2020 2.18 PM CST Clarification from Addendum 4: The final addendum for this bid is intended to be issued no later than Thursday, January 7, 2021. Addendum 5 issued to Bid 20-86, Construction - Kessler Mtn. Regional Park, Phase 2 Andrea Foren, Jan 08, 2021 12:18 PM CST - Added Public Documents (Addendum 5 and required City bid forms) - Revised Bid Table (electronic bid form) Addendum 5 has been issued to Bid 20-86, Construction — Kessler Mountain Regional Park, Phase 2. Please be advised this addendum includes a revised bid I table / bid form (item 139 added). If you have any questions, please contact to Andrea Foren at aforen@fayetteville-ar.gov. p � I ; ii I X U') I X M I T I v p 1 2 1 2 N 1 N O 0 @ W I W W I LU I W W � o I Ey o p C N U E I E p c v E O O U O O I U a V @ C O N C N O @ T r U O V I 16 W /@@��� V Y Y V N a)V UU, @ E U £ La, 0 U C Q U V C C L @ E S] @ E N N Y @ u N E 0 L C C N d w E L o U) @ rn Z .�—� ) LL > a)C x @ y u � cu I � m fn 2 N 0 to co a V N O l LO I N(n N(n N(n N(n N(n N(n N U N N U N NU N UN A cl cl I cl cl + Cl) Cl) @ I @ @ N @ @ C V I C I U C T a J 3 I (e C p. j V J p N p O m C d p U '� a @ U E = vi `p p g Clca u C N c L o a �« o � y .0 p U « m: « N C Q p p U °o u C C U U U U U m a J J i,1 'all N I w i a d w , E U 0 0 LO i C L � 3 n N CC7 C -o a_ c Z m 0 d m n m m c m m i y m m Q F F m c a $ a N O O I O a o CD a i w L LL a a - m D m U m L m U IF w 0 H d1►% I I N a O. O. a O. O. Q 1 In O _Lo. j 0 t (O i V 00 I co I coOD ( CA W Q> I j I N � I C I , LL 9 a) LL i th a a a @ @ a7 w N a d i s U a c i ' I L I 3 1 1 j I I 1 1 I ' I i3 r I« N N r n a `d a `.° ao ! n cv r� LO I co O c Cl? rn eo I I m ~ (O I� 1 v ro co ao rn jrn irn ill Q� a) N • 'a a { N O C O U = U m N O I J I O u ns o I U Li C N a) N a `a) w O C cod C c g ` N � U 0 - O I c g U j 2 q IU E U C I U C I v O 0 I 0 las I 'O °o Ic ' I U I 1 m <nr .s .� FAYETTEVILLE ARKANSAS Signatures 0 Name i Signatures Andrea Foren Andrea , Digitally signed by I I y',Andrea Foren (Project Owner) I Foren Date: 2021.01.20 � 19:46:07-06'00' Andrea Foren Andrea Digitally signed by )Andrea Foren (Evaluator) Foren !-Date:2021.01.20 19:46:24-06'00' Adonis Bwashi II� Digitally signed byAdonis'Bwashi Imo,.- DN: cn=Adonis Bwashi, (Evaluator) DIP ' q� email=abwashi@fayetteville-ar.gov,c=US 6ate: 2021.01.14 16:21:44-06'00' E 2049 E. Joyce Blvd. Suite 400 Fayetteville, AR 72703 TEL 479.527.9100 FAX 479.527.9101 www.GarverUSA.com January 19th, 2021 Ted Jack Park Planning Superintendent City of Fayetteville 1455 S Happy Hollow Road Fayetteville, AR 72701 Re: Recommendation to Award Kessler Mountain Regional Park, Phase 2 Dear Ted: Bids were opened for "Kessler Mountain Regional Park, Phase 2" electronically at 2:00 p.m., Wednesday, January 131h, 2021. A total of six bids were received for this project. Crossland Heavy Contractors, Inc. of Columbus, Kansas submitted the low bid for the project in the amount of $6,387,494.47. A copy of the tabulation of bids received, including the Engineer's estimate, is attached. We recommend that City of Fayetteville award the construction contract for "Kessler Mountain Regional Park, Phase 2" to the low bidder, Crossland Heavy Contractors, Inc. We believe that the award of this project to Crossland Heavy Contractors, Inc. represents the best value for the City. Please call me if you have any questions. Sincerely, >- l mw—o-- Zach Moore, P.E. Project Manager Attachments: Bid Tabulation L:\2019\19T21090 - Kessler Mountain Regional Park PH 2\Bidding\Recommendation of Award\Jack 2021-01-19 Recommendation to Award.doc City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year 2021 Division /Org2 PARKS & RECREATION (520) Alan Bearden Adjustment Number BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: Approval of a contract with Crossland Heavy Contractors, Inc. for construction of Phase Two including a four -field baseball complex at Kessler Mountain Regional Park for a contract cost of $6,387,494.47 (Bid 20-86) plus a $487,505.53 project contingency and approval of supporting budget adjustments. RESOLUTION/ORDINANCE COUNCIL DATE: 2/16/2021 LEGISTAR FILE ID#: 2021-0072 KevL4,vS7)r*&nqev 112812021 10:15 AM Budget Director TYPE: JOURNAL#: GLDATE: CHKD/POSTED: Date D - (City Council) 2/16/2021 TOTAL Account Number 487,506 Increase / Expense 487,506 (Decrease) Revenue v.20210104 Proiect.Sub# Project Sub.Detl AT Account Name 2250.520.9256-4419.02 2250.520.9256-5911.99 - 487,506 487,506 - 46050 7502.1000 RE Greenspace Fees- SW 46050 7502.1000 EX Contingency- Capital Project HABudget Adjustments\2021_Budget\City Council\02-16-2021 \2021-0072 BA Kessler Mountain - Phase 11.xlsm 1 of I