Loading...
HomeMy WebLinkAbout39-22 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 39-22 File Number: 2022-0035 BID #21-73 LEGACY CONSTRUCTION MANAGEMENT, INC.: A RESOLUTION TO AWARD BID 421-73 AND AUTHORIZE A CONTRACT WITH LEGACY CONSTRUCTION MANAGEMENT, INC. IN THE AMOUNT OF $668,237.00 FOR CITY HALL IMPROVEMENTS, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid 421-73 and authorizes Mayor Jordan to sign a contract with Legacy Construction Management, Inc., a copy of which is attached to this Resolution, in the amount of $668,237.00 for City Hall improvements. 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 2/1/2022 Attest: 11I" Kara Paxton, City Clerk TreasuredL'' Page 1 Printed on 212t22 City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 Text File File Number: 2022-0035 Agenda Date: 2/1/2022 Version: 1 Status: Passed In Control: City Council Meetinq File Type: Resolution Agenda Number: A.17 BID #21-73 LEGACY CONSTRUCTION MANAGEMENT, INC.: A RESOLUTION TO AWARD BID #21-73 AND AUTHORIZE A CONTRACT WITH LEGACY CONSTRUCTION MANAGEMENT, INC. IN THE AMOUNT OF $668,237.00 FOR CITY HALL IMPROVEMENTS, AND TO APPROVE A BUDGET ADJUSTMENT BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #21-73 and authorizes Mayor Jordan to sign a contract with Legacy Construction Management, Inc., a copy of which is attached to this Resolution, in the amount of $668,237.00 for City Hall improvements. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves a budget adjustment, a copy of which is attached to this Resolution. City of Fayetteville, Arkansas Page 1 Printed on 21212022 David Carver Submitted By City of Fayetteville Staff Review Form 2022-0035 Legistar File ID 2/1/2022 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 1/14/2022 FACILITIES MANAGEMENT (140) Submitted Date Division / Department Action Recommendation: A RESOLUTION TO APPROVE BID 21-73 CONSTRUCTION CONTRACT WITH LEGACY CONSTRUCTION MANAGEMENT, INC. IN THE AMOUNT OF $668,237.00 FOR CITY HALL IMPROVEMENTS, INCLUDING A BUDGET ADJUSTMENT, Budget Impact: 4470.140.8900-5400.00 Sales Tax Capital Improvement Account Number 02046.1 Project Number Budgeted Item? Yes Does item have a cost? Budget Adjustment Attached? Yes Yes Fund Building Improvements Current Budget Funds Obligated Current Balance Item Cost Budget Adjustment Remaining Budget Project Title $ 1,183,994.00 $ 6,700.00 1,177, 294.00 $ 668,237.00 $ 100,000.00 u�,u5 i.uu V20210527 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Original Contract Number: Comments: Approval Date: CITY OF FAYETTEVILLE ARKANSAS MEETING OF FEBRUARY 1ST, 2022 TO: Mayor and City Council CITY COUNCIL MEMO THRU: Susan Norton, Chief of Staff Paul Becker, Chief Financial Officer Wade Abernathy, Director of Bond Projects and Facilities FROM: David Carver, Facilities Management - Project Coordinator DATE: January 141h, 2022 SUBJECT: APPROVAL OF BID 21-73 CONSTRUCTION CONTRACT FOR CITY HALL IMPROVEMENTS IN THE AMOUNT OF $668,237.00, including a budget adjustment. RECOMMENDATION: Staff recommends approval of bid 21-73 construction contract for City Hall improvements in the amount of $668,237.00, including a budget adjustment. BACKGROUND: In 2019 DeMX architecture was engaged as an on -call vendor to prepare drawings for the City Hall improvements project phase 2. The subsequent bidding process was delayed until October 2021 due to the pandemic. DISCUSSION: Bids were publicly advertised and received on November 16', 2021. Legacy Construction Management, Inc. was the low bidder at $668,237.00. This contract is to address and improve multiple aspects of the exterior conditions of City Hall. Through this contract the City will attain handicapped parking built to current ADA standards, along with higher energy efficiency levels via new windows & doors on the North entry. Improved exterior aesthetics and drainage functionality will correct existing water concerns. This contract also includes addressing potential safety hazards on the South entrance via replacement of cracking concrete and existing, deteriorating stairways. BUDGET/STAFF IMPACT: This is funded by the Sale Tax Capital Improvements Funds 4470.140.8900-5400 sub project 02046.1502. Attachments: Bid 21-73 Contract Certified Bid Tab Mailing Address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 CITY OF Contract for FAYETTEVILLE ContraContract for: Bid 21-73 City Hall improvements ertar endor: Legacy Construction Management, Inc. ARKANSAS Term: Single Project THIS AGREEMENT is made this / day of , by andof Fayetteville, Arkansas, acting by and through its Mayor (herein af called CITY OFO20FAYETTEVILLE orb etween CITY) andCity Legacy Construction Management, Inc. (Vendor or Legacy), and CITY OF FAYETTEVILLE from time to time requires professional construction services in connection with construction projects. Therefore, CITY OF FAYETTEVILLE and Legacy in consideration of their mutual covenants agree as follows: Work performed by Legacy shall be performed under valid, active, current license with the Arkansas Contractor's Licensing Board. Legacy shall follow all federal, state, and local laws at all times. 1. Contracted parties and relationship: a. This agreement shall be binding between all parties. Fees shall be provided as identified in appendices_ i. Legacy Tax identification number (TIN) ending in 1498 ii_ Legacy Arkansas Contractor License No. 0372390521 iii. Legacy Secretary of State Filing No. 811123269 b. Parties agree to act on the basis of mutual trust, good faith, and fair dealing, and perform in a fiscally responsible and timely manner. Parties shall each endeavor to promote harmony and cooperation among all Project participants. 2. Entire Agreement and Exhibits: This Agreement sets forth the entire agreement and understanding between the parties on the subject matter of this Agreement. Neither party shall be bound by any conditions, definitions, representations or warranties with respect to the subject matter of this Agreement other than those as expressly provided herein. a. Appendices included under this agreement include the following: i. Appendix A: Bid package identified as Bid 21-73 Construction City Nall Improvements with the specifications and conditions typed thereon inclusive of all bidding documents, plans and drawings and issued addenda. ii. Appendix B: Legacy's bid submittal iii. Appendix C. Bid 21-73, Recommendation for Award inclusive of the bid tabulation iv. Appendix D: Legacy's Certificate of Insurance v. Appendix E: Legacys 100% Performance and Payment Bonds 1. Appendix D and E shall be submitted to the City within the time frame identified in the bid documents or 10 (ten) calendar days after fully executed contract. In. This agreement may be modified only by a duly executed written instrument signed by the CITY and Legacy. c. ORDER OF PRECEDENCE: In case of any inconsistency, conflict, or ambiguity among the Contract Documents, the documents shall govern in the following order: (a) Change Orders and written CONTRACT. Bid 21-73 City Hall Improvements Page 1 of 21 amendments to this Agreement which are executed by all parties; (b) the Agreement; (c) Legacy's bid submittal (d) City's published bid and associated Addenda. 3. Notices: Any notice required under this Agreement shall be in writing, address to the appropriate party at the following addresses: a. City of Fayetteville: Attention: Mayor Lioneld Jordan, 113 W. Mountain, Fayetteville, AR 72701 b. Vendor: Legacy Construction Management, Inc., 3733 Wildcat Creek Blvd., Fayetteville, AR 72704 4. General Provisions: ETHICS: All parties shall perform with integrity. Each shall avoid conflicts of interest and promptly disclose to any other part any conflicts that may arise. All parties warrant that it has not and shall not pay or receive any contingent fees or gratuities to or from any other party, including agents, officer's employers, Subcontractors, Subsubcontractors, Suppliers, Volunteers, Elected Officials, or Others to secure preferential treatment. Workmanship: The Work shall be executed in accordance with the Contract Documents in a workmanlike manner. All materials used in the Work shall be furnished in sufficient quantities to facilitate the proper and expeditious execution of the Work and shall be new except as otherwise provided in the Contract Documents. iii. MATERIALS FURNISHED BY OWNER OR OTHERS: If the Work includes installation of materials or equipment furnished by City or Others, it shall be the responsibility of the vendor to examine the items so provided and thereupon handle, store, and install the items, unless otherwise provided in the Contract Documents, with such skill and care as to provide a satisfactory and proper installation. Loss or damage due to acts or omissions of the vender 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 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 CONTACT:CONTRACr: Bid 21-73 City Hall improvements Page 2 of 21 Cost of the Work, Date of Substantial Completion or Date of Final Completion. Any equitable adjustment shall be approved by all parties. viii. Taxes and Permits: Vendor shall give public authorities all notices required by law and shall obtain and pay for all necessary permits, licenses, and renewals pertaining to the Work. Vendor shall provide to City copies of all notices, permits, licenses, and renewals required under this Agreement. 1. Vendor shall pay applicable taxes and permit fees associated with the entire project. ix. DISCOUNTS: All discounts for prompt payment shall accrue to City. All trade discounts, rebates, and refunds, and all returns from sale of surplus materials and equipment, shall be credited to the Cost of the Work, or directly to the City after final payment. X. City may occupy or use completed or partially completed portions of the Work when (a) the portion of the Work is designated in a Certificate of Substantial Completion, (b) appropriate insurer(s) consent to the occupancy or use, and (c) public authorities authorize the occupancy or use. Vendor shall not unreasonably withhold consent to partial occupancy or use. xi. JOINT DRAFTING: All Parties expressly agree that this Agreement was jointly drafted, and that both had opportunity to negotiate Its terms and to obtain the assistance of counsel in reviewing Its terms before execution. Therefore, this Agreement shall be construed neither against nor in favor of either Party but shall be construed in a neutral manner. xii. EXTENT OF AGREEMENT: Except as expressly provided, this Agreement is for the exclusive benefit of all Parties, and not the benefit of any third party. This Agreement represents the entire and integrated agreement between the Parties, and supersedes all prior negotiations, representations, or agreements, either written or oral. This Agreement and each and every provision is for the exclusive benefit of all Parties and not for the benefit of any third party, xiii. ASSIGNMENT: Except as to the assignment of proceeds, no Party shall assign their interest in this Agreement without the written consent of the other Party. The terms and conditions of this Agreement shall be binding upon all Parties, their partners, successors, assigns, and legal representatives. No Party shall assign the Agreement without written consent of the other. xiv. Where figures are given, they shall be preferred to scaled dimensions. xv. The drawings and specifications are complementary. If Work is shown only on one but not on the other, Vendor shall perform the Work as though fully described on both. Vendor shall seek clarification from the City or the City's third -party Design Professional for any discrepancies. xvi. In case of conflicts between the drawings and specifications, the specifications shall govern unless otherwise stated in the bidding documents. In any case of omissions or errors in figures, drawings, or specifications, Vendor shall immediately submit the matter to City and Design Professional for clarification. The City's clarifications are final and binding, which may include third -party Design Professional content. xvii. DEBARMENT AND SUSPENSION: By execution of this agreement, Vendor certifies that to the best of its knowledge and belief that the Vendor and its principals: CONTRACT: CONTRACT: Bid 21-73 City Hall Improvements Page 3 of 21 I. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; 2. Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and 4. (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. 5. Vendor understands that a false statement on certification regarding debarment and suspension may be grounds For rejection of this proposal or termination of the award. In addition, under 18 USC Sec. 1001, a false statement may result in a fine. I further certify that I will obtain a similar certification for.each subcontract awarded in excess of $25,000. 6. Certifications for subcontracts or subsubcontracts executed under this agreement shall include all language in this section. 5. Definitions: a. Unless otherwise specifically defined in this Agreement, any terms that have well-known technical or trade meanings shall be interpreted in accordance with their well-known meanings. b. "Business Day' means all Days, except weekends and official federal or state holidays where the Project is located. C. A "Change Order' is a written order signed by all Parties after execution of this Agreement, indicating changes in the scope of the Work, and Date of Substantial Completion or Date of Final Completion. d. "Contract Time" is the period between the Date of Notice to Proceed and the total time authorized to achieve Final Completion. e. "Cost of the Work" means the total costs and discounts charged to the City. f. The "Vendor" is the person or entity identified in this contract and includes Vendor's Representative. g. "Day" means a calendar day unless otherwise specified. 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_ 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. CONTRACT: CONTRACT: Bid 21-73 City Hall Improvements Page 4 of 21 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, subsubcontractors, or suppliers of (a) and (b); and others employed directly or indirectly by (a), (b)aorors(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 reasnnabiy inferable from the Contract Documents. The Work may refer to the whole Project or only a part of the Project if work is also being performed by Owner or Others, aa. "Worksite" means the area of the Project where the Work is to be performed. bb. "Bi-monthly basis" means every fourteen to sixteen calendar days. 6. Contract Document Review and Administration CONTRACT: CONTRACT: Rid 21-73 city Nall Improvcmcnt3 Page 5 of 21 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 vislb.le 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 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_ To the extent products, equipment, systems, or materials incorporated in the Work are specified and purchased by the City, they shall be covered exclusively by the warranty of the manufacturer. There are no warranties which extend beyond the description on the face of any such warranty. For such incorporated items, ALL OTHER WARRANTIES EXPRESSED OR IMPLIED INCLUDING THE WARRANTY OF MERCHANTABILITY AND THE WARRANTY OF FITNESS FOR A PARTICULAR PURPOSE ARE EXPRESSLY DISCLAIMED. c. Vendor shall obtain from its Subcontractors and Suppliers any special or extended warranties required by the Contract Documents. Vendor's liability for such warranties shall be limited to the one-year correction period, as further defined in this Agreement. After that period Vendor shall provide full and comprehensive assistance to the City in enforcing the obligations of Subcontractors or Suppliers for such extended warranties. d. Correction of Work i. If before Substantial Completion or within two -years after the date of Final Completion of the Work any Defective Work is found, City shall promptly notify Vendor in writing. Unless City provides written acceptance of the condition, Vendor shall promptly correct the Defective Work CONTRACT- CONTRACT- CONTRACT; Bid 21 73 City I loll ImprovcincilU Page 6 of 21 at its own cost and time and bear the expense of additional services required for correction of any Defective Work for which it is responsible. If within the two-year correction period City discovers and does not promptly notify Vendor or give Vendor an opportunity to test or correct Defective Work as reasonably requested by Vendor, City waives Vendor's obligation to correct that Defective Work as well as City's right to claim a breach of the warranty with respect to that Defective Work. If Vendor fails to correct Defective Work within a reasonable time after receipt of written notice from City before final payment, City may correct it in accordance with Owner's right to carry out the Work. In such case, an appropriate Change Order shall be issued deducting the cost of correcting the Defective Work from payments then or thereafter due Vendor. If payments then or thereafter due Vendor are not sufficient to cover such amounts, Vendor shall pay the difference to City, iii. Vendor's obligations and liability, if any, with respect to any Defective Work discovered after the two-year correction period shall be determined by the Law- If, after the two-year correction period but before the applicable limitation period has expired, City discovers any Work which City considers Defective Work, City shall, unless the Defective Work requires emergency correction, promptly notify Vendor and allow Vendor an opportunity to correct the Work if Vendor elects to do so. If Vendor elects to correct the Work it shall provide written notice of such intent within fourteen (14) Days of its receipt of notice from City and shall complete the correction of Work within a mutually agreed timeframe. If Vendor does not elect to correct the Work, City may have the Work corrected by itself or Others, and, if City intends to seek recovery of those costs from Vendor, City shall promptly provide Vendor with an accounting of the actual correction costs. iv. If Vendor's correction or removal of Defective Work causes damage to or destroys other completed or partially completed work or existing building, Vendor shall be responsible for the cost of correcting the destroyed or damaged property. 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 SAFETY PROGRAMS: Vendor holds overall responsibility for safety programs. However, such obligation does not relieve Subcontractors of their safety responsibilities and to comply with the Law. Vendor shall prevent against injury, loss, or damage to persons or property by taking reasonable steps to protect: (a) its employees and other persons at the Worksite; (b) materials and equipment stored at onsite or offsite locations for use in performing the Work; and (c) property located at the Worksite and adjacent to work areas, whether or not the property is part of the Worksite. b. VENDOR'S SAFETY REPRESENTATIVE: Vendor shall designate an individual at the Worksite in its employ as its safety representative. Unless otherwise identified by Vendor in writing to City, Vendor's project superintendent shall serve as its safety representative. Vendor shall report promptly in writing all CONTRACT- CONTRACT! CONTRACT: Bid 21-7J City 1-1011 IrnNrvvcrriCnt5 Page 7 of 21 recordable accidents and injuries occurring at the Worksite. When Vendor is required to file an accident report with a public authority, Vendor shall furnish a copy of the report to City. c. Vendor shall provide City with copies of all notices required of Vendor by the Law. Vendor's safety program shall comply with the requirements of governmental and quasi -governmental authorities having jurisdiction. i. Damage or loss not insured under property insurance that may arise from the Work, to the extent caused by negligent or intentionally wrongful acts or omissions of Vendor, or anyone for whose acts Vendor may be liable, shall be promptly remedied by Vendor. If City deems any part of the Work or Worksite unsafe, City, without assuming responsibility for Vendor's safety program, may require Vendor to stop performance of the Work, take corrective measures satisfactory to City. If Vendor does not adopt corrective measures, City may perform them and deduct their cost from the GMP. Vendor agrees to make no claim for damages, or an increase in the GMP, or for a change in the Dates of Substantial or Final Completion based on Vendor's compliance with City's reasonable request. 9. Subcontracts: a. BINDING OF SUBCONTRACTORS AND SUPPLIERS: Vendor agrees to bind every Subcontractor and Supplier and require every Subcontractor to so bind its subcontractors and significant supplier, to the Contract Documents as they apply to the Subcontractor's or Supplier's applicable provisions to that portion of the Work. b. Vendor agrees not to subcontract Vendor at risk related services without prior written consent from the City. 10. Fees, Expenses, and Payments: Legacy at its own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per Bid 21-23as stated in Legacy bid response, and in accordance with specifications attached hereto and made a part hereof under Bid 21-23, 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 $668,237.00 US Dollars. C. The City of Fayetteville shall pay Legacy for completion of the project based on a percentage of work completed. At no point shall payment exceed the percentage of work completed, as determined by the City. d. Payments will be made after approval and acceptance of work and submission of invoice Payments will be made approximately 30 days after approval of Invoice. The City of Fayetteville reserves the right to request receipts for materials purchased for the City of Fayetteville from suppliers, subcontractors, or other sources. The City of Fayetteville does not agree to any interest or penalty for "untimely" payments. e. The City reserves the right to withhold five percent (5%) retainage from all payments until project is completed in full. t. Not to exceed pricing shall include but not be limited to: CONTRACT: CONTRACT: CONTRACT: Bid 21-73 City Hall Improvements Page 8 of 21 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 securlty, health, welfare, retirement, and other fringe benefits as required by law, labor agreements, or paid udder 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. 13. Costs associated with establishing, equipping, operating, maintaining, mobilizing and demobilizing the field office and site. 14. Water, power, and fuel costs necessary for the Work. 15. Cost of removal of all nonhazardous substances, debris, and waste materials. CONTRACT: CONTRACT; CONTRACT: Bid 21-73 City Hall Improvements Page 9 of 21 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. 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, VENDOR shall provide a 100% separate performance and payment bond from a bonding company, licensed to do business In the state of Arkansas, to the City of Fayetteville after being file marked at the Washington County Circuit Clerk's Office. Bonds shall be provided within ten (10) calendar days after this contract has been executed by a.11 parties. a. All bonds shall be listed with the U.S. Treasury Department listing of approved surety's (T-List) and shall be rated A+ minimum by A. M. Best. 12. Time: a. SUBSTANTIAL and FINAL COMPLETION: Date of Substantial Completion and the Date of Final Completion shall be established in the contract documents as a hard not to exceed date. If such dates are not established upon the execution of this Agreement, a Date of Substantial Completion and Date of Final Completion of the Work shall be established via Change Order. b. Time is of the essence with regard to the obligations of the Contract Documents. C_ Unless instructed by City in writing. Vendor shall not knowingly Commence the Work before the effective date of Vendor's required insurance and bonds and formal written and signed Purchase Order issued by the City of Fayetteville Purchasing Division. d. Schedule of Work: Before submitting its first application for payment, Vendor shall submit to City and, if directed, Design Professional a Schedule of the CONTRACT: CONTRACT Work showing the dates on which Vendor plans to begin and complete various parts of the Work, including dates on which information and approvals are required CONTRACT: CONTRACT: CONTRACT: Bid 21-73 City Nall Improvements Page 10 of 21 from City. Except as otherwise directed by City, Vendor shall comply with the approved Schedule of the Work or Vendor. i. City may determine the sequence in which the Work shall be performed, provided it does not unreasonably interfere with the approved project schedule. City may require Vendor to make reasonable changes in the sequence at any time during the performance of the Work in order to facilitate the performance of work by City or Others. If Vendor consequently incurs costs or is delayed, the Dates of Substantial or Final Completion, or both, Vendor may seek equitable adjustment. e: NOTICE OF DELAY CLAIMS: If Vendor requests an equitable extension of the Contract Time or an equitable adjustment contract as a result of a delay described, Vendor shall give City written notice of the claim. If Vendor causes delay in the completion of the Work, City shall be entitled to recover its additional costs. 13. Substantial Completion: a. Vendor shall notify City and, if directed, Design Professional when it considers Substantial Completion of the Work or a designated portion to have been achieved. City, with the assistance of its Design Professional, shall promptly conduct an inspection to determine whether the Work or designated portion can be occupied or used for its intended use by City without excessive interference in completing any remaining unfinished Work. If City determines the Work or designated portion has not reached Substantial Completion, City, with the assistance of its Design Professional, shall promptly compile a list of items to be completed or corrected so City may occupy or use the Work or designated portion for its intended use. Vendor shall promptly and accurately complete all items on the list. b. When Substantial Completion of the Work or a designated portion is achieved, Vendor shall prepare a Certificate of Substantial Completion establishing the date of Substantial Completion and the respective responsibilities of each Party for interim items such as security, maintenance, utilities, insurance, and damage to the Work, and fixing the time for completion of all items on the list accompanying the Certificate. The Certificate of Substantial Completion shall be submitted by Vendor to City and, if directed, to Design Professional for written acceptance of responsibilities assigned in the Certificate of Substantial Completion. c. Unless otherwise provided in the Certificate of Substantial Completion, warranties required by the Contract Documents shall commence on the date of Substantial Completion of the Work or a designated portion. d. Upon City's written acceptance of the Certificate of Substantial Completion, City shall pay to Vendor the remaining retainage held by City for the Work described in the Certificate of Substantial Completion less a sum equal to one hundred and fifty percent (150%) of the estimated cost of completing or correcting remaining items on that part of the Work, as agreed to by the Parties as necessary to achieve Final Completion, including all close outs. Uncompleted items shall be completed by Vendor in a mutually agreed upon timeframe. 14. Final Completion: Upon notification from Vendor that the Work is complete and ready for final inspection and acceptance, City, with the assistance of its Design Professional shall promptly conduct an inspection to determine if the Work has been completed and is acceptable under the Contract Documents. CONTRACT: CONTRACT: CONTRACT: Bid 21-73 City Hall Improvernent5 Page 11 of 21 ij. When the Work is complete, Vendor shall prepare for City'!; 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. lil. Final payment shall be made to Vendor within thirty (30) Days after Vendor has submitted an application for final payment, pending the application has been approved by the City, including submissions required, and a Certificate of Final Completion has been executed by all Parties. Iv. Final payment shall be due on Vendor's submission of the following to the City: 1. an affidavit declaring any indebtedness connected with the Work, to have been paid, satisfied, or to be paid with the proceeds of final payment, so as not to encumber City property; 2. as -built drawings, manuals, copies of warranties, and all other close-out documents required by the Contract Documents; 3. release of any liens, conditioned on final payment being received; 4. consent of any surety; and 5. any outstanding known and unreported accidents or injuries experienced by Vendor or its Subcontractors at the Worksite. If, after Substantial Completion of the Work, the Final Completion of a portion of the Work is materially delayed through no fault of Vendor. If approved by City, they shall pay the balance due for any portion of the Work fully completed and accepted. If the remaining contract balance for Work not fully completed and accepted is less than the retained amount before payment, Vendor shall submit to City and, if directed, Design Professional the written consent of any surety to payment of the balance due for portions of the Work that are fully completed and accepted. Such payment shall not constitute a waiver of claims, but otherwise shall be governed by this section. vi. ACCEPTANCE OF FINAL PAYMENT: Unless Vendor provides written identification of unsettled claims with an application for final payment, its acceptance of final payment constitutes a waiver of such claims. b. Legacy shall ensure that the City of Fayetteville receives lien waivers from all material suppliers, subcontractors and sub -subcontractors and before work begins on the project. The contractor shall give written notice to the material suppliers, subcontractors and sub -subcontractors providing work on the project that states the following: i. 'According to Arkansas law, it is understood that no liens con 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 Cincinatti Surety Company ].' ii. Legacy shall have each subcontractor, sub -subcontractor and material supplier execute a written receipt evidencing acknowledgment of this statement prior to commencement of the work of the subcontractor or material supplier. r nNTRACT- CONTRACT: CONTRACT: Bid 21-73 City Hall I111Niuverneni5 Page 12 of 21 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: Cityof Fayetteville contracts and documents prepared while performing contractual work are subject to the Arkansas Fr eedarn 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 ]lability, pollution Coverage, and broad form property damage. Vendor shall maintain completed operations liability insurance for .one year after Substantial Completion, or as required by the Contract Documents, whichever is longer. Vendor's Employers' Liability, Business Automobile Liability and CGL policies shall be written with at least the limits of liability presented in Appendix D. b. Employers' Liability, Business Automobile Liability, and CGL coverages required may be provided by a single policy for the full limits required or by a combination of underlying policies with the balance provided by excess or umbrella liability policies. c. Vendor shall maintain in effect all insurance coverage required with insurance companies lawfully authorized to do business in the jurisdiction in which the Project is located. If Vendor fails to obtain or maintain any insurance coverage required under this Agreement, City may purchase such coverage and charge the expense to Vendor or terminate this Agreement. d. To the extent commercially available to Vendor from its current insurance company, insurance policies required shall contain a provision that the insurance company or its designee shall give City written notice transmitted in paper and electronic format: (a) 30 Days before coverage is nonrenewed by the insurance company and (b) within 10 Business Days after cancelation of coverage by the insurance company. Before commencing the Work and upon renewal or replacement of the insurance policies, Vendor shall furnish City with certificates of insurance until one year after Substantial Completion or longer if required by the Contract Documents. In addition, if any insurance policy required is not to be immediately replaced without lapse in coverage when it expires, exhausts its limits, or is to. be cancelled, Vendor shall give City prompt written notice upon actual or constructive knowledge of such condition. e. Certificates of Insurance shall list the City as Additional Insured Parties. f. PROPERTY INSURANCE: CONTRACT: CONTRACT: CONTRACT_ Did 21-73 city Hall Inrprovemenis Page 13 of 21 At no time shall any policy be covered by self-insurance or in a self -insured format. All policies shall be covered by an approved commercial insurance professional properly licensed to do business in Arkansas. Unless otherwise directed in writing by City, before starting the Work, Legacy shall obtain and maintain a Builder's Risk Policy upon the entire Project for the full cost of replacement at the time of loss, including existing structures. This insurance shall also (a) name Vendor, Subcontractors, Subsubcontractors, and Design Professional as named insureds; (b) be written in such form to cover all risks of physical loss except those specifically excluded by the policy; and (c) insure at least against and not exclude: 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 injuryto 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 this subsection. Before commencing the Work, City shall provide a copy of the property policy or policies obtained. iv If City elects to purchase the property insurance required by this Agreement, including all of the coverages and deductibles for the same durations specified, City shall give written notice to Vendor before the Work is commenced and provide a copy of the property policy or policies obtained in compliance with this agreement. City may then provide insurance to protect its CONTRACT: CONTRACT: CONTRACT: Did 21-73 City I1a11 Irnprovemenis Page 14 of 21 interests and the Interests of the Construe or, Subcontractors, Suppliers, and Subsubcontractors. The cost of this insurance shall be paid by City in a Change Order. If City gives written notice of its intent to purchase property insurance required by this Agreement and fails to purchase or maintain such insurance, City shall be responsible for costs reasonably attributed to such failure. The Parties each waive all rights against each other and their respective employees, agents, contractors, subcontractors, suppliers; Subsubcontractors, and design professionals for damages caused by risks covered by the Property insurance, except such rights as they may have to the proceeds of the insurance. 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. 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. OCP. Vendor shall provide an Owners' and Contractors' Protective Liabillty Insurance ("OCP") policy with limits equal to the limits on CGL specified, or limits as otherwise required by Owner. i Any documented additional cost in the form of a surcharge associated with procuring the additional liability coverage in accordance with this subsection shall be paid by VENDOR. Before commencing the Work, Vendor shall provide either a copy of the OCP policy, or a certificate and endorsement evidencing that City has been named as an additional insured, as applicable. i. ROYALTIES, PATENTS, AND COPYRIGHTS: Vendor shall pay all royalties and license fees which may be due on the inclusion of any patented or copyrighted materials, methods, or systems selected by Vendor and incorporated in the Worts. Vendor shall defend, indemnify, and hold City harmless from all suits or claims for infringement of any patent rights or copyrights arising out of such CONTRACT: CONTRACT: CONTRACT: Bid 21-73 City Hall IfilpfovemenCS Page 15 of 21 selection, j. 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, wri=ten for not less than one million US dollars ($1,000,Opp) 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 sufficientto 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 se�-VIces and will carry out its re,00rlsibilities in accordance with customarily accepted professional practices. CITY OF FAYETTEVILLE will promptly report to VENDOR any defects or suspected defects in services of which CITY OF FAYETTEVILLE becomes aware, so VENDOR can take measures to minimize the consequences of such a defect. CITY OF FAYETTEVILLE retains all remedies to recover for its damages caused by any negligence of VENDOR. 22. Responsibility of the City of Fayetteville a. CITY OF FAYETTEVILLE shall, within a reasonable time, so as not to delay the services of VENDOR: i. Provide full information as to the requirements for the Project. ii. Assist Legacy by placing at Legacy's disposal all available information pertinent to the assignment including previous reports and any other data relative thereto. iii. Assist Legacy in obtaining access to property reasonably necessary for Legacy to perform its services. iv. Examine all studies, reports, sketches, cost opinions, proposals, and other documents presented by Legacy and render in writing decisions pertaining thereto. v. Review all documents and provide written comments to Legacy in a timely manner. vi. The City of Fayetteville Facilities Director is the project representatives with respect to the services to be performed under this Agreement. The Facilities Director Representative shall have complete authority to transmit instructions, receive information, interpret and define policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 23. Cost Opinions and Projections: Cost opinions and projections prepared by the Legacy relating to construction costs and schedules, operation and maintenance costs, equipment characteristics and performance, cost estimating, and operating results are based on Legacy's experience, qualifications, and judgment as a Legacy professional. 24. Period of Service: This Agreement will become effective upon the first written notice by CITY OF FAYETTEVILLE authorizing services hereunder. a. The provisions of this Agreement have been agreed to in anticipation of the orderly progress of the Project through completion of the services stated in the Agreement. VENDOR shall proceed with providing the authorized services immediately upon receipt of written authorization from CITY OF FAYETTEVILLE, Said authorization shall include the scope of the services authorized and the time in which the services are to be completed. 25. Termination: CONTRACT: CONTRACT: CONTRACT: Bid 21-73 City Ball lrnproVeMent5 Page 16 of 21 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 L No amount shall be allowed for anticipated profit on unperformed services or other work, ii. Any payment due to VENDOR at the time of termination may be adjusted to cover any additional costs to CITY OF FAYETTEVILLE because of VENDOR's default. d. If termination for default is effected by VENDOR, or if termination for convenience is effected by CITY OF FAYETTEVILLE, the equitable adjustment shall include a reasonable profit for services or other work performed. The equitable adjustment for any termination shall provide for payment to VENDOR for services rendered and expenses incurred prior to the termination, in addition to termination settlement costs reasonably incurred by VENDOR relating to commitments which had become firm prior to the termination. e. Upon receipt of a termination action under Paragraphs above, VENDOR shall: i. Promptly discontinue all affected work (unless the notice directs otherwise), ii. Deliver or otherwise make available to CITY OF FAYETTEVILLE all data, drawings, specifications, reports, estimates, summaries and such other information and materials as may have been accumulated by VENDOR in performing this Agreement, whether completed or in process. f. Upon termination under sections above CITY OF FAYETTEVILLE may take over the work and may award another party an agreement to complete the work under this Agreement. g. If, after termination for failure of VENDOR to fulfill contractual obligations, it is determined that VENDOR had not failed to fulfill contractual obligations, the termination shall be deemed to have been for the convenience of CITY OF FAYETTEVILLE. In such event, adjustments of the agreement price shall be made as provided in this agreement. 26. Delays a. In the event the services of Legacy are suspended or delayed by CITY OF FAYETTEVILLE, or by other events beyond VENDOR's reasonable control, VENDOR shall be entitled to additional compensation and time for reasonable documented costs incurred by VENDOR in temporarily closing down or delaying the Project. b. In the event the services are suspended or delayed by VENDOR, CITY shall be entitled to compensation and time for reasonable costs incurred in temporarily closing down or delaying the Project. 27. Rights and Benefits CONTRACT: CONTRACT. CONTRACT: Bid 21-73 City Hall Improvements Page 17 of 21 a. Legacy's services shall be performed solely for the benefit of CITY OF FAYETTEVILLE and not for the benefit of any other persons or entities. 28. Dispute Resolution a. Scope of Paragraph: The procedures of this Paragraph shall apply to any and all disputes between CITY OF FAYETTEVILLE and VENDOR which arise from, or in any wav 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 FA.YE FEVILLE 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 fisted in this agreement within thirty (30) calendar days after occurrence of any incident, accident, or first observance of defect or damage. In both instances, the Notice shall specify the nature and amount of relief sought, the. reason relief should be granted, and the appropriate portions of this Agreement that authorize the relief requested. iii. Negotiation: Within seven (7) calendar days of receipt of the Notice, the Project Managers for CITY OF FAYETTEVILLE and VENDOR shall confer in an effort to resolve the dispute. If the dispute cannot be resolved at that level, then, upon written request of either side, the matter shall be referred to the President of VENDOR, and the Mayor of CITY OF FAYETTEVILLE or his or her designee. These officers shall meet at the Project Site or such other location as is agreed upon within 30 calendar days of the written request to resolve the dispute. 29. Sufficient Funds: The CITY represents to have sufficient funds or the means of obtaining funds to remit payment to Legacy for services rendered by Legacy. All parties agree if funding should become insufficient to complete the project, VENDOR shall be notified in a timely manner. 30. Publications: a. Recognizing the importance of professional services on the part of VENDOR's employees and the importance of VENDOR's pub{ic relations, VENDOR may prepare publications, such as technical papers, articles for periodicals, promotional materials, .and press releases, in electronic or other format, pertaining to VENDOR's services for the Project. Such publications will be provided to CITY OF FAYFrTEVILLE in draft form for CITY OF FAYETrEVILLE'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 unreasanabiy withheld approval. Approved materials may be used in a variety of situations and do not require additional review or approval for each use. The cost of VENDOR's activities pertaining to any such publication shall be for VENDOR's account. 31. Indemnification: CONTRACT- CONTRACT: CONTRACT: Bid 21-73 City Hall tmproVcMCOLs Page 18 of 21 a. The CITY requires the VENDOR to indemnify, defend and hold harmless the CITY OF FAYETTEVILLE for any loss caused by negligenc3 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, soecifi.cations and other hard copy or electronic media prepared by Vendor as part of the Services shall become the property of CITY OF AYETTEViLLE 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 overtime, in the event of a conflict between the sealed original drawings/hard copies and the electronic files, the sealed drawings/hard copies will govern. 33. Additional Responsibilities of VENDOR: a. Review, approval, or acceptance of design drawings, specifications, reports and other services furnished hereunder by CITY shall not in any way relieve Vendor of responsibility for the technical adequacy of the work. Review, approval or acceptance of, or payment for any of the services by CITY shall not be construed as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. b. Vendor shall be and shall remain liable, in accordance with applicable law, for all damages to CITY OF FAYETTEVILLE caused by Vendor's negligent performance, except beyond the Vendor's normal standard of care, of any of the services furnished under this Agreement, and except for errors, omissions or other deficiencies to the extent attributable to CITY OF FAYETTEVILLE or CITY OF FAYETTEVILLE-furnished data. c. Vendor's obligations under this clause are in addition to Vendor's other express or implied assurances under this Agreement or State law and in no way diminish any other rights that CITY OF FAYETTEVILLE may have against VENDOR for faulty materials, equipment, or work. 34. Audit and Access to Records: 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. 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 cagy of the cost summary submitted. CITY OF FAYETTEVILLE, the State or any of their authorized representatives shall have access to all such books, records, documents .and other evidence for the purpose of inspection, audit and copying during normal business hours. VENDOR will provide proper facilities for such access and inspection. CONTRACT. CONTRACT: CONTRACT: Bid 21-73 City Hall Improvements Page 19 of 21 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: Negotiated prime agreements ii. Negotiated change orders or agreement amendments affecting the price of any formally advertised, competitively awarded, fixed price agreement iii. Agreements or purchase orders under any agreement other than a formally advertised, competitively awarded, fixed price agreement. However, this right of access does not apply to a prime agreement, lower tier sub agreement or purchase order awarded after effective price competition, except: 1. With respect to record pertaining directly to sub agreement performance, excluding any financial records of VENDOR; 2. If there is any indication that fraud, collusion, gross abuse or corrupt practices may be involved; 3. If the sub agreement is terminated for default or for convenience. 35. Covenant Against Contingent Fees: a. VENDOR warrants that no person or selling agency has been employed or retained to solicit or secure this Agreement upon an agreement of understanding for a commission, percentage, brokerage or continent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by VENDOR for the purpose of securing business. For breach or violation of this warranty, CITY OF FAYETTEVILLE shall have the right to annul this Agreement without liability or at its discretion, to deduct from the contract price or consideration, or otherwise recover, the full amount of such commission, percentage, brokerage, or contingent fee. 36. Gratuities: a. If CITY OF FAYETTEVILLE finds after a notice and hearing that VENDOR or any of VENDOR agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee or agent of CITY OF FAYETTEVILLE or related third party contractor associated with this project, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, CITY OF FAYETTEVILLE may, by written notice to VENDOR terminate this Agreement. CITY OF FAYETTEVILLE may also pursue other rights and remedies that the law or this Agreement provides. however, the existence of the facts on which CITY OF FAYETTEVILLE bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. b. The CfTY may pursue the same remedies against VENDOR as it could pursue in the event of a breach of the Agreement by VENDOR. As a penalty, in addition to any other damages to which it may be entitled by law, CITY OF FAYETTEVILLE may pursue exemplary damages in an amount, as determined by CITY, which shall be not less than .three nor more than ten times the costs VENDOR incurs in providing any such gratuities to any such officer or employee. 37. Clarification and Understanding of all parties: CONTRACT: CONTRACT: CONTRACT: bid 21-73 city Hall improvements Page 20 of 21 i 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 ,rot;ers and applicable state laws. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and LEGACY CONSTRUCTION MANAGEMENT, INC_ through its authorized officer have made and executed this Agreement as of the day and year first above writtenn CITY OF FAY 9161LLE, ARKANSAS ' LEGACY CONSTRUCTION MANAGEMENT INC. r � I By. Sv: Lionel !o an, M r 5Ceve Collier, President ATTEST: I' i •:`'�'�� By; Kara Paxton, City Clerk r dell Date Signed: py�5ined .2 a,202 ]TRACT. Bid 21-73 City H City of Fayetteville, Arkansas - Budget Adjustment Form (Legistar) Budget Year Division Adjustment Number /Org2 FACILITIES MANAGEMENT (140) 2022 Requestor: Wade Abernathy BUDGET ADJUSTMENT DESCRIPTION / JUSTIFICATION: A RESOLUTION TO APPROVE BID 21-73 CONSTRUCTION CONTRACT WITH LEGACY CONSTRUCTION MANAGEMENT, INC. IN THE AMOUNT OF $668,237.00 FOR CITY HALL IMPROVEMENTS COUNCIL DATE: 2/1 /2022 LEGISTAR FILE ID#: 2022-0035 Hovy 3lack� 1/14/2022 12:20 PM Budget Director Date D - (City Council) TYPE: JOURNAL #: 2/1/2022 GLDATE: RESOLUTION/ORDINANCE CHKD/POSTED: TOTAL 100,000 100,000 v.20220113 Increase / (Decrease) Proiect.Sub# Account Number Expense Revenue Project Sub.Detl AT Account Name 4470.140.8900-5400.00 100,000 - 02046 1 EX Building & Grounds - Maintenance 4470.001.9470-4999.99 - 100,000 RE Use Fund Balance - Current H:\Budget Adjustments\2022_Budget\CITY COUNCIL\02-01-22\2022-0035 BA City Hall improvements Legacy contract.xlsm 1 of 1 RENOVATIONS FOR: FAYETTEVILLE CITY HALL PHASE II 113 W MOUNTAIN ST I FAYETTEVILLE, ARKANSAS 72701 PERMITS & APPLICABLE CODES All construction and methods will meet standard acceptable practice and comply to all applicable ordinances and restrictions adopted by the City of Fayetteville, Arkansas, and the Arkansas State Fire Prevention Code. GENERAL NOTES 1. Contractor shall verify all dimensions and conditions prior at the job site prior to commencing construction. Discrepancies shall be brought to the attention of the architect before proceeding with the work. 2. Contractor shall obtain the latest set of drawings, including any revisions, before starting construction. 3. No changes or substitutions shall be made without prior written approval of the architect. 4. All construction shall meet the requirements of local ordinances, the International Building Code & the International Residential Code, current editions. 5. All dimensions must be verified in the field. Any major discrepancies or discrepancies precipitating a material change of the intended design must be brought to the attention of the architect immediately. 6. Written dimensions take precedence over scaled dimensions. Do not scale reproductions as it may not accurately reflect the published scale of the drawings. 7. This project has been drawn using Autodesk Revit 2020. Precise measurements, not included in the published set, may be obtained by contacting the architect. 8. The architect, on behalf of the owner, reserves the right to reject any work that is defective or of poor workmanship or work that deviates from the specifications of these documents. 9. Drawings are to be issued to subcontractors in complete sets so that all architectural details affect their work is included. 10. The architect reserves the right to check and approve all shop drawings and does not accept any responsibility for the interpretation of these plans by others. 11. Shop drawings of all specialty items including, but not limited to, cabinetry, steelwork, etc. shall be submitted to the architect for approval prior to fabricating these items. 12. All sections and details shall be considered typical and apply for the same and similar situations throughout the building, unless otherwise noted. 13. Should the contractor or subcontractor require details not provided in these documents, the architect should be contacted immediately. The architect will provide clarification in written or graphic form as necessary. "I HEREBY CERTIFY THAT THESE PLANS AND SPECIFICATIONS HAVE BEEN PREPARED BY ME, OR UNDER MY SUPERVISION. I FURTHER CERTIFY THAT TO THE BEST OF MY KNOWLEDGE THESE PLANS AND SPECIFICATIONS ARE AS REQUIRED BY LAW AND IN COMPLIANCE WITH THE ARKANSAS FIRE PREVENTION CODE FOR THE STATE OF ARKANSAS 2012 EDITION." TIM MADDOX of nl ml ` � ! S. CHURCH AVENUE {�40 � w or } � y _ w LU * is iy w PROJECT SITE VICINITY MAP NOT TO SCALE *71111MIC'14111r: *.- N WE, -- - r up CODE INFORMATION CITY OF FAYETTEVILLE, ARKANSAS CODES: 2012 ARKANSAS FIRE PREVENTION CODE 2010 ARKANSAS MECHANICAL CODE 2006 ARKANSAS PLUMBING CODE 2006 ARKANSAS FUEL GAS CODE 2017 NATIONAL ELECTRIC CODE 2011 ARKANSAS ENERGY CODE (2009 IECC) 2009 ANSI (ACCESSIBILITY CODE) A117.1 OCCUPANCY CLASSIFICATION: B, BUSINESS (CIVIC ADMINISTRATION) TYPE OF CONSTRUCTION: TYPE III-B (SPRINKLED) ALLOWABLE HEIGHT & BUILDING AREA (TABLE 503): ALLOWABLE HEIGHT 4 STORY, 75'-0" ACTUAL HEIGHT 4 STORY, 70'-0"± ALLOWABLE AREA 19,000 SF (PER FLOOR) ACTUAL AREA 32,143 SF (TOTAL) FIRE RESISTANCE RATING FOR BUILDING ELEMENTS (TABLE 601): REQUIRED STRUCTURAL FRAME 0 BEARING WALLS (EXTERIOR) 2 BEARING WALLS (INTERIOR) 0 NON BEARING WALLS 0 FLOOR CONSTRUCTION 0 ROOF CONSTRUCTION 0 MEANS OF EGRESS: MAXIMUM TRAVEL DISTANCE TO EXIT 300 FEET (TABLE 1016.2) MAXIMUM DEAD END CORRIDOR LENGTH 50 FEET (SECTION 1018.4) MINIMUM CORRIDOR WIDTH 44 INCHES (SECTION 1018.2) MINIMUM CLEAR OPENING OF EXIT DOORS 32 INCHES (SECTION 1008.1.1) OCCUPANT LOAD: ASSEMBLY 1,419 SF/ 15 NET = 95 (94.6) BUSINESS AREAS 30,724 SF/ 100 GROSS = 308 (307.24) TOTAL OCCUPANT LOAD 402 EXIT WIDTH (TABLE 1005.1): REQUIRED PROVIDED 0.2 INCHES x 402 OCCUPANTS = 80.4 INCHES 114 INCHES SHEET INDEX GENERAL 1.0 COVER SHEET CIVIL: c1.01 DEMO & SIP PLAN ARCHITECTURAL: a1.1 DEMOLITION PLANS a1.2 DEMOLITION ELEVATIONS a1.3 KEY PLANS a1.4 DIMENSION PLANS a1.5 REFLECTED CEILING PLANS a2.1 EXTERIOR ELEVATIONS & DETAILS a2.2 WALL PANEL ELEVATIONS a3.1 BUILDING/WALL SECTION & DETAILS a4.1 FRONT ENTRY WALL SECTIONS & DETAILS a4.2 STAIR SECTIONS & DETAILS a6.1 DOOR & WINDOW SCHEDULES a6.2 ISOMETRIC VIEW MATERIAL LEGEND FACEBRICK ® MASONRY BLOCK PLYWOOD ® WOOD (FINISH OR STUD WALL) ® WOOD (BLOCKING) ® INSULATION (BATT) ® INSULATION (RIGID) 0 GYP. BOARD OR PLASTER METAL METAL STUDS CONCRETE 0 SYMBOL LEGEND �\is M SECTION 1 SIM A101 SHEET A101 SHEET WALL ELEVATION DETAIL # CL-) DOOR TAG 0 WINDOW TAG O WALL TAG Q GENERAL NOTE io FIXTURE TAG LEVEL CHANGE N NORTH ARROW 9:� Timodiv W. Maddox � Liccnsc Nt mbcr 3967 ,I L OF AIV- ... UJ N a LL � C c c U r U-11 r c � r u Q u 'u F H u u u u I LE u C 100 om 000 old om Io 11 11 I 11 11 11 11 ai 11 of BID SET 10/05/2021 48618 SAWCUT EX CONC. w 1 I' c m If I I U w� AC SAWCUT AROUND EX. GENERATOR. EX. PAVING UNDER o GENERATOR TO REMAIN. 16 c� o Z c J " U I .: o I o oMCIO I w k I SAWCUT EX. I CONC. I o 1 C, 1 m I o I z 1 0 U I w CIC WOM 1 � Q / I GRADING NOTES/ OPERATIONS AND MAINTENANCE PLAN: 1) ALL GRADES ARE AS INDICATED BY CONTOURS. 2) CUTS AND FILLS ARE AS INDICATED BY FINISHED CONTOURS AND SPOT ELEVATIONS. SLOPES SHALL NOT EXCEED 3:1 UNLESS ADDITIONAL SLOPE TREATMENT IS PROPOSED AND APPROVED BY THE PROJECT ENGINEER AND THE CITY OF FAYETTEVILLE ENGINEERING DEPARTMENT. 3) GRADING WILL BE LIMITED TO THE EXTENTS OF THE PROPOSED CONTOURS. 4) RE -VEGETATION SHALL BE REQUIRED TO MEET THE FOLLOWING PERFORMANCE STANDARD (SEDIMENT CONTROLS SHALL REMAIN IN PLACE UNTIL RE -VEGETATION IS ESTABLISHED) UNLESS OTHERWISE ALLOWED BY THE CITY ENGINEER (CITY OF FAYETTEVILLE UDC 169.06): 5) ALL FINISHED SLOPES ARE AS SHOWN BY THE FINISHED CONTOURS. 6) ALL EROSION CONTROL MEASURES SHALL BE IN PLACE PRIOR TO PRIMARY GRADING. / 7) CONTRACTOR SHALL MODIFY EROSION CONTROL MEASURES AS NECESSARY TO ELIMINATE SEDIMENTATION FROM LEAVING THE SITE. 8) THERE ARE NO KNOWN EROSION PROBLEMS ON THIS SITE OR THE PROPERTY DOWNSTREAM. 9) EROSION CONTROL MEASURES AS OUTLINED BY THIS PLAN SHALL BE IN PLACE AND INSPECTED BY THE CITY / OF FAYETTEVILLE PRIOR TO ANY CONSTRUCTION. 10) ALL AREAS WHICH RECEIVE CONCENTRATED RUNOFF SHALL BE STABILIZED WITH STONE CHECK DAMS 11) ALL IMPORTED FILL SHALL BE FREE OF ROCKS GREATER THAN 8 INCHES IN DIAMETER AND ANY DETRIMENTAL ORGANIC MATERIAL OR REFUSE DEBRIS. 12) FILL SHALL NOT BE PLACED ON EXISTING SLOPES WITH A GRADE STEEPER THAN 15% UNLESS KEYED INTO STEPS IN THE EXISTING GRADE AND THOROUGHLY STABILIZED BY MECHANICAL COMPACTION. 13) ALL GRADED AND OTHERWISE DISTURBED AREAS SHALL BE STABILIZED WITHIN 15 DAYS IMMEDIATELY AFTER GRADING OR DISTURBANCE HAS CEASED. 14) TOP SOIL OR OTHER SOIL IS TO BE STOCKPILED FOR MORE THAN 30 DAYS, A TEMPORARY COVER OF ANNUAL RYE OR OTHER SUITABLE GRASS SHALL BE PLANTED. 15) PERMANENT IMPROVEMENTS SUCH AS STREETS, STORM SEWERS, CURB AND GUTTERS, AND OTHER FEATURES FOR CONTROL OF RUNOFF SHALL BE SCHEDULED COINCIDENTAL TO REMOVING VEGETATIVE COVER FROM THE AREA SO THAT LARGE AREAS ARE OT LEFT EXPOSED BEYOND THE CAPACITY OF TEMPORARY CONTROL MEASURES. 16) PERMANENT EROSION CONTROL. THE DEVELOPER SHALL INCORPORATE PERMANENT EROSION CONTROL FEATURES AT THE EARLIEST PRACTICAL TIME. TEMPORARY EROSION CONTROL MEASURES WILL BE USED TO CORRECT CONDITIONS THAT DEVELOP DURING CONSTRUCTION THAT WERE UNFORESEEN DURING THE DESIGN STAGE THAT ARE NEEDED PRIOR TO INSTALLATION OF PERMANENT EROSION CONTROL FEATURES, OR THAT ARE NEEDED TEMPORARILY TO CONTROL EROSION THAT DEVELOPS DURING NORMAL CONSTRUCTION PROJECTS, BUT ARE NOT ASSOCIATED WITH PERMANENT CONTROL FEATURES ON THE PROJECT. 17) TOP SOIL OR OTHER SOIL IS TO BE STOCKPILED FOR MORE THAN 30 DAYS, A TEMPORARY COVER OF ANNUAL RYE OR OTHER SUITABLE GRASS SHALL BE PLANTED. 18) CONSTRUCTION EXITS. A STABILIZED ROCK EXIT IS REQUIRED ON CONSTRUCTION SITES. ROCK EXITS MUST BE AT LEAST 20' WIDE BY 50' LONG BY 6" THICK STABILIZED ROCK HAVING A MINIMUM AVERAGE DIAMETER OF 3". IF THERE IS AN EXISTING CURB LOOSE MATERIAL SUCH AS FILL DIRT OR GRAVEL SHALL NOT BE USED TO RAMP UP TO IT FROM THE STREET. TEMPORARY WOODEN RAMPS IN FRONT OF CURBS ARE ACCEPTABLE. 19) FRANCHISE AND PRIVATE UTILITIES. THE PROPERTY OWNER OR MAIN CONTRACTOR ONSITE WILL BE RESPONSIBLE FOR RESTORING ALL EROSION AND SEDIMENT CONTROL SYSTEMS AND PUBLIC INFRASTRUCTURE DAMAGED OR DISTURBED BY UNDERGROUND PRIVATE OR FRANCHISE UTILITY CONSTRUCTION SUCH AS WATER AND SEWER SERVICE LEADS, TELEPHONE, GAS, CABLE, ETC. EROSION AND SEDIMENT CONTROL SYSTEMS MUST BE IMMEDIATELY RESTORED AFTER EACH UTILITY CONSTRUCTION. 20) ALL GRADING SHALL BE SET BACK A MINIMUM OF 5' FROM THE PROPERTY LINES UNLESS WRITTEN EROSION CONTROL 1) PRIOR TO ANY CLEARING TO INSTALL EROSION CONTROL STRUCTURES, TREE PRESERVATION FENCING MUST BE INSTALLED BY THE CONTRACTOR AND INSPECTED BY THE URBAN FORESTER (444-3469). 2) ALL PROJECTS IN THE CITY OF FAYETTEVILLE MUST IMPLEMENT AND FOLLOW THE GUIDELINES OF SECTION 8.2: EROSION, RUNOFF, AND SEDIMENT CONTROLS FOR CONSTRUCTION SITES, CONTAINED WITHIN THE CITY'S DRAINAGE CRITERIA MANUAL. 3) REVEGETATION OF DISTURBED AREAS SHALL BE PERFORMED AS SOON AFTER THE COMPLETION OF CONSTRUCTION ACTIVITIES AS IS PRACTICABLE. THE AREA OF DISTURBANCE AT ANY ONE TIME SHALL BE LIMITED TO 20 ACRES. NO ADDITIONAL AREA MAY BE OPEN WITHOUT THE PERMISSION OF THE CITY ENGINEER UNTIL THE PREVIOUSLY DISTURBED AREAS HAVE BEEN TEMPORARILY OR PERMANENTLY STABILIZED. 4) REVEGETATION SHALL BE REQUIRED TO MEET THE FOLLOWING PERFORMANCE STANDARDS PRIOR TO ISSUANCE OF THE FINAL PLAT OR CERTIFICATE OF OCCUPANCY: 1. TOPSOIL: A MINIMUM OF 4 INCHES OF TOPSOIL SHALL BE REQUIRED IN AREAS TO BE REVEGETATED. ANY APPLICATION OF TOPSOIL AND SEEDING UNDER THE DRIP LINE OF A TREE SHOULD BE MINIMIZED TO 3 INCHES SO AS NOT TO DAMAGE THE ROOT SYSTEM OF THE TREE. 2. ZERO TO 10% GRADE: REVEGETATION SHALL BE A MINIMUM OF SEEDING AND MULCHING. SAID SEEDING SHALL PROVIDE COMPLETE AND UNIFORM COVERAGE THAT MINIMIZES EROSION AND RUNOFF IN NO MORE THAN TWO GROWING SEASONS. 3. 10:1 UP TO 4:1 GRADE: REVEGETATION SHALL BE A MINIMUM OF HYDROSEEDING WITH MULCH AND FERTILIZER, OR STAKED SOD, OR GROUNDCOVER. SAID PLANTING SHALL PROVIDE COMPLETE AND UNIFORM COVERAGE THAT MINIMIZES EROSION AND RUNOFF IN NO MORE THAN TWO GROWING SEASONS. 4. 4:1 TO 3:1 GRADE: THE SLOPE SHALL BE COVERED WITH LANDSCAPE FABRIC AND HYDRO -SEEDED WITH MULCH AND FERTILIZER OR STAKED SOD GROUNDCOVER. SAID PLANTING SHALL PROVIDE COMPLETE AND UNIFORM COVERAGE IN NO MORE THAN TWO GROWING SEASONS. 5. STEEPER THAN 3:1 GRADE: THE SLOPE SHALL BE STABILIZED WITH ONE OR MORE OF THE FOLLOWING: a. RETAINING WALLS, b. CRIBBING WITH LANDSCAPING FABRIC, c. TERRACING WITH GROUNDCOVER, d. RIPRAP, e. STAKED SOD (UP TO 2:1 SLOPE), OR f. IF CRIBBING, TERRACING, OR RIP RAP ARE USED, THE SLOPE STABILITY AND ERODIBILITY CHARACTERISTICS MUST BE EQUIVALENT TO OR BETTER THAN ITS PREDEVELOPMENT STATE. SITE AREA CALCULATIONS: TOTAL IMPACTED AREA: 0.089 AC / 3,880 S.F. PREDEVELOPMENT: -IMPERVIOUS PAVEMENT: 0.081 AC / 3,525 S.F. (90.85%) -PERVIOUS: 0.008 AC / 355 S.F. (9.15%) POSTDEVELOPMENT: -IMPERVIOUS PAVEMENT: 0.081 AC / 3,525 S.F. (90.85%) -PERVIOUS: 0.008 AC / 355 S.F. (9.15%) CONTRACTOR TO CONTACT CITY TO OPERATE EXISTING SHUT-OFF VALVES. ENSURE NO EX. SERVICES ARE AFFECTED WHILE MAINS ARE TURNED OFF UNTIL THE NEW MAINS ARE INSTALLED, TESTED, AND ACCEPTED. EX SSS & EX WM TO BE FIELD VERIFIED BY CONTRACTOR, METERS AND SERVICES NOT PRESENT OR IN THE CORRECT LOCATIONS, NEED TO BE INSTALLED BY THE CITY AT THE COST OF THE OWNER. EX METER SETS TO BE ADJUSTED TO FINAL GRADE. CONTRACTOR SHALL DIRECT THE FINAL GRADE OF METER & METER BOXES INSTALLED BY CITY, TO FOLLOW DETAIL. PERMISSION IS SUBMITTED FROM THE ADJACENT PROPERTY OWNER OR A JOINT GRADING PLAN IS DEMOLITION NOTES: SUBMITTED. 21) ALL IMPORTED FILL SHALL BE FREE OF ROCKS GREATER THAT 12" IN DIAMETER AND ANY DETRIMENTAL 1) DEMOLITION SHALL NOT BEGIN UNTIL THE APPROPRIATE EROSION CONTROL MEASURES HAVE ORGANIC MATERIAL OR REFUSE DEBRIS. BEEN INSTALLED. 22) PER ORDINANCE: ANY RETAINING WALL MORE THAN FOUR FEET IN HEIGHT SHALL BE DESIGNED BY A A. CONTRACTOR TO COORDINATE WITH JAYCE BRANSON (684-4723) FOR ANY EXISTING WATER REGISTERED PROFESSIONAL ENGINEER, AND SHALL BE FIELD INSPECTED BY THE DESIGN ENGINEER. THE METER ISSUES. DESIGN ENGINEER SHALL PROVIDE PROOF OF INSPECTION AND CERTIFY THAT THE WALL WAS CONSTRUCTED 2) CONTRACTOR TO SPECIFY THE DESTINATION OF EXCAVATION MATERIALS TO BE REMOVED FROM IN CONFORMANCE WITH THE DESIGN. THE SITE. IT IS ILLEGAL TO DISPOSE OF EXCAVATED MATERIAL WITHIN THE CITY LIMITS WITHOUT 23) SEE CHAPTER 169 OF THE UNIFIED DEVELOPMENT CODE. SETBACKS FOR "CUT" RETAINING WALLS MUST AN OPEN GRADING PERMIT FOR THE DISPOSAL SITE. IF WITHIN THE CITY LIMITS, PROVIDE A COMPLY WITH THE ILLUSTRATIONS IN THIS CHAPTER. PERMIT NUMBER OF THE RECEIVING SITE. 24) LIMITS OF CONSTRUCTION SHOULD BE SHOWN ON THIS PLAN FOR THE WALL & GEOGRID. 3) CONTRACTOR TO FOLLOW ALL FEDERAL, STATE, AND LOCAL CODES FOR DEMOLITION AND 25) LIMITS OF CONSTRUCTION MUST BE SETBACK 5FT FROM EDGE OF EXISTING EASEMENT. ALTERNATIVELY, DISPOSAL OF WASTE. PROVIDE WRITTEN PERMISSION FROM ALL INTERESTED UTILITY PARITIES THAT THEY UNDERSTAND THE LIMITS 4) CONTRACTOR TO ENSURE THAT ADJACENT PROPERTY IS NOT DAMAGED. OF GEOGRID AND DISTURBANCE FOR THIS WALL IN THE EASEMENT. 5) CONTRACTOR TO COORDINATE WITH ALL UTILITY COMPANIES INVOLVED IN PROJECT, REGARDING 26) SAFETY RAILINGS ARE REQUIRED ON ANY RETAINING WALL 30" OR GREATER IN HEIGHT. THE SAFETY RAILING RELOCATION, REMOVAL, AND/OR DISCONNECTION. SHALL BE BUILT IN TO THE MORE STRINGENT REQUIREMENTS OF THE SBCC OR AASHTO. 6) UTILITIES, UNFORESEEN OR INDETERMINABLE OBSTACLES, SHOWN ON THESE PLANS MAY OR MAY NOT REPRESENT ALL UTILITIES OR OBSTACLES ACTUALLY PRESENT; CONTRACTOR TO CONTACT'ONE CALL' AND VERIFY UTILITIES, ANY UTILITIES OR OBSTACLES ENCOUNTERED DURING THIS PROJECT THAT HAVE NOT BEEN SHOWN SHALL BE ADDRESSED ACCORDINGLY. PLANS REPRESENT A DEPICTION OF BEST INFORMATION AVAILABLE AND JORGENSEN & ASSOCIATES IS NOT RESPONSIBLE FOR DEVIATIONS FROM PLANS. 7) CONTRACTOR TO PROTECT PUBLIC AT ALL TIMES WITH ANY NECESSARY PROTECTION MEASURES. I TAIRS TO BE REMOVED I SALVAGE BIKE RACK DURING ' EMO. REINSTALL WHEN CONSTRUCTION IS COMPLETE. REMOVE EX. AGGREGATE TAIRS TO BE REMOVED s�Sol DS CONCRETE TO ENTRY WAY EX. WATER VALVE REMOVE EX. AGGREGATE I r I - E AIN CONCRETE. I WL-EX c ------ I L, :REMOVE EX. wL-EX DS --�- -- I of AGGREGATE - L-E DSO -__1__{' --- ;',;'I GM ° W SAWCUT EX. I t- CONCRETE. REMOVE BRICK WALL X r' -- EX. PLASTIC z AND AGG. CONC WV CONCI r - r ER I , .. r CO STORMWATER DIVERT ER / '-�__-----__ ' ' O a C :. '• I EX. WATER METER TO REjoj)VE;; u C�, A REMOVE BRICK WALL. REMAIN \ HC• ST IRS �rAND AGG. CON j SALVAGE SIGN DURING DEMO. rD \ \LANDSCAPED AREA�y RETURN TO CITY OF FAYETTEVILLE. q.: :•....... AKlr% ��� �J ..., ' .. CONCRETE ' ,\...: -- '�LSTAIRS TO BE REMOVED DEMO PLAN RIGID PAVEMENT DESIGN: RIGID PAVEMENT CLASS SAE CONCRETE CLASS 7 BASE APPLICATION SECTION ALTERNATIVE: LIGHT -DUTY 5.5" 4.0" PARKING specification section 501 * section 303* AREAS MEDIUM DUTY 7" 4.0" DELIVERY/DRIVE specification section 501 * section 303* LANES HEAVY DUTY 8" 4.0" DUMPSTER PAD specification section 501 * section 303* AREA/ENTRANCE DRIVES rN THE CONCRETE SHALL HAVE A MINIMUM COMPRESSIVE STRENGTH OF 4,000 PSI, AND HAVE AIR \ ENTRAINMENT IN THE RANGE OF 4 TO 8%. STANDARD SPECIFICATION FOR HIGHWAY CONSTRUCTION, ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT, EDITION OF 2014 9' DEWALKJ Contact the City of Fayetteville ADA Administrator and request an inspection prior to: a. Pouring any sidewalk, trail, or driveway in the right-of-way or public easements. b. Placing any pavement for ADA Accessible parking/loading areas. c. Pouring any sidewalk that is a connection from ADA Accessible parking areas to the structure. J I � r_ cc z CD %V %V %M ACO KLASSIKDRAIN - K100 W/ TYPE 41 OD GALVANIZED PERFORATED STEEL GRATE. (OR CITY APPROVED EQUIV.) 99.81 FIFE @ DOOR7 GAS DS GAS ❑ WL-EX .Op GAS I ° WL-EX 99.7 G� 28TS 99.74E 11BS WL-EX ).11 TS 99. {.53BS 99.11 B WV 99.11 TS BICYCLE RACK NOTES: 1. EACH BICYCLE SPACE REQUIRES T-0" BY 8'-0" OF CLEAR SPACE BESIDE THE RACK. THE T-O" DIMENSION MAY OVERLAP ANOTHER BICYCLE SPACE SUCH THAT PARALLEL RACKS MAY BE TON CENTER. 2. BICYCLE RACKS MUST HAVE 6'-0" CLEARANCE FROM EDGE OF FIRE HYDRANTS. 3. BICYCLE RACKS MUST HAVE 4'-0" CLEARANCE FROM EXISTING STREET FURNITURE, INCLUDING MAILBOXES AND LIGHT POLES. 4. BICYCLE RACK REQUIRED IF ADDING 25 OR MORE PARKING SPACES. 1 1/2" I.D. SCHEDULE 40 PIPE OR BETTER V-6" MIN. 9" LONG, 7/16"0 T MIN. STEEL CROSS BAR, WELDED THRU HOL �- 9 ^ j 12" MIN. DRILL PIPE 3" "' ABOVE BASE BICYCLE RACK DETAIL N.T.S. 2 - #4 CONT. �o c 111M °d D T-6" MAX. ° #5 VERT. AT 16" O.C. END ALT. BARS AT MID -HT. ° OF WALL 1 1/2" CLR. D #4 HORIZ. 5.5" CONC. PAVEMENT AT 18" O.C. D ° N W E S FIN. GRADE BACKFILL 4" CLASS 7 BASE 95%PROCTOR :; 6 ° PERF. DRAIN D'f 3 - #4 CONT. #5 AT 16" O.C. LAP 28" WITH WALL VERTS. 1' i99. 97. 5BS\ 97.9 TS 9.60TW 97.IbBS 98.53TS 97.37 \ 97.95BS 6.79 97.95TS 99.60TC \ 97.37BS 99.1 OBC \ 96.79BS C!3 HANDICAP PARKING SIGN J 1 \ I \ I 9mo ... n 19 99.60 W a 98.95 W a a \ 98.89E 11 8' \99 9 d - ° PARKING STRIPE PAINT SHALL BE A READY MIXED WHITE AND YELLOW PAINT SUITABLE FOR APPLICATION ON CONCRETE AND BITUMINOUS PAVEMENTS AND ° ° / SHALL BE 4" IN WIDTH. ALL PAINTS USED FOR THIS APPLICATION SHALL BE iTP ° LISTED ON THE AHTD QUALIFIED PRODUCTS LIST (QPL). STRIPING SHALL MEET ATCH 6.24TP \ " CITY OF FAYETTEVILLE STANDARD SPECIFICATIONS FOR PAVEMENT MARKINGS. '° °: a ° ° 7,05TP ALL PUBLIC AREAS REQUIRE THERMOPLASTIC. °. ° ATCH ° \ EX. CONC. a ; � �,TCfI ° \ _SAWCUT & ASPHALT ° a Clarification of Requirements a a. , ° :. a' e ° a . d ATCH -�- Water, Sewer, Streets, Drainage, and Inspections EX ASPHALT PAVINCA) Inspections and Testing Procedures: TO REMAIN 1. All field tests required for a project shall be witnessed by the city in the presence of the Engineer and Contractor, or their representative. 2. The City requires a 48-hour notice on all tests. Calls to the City for the purpose of setting test times should be made by 10:00 am for test on the following day. Tests delayed by weather or other factors will be rescheduled on the same basis. 3. It is the responsibility of the Engineer and Contractor to coordinate the scheduling of such tests with the City. 4. All equipment, materials, and labor required for testing shall be furnished by the Contractor at his expense. 5. Prior to final acceptance by the City, the project shall be subject to a joint final inspection by a designated representative of the City Engineer's Office, a representative of the Fayetteville Water and Sewer Maintenance Department, the Engineer of record for the project, and the Contractor. T-10" TYPICAL PLANTER WALL DETAIL DETAIL N.T.S. ACO KLASSIKDRAIN - K100 W/ TYPE 41 OD GALVANIZED PERFORATED STEEL GRATE. UST VALVE (OR CITY APPROVED EQUIV.) TO GRADE NEW UNDERGROUND 59FG GAS BY OTHERS. 16,41' K/ rA 00.95FG GM DS EX. PLASTIC 00 STORMWATER DIVERTER ADJUST METER VAULT TO FINISHED GRADE 'r, _ �x 9.79FG HAN ICAP), \RKIN SIGN 10 .51TC 100.51 0.51 BC m" r0p00--- '` 9.19FG ,5 9.13FG /A WL-EX /--97.90TP `-MATCH A?CH' a C 59FG ALL 6' PRIVACY FENCE WL-EX AT d ° ' d a ° d ° ATCH _ a a SITE IMPROVEMENT & GRADING PLAN 40' GRAPHIC SCALE ill =10' try (1) cn E 0 N M U O rV 0 D m n N CO Q� �rn V a� U) 0 v, ��U�� LLO Lu c ZCs N WWa � VI Z�' wu� 00 uJ O Q c U Aft., LEGEND X CALCULATED POINT • FOUND IRON PIN 0 SET IRON PIN & CAP CT)-:) POWER POLE 0 CENTERLINE MARKER s0 SEWER MANHOLE 0>� FIRE HYDRANT SL STREET LIGHT EXISTING 8" SEWER LINE PROPOSED 8" SEWER LINE EXISTING WATERLINE PROPOSED 8" WATER LINE CENTERLINE STREET ----------------------- BUILDING SETBACK ------------------ UTILITY EASEMENT NEW 5' SIDEWALK UTILITY CROSSING UTX EXISTING CONTOUR FINISHED CONTOUR PROJECT DETAILS ■■ O 0 J Q J J V J ..J O J UJ W � 0 O� ai= ai REVISIONS DATE: 10-04-21 DRAWN BY: JSI PROJECT # 2019057 FILE PATH: Z:LOTS\PRKG LOT SHEET SIZE: 22" x 34" SCALE: 1" = 10' OF AUT�o�r ti JORGENSEN !>~ & - ASSOCIATES Z N.A No. 722 w4 S-EI`1Gl�y�v SS pT E OF AR AK�NSASL REGISTERED PROFESSIONAL ENGINEER No.13842 S. I�� SHEET TITLE DEMO & SIP PLAN SHEET NUMBER C1.01 .z N O N g a r LEGEND gg EXISTING WALLS OBJECTS OBE DEMOLOISHED EXISTING WALLS AND/OR OBJECTS EXISITING AREA TO REMAIN OKEYNOTE SYMBOL GENERAL NOTES: DEMOLITION FLOOR PLANS DESCRIPTION 1 THE CONTRACTOR SHALL COORDINATE AND ARRANGE FOR THE DISCONNECTION OF ALL UTILITIES AND EQUIPMENT WITH THE OWNER AND UTILITY COMPANIES. THE CONTRACTOR SHALL CAP OFF ALL UNUSED UTILITIES. 2 THE CONTRACTOR SHALL VERIFY EXISTING CONDITIONS PRIOR TO BEGINNING OF DEMOLITION. ANY DISCREPANCIES TO BE BROUGHT TO THE ATTENTION OF THE ARCHITECT IMMEDIATELY. 3 THE CONTRACTOR SHALL ALLOW NO DEBRIS TO ACCUMULATE ON THE SITE. 4 IT IS THE CONTRACTORS' RESPONSIBILITY TO PROPERLY DISPOSE OF ALL DEBRIS AND SALVAGE FROM THE SITE. 5 THE CONTRACTOR SHALL PROVIDE ALL TEMPORARY STRUCTURAL BRACING AS REQUIRED DURING DEMOLITION AND CONSTRUCTION 6 ANY PORTION OF THE PROJECT TO REMAIN WHICH IS DAMAGED AS A RESULT OF CONSTRUCTION DEMOLITION, SHALL BE REPAIRED OR REPLACED TO MATCH THE EXISTING CONDITION AT THE CONTRACTOR'S EXPENSE. 7 BUILDING TO REMAIN IN OPERATION DURING DEMOLITION AND INSTALLATION. CONTRACTOR TO SCHEDULE WORK WITH OWNER'S REPRESENTATIVE 8 CONTRACTOR TO COORDINATE WORK HOURS WITH OWNER'S REPRESENTATIVE. 9 CONTRACTOR TO COORDINATE ALL INSPECTIONS AND APPROVALS. 10 ALL SECURITY CAMERAS TO BE REMOVED AND REINSTALLED BY OWNER. EXTERIOR: 11 CONTRACTOR TO RESTORE ALL INSULATION, INTERIOR AND EXTERIOR TRIM, AND THE LIKE TO ORIGINAL CONDITION. MATCH EXISTING IF REPAIR WORK IS NEEDED. INTERIOR: 12 PATCH AND/OR PREPARE ALL SURFACES FOR FINAL FINISHES 13 EXISTING LOBBY AREA TO BE SEPARATED BY SECURED DUST PROOFING AND ACCESSIBLE AT ALL TIMES 14 ALL NEW INTERIOR FINISHES TO BE COMPLETED BY OWNER. CONTRACTOR RESPONSIBLE FOR ALL PATCHING FOR NEW FINISH. 15 CONTRACTOR TO COORDINATE ANY ITEMS TO BE REMOVED AND SALVAGED BY THE OWNER WITH OWNER'S REPRESENTATIVE. O KEYNOTES: DEMOLITION FLOOR PLANS MARK DESCRIPTION 1 REMOVE EXISTING STOREFRONT WINDOW & FRAME 2 REMOVE EXISTING EXTERIOR STUCCO 3 REMOVE EXISTING RAILING 4 REMOVE INTERIOR FINISHES AS NEEDED. PATCH AND PREP FOR NEW INTERIOR FINISHES 5 REMOVE EXISTING DOOR & FRAME 6 EXISTING WALL ABOVE TO REMAIN 7 REMOVE EXISTING FRAMED WALL 8 CLEAN EXTERIOR REAR FACADE AND PREP FOR NEW FINISH 9 REMOVE EXISTING WALL AROUND DOWNSPOUT 10 REMOVE EXISTING EXTERIOR LIGHTS. PREP FOR NEW FIXTURE, TBD 11 REMOVE EXISTING GUTTER AND DOWNSPOUTS 12 REMOVE EXISTING STAIR, RAILING, LANDING AND FRAMING 13 REMOVE EXISTING CANOPY ABOVE 14 EXISTING GAS METER TO REMAIN. GAS LINE TO BE RELOCATED BY G.C. 15 PATCH ENTRY FLOORING TO LEVEL. PREP FOR NEW FINISH 16 REMOVE EXISTING COLLECTION BOX & DEMO OPENING IN WALL FOR NEW OWNER PROVIDED, CONTRACTOR INSTALLED THRU-WALL PAYMENT DROP BOX 17 LEVEL AND PATCH EXISTING SURFACE UNDER AND AROUND STAIR 18 REUSE EXISTING ADA PUSH BUTTON WITH NEW DOOR 19 EXISTING DOOR TO REMAIN 20 EXISTING STAIR TO REMAIN 21 REMOVE AND RELOCATE BIKE RACK �f i r-r T n -r--- IIIIIIIII 7 [�IIIIIIII -L L11 Ii UP 10 10 5 201 IT CONFERENCE GROUND FLOOR DEMOLITION PLAN a1.1 J 1/8" = T-0" ABOVE 12 L O10 C 10 12 8 11 105 DIRECTOR N 1oa \\-- NO WORK THIS AREA. BUILDING TO FIRST FLOOR REMAIN IN OPERATION DURING EXIT NORMAL WORKING HOURS/DAYS HR OFFICE � s0 FIRST FLOOR DEMOLITION PLAN a1.1 / 1/8" = V-0" WORK Ch Yt, �, Tinx>thyV'. Maddox '� License Ni tuber 39fi7 ,I L OP :11ik�..;.. NW r I..L a s V V C C U r W r r c U `- N s Qc u 'u F F u L L u I Li < L am 000 opk% om 1 11 11 BID SET 10/05/2021 48618 .z N O N g a r LEGEND EXISTING WALLS AND/OR OBJECTS TO BE DEMOLISHED EXISTING BRICK EXISTING PRECAST BLOCKS OKEYNOTE SYMBOL GENERAL NOTES: DEMOLITION ELEVATIONS DESCRIPTION 1 THE CONTRACTOR SHALL COORDINATE AND ARRANGE FOR THE DISCONNECTION OF ALL UTILITIES AND EQUIPMENT WITH THE OWNER AND UTILITY COMPANIES. THE CONTRACTOR SHALL CAP OFF ALL UNUSED UTILITIES. 2 THE CONTRACTOR SHALL VERIFY EXISTING CONDITIONS PRIOR TO BEGINNING OF DEMOLITION. ANY DISCREPANCIES TO BE BROUGHT TO THE ATTENTION OF THE ARCHITECT IMMEDIATELY. 3 THE CONTRACTOR SHALL ALLOW NO DEBRIS TO ACCUMULATE ON THE SITE. 4 IT IS THE CONTRACTORS' RESPONSIBILITY TO PROPERLY DISPOSE OF ALL DEBRIS AND SALVAGE FROM THE SITE. 5 THE CONTRACTOR SHALL PROVIDE ALL TEMPORARY STRUCTURAL BRACING AS REQUIRED DURING DEMOLITION AND CONSTRUCTION 6 ANY PORTION OF THE PROJECT TO REMAIN WHICH IS DAMAGED AS A RESULT OF CONSTRUCTION DEMOLITION, SHALL BE REPAIRED OR REPLACED TO MATCH THE EXISTING CONDITION AT THE CONTRACTOR'S EXPENSE. 7 BUILDING TO REMAIN IN OPERATION DURING DEMOLITION AND INSTALLATION. CONTRACTOR TO SCHEDULE WORK WITH OWNER'S REPRESENTATIVE 8 CONTRACTOR TO COORDINATE WORK HOURS WITH OWNER'S REPRESENTATIVE. 9 CONTRACTOR TO COORDINATE ALL INSPECTIONS AND APPROVALS. 10 ALL SECURITY CAMERAS TO BE REMOVED AND REINSTALLED BY OWNER. EXTERIOR: 11 CONTRACTOR TO RESTORE ALL INSULATION, INTERIOR AND EXTERIOR TRIM, AND THE LIKE TO ORIGINAL CONDITION. MATCH EXISTING IF REPAIR WORK IS NEEDED. INTERIOR: 12 PATCH AND/OR PREPARE ALL SURFACES FOR FINAL FINISHES 13 EXISTING LOBBY AREA TO BE SEPARATED BY SECURED DUST PROOFING AND ACCESSIBLE AT ALL TIMES 14 ALL NEW INTERIOR TAPE, FLOAT, AND FINISH IN NEW AREAS TO BE COMPLETED BY OWNER. ION ELEVATIONS JDOW & FRAME 0 REMAIN I PREP FOR NEW FINISH OWNSPOUT PREP FOR NEW FIXTURE, TBD VNSPOUTS .ANDING AND FRAMING AS LINE TO BE RELOCATED LLS, TYP LEVEL FACADE SURFACE TO BE REMOVED AND REUSED TING PRECAST CORNICE. CLEAN. -CH DECKING WHERE NEEDED FOR NEW FINISH 2 SOUTH DEMOLITION ELEVATION 1 NORTH DEMOLITION ELEVATION a1.2 1/8" = 1'-0" a1.2 1/8" = V-0" "I "I 1 11 11 1 1 11 1 11 11 11 11 1 Ch Yt, =, Timothv W. Maddox 'n License Ni tuber 39fi7 ,I L OP :1Rk�..;.. LJL.I r V V C C r U W� r c r c ac < u u F F u L L e u I l 1 L s am 000 old om uj oum mr am J JRrom O omf a Z a oM — a VW J LiuJ J W J LLI~ oCV a LU O Z L cf) a Z o� O 0 UJ Z z Q O > O Z M W r LL 0 a102 BID SET 10/05/2021 48618 N O N g a r 16" 1 EXTEND TO D CEILING BY OWNER �� EXISTING C 5/8" GWB THIS SIDE, FINISH BY OWNER WALL BASE BY OWNER W1 TYPICAL WALL TYPE 3/4" = V-0" ECK 1 a3.1 1EILING EXTERIOR WALL PANEL SYSTEM 6" MTL. STUD @ 16" O.C. MAX. SOUND ATTENUATION INSULATION, TYPICAL METAL STUD TRACK; FASTEN @ TO" O.C. MAX. SEALANTANO BACKER ROD ,TYP. LEGEND OVERHANG ABOVE 1O STOREFRONT TAG O WALL TAG 101 DOOR TAG Q KEYNOTE TAG EXISTING WALL NEW WALL EXISITING AREA TO REMAIN GENERAL NOTES: KEY FLOOR PLANS DESCRIPTION 1 ALL NEW INTERIOR TAPE, FLOAT, AND FINISH IN NEW AREAS BY OWNER. 2 LOBBY IS TO REMAIN OPEN AT ALL TIMES DURING CONSTRUCTION. CONSTRUCTION TIMES ARE ON WEEKENDS ONLY AND SCHEDULED WITH THE OWNER. fES: KEY FLOOR PLANS 'ION 1 HAND RAIL R CEMENT WALL PANEL ON PREPPED WALL SURFACE -SLIP EXTERIOR FINISH ON FLOOR FERIOR FLOORING TILE, IF NEEDED, FOR SMOOTH TRANSITION -TO MATCH EXISTING :INISHED ALUMINUM GUTTER AND DOWNSPOUTS 1CONCRETE PAD 1 STAIR AND LANDING OPY ABOVE =D BIKE RACK GAS METER TO REMAIN. GAS LINE TO BE BURIED CLOSE TO BUILDING, SEE CIVIL. .RIOR LIGHTING DOOR TO REMAIN IER PROVIDED, CONTRACTOR INSTALLED THRU-WALL PAYMENT DROP BOX ID FINISH AROUND NEW STOREFRONT IF NEEDED 11 "1 "1 1 1 20 -------------- -- FIXTURE Ir — — — BY OWNER 11 i O J 2DD 201 IT CONFERENCE zoo VESTIBUL 2 GROUND FLOOR KEY PLAN N a1.3 1/8" = V-0" 11 NO WORK THIS / REMAIN IN OPER NORMAL WORKI 1 FIRST FLOOR KEY PLAN N a1.3 1/8" = V-0" of �J 1 PURE WORK 11 1 a3.1 � Yt' Tin Otl y V'. Maddox Liccnsc Nt mbcr 3967 am 000 old aye I O a103 BID SET 10/05/2021 48618 .i 04 O N O Q r LEGEND NEW WALLS EXISTING WALLS EXISITING AREA TO REMAIN GENERAL NOTES: DIMENSION PLANS DESCRIPTION 1 DIMENSIONS TO FACE OF EXTERIOR MATERIAL 2 FEILD VERIFY ALL EXISTING CONDITIONS PRIOR TO START OF CONSTRUCTION. BRING ALL DISCREPENCIES TO THE ATTENTION OF THE OWNER AND ARCHITECT a 14'-0" 141-0" / f) \ coni mr) ci nno ninncnicirw DI Ani / \ NO WORK THIS AREA. BUILDING TO REMAIN IN OPERATION DURING NORMAL WORKING HOURS/DAYS - .il-n,l 71-n,, W �n 94 Timothy N Maddox License Nt mber 3967 ��9TE OF NW r I..L a V V C C r U W r c r c U `- Q I u ML cm 000 o1.% am uj Q om am Mr Joe. N iI*-- >U) Z oce � Q W J Liu J JW J W C-4 oF� z W cn LL ZZ0- oW =) Q� o oQ � Z WLL� 3104 "I y 1 11 11 I U/UDILUL I 400 10 .z 04 O N O Q r 1 Nlll� V-1 LEGEND: REFLECTED CEILING PLAN METAL PLANKS WITH WOOD GRAIN APPEARANCE SOFFIT LINEAR RECESSED LIGHT TO FIT IN PLANKS EXTERIOR LIGHTING TO BE DETERMINED AND INSTALLED BY OWNER L-1 EXISITING AREA TO REMAIN GENERAL NOTES: REFLECTED CEILING PLANS MARK DESCRIPTION 1 ALL INTERIOR CEILINGS ARE TO REMAIN. PATCH IN AREAS AS NEEDED 2 REFER TO HATCH PATTERNS FOR ORIENTATION OF METAL WITH WOOD GRAIN APPEARANCE BOARDS 3 FIXTURES IN WOOD CEILINGS ARE RECESSED O KEYNOTES: REFLECTED CEILING PLANS MARK DESCRIPTION 1 EXTERIOR METAL CANOPY WITH WOOD GRAIN APPEARANCE CEILING, MATCH EXISTING CURVE. 2 NEW EYEBROW CANOPY 3 PAINT UNDERSIDE OF STEEL STAIR 4 EXTERIOR METAL SOFIT WITH WOOD GRAIN APPEARANCE. 5 EXISTING CEILING TO REMAIN. PATCH AS NEEDED 1 a3.1 2 1 GROUND FLOOR REFLECTED CEILING PLAN U N a1.5 1/8" = V-0" LIGHT FIXTRE SCHEDULE COLOR MARK DESCRIPTION MFGR. MODEL VOLTS LUMENS TEMP FINISH L1 48" RECESSED LINEAR LED LIGHT COOPER S122DR-S865D840-FES-4FO-1-UDD-F-B 120-27 865 4000K BLACK 7V 1 ) FIRST FLOOR REFLECTED CEILING PLAN U N a1.5 J 1/8" = V-0° :: FUTURE WORK W �n 94 Timothy N Maddox License Nt mber 3967 OF AR�P� cm Ooo o1.% am Lu U) Q ._ Ir am L-1 3105 "I I "I 1 11 1 1 11 11 11 "1 1 11 11 11 BID SET 10/05/2021 48618 M NEW PREFINISHED ALUMINUM GUTTER.COLOR TO MATCH NEW WALL PANELS NEW WALL PANEL SYSTEM WITH HIGHLIGHTED JOINTS AS SHOWN NEW EYEBROW CANOPY EXISTING GAS METER TO REMAIN. GAS LINE TO BE RELOCATED BY OWNER 3 EAST ELEVATION a l 1/8" = 1'A" 18 GA METAL F CLIP HILTI FASTENIN WALL PANEL S' EXISTING WALL CORNER CLIP WALL PANEL C SEALANT OVER DOUBLE FLANG SEALANT BACKLIT NEW PREFINISHED ALUMINUM DOWNSPOUT TO REPLACE THE TWO EXISTING.COLOR TO MATCH NEW WALL PANELS. PAINT UPPER PORTION TO MATCH BRICK EXISTING GAS LINE TO BE RELOCATED EXISTING HEADER TO REMAIN EXISTING SILL TO REMAIN. REMOVE EXISTING STUCCO NEW WALL PANEL SYSTEM WITH HIGHLIGHTED JOINTS AS SHOWN NEW SPLASH BLOCK VV IVIVL VVIIIVLII 7 WALL PANEL DETAIL - OUTSIDE CORNER a l 1 1/2" = 1'-01, 1 a3.1 6 WALL PANEL DETAIL - INSIDE CORNER a2.1 1 1/2" = 1'-01, 1 - ---------------------- II ------------------------------------------------ ----- _________________ ___-______________- ______________________- __- ____ FA ri gp fib I'is ' - 1 I 1 1 � NEW PREFINISHED ALUMINUM GUTTER.COLOR TO MATCH BRICK NEW PREFINISHED ALUMINUM DOWNSPOUT TO REPLACE THE TWO EXISTING.COLOR TO MATCH NEW WALL PANELS. PAINT UPPER PORTION TO MATCH BRICK EXISTING HEADER TO REMAIN NEW PREFINISHED ALUMINUM GUTTER.COLOR TO MATCH NEW EXISTING SILL TO WALL PANELS REMAIN. REMOVE r EXISTING STUCCO NEW WALL PANEL SYSTEM WITH HIGHLIGHTED JOINTS AS SHOWN NEW PREFINISHED ALUMINUM DOWNSPOUT.COLOR TO MATCH - NEW WALL PANELS 0, -'' , NEW EXTERIOR LIGHT, TBD NEW EYEBROW CANOPY 201 WITH HANGER RODS GROUND FLOOR -9' -1" EXISTING METER TO REMAIN EXISTING CONDUIT TO REMAIN NEW SPLASH BLOCK NEW SPLASH BLOCK 2 SOUTH ELEVATION 18 GA METAL FURRING CHANNEL EXISTING WALL ULTIMATE CLIP HILTI FASTENING BOLT SEALANT OVER DOUBLE FLANGE SEALANT BACKER WALL PANEL SYSTEM 5 WALL PANEL DETAIL - EXPANSION JOINT a2.1 1 1/2" = V-0" EXISTING PRECAST, EXPOSED Co7111�07 EXISTING PRECAST TILES TO REMAIN METAL COPING FACE FASTENER TROUGH SPACER WALL PANEL SYSTEM 18 GA METAL FURRING CHANNEL CLIP WITH FASTENER APPLIED TO VERTICAL FURRING HILTI FASTENING BOLT WALL PANEL SYSTEM 4 WALL PANEL DETAIL - WALL a2.1 1 1/2" = 1'A" RLI ILIJIF ,ILI ------- lul M. ---------------- -------------------- -------------------- -------------- -------------- %Lift ME 0 IF) m �%Atjj� %III# %Jill womorovlaws w ----- MTN'-- 17M NIC: FUTURE WORK oo EXISTING PRECAST TILES TO REMAIN 0 0 — NEW HANDRAILS — NEW CANOPY EXISTING TILES & SIGNAGE TO REMAIN INSTALL NEW WALL PANELS IN ENTRY AREA EXISTING STAIRS/FINISH TO REMAIN EXISTING PRECAST TILES TO REMAIN 1 NORTH ELEVATION a2.1 1/8" = V-0" =M STARTER TRACK BELOW WALL PANEL ROO 49'-2" THIRD FL00 32' 4" SECOND FLOOR � I I 16 2 EXISTING PRECAST, EXPOSED KAWNEER STOREFRONT WITH LOW-E INSULATED GLASS. FRAMES TO MATCH EXISTING UPPER WINDOWS FIRST FLOOR Ch Yt, � TimotliyV'. Maddox License Ni tuber 3967 ,I L HP ARk�..;.. w V c c c r C U-1 c r c r c U `- Q u u >< F F u L u u Li L aZ.1 opp 000 old om of BID SET 10/05/2021 48618 N M Cfl O 04 O N O Q r NIC: FUTURE WORK 0�110�110�110�110 0�110�0�0�110�110 0�110�110�110�0 0�110 •�Il•�11•�•�• 11001 EXISTING NEW WALL BRICK TO PANEL NEW WALL EXISTING • REMAIN — SYSTEM PANEL BRICK TO • SYSTEM REMAIN • — — — — — — — — • — 4'-7" 8'-1 1/4" 3-9 1/4" 13'-0" 7'-2 3/4" 13'-0" • 7 LEFT ADA ELEVATION 6 ADA ELEVATION 5 RIGHT ADA ELEVATION • a2.2 1/41' = 1'-0" a2.2 1/4" = 1'-0" a2,2 1/4" = 11-0" • •�•�•�•�• •�•�•� 110�•� Il•� 110 �•�•� 110�• • •�•�•�• • NEW PARAPET CAP ON NEW GUTTER AND ANNEX BUILDING, SEE DOWNSPOUT ON MANUFACTURER'S SPEC ANNEX BUILDING CO -' - - - - - -• - co co M ; r 5'-5" 2'-6" 4'-6" 1 1'-9" 2 PANELS EAST ELEVATION a2.2 1/4" = T-0" co LO N EXISTING RRIrK Tn REMAIN NEW FLA m IT, 4 n 4 /n" ni — 11 4 n 4 In" 1 c0 EXISTING LIMESTONE PANELS TO REMAIN r NEW WALL r PANEL SYSTEM 4'-7" 3'-11/2" 7'-8 1 /2" 4 LEFT ENTRY ELEVATION a2.2 1/4" = 1'-0" r 3'-11/2" 4'-7" 7'-81 /2" 3 RIGHT ENTRY ELEVATION a2.2 1/4" = 1'-0" EXISTING BRICK TO REMAIN NEW GUTTER AND DOWNSPOUT ON ANNEX BUILDING EXISTING LIMESTONE PANELS TO REMAIN NEW WALL PANEL SYSTEM _FIRST FLOOR 0'-0" o O iz o Hj „ - - O co co co - zoo " 1 9'-4" 4'-0" 1'-11" 4'-0" 4'-8" 5'-0" 64'-10" 10'-2" 2'-11" 5'-5 1/2" 4'-61/2" 4'-0" 2'-5 1/2" 4'-0" 2'-41/2" � � -11 3' -5 141 NOTE: FEILD VERIFY ALL DIMENSIONS FOR NICHIHA PANELS. PANEL SHOP DRAWINGS TO BE SENT TO ARCHITECT FOR VERIFICATION. 1 PANELS SOUTH ELEVATION a2.2 1/4" = 1'-0" W �' 94 Timothy Maddox � UcenseNtmber3967 OF AR�P� cm Ooo o1.% aye Lu Q oe am Mr Joe. U) U) N Q Z ocis � Q W J Liu J JW J W 0 C-4 oW U) LL ZW Z�— o � Q� o oQ � Z WLJL� e202 "I mi 11 11 1 11 11 11 .1 1 11 of .i BID SET 10/05/2021 48618 LO M Cfl .i 04 O N O Q r FIRST FLOOR 0'-0" EXISTING FLOOR GROUND FLOOR E 2 STAIR SECTION a3.1 3/4" = 1-0" ONNECT CANOPY THRU XISTING LOAD BEARING 4SONRY WALL W/ PLTD STEEL BACKING PLATE PER MANUFACTURER EXISTING LOAD BEARING MASONRY WALL, FIELD VERIFDY FURRING STRIPS WITH DRIWALL" RAINSCREEN NSTALLED IN BETWEEN TAL STRIPS. SEE WALL L MANUFACTURER FOR ACING REQUIREMENTS. ONNECT CANOPY THRU XISTING LOAD BEARING 4SONRY WALL W/ PLTD STEEL BACKING PLATE PER MANUFACTURER STAINLESS STEEL CABLE DRAIL WITH STEEL HANDRAIL, PAINTED STEEL PAN RETE LANDING EXISTING WINDOWS TO REMAIN EXISTING WINDOWS TO REMAIN UMIVVI"T HINU CAIJIIINU VVMLL InnU NEW WALL PANEL SYSTEM 4 REAR CANOPY DETAIL a3.1 1 1/2" = V-0" EXISTING BRICK FACADE CONTINUOUS SEALANT FULLY ADHERE FLASHING THRU EXISITNG MORTAR OVER NEW WALL PANEL. SEE MANUFACTURER DETAILS FULLY ADHERE COUNTERFLASHING TO EXISITNG BRICK OVER NEW WALL PANEL. SEE MANUFACTURER DETAILS NEW WALL PANELS FURRING STRIPS WITH "DRIWALL" RAINSCREEN INSTALLED IN BETWEEN METAL STRIPS. SEE WALL PANEL MANUFACTURER FOR SPACING REQUIREMENTS. 3 PANEL TRANSITION a3.1 1 1/2" = 1'-0" NEW PREFINISHED ALUMINUM GUTTER AND DOWNSPOUT. COLOR TO MATCH NEW WALL PANELS EXISTING WINDOWS TO REMAIN EXISTING WINDOWS TO REMAIN L:) BUILDING SECTION a3.1 1/8" = 1'4" _ROO�F� 49' - THIRD FLOOR 32' - 4" SECONDFL00 16'-2" NEW PREFINISHED ALUMINUM GUTTER AND DOWNSPOUT. COLOR TO MATCH NEW WALL PANELS FIRST FL00 0'-0" GROUND FL00 -9'-1" W �n 94 Timothy . Maddox License Nt mber 3967 OF AR�P� cm IJj r 00 rn rn ^ U W o ^ coo N = a U`� z Q a LL J J_ Lu w w w Z c1.% w Ll Cl w z v 0 cue Lu Q ._ 2 am J Joe. oce N Q Z � Q W J Liu J JW J W -C-4 oW U) LL ZW Z�- o � Q� o oQ � Z WLJL� t1 3301 11 BID SET 10/05/2021 48618 ti M CO N O N g a r NEW CANTELIVERED/ CURVED EYEBROW CANOPY FLASHING W/ DRIP EDGE AND COUNTERFLASHING TO CAP OFF "J" TRIM OF METAL SOFFIT PANELS METAL SOFFIT PLANKS WITH WOOD GRAIN APPEARANCE FASTEN PER MANUFACTURER'S RECOMMENDATION BLOCKING AS REQUIRED BETWEEN CANOPY SOFFIT AND METAL SOFFIT PLANKS W/ WOOD GRAIN APPERANCE 5 ENTRY WALL SECTION a4.1 3/4" = 1'-0" 2'-0" 1 a4.1 CONNECT CANOPY TO EXISTING STRUCTURE AND OVER EXISTING LIMESTONE, SEE MANUFACTURER'S SPEC FLASH AS REQUIRED PER MANUFACTURER'S RECOMMENDATION 2 FRONT CANOPY DETAIL a4.1 1 1/2" = 1'-0" 1 a4.1 EXISTING WALL EXISTING PRECAST WALL TILES TO REMAIN i --------- I I a4.1 I I I I I I I I CONTINUOUS METAL PLANKS WITH WOOD GRAIN APPEARANCE STRUCTURAL BRACKETFOR SUPPORT OF WALL, AS NEEDED EXISTING TILE AND SIGNAGE EXISTING PRECAST WALL BEYOND TO REMAIN TILES TO REMAIN ` "J" TRIM AT EDGE OF SOFFIT PANELS BEYOND - - ; . ,- "J" TRIM AROUND PREIMETER OF SOFFIT PANELS PER MFG. r ` DETAILS NEW WALL PANELS BEYOND NEW WALL PANELS ; FURRING STRIPS WITH "DRIWALL" RAINSCREEN INSTALLED IN BETWEEN METAL STRIPS. SEE WALL PANEL NEW NON -SLIP MANUFACTURER FOR SPACING FLOORING TILE, TBD REQUIREMENTS. ;' 101 FRONT ENTRY ; — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — -------=�: FLASHING PER WALL PANEL MFG DETAIL NEW NON -SLIP TILE FLOORING, TBD I NEW STEEL FIRST FLOOR j HANDRAIL 0' - 0" EXISTING STAIR TO REMAIN ANCHOR BOLT TO EXISITNG SURFACE, ALL LOCATIONS. INFILL ; WHERE NEEDED FROM j DEMOED HANDRAIL j I a4.2 `----------------------------------------------� 5 a4.1 EXISTING SOFFIT FRAMING W/ SHEATHING BLOCKING AS REQUIRED BETWEEN EXISTING BUILDING STRUCTURE AT ENTRY ARCH AND METAL SOFFIT PLANKS W/ WOOD GRAIN APPERANCE Lu o 60 w M Lu ; co a T STEEL HANGER TUBE. SECURELY aF ATTACH TO EXISTING STRUCTURE WITH STEEL BACKING PLATE, TYP. 17'-5 3/8" VERIFY 18'-3 1/4" VERIFY EXISTING WALL TO REMAIN FINISH EDGE, MATCH EXSITING NEW 6" MTL SDUD PONY WALL ABOVE REVOLVING DOOR TO 6, CONNECT TO EXISTING WALLS r WITH GYP BD. ONE SIDE, PAINT NEW METAL SOFFIT PLANKS WITH WOOD r GRAIN APPEARANCE FASTEN & TRIM PER MANUFACTURER'S RECOMMENDATION NEW STANLEY 500 SERIES MANUAL REVOLVING DOOR, SEE MANUFACTURER FOR DETAILS i o0 MAIN LOBBY 4 FRONT ENTRY SECTION a4.1 3/4" = 1'-0" METAL WITH WOOD GRAIN APPEARANCE CEILING THROUGHOUT SOFFIT EXISTING FLOOR TO REMAIN l FRONT ENTRY CANOPY SECTION a4.1 3/4" = l'-0" /-1/2" FIRST FLOOR 0'-0" EXISITNG WALL BEYOND CURVED, CANTILIVERED EYEBROW CANOPY ALUMINUM FLASHING, SEE MANUFACTURERS SPECIFICATIONS ALUMINUM FASCIA, FASCIA TO COVER EDGE OF WOOD GRAIN APPERANCE METAL SOFFIT 9:� Timotliv W. Maddox 'n Liccnsc Nt mbcr 3967 am 000 o1.% aye Lu Q ._ 2 am to 3401 1i y BID SET 10/05/2021 48618 Lo co BOTTOM HAND R EXTENSION TO MA1 DEPTH OF 1 ST THE EXISTING ST o AND FIN M NOTE: STAIR AND RAILING FABRICATOR TO PROVIDE STAMPED SHOP DRAWINGS FOR ARCHITECT AND OWNER'S REVIEW iffiX 7 FRONT ENTRY HANDRAIL a4.2 1/2" = V-0" STAINLESS STEEL CABLES @ 4" O.C. MAX. PLATE STEEL STIFFENER PLATE STEEL BALUSTER ATTACHED TO STEEL PAN LANDING PLATE STEEL STRINGER CONT. ACROSS FACE OF LANDING STEEL TREAD PANS AND RISERS, PAINTED EA. SIDE STEEL STRINGER BE N N 4 e a 10 TYP. RAILING DETAIL a4.2 1 1/2" = V-0" 4 STEEL TREAD a4.2 1 1/2" = V-0" 1 1/2 DIA. STEEL HANDRAIL, PAINTED 1/2" STEEL BAR HANDRAIL SUPPORT, PAINTED 5/16" S.S. BOLTS 2"x1/2" PLATE STEEL BALUSTER, PAINTED W/ 1x2 CLEAR CEDAR TRIM, STAINED AND SEALED ON EA. SIDE SECURELY ATTACH TO STAIR RISER AT PREVIOUS LOCATION WHERE POSSIBLE. PATCH EXISTING HOLES WHERE NECESSARY CONCRETE FILLED STEEL PAN LANDING STEEL LANDING STRUCTURE 9 FRONT ENTRY HANDRAIL ISOMETRIC a4.2 EXISTING WALL AND FLOOR STRUCTURE, FEILD VERIFY 2" x 1/2" PLATE STEEL TOP RAIL STAINLESS STEEL CABLES, @ 4" O.C. MAX 2" x 1/2" PLATE STEEL STIFFENER DOUBLE 2" x 3/8" STEEL PLATE BALUSTER ATTACHED TO STEEL PAN LANDING 5 CONC. LANDING @ STOREFRONT a4.2 1 1/2" = T-0" 42" O.C. MAX 3 TYPICAL RAILING ELEVATION a4.2 1/2" = T-0" cx 0 DINT STEEL LANDING STRUCTURE FLASHING AND COUNTER FLASHING FROM EXPANSION JOINT OVER NEW WALL PANEL SYSTEM NEW RAIN SCREEN WALL PANEL SYSTEM LINE OF TOP OF SLAB STAINLESS STEEL CABLE GUARDRAIL W/ STEEL PLATE HANDRAIL, PAINTED CONCRETE FILLED STEEL PAN LANDING W/ STEEL STRUCTURE I READS @ 11" EA. 8 SECTION AT STAIRI a4.2 1/4" = T-0" 7 TREADS @ 11" EA. 6 SECTION AT STAIR a4.2 1/4" = V-0" 8 6 8 6 a4.2 a4.2 a4.2 a4.2 10'-0" 10' 0" 4'-6" 1'-0" 4'-6" — — — 0 PAINT ALL COLUMNS TO MATCH HANDRAIL. Ills III III! II II III III III III III III ' IIII I III 'll N I N NEW HANDRAIL _ in EXTENSION TYP. _ UP p11 II II III -- — — — — — — — �I d NEW STEEL TREADS II `u AND RISERS — — — — — — — — it T ---- II NEW STAINLESS STEEL CABLE --------- — — — — m GUARDRAILWITH STEEL _ _ _ _ _ _ _ _ I+ "I w PLATE HANDRAIL, PAINTED o -------Irii 11TI--------- pL _j rr---------�r--------- NEW 1 1/2" X 1/2" STEEL PLATE Oil HANDRAIL, MOUNTED TO WALL, uu mil N PAINTED, 12" EXTENSION TYP. PAINT ALL COLUMNS TO MATCH HANDRAIL. 8 6 a4.2 a4.2 2 ENLARGED GROUND FLOOR STAIR PLAN a4.2 1/4" = V-0" STAINLESS STEEL HANDRAIL _FIRST FLOOR 0'-0" CONCRETE FILLED STEEL PAN LANDING PLATE STEEL STINGER, PAINTED STEEL TUBE COLUMNS, PAINTED GROUND FLOOR -9' 1" NEW STAINLESS STEEL CABLE GUARDRAILWITH STEEL PLATE HANDRAIL, PAINTED II TH) 5 O a4.2 I 104 zoo NEW CANOPY ABOVE O" FIRST FLOOR VESTIBULE L EXIT NEW CONCRETE FILLED c, STEEL PAN LANDING N NEW HANDRAIL EXTENSION TYP. _ o ON -' NEW HANDRAIL EXTENSION TYP. NEW STEEL TREADS ,Q AND RISERS oNEW STAINLESS STEEL CABLE GUARDRAILWITH STEEL PLATE NEW 1 1/2" X 1/2" STEEL PLATE Lu cc HANDRAIL, PAINTED ti HANDRAIL, MOUNTED TO WALL, PAINTED N NEW CONCRETE FILLED T STEEL PAN LANDING 1 ENLARGED FIRST FLOOR STAIR PLAN a4.2 1/4" = V-0" Ch Yt, 9:� Timothv W. Maddox ' n Liccnsc Nt mbcr 3967 ,I L OF AIV-' .. W'r V V C C r U W r c r c U `- Q u u F u L L e Li 14, OL e� 000 ep%% om Lu oum mr am J J� O amf N Q Z Q oM V J ujJ J W J oCV Lu uj LL O Z o� O Z — W Q >m O O Z M WLLM r uj 0 a&021 o� BID SET 10/05/2021 48618 O Lo (V O N O Q 6'-4" 1'-8" 3'-0" 7 STOREFRONT ELEVATION H a6.1 1/4" = V-0° 3'-7 1/4" 6 STOREFRONT ELEVATION G a6.1 1/41' = V-0" C r STOREFR( CLEAR LO GLAZING TAMB TRI FLASHING METAL FU CHANNEL NEW WAL SYSTEM 8'-8" 2 EQUAL SPACES 15 DOOR SILL DETAIL a6.1 1 1/2" = V-0" 13 TYPICAL JAMB DETAIL a6.1 1 112" = V-0" STOREFRONT DOOR W/ CLEAR LOW-E INSULATED GLAZING ATTACH BOTTOM RAIL AND WEATHER STRIPPING TO EXISTING FLOOR PER MANUFACTURERS RECOMENDATION EXISTING FLOOR EXISTING WALL FEILD VERIFY EXISTING WALL. PATCH WHERE NEEDED • • • • 5 STOREFRONT ELEVATION F • 4 STOREFRONT ELEVATION E • a6.1 1/41' = V-0" a6.1 1/41' = V-0" NIC: FUTURE WORK •�•�•�• 7'-1 1/2" N • V • Oi O • • N ti M r M r W CLIP WITH APPLIED T, FURRING NEW WALL SYSTEM FACE FAST 1 OMM SPA DRIP EDGE COUNTERF STOREFRONT SYSTEM W/ CLEAR LOW-E INSULATED GLAZING SILL TRIM AND FLASHING FACE FASTENER THROUGH 10MM SPACER NEW WALL PANEL SYSTEM CLIP WITH FASTENER APPLIED TO VERTICAL FURRING METAL FURRING CHANNEL, MINA 8 GA EXISTING WALL. FEILD VERIFY STOREFRONT SYSTEM W/ CLEAR LOW-E INSULATED GLAZING 14 TYPICAL HEAD DETAIL a6.1 1 1/2" = 1'-0" 12 TYPICAL SILL DETAIL a6.1 1 1/2" = V-0" 11'-4 1/2" 2 EQ SPACES EXISTING WALL FEILD VERIFY METAL FURRING CHANNEL, MIN.18 GA 11 INTERIOR LOBBY ELEVATION a6.1 1/4" = 1'-01, T O T 3 STOREFRONT ELEVATION D a6.1 1/41' = V-0" NIC: FUTURE WORK NIC: FUTURE WORK EXISTING WALL AND CORNICE TO REMAIN FINISH SCHEDULE MARK NAME FLOOR BASE WALL FINISH CEILING COMMENTS 100 MAIN LOBBY EXISTING EXISTING EXISTING EXISTING OWNER TO PAINT 101 FRONT ENTRY TILE (TBD) EXT WALL PANEL WOOD 103 HR OFFICE EXISTING EXISTING EXISTING EXISTING OWNER TO PAINT 102 ADA ENTRY EXISTING EXT WALL PANEL EXISTING 104 FIRST FLOOR EXIT EXISITNG EXISTING EXISTING EXISTING OWNER TO PAINT 105 HR DIRECTOR EXISTING EXISTING EXISTING EXISTING OWNER TO PAINT 200 VESTIBULE EXISTING EXISTING EXISTING EXISTING OWNER TO PAINT 201 IT CONFERENCE EXISTING EXISTING EXISTING EXISTING OWNER TO PAINT DOOR SCHEDULE MARK WIDTH HEIGHT TYPE FINISH FRAME TYPE DESCRIPTION HARDWARE 100A 6' - 6" 7' - 6" A DARK BRONZE ALUMINUM REVOLVING SEE MANUFACTURER SPEC 100B 3' - 0" 8' - 7" B DARK BRONZE ALUMINUM PANIC, CLOSER, THRESHOLD 102 6' - 9 7/16" 7' - 1" D DARK BRONZE ALUMINUM SLIDER PANIC, CLOSER, THRESHOLD 104 3' - 0" 7' - 1" B DARK BRONZE ALUMINUM PANIC, CLOSER, THRESHOLD 200 6' - 0" 7' - 0" C DARK BRONZE ALUMINUM PANIC, CLOSER, THRESHOLD 201 3' - 0" 7' - 0" B DARK BRONZE ALUMINUM PANIC, CLOSER, THRESHOLD w J 0 W 2 U cn W SEE SCHEDULE (D ALUM/GLASS REVOLVING DOOR MANUAL SPEED (STANLEY 500 SERIES) DOOR TYPES 211 SEE SCHEDULE 2" 2" SEE SCHEDULE 2" N / w O W = Cl N / w J � 0 w = U W W W W c. LL C LL 2 C!. LL Ll CA 0 ALUM/ O ALUM/GLASS GLASS DOUBLE 2" SEE SCHEDULE 2" ALUM/GLASS SLIDER WITH BREAK AWAY PANEL GENERAL NOTES: STOREFRONT ELEVATIONS DESCRIPTION 1 FEILD VERIFY ALL DIMENSIONS PROIR TO INSTALLATION 2 EXTERIOR GLAZING TO BE ENERGY MAX LOW-E ARGON FILLED CLEAR GLASS. MATCH FINSH WITH EXISTING WINDOWS 3 "T" STANDS FOR TEMPERED GLASS NEW WALL, BRACE WHERE 3'-4" NEEDED. TAPE AND FLOAT FOR BY OWNER FOR NEW FINISH N n _ FIRST FLOOR 0'-0" 10 STOREFRONT ELEVATION a6.1 1/4" = V-0" 20'-1 1/2" 6-8 1/2" 6'-10 3/4" 1'-11/2" 3'-0" 2'-7" C? T loos _ OPEN FOR to REVOLVING \ r• DOOR / / \ T T \ / \ 2 STOREFRONT ELEVATION B a6.1 1/4" = V-0" 6-6 1/4" 2 EQ SPACES T T 10'-2" 2'-1" 6'-0" T T 9 STOREFRONT ELEVATION J a6.1 1/4" = T-0° 17'-101/2" 4 EQ SPACES 3'-4" o O v 8 STOREFRONT ELEVATION I a6.1 1/4" = T-0" 17'-10 1/2" 2 EQ SPACES 1 STOREFRONT ELEVATION A a6.1 1/41' = V-0" CY, Timothy . Maddox License Nt mber 3967 ��9TE OF AR�-�'�5�5 LLI V V H r U LLI r c p--j r 2 ` U Q u Du a6.1 am 000 o1.% aye t � BID SET 10/05/2021 48618 ImUlp00 I-Lw 1110 .d s. a� e pi . CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 113 W MOUNTAIN STREET FAYETTEVILLE, AR 72701 COMM. NO. 48618 October 5, 2021 - BID SPECS D�MX ARCHITECTURE CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II CITY OF FAYETTEVILLE, AR SPECIFICATIONS GENERAL PROJECT INFORMAITON PROJECT CHECK LIST INVITATION TO BID BID FORM INSTRUCTIONS TO BIDDERS GENERAL TERMS AND CONDITIONS DEMX COVER PAGE DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 0001 01 TITLE PAGE 0001 15 LIST OF DRAWING SHEETS DIVISION 01 - GENERAL REQUIREMENTS 01 2300 ALTERNATES 01 2500 SUBSTITUTION PROCEDURES 01 2600 CONTRACT MODIFICATION PROCEDURES 01 31 00 PROJECT MANAGEMENT AND COORDINATION 01 3200 CONSTRUCTION PROGRESS DOCUMENTATION 01 3300 SUBMITTAL PROCEDURES 01 4000 QUALITY REQUIREMENTS 01 4200 REFERENCES 01 5000 TEMPORARY FACILITIES AND CONTROLS 01 5000 TEMPORARY FACILITIES AND CONTROLS (CIVIL) 01 5639 TEMPORARY TREE AND PLANT PROTECTION 01 6000 PRODUCT REQUIREMENTS 01 7300 EXECUTION REQUIREMENTS 01 7329 CUTTING AND PATCHING 01 7419 CONSTRUCTION WASTE MANAGEMENT 01 7700 CLOSEOUT PROCEDURES 01 7823 OPERATION AND MAINTENANCE DATA 01 7839 PROJECT RECORD DOCUMENTS 01 7900 DEMONSTRATION AND TRAINING DIVISION 02 -- EXISTING CONDITIONS 0241 19 SELECTIVE DEMOLITION DIVISION 03 - CONCRETE 03 20 00 CONCRETE REINFORCING 03 30 00 CAST -IN -PLACE CONCRETE DIVISION 04 - MASONRY NOT USED DIVISION 05 -- METALS DEMX ARCHITECTURE TABLE OF CONTENTS FAYETTEVILLE, AR 00 00 01-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 051200 STRUCTURAL STEEL FRAMING 05 5000 METAL FAB AND MISCELLANEOUS METALS 05 51 00 METAL STAIRS DIVISION 06 - WOOD, PLASTICS AND COMPOSITES 061000 ROUGH CARPENTRY DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07 42 13 METAL WALL AND SOFFIT PANELS 07 42 43 COMPOSITE WALL PANELS 07 46 00 RAINSCREEN DRAINAGE MAT 07 62 00 SHEET METAL FLASHING AND TRIM 07 92 00 JOINT SEALANTS DIVISION 08 - OPENINGS 0841 13 ALUMINUM FRAMED ENTRANCES AND STOREFRONTS 08 44 32 REVOLVING DOOR ENTRANCE 0871 00 DOOR HARDWARE 08 80 00 GLAZING DIVISION 09 - FINISHES 09 22 16 NON-STRUCTURAL METAL FRAMING 09 29 00 GYPSUM BOARD 0991 23 INTERIOR PAINTING 0991 23 HIGH-PERFORMANCE COATINGS DIVISION 10 - SPECIALTIES 10 00 00 HANGER ROD CANOPY 10 5300 CANTELEVERED CANOPY DIVISION 11 - EQUIPMENT NOT USED DIVISION 12 - FURNISHING NOT USED DIVISION 13 - SPECIAL EQUIPMENT NOT USED DIVISION 14 - CONVEYING DEVICES NOT USED DIVISION 21 - FIRE SUPPRESSION DEMX ARCHITECTURE TABLE OF CONTENTS FAYETTEVILLE, AR 00 00 01-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II NOT USED DIVISION 22 - PLUMBING NOT USED DIVISION 23 - HEATING, VENTILATING AND AIR CONDITIONING NOT USED DIVISION 25 - INTEGRATED AUTOMATION NOT USED DIVISION 26 - ELECTRICAL 2601 00 GENERAL ELECTRICAL REQUIREMENTS 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 26 05 31 RACEWAYS 26 05 32 WIRES AND CABLES 26 05 33 BOXES AND ENCLOSURES 26 05 34 WIRING DEVICES 26 05 51 SUPPORTING DEVICES 26 05 53 ELECTRICAL IDENTIFICATION 26 18 13 DISCONNECT SWITCHES 26 24 13 CIRCUIT BREAKER DISTRIBUTION PANELS 26 50 00 LIGHTING DIVISION 27 - COMMUNICATIONS NOT USED DIVISION 28 - ELECTRONIC SAFETY AND SECURITY NOT USED DIVISION 31 - EARTHWORK 31 2000 EARTH MOVING 31 5000 EXCAVATION SUPPORT AND PROTECTION DIVISION 32 - EXTERIOR IMPROVEMENTS 32 12 16 ASPHALT PAVING 32 13 73 CONCRETE PAVING JOINT SEALANTS 32 17 13 PARKING BUMPERS 321723 PAVEMENT MARKINGS DIVISION 33 - UTILITIES 33 05 00 COMMON WORK RESULTS FOR UTILITIES DEMX ARCHITECTURE TABLE OF CONTENTS FAYETTEVILLE, AR 00 00 01-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II DIVISION 34 - TRAFFIC CONTROL NOT USED DIVISION 41 - MATERIAL PROCESSING AND HANDLING EQUIPMENT NOT USED DEMX ARCHITECTURE FAYETTEVILLE, AR TABLE OF CONTENTS 00 00 01-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II DOCUMENT 00 01 01 PROJECT TITLE PAGE 1.1 PROJECT MANUAL VOLUME 1 A. Project Title: City of Fayetteville City Hall Renovations, Phase II B. Owner: City of Fayetteville C. Owner's representative: Wade Abernathy (479) 575-8361 wabernathy(cDfayettevi I le-ar.gov D. Owner's representative: Matthew Cabe (479) 575 8346 mcabe(uMayetteville-ar.gov E. Architect: DEMX architecture F. Architects Project Manager: Ben Cruce, AIA 104 N. East Avenue, Fayetteville, AR (479) 966-4871 ben@demxarch.com demxarch.com G. Architects Project No. 48618 H. Issued October 5, 2021 I. Copyright 2021, City of Fayetteville, Parks City Hall Renovations, Phase II, DEMX architecture. All rights reserved. END OF DOCUMENT DEMX ARCHITECTURE PROJECT TITLE PAGE FAYETTEVILLE, AR 00 01 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 00 01 15 LIST OF DRAWING SHEETS GENERAL 1.0 COVER SHEET CIVIL cl .01 DEMO & SITE PLAN ARCHITECTURAL all DEMOLITION PLAN al.2 DEMOLITION ELEVATIONS al .3 KEY PLANS al.4 DIMENSIONS PLANS al.5 REFLECTED CEILING PLAN a2.1 EXTERIOR ELEVATIONS a2.2 EXTERIOR PANEL ELEVATIONS & DETAILS all BUILDING & WALL SECTIONS a4.1 WALL SECTIONS a4.2 STAIR SECTIONS & DETAILS a6.1 DOOR & WINDOW SCHEDULES a6.2 3D ISOMETRIC VIEWS DEMX ARCHITECTURE LIST OF DRAWING SHEETS FAYETTEVILLE, AR 0001 15-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 01 23 00 ALTERNATES PART 1 - GENERAL 1.1 SUMMARY A. This Section includes administrative and procedural requirements for alternates. 1.2 DEFINITIONS A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the Bidding Requirements that may be deducted from the Base Bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1. The credit for each alternate is the net deduction from the Contract Sum to incorporate alternate into the Work. No other adjustments are made to the Contract Sum. 1.3 PROCEDURES A. Coordination: Modify or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. B. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated modifications to alternates. C. Execute accepted alternates under the same conditions as other work of the Contract. D. Schedule: A Schedule of Alternates is included at the end of this Section. Specification Sections referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate. PART 2 - PRODUCTS (Not Used) PART 3 — EXECUTION 3.1 SCHEDULE OF ALTERNATES Deductive Alternate No. 1: - Remove all work associated with the removal and repaving of the alley on the west side of the Administration Building. All work south of the Admin building to remain. Deductive Alternate No. 2: - Remove all work associated with the composite panel fagade on the Annex Building. Deductive Alternate No. 3: - Remove all work associated with the composite panel fagade on the City Administration Building. END OF SECTION DEMX ARCHITECTURE ALTERNATES FAYETTEVILLE, AR 01 23 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 01 25 00 SUBSTITUTION PROCEDURES PART 1 —GENERAL 1.1 SUBSTITUTION PROCEDURES A. Substitutions include changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. B. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use CSI Form 13.1A. 2. Submit requests within 15 days after the Notice to Proceed. 3. Identify product to be replaced and show compliance with requirements for substitutions. Include a detailed comparison of significant qualities of proposed substitution with those of the Work specified, a list of changes needed to other parts of the Work required to accommodate proposed substitution, and any proposed changes in the Contract Sum or the Contract Time should the substitution be accepted. C. Architect will review proposed substitutions and notify Contractor of their acceptance or rejection. If necessary, Architect will request additional information or documentation for evaluation. 1. Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or 7 days of receipt of additional information or documentation, whichever is later. D. Do not submit unapproved substitutions on Shop Drawings or other submittals. PART 2 — PRODUCTS (Not Used) PART 3 — EXECUTION (Not Used) END OF SECTION DEMX ARCHITECTURE SUBSTITUTION PROCEDURES FAYETTEVILLE, AR 01 25 00 - 1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 01 26 00 CONTRACT MODIFICATION PROCEDURES PART 1 —GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General terms and Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. B. Related Sections: 1. Division 1 Section "Product Requirements" for administrative procedures for handling requests for substitutions made after Contract award 1.3 MINOR CHANGES IN THE WORK A. Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on AIA Document G710, "Architect's Supplemental Instructions." 1.3 PROPOSAL REQUESTS A. Owner -Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. not instructions either to stop work in progress or to execute the proposed change. Provide Information Only. 2. Within 10 calendar days after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. C. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. B. Contractor -Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. DEMX ARCHITECTURE CONTRACT MODIFICATION PROCEDURES FAYETTEVILLE, AR 01 26 00-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Division 1 Section "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 7. Proposal Request Form: Use CSI Form 13.6A "Change Order Request (Proposal)" with attachments CSI Form 13.613 "Proposal Worksheet Summary" and 13.6C "Proposal Worksheet Detail" 1.4 CHANGE ORDER PROCEDURES A. On Owner's approval of a Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G701. 1.5 CONSTRUCTION CHANGE DIRECTIVE A. Construction Change Directive: Architect may issue a Construction Change Directive on AIA Document G714. Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Construction Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION DEMX ARCHITECTURE CONTRACT MODIFICATION PROCEDURES FAYETTEVILLE, AR 01 26 00-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION O1 31 00 PROJECT MANAGEMENT AND COORDINATION PART 1 -GENERAL 1.1 SUMMARY A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. General project coordination procedures. 2. Coordination Drawings. 3. Administrative and supervisory personnel. 2. Project meetings B. Related Sections: 1. See Division 1 Section "Execution Requirements" for procedures for coordinating general installation and field -engineering services, including establishment of benchmarks and control points. 2. See Division 1 Section "Construction Progress Documentation" for preparing and submitting the Contractor's Construction Schedule 3. See Division 1 Section "Closeout Procedures" for coordinating Contract closeout. 1.2 DEFINITIONS A. RFI: Request from Contractor seeking interpretation or clarification of the Contract Documents. 1.3 COORDINATION A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. 4. Where availability of space is limited, coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair of all components, including mechanical and electrical. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's Construction Schedule. 2. Preparation of the Schedule of Values. DEMX ARCHITECTURE PROJECT MANAGEMENT AND COORDINATION FAYETTEVILLE, AR O1 31 00 - 1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems 9 Commissioning D. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials. 1.4 SUBMITTALS A. Coordination Drawings: Prepare Coordination Drawings of critical systems to maximize utilization of space for efficient installation of different components or if coordination is required for installation of products and materials fabricated by separate entities. 1. Indicate relationship of components shown on separate Shop Drawings. 2. Indicate required installation sequences. B. Staff Names: Within 15 days of starting construction operations, submit a list of principal staff assignments, including superintendent and other personnel in attendance at Project site. Identify individuals and their duties and responsibilities; list addresses and telephone numbers, including home and office telephone numbers. Provide names, addresses, and telephone numbers of individuals assigned as standbys in the absence of individuals assigned to Project. 1. Post copies of list in Project meeting room, in temporary field office, and by each temporary telephone. 1.5 COORDINATION DRAWINGS A. Coordination Drawings, General: Prepare coordination drawings in accordance with requirements in individual Sections, where installation is not completely shown on Shop Drawings, where limited space availability necessitates coordination, or if coordination is required to facilitate integration of products and materials fabricated or installed by more than one entity. 1. Content: Project -specific information, drawn accurately to a scale large enough to indicate and resolve conflicts. Do not base coordination drawings on standard printed data. Include the following information, as applicable: a. Use applicable Drawings as a basis for preparation of coordination drawings. Prepare sections, elevations, and details as needed to describe relationship of various systems and components. b. Coordinate the addition of trade -specific information to the coordination drawings by multiple contractors in a sequence that best provides for coordination of the information and resolution of conflicts between installed components before submitting for review. C. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical, and electrical systems. d. Indicate space requirements for routine maintenance and for anticipated replacement of components during the life of the installation. e. Show location and size of access doors required for access to concealed dampers, valves, and other controls. f. Indicate required installation sequences. g. Indicate dimensions shown on the Drawings. Specifically note dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to Architect indicating proposed resolution of such conflicts. Minor DEMX ARCHITECTURE PROJECT MANAGEMENT AND COORDINATION FAYETTEVILLE, AR 01 31 00 - 2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II dimension changes and difficult installations will not be considered changes to the Contract. B. Coordination Drawing Organization: Organize coordination drawings as follows: 1. Floor Plans and Reflected Ceiling Plans: Show architectural and structural elements, and mechanical, plumbing, fire protection, fire alarm, and electrical Work. Show locations of visible ceiling -mounted devices relative to acoustical ceiling grid. Supplement plan drawings with section drawings where required to adequately represent the Work. 2. Plenum Space: Indicate subframing for support of ceiling and wall systems, mechanical and electrical equipment, and related Work. Locate components within ceiling plenum to accommodate layout of light fixtures indicated on Drawings. Indicate areas of conflict between light fixtures and other components. 3. Mechanical Rooms: Provide coordination drawings for mechanical rooms showing plans and elevations of mechanical, plumbing, fire protection, fire alarm, and electrical equipment. 4. Structural Penetrations: Indicate penetrations and openings required for all disciplines. 5. Slab Edge and Embedded Items: Indicate slab edge locations and sizes and locations of embedded items for metal fabrications, sleeves, anchor bolts, bearing plates, angles, door floor closers, slab depressions for floor finishes, curbs and housekeeping pads, and similar items. 6. Mechanical and Plumbing Work: Show the following: a. Sizes and bottom elevations of ductwork, piping, and conduit runs, including insulation, bracing, flanges, and support systems. b. Dimensions of major components, such as dampers, valves, diffusers, access doors, cleanouts and electrical distribution equipment. C. Fire -rated enclosures around ductwork. 7. Electrical Work: Show the following: a. Runs of vertical and horizontal conduit 1-1/4 inch diameter and larger. b. Light fixture, exit light, emergency battery pack, smoke detector, and other fire alarm locations. C. Panel board, switch board, switchgear, transformer, busway, generator, and motor control center locations. d. Location of pull boxes and junction boxes, dimensioned from column center lines. 8. Fire Protection System: Show the following: a. Locations of standpipes, mains piping, branch lines, pipe drops, and sprinkler heads. 9. Review: Architect will review coordination drawings to confirm that the Work is being coordinated, but not for the details of the coordination, which are the Contractor's responsibility. If the Architect determines that the coordination drawings are not being prepared in sufficient scope or detail, or are otherwise deficient, the Architect will so inform the Contractor, who shall make changes as directed and resubmit. 10. Coordination Drawing Prints: Prepare coordination drawing prints in accordance with requirements of Division 01 Section "Submittal Procedures." 1.6 ADMINISTRATIVE AND SUPERVISORY PERSONNEL A.General: In addition to Project superintendent, provide other administrative and supervisory personnel as required for proper performance of the Work. 1. Include special personnel required for coordination of operations with other contractors. DEMX ARCHITECTURE PROJECT MANAGEMENT AND COORDINATION FAYETTEVILLE, AR 01 31 00 - 3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 1.7 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site, unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Architect of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Architect, within three days of the meeting. B. Preconstruction Conference: Schedule a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. Hold the conference at Project site or another convenient location. Conduct the meeting to review responsibilities and personnel assignments. 1. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors, - manufacturers; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. C. Critical work sequencing. d. Designation of responsible personnel. e. Procedures for processing field decisions and Change Orders. f. Procedures for processing Applications for Payment. g. Distribution of the Contract Documents. h. Submittal procedures. j. Preparation of Record Documents. k. Responsibility for temporary facilities and controls. I. Parking availability. M. Office, work, and storage areas. n. Equipment deliveries and priorities. o. First aid. P. Security. q. Progress cleaning. r. Working hours. S. Commissioning C. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each construction activity that requires coordination with other construction. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Architect of scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: a. Contract Documents. b. Options. DEMX ARCHITECTURE PROJECT MANAGEMENT AND COORDINATION FAYETTEVILLE, AR 01 31 00 - 4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II C. Related Change Orders. d. Purchases. e. Deliveries. f. Submittals. g. Review of mockups. h. Possible conflicts. i. Compatibility problems. j. Time schedules. k. Weather limitations. I. Manufacturer's written recommendations. M. Warranty requirements. n Compatibility of materials. o. Acceptability of substrates. P. Temporary facilities and controls. q. Space and access limitations. r. Regulations of authorities having jurisdiction. S. Testing and inspecting requirements. t. Required performance results. U. Protection of construction and personnel. 3. Record significant conference discussions, agreements, and disagreements. 4. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. D. Progress Meetings: Conduct progress meetings at intervals agreed upon by Project Team including Architect and Owner. Coordinate dates of meetings with preparation of payment requests. 1. Attendees: In addition to representatives of Owner, Contractor, and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's Construction Schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. b. Review present and future needs of each entity present, including the following: 1 Interface requirements. 2 Sequence of operations. 3 Status of submittals. 5 Deliveries. 6 Off -site fabrication. 7 Access. 8 Site utilization. 9 Temporary facilities and controls. 10 Work hours. DEMX ARCHITECTURE PROJECT MANAGEMENT AND COORDINATION FAYETTEVILLE, AR 01 31 00 - 5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 11 Hazards and risks. 12 Progress cleaning. 13 Quality and work standards. 14 Change Orders. 15 Documentation of information for payment requests. 3. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. Include a brief summary, in narrative form, of progress since the previous meeting and report. a. Schedule Updating: Revise Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. Mechanical/Electrical/Plumbing (MEP) Coordination Meetings: Conduct Project MEP coordination meetings at intervals agreed upon by Project Team including Architect and Owner. Project coordination meetings are in addition to specific meetings held for other purposes, such as progress meetings and preinstallation conferences. 1. Attendees: In addition to representatives of Owner, Contractor, and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work 2. Agenda: Review and correct or approve minutes of the previous coordination meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Combined Contractor's Construction Schedule: Review progress since the last coordination meeting. Determine whether each contract is on time, ahead of schedule, or behind schedule, in relation to Combined Contractor's Construction Schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. b. Schedule Updating: Revise Combined Contractor's Construction Schedule after each coordination meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with report of each meeting. C. Review present and future needs of each contractor present, including the following: 1 Interface requirements. 2 Sequence of operations. 3 Status of submittals. 4 Deliveries. 5 Off -site fabrication. 6 Access. 7 Site utilization. 8 Temporary facilities and controls. 9 Work hours. 10 Hazards and risks. 11 Progress cleaning. 12 Quality and work standards. 13 Change Orders. DEMX ARCHITECTURE PROJECT MANAGEMENT AND COORDINATION FAYETTEVILLE, AR 01 31 00 - 6 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II F. Content of the RFI: Include a detailed, legible description of item needing interpretation and the following: 1. Project name. 2. Date. 3. Name of Contractor. 4. Name of Architect 5. RFI number, numbered sequentially. 6. Specification Section number and title and related paragraphs, as appropriate. 7. Drawing number and detail references, as appropriate. 8. Field dimensions and conditions, as appropriate. 9. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 10. Contractor's signature. 11. Attachments: Include drawings, descriptions, measurements, photos, Product Data, Shop Drawings, and other information necessary to fully describe items needing interpretation. G. Reporting: Record meeting results and distribute copies to everyone in attendance and to others affected by decisions or actions resulting from each meeting. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION DEMX ARCHITECTURE PROJECT MANAGEMENT AND COORDINATION FAYETTEVILLE, AR 01 31 00 - 7 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION O1 32 00 CONSTRUCTION PROGRESS DOCUMENTATION PART 1 -GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Startup construction schedule. 2. Contractor's Construction Schedule. 3. Construction schedule updating reports. 4. Daily construction reports. 5. Material location reports. 6. Site condition reports. 7. Unusual event reports. 1.2 DEFINITIONS A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction Project. Activities included in a construction schedule consume time and resources. 1. Critical Activity: An activity on the critical path that must start and finish on the planned early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network. B. Cost Loading: The allocation of the schedule of values for completing an activity as scheduled. The sum of costs for all activities must equal the total Contract Sum. C. CPM: Critical path method, which is a method of planning and scheduling a construction project where activities are arranged based on activity relationships. Network calculations determine when activities can be performed and the critical path of Project. D. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float. E. Event: The starting or ending point of an activity. F. Float: The measure of leeway in starting and completing an activity. 1. Float time is not for the exclusive use or benefit of either Owner or Contractor, but is a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date. 2. Free float is the amount of time an activity can be delayed without adversely affecting the early start of the successor activity. 3. Total float is the measure of leeway in starting or completing an activity without adversely affecting the planned Project completion date. G. Resource Loading: The allocation of manpower and equipment necessary for completing an activity as scheduled. 1.3 INFORMATIONAL SUBMITTALS A. Format for Submittals: Submit required submittals in the following format: 1. Working electronic copy of schedule file, where indicated. 2. PDF file. 3. Cloud Based software delivery B. Startup construction schedule. 1. Submittal of cost -loaded, startup construction schedule will not constitute approval of schedule of values for cost -loaded activities. DEMX ARCHITECTURE CONSTRUCTION PROGRESS DOCUMEMTATION FAYETTEVILLE, AR O1 32 00-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II C. Startup Network Diagram: Of size required to display entire network for entire construction period. Show logic ties for activities. D. Contractor's Construction Schedule: Initial schedule, of size required to display entire schedule for entire construction period. 1. Submit a working digital copy of schedule, using software indicated, and labeled to comply with requirements for submittals. E. CPM Reports: Concurrent with CPM schedule, submit each of the following reports. Format for each activity in reports shall contain activity number, activity description, cost and resource loading, original duration, remaining duration, early start date, early finish date, late start date, late finish date, and total float in calendar days. 1. Activity Report: List of activities sorted by activity number and then early start date, or actual start date if known. 2. Logic Report: List of preceding and succeeding activities for each activity, sorted in ascending order by activity number and then by early start date, or actual start date if known. 3. Total Float Report: List of activities sorted in ascending order of total float. 4. Earnings Report: Compilation of Contractor's total earnings from commencement of the Work until most recent Application for Payment. F. Construction Schedule Updating Reports: Submit with Applications for Payment. G. Daily Construction Reports: Submit at weekly (minimum) intervals. H. Material Location Reports: Submit at weekly intervals. I. Site Condition Reports: Submit at time of discovery of differing conditions. J. Unusual Event Reports: Submit at time of unusual event. K. Qualification Data: For scheduling consultant. 1.4 QUALITY ASSURANCE A. Scheduling Consultant Qualifications: An experienced specialist in CPM scheduling and reporting, with capability of producing CPM reports and diagrams within 24 hours of Architect's request. B. Prescheduling Conference: Conduct conference at Project site to comply with requirements in Section 013100 "Project Management and Coordination." Review methods and procedures related to the preliminary construction schedule and Contractor's Construction Schedule, including, but not limited to, the following: 1. Review software limitations and content and format for reports. 2. Verify availability of qualified personnel needed to develop and update schedule. 3. Discuss constraints, including phasing, work stages, area separations, interim milestones. 4. Review delivery dates for Owner -furnished products. 5. Review schedule for work of Owner's separate contracts. 6. Review submittal requirements and procedures. 7. Review time required for review of submittals and resubmittals. 8. Review requirements for tests and inspections by independent testing and inspecting agencies. 9. Review time required for Project closeout and Owner startup procedures 10. Review and finalize list of construction activities to be included in schedule. 11. Review procedures for updating schedule. 1.5 COORDINATION A. Coordinate Contractor's Construction Schedule with the schedule of values, list of subcontracts, submittal schedule, progress reports, payment requests, and other required schedules and reports. DEMX ARCHITECTURE CONSTRUCTION PROGRESS DOCUMEMTATION FAYETTEVILLE, AR O1 32 00-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 1. Secure time commitments for performing critical elements of the Work from entities involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. 1.6 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Computer Scheduling Software: Prepare schedules using current version of a program that has been developed specifically to manage construction schedules. 1. Use Contractor's preferred operating system. B. Scheduling Consultant: Engage a consultant to provide planning, evaluation, and reporting using CPM scheduling. 1. In -House Option: Owner may waive requirement to retain a consultant if Contractor employs skilled personnel with experience in CPM scheduling and reporting techniques. Submit qualifications. 2. Meetings: Scheduling consultant shall attend all meetings related to Project progress, alleged delays, and time impact. C. Time Frame: Extend schedule from date established for commencement of the Work. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. D. Activities: Treat each floor or separate area as a separate numbered activity for each main element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 20 days, unless specifically allowed by Architect. 2. Procurement Activities: Include procurement process activities for the following long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. 3. Submittal Review Time: Include review and resubmittal times indicated in Section 013300 "Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's Construction Schedule with submittal schedule. Submit Submittal Schedule to Architect within 20 days of Commencement of Work. 4. Startup and Testing Time: Include no fewer than [15] days for startup and testing. 5. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Architect's] administrative procedures necessary for certification of Substantial Completion. 6. Punch List and Final Completion: Include not more than [30] days for completion of punch list items and final completion. E. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule, and show how the sequence of the Work is affected. 1. Phasing: Arrange list of activities on schedule by phase. 2. Work under More Than One Contract: Include a separate activity for each contract. 3. Work by Owner: Include a separate activity for each portion of the Work performed by Owner. 4. Products Ordered in Advance: Include a separate activity for each product. Include delivery date indicated in Section 011000 "Summary." Delivery dates indicated stipulate the earliest possible delivery date. 5. Owner -Furnished Products: Include a separate activity for each product. Include delivery date indicated in Section 011000 "Summary." Delivery dates indicated stipulate the earliest possible delivery date. 6. Work Restrictions: Show the effect of the following items on the schedule: DEMX ARCHITECTURE CONSTRUCTION PROGRESS DOCUMEMTATION FAYETTEVILLE, AR O1 32 00-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II a. Coordination with existing construction. b. Limitations of continued occupancies. C. Uninterruptible services. d. Partial occupancy before Substantial Completion. e. Use -of -premises restrictions. f. Provisions for future construction. g. Seasonal variations. h. Environmental control. 7. Work Stages: Indicate important stages of construction for each major portion of the Work, including, but not limited to, the following: a. Subcontract awards. b. Submittals. C. Purchases. d. Mockups. e. Fabrication. f. Sample testing. g. Deliveries. h. Installation. i. Tests and inspections. j. Adjusting. k. Curing. I. Building flush -out. M. Startup and placement into final use and operation. n. Commissioning. 8. Construction Areas: Identify each major area of construction for each major portion of the Work. Indicate where each construction activity within a major area must be sequenced or integrated with other construction activities to provide for the following: a. Structural completion. b. Temporary enclosure and space conditioning. C. Permanent space enclosure. d. Completion of mechanical installation. e. Completion of electrical installation. f. Substantial Completion. F. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and final completion and the following interim milestones. 1. Temporary enclosure and space conditioning. 2. Equipment Installation. G. Cost Correlation: Superimpose a cost correlation timeline, indicating planned and actual costs. On the line, show planned and actual dollar volume of the Work performed as of planned and actual dates used for preparation of payment requests. 1. See Section 012900 "Payment Procedures" for cost reporting and payment procedures. H. Upcoming Work Summary: Prepare summary report indicating activities scheduled to occur or commence prior to submittal of next schedule update. Summarize the following issues: 1. Unresolved issues. 2. Unanswered Requests for Information. 3. Rejected or unreturned submittals. 4. Notations on returned submittals. 5. Pending modifications affecting the Work and the Contract Time. DEMX ARCHITECTURE CONSTRUCTION PROGRESS DOCUMEMTATION FAYETTEVILLE, AR O1 32 00-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II I. Contractor's Construction Schedule Updating: At monthly intervals and with each pay application, update schedule to reflect actual construction progress and activities. Issue schedule one week before each regularly scheduled progress meeting. Issue updated schedule with each Pay Application. 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate final completion percentage for each activity. J. Recovery Schedule: When periodic update indicates the Work is [14] or more calendar days behind the current approved schedule, submit a separate recovery schedule indicating means by which Contractor intends to regain compliance with the schedule. Indicate changes to working hours, working days, crew sizes, equipment required to achieve compliance, and date by which recovery will be accomplished. K. Distribution: Distribute copies of approved schedule to Architect/Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need -to -know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. 1.7 STARTUP CONSTRUCTION SCHEDULE A. Gantt -Chart Schedule: Submit startup, horizontal, Gantt -chart -type construction schedule within [seven] days of date established for commencement of the Work. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. Outline significant construction activities for first [90] days of construction. Include skeleton diagram for the remainder of the Work and a cash requirement prediction based on indicated activities. 1.8 GANTT-CHART SCHEDULE REQUIREMENTS A. Gantt -Chart Schedule: Submit a comprehensive, fully developed, horizontal, Gantt -chart - type, Contractor's Construction Schedule within 30 days of date established for commencement of the Work 1. Base schedule on the startup construction schedule and additional information received since the start of Project. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. 1. For construction activities that require three months or longer to complete, indicate an estimated completion percentage in [10] percent increments within time bar. 1.9 CPM SCHEDULE REQUIREMENTS A. General: Prepare network diagrams using AON (activity -on -node) format. B. Startup Network Diagram: Submit diagram within [4 days of date established for commencement of the Work] Outline significant construction activities for the first [90] days of construction. Include skeleton diagram for the remainder of the Work and a cash requirement prediction based on indicated activities. DEMX ARCHITECTURE CONSTRUCTION PROGRESS DOCUMEMTATION FAYETTEVILLE, AR O1 32 00-5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II C. CPM Schedule: Prepare Contractor's Construction Schedule using a cost- and resource - loaded, time -scaled CPM network analysis diagram for the Work. 1. Develop network diagram in sufficient time to submit CPM schedule so it can be accepted for use no later than [601 days after date established for commencement of the Work a. Failure to include any work item required for performance of this Contract shall not excuse Contractor from completing all work within applicable completion dates. 2. Conduct educational workshops to train and inform key Project personnel, including subcontractors' personnel, in proper methods of providing data and using CPM schedule information. 3. Establish procedures for monitoring and updating CPM schedule and for reporting progress. Coordinate procedures with progress meeting and payment request dates. 4. Use "one workday" as the unit of time for individual activities. Indicate nonworking days and holidays incorporated into the schedule to coordinate with the Contract Time. D. CPM Schedule Preparation: Prepare a list of all activities required to complete the Work. Using the startup network diagram, prepare a skeleton network to identify probable critical paths. 1. Activities: Indicate the estimated time duration, sequence requirements, and relationship of each activity in relation to other activities. Include estimated time frames for the following activities: a. Preparation and processing of submittals. b. Mobilization and demobilization. C. Purchase of materials. d. Delivery. e. Fabrication. f. Utility interruptions. g. Installation. h. Work by Owner that may affect or be affected by Contractor's activities. i. Testing and inspection. j. Commissioning. k. Punch list and final completion. I. Activities occurring following final completion. 2. Critical Path Activities: Identify critical path activities, including those for interim completion dates. Scheduled start and completion dates shall be consistent with Contract milestone dates. 3. Processing: Process data to produce output data on a computer -drawn, time - scaled network. Revise data, reorganize activity sequences, and reproduce as often as necessary to produce the CPM schedule within the limitations of the Contract Time. 4. Format: Mark the critical path. Locate the critical path near center of network; locate paths with most float near the edges. a. Subnetworks on separate sheets are permissible for activities clearly off the critical path. 5. Cost- and Resource -Loading of CPM Schedule: Assign cost to construction activities on the CPM schedule. Do not assign costs to submittal activities. Obtain Architect's approval prior to assigning costs to fabrication and delivery activities. Assign costs under main subcontracts for testing and commissioning activities, operation and maintenance manuals, punch list activities, Project record DEMX ARCHITECTURE CONSTRUCTION PROGRESS DOCUMEMTATION FAYETTEVILLE, AR O1 32 00-6 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II documents, and demonstration and training (if applicable), in the amount of [5] percent of the Contract Sum. a. Each activity cost shall reflect an appropriate value subject to approval by Architect. b. Total cost assigned to activities shall equal the total Contract Sum. E. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time -impact analysis using a network fragment to demonstrate the effect of the proposed change on the overall Project schedule. F. Initial Issue of Schedule: Prepare initial network diagram from a sorted activity list indicating straight "early start -total float." Identify critical activities. Prepare tabulated reports showing the following: 1. Contractor or subcontractor and the Work or activity. 2. Description of activity. 3. Main events of activity. 4. Immediate preceding and succeeding activities. 5. Early and late start dates. 6. Early and late finish dates. 7. Activity duration in workdays. 8. Total float or slack time. 9. Average size of workforce. 10. Dollar value of activity (coordinated with the schedule of values). G. Schedule Updating: Concurrent with making revisions to schedule, prepare tabulated reports showing the following: 1. Identification of activities that have changed. 2. Changes in early and late start dates. 3. Changes in early and late finish dates. 4. Changes in activity durations in workdays. 5. Changes in the critical path. 6. Changes in total float or slack time. 7. Changes in the Contract Time. H. Value Summaries: Prepare two cumulative value lists, sorted by finish dates. 1. In first list, tabulate activity number, early finish date, dollar value, and cumulative dollar value. 2. In second list, tabulate activity number, late finish date, dollar value, and cumulative dollar value. 3. In subsequent issues of both lists, substitute actual finish dates for activities completed as of list date. 4. Prepare list for ease of comparison with payment requests, coordinate timing with progress meetings. a. In both value summary lists, tabulate "actual percent complete" and "cumulative value completed" with total at bottom. b. Submit value summary printouts one week before each regularly scheduled progress meeting. 1.10 REPORTS A. Daily Construction Reports: Prepare a daily construction report recording the following information concerning events at Project site: 1. List of subcontractors at Project site. 2. List of separate contractors at Project site. 3. Approximate count of personnel at Project site. 4. Equipment at Project site. 5. Material deliveries. DEMX ARCHITECTURE CONSTRUCTION PROGRESS DOCUMEMTATION FAYETTEVILLE, AR O1 32 00-7 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 6. High and low temperatures and general weather conditions, including presence of rain or snow. 7. Testing and inspection. 8. Accidents. 9. Meetings and significant decisions. 10. Unusual events. 11. Stoppages, delays, shortages, and losses. 12. Meter readings and similar recordings. 13. Emergency procedures. 14. Orders and requests of authorities having jurisdiction. 15. Change Orders received and implemented. 16. [Construction] or [Work] Change Directives received and implemented. 17. Services connected and disconnected. 18. Equipment or system tests and startups. 19. Partial completions and occupancies. 20. Substantial Completions authorized. B. Material Location Reports: At [weekly] intervals, prepare and submit a comprehensive list of materials delivered to and stored at Project site. List shall be cumulative, showing materials previously reported plus items recently delivered. Include with list a statement of progress on and delivery dates for materials or items of equipment fabricated or stored away from Project site. Indicate the following categories for stored materials: 1. Material stored prior to previous report and remaining in storage. 2. Material stored prior to previous report and since removed from storage and installed. 3. Material stored following previous report and remaining in storage. C. Site Condition Reports: Immediately on discovery of a difference between site conditions and the Contract Documents, prepare and submit a detailed report. Submit with a Request for Information. Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents. D. Unusual Event Reports: When an event of an unusual and significant nature occurs at Project site, whether or not related directly to the Work, prepare and submit a special report. List chain of events, persons participating, responses by Contractor's personnel, evaluation of results or effects, and similar pertinent information. Advise Owner in advance when these events are known or predictable. 1. Submit unusual event reports directly to Owner within [one] day(s) of an occurrence. Distribute copies of report to parties affected by the occurrence. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION DEMX ARCHITECTURE CONSTRUCTION PROGRESS DOCUMEMTATION FAYETTEVILLE, AR O1 32 00-8 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION O1 33 00 SUBMITTAL PROCEDURES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Sections: 1. Division 1 Section "Payment Procedures" for submitting Applications for Payment and the schedule of values. 2. Division 01 Section "Project Management and Coordination" for submitting Coordination Drawings. 3. Division 01 Section "Quality Requirements" for submitting test and inspection reports and Delegated -Design Submittals and for erecting mockups. 4. Division 01 Section "Closeout Procedures" for submitting warranties, Project Record Documents and operation and maintenance manuals. 5. Division 01 Section "Project Record Documents" for submitting Record Drawings, Record Specifications, and Record Product Data. 6. Division 01 Section "Operation and Maintenance Data" for operation and maintenance manual requirements. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect's responsive action. Action submittals are those submittals indicated in individual Specification Sections as action submittals. B. Informational Submittals: Written and graphic information and physical samples that do not require Architect's responsive action. Submittals may be rejected for not complying with requirements. Informational submittals are those submittals indicated in individual Specification Sections as informational submittals. 1.4 SUBMITTAL PROCEDURES A. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. b. Submittals Schedule: Comply with requirements in Division 01 Section "Construction Progress Documentation" for list of submittals and time requirements for scheduled performance of related construction activities. B. Processing Time: Allow enough time (2 week minimum) for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt DEMX ARCHITECTURE SUBMITTAL PROCEDURES FAYETTEVILLE, AR O1 33 00 - 1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II of submittal, and allow for the minimum of the time described below, not to exceed the time demonstrated in the Submittal Look -Ahead Schedule C. Electronic Submittal: 1. Shop drawing and product data submittals shall be transmitted to Architect in electronic (PDF) format using Cloud Based Software approved by Architect and Owner, a website service designed specifically for transmitting submittals between construction team members. 2. The intent of electronic submittals is to expedite the construction process by reducing paperwork, improving information flow, and decreasing turnaround time. 3. The electronic submittal process is not intended for color samples, color charts, or physical material samples. D. Electronic Submittal Procedures: 1. Create submittal log in Cloud Based Software approved by Architect and Owner by inserting required submittals listed in individual specification sections. 2. Submittal Preparation - Contractor may use any or all of the following options: a. Subcontractors and Suppliers provide electronic (PDF) submittals to Contractor via the Cloud Based Software approved by Architect and Owner website. b. Subcontractors and Suppliers provide electronic (PDF) submittals to Contractor via email. C. Subcontractors and Suppliers provide paper submittals to Scanning Service which electronically scans and converts to PDF format. d. Printed Submittals: Provide two printed sets of submittals for shop drawings for structural framing in addition to electronic submittals if required by architect. e. Contractor shall review and apply electronic stamp certifying that the submittal complies with the requirements of the Contract Documents including verification of manufacturer / product, dimensions and coordination of information with other parts of the work. f. Contractor shall transmit each submittal to Architect using the Cloud Based Software approved by Architect and Owner g. Architect / Engineer review comments will be made available on the Cloud Based Software approved by Architect and Owner website for downloading. Contractor will receive email notice of completed review. h. Distribution of reviewed submittals to subcontractors and suppliers is the responsibility of the Contractor. i. Submit paper copies of any reviewed submittals not submitted electronically at project closeout for record purposes in accordance with Section 01 77 19 — Contract Closeout. j. Contractor will provide Owner/Architect with complete backup of information gathered and stored with Cloud Based Software including but not limited to submittals, project photos, correspondence, RFI, ASI, Project documents, etc. E. Costs: 1. General Contractor shall include the full cost of Cloud Based Software approved by Architect and Owner project subscription in their proposal. This cost is included in the Contract Amount. The intent is for the Cloud Based Software such as Submittal Exchange or Procore service cost to be in lieu of postage or shipping costs typically paid for paper submittals. Service cost is a net cost savings to Contractor because submittals sent electronically do not need to be shipped physically. DEMX ARCHITECTURE SUBMITTAL PROCEDURES FAYETTEVILLE, AR O1 33 00 - 2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 3. Internet Service and Equipment Requirements: a. Email address and Internet access at Contractor's main office. b. Adobe Acrobat (www.adobe.com), Bluebeam PDF Revu (www.bluebeam.com), or other similar PDF review software for applying electronic stamps and comments F. General: 1. Prepare and submit Action Submittals required by individual Specification Sections. 2. Electronic copies: Post electronic submittals as PDF electronic files In Submittal Exchange a. Architect will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. Do not use, or allow others to use, submittals marked "Rejected — Resubmit as Specified" at the Project Site or elsewhere where Work is in progress 5. "Action Not Taken" - Where a submittal is for information or record purposes or special processing or other activity, the Architect will return the submittal marked "Action Not Taken a. Informational Submittals: Architect and will review each submittal and will not return it, or will reject and return it if it does not comply with requirements. Architect and Construction Manager will forward each submittal to appropriate party. b. Submittals not required by the Contract Documents will not be reviewed and may be discarded. 2.0 FORMS DESCRIPTION A. Requests for Information (RFI): Submit requests to the Architect for information or interpretation of Contract Documents on RFI form. Establish and maintain a RFI Log, and number each RFI sequentially. END OF SECTION DEMX ARCHITECTURE SUBMITTAL PROCEDURES FAYETTEVILLE, AR O1 33 00 - 3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION O1 40 00 QUALITY REQUIREMENTS PART 1 —GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -assurance and -control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's other quality -assurance and -control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality -assurance and -control services required by Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section. C. Related Sections: 1. Division 1 Section "Construction Progress Documentation" for developing a schedule of required tests and inspections. 2. Divisions 2 through 16 Sections for specific test and inspection requirements. 1.3 DEFINITIONS A. Quality -Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. B. Quality -Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that actual products incorporated into the Work and completed construction comply with requirements. Services do not include contract enforcement activities performed by Architect C. Mockups: Full size physical assemblies that are constructed on -site. Mockups are constructed to verify selections made under sample submittals; to demonstrate aesthetic effects and, where indicated, qualities of materials and execution; to review coordination, testing, or operation; to show interface between dissimilar materials; and to demonstrate compliance with specified installation tolerances. Mockups are not Samples. Unless otherwise indicated, approved mockups establish the standard by which the Work will be judged. 1. Integrated Exterior Mockups: Mockups of the exterior envelope erected separately from the building but on the project site, consisting of multiple products, assemblies and subassemblies. 2. Room Mockups: Mockups of typical interior spaces complete with wall, floor, and ceiling finishes, doors, windows, millwork, casework, specialties, furnishings and equipment, and lighting. DEMX ARCHITECTURE QUALITY REQUIREMENTS FAYETTEVILLE, AR 01 40 00-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II D. Preconstruction Testing: Tests and inspections performed specifically for the Project before products and materials are incorporated into the Work to verify performance or compliance with specified criteria. E. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with specified requirements. F. Source Quality -Control Testing: Tests and inspections that are performed at the source, i.e., plant, mill, factory, or shop. G. Field Quality -Control Testing: Tests and inspections that are performed on -site for installation of the Work and for completed Work. H. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. I. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. 1. Use of trade -specific terminology in referring to a trade or entity does not require that certain construction activities be performed by accredited or unionized individuals, or that requirements specified apply exclusively to specific trade or trades. J. Experienced: When used with an entity or individual, "experienced" means having successfully completed a minimum of five previous projects similar in nature, size, and extent to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. 1.4 CONFLICTING REQUIREMENTS A. Referenced Standards: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer conflicting requirements that are different, but apparently equal, to Architect for a decision before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Architect for a decision before proceeding. 1.5 ACTION SUBMITTALS A. Shop Drawings: For integrated exterior mockups, provide plans, sections, and elevations, indicating materials and size of mockup construction. 1. Indicate manufacturer and model number of individual components. 2. Provide axonometric drawings for conditions difficult to illustrate in two dimensions. 1.6 INFORMATIONAL SUBMITTALS A. Contractor's Quality -Control Plan: For quality -assurance and quality -control activities and responsibilities. B. Contractor's Quality -Control Manager Qualifications: For supervisory personnel. C. Contractor's Statement of Responsibility: When required by authorities having jurisdiction, submit copy of written statement of responsibility sent to authorities having jurisdiction before starting work on the following systems. DEMX ARCHITECTURE QUALITY REQUIREMENTS FAYETTEVILLE, AR 01 40 00-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II D. Testing Agency Qualifications: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. E. Schedule of Tests and Inspections: Prepare in tabular form and include the following: 1. Specification Section number and title. 2. Entity responsible for performing tests and inspections. 3. Description of test and inspection. 4. Identification of applicable standards. 5. Identification of test and inspection methods. 6. Number of tests and inspections required. 7. Time schedule or time span for tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality -control service. 1.7 CONTRACTOR'S QUALITY -CONTROL PLAN A. Quality -Control Plan, General: Submit quality -control plan within 10 days of Notice of Award and not less than five days prior to preconstruction conference. Submit in format acceptable to Architect. Identify personnel, procedures, controls, instructions, tests, records, and forms to be used to carry out Contractor's quality -assurance and quality - control responsibilities. Coordinate with Contractor's construction schedule. B. Quality -Control Personnel Qualifications: Engage qualified full-time personnel trained and experienced in managing and executing quality -assurance and quality -control procedures similar in nature and extent to those required for Project. 1. Project quality -control manager may also serve as Project superintendent C. Submittal Procedure: Describe procedures for ensuring compliance with requirements through review and management of submittal process. Indicate qualifications of personnel responsible for submittal review. D. Testing and Inspection: Include in quality -control plan a comprehensive schedule of Work requiring testing or inspection, including the following: 1. Contractor -performed tests and inspections including subcontractor -performed tests and inspections. Include required tests and inspections and Contractor - elected tests and inspections. 2. Special inspections required by authorities having jurisdiction and indicated on the "Statement of Special Inspections." 3. Owner -performed tests and inspections indicated in the Contract Documents, including tests and inspections indicated to be performed by the Commissioning Authority. E. Continuous Inspection of Workmanship: Describe process for continuous inspection during construction to identify and correct deficiencies in workmanship in addition to testing and inspection specified. Indicate types of corrective actions to be required to bring work into compliance with standards of workmanship established by Contract requirements and approved mockups. F. Monitoring and Documentation: Maintain testing and inspection reports including log of approved and rejected results. Include work Architect has indicated as nonconforming or defective. Indicate corrective actions taken to bring nonconforming work into compliance with requirements. Comply with requirements of authorities having jurisdiction. 1.8 REPORTS AND DOCUMENTS A. Test and Inspection Reports: Prepare and submit certified written reports specified in other Sections. Include the following: 1. Date of issue. DEMX ARCHITECTURE QUALITY REQUIREMENTS FAYETTEVILLE, AR 01 40 00-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 2. Project title and number. 3. Name, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample taking and testing and inspecting. 11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and re -inspecting. B. Manufacturer's Technical Representative's Field Reports: Prepare written information documenting manufacturer's technical representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of technical representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Factory -Authorized Service Representative's Reports: Prepare written information documenting manufacturer's factory -authorized service representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of factory -authorized service representative making report. 2. Statement that equipment complies with requirements. 3. Results of operational and other tests and a statement of whether observed performance complies with requirements. 4. Statement whether conditions, products, and installation will affect warranty. 5. Other required items indicated in individual Specification Sections. D. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 1.9 QUALITY ASSURANCE A. General: Qualifications paragraphs in this article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. B. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. C. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. DEMX ARCHITECTURE QUALITY REQUIREMENTS FAYETTEVILLE, AR 01 40 00-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II D. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. E. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of the system, assembly, or product that are similar to those indicated for this Project in material, design, and extent. F. Specialists: Certain Specification Sections require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. 1. Requirements of authorities having jurisdiction shall supersede requirements for specialists. G. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspecting indicated, as documented according to ASTM E 329 and with additional qualifications specified in individual Sections. and where required by authorities having jurisdiction, that is acceptable to authorities. 1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. 2. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. H. Manufacturer's Technical Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to observe and inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. I. Factory -Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. J. Preconstruction Testing: Where testing agency is indicated to perform preconstruction testing for compliance with specified requirements for performance and test methods, comply with the following: 1. Contractor responsibilities include the following: a. Provide test specimens representative of proposed products and construction. b. Submit specimens in a timely manner with sufficient time for testing and analyzing results to prevent delaying the Work. c. Provide sizes and configurations of test assemblies, mockups, and laboratory mockups to adequately demonstrate capability of products to comply with performance requirements. d. Build site -assembled test assemblies and mockups using installers who will perform same tasks for Project. e. Build laboratory mockups at testing facility using personnel, products, and methods of construction indicated for the completed Work. f. When testing is complete, remove test specimens, assemblies, mockups do not reuse products on Project. 2. Testing Agency Responsibilities: Submit a certified written report of each test, inspection, and similar quality -assurance service to Architect with copy to Contractor. Interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from the Contract Documents. DEMX ARCHITECTURE QUALITY REQUIREMENTS FAYETTEVILLE, AR 01 40 00-5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II K. Mockups: Before installing portions of the Work requiring mockups, build mockups for each form of construction and finish required to comply with the following requirements, using materials indicated for the completed Work: 1. Build mockups in location and of size indicated or, if not indicated, as directed by Architect. 2. Notify Architect seven days in advance of dates and times when mockups will be constructed. 3. Employ supervisory personnel who will oversee mockup construction. Employ workers that will be employed during the construction at the Project. 4. Demonstrate the proposed range of aesthetic effects and workmanship. 5. Obtain Architect's approval of mockups before starting work, fabrication, or construction. a. Allow seven days for initial review and each re -review of each mockup. 6. Maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. 7. Demolish and remove mockups when directed, unless otherwise indicated. L. Integrated Exterior Mockups: Construct integrated exterior mockup in accordance with approved Shop Drawings or as indicated on Drawings. Coordinate installation of exterior envelope materials and products for which mockups are required in individual specification sections, along with supporting materials. 1.10 QUALITY CONTROL A. Owner Responsibilities: Where quality -control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of types of testing and inspecting they are engaged to perform. 2. Payment for these services will be made from testing and inspecting allowances, as authorized by Change Orders. 3. Costs for retesting and re -inspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor. B. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Perform additional quality -control activities required to verify that the Work complies with requirements, whether specified or not. 1. Unless otherwise indicated, provide quality -control services specified and those required by authorities having jurisdiction. Perform quality -control services required of Contractor by authorities having jurisdiction, whether specified or not. 2. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality -control services. a. Contractor shall not employ same entity engaged by Owner, unless agreed to in writing by Owner. 3. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed. 4. Where quality -control services are indicated as Contractor's responsibility, submit a certified written report, in duplicate, of each quality -control service. 5. Testing and inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 6. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. C. Manufacturer's Field Services: Where indicated, engage a factory -authorized service representative to inspect field -assembled components and equipment installation, DEMX ARCHITECTURE QUALITY REQUIREMENTS FAYETTEVILLE, AR 01 40 00-6 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II including service connections. Report results in writing as specified in Division 1 Section "Submittal Procedures." D. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical representative to observe and inspect the Work. Manufacturer's technical representative's services include participation in preinstallation conferences, examination of substrates and conditions, verification of materials, observation of Installer activities, inspection of completed portions of the Work, and submittal of written reports. E. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality -control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. F. Testing Agency Responsibilities: Cooperate with Architect and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. Notify Architect and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Determine the location from which test samples will be taken and in which in - situ tests are conducted. 3. Conduct and interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 4. Submit a certified written report, in duplicate, of each test, inspection, and similar quality -control service through Contractor. 5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. 6. Do not perform any duties of Contractor. G. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency. 7. Security and protection for samples and for testing and inspecting equipment at Project site. H. Coordination: Coordinate sequence of activities to accommodate required quality - assurance and -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections, obtaining samples, and similar activities. I. Schedule of Tests and Inspections: Prepare a schedule of tests, inspections, and similar quality -control services required by the Contract Documents as a component of the Contractor's quality -control plan. Coordinate and submit concurrently with Contractor's construction schedule. Update as the Work progresses. 1. Distribution: Distribute schedule to Owner, Architect testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. DEMX ARCHITECTURE QUALITY REQUIREMENTS FAYETTEVILLE, AR 01 40 00-7 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 1.11.1 SPECIAL TESTS AND INSPECTIONS A. Special Tests and Inspections: Contractor will Engage a qualified testing agency to conduct special tests and inspections required by authorities having jurisdiction as indicated in Statement of Special Inspections attached to this Section, and as follows: B. Special Tests and Inspections: Conducted by a qualified testing agency as required by authorities having jurisdiction, as indicated in individual Specification Sections, and as follows: 1. Verifying that manufacturer maintains detailed fabrication and quality -control procedures and reviewing the completeness and adequacy of those procedures to perform the Work. 2. Notifying Architect and Contractor promptly of irregularities and deficiencies observed in the Work during performance of its services. 3. Submitting a certified written report of each test, inspection, and similar quality - control service to Architect with copy to Contractor and to authorities having jurisdiction. 4. Submitting a final report of special tests and inspections at Substantial Completion, which includes a list of unresolved deficiencies. 5. Interpreting tests and inspections and stating in each report whether tested and inspected work complies with or deviates from the Contract Documents. 6. Retesting and re -inspecting corrected work. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 ACCEPTABLE TESTING AGENCIES A. Contractor shall submit credentials of testing agency to architect/ engineer for approval prior to testing. 3.2 TEST AND INSPECTION LOG A. Prepare a record of tests and inspections. Include the following: 1. Date test or inspection was conducted. 2. Description of the Work tested or inspected. 3. Date test or inspection results were transmitted to Architect. 4. Identification of testing agency or special inspector conducting test or inspection. B. Maintain log at Project site. Post changes and modifications as they occur. Provide access to test and inspection log for Architect's reference during normal working hours. 3.3 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. 1. Provide materials and comply with installation requirements specified in other Specification Sections or matching existing substrates and finishes. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. Comply with the Contract Document requirements for cutting and patching in Division 1 Section "Execution Requirements." B. Protect construction exposed by or for quality -control service activities. DEMX ARCHITECTURE QUALITY REQUIREMENTS FAYETTEVILLE, AR 01 40 00-8 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. END OF SECTION DEMX ARCHITECTURE QUALITY REQUIREMENTS FAYETTEVILLE, AR O1 40 00-9 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION O1 42 00 REFERENCES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey Architect's action on Contractor's submittals, applications, and requests, "approved" is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": A command or instruction by Architect. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Operations at Project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations. H. "Provide": Furnish and install, complete and ready for the intended use. I. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.3 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated. C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. 1.4 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in Thomson Gale's "Encyclopedia of Associations" or in Columbia Books' "National Trade & Professional Associations of the U.S." B. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II following list. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. AA Aluminum Association, Inc. (The) (703) 358-2960 www.aluminum.org AAADM American Association of Automatic Door Manufacturers (216) 241-7333 www.aaadm.com AABC Associated Air Balance Council (202) 737-0202 www.aabchq.com AAMA American Architectural Manufacturers Association (847) 303-5664 www.aamanet.org AASHTO American Association of State Highway and Transportation (202) 624-5800 Officials www.transportation.org AATCC American Association of Textile Chemists and Colorists (919) 549-8141 www.aatcc.org ABAA Air Barrier Association of America (866) 956-5888 www.airbarrier.org ABMA American Bearing Manufacturers Association (202) 367-1155 www.abma-dc.org ACI American Concrete Institute (248) 848-3700 www.concrete.org ACPA American Concrete Pipe Association (972) 506-7216 www.concrete-pipe.org AEIC Association of Edison Illuminating Companies, Inc. (The) (205) 257-2530 www.aeic.org AF&PA American Forest & Paper Association (800) 878-8878 www.afandpa.org (202) 463-2700 AGA American Gas Association (202) 824-7000 www.aga.org AGC Associated General Contractors of America (The) (703) 548-3118 www.agc.org AHA American Hardboard Association (Now part of CPA) AHAM Association of Home Appliance Manufacturers (202) 872-5955 www.aham.org Al Asphalt Institute (859) 288-4960 DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II www.asphaltinstitute.org AIA American Institute of Architects (The) (800) 242-3837 www.aia.org (202) 626-7300 AISC American Institute of Steel Construction (800) 644-2400 www.aisc.org (312) 670-2400 AISI American Iron and Steel Institute (202) 452-7100 www.steel.org AITC American Institute of Timber Construction (303) 792-9559 www.aitc-glulam.org ALCA Associated Landscape Contractors of America (Now PLANET - Professional Landcare Network) ALSC American Lumber Standard Committee, Incorporated (301) 972-1700 www.aisc.org AMCA Air Movement and Control Association International, Inc. (847) 394-0150 www.amca.org ANSI American National Standards Institute (202) 293-8020 www.ansi.org AOSA Association of Official Seed Analysts, Inc. (405) 780-7372 www.aosaseed.com APA Architectural Precast Association (239) 454-6989 www.archprecast.org APA APA - The Engineered Wood Association (253) 565-6600 www.apawood.org APA EWS APA - The Engineered Wood Association; Engineered Wood Systems (See APA - The Engineered Wood Association) API American Petroleum Institute (202) 682-8000 www.api.org ARI Air -Conditioning & Refrigeration Institute (703) 524-8800 www.ari.org ARMA Asphalt Roofing Manufacturers Association (202) 207-0917 www.asphaltroofing.org ASCE American Society of Civil Engineers (800) 548-2723 www.asce.org (703) 295-6300 ASCE/SEI American Society of Civil Engineers/Structural Engineering Institute DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II (See ASCE) ASHRAE American Society of Heating, Refrigerating and Air -Conditioning (800) 527-4723 Engineers www.ashrae.org (404) 636-8400 ASME ASME International (800) 843-2763 (American Society of Mechanical Engineers International) (973) 882-1170 www.asme.org ASSE American Society of Sanitary Engineering (440) 835-3040 www.asse-plumbing.org ASTM ASTM International (610) 832-9500 (American Society for Testing and Materials International) www.astm.org AWCI Association of the Wall and Ceiling Industry (703) 534-8300 www.awci.org AWCMA American Window Covering Manufacturers Association (Now WCMA) AWI Architectural Woodwork Institute (571) 323-3636 www.awinet.org AWPA American Wood Protection Association (205) 733-4077 (Formerly: American Wood Preservers' Association) www.awpa.com AWS American Welding Society (800) 443-9353 www.aws.org (305) 443-9353 AWWA American Water Works Association (800) 926-7337 www.awwa.org (303) 794-7711 BHMA Builders Hardware Manufacturers Association (212) 297-2122 www.buildershardware.com BIA Brick Industry Association (The) (703) 620-0010 www.bia.org BICSI BICSI, Inc. (800) 242-7405 www.bicsi.org (813) 979-1991 BIFMA BIFMA International (616) 285-3963 (Business and Institutional Furniture Manufacturer's Association International) www.bifma.com BISSC Baking Industry Sanitation Standards Committee (866) 342-4772 www.bissc.org DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II BWF Badminton World Federation 6-03-9283 7155 (Formerly: IBF - International Badminton Federation) www.internationalbadminton.org CCC Carpet Cushion Council (610) 527-3880 www.carpetcushion.org CDA Copper Development Association (800) 232-3282 www.copper.org (212) 251-7200 CEA Canadian Electricity Association (613) 230-9263 www.canelect.ca CEA Consumer Electronics Association (866) 858-1555 www.ce.org (703) 907-7600 CFFA Chemical Fabrics & Film Association, Inc. (216) 241-7333 www.chemicalfabricsandfilm.com CGA Compressed Gas Association (703) 788-2700 www.cganet.com CIMA Cellulose Insulation Manufacturers Association (888) 881-2462 www.cellulose.org (937) 222-2462 CISCA Ceilings & Interior Systems Construction Association (630) 584-1919 www.cisca.org CISPI Cast Iron Soil Pipe Institute (423) 892-0137 www.cispi.org CLFMI Chain Link Fence Manufacturers Institute (301) 596-2583 www.chainlinkinfo.org CRRC Cool Roof Rating Council (866) 465-2523 www.coolroofs.org (510) 485-7175 CPA Composite Panel Association (301) 670-0604 www.pbmdf.com CPPA Corrugated Polyethylene Pipe Association (800) 510-2772 www.cppa-info.org (202) 462-9607 CRI Carpet and Rug Institute (The) (800) 882-8846 www.carpet-rug.com (706) 278-3176 CRSI Concrete Reinforcing Steel Institute (847) 517-1200 www.crsi.org CSA Canadian Standards Association (800) 463-6727 (416) 747-4000 CSA CSA International (866) 797-4272 DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II (Formerly: IAS - International Approval Services) (416) 747-4000 www.csa-international.org CSI Cast Stone Institute (717) 272-3744 www.caststone.org CSI Construction Specifications Institute (The) (800) 689-2900 www.csinet.org (703) 684-0300 CSSB Cedar Shake & Shingle Bureau (604) 820-7700 www.cedarbureau.org CTI Cooling Technology Institute (281) 583-4087 (Formerly: Cooling Tower Institute) www.cti.org DHI Door and Hardware Institute (703) 222-2010 www.dhi.org EIA Electronic Industries Alliance (703) 907-7500 www.eia.org EIMA EIFS Industry Members Association (800) 294-3462 www.eima.com (770) 968-7945 EJCDC Engineers Joint Contract Documents Committee (703) 295-5000 www.ejdc.org EJMA Expansion Joint Manufacturers Association, Inc. (914) 332-0040 www.ejma.org ESD ESD Association (315) 339-6937 (Electrostatic Discharge Association) www.esda.org ETL SEMCO Intertek ETL SEMCO (800) 967-5352 (Formerly: ITS - Intertek Testing Service NA) www.intertek.com FIBA Federation Internationale de Basketball 41 22 545 00 00 (The International Basketball Federation) www.fiba.com FIVB Federation Internationale de Volleyball 41 21 345 35 35 (The International Volleyball Federation) www.fivb.ch FM Approvals FM Approvals LLC (781) 762-4300 www.fmglobal.com FM Global FM Global (401) 275-3000 (Formerly: FMG - FM Global) www.fmglobal.com DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-6 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II FMRC Factory Mutual Research (Now FM Global) FRSA Florida Roofing, Sheet Metal & Air Conditioning Contractors (407) 671-3772 Association, Inc. www.floridaroof.com FSA Fluid Sealing Association (610) 971-4850 www.fluidsealing.com FSC Forest Stewardship Council 49 228 367 66 0 www.fsc.org GA Gypsum Association (202) 289-5440 www.gypsum.org GANA Glass Association of North America (785) 271-0208 www.glasswebsite.com GRI (Part of GSI) GS Green Seal (202) 872-6400 www.greenseal.org GSI Geosynthetic Institute (610) 522-8440 www.geosynthetic-institute.org HI Hydraulic Institute (973) 267-9700 www.pumps.org HI Hydronics Institute (908) 464-8200 www.gamanet.org HMMA Hollow Metal Manufacturers Association (Part of NAAMM) HPVA Hardwood Plywood & Veneer Association (703) 435-2900 www.hpva.org HPW H. P. White Laboratory, Inc. (410) 838-6550 www.hpwhite.com IAS International Approval Services (Now CSA International) IBF International Badminton Federation (Now BWF) ICEA Insulated Cable Engineers Association, Inc. (770) 830-0369 www.icea.net ICRI International Concrete Repair Institute, Inc. (847) 827-0830 DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-7 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II IEC IEEE IESNA IEST IGCC IGMA ILI ISO ISSFA ITS ITU KCMA LMA LPI MBMA MFMA DEMX ARCHITECTURE FAYETTEVILLE, AR www.icri.org International Electrotechnical Commission www.iec.ch Institute of Electrical and Electronics Engineers, Inc. (The) www.ieee.org Illuminating Engineering Society of North America www.iesna.org Institute of Environmental Sciences and Technology www.iest.org Insulating Glass Certification Council www.igcc.org Insulating Glass Manufacturers Alliance www.igmaonline.org Indiana Limestone Institute of America, Inc. www.iliai.com International Organization for Standardization www.iso.ch Available from ANSI www.ansi.org International Solid Surface Fabricators Association www.issfa.net Intertek Testing Service NA (Now ETL SEMCO) International Telecommunication Union www.itu.int/home Kitchen Cabinet Manufacturers Association www.kcma.org Laminating Materials Association (Now part of CPA) Lightning Protection Institute www.lightning.org Metal Building Manufacturers Association www.mbma.com Maple Flooring Manufacturers Association, Inc. www.maplefloor.org 41 22 919 02 11 (212) 419-7900 (212) 248-5000 (847) 255-1561 (315) 646-2234 (613) 233-1510 (812) 275-4426 41 22 749 01 11 (202) 293-8020 (877) 464-7732 (702) 567-8150 41 22 730 51 11 (703) 264-1690 (800) 488-6864 (216) 241-7333 (888) 480-9138 REFERENCES 01 42 00-8 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II MFMA Metal Framing Manufacturers Association, Inc. (312) 644-6610 www.metaIframingmfg.org MH Material Handling (Now MHIA) MHIA Material Handling Industry of America (800) 345-1815 www.mhia.org (704) 676-1190 MIA Marble Institute of America (440) 250-9222 www.marble-institute.com MIDI Master Painters Institute (888) 674-8937 www.paintinfo.com (604) 298-7578 MSS Manufacturers Standardization Society of The Valve and (703) 281-6613 Fittings Industry Inc. www.mss-hq.com NAAMM National Association of Architectural Metal Manufacturers (630) 942-6591 www.naamm.org NACE NACE International (800) 797-6623 (National Association of Corrosion Engineers International) (281) 228-6200 www.nace.org NADCA National Air Duct Cleaners Association (202) 737-2926 www.nadca.com NAGWS National Association for Girls and Women in Sport (800) 213-7193, ext. 453 www.aahperd.org/nagws/ NAIMA North American Insulation Manufacturers Association (703) 684-0084 www.naima.org NBGQA National Building Granite Quarries Association, Inc. (800) 557-2848 www.nbgqa.com NCAA National Collegiate Athletic Association (The) (317) 917-6222 www.ncaa.org NCMA National Concrete Masonry Association (703) 713-1900 www.ncma.org NCPI National Clay Pipe Institute (262) 248-9094 www.ncpi.org NCTA National Cable & Telecommunications Association (202) 775-2300 www.ncta.com NEBB National Environmental Balancing Bureau (301) 977-3698 www.nebb.org DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-9 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II NECA National Electrical Contractors Association (301) 657-3110 www.necanet.org NeLMA Northeastern Lumber Manufacturers' Association (207) 829-6901 www.nelma.org NEMA National Electrical Manufacturers Association (703) 841-3200 www.nema.org NETA InterNational Electrical Testing Association (888) 300-6382 www.netaworld.org (269) 488-6382 NFHS National Federation of State High School Associations (317) 972-6900 www.nfhs.org NFPA NFPA (800) 344-3555 (National Fire Protection Association) (617) 770-3000 www.nfpa.org NFRC National Fenestration Rating Council (301) 589-1776 www.nfrc.org NGA National Glass Association (866) 342-5642 www.glass.org (703) 442-4890 NHLA National Hardwood Lumber Association (800) 933-0318 www.natlhardwood.org (901) 377-1818 NLGA National Lumber Grades Authority (604) 524-2393 www.nlga.org NOFMA NOFMA: The Wood Flooring Manufacturers Association (901) 526-5016 (Formerly: National Oak Flooring Manufacturers Association) www.nofma.com NOMMA National Ornamental & Miscellaneous Metals Association (888) 516-8585 www.nomma.org NRCA National Roofing Contractors Association (800) 323-9545 www.nrca.net (847) 299-9070 NRMCA National Ready Mixed Concrete Association (888) 846-7622 www.nrmca.org (301) 587-1400 NSF NSF International (800) 673-6275 (National Sanitation Foundation International) (734) 769-8010 www.nsf.org NSSGA National Stone, Sand & Gravel Association (800) 342-1415 www.nssga.org (703) 525-8788 NTMA National Terrazzo & Mosaic Association, Inc. (The) (800) 323-9736 DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR O1 42 00-10 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II www.ntma.com (540) 751-0930 NTRMA National Tile Roofing Manufacturers Association (Now TRI) NWWDA National Wood Window and Door Association (Now WDMA) OPL Omega Point Laboratories, Inc. (Now ITS) PCI Precast/Prestressed Concrete Institute (312) 786-0300 www.pci.org PDCA Painting & Decorating Contractors of America (800) 332-7322 www.pdca.com (314) 514-7322 PDI Plumbing & Drainage Institute (800) 589-8956 www.pdionline.org (978) 557-0720 PGI PVC Geomembrane Institute (217) 333-3929 http://pgi-tp.ce.uiuc.edu PLANET Professional Landcare Network (800) 395-2522 (Formerly: ACLA - Associated Landscape Contractors of (703) 736-9666 America) www.landcarenetwork.org PTI Post -Tensioning Institute (602) 870-7540 www.post-tensioning.org RCSC Research Council on Structural Connections www.boltcouncil.org RFCI Resilient Floor Covering Institute (301) 340-8580 www.rfci.com RIS Redwood Inspection Service (888) 225-7339 www.redwoodinspection.com (415) 382-0662 SAE SAE International (877) 606-7323 www.sae.org (724) 776-4841 SDI Steel Deck Institute (847) 458-4647 www.sdi.org SDI Steel Door Institute (440) 899-0010 www.steeldoor.org SEFA Scientific Equipment and Furniture Association (877) 294-5424 www.sefalabs.com (516) 294-5424 SEI/ASCE Structural Engineering Institute/American Society of Civil DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR O1 42 00-11 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II Engineers (See ASCE) SGCC Safety Glazing Certification Council (315) 646-2234 www.sgcc.org SIA Security Industry Association (866) 817-8888 www.siaonline.org (703) 683-2075 SIGMA Sealed Insulating Glass Manufacturers Association (Now IGMA) SJI Steel Joist Institute (843) 626-1995 www.steeljoist.org SMA Screen Manufacturers Association (561) 533-0991 www.smacentral.org SMACNA Sheet Metal and Air Conditioning Contractors' (703) 803-2980 National Association www.smacna.org SMPTE Society of Motion Picture and Television Engineers (914) 761-1100 www.smpte.org SPFA Spray Polyurethane Foam Alliance (800) 523-6154 (Formerly: SPI/SPFD - The Society of the Plastics Industry, Inc.; Spray Polyurethane Foam Division) www.sprayfoam.org SPIB Southern Pine Inspection Bureau (The) (850) 434-2611 www.spib.org SPRI Single Ply Roofing Industry (781) 647-7026 www.spri.org SSINA Specialty Steel Industry of North America (800) 982-0355 www.ssina.com (202) 342-8630 SSPC SSPC: The Society for Protective Coatings (877) 281-7772 www.sspc.org (412) 281-2331 STI Steel Tank Institute (847) 438-8265 www.steeltank.com SWI Steel Window Institute (216) 241-7333 www.steelwindows.com SWRI Sealant, Waterproofing, & Restoration Institute (816) 472-7974 www.swrionline.org TCA Tile Council of America, Inc. (Now TCNA) DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR O1 42 00-12 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II TCNA Tile Council of North America, Inc. (864) 646-8453 www.tileusa.com TIA/EIA Telecommunications Industry Association/Electronic Industries (703) 907-7700 Alliance www.tiaonline.org TMS The Masonry Society (303) 939-9700 www.masonrysociety.org TPI Truss Plate Institute, Inc. (703) 683-1010 www.tpinst.org TPI Turfgrass Producers International (800) 405-8873 www.turfgrasssod.org (847) 649-5555 TRI Tile Roofing Institute (312) 670-4177 www.tileroofing.org UL Underwriters Laboratories Inc. (877) 854-3577 www.ul.com (847) 272-8800 UNI Uni-Bell PVC Pipe Association (972) 243-3902 www.uni-bell.org USAV USA Volleyball (888) 786-5539 www.usavolleyball.org (719) 228-6800 USGBC U.S. Green Building Council (800) 795-1747 www.usgbc.org USITT United States Institute for Theatre Technology, Inc. (800) 938-7488 www.usitt.org (315) 463-6463 WASTEC Waste Equipment Technology Association (800) 424-2869 www.wastec.org (202) 244-4700 WCLIB West Coast Lumber Inspection Bureau (800) 283-1486 www.wclib.org (503) 639-0651 WCMA Window Covering Manufacturers Association (212) 297-2122 www.wcmanet.org WCSC Window Covering Safety Council (800) 506-4636 (Formerly: WCMA - Window Covering Manufacturers (212) 297-2109 Association) www.windowcoverings.org WDMA Window & Door Manufacturers Association (800) 223-2301 (Formerly: NWWDA - National Wood Window and Door (847) 299-5200 Association) www.wdma.com DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR O1 42 00-13 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II WI Woodwork Institute (Formerly: WIC - Woodwork Institute of (916) 372-9943 California) www.wicnet.org WIC Woodwork Institute of California (Now WI) WMMPA Wood Moulding & Millwork Producers Association (800) 550-7889 www.wmmpa.com (530) 661-9591 WSRCA Western States Roofing Contractors Association (800) 725-0333 www.wsrca.com (650) 570-5441 WWPA Western Wood Products Association (503) 224-3930 www.wwpa.org A. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. IAPMO International Association of Plumbing and Mechanical Officials (909) 472-4100 www.iapmo.org ICC International Code Council (888) 422-7233 www.iccsafe.org ICC-ES ICC Evaluation Service, Inc. (800) 423-6587 www.icc-es.org (562) 699-0543 UBC Uniform Building Code (See ICC) B. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. CE Army Corps of Engineers (202) 761-0011 www.usace.army.mil CPSC Consumer Product Safety Commission (800) 638-2772 www.cpsc.gov (301) 504-7923 DOC Department of Commerce (202) 482-2000 www.commerce.gov DOD Department of Defense (215) 697-6257 http://.dodssp.daps.dla.mil DOE Department of Energy www.energy.gov (202) 586-9220 DEMX ARCHITECTURE FAYETTEVILLE, AR REFERENCES O1 42 00-14 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II EPA Environmental Protection Agency (202) 272-0167 www.epa.gov FAA Federal Aviation Administration (866) 835-5322 www.faa.gov FCC Federal Communications Commission (888) 225-5322 www.fcc.gov FDA Food and Drug Administration (888) 463-6332 www.fda.gov GSA General Services Administration (800) 488-3111 www.gsa.gov HUD Department of Housing and Urban Development (202) 708-1112 www.hud.gov LBL Lawrence Berkeley National Laboratory (510) 486-4000 www.lbl.gov NCHRP National Cooperative Highway Research Program (See TRB) NIST National Institute of Standards and Technology (301) 975-6478 www.nist.gov OSHA Occupational Safety & Health Administration (800) 321-6742 www.osha.gov (202) 693-1999 PBS Public Buildings Service (See GSA) PHS Office of Public Health and Science (202) 690-7694 www.osophs.dhhs.gov/ophs RUS Rural Utilities Service (202) 720-9540 (See USDA) SD State Department (202) 647-4000 www.state.gov TRB Transportation Research Board (202) 334-2934 http://gulliver.trb.org USDA Department of Agriculture (202) 720-2791 www.usda.gov USPS Postal Service (202) 268-2000 www.usps.com C. Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR O1 42 00-15 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II regulations in the following list. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. ADAAG Americans with Disabilities Act (ADA) (800) 872-2253 Architectural Barriers Act (ABA) (202) 272-0080 Accessibility Guidelines for Buildings and Facilities Available from U.S. Access Board www.access-board.gov CFR Code of Federal Regulations (866) 512-1800 Available from Government Printing Office (202) 512-1800 www.gpoaccess.gov/cfr/index.html DOD Department of Defense Military Specifications and Standards (215) 697-2664 Available from Department of Defense Single Stock Point http://dodssp.daps.dla.mil DSCC Defense Supply Center Columbus (See FS) FED -STD Federal Standard (See FS) FS Federal Specification (215) 697-2664 Available from Department of Defense Single Stock Point http://dodssp.daps.dla.mil Available from Defense Standardization Program www.dps.dla.mil Available from General Services Administration (202) 619-8925 www.gsa.gov Available from National Institute of Building Sciences (202) 289-7800 www.wbdg.org/ccb FTMS Federal Test Method Standard (See FS) MIL (See MILSPEC) MIL -STD (See MILSPEC) MILSPEC Military Specification and Standards (215) 697-2664 Available from Department of Defense Single Stock Point http://dodssp.daps.dla.mil UFAS Uniform Federal Accessibility Standards (800) 872-2253 Available from Access Board (202) 272-0080 www.access-board.gov DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR 01 42 00-16 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II D. State Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. CBHF State of California, Department of Consumer Affairs Bureau of Home (800) 952-5210 Furnishings and Thermal Insulation www.dca.ca.gov/bhfti (916) 574-2041 CCR California Code of Regulations (916) 323-6815 www.calregs.com CPUC California Public Utilities Commission (415) 703-2782 www.cpuc.ca.gov TFS Texas Forest Service (979) 458-6650 Forest Resource Development http://txforestservice.tamu.edu PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION DEMX ARCHITECTURE REFERENCES FAYETTEVILLE, AR O1 42 00-17 r . FAYETTEVILLE CITY HALL PH. II 01 50 00 SECTION 0150 00 - TEMPORARY FACILITIES AND CONTROLS PART 1- GENERAL 1.1 SUMMARY A. Section includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related Requirements: 1. Section 011000 "Summary" for work restrictions and limitations on utility interruptions. 1.2 USE CHARGES A. General: Installation and removal of and use charges for temporary facilities shall be included in the Contract Sum unless otherwise indicated. Allow other entities to use temporary services and facilities without cost, including, but not limited to, Owner's construction forces, Engineer, occupants of Project, testing agencies, and authorities having jurisdiction. B. Water and Sewer Service from Existing System: Water from Owner's existing water system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. C. Electric Power Service from Existing System: Electric power from Owner's existing system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. 1.3 INFORMATIONAL SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel. B. Erosion- and Sedimentation -Control Plan: Show compliance with requirements of EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent. C. Fire -Safety Program: Show compliance with requirements of NFPA 241 and authorities having jurisdiction. Indicate Contractor personnel responsible for management of fire prevention program. TEMPORARY FACILITIES AND CONTROLS 0150 00 - 1 r . FAYETTEVILLE CITY HALL PH. II 01 50 00 1.4 QUALITY ASSURANCE A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. C. Accessible Temporary Egress: Comply with applicable provisions in the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines and ICC/ANSI A117.1. 1.5 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. PART 2 - PRODUCTS 2.1 MATERIALS A. Chain -Link Fencing: Minimum 2-inch, 0.148-inch- thick, galvanized -steel, chain -link fabric fencing; minimum 6 feet high with galvanized -steel pipe posts; minimum 2-3/8- inch- OD line posts and 2-7/8-inch- OD corner and pull posts, with 1-5/8-inch- OD top rails. B. Portable Chain -Link Fencing: Minimum 2-inch, 0.148-inch- thick, galvanized -steel, chain -link fabric fencing; minimum 6 feet high with galvanized -steel pipe posts; minimum 2-3/8-inch- OD line posts and 2-7/8-inch- OD corner and pull posts, with 1- 5/8-inch- OD top and bottom rails. Provide concrete bases for supporting posts. C. Wood Enclosure Fence: Plywood, 6 feet high, framed with four 2-by-4-inch rails, with preservative -treated wood posts spaced not more than 8 feet apart. 2.2 TEMPORARY FACILITIES A. Field Offices, General: Prefabricated or mobile units with serviceable finishes, temperature controls, and foundations adequate for normal loading. B. Common -Use Field Office: Of sufficient size to accommodate needs of Owner, Engineer, Construction Manager, and construction personnel office activities and to accommodate Project meetings specified in other Division 01 Sections. Keep office clean and orderly. TEMPORARY FACILITIES AND CONTROLS 0150 00 - 2 r . FAYETTEVILLE CITY HALL PH. II 01 50 00 C. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. 2.3 EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. B. HVAC Equipment: Unless Owner authorizes use of permanent HVAC system, provide vented, self-contained, liquid -propane -gas or fuel -oil heaters with individual space thermostatic control. 1. Use of gasoline -burning space heaters, open -flame heaters, or salamander -type heating units is prohibited. 2. Heating Units: Listed and labeled for type of fuel being consumed, by a qualified testing agency acceptable to authorities having jurisdiction, and marked for intended location and application. 3. Permanent HVAC System: If Owner authorizes use of permanent HVAC system for temporary use during construction, provide filter with MERV of 8 at each return -air grille in system and remove at end of construction. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. 1. Locate facilities to limit site disturbance as specified in Section 011000 "Summary." B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 3.2 TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. 1. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services. B. Sewers and Drainage: Provide temporary utilities to remove effluent lawfully. 1. Connect temporary sewers to municipal or private system indicated as directed by authorities having jurisdiction. TEMPORARY FACILITIES AND CONTROLS 0150 00 - 3 r . FAYETTEVILLE CITY HALL PH. II 01 50 00 C. Water Service: Install water service and distribution piping in sizes and pressures adequate for construction. D. Water Service: Connect to Owner's existing water service facilities. Clean and maintain water service facilities in a condition acceptable to Owner. At Substantial Completion, restore these facilities to condition existing before initial use. E. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. 1. Toilets: Use of Owner's existing toilet facilities will be permitted, as long as facilities are cleaned and maintained in a condition acceptable to Owner. At Substantial Completion, restore these facilities to condition existing before initial use. F. Heating and/or Cooling: Provide temporary heating and/or cooling required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of low temperatures or high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. G. Ventilation and Humidity Control: Provide temporary ventilation required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of high humidity. Select equipment that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce ambient condition required and minimize energy consumption. H. Electric Power Service: Connect to Owner's existing electric power service. Maintain equipment in a condition acceptable to Owner. Electric Power Service: Provide electric power service and distribution system of sufficient size, capacity, and power characteristics required for construction operations. 1. Install electric power service underground unless otherwise indicated. 2. Connect temporary service to Owner's existing power source, as directed by Owner. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections, and traffic conditions. 1. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. K. Telephone Service: Provide temporary telephone service in common -use facilities for use by all construction personnel. Install one telephone line(s) for each field office. 1. Provide additional telephone lines for the following: a. Provide a dedicated telephone line for each facsimile machine in each field office. TEMPORARY FACILITIES AND CONTROLS 0150 00 - 4 r . FAYETTEVILLE CITY HALL PH. II 01 50 00 2. At each telephone, post a list of important telephone numbers. a. Police and fire departments. b. Ambulance service. C. Contractor's home office. d. Contractor's emergency after-hours telephone number. e. Engineer's office. f. Engineers' offices. g. Owner's office. h. Principal subcontractors' field and home offices. 3. Provide superintendent with cellular telephone or portable two-way radio for use when away from field office. L. Electronic Communication Service: Provide a desktop computer in the primary field office adequate for use by Engineer and Owner to access project electronic documents and maintain electronic communications. Equip computer with not less than the following: 1. Processor: Intel Pentium D or Intel CoreDuo, 3.0 GHz processing speed. 2. Memory: 4 gigabyte. 3. Disk Storage: 300 gigabyte hard -disk drive and combination DVD-RW/CD-RW drive. 4. Display: 22-inch LCD monitor with 128 Mb dedicated video RAM. 5. Network Connectivity: 10/100BaseT Ethernet. 6. Productivity Software: a. Microsoft Office Professional, XP or higher, including Word, Excel, and Outlook. b. Adobe Reader 7.0 or higher. C. WinZip 7.0 or higher. 7. Printer: "All -in -one" unit equipped with printer server, combining color printing, photocopying, scanning, and faxing, or separate units for each of these three functions. 8. Internet Service: Broadband modem, router and ISP, equipped with hardware firewall, providing minimum 384 Kbps upload and 1 Mbps download speeds at each computer. 9. Internet Security: Integrated software, providing software firewall, virus, spyware, phishing, and spam protection in a combined application. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Provide construction for temporary offices, shops, and sheds located within construction area or within 30 feet of building lines that is noncombustible according to ASTM E 136. Comply with NFPA 241. 2. Maintain support facilities until Engineer schedules Substantial Completion inspection. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. TEMPORARY FACILITIES AND CONTROLS 0150 00 - 5 r . FAYETTEVILLE CITY HALL PH. II 01 50 00 B. Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas adequate for construction operations. Locate temporary roads and paved areas as indicated on Drawings. 1. Provide dust -control treatment that is nonpolluting and nontracking. Reapply treatment as required to minimize dust. C. Temporary Use of Permanent Roads and Paved Areas: Locate temporary roads and paved areas in same location as permanent roads and paved areas. Construct and maintain temporary roads and paved areas adequate for construction operations. Extend temporary roads and paved areas, within construction limits indicated, as necessary for construction operations. 1. Coordinate elevations of temporary roads and paved areas with permanent roads and paved areas. 2. Prepare subgrade and install subbase and base for temporary roads and paved areas according to Section 312000 "Earth Moving." 3. Recondition base after temporary use, including removing contaminated material, regrading, proofrolling, compacting, and testing. 4. Delay installation of final course of permanent hot -mix asphalt pavement until immediately before Substantial Completion. Repair hot -mix asphalt base -course pavement before installation of final course according to Section 321216 "Asphalt Paving." D. Traffic Controls: Comply with requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs, pavement, and utilities. 2. Maintain access for fire -fighting equipment and access to fire hydrants. E. Parking: Provide temporary parking areas for construction personnel. F. Dewatering Facilities and Drains: Comply with requirements of authorities having jurisdiction. Maintain Project site, excavations, and construction free of water. 1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining properties or endanger permanent Work or temporary facilities. 2. Remove snow and ice as required to minimize accumulations. G. Project Signs: Provide Project signs as indicated. Unauthorized signs are not permitted. 1. Identification Signs: Provide Project identification signs as indicated on Drawings. 2. Temporary Signs: Provide other signs as indicated and as required to inform public and individuals seeking entrance to Project. a. Provide temporary, directional signs for construction personnel and visitors. 3. Maintain and touchup signs so they are legible at all times. H. Waste Disposal Facilities: Comply with requirements specified in Section 017419 "Construction Waste Management and Disposal." Waste Disposal Facilities: Provide waste -collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities TEMPORARY FACILITIES AND CONTROLS 0150 00 - 6 r . FAYETTEVILLE CITY HALL PH. II 01 50 00 having jurisdiction. Comply with progress cleaning requirements in Section 017300 "Execution." Lifts and Hoists: Provide facilities necessary for hoisting materials and personnel. 1. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment" and not temporary facilities. K. Temporary Elevator Use: Use of elevators is not permitted. L. Existing Elevator Use: Use of Owner's existing elevators will be permitted, provided elevators are cleaned and maintained in a condition acceptable to Owner. At Substantial Completion, restore elevators to condition existing before initial use, including replacing worn cables, guide shoes, and similar items of limited life. 1. Do not load elevators beyond their rated weight capacity. 2. Provide protective coverings, barriers, devices, signs, or other procedures to protect elevator car and entrance doors and frame. If, despite such protection, elevators become damaged, engage elevator Installer to restore damaged work so no evidence remains of correction work. Return items that cannot be refinished in field to the shop, make required repairs and refinish entire unit, or provide new units as required. M. Temporary Stairs: Until permanent stairs are available, provide temporary stairs where ladders are not adequate. N. Existing Stair Usage: Use of Owner's existing stairs will be permitted, provided stairs are cleaned and maintained in a condition acceptable to Owner. At Substantial Completion, restore stairs to condition existing before initial use. 1. Provide protective coverings, barriers, devices, signs, or other procedures to protect stairs and to maintain means of egress. If stairs become damaged, restore damaged areas so no evidence remains of correction work. O. Temporary Use of Permanent Stairs: Use of new stairs for construction traffic will be permitted, provided stairs are protected and finishes restored to new condition at time of Substantial Completion. 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities. B. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction as required to comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. TEMPORARY FACILITIES AND CONTROLS 0150 00 - 7 r . FAYETTEVILLE CITY HALL PH. II 01 50 00 C. Temporary Erosion and Sedimentation Control: Comply with requirements of 2003 EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent and requirements specified in Section 311000 "Site Clearing." D. Temporary Erosion and Sedimentation Control: Provide measures to prevent soil erosion and discharge of soil -bearing water runoff and airborne dust to undisturbed areas and to adjacent properties and walkways, according to erosion- and sedimentation -control Drawings. E. Stormwater Control: Comply with requirements of authorities having jurisdiction. Provide barriers in and around excavations and subgrade construction to prevent flooding by runoff of stormwater from heavy rains. F. Tree and Plant Protection: Comply with requirements specified in Section 015639 "Temporary Tree and Plant Protection." G. Tree and Plant Protection: Install temporary fencing located as indicated or outside the drip line of trees to protect vegetation from damage from construction operations. Protect tree root systems from damage, flooding, and erosion. H. Pest Control: Engage pest -control service to recommend practices to minimize attraction and harboring of rodents, roaches, and other pests and to perform extermination and control procedures at regular intervals so Project will be free of pests and their residues at Substantial Completion. Perform control operations lawfully, using environmentally safe materials. Site Enclosure Fence: Before construction operations begin, furnish and install site enclosure fence in a manner that will prevent people and animals from easily entering site except by entrance gates. 1. Extent of Fence: As required to enclose entire Project site or portion determined sufficient to accommodate construction operations. 2. Maintain security by limiting number of keys and restricting distribution to authorized personnel. Furnish one set of keys to Owner. Security Enclosure and Lockup: Install temporary enclosure around partially completed areas of construction. Provide lockable entrances to prevent unauthorized entrance, vandalism, theft, and similar violations of security. Lock entrances at end of each work day. K. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. L. Temporary Egress: Maintain temporary egress from existing occupied facilities as indicated and as required by authorities having jurisdiction. M. Temporary Enclosures: Provide temporary enclosures for protection of construction, in progress and completed, from exposure, foul weather, other construction operations, and similar activities. Provide temporary weathertight enclosure for building exterior. TEMPORARY FACILITIES AND CONTROLS 0150 00 - 8 r . FAYETTEVILLE CITY HALL PH. II 01 50 00 1. Where heating or cooling is needed and permanent enclosure is not complete, insulate temporary enclosures. N. Temporary Partitions: Provide floor -to -ceiling dustproof partitions to limit dust and dirt migration and to separate areas occupied by Owner and tenants from fumes and noise. 1. Construct dustproof partitions with gypsum wallboard with joints taped on occupied side, and fire -retardant -treated plywood on construction operations side. 2. Construct dustproof partitions with two layers of 6-mil polyethylene sheet on each side. Cover floor with two layers of 6-mil polyethylene sheet, extending sheets 18 inches up the sidewalls. Overlap and tape full length of joints. Cover floor with fire -retardant -treated plywood. a. Construct vestibule and airlock at each entrance through temporary partition with not less than 48 inches between doors. Maintain water - dampened foot mats in vestibule. 3. Where fire -resistance -rated temporary partitions are indicated or are required by authorities having jurisdiction, construct partitions according to the rated assemblies. 4. Insulate partitions to control noise transmission to occupied areas. 5. Seal joints and perimeter. Equip partitions with gasketed dustproof doors and security locks where openings are required. 6. Protect air -handling equipment. 7. Provide walk -off mats at each entrance through temporary partition. O. Temporary Fire Protection: Install and maintain temporary fire -protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 241; manage fire prevention program. 1. Prohibit smoking in construction areas. 2. Supervise welding operations, combustion -type temporary heating units, and similar sources of fire ignition according to requirements of authorities having jurisdiction. 3. Develop and supervise an overall fire -prevention and -protection program for personnel at Project site. Review needs with local fire department and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information. 4. Provide temporary standpipes and hoses for fire protection. Hang hoses with a warning sign stating that hoses are for fire -protection purposes only and are not to be removed. Match hose size with outlet size and equip with suitable nozzles. 3.5 MOISTURE AND MOLD CONTROL A. Contractor's Moisture Protection Plan: Avoid trapping water in finished work. Document visible signs of mold that may appear during construction. B. Exposed Construction Phase: Before installation of weather barriers, when materials are subject to wetting and exposure and to airborne mold spores, protect materials TEMPORARY FACILITIES AND CONTROLS 0150 00 - 9 r . FAYETTEVILLE CITY HALL PH. II 01 50 00 from water damage and keep porous and organic materials from coming into prolonged contact with concrete. C. Partially Enclosed Construction Phase: After installation of weather barriers but before full enclosure and conditioning of building, when installed materials are still subject to infiltration of moisture and ambient mold spores, protect as follows: 1. Do not load or install drywall or other porous materials or components, or items with high organic content, into partially enclosed building. 2. Keep interior spaces reasonably clean and protected from water damage. 3. Discard or replace water -damaged and wet material. 4. Discard, replace, or clean stored or installed material that begins to grow mold. 5. Perform work in a sequence that allows any wet materials adequate time to dry before enclosing the material in drywall or other interior finishes. D. Controlled Construction Phase of Construction: After completing and sealing of the building enclosure but prior to the full operation of permanent HVAC systems, maintain as follows: 1. Control moisture and humidity inside building by maintaining effective dry -in conditions. 2. Remove materials that can not be completely restored to their manufactured moisture level within 48 hours. 3.6 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. 1. Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. C. Temporary Facility Changeover: Do not change over from using temporary security and protection facilities to permanent facilities until Substantial Completion. D. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Materials and facilities that constitute temporary facilities are property of Contractor. Owner reserves right to take possession of Project identification signs. 2. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period. Comply with final cleaning requirements specified in Section 017700 "Closeout Procedures." TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 10 v . FAYETTEVILLE CITY HALL PH. II 01 50 00 END OF SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 11 r . FAYETTEVILLE CITY HALL PH. II 01 56 39 SECTION 0156 39 - TEMPORARY TREE AND PLANT PROTECTION PART 1- GENERAL 1.1 SUMMARY A. Section includes general protection and pruning of existing trees and plants that are affected by execution of the Work, whether temporary or permanent construction. 1.2 DEFINITIONS A. Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and indicated on Drawings defined by a circle concentric with each tree with a radius 1.5 times the diameter of the drip line unless otherwise indicated. 1.3 INFORMATIONAL SUBMITTALS A. Certification: From arborist, certifying that trees indicated to remain have been protected during construction according to recognized standards and that trees were promptly and properly treated and repaired when damaged. B. Maintenance Recommendations: From arborist, for care and protection of trees affected by construction during and after completing the Work. C. Existing Conditions: Documentation of existing trees and plantings indicated to remain, which establishes preconstruction conditions that might be misconstrued as damage caused by construction activities. 1.4 QUALITY ASSURANCE A. Arborist Qualifications: Certified Arborist as certified by ISA, licensed arborist in jurisdiction where Project is located, current member of ASCA, or registered Consulting Arborist as designated by ASCA. 1.5 PROJECT CONDITIONS A. The following practices are prohibited within protection zones: 1. Storage of construction materials, debris, or excavated material. 2. Parking vehicles or equipment. 3. Foot traffic. 4. Erection of sheds or structures. 5. Impoundment of water. TEMPORARY TREE AND PLANT PROTECTION 0156 39 - 1 r . FAYETTEVILLE CITY HALL PH. II 01 56 39 6. Excavation or other digging unless otherwise indicated. 7. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. B. Do not direct vehicle or equipment exhaust toward protection zones. C. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones and organic mulch. PART 2 - PRODUCTS 2.1 MATERIALS A. Topsoil: Natural or cultivated top layer of the soil profile or manufactured topsoil; containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than 1 inch in diameter; and free of weeds, roots, and toxic and other nonsoil materials. B. Topsoil: Stockpiled topsoil from location shown on Drawings. C. Organic Mulch: Wood and bark chips, free from deleterious materials. D. Protection -Zone Fencing: Fencing fixed in position and meeting one of the following requirements. 1. Chain -Link Protection -Zone Fencing: Galvanized -steel fencing fabricated from minimum 2-inch opening, 0.148-inch- diameter wire chain -link fabric; with pipe posts, minimum 2-3/8-inch- OD line posts, and 2-7/8-inch- OD corner and pull posts; with 1-5/8-inch- OD top rails and 0.177-inch- diameter bottom tension wire; with tie wires, hog ring ties, and other accessories for a complete fence system. 2. Plywood Protection -Zone Fencing: Plywood framed with four 2-by-4-inch rails, with 4-by-4-inch preservative -treated wood posts spaced not more than 8 feet apart. 3. Wood Protection -Zone Fencing: Constructed of two 2-by-4-inch horizontal rails, with 4-by-4-inch preservative -treated wood posts spaced not more than 8 feet apart, and lower rail set halfway between top rail and ground. 4. Plastic Protection -Zone Fencing: Plastic construction fencing constructed of high -density extruded and stretched polyethylene fabric with 2-inch maximum opening in pattern and supported by tubular or T-shape galvanized -steel posts spaced not more than 8 feet apart. High -visibility orange color, nonfading. 5. Height of Fencing: 4 feet minimum. 6. Gates: Swing access gates matching material and appearance of fencing, to allow for maintenance activities within protection zones. E. Protection -Zone Signage: Shop -fabricated, rigid plastic or metal sheet with attachment holes prepunched and reinforced; legibly printed with nonfading lettering. TEMPORARY TREE AND PLANT PROTECTION 0156 39 - 2 r . FAYETTEVILLE CITY HALL PH. II 01 56 39 PART 3 - EXECUTION 3.1 EXAMINATION AND PREPARATION A. Erosion and Sedimentation Control: Examine the site to verify that temporary erosion - and sedimentation -control measures are in place. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. B. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. C. Protection Zones: Mulch areas inside protection zones and other areas indicated with 4-inch average thickness of organic mulch. Do not place mulch within 6 inches of tree trunks. 3.2 PROTECTION ZONES A. Protection -Zone Fencing: Install protection -zone fencing along edges of protection zones in a manner that will prevent people from easily entering protected area except by entrance gates. 1. Chain -Link Fencing: Install to comply with ASTM F 567 and with manufacturer's written instructions. 2. Posts: Set or drive posts into ground one-third the total height of the fence without concrete footings. Where a post is located on existing paving or concrete to remain, provide appropriate means of post support acceptable to Engineer. 3. Access Gates: Install where indicated. B. Protection -Zone Signage: Install protection -zone signage in visibly prominent locations in a manner approved by Engineer. C. Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that are damaged by construction operations, in a manner approved by Engineer. D. Maintain protection -zone fencing and signage in good condition as acceptable to Engineer and remove when construction operations are complete and equipment has been removed from the site. 3.3 EXCAVATION A. General: Excavate at edge of protection zones and for trenches indicated within protection zones according to requirements in Section 312000 "Earth Moving." TEMPORARY TREE AND PLANT PROTECTION 0156 39 - 3 r . FAYETTEVILLE CITY HALL PH. II 01 56 39 B. Trenching near Trees: Where utility trenches are required within protection zones, hand excavate under or around tree roots or tunnel under the roots by drilling, auger boring, or pipe jacking. Do not cut main lateral tree roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots as required for root pruning. C. Do not allow exposed roots to dry out before placing permanent backfill. 3.4 ROOT PRUNING A. Prune roots that are affected by temporary and permanent construction. Prune roots as indicated by a Certified Arborist and as follows: 1. Cut roots manually by digging a trench and cutting exposed roots with sharp pruning instruments; do not break, tear, chop, or slant the cuts. Do not use a backhoe or other equipment that rips, tears, or pulls roots. 2. Temporarily support and protect roots from damage until they are permanently covered with soil. 3. Cover exposed roots with burlap and water regularly. 4. Backfill as soon as possible according to requirements in Section 312000 "Earth Moving." B. Root Pruning at Edge of Protection Zone: Prune roots by cleanly cutting all roots to the depth of the required excavation. C. Root Pruning within Protection Zone: Clear and excavate by hand to the depth of the required excavation to minimize damage to root systems. Use narrow -tine spading forks, comb soil to expose roots, and cleanly cut roots as close to excavation as possible. 3.5 CROWN PRUNING A. Prune branches that are affected by temporary and permanent construction. Prune branches as indicated by a Certified Arborist and as follows: 1. Prune trees to remain to compensate for root loss caused by damaging or cutting root system. Provide subsequent maintenance during Contract period as recommended by arborist. 2. Pruning Standards: Prune trees according to ANSI A300 (Part 1) and according to Certified Arborist report. 3. Cut branches with sharp pruning instruments; do not break or chop. 4. Do not apply pruning paint to wounds. B. Chip removed branches and stockpile in areas approved by Engineer. TEMPORARY TREE AND PLANT PROTECTION 0156 39 - 4 r . FAYETTEVILLE CITY HALL PH. II 01 56 39 3.6 REGRADING A. Lowering Grade: Where new finish grade is indicated below existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. B. Raising Grade: Where new finish grade is indicated above existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. C. Minor Fill within Protection Zone: Where existing grade is 2 inches or less below elevation of finish grade, fill with topsoil. Place topsoil in a single uncompacted layer and hand grade to required finish elevations. 3.7 FIELD QUALITY CONTROL A. Inspections: Engage a qualified arborist to direct plant -protection measures in the vicinity of trees, shrubs, and other vegetation indicated to remain and to prepare inspection reports. 3.8 REPAIR AND REPLACEMENT A. General: Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that are damaged by construction operations, in a manner approved by Engineer. 1. Have arborist perform the root cutting, branch pruning, and damage repair of trees and shrubs. 2. Treat damaged trunks, limbs, and roots according to arborist's written instructions. 3. Perform repairs within 24 hours. 4. Replace vegetation that cannot be repaired and restored to full -growth status, as determined by Engineer. 3.9 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove excess excavated material, displaced trees, trash and debris, and legally dispose of them off Owner's property. END OF SECTION 0156 39 TEMPORARY TREE AND PLANT PROTECTION 0156 39 - 5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 01 60 00 PRODUCT REQUIREMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; and comparable products. B. Related Sections: 1. Division 1 Section "Alternates" for products selected under an alternate. 2. Division 1 Section "Substitution Procedures" for requests for substitutions. 3. Division 1 Section "References" for applicable industry standards for products specified. 1.3 DEFINITIONS A. Products: Items obtained for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature, that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product: Product that is demonstrated and approved through submittal process to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Basis -of -Design Product Specification: A specification in which a specific manufacturer's product is named and accompanied by the words "basis -of -design product," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of additional manufacturers named in the specification. 1.2 ACTION SUBMITTALS A. Comparable Product Requests: Submit request for consideration of each comparable product. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Include data to indicate compliance with the requirements specified in "Comparable Products" Article. 2. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within one week of receipt of a comparable product request. Architect will notify Contractorof approval or rejection of proposed comparable product request within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Form of Approval: As specified in Division 1 Section "Submittal Procedures." DEMX ARCHITECTURE PRODUCT REQUIREMENTS FAYETTEVILLE, AR 01 60 00-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II b. Use product specified if Architect does not issue a decision on use of a comparable product request within time allocated. B. Basis -of -Design Product Specification Submittal: Comply with requirements in Division 1 Section "Submittal Procedures." Show compliance with requirements. 1.3 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, select product compatible with products previously selected, even if previously selected products were also options. 1. Each contractor is responsible for providing products and construction methods compatible with products and construction methods of other contractors. 2. If a dispute arises between contractors over concurrently selectable but incompatible products, Architect will determine which products shall be used. 1.4 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft and vandalism. Comply with manufacturer's written instructions. B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products on delivery to determine compliance with the Contract Documents and to determine that products are undamaged and properly protected. C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 4. Store foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. 5. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather -protection requirements for storage. 6. Protect stored products from damage and liquids from freezing. 7. Provide a secure location and enclosure at Project site for storage of materials and equipment by Owner's construction forces. Coordinate location with Owner. 1.5 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Written warranty furnished by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. DEMX ARCHITECTURE PRODUCT REQUIREMENTS FAYETTEVILLE, AR 01 60 00-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 2. Special Warranty: Written warranty required by the Contract Documents to provide specific rights for Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. 1. Manufacturer's Standard Form: Modified to include Project -specific information and properly executed. 2. Specified Form: When specified forms are included with the Specifications, prepare a written document using indicated form properly executed. 3. Refer to Divisions 2 through 16. Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Division 1 Section "Closeout Procedures." PART 2 - PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, are undamaged and, unless otherwise indicated, are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Descriptive, performance, and reference standard requirements in the Specifications establish salient characteristics of products. B. Product Selection Procedures:. 1. Product: Where Specifications name a single manufacturer and product, provide the named product that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. 3. Products: a. Restricted List: Where Specifications include a list of names of both manufacturers and products, provide one of the products listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will be considered b. Nonrestricted List: Where Specifications include a list of names of both available manufacturers and products, provide one of the products listed, or an unnamed product, that complies with requirements. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product. 4. Manufacturers: a. Restricted List: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will be considered, BUT MUST BE APPROVED BY ARCHITECT. DEMX ARCHITECTURE PRODUCT REQUIREMENTS FAYETTEVILLE, AR 01 60 00-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 5. Basis -of -Design Product: Where Specifications name a product, or refer to a product indicated on Drawings, and include a list of manufacturers, provide the specified or indicated product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product by one of the other named manufacturers. C. Visual Matching Specification: Where Specifications require "match Architect's sample", provide a product that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed product matches. 1. If no product available within specified category matches and complies with other specified requirements, comply with requirements in Division 1 Section "Substitution Procedures" for proposal of product. D. Visual Selection Specification: Where Specifications include the phrase "as selected by Architect from manufacturer's full range" or similar phrase, select a product that complies with requirements. Architect will select color, gloss, pattern, density, or texture from manufacturer's product line that includes both standard and premium items. 2.2 COMPARABLE PRODUCTS A. Conditions for Consideration: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect may return requests without action, except to record noncompliance with these requirements: 1. Evidence that the proposed product does not require revisions to the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners, if requested. 5. Samples, if requested. PART 3 - EXECUTION (Not Used) END OF SECTION DEMX ARCHITECTURE PRODUCT REQUIREMENTS FAYETTEVILLE, AR 01 60 00-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION O1 73 00 EXECUTION REQUIREMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general administrative and procedural requirements governing execution of the Work including, but not limited to, the following: 1. Construction layout. 2. Field engineering and surveying. 3. Installation of the Work. 4. Cutting and patching. 5. Coordination of Owner -installed products. 6. Progress cleaning. 7. Starting and adjusting. 8. Protection of installed construction. 9. Correction of the Work. B. Related Sections: 1. Division 1 Section "Submittal Procedures" for submitting surveys. 2. Division 1 Section "Selective Demolition" for demolition and removal of selected portions of the building. 3. Division 1 Section "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of Owner -accepted deviations from indicated lines and levels, and final cleaning. 4. Division 7 Section "Through -Penetration Firestop Systems" for patching penetrations in fire -rated construction. 1.3 DEFINITIONS A. Cutting: Removal of in -place construction necessary to permit installation or performance of other work. B. Patching: Fitting and repair work required to restore construction to original conditions after installation of other work. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For [land surveyor] [professional engineer]. B. Certificates: Submit certificate signed by [land surveyor] [professional engineer] certifying that location and elevation of improvements comply with requirements. C. Cutting and Patching Plan: Submit plan describing procedures at least [10] <Insert number> days prior to the time cutting and patching will be performed. Include the following information: 1. Extent: Describe reason for and extent of each occurrence of cutting and patching. 2. Changes to In -Place Construction: Describe anticipated results. Include changes to structural elements and operating components as well as changes in building appearance and other significant visual elements. 3. Products: List products to be used for patching and firms or entities that will perform patching work. 4. Dates: Indicate when cutting and patching will be performed. 5. Utilities and Mechanical and Electrical Systems: List services and systems that cutting and patching procedures will disturb or affect. List services and systems that will be DEMX ARCHITECTURE EXECUTION REQUIREMENTS FAYETTEVILLE, AR O1 73 00-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II relocated and those that will be temporarily out of service. Indicate how long services and systems will be disrupted. D. Landfill Receipts: Submit copy of receipts issued by a landfill facility, licensed to accept hazardous materials, for hazardous waste disposal. E. Certified Surveys: Submit [two] <Insert number> copies signed by [land surveyor] [professional engineer]. F. Final Property Survey: Submit [10] <Insert number> copies showing the Work performed and record survey data. 1.5 QUALITY ASSURANCE A. Land Surveyor Qualifications: A professional land surveyor who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing land -surveying services of the kind indicated. B. Cutting and Patching: Comply with requirements for and limitations on cutting and patching of construction elements. 1. Structural Elements: When cutting and patching structural elements, notify Architect of locations and details of cutting and await directions from the Architect before proceeding. Shore, brace, and support structural element during cutting and patching. Do not cut and patch structural elements in a manner that could change their load - carrying capacity or increase deflection a. <Insert list of structural elements>. 2. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety.[ Operational elements include the following:] a. Primary operational systems and equipment. b. Fire separation assemblies. C. Air or smoke barriers. d. Fire -suppression systems. e. Mechanical systems piping and ducts. f. Control systems. g. Communication systems. h. Conveying systems. i. Electrical wiring systems. j. Operating systems of special construction. k. <Insert operating system>. 3. Other Construction Elements: Do not cut and patch other construction elements or components in a manner that could change their load -carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety.[ Other construction elements include but are not limited to the following:] a. Water, moisture, or vapor barriers. b. Membranes and flashings. C. Exterior curtain -wall construction. d. Equipment supports. e. Piping, ductwork, vessels, and equipment. f. Noise- and vibration -control elements and systems. g. <Insert miscellaneous element>. 4. Visual Elements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch exposed construction in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. DEMX ARCHITECTURE EXECUTION REQUIREMENTS FAYETTEVILLE, AR O1 73 00-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II C. Cutting and Patching Conference: Before proceeding, meet at Project site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. D. Manufacturer's Installation Instructions: Obtain and maintain on -site manufacturer's written recommendations and instructions for installation of products and equipment. 1.6 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during installation or cutting and patching operations, by methods and with materials so as not to void existing warranties. PART 2 - PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. 1. For projects requiring compliance with sustainable design and construction practices and procedures, utilize products for patching that comply with requirements of Division 1 Section "LEED Requirements." B. In -Place Materials: Use materials for patching identical to in -place materials. For exposed surfaces, use materials that visually match in -place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will provide a match acceptable to the Architect for the visual and functional performance of in -place materials. PART 3 - EXECUTION 3.1 EXAMINATION A. Existing Conditions: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utiIities, [mechanical and electrical systems,] and other construction affecting the Work. 1. Before construction, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water -service piping; underground electrical services, and other utilities. 2. Furnish location data for work related to Project that must be performed by public utilities serving Project site. B. Examination and Acceptance of Conditions: Before proceeding with each component of the Work, examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. 1. Written Report: Where a written report listing conditions detrimental to performance of the Work is required by other Sections, include the following: a. Description of the Work. b. List of detrimental conditions, including substrates. C. List of unacceptable installation tolerances. d. Recommended corrections. 2. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 3. Examine roughing -in for mechanical and electrical systems to verify actual locations of connections before equipment and fixture installation. DEMX ARCHITECTURE EXECUTION REQUIREMENTS FAYETTEVILLE, AR O1 73 00-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 4. Examine walls, floors, and roofs for suitable conditions where products and systems are to be installed. 5. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Existing Utility Information: Furnish information to [local utility] [Owner] that is necessary to adjust, move, or relocate existing utility structures, utility poles, lines, services, or other utility appurtenances located in or affected by construction. Coordinate with authorities having jurisdiction. B. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. C. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. D. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents caused by differing field conditions outside the control of the Contractor, submit a request for information to Architect according to requirements in Division 1 Section "Project Management and Coordination." E. Surface and Substrate Preparation: Comply with manufacturer's recommendations for preparation of substrates to receive subsequent work. 3.3 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If discrepancies are discovered, notify Architect[ and Construction Manager] promptly. B. General: Engage a [land surveyor] [professional engineer] to lay out the Work using accepted surveying practices. 1. Establish benchmarks and control points to set lines and levels at each story of construction and elsewhere as needed to locate each element of Project. 2. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 3. Inform installers of lines and levels to which they must comply. 4. Check the location, level and plumb, of every major element as the Work progresses. 5. Notify Architect[ and Construction Manager] when deviations from required lines and levels exceed allowable tolerances. 6. Close site surveys with an error of closure equal to or less than the standard established by authorities having jurisdiction. C. Site Improvements: Locate and lay out site improvements, including pavements, grading, fill and topsoil placement, utility slopes, and rim and invert elevations. D. Building Lines and Levels: Locate and lay out control lines and levels for structures, building foundations, column grids, and floor levels, including those required for mechanical and electrical work. Transfer survey markings and elevations for use with control lines and levels. Level foundations and piers from two or more locations. E. Record Log: Maintain a log of layout control work. Record deviations from required lines and levels. Include beginning and ending dates and times of surveys, weather conditions, name and duty of each survey party member, and types of instruments and tapes used. Make the log available for reference by Architect[ and Construction Manager]. 3.4 FIELD ENGINEERING A. Identification: Owner will identify existing benchmarks, control points, and property corners. DEMX ARCHITECTURE EXECUTION REQUIREMENTS FAYETTEVILLE, AR O1 73 00-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II B. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. 1. Do not change or relocate existing benchmarks or control points without prior written approval of Architect[ or Construction Manager]. Report lost or destroyed permanent benchmarks or control points promptly. Report the need to relocate permanent benchmarks or control points to Architect[ and Construction Manager] before proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points. C. Benchmarks: Establish and maintain a minimum of [two] <Insert number> permanent benchmarks on Project site, referenced to data established by survey control points. Comply with authorities having jurisdiction for type and size of benchmark. 1. Record benchmark locations, with horizontal and vertical data, on Project Record Documents. 2. Where the actual location or elevation of layout points cannot be marked, provide temporary reference points sufficient to locate the Work. 3. Remove temporary reference points when no longer needed. Restore marked construction to its original condition. D. Certified Survey: On completion of foundation walls, major site improvements, and other work requiring field -engineering services, prepare a certified survey showing dimensions, locations, angles, and elevations of construction and sitework. E. Final Property Survey: Engage a [land surveyor] [professional engineer] to prepare a final property survey showing significant features (real property) for Project. Include on the survey a certification, signed by [land surveyor] [professional engineer], that principal metes, bounds, lines, and levels of Project are accurately positioned as shown on the survey. 1. Show boundary lines, monuments, streets, site improvements and utilities, existing improvements and significant vegetation, adjoining properties, acreage, grade contours, and the distance and bearing from a site corner to a legal point. 2. Recording: At Substantial Completion, have the final property survey recorded by or with authorities having jurisdiction as the official "property survey." 3.5 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation, as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. 3. Conceal pipes, ducts, and wiring in finished areas, unless otherwise indicated. 4. Maintain minimum headroom clearance of [96 inches (2440 mm)] <Insert dimension> in occupied spaces and [90 inches (2300 mm)] <Insert dimension> in unoccupied spaces. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. E. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. F. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and field installed. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing products to comply with indicated requirements. DEMX ARCHITECTURE EXECUTION REQUIREMENTS FAYETTEVILLE, AR O1 73 00-5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II G. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned with other portions of the Work. Where size and type of attachments are not indicated, verify size and type required for load conditions. 1. Mounting Heights: Where mounting heights are not indicated, mount components at heights directed by Architect. 2. Allow for building movement, including thermal expansion and contraction. 3. Coordinate installation of anchorages. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. H. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. I. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. 3.6 CUTTING AND PATCHING A. Cutting and Patching, General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. 1. Cut in -place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Temporary Support: Provide temporary support of work to be cut. C. Protection: Protect in -place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. D. Adjacent Occupied Areas: Where interference with use of adjoining areas or interruption of free passage to adjoining areas is unavoidable, coordinate cutting and patching in accordance with requirements of Division 1 Section "Summary." E. Existing Utility Services and Mechanical/Electrical Systems: Where existing services/systems are required to be removed, relocated, or abandoned, bypass such services/systems before cutting to [minimize] [prevent] interruption to occupied areas. F. Cutting: Cut in -place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots neatly to minimum size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. [Concrete] [and] [Masonry]: Cut using a cutting machine, such as an abrasive saw or a diamond -core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Division 2 Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are complete. G. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other work. Patch with durable seams that are as DEMX ARCHITECTURE EXECUTION REQUIREMENTS FAYETTEVILLE, AR 01 73 00-6 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II invisible as practicable. Provide materials and comply with installation requirements specified in other Sections, where applicable. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate physical integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will minimize evidence of patching and refinishing. a. Clean piping, conduit, and similar features before applying paint or other finishing materials. b. Restore damaged pipe covering to its original condition. 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove in -place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. a. Where patching occurs in a painted surface, prepare substrate and apply primer and intermediate paint coats appropriate for substrate over the patch, and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. 4. Ceilings: Patch, repair, or rehang in -place ceilings as necessary to provide an even - plane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weathertight condition. H. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint, mortar, oils, putty, and similar materials from adjacent finished surfaces. 3.7 OWNER -INSTALLED PRODUCTS A. Site Access: Provide access to Project site for Owner's construction personnel. B. Coordination: Coordinate construction and operations of the Work with work performed by Owner's construction personnel. 1. Construction Schedule: Inform Owner of Contractor's preferred construction schedule for Owner's portion of the Work. Adjust construction schedule based on a mutually agreeable timetable. Notify Owner if changes to schedule are required due to differences in actual construction progress. 2. Preinstallation Conferences: Include Owner's construction personnel at preinstallation conferences covering portions of the Work that are to receive Owner's work. Attend preinstallation conferences conducted by Owner's construction personnel if portions of the Work depend on Owner's construction. 3.8 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold waste materials more than seven days during normal weather or three days if the temperature is expected to rise above 80 deg F (27 deg C). 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. a. Utilize containers intended for holding waste materials of type to be stored. 4. Coordinate progress cleaning for joint -use areas where more than one installer has worked. B. Site: Maintain Project site free of waste materials and debris. DEMX ARCHITECTURE EXECUTION REQUIREMENTS FAYETTEVILLE, AR O1 73 00-7 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom -clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. G. Waste Disposal: Do not bury or burn waste materials on -site. Do not wash waste materials down sewers or into waterways. Comply with waste disposal requirements in [Division 1 Section "Temporary Facilities and Controls."] [Division 1 Section "Construction Waste Management."] H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. J. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.9 STARTING AND ADJUSTING A. Coordinate startup and adjusting of equipment and operating components with requirements in Division 1 Section "General Commissioning Requirements." B. Start equipment and operating components to confirm proper operation. Remove malfunctioning units, replace with new units, and retest. C. Adjust equipment for proper operation. Adjust operating components for proper operation without binding. D. Test each piece of equipment to verify proper operation. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment. E. Manufacturer's Field Service: Comply with qualification requirements in Division 1 Section "Quality Requirements." 3.10 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Comply with manufacturer's written instructions for temperature and relative humidity. 3.11 CORRECTION OF THE WORK A. Repair or remove and replace defective construction. Restore damaged substrates and finishes. 1. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. B. Restore permanent facilities used during construction to their specified condition. C. Remove and replace damaged surfaces that are exposed to view if surfaces cannot be repaired without visible evidence of repair. DEMX ARCHITECTURE EXECUTION REQUIREMENTS FAYETTEVILLE, AR O1 73 00-8 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II D. Repair components that do not operate properly. Remove and replace operating components that cannot be repaired. E. Remove and replace chipped, scratched, and broken glass or reflective surfaces. END OF SECTION DEMX ARCHITECTURE EXECUTION REQUIREMENTS FAYETTEVILLE, AR O1 73 00-9 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION O1 73 29 CUTTING AND PATCHING PART 1 GENERAL 1.1 SUMMARY A. This Section specifies administrative and procedural requirements for cutting and patching. 1.2 SUBMITTALS A. Cutting and Patching Proposal: Where approval of cutting and patching is required submit a proposal describing procedures well in advance of the time cutting and patching will be performed and request approval to proceed. Include the following information, as applicable, in the proposal: 1. Describe the extent of cutting and patching required and how it is to be performed; indicate why it cannot be avoided. 2. Describe anticipated results in terms of changes to construction; include changes to structural elements and operating components as well as changes in the building's appearance and other significant visual elements. 3. List utilities that will be disturbed or affected, including those that will be relocated and those that will be temporarily out of service. Indicate how long service will be disrupted. 4. Where cutting and patching involves addition of reinforcement to structural elements, submit details and engineering calculations to show how reinforcement is integrated with the original structure. 5. Approval by the Architect to proceed with cutting and patching does not waive the Architect's right to later require complete removal and replacement of a part of the Work found to be unsatisfactory. 1.3 QUALITY ASSURANCE A. Requirements for Structural Work: Do not cut and patch structural elements in a manner that would reduce their load carrying capacity or load deflection ratio. 1. Obtain approval of the cutting and patching proposal before cutting and patching the following structural elements: a. Foundation construction. b. Bearing and retaining walls. C. Structural concrete. d. Structural steel. e. Lintels. f. Structural decking. g. Stair systems. h. Miscellaneous structural metals. i. Equipment supports. j. Piping, ductwork and equipment. B. Operational and Safety Limitations: Do not cut and patch operating elements or safety related components in a manner that would result in reducing their capacity to perform as intended, or result in increased maintenance, or decreased operational life or safety. C. Visual Requirements: Do not cut and patch construction exposed on the exterior or in occupied spaces, in a manner that would, in the Architect's opinion, reduce the building's aesthetic qualities, or result in visual evidence of cutting and patching. Remove and replace Work cut and patched in a visually unsatisfactory manner. DEMX ARCHITECTURE CUTTING AND PATCHING FAYETTEVILLE, AR O1 73 29-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II PART 2 PRODUCTS 2.1 MATERIALS A. Use materials that are identical to existing materials. PART 3 EXECUTION 3.1 INSPECTION A. Before cutting existing surfaces, examine surfaces to be cut and patched and conditions under which cutting and patching is to be performed. Take corrective action before proceeding, if unsafe or unsatisfactory conditions are encountered. 1. Before proceeding, meet at the site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. 3.2 PREPARATION A. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of the Project that might be exposed during cutting and patching operations. B. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. 3.3 PERFORMANCE A. General: Employ skilled workmen to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time and complete without delay. 3.4 CLEANING A. Thoroughly clean areas and spaces where cutting and patching is performed or used as access. Remove completely paint, mortar, oils, putty and items of similar nature. Thoroughly clean piping, conduit and similar features before painting or other finishing is applied. Restore damaged pipe covering to its original condition. END OF SECTION DEMX ARCHITECTURE CUTTING AND PATCHING FAYETTEVILLE, AR O1 73 29-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 01 74 19 CONSTRUCTION WASTE MANAGEMENT PART 1 —GENERAL 1.1 SECTION REQUIREMENTS A. Action Submittals: 1. Waste Management Plan: Submit plan within 30 days of date established for commencement of the Work. B. Informational Submittals: 1. Waste Reduction Progress Reports: Submit concurrent with each Application for Payment. Include total quantity of waste, total quantity of waste salvaged and recycled, and percentage of total waste salvaged and recycled. 2. Records of Donations and Sales: Receipts for salvageable waste donated or sold to individuals and organizations.. Indicate whether organization is tax exempt. 3. Recycling and Processing Facility Records: Manifests, weight tickets, receipts, and invoices. 4. Landfill and Incinerator Disposal Records: Manifests, weight tickets, receipts, and invoices. 5. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for recovering refrigerant, stating that all refrigerant that was present was recovered and that recovery was performed according to EPA regulations. C. Refrigerant Recovery Technician Qualifications: Certified by EPA -approved certification program. D. Waste Management Conference: Conduct conference at Project site to comply with requirements in Section 013000 "Administrative Requirements." Review methods and procedures related to waste management. E. Waste Management Plan: Develop a waste management plan consisting of waste identification, waste reduction work plan, and cost/revenue analysis. Indicate quantities by weight or volume, but use same units of measure throughout waste management plan. 1. Salvaged Materials for Reuse: Identify materials that will be salvaged and reused. 2. Salvaged Materials for Sale: Identify materials that will be sold to individuals and organizations, include list of their names, addresses, and telephone numbers. 3. Salvaged Materials for Donation: Identify materials that will be donated to individuals and organizations, include list of their names, addresses, and telephone numbers. 4. Recycled Materials: Include list of local receivers and processors and type of recycled materials each will accept. Include names, addresses, and telephone numbers. 5. Cost/Revenue Analysis: Indicate total cost of waste disposal as if there was no waste management plan and net additional cost or net savings resulting from implementing waste management plan. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Achieve end -of -Project rates for salvage/recycling of 50 percent by weight of total nonhazardous solid waste generated by the Work. PART 3 - EXECUTION 3.1 PLAN IMPLEMENTATION DEMX ARCHITECTURE CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL FAYETTEVILLE, AR 01 74 19-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II A. General: Implement approved waste management plan. Provide handling, containers, storage, signage, transportation, and other items as required to implement waste management plan during the entire duration of the Contract. B. Training: Train workers, subcontractors, and suppliers on proper waste management procedures, as appropriate for the Work occurring at Project site. 1. Distribute waste management plan to entities when they first begin work on - site. Review plan procedures and locations established for salvage, recycling, and disposal. 3.2 RECYCLING WASTE A. General: Recycle paper and beverage containers used by on -site workers. B. Packaging: 1. Cardboard and Boxes: Break down packaging into flat sheets. Bundle and store in a dry location. 2. Polystyrene Packaging: Separate and bag materials. 3. Pallets: As much as possible, require deliveries using pallets to remove pallets from Project site. For pallets that remain on -site, break down pallets into component wood pieces and comply with requirements for recycling wood. 4. Crates: Break down crates into component wood pieces and comply with requirements for recycling wood. C. Asphaltic Concrete Paving: Break up and transport paving to asphalt -recycling facility. D. Concrete: Remove reinforcement and other metals from concrete and sort with other metals. E. Masonry: Remove metal reinforcement, anchors, and ties from masonry and sort with other metals. 1. Clean and stack undamaged, whole masonry units on wood pallets. F. Wood Materials: 1. Sort and stack reusable members according to size, type, and length. Separate lumber, engineered wood products, panel products, and treated wood materials. 2. Clean Cut -Offs of Lumber: Grind or chip into small pieces. 3. Clean Sawdust: Bag sawdust that does not contain painted or treated wood. G. Metals: Separate metals by type. H. Asphalt Shingle Roofing: Remove and dispose of nails, staples, and accessories. I. Gypsum Board: Stack large clean pieces on wood pallets or in container and store in a dry location. Remove edge trim and sort with other metals. Remove and dispose of fasteners. J. Acoustical Ceiling Panels and Tile: Stack large clean pieces on wood pallets and store in a dry location. K. Metal Suspension System: Separate metal members including trim, and other metals from acoustical panels and tile and sort with other metals. L. Piping: Reduce piping to straight lengths and store by type and size. Separate supports, hangers, valves, sprinklers, and other components by type and size. M. Conduit: Reduce conduit to straight lengths and store by type and size. 3.3 DISPOSAL OF WASTE A. Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. B. Do not burn waste materials. DEMX ARCHITECTURE CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL FAYETTEVILLE, AR 01 74 19-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II END OF SECTION DEMX ARCHITECTURE CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL FAYETTEVILLE, AR 01 74 19-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION O1 77 00 CLOSEOUT PROCEDURES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. B. Related Sections: 1. Division 1 Section "Project Record Documents" for submitting Record Drawings, Record Specifications, and Record Product Data. 2. Division 1 Section "Operation and Maintenance Data" for operation and maintenance manual requirements. 3. Division 1 Section "Demonstration and Training" for requirements for instructing Owner's personnel. 4. Divisions 2 through 16 Sections for specific closeout and special cleaning requirements for the Work in those Sections. 1.3 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete with request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 5. Prepare and submit Project Record Documents, operation and maintenance manuals, final completion construction photographic documentation, damage or settlement surveys, property surveys, and similar final record information. Include full back-up of Project information from contractor's Cloud Based management software related to this project. 6. Deliver tools, spare parts, extra materials, and similar items to location designated by Owner. Label with manufacturer's name and model number where applicable. 7. Make final changeover of permanent locks and deliver keys to Owner. Advise Owner's personnel of changeover in security provisions. 8. Complete startup testing of systems. 9. Submit test/adjust/balance records. 10. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 11. Advise Owner of changeover in heat and other utilities. 12. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. DEMX ARCHITECTURE CLOSEOUT PROCEDURES FAYETTEVILLE, AR 01 77 00-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 13. Complete final cleaning requirements, including touchup painting. 14. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. B. Inspection: Submit a written request for inspection for Substantial Completion. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for final completion. 1.4 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining final completion, complete the following: 1. Submit a final Application for Payment according to Division 1 Section "Payment Procedures." 2. Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Submit pest -control final inspection report and warranty. 5. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Submit demonstration and training video recordings. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.5 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use CSI Form 14.1 A or other form approved by Architect and Owner. 1. Organize list of spaces in sequential order, starting with exterior areas first and proceeding from lowest floor to highest floor. 2. Organize items applying to each space by major element, including categories for ceiling, individual walls, floors, equipment, and building systems. 3. Include the following information at the top of each page: a. Project name. b. Date. C. Name of Architect. d. Name of Contractor. e. Page number. 4. Submit list of incomplete items in the following format: a. PDF electronic file. DEMX ARCHITECTURE CLOSEOUT PROCEDURES FAYETTEVILLE, AR 01 77 00-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 1.6 WARRANTIES A. Submittal Time: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated.. B. Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. C. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, three-ring, vinyl -covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11- inch (215-by-280-mm) paper. 2. Provide heavy paper dividers with plastic -covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 3. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name, and name of Contractor. PART 2 - PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. 1. Use cleaning products that meet Green Seal GS-37, or if GS-37 is not applicable, use products that comply with the California Code of Regulations maximum allowable VOC levels. PART 3 - EXECUTION 3.1 FINAL CLEANING A. General: Perform final cleaning. Conduct cleaning and waste -removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Rake grounds that are neither planted nor paved to a smooth, even -textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard -surfaced finishes to a dirt -free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural DEMX ARCHITECTURE CLOSEOUT PROCEDURES FAYETTEVILLE, AR 01 77 00-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II weathering of exterior surfaces. Restore reflective surfaces to their original condition. g. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics, and similar spaces. h. Sweep concrete floors broom clean in unoccupied spaces. i. Vacuum carpet and similar soft surfaces, removing debris and excess nap; shampoo if visible soil or stains remain. j. Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other noticeable, vision -obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass, taking care not to scratch surfaces. k. Remove labels that are not permanent. I. Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that already show evidence of repair or restoration. 1) Do not paint over "UL" and other required labels and identification, including mechanical and electrical nameplates. M. Wipe surfaces of mechanical and electrical equipment, elevator equipment, and similar equipment. Remove excess lubrication, paint and mortar droppings, and other foreign substances. n. Replace parts subject to operating conditions during construction that may impede operation or reduce longevity. 0. Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting from water exposure. P. Replace disposable air filters and clean permanent air filters. Clean exposed surfaces of diffusers, registers, and grills. q. Clean ducts, blowers, and coils if units were operated without filters during construction or that display contamination with particulate matter upon inspection. 1) Clean HVAC system in compliance with NADCA Standard 1992-01. Provide written report upon completion of cleaning. r. Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replace burned -out bulbs, and those noticeably dimmed by hours of use, and defective and noisy starters in fluorescent and mercury vapor fixtures to comply with requirements for new fixtures. S. Leave Project clean and ready for occupancy. C. Pest Control: Engage an experienced, licensed exterminator to make a final inspection and rid Project of rodents, insects, and other pests. Prepare a report. D. Construction Waste Disposal: Comply with waste disposal requirements in Division 1 Section "Temporary Facilities and Controls." Division 1 Section "Construction Waste Management." END OF SECTION DEMX ARCHITECTURE CLOSEOUT PROCEDURES FAYETTEVILLE, AR 01 77 00-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION O1 78 23 OPERATION AND MAINTENANCE DATA PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following: 1. Operation and maintenance documentation directory. 2. Emergency manuals. 3. Operation manuals for systems, subsystems, and equipment. 4. Maintenance manuals for the care and maintenance of products, materials, and finishes, systems and equipment. B. Related Sections include the following: 1. Division 1 Section "Closeout Procedures" for submitting operation and maintenance manuals. 2. Division 1 Section "Project Record Documents" for preparing Record Drawings for operation and maintenance manuals. 3. Divisions 2 through 16 Sections for specific operation and maintenance manual requirements for the Work in those Sections. 1.3 DEFINITIONS A. System: An organized collection of parts, equipment, or subsystems united by regular interaction. B. Subsystem: A portion of a system with characteristics similar to a system. 1.4 SUBMITTALS A. Initial Submittal: Submit digital copies of each manual at least 15 days before requesting inspection for Substantial Completion. Include a complete operation and maintenance directory. Architect will return digital copy of draft and mark whether general scope and content of manual are acceptable. B. Final Submittal: Submit digital copy and one copy of each manual in final form at least 15 days before final inspection. Architect will return copy with comments within 15 after final inspection. 1. Correct or modify each manual to comply with Architect's comments. Submit digital copies of each corrected manual within 15 days of receipt of Architect's comments. 1.5 COORDINATION A. Where operation and maintenance documentation includes information on installations by more than one factory -authorized service representative, assemble and coordinate information furnished by representatives and prepare manuals. PART 2 - PRODUCTS 2.1 OPERATION AND MAINTENANCE DOCUMENTATION DIRECTORY A. Organization: Include a section in the directory for each of the following: 1. List of documents. 2. List of systems. 3. List of equipment. 4. Table of contents. DEMX ARCHITECTURE OPERATIONS AND MAINTENANCE DATA FAYETTEVILLE, AR O1 78 23-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II B. List of Systems and Subsystems: List systems alphabetically. Include references to operation and maintenance manuals that contain information about each system. C. List of Equipment: List equipment for each system, organized alphabetically by system. For pieces of equipment not part of system, list alphabetically in separate list. D. Tables of Contents: Include a table of contents for each emergency, operation, and maintenance manual. E. Identification: In the documentation directory and in each operation and maintenance manual, identify each system, subsystem, and piece of equipment with same designation used in the Contract Documents. If no designation exists, assign a designation according to ASHRAE Guideline 4, "Preparation of Operating and Maintenance Documentation for Building Systems." 2.2 MANUALS, GENERAL A. Organization: Unless otherwise indicated, organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials, in the order listed: 1. Title page. 2. Table of contents. 3. Manual contents. B. Title Page: Enclose title page in transparent plastic sleeve. Include the following information: 1. Subject matter included in manual. 2. Name and address of Project. 3. Name and address of Owner. 4. Date of submittal. 5. Name, address, and telephone number of Contractor. 6. Name and address of Architect. 7. Cross-reference to related systems in other operation and maintenance manuals. C. Table of Contents: List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual. 1. If operation or maintenance documentation requires more than one volume to accommodate data, include comprehensive table of contents for all volumes in each volume of the set. D. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by system, subsystem, and equipment. If possible, assemble instructions for subsystems, equipment, and components of one system into a single binder. 1. Binders (if requested by Owner): Heavy-duty, 3-ring, vinyl -covered, loose-leaf binders, in thickness necessary to accommodate contents, sized to hold 8-1/2-by- 11-inch (215-by-280-mm) paper; with clear plastic sleeve on spine to hold label describing contents and with pockets inside covers to hold folded oversize sheets. a. If two or more binders are necessary to accommodate data of a system, organize data in each binder into groupings by subsystem and related components. Cross-reference other binders if necessary to provide essential information for proper operation or maintenance of equipment or system. b. Identify each binder on front and spine, with printed title "OPERATION AND MAINTENANCE MANUAL," Project title or name, and subject matter of contents. Indicate volume number for multiple -volume sets. 2. Dividers: Heavy -paper dividers with plastic -covered tabs for each section. Mark each tab to indicate contents. Include typed list of products and major components of equipment included in the section on each divider, cross-referenced to Specification Section number and title of Project Manual. DEMX ARCHITECTURE OPERATIONS AND MAINTENANCE DATA FAYETTEVILLE, AR O1 78 23-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic software diskettes for computerized electronic equipment. 4. Supplementary Text: Prepared on 8-1/2-by-1 I -inch (215-by-280-mm) white bond paper. 5. Drawings: Attach reinforced, punched binder tabs on drawings and bind with text. a. If oversize drawings are necessary, fold drawings to same size as text pages and use as foldouts. b. If drawings are too large to be used as foldouts, fold and place drawings in labeled envelopes and bind envelopes in rear of manual. At appropriate locations in manual, insert typewritten pages indicating drawing titles, descriptions of contents, and drawing locations. 2.3 EMERGENCY MANUALS A. Content: Organize manual into a separate section for each of the following: 1. Type of emergency. 2. Emergency instructions. 3. Emergency procedures. B. Type of Emergency: Where applicable for each type of emergency indicated below, include instructions and procedures for each system, subsystem, piece of equipment, and component: 1. Fire. 2. Flood. 3. Gas leak. 4. Water leak. 5. Power failure. 6. Water outage. 7. System, subsystem, or equipment failure. C. Emergency Instructions: Describe and explain warnings, trouble indications, error messages, and similar codes and signals. Include responsibilities of Owner's operating personnel for notification of Installer, supplier, and manufacturer to maintain warranties. D. Emergency Procedures: Include the following, as applicable: 1. Instructions on stopping. 2. Shutdown instructions for each type of emergency. 3. Operating instructions for conditions outside normal operating limits. 4. Required sequences for electric or electronic systems. 5. Special operating instructions and procedures. 2.4 OPERATION MANUALS A. Content: In addition to requirements in this Section, include operation data required in individual Specification Sections and the following information: 1. System, subsystem, and equipment descriptions. 2. Performance and design criteria if Contractor is delegated design responsibility. 3. Operating standards. 4. Operating procedures. 5. Operating logs. 6. Wiring diagrams. 7. Control diagrams. 8. Piped system diagrams. 9. Precautions against improper use. 10. License requirements including inspection and renewal dates. B. Descriptions: Include the following: 1. Product name and model number. 2. Manufacturer's name. DEMX ARCHITECTURE OPERATIONS AND MAINTENANCE DATA FAYETTEVILLE, AR O1 78 23-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 3. Equipment identification with serial number of each component. 4. Equipment function. 5. Operating characteristics. 6. Limiting conditions. 7. Performance curves. 8. Engineering data and tests. 9. Complete nomenclature and number of replacement parts. C. Operating Procedures: Include the following, as applicable: 1. Startup procedures. 2. Equipment or system break-in procedures. 3. Routine and normal operating instructions. 4. Regulation and control procedures. 5. Instructions on stopping. 6. Normal shutdown instructions. 7. Seasonal and weekend operating instructions. 8. Required sequences for electric or electronic systems. 9. Special operating instructions and procedures. D. Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed. E. Piped Systems: Diagram piping as installed, and identify color -coding where required for identification. 2.5 PRODUCT MAINTENANCE MANUAL A. Content: Organize manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources, and warranties and bonds, as described below. B. Source Information: List each product included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross- reference Specification Section number and title in Project Manual. C. Product Information: Include the following, as applicable: 1. Product name and model number. 2. Manufacturer's name. 3. Color, pattern, and texture. 4. Material and chemical composition. 5. Reordering information for specially manufactured products. D. Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions. E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. 2.6 SYSTEMS AND EQUIPMENT MAINTENANCE MANUAL A. Content: For each system, subsystem, and piece of equipment not part of a system, include source information, manufacturers' maintenance documentation, maintenance procedures, maintenance and service schedules, spare parts list and source information, maintenance service contracts, and warranty and bond information, as described below. DEMX ARCHITECTURE OPERATIONS AND MAINTENANCE DATA FAYETTEVILLE, AR O1 78 23-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II B. Source Information: List each system, subsystem, and piece of equipment included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Manufacturers' Maintenance Documentation: Manufacturers' maintenance documentation including the following information for each component part or piece of equipment: 1. Standard printed maintenance instructions and bulletins. 2. Drawings, diagrams, and instructions required for maintenance, including disassembly and component removal, replacement, and assembly. 3. Identification and nomenclature of parts and components. 4. List of items recommended to be stocked as spare parts. D. Maintenance Procedures: Include the following information and items that detail essential maintenance procedures: 1. Test and inspection instructions. 2. Troubleshooting guide. 3. Precautions against improper maintenance. 4. Disassembly; component removal, repair, and replacement; and reassembly instructions. 5. Aligning, adjusting, and checking instructions. 6. Demonstration and training videotape, if available. E. Maintenance and Service Schedules: Include service and lubrication requirements, list of required lubricants for equipment, and separate schedules for preventive and routine maintenance and service with standard time allotment. 1. Scheduled Maintenance and Service: Tabulate actions for daily, weekly, monthly, quarterly, semiannual, and annual frequencies. 2. Maintenance and Service Record: Include manufacturers' forms for recording maintenance. F. Spare Parts List and Source Information: Include lists of replacement and repair parts, with parts identified and cross-referenced to manufacturers' maintenance documentation and local sources of maintenance materials and related services. G. Maintenance Service Contracts: Include copies of maintenance agreements with name and telephone number of service agent. H. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. PART 3 - EXECUTION 3.1 MANUAL PREPARATION A. Operation and Maintenance Documentation Directory: Prepare a separate manual that provides an organized reference to emergency, operation, and maintenance manuals. B. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care and maintenance of each product, material, and finish incorporated into the Work. C. Operation and Maintenance Manuals: Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment not part of a system. 1. Engage a factory -authorized service representative to assemble and prepare information for each system, subsystem, and piece of equipment not part of a system. 2. Prepare a separate manual for each system and subsystem, in the form of an instructional manual for use by Owner's operating personnel. DEMX ARCHITECTURE OPERATIONS AND MAINTENANCE DATA FAYETTEVILLE, AR O1 78 23-5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II D. Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable. 1. Prepare supplementary text if manufacturers' standard printed data are not available and where the information is necessary for proper operation and maintenance of equipment or systems. E. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the relationship of component parts of equipment and systems and to illustrate control sequence and flow diagrams. Coordinate these drawings with information contained in Record Drawings to ensure correct illustration of completed installation. 1. Do not use original Project Record Documents as part of operation and maintenance manuals. 2. Comply with requirements of newly prepared Record Drawings in Division 1 Section "Project Record Documents." F. Comply with Division 1 Section "Closeout Procedures" for schedule for submitting operation and maintenance documentation. END OF SECTION DEMX ARCHITECTURE OPERATIONS AND MAINTENANCE DATA FAYETTEVILLE, AR O1 78 23-6 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION O1 78 39 PROJECT RECORD DOCUMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for Project Record Documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. B. Related Sections include the following: 1. Division 1 Section "Closeout Procedures" for general closeout procedures. 2. Division 1 Section "Operation and Maintenance Data" for operation and maintenance manual requirements. 3. Divisions 2 through 16 Sections for specific requirements for Project Record Documents of the Work in those Sections. 1.3 SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Contractor to Submit one copy of marked -up Record Prints. 2. Number of Copies: Submit copies of Record Drawings as follows: a. Initial Submittal: Submit set of marked -up Record Prints. Architect will initial and date each page and mark whether general scope of changes, additional information recorded, and quality of drafting are acceptable. Architect will return and Contractor will provide prints for organizing into sets, printing, binding, and final submittal. b. Final Submittal: Submit marked -up Record Drawings, Print each Drawing (if requested by Owner), mark whether or not changes and additional information were recorded. B. Record Specifications: Submit Project's Specifications, including addenda and contract modifications. C. Record Product Data: Submit Product Data submittal. 1. Where Record Product Data is required as part of operation and maintenance manuals, submit marked -up Product Data as an insert in manual instead of submittal as Record Product Data. PART 2 - PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of blue- or black -line white prints of the Contract Drawings and Shop Drawings. 1. Preparation: Mark Record Prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to prepare the marked -up Record Prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an understandable drawing technique. DEMX ARCHITECTURE PROJECT RECORD DOCUMENTS FAYETTEVILLE, AR 01 78 39-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II C. Record data as soon as possible after obtaining it. Record and check the markup before enclosing concealed installations. ?. Content: Types of items requiring marking include, but are not limited to, the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. C. Depths of foundations below first floor. d. Locations and depths of underground utilities. e. Revisions to routing of piping and conduits. f. Revisions to electrical circuitry. g. Actual equipment locations. h. Duct size and routing. i. Locations of concealed internal utilities. j. Changes made by Change Order or Construction Change Directive. k. Changes made following Architect's written orders. I. Details not on the original Contract Drawings. m. Field records for variable and concealed conditions. n. Record information on the Work that is shown only schematically. 3. Mark the Contract Drawings or Shop Drawings, whichever is most capable of showing actual physical conditions, completely and accurately. If Shop Drawings are marked, show cross-reference on the Contract Drawings. 4. Mark record sets with erasable, red -colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 5. Mark important additional information that was either shown schematically or omitted from original Drawings. 6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. 2.2 RECORD SPECIFICATIONS A. Preparation: Mark Specifications to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. 3. Record the name of manufacturer, supplier, Installer, and other information necessary to provide a record of selections made. 4. For each principal product, indicate whether Record Product Data has been submitted in operation and maintenance manuals instead of submitted as Record Product Data. 5. Note related Change Orders, Record Product Data, and Record Drawings where applicable. 2.3 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. DEMX ARCHITECTURE PROJECT RECORD DOCUMENTS FAYETTEVILLE, AR 01 78 39-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II Note related Change Orders, Record Specifications, and Record Drawings where applicable. 2.4 MISCELLANEOUS RECORD SUBMITTALS A. Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for Project Record Document purposes. Post changes and modifications to Project Record Documents as they occur; do not wait until the end of Project. B. Maintenance of Record Documents and Samples: Store Record Documents and Samples in the field office apart from the Contract Documents used for construction. Do not use Project Record Documents for construction purposes. Maintain Record Documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to Project Record Documents for Architect's reference during normal working hours. END OF SECTION DEMX ARCHITECTURE PROJECT RECORD DOCUMENTS FAYETTEVILLE, AR 01 78 39-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION O1 79 00 DEMONSTRATION AND TRAINING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes administrative and procedural requirements for instructing Owner's personnel, including the following: 1. Demonstration of operation of systems, subsystems, and equipment. 2. Training in operation and maintenance of systems, subsystems, and equipment. 3. Demonstration and training videotapes. B. Related Sections include the following: 1. Division 1 Section "Project Management and Coordination" for requirements for preinstruction conferences. 2. Divisions 2 through 16 Sections for specific requirements for demonstration and training for products in those Sections. 1.3 SUBMITTALS A. Instruction Program: Submit outline of instructional program for demonstration and training, including a schedule of proposed dates, times, length of instruction time, and instructors' names for each training module. Include learning objective and outline for each training module. 1. At completion of training, submit complete training manual(s) for Owner's use. B. Qualification Data: For facilitator, instructor, photographer. C. Attendance Record: For each training module, submit list of participants and length of instruction time. D. Evaluations: For each participant and for each training module, submit results and documentation of performance -based test. E. Demonstration and Training Videotapes: Submit within seven days of end of each training module. 1. Identification: On each copy, provide an applied label with the following information: a. Name of Project. b. Name and address of photographer. c. Name of Architect. d. Name of Contractor. e. Date videotape was recorded. f. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. 1.4 QUALITY ASSURANCE A. Facilitator Qualifications: A firm or individual experienced in training or educating maintenance personnel in a training program similar in content and extent to that indicated for this Project, and whose work has resulted in training or education with a record of successful learning performance. B. Instructor Qualifications: A factory -authorized service representative, complying with requirements in Division 1 Section "Quality Requirements," experienced in operation and maintenance procedures and training. C. Photographer Qualifications: A professional photographer who is experienced photographing construction projects. DEMX ARCHITECTURE DEMONSTATION AND TRAINING FAYETTEVILLE, AR O1 79 00-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II D. Preinstruction Conference: Conduct conference at Project site to comply with requirements in Division 1 Section "Project Management and Coordination." Review methods and procedures related to demonstration and training including, but not limited to, the following: 1. Inspect and discuss locations and other facilities required for instruction. 2. Review and finalize instruction schedule and verify availability of educational materials, instructors' personnel, audiovisual equipment, and facilities needed to avoid delays. 3. Review required content of instruction. 4. For instruction that must occur outside, review weather and forecasted weather conditions and procedures to follow if conditions are unfavorable. 1.5 COORDINATION A. Coordinate instruction schedule with Owner's operations. Adjust schedule as required to minimize disrupting Owner's operations. B. Coordinate instructors, including providing notification of dates, times, length of instruction time, and course content. C. Coordinate content of training modules with content of approved emergency, operation, and maintenance manuals. Do not submit instruction program until operation and maintenance data has been reviewed and approved by Architect. PART 2 - PRODUCTS 2.1 INSTRUCTION PROGRAM A. Program Structure: Develop an instruction program that includes individual training modules for each system and equipment not part of a system, as required by individual Specification Sections, and as follows: 1. Motorized doors, including automatic entrance doors. 2. Equipment>. 3. Fire -protection systems, including fire alarm and fire -extinguishing systems. 4. Intrusion detection systems. 5. Conveying systems, including elevators 6. HVAC systems 7. HVAC instrumentation and controls. 8. Electrical service and distribution 9. Lighting equipment and controls. B. Training Modules: Develop a learning objective and teaching outline for each module. Include a description of specific skills and knowledge that participant is expected to master. For each module, include instruction for the following 1. Basis of System Design, Operational Requirements, and Criteria: Include the following: a. System, subsystem, and equipment descriptions. b. Performance and design criteria if Contractor is delegated design responsibility. c. Operating standards. d. Regulatory requirements. e. Equipment function. f. Operating characteristics. g. Limiting conditions. h. Performance curves. 2. Documentation: Review the following items in detail: a. Emergency manuals. DEMX ARCHITECTURE DEMONSTATION AND TRAINING FAYETTEVILLE, AR O1 79 00-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II b. Operations manuals. c. Maintenance manuals. d. Project Record Documents. e. Identification systems. f. Warranties and bonds. g. Maintenance service agreements and similar continuing commitments. 3. Emergencies: Include the following, as applicable: a. Instructions on meaning of warnings, trouble indications, and error messages. b. Instructions on stopping. c. Shutdown instructions for each type of emergency. d. Operating instructions for conditions outside of normal operating limits. e. Sequences for electric or electronic systems. f. Special operating instructions and procedures. 4. Operations: Include the following, as applicable: a. Startup procedures. b. Equipment or system break-in procedures. c. Routine and normal operating instructions. d. Regulation and control procedures. e. Control sequences. f. Safety procedures. g. Instructions on stopping. h. Normal shutdown instructions. i. Operating procedures for emergencies. j. Operating procedures for system, subsystem, or equipment failure. k. Seasonal and weekend operating instructions. I. Required sequences for electric or electronic systems. m. Special operating instructions and procedures. 5. Adjustments: Include the following: a. Alignments. b. Checking adjustments. c. Noise and vibration adjustments. d. Economy and efficiency adjustments. 6. Troubleshooting: Include the following: a. Diagnostic instructions. b. Test and inspection procedures. 7. Maintenance: Include the following: a. Inspection procedures. b. Types of cleaning agents to be used and methods of cleaning. c. List of cleaning agents and methods of cleaning detrimental to product. d. Procedures for routine cleaning e. Procedures for preventive maintenance. f. Procedures for routine maintenance. g. Instruction on use of special tools. 8. Repairs: Include the following: a. Diagnosis instructions. b. Repair instructions. c. Disassembly; component removal, repair, and replacement; and reassembly instructions. d. Instructions for identifying parts and components. e. Review of spare parts needed for operation and maintenance. DEMX ARCHITECTURE DEMONSTATION AND TRAINING FAYETTEVILLE, AR O1 79 00-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II PART 3 - EXECUTION 3.1 PREPARATION A. Assemble educational materials necessary for instruction, including documentation and training module. Assemble training modules into a combined training manual. B. Set up instructional equipment at instruction location. 3.2 INSTRUCTION A. Facilitator: Engage a qualified facilitator to prepare instruction program and training modules, to coordinate instructors, and to coordinate between Contractor and Owner for number of participants, instruction times, and location. B. Engage qualified instructors to instruct Owner's personnel to adjust, operate, and maintain systems, subsystems, and equipment not part of a system. C. Scheduling: Provide instruction at mutually agreed on times. For equipment that requires seasonal operation, provide similar instruction at start of each season. 1. Schedule training with Owner with advance notice. D. Cleanup: Collect used and leftover educational materials Remove instructional equipment. Restore systems and equipment to condition existing before initial training use. 3.3 DEMONSTRATION AND TRAINING VIDEOTAPES A. General: Engage a qualified commercial photographer to record demonstration and training videotapes. Record each training module separately. Include classroom instructions and demonstrations, board diagrams, and other visual aids, but not student practice. 1. At beginning of each training module, record each chart containing learning objective and lesson outline. B. Videotape Format: Provide high -quality VHS color videotape in full-size cassettes. C. Recording: Mount camera on tripod before starting recording, unless otherwise necessary to show area of demonstration and training. Display continuous running time. END OF SECTION DEMX ARCHITECTURE DEMONSTATION AND TRAINING FAYETTEVILLE, AR O1 79 00-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 02 41 19 SELECTIVE DEMOLITION PART-1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 DESCRIPTION A. This Section requires the selective removal and subsequent off -site disposal as required to accommodate new construction. 1.03 RELATED WORK SPECIFIED ELSEWHERE A. Relocation of pipes, conduits, ducts, and other mechanical and electrical work is specified in other Sections. 1.04 JOB CONDITIONS A. Condition of Structure: Owner assumes no responsibility for actual condition of items or structures to be demolished. 1. Conditions existing at time of inspection for bidding purposes will be maintained by Owner insofar as practicable. However, minor variations within structure may occur by Owner's removal/salvage operations prior to start of selective demolition work. 2. The contractor shall field measure the existing structure to determine required material lengths and verify that the condition of the existing structure is as implied on the drawings before the fabrication of any items. Any existing items which are in conflict with details shown on the drawing shall be brought to the Architects attention immediately. B. Partial Demolition and Removal: Items indicated to be removed but of salvageable value to Contractor may be removed from structure as work progresses. Transport salvaged items from site as they are removed. 1. Storage or sale of removed items on site will not be permitted. 2. Owner may remove equipment and fixtures prior to demolition. C. Protections: Provide temporary barricades and other forms of protection to protect Owner's personnel and general public from injury due to selective demolition work. 1. Protect from damage existing finish work that is to remain in place and becomes exposed during demolition operations. 2. Remove protections at completion of work. D. Damages: Promptly repair damages caused to adjacent facilities by demolition work. E. Flame Cutting: Do not use cutting torches for removal until work area is cleared of flammable materials. At concealed spaces, such as interior of ducts and pipe spaces, verify condition of hidden space before starting flame -cutting operations. Maintain portable fire suppression devices during flame -cutting operations. F. Utility Services: Maintain existing utilities indicated to remain in service and protect them against damage during demolition operations. PART 3 — EXECUTION 3.01 PREPARATION A. General: Provide interior and exterior shoring, bracing, or support to prevent movement, settlement, or collapse of areas to be demolished and adjacent facilities to remain. Cease operations and notify Architect immediately if safety of structure appears to be endangered. Take precautions to support structure until determination is made for continuing operations. DEMX ARCHITECTURE SELECTIVE DEMOLITION FAYETTEVILLE, AR 0241 19 - 1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II B. Cover and protect equipment, and fixtures from soilage or damage when demolition work performed in areas where such items have not been removed. C. Locate, identify, stub off, and disconnect utility services that are not indicated to remain. 3.02 DEMOLITION A. General: Perform selective demolition work in a systematic manner. Use such methods as required to complete work indicated on Drawings in accordance with demolition schedule and governing regulations. 1. Demolish concrete and masonry in small sections. Cut concrete and masonry atjunctures with construction to remain using power -driven masonry saw or hand tools; do not use power -driven impact tools. 2. Locate demolition equipment throughout structure and promptly remove debris to avoid imposing excessive loads on supporting walls, floors, or framing. 3. Provide services for effective air and water pollution controls as required by local authorities having jurisdiction. 4. Demolish foundation walls to a depth of not less than 12 inches below existing ground surface. Further demolition shall be performed if required per the drawings. Demolish and remove below -grade wood or metal construction. Break up below -grade concrete slabs. Remove tops of existing drilled piers to a depth required for new floor slab. For interior slabs on grade, use removal methods that will not crack or structurally disturb adjacent slabs or partitions. Use power saw where possible. B. If unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure both nature and extent of the conflict. Submit report to Architect in written, accurate detail. Pending receipt of directive from Architects, rearrange selective demolition schedule as necessary to continue overall job progress without undue delay. 3.03 DISPOSAL OF DEMOLISHED MATERIALS A. Remove from building site debris, rubbish, and other materials resulting from demolition operations. Transport and legally dispose off site. 1. If hazardous materials are encountered during demolition operations, comply with applicable regulations, laws, and ordinances concerning removal, handling, and protection against exposure or environmental pollution. 3.04 CLEANUP AND REPAIR A. General: Upon completion of demolition work, remove tools, equipment, and demolished materials from site. Remove protections and leave interior areas broom clean. 1. Repair demolition performed in excess of that required. Return elements of construction and surfaces to remain to condition existing prior to start operations. Repair adjacent construction or surfaces soiled or damaged by selective demolition work. END OF SECTION DEMX ARCHITECTURE SELECTIVE DEMOLITION FAYETTEVILLE, AR 0241 19 - 2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 03 20 00 CONCRETE REINFORCEMENT PART-1 GENERAL 1.01 SCOPE OF WORK A. Furnish all labor, materials, equipment, and incidentals for concrete reinforcement to complete the Work as indicated on the Drawings and as specified herein. 1.02 RELATED SECTIONS A. Section 01 30 00 - Administrative Requirements. B. Section 01 40 00 - Quality Requirements. C. Section 03 30 00 - Cast -in -Place Concrete. 1.03 REFERENCES A. ACI 301 - Specifications for Structural Concrete for Buildings; American Concrete Institute International; 2010. B. ACI 318 - Building Code Requirements For Structural Concrete and Commentary; American Concrete Institute International; 2011. C. ACI SP-66 - ACI Detailing Manual; American Concrete Institute International; 2004. D. ASTM A 185/A 185M - Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete; 2007. E. ACI 350 - Code Requirements for Environmental Engineering Concrete Structures and Commentary; 2006. F. ASTM A 615/A 615M - Standard Specification for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement; 2015. G. CRSI (DA4) - Manual of Standard Practice; Concrete Reinforcing Steel Institute; 2009. H. CRSI (P1) - Placing Reinforcing Bars; Concrete Reinforcing Steel Institute; Ninth Edition. 1.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Shop drawings for reinforcement for fabrication, bending, and placement of concrete reinforcement. Comply with ACI SP-66 (2004), "ACI Detailing Manual," showing bar schedules, stirrup spacing, diagrams of bent bars, and arrangement of concrete reinforcement. Include special reinforcement required for openings through concrete structures. Include locations of construction joints and additional reinforcing for construction joints. C. Review of these drawings is mandatory by the Structural Engineer of Record prior to fabrication. D. Manufacturer's Certificate: Certify that reinforcing steel and accessories supplied for this project meet or exceed specified requirements. 1.05 QUALITY ASSURANCE A. Perform work of this section in accordance with ACI 301. B. Provide Engineer with access to fabrication plant to facilitate inspection of reinforcement. Provide notification of commencement and duration of shop fabrication in sufficient time to allow inspection. PART 2 - PRODUCTS 2.01 REINFORCEMENT A. Reinforcing Steel: ASTM A 615/A 615M Grade 60 (420). 1. Plain billet -steel bars. 2. Unfinished. B. Welded Wire Fabric: ASTM A185 DEMX ARCHITECTURE CONCRETE REINFORCEMENT FAYETTEVILLE, AR 03 20 00 - 1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 1. Plain welded steel wire fabric. 2. Unfinished. C. Reinforcement Accessories: 1. Tie Wire: Annealed, minimum 16 gage. 2. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for adequate support of reinforcement during concrete placement. a. For slabs -on -grade, use supports with sand plates or horizontal runners where base material will not support chair legs. b. For exposed -to -view concrete surfaces where legs of supports are in contact with forms provide supports with legs that are plastic protected (CRSI, Class 1) or stainless steel protected (CRSI, Class 2). 2.02 FABRICATION A. Fabricate concrete reinforcing in accordance with CRSI (DA4) - Manual of Standard Practice. B. Welding of reinforcement is not permitted. C. Locate reinforcing splices not indicated on drawings at point of minimum stress. 1. Submit locations of splices to Engineer. PART - 3 EXECUTION 3.01 PLACEMENT A. General: Comply with the Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars." for details and methods of reinforcement placement and supports and as specified herein. B. Avoid cutting or puncturing vapor retarder during reinforcement placement and concreting operations. C. Accurately place, support and secure reinforcement against displacement. Do not deviate from required position. D. Clean reinforcement of loose rust and mill scale, earth, ice, and other materials that remove or destroy bond with concrete. E. Accommodate placement of formed openings. F. Place reinforcement to obtain at least minimum coverages for concrete protection and within tolerances permitted by ACI 318 unless noted otherwise on the drawings. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement operations. Set wire ties so ends are directed into concrete, not toward exposed concrete surfaces. G. Install welded wire fabric in as long lengths as practical. Lap adjoining pieces at least two full mesh lengths and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction. H. Verify that anchors, seats, plates, reinforcement and other items to be cast into concrete are accurately placed, positioned securely, and will not interfere with concrete placement. 3.02 FIELD QUALITY CONTROL A. An independent testing agency will perform field quality control inspection and testing as indicated on the Drawings. END OF SECTION DEMX ARCHITECTURE CONCRETE REINFORCEMENT FAYETTEVILLE, AR 03 20 00 - 2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 03 30 00 CAST -IN PLACE CONCRETE PART 1 - GENERAL 1.1 DESCRIPTION A. This Section specifies all cast -in -place concrete, including formwork, reinforcing steel, mix design, placement procedures, and finishes. 1.2 REFERENCES The publications listed below form a part of this specification to the extent referenced: A. ACI 301, "Specifications for Structural Concrete for Buildings." B. ACI 304, "Guide for Measuring, Mixing, Transporting and Placing Concrete." C. ACI 315, "Details and Detailing of Concrete Reinforcement." D. ACI 318, "Building Code Requirements for Reinforced Concrete." E. ACI 347, "Guide to Formwork for Concrete." F. Concrete Reinforcing Steel Institute (CRSI), "Manual of Standard Practice." G. Concrete Reinforcing Steel Institute (CRSI), "Placing Reinforcing Bars." H. ASTM S 615, "Specifications for Deformed and Plain Billet -Steel Bars for Concrete Reinforcement." I. ASTM C 94, "Specifications for Ready -Mixed Concrete." 1.3 SUBMITTALS A. Manufacturer's Product Data: Manufacturers' product data with application and installation instructions for proprietary materials and items, including admixtures, bonding agents, form release agents, patching compounds, waterstops, joint systems, and others as requested by the Owner's Representative. B. Shop Drawings For Reinforcing Steel: Reinforcing Steel: Shop drawings for reinforcement with details for fabrication, bending, and placement of concrete reinforcement. Comply with ACI 315 "Details and Detailing of Concrete Reinforcement" and ACI SP 66 "ACI Detailing Manual". The fabricator shall check the contract drawings for detailing and report errors or inconsistencies discovered therein to the Owner's Representative before starting shop detailing. C. Quality Control Submittals: 1. Test Reports: Laboratory test reports for concrete materials and mix design tests. 2. Certificates: Material certificates may be supplied in lieu of material laboratory test reports when permitted by Owner's Representative. Material Certificates shall be signed by manufacturer and Contractor, certifying that each material item complies with or exceeds specified requirements. Provide certification from admixture manufacturers that chloride is not contained in the admixtures. 1.4 QUALITY ASSURANCE A. Codes and Standards: comply with provisions of following codes, specifications and standards, except where more stringent requirements are shown or specified: 1. ACI 318, "Building Code Requirements for Reinforced Concrete." 2. Concrete Reinforcing Steel Institute (CRSI), "Manual of Standard Practice." B. The work shall be in conformance with ACI 318, part titled "Construction Requirements," except as specified herein. 1. Concrete Compressive Strength: Concrete mixes shall be proportioned to obtain compressive strength in 28 days as noted in the drawings and shall be in DEMX ARCHITECTURE CAST -IN PLACE CONCRETE FAYETTEVILLE, AR 03 30 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II accordance with the ACI recommendations specified in Article 1.2 "References" above. 2. Air Content: Total air content of concrete shall be maintained between 2 and 4 percent by volume of concrete except as noted in the drawings. 3. Slump: Slump for concrete containing HRWR (superplasticizers) admixtures shall be not more than 8 inches after adding HRWR to site -verified 2-to-3 inches slump concrete. 4. Use of approved admixtures shall be in strict compliance with manufacturer's instructions. 5. The use of calcium chloride or admixtures containing chloride will not be permitted. 6. Workmanship: The Contractor is responsible for correction of concrete work which does not conform to the specified requirements, including strength, tolerances, and finishes. Correct deficient concrete as required by the specifications. 1.5 DELIVERY, STORAGE, AND HANDLING All materials shall be stored in dry and protected locations in accordance with the referenced codes and standards and manufacturers' recommendations. Store materials to prevent contamination. PART 2 - PRODUCTS 2.1 FORM MATERIALS A. Forms for Unexposed Finish Concrete: Plywood, lumber, metal, or other acceptable material. Provide lumber dressed on at least two edges and one side for tight fit. B. Forms for Exposed Finish Concrete: Plywood, metal, metal -framed plywood faced, or other acceptable panel -type materials, to provide continuous, straight, smooth, exposed surfaces. Furnish in largest practicable sizes to conform to joint system shown on drawings. C. Form Release Agent: Provide commercial formulation form release agent compounds with a maximum of 350 mg/I volatile organic compound (VOC) that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces requiring bond or adhesion, or impede the wetting of surfaces to be cured with water. Release agents shall be used in strict accordance with manufacturers' recommendations. 2.2 REINFORCING MATERIALS A. Reinforcing Bars: ASTM A 615, Grade 60, deformed. B. Welded wire mesh: ASTM A 185. C. Supports for Reinforcement: Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcement in place. 1. Use wire bar type supports complying with CRSI recommendations. 2. For slabs on grade, use supports with sand plates or horizontal runners where base material will not support chair legs. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C 150, Type I or Type II. Use one brand of cement throughout the project unless otherwise acceptable to the Owner's Representative. B. Normal Weight Aggregates: ASTM C 33. C. Water: Clean, fresh, and potable. D. ADMIXTURES: PROVIDE ADMIXTURES PRODUCED BY ESTABLISHED REPUTABLE MANUFACTURERS AND USE IN COMPLIANCE WITH THE MANUFACTURER'S PRINTED DIRECTIONS. ALL ADMIXTURES SHALL BE CERTIFIED BY MANUFACTURE TO BE COMPATIBLE WITH OTHER REQUIRES ADMIXTURES. 1. AIR -ENTRAINING ADMIXTURE: ASTM C 260. DEMX ARCHITECTURE CAST -IN PLACE CONCRETE FAYETTEVILLE, AR 03 30 00 -2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 2. WATER -REDUCING ADMIXTURE: ASTM C 494, TYPE A. 3. SET -CONTROL ADMIXTURES: ASTM C 494, AS FOLLOWS: a. TYPE D, WATER REDUCING AND RETARDING. b. TYPE E, WATER -REDUCING AND ACCELERATING. HIGH -RANGE WATER -REDUCING ADMIXTURE (SUPER PLASTICIZER): ASTM C 494, TYPE F OR TYPE 2.4 RELATED MATERIALS A. Waterstops: Waterstops, if required, shall be fabricated of virgin polyvinyl chloride with additives and shall comply with Corps of Engineers CRD-C 572. Configuration of waterstop shall be as shown on the drawings. B. Vapor Retarder: Provide vapor retarder of Polyethylene sheet not less than 8 mils thick that is resistant to deterioration when tested in accordance with ASTM E 154. PART 3 - EXECUTION 3.1 FORMS: General: Design, erect, support, brace, and maintain formwork to support static and dynamic loads that might be applied during construction. Design of formwork for structural stability and efficiency is Contractor's responsibility. Construct formwork so concrete elements are of correct size, shape, alignment, elevation, and position. Maintain formwork construction tolerances complying with ACI 347. 3.2 PLACING REINFORCING: A. General: Comply with the specified codes and standards and Concrete Reinforcing Steel Institute's recommended practice for "Placing Reinforcing Bars" for details and methods of reinforcement placement and support and as herein specified. B. All bars shall be free of mill scale, loose or thick rust, grease, paint, oil, dirt, or other defects affecting strength or durability. C. All bending shall be done in the fabricating plant before shipment unless otherwise specified or permitted by Owner's Representative. All bends shall be made cold. The minimum radius of bends shall be four times the diameter of the bar and as specified in ACI 318. D. All reinforcing steel shall be accurately placed and during the placing of concrete shall be firmly held in place. Steel reinforcement shall not be welded. 3.3 CONCRETE PLACEMENT A. General: Place concrete in compliance with the practices and recommendations of ACI 304 and as specified herein. Do not place any concrete until the Owner's Representative has reviewed the results of the design mix 28-day test breaks and approval is given to proceed. B. Placing Concrete: All mixing, conveying and placing of concrete shall meet the requirements of ACI 318. Where concrete is to be placed in freezing or near -freezing weather, it shall be protected in accordance with recommended practice for cold weather concreting (ACI 306). Where concrete is placed in hot weather, the recommended practice for hot weather concreting (ACI 305) shall be followed. C. Concrete Floors on Ground: The subgrade shall be in a moist condition at the time the concrete is placed. If necessary it shall be well sprinkled with water not less than 6 nor more than 20 hours in advance of placing concrete. If it becomes dry prior to actual placing of concrete, it shall be sprinkled again but pools of water should not be formed and the subgrade shall not be muddy or soft when the concrete is placed. D. Consolidation of Concrete: Concrete shall be consolidated with internal concrete vibrators supplemented by hand spading, rodding, and tamping. Vibrating equipment shall be adequate to thoroughly consolidate the concrete. DEMX ARCHITECTURE CAST -IN PLACE CONCRETE FAYETTEVILLE, AR 03 30 00 -3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 3.4 CONCRETE CURING AND PROTECTION A. Construction joints in slabs -on -grade shall not be spaced at more than 60 feet, unless approved by the Owner's Representative. B. No reinforcement, corner protection angles, or other fixed metal items shall be run continuous through joints containing expansion -joint filler. At construction joints reinforcement shall be interrupted 2 inches clear on each side. 1. Form contraction joints by inserting premolded plastic, hardboard, or fiberboard strip into fresh concrete until top surface of strip is flush with slab surface. Tool slab edges round on each side of insert. After concrete has cured, remove inserts and clean groove of loose debris. 2. Contraction joints in unexposed floor slabs may be formed by saw cuts as soon as possible after slab finishing as may be safely done without dislodging aggregate. 3. If joint pattern is not shown, provide construction or contraction joints not exceeding 15 feet in either direction and located to conform to bay spacing wherever possible (at column centerlines, half bays, third bays). C. Isolation Joints: Where indicated, joints between interior slabs on grade and vertical surfaces, unless otherwise shown, shall be of 1/4 inch premolded expansion material extending full slab depth. The perimeters of slabs at the joints shall be free of fins, rough edges, spalling, or other unsightly appearance. 3.6 FINISHING FORMED SURFACES A. Rough Form Finish: 1. Provide as -cast rough form finish to formed concrete surfaces that are to be concealed in the finished work or by other construction, unless otherwise indicated. 2. Standard rough form finish shall be the concrete surface having the texture imparted by the form facing material used, with tie holes and defective areas repaired and patched and all fins and other projections exceeding 1 /2" in height rubbed down or chipped off. B. Smooth Form Finish: Provide smooth form finish to formed concrete surfaces exposed to view or to be covered with a coating material applied directly to concrete, or a covering material applied directly to concrete, such as waterproofing, dampproofing, veneer plaster, painting, or other similar system. Repair and patch defective areas with fins and other projections completely removed and smoothed. 3.7 MONOLITHIC SLAB FINISHES A. Float Finish: 1. Apply float finish to monolithic slab surfaces to receive trowel finish and other finishes as hereinafter specified. Slab surfaces to be covered with membrane or elastic waterproofing, membrane or elastic roofing, or sand -bed terrazzo, or as otherwise indicated. 2. After screeding, consolidating, and leveling concrete slabs, do not work the surface further until ready for floating. Begin floating, using float blades or flat shoes only, when the surface water has disappeared or when the concrete has stiffened sufficiently to permit the operation of a power -driven float, or both. Consolidate the surface with power -driven floats or by hand floating if area is small or inaccessible to power units. Finish surfaces to tolerances of F/F 18 - F/L 15 measured according to ASTM E 1155. Cut down high spots and fill all low spots. Uniformly slope surfaces to drains. Immediately after leveling, refloat the surface to a uniform, smooth, granular texture. B. Trowel Finish: DEMX ARCHITECTURE CAST -IN PLACE CONCRETE FAYETTEVILLE, AR 03 30 00 -4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 1. Apply trowel finish to monolithic slab surfaces that are to be exposed to view unless otherwise shown or specified, and slab surfaces that are to be covered with resilient flooring, thin -set ceramic or quarry tile, paint, or other thin-film finish coating systems. Tops of concrete curbs shall receive steel trowel finish. 2. After floating, begin the first trowel finish operation using a power -driven trowel. Begin final troweling when the surface produces a ringing sound as the trowel is moved over the surface. Consolidate the concrete surface by the final hand troweling operation, free of trowel marks, uniform in texture and appearance, and finish surfaces to tolerances of F/F 20 - F/L 17. Grind smooth surface defects that would telegraph through applied floor covering system. C. Nonslip Broom Finish: 1. Apply a nonslip broom finish to exterior concrete platforms, steps, and ramps, and elsewhere as indicated. 2. Immediately after trowel finishing, slightly roughen the concrete surface by brooming in the direction perpendicular to the main traffic route. Use fiber -bristle broom unless otherwise directed. Coordinate the required final finish with the Owner's Representative before application, 60 sq. yds. per gallon. Allow complete drying between applications. 3.7 REPAIRS AND PROTECTIONS A. Repair or replace broken or defective concrete. B. Protect concrete from damage until acceptance of work. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. C. Sweep concrete pavement and wash free of stains, discolorations, dirt, and other foreign material just before final inspection. END OF SECTION DEMX ARCHITECTURE CAST -IN PLACE CONCRETE FAYETTEVILLE, AR 03 30 00 -5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 05 12 00 STRUCTURAL STEEL FRAMING PART 1-GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes fabrication and erection of structural steel work, as shown on drawings including schedules, notes, and details showing size and location of members, typical connections, and types of steel required. 1. Structural steel is that work defined in American Institute of Steel Construction (AISC) Code of Standard Practice" and as otherwise shown on drawings. 2. Miscellaneous Metal Fabrications are specified elsewhere in Division 5. 3. Refer to Division 3 for anchor bolt installation in concrete. 1.03 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Product data or manufacturer's specifications and installation instructions for following products. Include laboratory test reports and other data to show compliance with specifications (including specified standards). 1. Structural steel (each type), including certified copies of mill reports covering chemical and physical properties. 2. High -strength bolts (each type), including nuts and washers. a. Include Direct Tension Indicators if used. 3. Structural steel primer paint. 4. Shrinkage -resistant grout. C. Shop drawings shall indicate profiles, sizes, locations of structural members, openings, and attachments. 1. Include details of cuts, connections, chamber, holes, and other pertinent data. Indicate welds by standard AWS symbols and show size, length, and type of each weld. 2. Provide setting drawings, templates, and directions for installation of anchor bolts and other anchorages to be installed as work of other sections. D. Test reports conducted on shop -and -field bolted and welded connections. Include data on type(s) of tests conducted and test results. E. Certified copies of each survey conducted by a licensed Land Surveyor, showing elevations and locations of base plates and anchor bolts to receive structural steel and final elevations and locations for major members. Indicate discrepancies between actual installation and contract documents. 1.04 QUALITY ASSURANCE A Codes and Standards: Comply with provisions of following, except as otherwise indicated: 1. American Institute of Steel Construction (AISC) "Code of Standard Practice for Steel Buildings and Bridges." 2. AISC "Specifications for Structural Steel Buildings," including "Commentary." 3. "Specifications for Structural Joints using ASTM A 325 or A 490 Bolts" approved by the Research Council on Structural Connections. DEMX ARCHITECTURE STRUCTURAL STEEL FAYETTEVILLE, AR 05 12 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 4 American Welding Society (AWS) D1.1 "Structural Welding Code - Steel." 5. ASTM A 6 "General Requirements for Delivery of Rolled Steel Plates, Shapes, Sheet Piling and Bars for Structural Use." B. Qualifications for Welding Work: Qualify welding procedures and welding operators in accordance with AWS "Qualification" requirements. 1. Provide certification that welders to be employed in work have satisfactorily passed ASW qualification tests. 2. If recertification of welders is required, retesting will be the contractors responsibility. 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to site at such intervals to ensure uninterrupted progress of work. B. Deliver anchor bolts and anchorage devices, which are to be embedded in cast -in -place concrete or masonry, in ample time to not delay work. C. Store materials to permit easy access for inspection and identification. Keep steel members off ground by using pallets, platforms, or other supports. Protect steel members and packaged materials from erosion and deterioration. If bolts become dry or rusty, clean and relubricate before use. 1. Do not store materials on structure in a manner that might cause distortion or damage to members or supporting structures. Repair or replace damaged materials or structures as directed. PART 2 - PRODUCTS 2.01 MATERIALS A. Metal Surfaces, General: For fabrication of work that will be exposed to view, use only materials that are smooth and free of surface blemishes by grinding, or by welding and grinding, prior to cleaning, treating, and applying surface finishes. B. Structural Steel Shapes: ASTM A 992. C. Angles, Channels, Plates, and Bars: ASTM A 36. D. Cold -Formed Steel Tubing: ASTM A 500, Grade B. E. Steel Pipe: ASTM A 53, Type E or S, Grade B: or ASTM A 501. 1. Finish: Black, except where indicated to be galvanized. F. Steel Castings: ASTM A 27, Grade 65-35, medium -strength carbon steel. G. Anchor Bolts: ASTM F 1554, Grade 36, heavy hex head and nut. H. Unfinished Threaded Fasteners: ASTM A 307, Grade A, regular low -carbon steel bolts and nuts. 1. Provide hexagonal heads and nuts for all connections. I. High -Strength Threaded Fasteners: Heavy hexagon structural bolts, heavy hexagon nuts, and hardened washers, as follows: 1. Quenched and tempered medium -carbon steel bolts, nuts, and washers, complying with ASTM A 325. J. Electrodes for Welding: Comply with AWS Code. K. SSPC-Paint 15 - Steel Joist Shop Primer/Metal Building Primer; 1999 (Ed. 2004). 0. Nonmetallic Shrinkage -Resistant Grout: Premixed, nonmetallic, noncorrosive, nonstaining product containing selected silica sands, Portland cement, shrinkage compensation agents, plasticizing and water -reducing agents, complying with CE-CRD- C621. 1. Available Products: Subject to compliance with requirements, products that may be incorporated in the work include, but are not limited to, the following: a. 100 Non -Shrink Grout (Non -Metallic); Conspec, Inc. b. Supreme Grout; Cormix, Inc. DEMX ARCHITECTURE STRUCTURAL STEEL FAYETTEVILLE, AR 05 12 00 -2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II C. Sure Grip Grout; Dayton Superior d. Euco N.S.; Euclid Chemical Company e. Crystex; L & M Construction Chemicals, Inc. f. Masterflow 713; Master Builders. g. Sealtight 588 Grout; W.R. Meadows. h. Propak; Protex Industries, Inc. i. Set Non -Shrink; Set Products, Inc. j. Five Star Grout; U.S. Grout Corp. 2.02 FABRICATION A. Shop Fabrication and Assembly: Fabricate and assemble structural assemblies in shop to greatest extent possible. Fabricate items of structural steel in accordance with AISC Specifications and as indicated on final shop drawings. Provide camber in structural members where indicated. 1. Properly mark and match -mark materials for field assembly. Fabricate for delivery sequence that will expedite erection and minimize field handling of materials. 2. Where finish is required, complete assembly, including welding of units, before start of finishing operations. Provide finish surfaces of members exposed in final structure free of markings, burrs, and other defects. B. Connections: Weld or bolt shop connections, as indicated. C. Bolt field connections, except where welded connections or other connections are indicated. 1. Provide high -strength threaded fasteners for all bolted connections, except where indicated. D. High -Strength Bolted Construction: Install high -strength threaded fasteners in accordance with AISC "Specifications for Structural Joints using ASTM A 325 or A 490 Bolts." E. Welded Construction: Comply with AWS Code for procedures, appearance and quality of welds, and methods used in correction welding work. F. Cut, drill, or punch holes perpendicular to metal surfaces. Drill holes in bearing plates. 2.03 SHOP PAINTING A. General: Shop -paint structural steel, except those members or portions of members to be embedded in concrete or mortar. Paint embedded steel that is partially exposed on exposed portions and initial 2 inches of embedded areas only. 1. Do not paint surfaces to be welded or high -strength bolted with friction -type connections. 3. Apply 2 coats of paint to surfaces that are inaccessible after assembly or erection. Change color of second coat to distinguish it from first. D. Painting: Provide a one -coat, shop -applied paint system complying with Steel Structures Painting Council (SSPC) Paint System Guide No. 7.00. 2.04 SOURCE QUALITY CONTROL A. An independent testing agency will perform shop quality control inspection and testing as indicated on Drawings. PART 3 - EXECUTION 3.01 ERECTION A. Surveys: Employ a licensed land surveyor for accurate erection of structural steel. Check elevations of concrete and masonry bearing surfaces, and locations of anchor bolts and similar devices, before erection work proceeds, and report discrepancies to DEMX ARCHITECTURE STRUCTURAL STEEL FAYETTEVILLE, AR 05 12 00 -3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II Owners Project Manager. Do not proceed with erection until corrections have been made or until compensating adjustments to structural steel work have been agreed upon with Owners Project Manager. B. Temporary Shoring and Bracing: Provide temporary shoring and bracing members with connections when permanent members are in place and final connections are made. Provide temporary guy lines to achieve proper alignment of structures as erection proceeds. C. Temporary Planking: Provide temporary planking and working platforms as necessary to effectively complete work. D. Setting Bases and Bearing Plates: Clean concrete and masonry bearing surfaces of bond -reducing materials and roughen to improve bond to surfaces. Clean bottom surface of base and bearing plates. 1. Set loose and attach base plates and bearing plates for structural members on wedges or other adjusting devices. 2. Tighten anchor bolts after supported members have been positioned and plumbed. Do remove wedges or shims, but if protruding, cut off flush with edge of base or bearing plate prior to packing with grout. 3. Pack grout solidly between bearing surfaces and bases or plates to ensure that no voids remain. Finish exposed surfaces, protect installed materials, and allow to cure. 4. For proprietary grout materials, comply with manufacturer's instructions. E. Field Assembly: Set structural frames accurately to lines and elevations indicated. Align and adjust various members forming part of complete frame or structure before permanently fastening. Clean bearing surfaces and other surfaces that will be in permanent contact before assembly. Perform necessary adjustments to compensate for discrepancies in elevation and alignment. F. Level and plumb individual members of structure within specified AISC tolerances. G. Establish required leveling and plumbing measurements on mean operating temperature of structure. Make allowances for difference between temperature at time of erection and mean temperature at which structure will be when completed and in service. H. Splice members only where indicated and accepted on shop drawings. I. Erection Bolts: On exposed welded construction, remove erection bolts, fill holes with plug welds, and grind smooth at exposed surfaces. 1. Comply with AISC Specifications for bearing, adequacy of temporary connections, alignment, and removal of paint on surfaces adjacent to field welds. 2. Do not enlarge unfair holes in members by burning or by using drift pins, except in secondary bracing members. Ream holes that must be enlarged to admit bolts. J. Gas Cutting: Do not use gas cutting torches in field for correcting fabrication errors in primary structural framing. Cutting will be permitted only on secondary members that are not under stress, as acceptable to Owners Project Manager. Finish gas -cut sections equal to a sheared appearance when permitted. K. Touch -Up Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint. Apply paint to exposed areas using same material as used for shop painting. 1. Apply by brush or spray to provide minimum dry film thickness of 1.5 mils. 3.02 QUALITY CONTROL A. Owner will engage an independent testing and inspection agency to perform inspections and tests as indicated on Drawings and prepare reports. DEMX ARCHITECTURE STRUCTURAL STEEL FAYETTEVILLE, AR 05 12 00 -4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II END OF SECTION DEMX ARCHITECTURE FAYETTEVILLE, AR STRUCTURAL STEEL 051200-5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 05 50 00 METAL FABRICATION AND MISCELLANEOUS METALS PART 1 -GENERAL 1.1 DESCRIPTION A. The types of miscellaneous metal items include, but are not limited to the following: 1. Rough hardware and anchorage 2. Loose bearing plates 3. Loose steel lintels 4. Shelf and relieving angles 5. Miscellaneous framing and supports where framing and supports are not specified in other sections 6. Pipe bollards 1.2 SUBMITTALS A. Submit manufacturer's specifications, anchor details and installation instructions for products to be used in the fabrication of miscellaneous metal work, including paint products. B. Submit shop drawings for fabrication and erection of each metal fabrication. Include plans, elevations, sections and details of metal fabrications and their connections. Show anchorage and accessory items. Provide templates for anchor and bolt installation. C. Welder certificates signed by Contractor certifying that welders comply with requirements under "Quality Assurance" article. 1.3 QUALITY ASSURANCE A. Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field splicing and assembly. Disassemble units as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. B. References to ASTM and Federal standards shall mean the latest edition of that standard. C. Welding Standards: Comply with applicable provisions of AWS D1.1 "Structural Welding Code - Steel," AWS D1.2 "Structural Welding Code - Aluminum," and AWS D1.3 "Structural Welding Code - Sheet Steel." 1. Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved and, if pertinent, has undergone recertification. 1.4 PROJECT CONDITIONS A. Field Measurements: Check actual locations of walls and other construction to which metal fabrications must fit by accurate field measurements before fabrication. Show recorded measurements on final shop drawings. Coordinate fabrication schedule with construction progress to avoid delaying the Work. 1. Where field measurements cannot be made without delaying the Work, guarantee dimensions and proceed with fabricating products without field measurements. Coordinate construction to ensure that actual dimensions correspond to guaranteed dimensions. Allow for trimming and fitting. 1.5 PRODUCT DELIVERY, STORAGE AND HANDLING A. Materials shall be delivered to the site in a dry and undamaged condition, stored out of contact with the ground, and under a watertight covering, permitting good air circulation. Red lead primer touch-up paint shall be used wherever necessary to prevent formation of rust on ferrous metal items. DEMX ARCHITECTURE MISCELLANEOUS METAL FAYETTEVILLE, AR 05 50 00-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II PART 2 -PRODUCTS 2.1 MATERIALS AND COMPONENTS A. Metal Surfaces, General: For metal fabrications exposed to view upon completion of the Work, provide materials selected for their surface flatness, smoothness, and freedom from surface blemishes. Do not use materials whose exposed surfaces exhibit pitting, seam marks, roller marks, rolled trade names, roughness, and, for steel sheet, variations in flatness exceeding those permitted by reference standards for stretcher -leveled sheet. B. Steel Plates, Shapes and Bars: ASTM A 36 C. Steel Plates to be Bent or Cold Formed: ASTM A 283, Grade C. D. Steel Tubing: Hot -formed, welded or seamless, ASTM A 501. For exterior installations, provide tubing with hot -dip galvanized coating per ASTM A 53. E. Steel Bars and Bar -Size Shapes: ASTM A 306, Grade 65, or ASTM A 36. F. Cold -Finished Steel Bars: ASTM A 108, grade as selected by fabricator. G. Cold -Rolled Carbon Steel Sheets: ASTM A 366. H. Galvanized Carbon Steel Sheets: ASTM A 526, with ASTM A 525, G 90 zinc coating. I. Gray Iron Castings: ASTM A 48, Class 30. J. Malleable Iron Castings: ASTM A 47, grade 32510. K. Steel Pipe: ASTM A-53; Type S, Grade A; Schedule 40; black finish unless galvanizing is indicated. L. Cast -in -Place Anchors in Concrete: Anchors of type indicated below, fabricated from corrosion -resistant materials capable of sustaining, without failure, the load imposed within a safety factor of 4, as determined by testing per ASTM E 488, conducted by a qualified independent testing agency. 1. Threaded or wedge type; galvanized ferrous castings, either ASTM A 47 malleable iron or ASTM A 27 cast steel. Provide bolts, washers, and shims as required, hot - dip galvanized per ASTM A 153. M. Welding Rods and Bare Electrodes: Select according to AWS specifications for the metal alloy to be welded. N. Nonshrink Nonferrous Grout: CE CRD-C 621-81. 0. Steel Wire Rope: ASTM A 475; zinc -coated steel wire strand; size and number of wires as shown. Provide "Common" grade with Class B zinc -coating. P. Aluminum: 1. Extruded Shapes and Tubes: ASTM B 221 or B 308. 2. Extruded Pipe: ASTM B 429. 3. Plate & Sheet: ASTM B 209, alloy 3003-1-116. Use alloy 5005-1-116 where anodic coating will be applied. 4. Bars, Rods and Wire: ASTM B 211. 5. Seamless tube: ASTM B 210. 6. Castings: ASTM B 26 or B 108; alloy 214 for natural anodized finish, and alloy 43 for color anodized or baked enamel finish. 7. Forgings: ASTM B 247, alloy 6061-T6. Q. Stainless Steel: 1. Type: AISI Type 302/304. 2. Bar Stock: ASTM A 276, Type 302/304. 3. Plate: ASTM A 167, Type 302/304. 4. Tube: ASTM A 269. 5. Castings: ASTM A 296, iron -chromium -nickel alloy. DEMX ARCHITECTURE MISCELLANEOUS METAL FAYETTEVILLE, AR 05 50 00-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 2.2 FASTENERS A. General: Provide plated fasteners complying with ASTM B 633, Class Fe/Zn 25 for electrodeposited zinc coating, for exterior use and where built into exterior walls. Select fasteners for the type, grade and class required. B. Bolts and Nuts: Regular hexagon head type, ASTM A 307, Grade A, with hex nuts, ASTM A 563 and flat washers. C. Lag Bolts: ANSI B18.2.1. D. Machine Screws: Cadmium plated steel, ANSI B18.6.3. E. Wood Screws: Flat head carbon steel, ANSI B18.6.1. F. Plain Washers: Round, carbon steel, ASNI B18.22.1. G. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capacity to sustain, without failure, a load equal to 6 times the load imposed when installed in unit masonry and equal to 4 times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing agency. 1. Material: Carbon steel components zinc -plated to comply with ASTM B 633, Class Fe/Zn 5. 2. Material: Group 1 alloy 304 or 316 stainless -steel bolts and nuts complying with ASTM F 593 and ASTM F 594. H. Toggle Bolts: Tumble -wing type, FS FF-B-588, type, class and style as required. I. Lock Washers: Helical spring type carbon steel, ANSI B18.21.1. 2.3 PAINT A. Shop Primer for Ferrous Metal: Manufacturer's or Fabricators fast -curing, lead and chromate -free, "universal" modified alkyd primer selected for good resistance to normal atmospheric corrosion, for compatibility with finish paint systems and for capability to provide a sound foundation for field -applied topcoats despite prolonged exposure; complying with performance requirements of FS TT-P-644. 1. Primer selected must be compatible with finish coats of paint. Coordinate selection of metal primer with finish paint requirements specified in Section 09900. B. Galvanizing Repair Paint: High zinc dust content paint for regalvanizing welds in galvanized steel, with dry film containing not less than 94 percent zinc dust by weight, and complying with DOD-P-21035 or SSPC-Paint-20. 2.4 FABRICATION, GENERAL A. Form metal fabrications from materials of size, thickness, and shapes indicated but not less than that needed to comply with performance requirements indicated. Work to dimensions indicated or accepted on shop drawings, using proven details of fabrication and support. Use type of materials indicated or specified for various components of each metal fabrication. B. Workmanship: 1. Form work true to line and level with accurate angles and surfaces and straight edges. Ease exposed edges to a radius of 1/32". Form bent -metal corners to smallest radius possible without causing grain separation. 2. Weld corners and seams continuously to comply with AWS recommendations and the following: a. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. b. Obtain fusion without undercut or overlap. C. Remove welding flux immediately. d. At exposed connections, finish exposed welds and surfaces smooth and blended so that no roughness shows after finishing and contour of welded surface matches those adjacent. DEMX ARCHITECTURE MISCELLANEOUS METAL FAYETTEVILLE, AR 05 50 00-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 3. Shear and punch metals cleanly and accurately. Remove burrs. 4. Form exposed connections with hairline joints flush and smooth, using concealed fasteners wherever possible. Provide Phillips flat head (countersunk) screws and bolts for exposed fasteners. Locate joints where least conspicuous. 5. Coordinate type of anchorage with supporting structure. Fabricate and space anchoring devices to secure metal fabrications rigidly in place and to support indicated loads. 6. Cut, reinforce, drill and tap miscellaneous metal work to receive finish hardware screws similar items. C. Galvanizing: 1. Provide a zinc coating for those items shown or specified to be galvanized, as follows: a. ASTM A 153 for galvanizing iron and steel hardware. b. ASTM A 123 for galvanizing both fabricated and unfabricated iron and steel products made of uncoated rolled, pressed, and forged shapes, plates, bars, and strip 0.0299 inch thick and heavier. D. Fabricate joints which will be exposed to weather in a manner to exclude water or provide weep holes where water may accumulate. E. Shop Painting: 1. Shop paint miscellaneous metal work, except members or portions of members to be embedded in concrete or masonry, surfaces and edges to be field welded, and galvanized surfaces. 2. Surface Preparation: Prepare ferrous metal surfaces to comply with minimum requirements indicated below for SSPC surface preparation specifications and environmental exposure conditions of installed metal fabrications: a. Exteriors (SSPC Zone 1 B): SSPC-SP6 "Commercial Blast Cleaning." b. Interiors (SSPC Zone 1 A): SSPC-SP3 "Power Tool Cleaning." 3. Remove oil, grease and similar contaminants in accordance with SSPC SP-1 "Solvent Cleaning." 4. Apply shop primer to uncoated surfaces of metal fabrications, except those with galvanized finish or to be embedded in concrete, sprayed -on fireproofing, or masonry, unless otherwise indicated. Comply with requirements of SSPC-PA1 "Paint Application Specification No. 1 " for shop painting. 2.5 MISCELLANEOUS METAL FABRICATIONS A. Loose Bearing and Leveling Plates: 1. Provide plates made flat, free from warps or twists, and of required thickness and bearing area. 2. Drill plates to receive anchor bolts and for grouting. 3. Galvanize after fabrication. B. Loose Steel Lintels: 1. Provide structural steel lintels for openings and recesses as required. Weld adjoining members together to form a single unit. 2. Size loose lintels for equal bearing of 1 inch per foot of clear span but not less than 8 inches bearing at each side of openings unless otherwise indicated. 3. Galvanize lintels to be installed in exterior walls. C. Miscellaneous Framing and Supports: 1. Provide steel framing and supports which are not a part of structural steel framework, as required to complete work. 2. Fabricate units to sizes, shapes and profiles indicated or, if not indicated, of required dimensions to receive adjacent other work to be retained by framing. Cut, drill, and tap units to receive hardware, hangers and similar items. Fabricate from DEMX ARCHITECTURE MISCELLANEOUS METAL FAYETTEVILLE, AR 05 50 00-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II structural steel shapes, plates and steel bars of welded construction using mitered joints for field connection. 3. Equip units with integrally welded anchors for casting into concrete or building into masonry. Furnish inserts if units must be installed after concrete is placed. 4. Galvanizing: a. Galvanize exterior frames and supports. b. Galvanize frames and supports where indicated. D. Miscellaneous Steel Trim: 1. Provide shapes and sizes for profiles shown. Use concealed field splices wherever possible. 2. Provide cutouts, fittings and anchorages as required for coordination of assembly and installation with other work. 3. Galvanizing: a. Galvanize exterior steel trim. b. Galvanize steel trim where indicated. E. Shelf Angles: 1. Provide structural steel shelf angles of sizes shown for attachment to concrete framing. Provide slotted holes to receive 3/4" bolts, spaced not more than 6" from ends and not more than 24" o.c. 2. Galvanize shelf angles to be installed on exterior concrete framing. 3. Furnish wedge -type concrete inserts, complete with fasteners, for attachment of shelf angles to cast -in -place concrete. F. Pipe Bollards: 1. Fabricate pipe bollards from Schedule 80 steel pipe. Cap bollards with 1/4-inch minimum steel plate. 2. Fabricate sleeves for bollard anchorage from steel pipe with 1/4-inch thick steel plate welded to bottom of sleeve. PART 3 -EXECUTION 3.1 GENERAL A. Coordinate and furnish anchorages, setting drawings, diagrams, templates, instructions, and directions for installation of anchorages, such as concrete inserts, sleeves, anchor bolts and miscellaneous items having integral anchors, which are to be embedded in concrete or masonry construction. Coordinate delivery of such items to project site so as not to delay construction. 3.2 INSTALLATION A. General: 1. 2. 3. DEMX ARCHITECTURE FAYETTEVILLE, AR Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for securing miscellaneous metal fabrications to in -place construction; including threaded fasteners for concrete and masonry inserts, toggle bolts, through bolts, lag bolts, wood screws and other connectors as required. Cutting, Fitting and Placement: Perform cutting, drilling and fitting required for installation of miscellaneous metal fabrications. Set work accurately in location, alignment and elevation, plumb, level, true and free of rack, measured from established lines and levels. Provide temporary bracing or anchors in formwork for items which are to be built into concrete, masonry or similar construction. Fit exposed connections accurately together to form tight hairline joints. Weld connections which are not to be left as exposed joints, but cannot be shop welded because of shipping size limitations. Grind exposed joints smooth and touch up shop paint coat. Do not weld, cut or abrade the surfaces of exterior units which MISCELLANEOUS METAL 05 50 00-5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II have been hot -dip galvanized after fabrication, and are intended for bolted or screwed field connections. 4. Field Welding: Comply with AWS Code for procedures of manual shielded metal - arc welding, appearance and quality of welds made, and methods used in correcting welding work. 5. Dissimilar Metals: Where dissimilar and incompatible metals or other materials may come in contact, they shall be permanently separated by means of gaskets or other approved methods. Aluminum surfaces in contact with concrete shall have a 16 mil coating of asphalt base paint. B. Setting Loose Plates: 1. Clean concrete and masonry bearing surfaces of any bond -reducing materials, and roughen to improve bond to surfaces. Clean bottom surface of bearing plates. 2. Set loose leveling and bearing plates on wedges, or other adjustable devices. After the bearing members have been positioned and plumbed, tighten the anchor bolts. Do not remove wedges or shims, but if protruding, cut off flush with the edge of the bearing plate before packing with grout. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. C. Installing Pipe Bollards: 1. Anchor bollards in concrete with pipe sleeves preset and anchored into concrete. After bollards have been inserted into sleeves, fill annular space between bollard and sleeve solidly with nonshrink, nonmetallic grout, mixed and placed to comply with grout manufacturer's directions. 2. Fill bollards solidly with concrete, mounding top surface. D. Touch-up Painting: Cleaning and touch-up painting of field welds, bolted connections and abraded areas of the shop paint on miscellaneous metal is specified in Section 09900 of these specifications. For Galvanized Surfaces: Clean field welds, bolted connections and abraded areas and apply 2 coats of galvanizing repair paint to comply with ASTM A 780. END OF SECTION DEMX ARCHITECTURE MISCELLANEOUS METAL FAYETTEVILLE, AR 05 50 00-6 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 05 51 00 METAL STAIRS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Preassembled steel stairs with concrete -filled treads. 2. Railings for stairs indicated to receive flat stock steel and cable railings. 3. Shop finishing of steel stairs. 1.3 PERFORMANCE REQUIREMENTS A. Delegated Design: Design metal stairs, including comprehensive engineering analysis by a qualified professional engineer, using performance requirements and design criteria indicated. B. Structural Performance of Stairs: Metal stairs shall withstand the effects of gravity loads and the following loads and stresses within limits and under conditions indicated. 1. Uniform Load: 100 Ibf/sq. ft. 2. Concentrated Load: 300 Ibf applied on an area of 4 sq. in. 3. Uniform and concentrated loads need not be assumed to act concurrently. 4. Stair Framing: Capable of withstanding stresses resulting from railing loads in addition to loads specified above. 5. Limit deflection of treads, platforms, and framing members to L/240 or 1/4 inch, whichever is less. C. Seismic Performance: Metal stairs shall withstand the effects of earthquake motions determined according to ASCE/SEI 7. 1. Component Importance Factor is 1.5. 1.4 ACTION SUBMITTALS A. Product Data: For metal stairs and the following: 1. Prefilled metal -pan stair treads. 2. Paint products. B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work. C. Delegated -Design Submittal: For installed products indicated to comply with performance requirements and design criteria, including analysis data signed and sealed by the qualified professional engineer responsible for their preparation. 1.5 INFORMATIONAL SUBMITTALS A. Welding certificates. B. Paint Compatibility Certificates: From manufacturers of topcoats applied over shop primers certifying that shop primers are compatible with topcoats. C. Product Test Reports: Based on evaluation of comprehensive tests performed by a qualified testing agency, for stairs. 1.6 QUALITY ASSURANCE A. Installer Qualifications: Fabricator of products. B. NAAMM Stair Standard: Comply with "Recommended Voluntary Minimum Standards for Fixed Metal Stairs" in NAAMM AMP 510, "Metal Stairs Manual," for class of stair designated, unless more stringent requirements are indicated. DEMX ARCHITECTURE METAL STAIRS FAYETTEVILLE, AR 0551 00-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 1. Preassembled Stairs: Commercial class. 2. Industrial -Type Stairs: Industrial class. C. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." D. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS D1.1 /D1.1 M, "Structural Welding Code - Steel." 2. AWS D1.3, "Structural Welding Code - Sheet Steel." 1.7 COORDINATION A. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturers' written recommendations to ensure that shop primers and topcoats are compatible with one another. B. Coordinate installation of anchorages for metal stairs. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors, that are to be embedded in concrete or masonry. Deliver such items to Project site in time for installation. C. Coordinate locations of hanger rods and struts with other work so that they will not encroach on required stair width and will be within the fire -resistance -rated stair enclosure. PART 2 - PRODUCTS 2.1 METALS, GENERAL A. Metal Surfaces, General: Provide materials with smooth, flat surfaces unless otherwise indicated. For components exposed to view in the completed Work, provide materials without seam marks, roller marks, rolled trade names, or blemishes. 2.2 FERROUS METALS A. Steel Plates, Shapes, and Bars: ASTM A 36/A 36M. B. Steel Bars for Grating Treads: ASTM A 36/A 36M or steel strip, ASTM A 1011 /A 1011 M or ASTM A 1018/A 1018M. C. Wire Rod for Grating Crossbars: ASTM A 510. D. Uncoated, Hot -Rolled Steel Sheet: ASTM A 1011 /A 1011 M, either commercial steel, Type B, or structural steel, Grade 30, unless another grade is required by design loads. E. Galvanized -Steel Sheet: ASTM A 653/A 653M, G90 coating, either commercial steel, Type B, or structural steel, Grade 33, unless another grade is required by design loads. 2.3 ABRASIVE NOSINGS A. Extruded Units: units with abrasive filler consisting of aluminum oxide, silicon carbide, or a combination of both, in an epoxy -resin binder. Fabricate units in lengths necessary to accurately fit openings or conditions. 1. Basis of Design: Wooster 121 BF Supergrit." a. Equivalent products approved in advance of the bid date. 2. Provide ribbed units, with abrasive filler strips projecting 1 /16 inch above aluminum extrusion. 3. Nosings: Square -back units, 1-7/8 inches wide, without lip. B. Provide anchors for embedding units in concrete integral to units. C. Apply clear lacquer to concealed surfaces of extruded units set into concrete. 2.4 FASTENERS A. General: Provide zinc -plated fasteners with coating complying with ASTM B 633 or ASTM F 1941, Class Fe/Zn 12 for exterior use, and Class Fe/Zn 5 where built into exterior walls. Select fasteners for type, grade, and class required. DEMX ARCHITECTURE METAL STAIRS FAYETTEVILLE, AR 0551 00-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II B. Bolts and Nuts: Regular hexagon -head bolts, ASTM A 307, Grade A; with hex nuts, ASTM A 563; and, where indicated, flat washers. C. Anchor Bolts: ASTM F 1554, Grade 36, of dimensions indicated; with nuts, ASTM A 563; and, where indicated, flat washers. 1. Provide mechanically deposited or hot -dip, zinc -coated anchor bolts for stairs indicated to be galvanized. D. Machine Screws: ASME B18.6.3. E. Lag Screws: ASME B18.2.1. F. Plain Washers: Round, ASME B18.22.1. G. Lock Washers: Helical, spring type, ASME B18.21.1. H. Post -Installed Anchors: Torque -controlled expansion anchors or chemical anchors capable of sustaining, 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 a qualified independent testing agency. 1. Material for Interior Locations: Carbon -steel components zinc plated to comply with ASTM B 633 or ASTM F 1941, Class Fe/Zn 5, unless otherwise indicated. 2. Material for Exterior Locations and Where Stainless Steel is Indicated: Alloy Group 1 stainless -steel bolts, ASTM F 593, and nuts, ASTM F 594. 2.5 MISCELLANEOUS MATERIALS A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. B. Galvanizing Repair Paint: High -zinc -dust -content paint complying with SSPC-Paint 20 and compatible with paints specified to be used over it. C. Nonshrink, Nonmetallic Grout: Factory -packaged, nonstaining, noncorrosive, nongaseous grout complying with ASTM C 1107. Provide grout specifically recommended by manufacturer for interior and exterior applications. D. Concrete Materials and Properties: Comply with requirements in Division 03 Section "Cast -in - Place Concrete" for normal -weight, air -entrained, ready -mix concrete with a minimum 28-day compressive strength of 3000 psi unless otherwise indicated. 2.6 FABRICATION, GENERAL A. Preassembled Stairs: Assemble stairs in shop to greatest extent possible. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1 /32 inch unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Form bent -metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D. Form exposed work with accurate angles and surfaces and straight edges. E. Weld connections to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. 4. Weld exposed corners and seams continuously unless otherwise indicated. 5. At exposed connections, finish exposed welds to comply with NOMMA's "Voluntary Joint Finish Standards" for Type 2 welds: completely sanded joint, some undercutting and pinholes okay. DEMX ARCHITECTURE METAL STAIRS FAYETTEVILLE, AR 0551 00-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II F. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners where possible. Where exposed fasteners are required, use Phillips flat -head (countersunk) screws or bolts unless otherwise indicated. Locate joints where least conspicuous. G. Fabricate joints that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate. 2.7 STEEL -FRAMED STAIRS A. Stair Framing: 1. Fabricate stringers of steel plates. 2. Construct platforms of steel channel headers and miscellaneous framing members as needed to comply with performance requirements. 3. Weld stringers to headers; weld framing members to stringers and headers. 4. Where stairs are enclosed by gypsum board assemblies, provide hanger rods or struts to support landings from floor construction above or below. Locate hanger rods and struts where they will not encroach on required stair width and will be within the fire - resistance -rated stair enclosure. 5. Where masonry walls support metal stairs, provide temporary supporting struts designed for erecting steel stair components before installing masonry. B. Metal -Pan Stairs: Form risers, subtread pans, and subplatforms to configurations shown from steel sheet of thickness needed to comply with performance requirements but not less than 0.067 inch. 1. Steel Sheet: Uncoated cold -rolled steel sheet. 2. Directly weld metal pans to stringers; locate welds on top of subtreads where they will be concealed by concrete fill. Do not weld risers to stringers. 3. Provide abrasive nosings. 4. At Contractor's option, provide stair assemblies with metal -pan subtreads filled with reinforced concrete during fabrication. 5. Provide subplatforms of configuration indicated or, if not indicated, the same as subtreads. Weld subplatforms to platform framing. a. Smooth Soffit Construction: Construct subplatforms with flat metal under surfaces to produce smooth soffits. Do not expose clip angles to view. 6. Finish: Provide shop finish meeting the requirements of Section 09960, High Performance Coatings. Perform only necessary repair and touch-up in the field. 2.8 STAIR RAILINGS A. Steel Tube Railings: Fabricate railings to comply with requirements indicated for design, dimensions, details, finish, and member sizes, including wall thickness of tube, post spacings, and anchorage, but not less than that needed to withstand indicated loads. B. Welded Connections: Fabricate railings with welded connections. Cope components at connections to provide close fit, or use fittings designed for this purpose. Weld all around at connections, including at fittings. 1. Finish welds to comply with NOMMA's "Voluntary Joint Finish Standards" for Type 2 welds: completely sanded joint, some undercutting and pinholes okay. C. Form changes in direction of railings as follows: 1. As detailed or required for smooth transitions. D. Close exposed ends of railing members with prefabricated end fittings. E. Provide wall returns at ends of wall -mounted handrails unless otherwise indicated. Close ends of returns unless clearance between end of rail and wall is 1/4 inch or less. F. Brackets, Flanges, Fittings, and Anchors: Provide wall brackets, end closures, flanges, miscellaneous fittings, and anchors for interconnecting components and for attaching to other work. Furnish inserts and other anchorage devices for connecting to concrete or masonry work. DEMX ARCHITECTURE METAL STAIRS FAYETTEVILLE, AR 0551 00-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 1. Connect posts to stair framing by direct welding unless otherwise indicated. 2. For galvanized railings, provide galvanized fittings, brackets, fasteners, sleeves, and other ferrous -metal components. 3. For nongalvanized railings, provide nongalvanized ferrous -metal fittings, brackets, fasteners, and sleeves, except galvanize anchors embedded in exterior masonry and concrete construction. G. Fillers: Provide fillers made from steel plate, or other suitably crush -resistant material, where needed to transfer wall bracket loads through wall finishes to structural supports. Size fillers to suit wall finish thicknesses and to produce adequate bearing area to prevent bracket rotation and overstressing of substrate. 2.9 FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish metal stairs after assembly. C. Provide shop finish meeting the requirements of Section 09960, High Performance Coatings. Perform only necessary repair and touch-up in the field. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Fastening to In -Place Construction: Provide anchorage devices and fasteners where necessary for securing metal stairs to in -place construction. Include threaded fasteners for concrete and masonry inserts, through -bolts, lag bolts, and other connectors. B. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal stairs. Set units accurately in location, alignment, and elevation, measured from established lines and levels and free of rack. C. Provide temporary bracing or anchors in formwork for items that are to be built into concrete, masonry, or similar construction. D. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. Do not weld, cut, or abrade surfaces of exterior units that have been hot -dip galvanized after fabrication and are for bolted or screwed field connections. E. Field Welding: Comply with requirements for welding in "Fabrication, General" Article. F. Place and finish concrete fill for treads and platforms to comply with Division 03 Section "Cast -in -Place Concrete." 3.2 INSTALLING METAL STAIRS WITH GROUTED BASEPLATES A. Clean concrete and masonry bearing surfaces of bond -reducing materials, and roughen to improve bond to surfaces. Clean bottom surface of baseplates. B. Set steel stair baseplates on wedges, shims, or leveling nuts. After stairs have been positioned and aligned, tighten anchor bolts. Do not remove wedges or shims but, if protruding, cut off flush with edge of bearing plate before packing with grout. 1. Use nonmetallic, nonshrink grout unless otherwise indicated. 2. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain. 3.3 ADJUSTING AND CLEANING A. Touchup Painting: 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 to comply with SSPC-PA 1 for touching up shop -painted surfaces. 1. Apply by brush or spray to provide a minimum 2.0-mil dry film thickness. DEMX ARCHITECTURE METAL STAIRS FAYETTEVILLE, AR 0551 00-5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II B. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections, and abraded areas of shop paint are specified in Division 09 Section "High -Performance Coatings." C. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780. END OF SECTION DEMX ARCHITECTURE METAL STAIRS FAYETTEVILLE, AR 0551 00-6 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 06 10 00 ROUGH CARPENTRY PART 1 -GENERAL 1.1 DEFINITIONS A. Rough carpentry includes carpentry work not specified as part of other sections and which is generally not exposed, except as otherwise indicated. 1.2 PRODUCT HANDLING A. Delivery and Storage: Keep materials under cover and dry. Protect against exposure to weather and contact with damp or wet surfaces. Stack lumber as well as plywood and other panels; provide for air circulation within and around stacks and under temporary coverings including polyethylene and similar materials. 1. For lumber and plywood pressure treated with waterborne chemicals, sticker between each course to provide air circulation 1.3 PROJECT CONDITIONS A. Coordination: Fit carpentry work to other work; scribe and cope as required for accurate fit. Correlate location of furring, nailers, blocking, grounds and similar supports to allow attachment of other work. PART 2 - PRODUCTS 2.1 LUMBER, GENERAL A. Lumber Standards: Manufacture lumber to comply with PS 20 "American Softwood Lumber Standard" and with applicable grading rules of inspection agencies certified by American Lumber Standards Committee's (ALSC) Board of Review. B. Grade Stamps: Factory mark each piece of lumber with grade stamp of inspection agency evidencing compliance with grading rule requirements and identifying grading agency, grade, species, moisture content at time of surfacing, and mill. 1. For exposed lumber apply grade stamps to ends or back of each piece. C. Nominal sizes are indicated, except as shown by detail dimensions. Provide actual sizes as required by PS 20, for moisture content specified for each use. 1. Provide dressed lumber, S4S, unless otherwise indicated. 2. Provide seasoned lumber with 19 percent maximum moisture content at time of dressing and shipment for sizes 2" or less in nominal thickness, unless otherwise indicated. 2.2 DIMENSION LUMBER A. For structural framing (2" to 4" thick, 5" and wider), provide the following grade and species: 1. No. 2 grade, Douglas Fir, unless noted otherwise in drawings. 2.3 BOARDS A. Exposed Boards: Where boards will be exposed in the finished work, provide the following: 1. Moisture Content: 15 percent maximum, "MC15". 2. Painted finish: provide No. 1 Boards per SPIB rules. 2.4 MISCELLANEOUS LUMBER A. Provide wood for support or attachment of other work including rooftop equipment curbs and support bases, cant strips, bucks, nailers, blocking, furring, grounds, stripping DEMX ARCHITECTURE ROUGH CARPENTRY FAYETTEVILLE, AR 06 10 00-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II and similar members. Provide lumber of sizes indicated, worked into shapes shown, and as follows: B. Moisture content: 19 percent maximum for lumber items not specified to receive wood preservative treatment. C. Grade: Standard Grade light framing size lumber of any species or board size lumber as required. 2.5 MISCELLANEOUS MATERIALS A. Fasteners and Anchorages: Provide size, type, material and finish as indicated and as recommended by applicable standards, complying with applicable Federal Specifications for nails, staples, screws, bolts, nuts, washers and anchoring devices. Provide metal hangers and framing anchors of the size and type recommended by the manufacturer for each use including recommended nails. 1. Where rough carpentry work is exposed to weather, in ground contact, or in area of high relative humidity, provide fasteners and anchorages with a hotdip zinc coating (ASTM A 153). PART 3 - EXECUTIONS 3.1 INSTALLATION, GENERAL A. Discard units of material with defects which might impair quality of work, and units which are too small to use in fabricating work with minimum joints or optimum joint arrangement. B. Set carpentry work to required levels and lines, with members plumb and true and cut and fitted. C. Securely attach carpentry work to substrate by anchoring and fastening as shown and as required by recognized standards. D. Countersink nail heads on exposed carpentry work and fill holes. E. Use common wire nails, except as otherwise indicated. Use finishing nails for finish work. Select fasteners of size that will not penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting of wood; predrill as required. 3.2 WOOD GROUNDS, NAILERS, BLOCKING AND SLEEPERS A. Provide wherever shown and where required for screeding or attachment of other work. Form to shapes as shown and cut as required for true line and level of work to be attached. Coordinate location with other work involved. B. Attach to substrates as required to support applied loading. Countersink bolts and nuts flush with surfaces, unless otherwise indicated. Build into masonry during installation of masonry work. Where possible, anchor to formwork before concrete placement. C. Provide permanent grounds of dressed, preservative treated, key beveled lumber not less than 11 /2" wide and of thickness required to bring face of ground to exact thickness of finish material involved. Remove temporary grounds when no longer required. 3.3 WOOD FURRING A. Install plumb and level with closure strips at edges and openings. Shim as required for tolerance of finished work. 3.4 WOOD FRAMING, GENERAL A. Provide framing members of sizes and on spacings shown, and frame openings as shown. DEMX ARCHITECTURE ROUGH CARPENTRY FAYETTEVILLE, AR 06 10 00-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II B. Anchor and nail as shown, and to comply with "Recommended Nailing Schedule" of "Manual for House Framing" and "National Design Specifications for Wood Construction" published by N.F.P.A. END OF SECTION DEMX ARCHITECTURE ROUGH CARPENTRY FAYETTEVILLE, AR 06 10 00-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 07 42 13 METAL WALL AND SOFFIT PANELS Part 1- GENERAL IIA REFERENCES American Society for Testing and Materials (ASTM International) ASTM A 653/A653M -Standard Specification for Steel Sheet, Zinc- Coated (Ga Ivanized) or Zinc - Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process ASTM D5796- Standard Test Method for Measurement of Dry Film Thickness of Thin -Film Coil - Coated Systems by Destructive Means Using a Boring Device ASTM D5402 -Standard Practice for Assessing the Solvent Resistance of Organic Coatings Using Solvent Rubs, coating, curing characteristics, double rub method ASTM D523-[Standard Test Method for Specular Gloss , appearance, directional reflectance factor, gloss, goniophotometry, high gloss, relative ASTM D4145 -Standard Test Method for Coating Flexibility of Prepainted Sheet, coating flexibility, prepainted sheet, T-bend flexibility, Prepainted steel sheet ASTM D4214- Standard Test Methods for Evaluating the Degree of Chalking of Exterior Paint Films, chalking, evaluation, exterior paint films ASTM E330 — Standard Test Method for Structural Performace by Static Pressure Difference ASTM G26- Practice for Operating Light -Exposure Apparatus (Xenon -Arc Type) With and Without Water for Exposure of Nonmetallic Materials 1.1.2 American National Standarts Institute (ANSI) - ANSI B18.6.4-[99], Thread Forming and Thread Cutting Screws and Metallic Drive Screws. 1.2 DESIGN REQUIREMENTS 1.2.1 Provide and install all the coverings of this section as well as the materials of all other siding. 1.2.2 The metal panels shall be designed to permit thermal contraction and expansion of the components due to temperature variations over a range of about 80°C, without excessive stress on the fastening devices, nor does it cause the buckling of the panels, the breaking of the seals or any other deterioration. 1.2.3 The maximum permissible deviation for the vertical and horizontal alignment of the panels in place is 1: 1000. 1.2.4 Harmonize and coordinate the work of metallic sidings with all contractors from all disciplines underlying and adjacent to the work of placing the panels. 1.2.5 The panel must withstand the seismic and wind loads found in the project area and meet the NBCC, 50-year probability (... kPa). 1.3 TECHNICAL SPECS 1.3.1 Submit the required data sheets in accordance with Section 013300 Submittal Procedures (Documents and samples to be submitted). DEMX ARCHITECTURE COMPOSITE WALL PANELS FAYETTEVILLE, AR 07 42 43-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 1.3.2 Submit the technical data sheets of the wall covering system components. Specify the characteristics of the products, the colors chosen as well as the constraints and performance criteria to be respected. 1.4 TECHNICAL DRAWINGS 1.4.1 Submit the required technical drawings in accordance with Section 013300 Submittal Procedures. (Documents and samples to be submitted). 1.4.2 Indicate the dimensions and thickness of the panels, the anchoring and fixing methods, the location and details of the seals and joints, measurements to compensate for the contraction and thermal expansion movements, the planned openings in the walls, details of thresholds, supports, studs and lintels, materials and finishes, and requirements for calculation criteria and related work. 1.4.3 All technical drawings must be reviewed and approved by a verified and certified building structure Engineer in Quebec. 1.4.4 All documents must bear the seal of the structural engineer. 1.5 SAMPLES 1.5.1 Submit the required data sheets in accordance with section 013300 Submittal Procedures (Documents and samples to be submitted). 1.5.2 Submit to the site at the location designated by the architect a sample of two (2) panels of actual dimensions, with all moldings, reinforcements, inking system, sealing tape, fasteners, finish, colors and other. The production order will be accepted only after the architect has approved the sample. 1.6 WORKFORCE QUALIFICATION 1.6.1 Metallic coverings must be installed by workers accredited by the manufacturer of the system used. The company that will install the metallic coverings must demonstrate by written documents, during the call for tenders, that it has a minimum of 5 years' experience in commercial, institutional or industrial building envelope coverings. 1.7 WARRANTIES 1.7.1 QUALITY GUARANTEES- The work referred to in this section is warranted by the installer against any defects in material or workmanship for a period of five years from the date of completion of the installation work. 1.7.2 MANUFACTURER'S WARRANTY - Provide a written warranty from the manufacturer against any defect in the exterior finish applied at the factory during the warranty period. The finish is guaranteed for 25 years after the near completion date. The values below are based on normal conditions and exclude any extraordinary atmospheric conditions. The TEXTURAL IV paint system (PVDF base paint system) is guaranteed against cracking, peeling or loss of adhesion, visible to the naked eye within 10 meters for 40 years counting the date of application and DEMX ARCHITECTURE COMPOSITE WALL PANELS FAYETTEVILLE, AR 07 42 43-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II according to the criteria of performance specifications of the manufacturer (paint applicator) and according to the conditions of the standard warranty of the manufacturer of the panels. 1.8 STORAGE, HANDLING & TRANSPORTATION 1.8.1 Store and protect equipment and materials in accordance with manufacturer's recommendations for metal overlay panels. 1.8.2 Do not place or load with other products the top of the packages of the packed panels. 1.8.3 If the panels cannot be installed as soon as they are received, store them indoors in a dry, ventilated area. 1.8.4 If the panels are to be stored outdoors, place them away from direct sunlight, and protected from extreme temperatures (heat or cold). These extreme conditions can increase the adhesion of the protective film to panels, making it more difficult to remove and leave traces of glue on the panels after removal. 1.8.5 Do not leave unpacked and out of wooden brackets and packing boxes between installation work days. 1.9 WASTE MANAGEMENT & DISPOSAL 1.9.1 Sort and recycle waste in accordance with the section (Construction Waste Management and Disposal). 1.9.2 Evacuate all packaging materials from the site and transport them to appropriate recycling facilities. 1.9.3 Recover and sort paper, plastic, polystyrene, corrugated cardboard. Packaging and place in appropriate waste bins disposed on site for recycling in accordance with the waste management plan. 1.9.4 Place in designated containers substances that meet the definition of toxic or hazardous waste. 1.9.5 It is prohibited to pour unused sealants into sewers, watercourses, lakes, the ground or any other place where there is a risk to health or the environment. 1.9.6 Route unused sealants to an approved hazardous materials collection site approved by the project manager. 1.9.7 Fold unused metal strips, flatten them and place them in designated areas for recycling. Part 2 - PRODUCTS 2.1 MATERIALS & HARDWARE 2.1.1 Metal coverings: 2.1.1.1 Product of reference: (Harrywood) wall covering profile of manufacturer MAC (Metal Architectural) or equivalent approved by architect: DEMX ARCHITECTURE COMPOSITE WALL PANELS FAYETTEVILLE, AR 07 42 43-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 6" (152 mm) center / center 0.34" (8.6 mm) deep; In cut lengths of 144" (3658mm) and notched at the ends for longitudinal overlaying for pre - painted coatings in the colors of the wood collection; 2.1.1.2 Made of galvanized steel in accordance with ASTM 653M standard, 230 galvanized steel grades, 33 grade galvanized steel with zinc coating galvanized Z275 as designated by ASTM A653M. 2.1.1.3 Finish: - Architect to select from the following WOOD COLLECTION 26-gauge choice of colors: - Torrefied, Cedar, Black Walnut, Ash Grey, Smoked Birch, Scandinavian Fir Each color specified must be made in 6 distinctive shades (with distinctive veining). The profiles made in this color will be packed in boxes of 12 panels of 12 linear feet in lenght including 2 panels of each distinctive shade. A packing box contains 72.75 sq. ft. of the Harrywood profile in 6 pre -mixed colors) The collection of WOOD colors is manufactured in accordance with the TEXTURAL IV pain system (base of the PVDF color system). 2.1.1.4 Nominal thickness - 0,46mm (gauge 26) for the color coatings of the wood collection 2.1.1.5 Starter moulding, valleys, gutters, transition mouldings and trim mouldings such as opening and protruding corner pieces, crown and drip flashings, starter tapes and opening trim in the same finish as the siding. 2.1.1.6 Fixations: Conform to the recommendations of the manufacturer MAC. 2.2 ACCESSORIES 2.2.1 Concealed sealants: - ADSEAL DWS 4580 SERIES (NEUTRAL SILICONE ADHESIVE SEALANT PERIMETER JOINTS) - Meets ASTM C920, S, NS, Class 50, NT, M, GA, 0 2.2.2 MAC visible sealants: - ADSEAL DWS 4580 SERIES (NEUTRAL SILICONE ADHESIVE SEALANT PERIMETER JOINTS) - Meets ASTM C920, S, NS, Class 50, NT, M, GA, 0 2.2.3 Cold cutting equipment (Guillotine) specially designed by MAC for cutting Harrywood 2.2.4 Color MAC retouching pencils to harmonize with the selected color (...) 2.2.5 Fastening of the metal siding 2.2.5.1 Concealed mouldings : mouldings (except for sub-girts) and clips of TEXTURAL IV series crown flashings in pre -finished steel. Specify the same color as HARRYWOOD siding from among the colors of the WOOD collection, in 26-gauge. 2.2.5.2 Standard manufacturer's starter moulding #M10SHW in pre -finished steel designation G90 2.2.5.3 Continuous siding made of quality steel, zinc -coated with G90 design,18-gauge, dimensions according to needs and site conditions. DEMX ARCHITECTURE COMPOSITE WALL PANELS FAYETTEVILLE, AR 07 42 43-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 2.2.5.4 Screws Visible screws — Steel: - HWA'POLYSEAL' TEK SCREW with sealing washer 8-18 x 1, 30618100YSP, visible screw, zinc appearance, visible moulding Concealed screws — Wood: <Jar200> VIS RD.WASH.VRX RT+ QS ZC 8 x 1 1 /8 <MAGNIS ARGENT W17> Incomplete thread. #MJA41.0812PW17.20, concealed screw, zinc appearance, concealed moulding Or <Jar500> VIS RD.WASH.VRX RT+ QS ZC 8 x 1 1 /8 <MAGNIS ARGENT W17> Incomplete thread. #MJA41.0812PW17.20, concealed screw, zinc appearance, concealed moulding Concealed screws — Wood, unprotected: - Coarse thread wood screws type 17, round head / Vrex Zinc plug washer 8 x 1 1 /8 VJA41.0812P.500 2.2.5.5 The screws must comply with CSA B11 and ANSI B18.6.4, respectively. These fasteners must be cadmium steel with flattened heads for concealed screws and hexagonal heads of the same color as the panel equipped with a conical neoprene washer for visible screws. 2.2.5.6 See plans for all mouldings (standard mouldings for Harrywood siding) of the manufacturer to be used. 2.2.5.6 See plans for all non-standard mouldings (custom-made) and execute them according to the plans in pre -finished colors, 26-gauge (WOOD collection) 2.2.6 Any other accessories recommended by the manufacturer Part 3 - EXECUTION SUPPORT EVALUATION Before proceeding with the installation of the siding panels and sheets, examine the support alignment and notify the architect in writing if the support does not meet the requirements of the panel installer. Before beginning to install the siding, ensure that your walls are square and level. Harrywood siding can be installed horizontally, vertically or diagonally. 3.1 SIDING INSTALLATION Tighten screws by applying moderate pressure to the metal to allow expansion. The screws must not exert any upward or downward pressure to avoid deforming the siding or opening the panels at the joints. When joining the panels along their length, a space must be left for dilation and expansion of the material, depending on the temperature during installation. 3.1.1 Compliance: Comply with the manufacturer's written requirements, recommendations, and specifications, including any available technical bulletins such as the installation guide, installation video sequences available on the manufacturer's web page, instructions in the product catalogue, those appearing on the packaging of the products, and the indications in the data sheets. 3.1.2 Install the starter strip, the interior corner (L-shaped steel corner, QJ trim interior corner), exterior corner (corner moulding, finished trim), window framing (adjustment, soffit J-trim), DEMX ARCHITECTURE COMPOSITE WALL PANELS FAYETTEVILLE, AR 07 42 43-5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II around the window outline (sides, top of the window), wall termination (adjustment, soffit J- trim). Refer to the installation guide on the manufacturer's website. 3.1.3 Install the exterior finish in accordance with the requirements of CGSB 93.5 and the manufacturer's written instructions. 3.2.4 Place the sub-girts, taking care to apply the thermal separator strips in continuity. Lay the furring so as to ensure continuous support for straight -level installation of the siding. 3.2.5 Before installing the siding, ensure that the walls are square and that the furrings (Z bars) are level. 3.2.6 Carefully lay the projecting corner pieces and adjacent moldings in order to obtain a well - shaped and profiled structure. 3.2.7 Provide and install shaped and waterproof fasteners for all system perimeters and perimeters of doors, shutters, and mechanical and electrical components to protect the walls from the elements. Ensure continuous pressure balance, according to the rain screen principle. 3.2.8 Lay the roof edges as shown. 3.2.9 Ensure that the siding joints are perfectly aligned and abutted. 3.2.10 Ensure that the Harrywood panels from the WOOD collection are placed randomly (at random, mixed over the height as well as the length in the case of long surfaces to cover). It is important never to reproduce the same installation sequence to harmonize the whole and avoid a "wallpaper" effect. NOTE: All the colors in the WOOD COLLECTION (Torrefied, Cedar, Black Walnut, Ash Grey, Smoked Birch, Scandinavian Fir) are available in six different panels of various wood grains and shades. Each of the panels is identified on the reverse side with a sequence of numbers from 1 to 6 in bold characters preceded by the # sign. The packing boxes contain 12 panels of six sq. ft. with premixed colors. 3.2.11 Cut the panels across the width only with the specialized tool (MAC SX14 Guillotine). 3.2.12 Cut (trim) panels to cold length only using scissors or electric scissors. 3.2.13 Caulk joints between adjacent elements and structures with a sealant / adhesive as specified in paragraphs 2.2.1 and 2.2.2 3.2.14 If there is a sealant overflow, be sure to clean the surplus immediately before it dries. 3.2.15 All Z bars on the exterior of the insulation are supplied and installed by the metal siding subcontractor. 3.3 CLEANING 3.3.1 Follow the manufacturer's recommendations for panel maintenance and cleaning. Do not use solvents or chemicals. END OF SECTION DEMX ARCHITECTURE COMPOSITE WALL PANELS FAYETTEVILLE, AR 07 42 43-6 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 07 42 43 COMPOSITE WALL PANELS Part I - GENERAL 1.1 SECTION INCLUDES: A. Exterior, panelized fiber cement cladding system and accessories to complete a drained and back -ventilated rainscreen. B. Interior fiber cement panelized cladding system and accessories. 1.2 RELATED SECTIONS A. Section 05 41 00 - Structural Metal Stud Framing B. Section 06 10 00 - Rough Carpentry C. Section 06 16 00 - Sheathing D. Section 07 20 00 - Thermal Protection E. Section 07 25 00 - Weather Barriers F. Section 07 60 00 - Flashing and Sheet Metal G. Section 07 90 00 - Joint Sealants 1.3 REFERENCES A. American Architectural Manufacturers Association (AAMA): 1. AAMA 509-14 — Voluntary Test and Classification Method of Drained and Back Ventilated Rain Screen Wall Cladding Systems B. ASTM International (ASTM): 1. ASTM C 518 - Standard Test Method for Steady -State Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus. 2. ASTM C 1185 - Standard Test Methods for Sampling and Testing Non -Asbestos Fiber Cement. a. ASTM C 1186 — Standard Specification for Flat Fiber -Cement Sheets. 3. ASTM E-84 - Standard Test for Surface Burning Characteristics of Building Materials. 4. ASTM E 119 - Standard Test Methods for Fire Tests of Building Construction and Materials. 5. ASTM E 228 - Standard Test Method for Linear Thermal Expansion of Solid Materials with a Vitreous Silica Dilatometer. 6. ASTM E 330 - Standard Test Method for Structural Performance of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference. 7. ASTM E 331 - Standard Test Method for Water Penetration of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference. C. Florida Building Code - Test Protocol HVHZ 1. Testing Application Standard (TAS) 202, 203 — HVHZ Test Procedures D. National Fire Protection Association (NFPA): 1. NFPA 285 - Fire Test Method for Exterior Wall Assemblies Containing Combustible Material. 2. NFPA 268 — Ignition Resistance of Exterior Wall Assemblies. E. Standards Council of Canada & Underwriters Laboratories Canada (ULC): 1. CAN/ULC S-102 — Standard Method of Test for Surface Burning Characteristics. 2. CAN/ULC S-134 — Standard Method of Fire Test of Exterior Wall Assembly. 1.4 SUBMITTALS A. Submit under provisions of Section 01 33 00. B. Product Data: Submit manufacturer's product description, storage and handling requirements, and installation instructions. DEMX ARCHITECTURE COMPOSITE WALL PANELS FAYETTEVILLE, AR 07 42 43-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II C. Product Test Reports and Code Compliance: Documents demonstrating product compliance with local building code, such as test reports or Evaluation Reports from qualified, independent testing agencies. E. Manufacturer's Details: Submit drawings (.dwg, .rvt, and/or .pdf formats), including plans, sections, showing installation details that demonstrate product dimensions, edge/termination conditions/treatments, compression and control joints, corners, openings, and penetrations. F. Samples: Submit samples of each product type proposed for use. 5 QUALITY ASSURANCE A. Manufacturer Qualifications: 1. All fiber cement panels specified in this section must be supplied by a manufacturer with a minimum of 10 years of experience in fabricating and supplying fiber cement cladding systems. a. Products covered under this section are to be manufactured in an ISO 9001 certified facility. 2. Provide technical and design support as needed regarding installation requirements and warranty compliance provisions. B. Installer Qualifications: All products listed in this section are to be installed by a single installer trained by manufacturer or representative. C. Mock -Up Wall: Provide a mock-up wall as evaluation tool for product and installation workmanship. D. Pre -Installation Meetings: Prior to beginning installation, conduct conference to verify and discuss substrate conditions, manufacturer's installation instructions and warranty requirements, and project requirements. 1.6 DELIVERY, STORAGE, AND HANDLING A. Panels must be stored flat and kept dry before installation. A waterproof cover over panels and accessories should be used at all times prior to installation. Do not stack pallets more than two high. Refer to the information included on each pallet. B. If panels are exposed to water or water vapor prior to installation, allow to completely dry before installing. Failure to do so may result in panel shrinkage at ship lap joints, and such action may void warranty. C. Panels MUST be carried on edge. Do not carry or lift panels flat. Improper handling may cause cracking or panel damage. D. Direct contact between the panels and the ground should be avoided at all times. It is necessary to keep panels clean during installation process. 1.7 WARRANTY A. Provide manufacturer's 15-year warranty against manufactured defects in fiber cement panels. Additional 5-year extension available when refinished in year 14-15. B. Provide manufacturer's 15-year warranty against manufactured defects in panel finish. C. Warranty provides for the original purchaser. See warranty for detailed information on terms, conditions, and limitations. PART II - PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturer: Nichiha Corporation, 18-19 Nishiki 2-chome Naka-ku, Nagoya, Aichi 460-8610, Japan. B. Acceptable Manufacturer's Representative: Nichiha USA, Inc., 6465 E. Johns Crossing, Suite 250, Johns Creek, GA 30097. Toll free: 1.866.424.4421, Office: 770.805.9466, Fax: 770.805.9467, www.nichiha.com. DEMX ARCHITECTURE COMPOSITE WALL PANELS FAYETTEVILLE, AR 07 42 43-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 1. Basis of Design Product: Nichiha Industrial Block. a. Profile color: IndustrialBlock. b. Profile: Smooth concrete finish without dimples. c. Accessory/Component Options: i. Manufactured Corners with 3-1 /2" returns. ii. Aluminum trim options: Corner Key, Open Outside Corner, H-Mold, J-Mold, Compression Joint, Inside Corner 1. Finish: Clear Anodized or Primed iii. Essential Flashing System: Starter, Overhang. 1. Finish: Matte black. d. Dimensions - AWP-3030: 455mm (17-7/8") (h) x 3,030 mm (119-5/16") (1). e. Panel Thickness: 16 mm (5/8"). f. Finish: Matte, lightly textured. g. Weight: 57.32 lbs. per panel. h. Coverage: 14.81 sq. ft. per panel. i. Factory sealed on six [61 sides. C. Substitutions: Not permitted. D. Requests for substitutions will be considered in accordance with provisions of Section 01 60 00. 2.2 MATERIALS A. Fiber cement panels manufactured from a pressed, stamped, and autoclaved mix of Portland cement, fly ash, silica, recycled rejects, and wood fiber bundles. B. Panel surface pre -finished and machine applied. C. Panels profiled along 3030mm edges so that the long joints between the installed panels are ship -lapped. D. Factory -applied sealant gasket added to top panel edge; all 3030mm edge joints contain a factory sealant. 2.3 PERFORMANCE REQUIREMENTS: A. Fiber Cement Cladding — Must comply with ASTM C-1186, Type A, Grade II requirements: 1. Wet Flexural Strength: Result: 1418 psi, Lower Limit: 1015 psi. 2. Water Tightness: No water droplets observed on any specimen. 3. Freeze -thaw: No damage or defects observed. 4. Warm Water: No evidence of cracking, delamination, swelling, or other defects observed. 5. Heat -Rain: No crazing, cracking, or other deleterious effects, surface or joint changes observed in any specimen. B. Mean Coefficient of Linear Thermal Expansion (ASTM E-228): Max 1.0*101-5 in./in. F. C. Surface Burning (CAN-ULC S102/ASTM E-84): Flame Spread: 0, Smoke Developed: 0. D. Wind Load (ASTM E-330): Contact manufacturer for ultimate test pressure data corresponding to framing type, dimensions, fastener type, and attachment clips. Project engineer(s) must determine Zone 4 and 5 design pressures based on project specifics. 1. Minimum lateral deflection: L/120. E. Water Penetration (ASTM E-331): No water leakage observed into wall cavity. F. Steady -State Heat Flux and Thermal Transmission Properties Test (ASTM C-518): 16mm thick panel thermal resistance R Value of 0.47. G. Fire Resistant (ASTM E-119): The wall assembly must successfully endure 60-minute fire exposure without developing excessive unexposed surface temperature or allowing flaming on the unexposed side of the assembly. H. Ignition Resistance (NFPA 268): No sustained flaming of panels, assembly when subjected to a minimum radiant heat flux of 12.5 kW/m2 ± 5% in the presence of a pilot ignition source for a 20-minute period. I. Fire Propagation (NFPA 285): Wall assembly of Nichiha AWP, Ultimate Clips and Starter Track, Tyvek Commercial Wrap, 1/2" Densglass Gold Sheathing, 16" o.c. 18 gauge steel studs, mineral DEMX ARCHITECTURE COMPOSITE WALL PANELS FAYETTEVILLE, AR 07 42 43-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II wool in -cavity insulation, and interior 5/8" Type X gypsum met the acceptance criteria of NFPA 285. J. Fire Propagation (CAN/ULC S-134): Wall assembly of Nichiha AWP, Ultimate Clips and Starter Track, Tyvek Housewrap, 5/8" FRT plywood, 16" o.c. 2x wood studs, fiberglass in -cavity insulation, and interior 5/8" Type X gypsum met the acceptance criteria of CAN/ULC S-134. K. Drained and Back Ventilated Rainscreen (AAMA 509-14): System classifications: W1, V1. L. Florida Building Code - Test Protocol HVHZ (202, 203): Horizontal Application Design Pressure: 95 psf, Vertical Application Design Pressure: 85 psf. 2.4 INSTALLATION COMPONENTS A. Ultimate Clip System: 1. Starter Track: a. Horizontal Panel Installations - FA 700 — 3,030mm (1) galvalume coated steel. b. Vertical Panel Installations (AWP-3030 only) — FA 710T — 3,030mm (1) galvalume coated steel. 2. Panel Clips: JEL 778 "Ultimate Clip II" (10mm rainscreen for 16mm AWP) — Zinc - Aluminum -Magnesium alloy coated steel. a. Joint Tab Attachments (included) — used at all AWP-1818 panel to panel vertical joints — NOT used with AWP-3030 installations. 3. Corner Clips: JE 777C (10mm rainscreen for 5/8" AWP Manufactured Corners) -- Zinc - Aluminum -Magnesium alloy coated steel. 4. Single Flange Sealant Backer — FHK 1015 R (1 Omm) — 6.5' (1) fluorine coated galvalume. 5. Double Flange Sealant Backer — FH 1015 R (1 Omm) — 10' (1) fluorine coated galvalume. 6. Corrugated Spacer — FS 1005 (5mm), FS 1010 (10mm) — 4' (1). B. Aluminum Trim (optional): Paint as specified in finish schedule. C. Essential Flashing System (optional): 1. Starter — main segments (3,030mm), inside corners, outside corners 2. Overhang — main segments (3,030mm), inside corners, outside corners, joint clips D. Fasteners: Corrosion resistant fasteners, such as hot -dipped galvanized screws appropriate to local building codes and practices must be used. Use Stainless Steel fasteners in high humidity and high -moisture regions. Panel manufacturer is not liable for corrosion resistance of fasteners. Do not use aluminum fasteners, staples or fasteners that are not rated or designed for intended use. See manufacturer's instructions for appropriate fasteners for construction method used. E. Flashing: Flash all areas specified in manufacturer's instructions. Do not use raw aluminum flashing. Flashing must be galvanized, anodized, or PVC coated. F. Sealant: Sealant shall comply with ASTM C920, Class 35. PART III - EXECUTION 3.1 EXAMINATION A. Verification of Conditions: 1. Fiber cement panels can be installed over braced wood, steel studs and sheathing including plywood, OSB, plastic foam or fiberboard sheathing. Fiber cement panels can also be installed over Structural Insulated Panels (SIP's), Concrete Masonry Units (CMU's) and Concrete Block Structures (CBS's) with furring strips, and Pre -Engineered Metal Construction. Insulated Concrete Forms (ICFs) are NOT an approved substrate under any condition. 2. Allowable stud spacing: 16" o.c. maximum. 3. A weather resistive barrier is required when installing fiber cement panels. Use an approved weather resistive barrier (WRB) as defined by the 2015 IBC or IRC. Refer to local building codes. DEMX ARCHITECTURE COMPOSITE WALL PANELS FAYETTEVILLE, AR 07 42 43-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 4. Appropriate metal flashing should be used to prevent moisture penetration around all doors, windows, wall bottoms, material transitions and penetrations. Refer to local building codes for best practices. B. Examine site to ensure substrate conditions are within alignment tolerances for proper installation. C. Do not begin installation until unacceptable conditions have been corrected. D. Do not install panels or components that appear to be damaged or defective. Do not install wet panels. 3.2 TOLERANCE A. Wall surface plane must be plumb and level within +/- 1/4 inch in 20 feet in any direction. 1. One layer of Nichiha 5mm (-3/16") Spacer may be used as shim. 3.3 INSTALLATION A. General: Install products in accordance with the latest installation guidelines of the manufacturer and all applicable building codes and other laws, rules, regulations and ordinances. Review all manufacturer installation, maintenance instructions, and other applicable documents before installation. 1. Consult with your local dealer or Nichiha Technical Department before installing any Nichiha fiber cement product on a building higher than 45 feet or three stories or for conditions not matching prescribed standard installation guide requirements and methods. Special installation conditions may be required via a Technical Review and Special Applications Form (SAF) process. 2. Vertical Control/Expansion Joints are required within 2-10 feet of outside corners finished with metal trim and approximately every 30 feet thereafter. 3. Horizontal/Compression Joints are required for multi -story installations of AWP. Locate joints at floor lines. Joints are flashed minimum '/2" breaks. Do not caulk. Refer to installation guide(s). A. Wood framed buildings of three or more floors require a compression joint at each floor. B. Steel framed buildings (including reinforced concrete core with LGMF exterior walls) of more than three floors (or 45 feet) require a compression joint every 25 feet at a floor line. B. Panel Cutting 1. Always cut fiber cement panels outside or in a well ventilated area. Do not cut the products in an enclosed area. 2. Always wear safety glasses and NIOSH/OSHA approved respirator whenever cutting, drilling, sawing, sanding or abrading the products. Refer to manufacturer SDS for more information. 3. Use a dust -reducing circular saw with a diamond -tipped or carbide -tipped blade. a. Recommended circular saw: Makita 7-1/4" Circular Saw with Dust Collector (#5057KB). b. Recommended blade: Tenryu Board -Pro Plus PCD Blade (#BP-18505). c. Shears (electric or pneumatic) or jig saw can be used for complicated cuttings, such as service openings, curves, radii and scrollwork. 4. Silica Dust Warning: Fiber cement products may contain some amounts of crystalline silica, a naturally occurring, potentially hazardous mineral when airborne in dust form. Consult product SDS or visit https://www.osha.gov/dsg/topics/silicacrystalline/. 3.4 CLEANING AND MAINTENANCE A. Review manufacturer guidelines for detailed care instructions. DEMX ARCHITECTURE COMPOSITE WALL PANELS FAYETTEVILLE, AR 07 42 43-5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II END OF SECTION DEMX ARCHITECTURE FAYETTEVILLE, AR COMPOSITE WALL PANELS 07 42 43-6 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 07 46 00 RAINSCREEN DRAINAGE MAT PART 1 GENERAL 1.1 SECTION INCLUDES A. Wall moisture/vapor drainage mat. 1.2 RELATED SECTIONS A. Section 07 26 19 — Fluid -Applied Weather Barrier B. Section 07 42 43 — Composite Wall Panels 1.3 REFERENCES A. ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building Materials. B. ASTM E 2273 - Standard Test Method for Determining the Drainage Efficiency of Exterior Insulation and Finish Systems (EIFS) Clad Wall Assemblies. C. UL Fire Resistance Rated 1.4 SUBMITTALS A. Submit under provisions of Section 01 33 00. B. Product Data: Manufacturer's data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. 1.5 QUALITY ASSURANCE A. Manufacturer Qualifications: Minimum 2 years production of similar products. B. Installer Qualifications: Experience with installation of similar products. 1.6 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. PART 2 PRODUCTS 2.1 MANUFACTURERS A. Acceptable Manufacturer: Keene Building Products; PO Box 241353, Mayfield Heights, Ohio 44124. Toll Free Tel: (877) 514-5336, Tel: (440) 605-1020. Fax: (440) 605-1120. Email: info@keeneBuilding.com. Web: http://www.KeeneBuilding.com B. Substitutions: permitted. C. Requests for substitutions will be considered in accordance with Section 01 25 00. 2.2 DRAINAGE MAT A. Drainage Mat: Randomly oriented geometric patterned drainage and ventilation mat designed to eliminate moisture and moisture vapor in wall applications. B. Product: Driwall Rainscreen 020-1 as manufactured by Keene Building Products. 1. Physical Characteristics: Three-dimensional mat heat laminated to a non -woven lightweight, vapor permeable fabric. The monofilament mat is heat welded at the junctions to form a resilient structure that isolates veneer from the back-up. a. 0.25 inches (6 mm) thick. b. 12.7 oz/sq. yd. (431 g/sq m) total weight. C. 48 inches (122 cm) wide. d. 65 feet (19.8 m) roll length. 2. Performance: DEMX ARCHITECTURE RAINSCREEN DRAINAGE MAT FAYETTEVILLE, AR 07 46 00-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II a. Drainage of moisture and ventilation between veneer and back-up support. 3. Material: UV stabilized polypropylene. a. Class A flame spread per ASTM E84. b. ASTM ASTM E 2273 - Standard Test Method for Determining the Drainage Efficiency of Exterior Insulation and Finish Systems (EIFS) Clad Wall Assemblies. C. Hydrophobic compound. d. Resistant to chemicals. e. Does not support mold growth. C. Application: 1. Provide at siding and as indicated or required. PART 3 EXECUTION 3.1 EXAMINATION A. Do not begin installation until substrates have been properly prepared. B. If substrate preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. 3.2 PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 3.3 DRAINAGE MAT INSTALLATION A. Install in accordance with manufacturer's instructions. B. Inspection of Wall Conditions and Weather Barrier/Building Wrap: Ensure that the wall is free from structural defects, that any membranes or flashing are properly installed and that the final system will have a path for moisture to escape from the wall. C. Installation for Siding: 1. Install building paper or house wrap and flashing to manufacturers' recommendations. 2. Place drainage mat horizontally against exterior wall, fabric side out, entangled core to the building interior. Start at the bottom of the wall and work up. 3. Mechanically fasten with a staple hammer, large head nail or washer and screw one fastener for each square foot (0.1 sq. m). When installing over concrete or block back- up walls that do not accept mechanical fasteners hold in place with small dabs of glue every 2.0 feet (0.61 m). Do not fasten through flashing. 4. Seam adjacent piece with the selvage edge overlapping the top of the lower drainage mat piece. Shingle so that selvage edge is installed toward the bottom of the wall. 5. Install siding, shingle or fiber -cement siding according to manufacturers' recommendations. When choosing a fastener, allow for thickness of drainage mat. Pneumatic nail guns can be used if nails meet manufacturers' recommendations and air pressure and depth gauge is set to fasten nail snug with surface. END OF SECTION DEMX ARCHITECTURE RAINSCREEN DRAINAGE MAT FAYETTEVILLE, AR 07 46 00-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 07 62 00 SHEET METAL FLASHING AND TRIM PART 1- GENERAL 1.1 DESCRIPTION A. Include all labor, materials and equipment necessary to complete all sheet metal work as shown on the drawings and as specified herein. Briefly, this includes: 1. Flashing. 2. Counter -flashing (including counter -flashing at all roof -mounted HVAC equipment). See National Roofing contractors Detail BUR-14. 3. Metal copings. 5. Through -wall scuppers. 6. Incidental caulking. 7. Sill flashing at windows. 1.2 WORK SPECIFIED ELSEWHERE A. Duct work. B. Flashing around plumbing vent stacks through roof. C. Base flashing. D. Cavity wall flashing. 1.3 PERFORMANCE REQUIREMENTS A. General: Provide manufactured roof specialties capable of withstanding wind loads, structural movement, thermally induced movement, and exposure to weather without failing. 1. Provide manufactured roofing specialties, incorporating roof edge treatment that complies with recommendations of FMRC Loss Prevention Data Sheet 1-49 for the wind loads indicated in the General Notes on the Structural Drawings. B. Roof edge flashings shall be certified by the manufacture to comply with the following test standards: 1. ANSI/SPRI ES-1-98 Test Method RE-2 "Pull -Off Test for Fascia": Fascia system shall be tested in accordance with the ANSI/SPRI test using the current edition of "Wind Design Standard for Edge Systems Used with Low Slope Roofing Systems." 2. ANSI/SPRI ES-1-98 Test RE-3 for Coping: Wind Design Guide for Edge Systems Use with Low Slope Roofing Systems (current edition). Coping systems shall be tested simultaneously on horizontal and vertical surfaces and shall exceed horizontal and vertical design wind pressure as calculated in accordance with the ANSI/SPRI test method. 1.4 SUBMITTALS A. Prior to fabrication, submit copies of shop drawings to Architect for approval. Drawings shall show sizes, bends, joints, anchorage and metal gauges. B. Full size samples may be required in addition to shop drawings on particular items of work. C. Product Data, including manufacturer's material and finish data, installation instructions, and general recommendations for each specified flashing material and fabrication product. D. Qualification data for firms and persons specified in the "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of Architects and Owners, and other information specified. DEMX ARCHITECTURE SHEET METAL FLASHING AND TRIM FAYETTEVILLE, AR 07 62 00-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 1.5 QUALITY ASSURANCE A. Installer Qualifications: Engage an experience Installer who has completed sheet metal flashing and trim work similar in material, design, and extent to that indicated for this Project and with a record of successful in-service performance. B. Mockups: Prior to installing sheet metal flashing and trim, construct mockups indicated to verify selections made under Sample submittals and to demonstrate aesthetic effects as well as qualities of materials and execution. Build mockups to comply with the following requirements, using materials indicated for final unit of Work. 1. Locate mockups on -site in the location and of the size indicated or, if not indicated, as directed by Architect. 2. Notify Architect one week in advance of the dates and times when mockups will be constructed. 3. Demonstrate the proposed range of aesthetic effects and workmanship. 4. Construct mockups for the following type of sheet metal flashing and trim: a. Gutters and downspouts. b. Conductor heads. c. Scuppers. d. Exposed trim. e. Copings. 5. Obtain Architect's approval of mockups before start of final unit of Work. 6. Retain and maintain mockups during construction in an undisturbed condition as a standard for judging the completed Work. a. When directed, demolish and remove mockups from Project site. b. Approved mockups in an undisturbed condition at the time of Substantial Completion may become part of the completed Work 1.6 PROTECTION A. The flashing subcontractor shall advise the Contractor of required procedures for surveillance and protection of the completed flashing and trim. Furnish such advice for period of installation of other work, and for the remainder of the construction period. 1.7 WARRANTY A. Contractor shall guarantee sheet metal work to be free from defects in materials and workmanship for a period of two (2) years from date of acceptance of building. Should any leaks or defects occur within the period of guarantee, Contractor shall repair leaks or defects immediately upon notification by Owner, at his own expense. B. Special Warranty on Flashing and Trim Component Finishes: Manufacturer's standard form in which manufacturer agrees to repair finish or replace flashings and trim components that show evidence of deterioration of factory -applied finishes within specified warranty period. 1. Fluoropolymer Finish: Deterioration includes, but is not limited to, the following: a. Color fading more than 5 Hunter units when tested according to ASTM D 2244. b. Chalking in excess of a No. 8 rating when tested according to ASTM D 4214. c. Cracking, checking, peeling, or failure of paint to adhere to bare metal. 2. Finish Warranty Period: 20 years from date of Substantial Completion. PART 2-PRODUCTS 2.1 MATERIALS A. Sheet metal for each item shall be as specified under each heading and as shown on the drawings DEMX ARCHITECTURE SHEET METAL FLASHING AND TRIM FAYETTEVILLE, AR 07 62 00-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 1. Sheet Metal at Copings: Vincent Brass and Aluminum Co., "Colorklad" or equal, prefinished 24 gauge galvanized steel, commercial quality, Armco Zincgrip, ASTM A446, Grade A, primed and finished one side with flouropolymer coating 1.0 plus or minus 0.1 mil total dry thickness, PPG Duranar 200 with a strippable plastic film applied for protection during fabrication and a wash coat of 0.3 - 0.4 mil dry film thickness applied to reverse side. Color to be selected by Architect from manufacturer's metallic colors. 2. Two Piece Counter flashings: Prefinished 24 ga. galvanized steel. 3. Through Wall Scuppers: 16 ounce copper. 4. Sheet Metal Expansion Joints: 16 ounce copper. 5. Window Sill Flashings: Prefinished .040 aluminum sheet. Finish shall be the same as window frame. 6. Gutters: Stainless steel, minimum 0.0187 inch thick. B. Screws and Rivets: Same material as flashing sheet, or other as recommended by manufacturer of flashing sheet. C. Nails: Long enough to penetrate back I", #12gauge diameter, flat head, annular thread aluminum nails. Use neoprene washers under the heads where exposed to the weather. D. Cleats: Same metal and gage as sheet being anchored, unless specified otherwise. E. Bituminous Coating: FS TT-C-494 or SSPC Paint 12, cold -applied solvent -type bituminous mastic coating for application in dry film thickness of 15 mills per coat. F. Roofing Felt: Asphalt saturated, unperforated felt, complying with ASTM D226, #15 type. G. Sealant: Refer to Section 07 92 00 "Joint Sealants". 2.2 GALVANIZED STEEL FINISHES A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Protect mechanical and painted finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping. C. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range of approved Samples. Noticeable variations in the same piece are not acceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast. D. High -Performance Organic Finish: Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions. 1. Fluoropolymer Two -Coat System: Manufacturer's standard two -coat, thermocured system consisting of specially formulated inhibitive primer and fluoropolymer color topcoat containing not less than 70 percent polyvinylidene fluoride resin by weight, with a minimum total dry film thickness of 1.0 mil; complying with physical properties and coating performance requirements of AAMA 621, except as modified below: a. Humidity Resistance: 2000 hours. b. Salt -Spray Resistance: 2000 hours. 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 0.9 mil. 3. Color: To be selected by Architect from manufacturer's metallic finishes. 4. Resin Manufacturers: Subject to compliance with requirements, provide fluoropolymer coating systems containing resins produced by one of the following manufacturers: a. Arkema, Inc. (Kynar 500) b. Solvay Solexis, Inc. (Hylar 5000) 2.3 FABRICATION DEMX ARCHITECTURE SHEET METAL FLASHING AND TRIM FAYETTEVILLE, AR 07 62 00-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II A. Except as otherwise shown or specified, comply with applicable recommendations and details of the most current edition "Architectural Sheet Metal Manual" by SMACNA and the manufacturer of the sheet metal being installed. B. Provide for thermal expansion of flashing and other items exposed for more than 1 T-0" continuous length. Maintain a water -tight installation at expansion seams. Locate expansion seams with the following maximum spacings for each general flashing use: 1. Flashing and Trim: At 10'-0" intervals and 2'-0" each side corners and intersections. 2. Gutter Expansion: In accordance with SMACNA, 4th Ed., Plate 6, "E" value chart. C. Fixed joints and seams shall be flat lock seams, soldered, unless otherwise indicated, with minimum of 1/2" wide hooked flanges. D. Clean exposed metal surfaces of substances which would interfere with uniform oxidation and weathering. E. Fabricate and install work with lines and corners of exposed unit true and accurate. Form exposed faces flat and free of buckles, excessive waves and avoidable tool marks. Provide uniform, neat seams with minimum exposure of solder, welds and sealant. Except as otherwise shown, fold back the sheet metal to form a hem on the concealed side of exposed edges. F. Conceal fasteners and expansion provisions wherever possible in exposed work and locate as to minimize the possibility of leakage. Cover and seal work as required for a watertight installation. Provide cleat -type anchorages for metal flashing and trim wherever practical. G. On vertical surfaces lap 2-piece flashings a minimum of 3". On sloping surfaces for slopes of not less than 6" in 12", lap unsealed flashings a minimum of 6". For embedment of metal flashing flanges in roofing, extend flanges for a minimum of 4" embedment. H. PITCH PAN AND STORM COLLAR 1. Penetration pans fabricated from .040 aluminum with leak proof corners shall be not more than 3" high and sized to the penetration with a minimum 2" clearance all sides. 2. Set pans on a bead of melted down modified bitumen. 3. Fill pan to within 1/2" of top with Foam Urethane and top cover with Lion Oil Co., W. R. Meadows or other approved (Two Component) Pitch Pans Sealer sloped to shed water. Note to prime, as well as paint, steel supports. 4. Storm Collar to be 24 GA prefinished "Colorklad" steel with stainless steel screw type clamp ring. Storm Collars, where used, should be set high enough above pitch pans to visibly check sealers during routine roof maintenance. PART 3- EXECUTION 3.1 INSTALLATION A. Copings: Install one-piece sheet metal coping on parapet walls as indicated on Drawings, with joints not more than 10'-0" o.c. Secure to wall with continuous 20 ga. galvanized steel cleats on exterior face and with screws through neoprene washers not more than 12" o.c. on back face. At joints lap the exterior and back faces at least 1 " and seal the laps with sealant. On the top, fold the ends and join with a locking strip. Turn the locking strip ends down 3/4" over the front and back faces. Install a 6" wide backing plate under the joint and apply sealant where the coping ends overlap the backing plate. Joints are not to be soldered. B. Installation of Sheet Metal: Counterflashing at junction between roof and vertical surfaces shall be two-piece as detailed on Drawings. Where shown, receiver flashing shall extend into walls and turn up 1-1 /2". The masonry joint shall then be filled with mortar to within 1 /4" of the face of the wall. Fill the remaining 1 /4" with sealant. Upper edge of counterflashing shall be locked into receiver. Hem lower edge of counterflashing and set close to base flashing to prevent entrance of wind-blown water. Make corners tight with special formed and soldered corner pieces. C. Through wall scupper as detailed on Drawings and similar to SMACNA Plate 30, Fig. A. DEMX ARCHITECTURE SHEET METAL FLASHING AND TRIM FAYETTEVILLE, AR 07 62 00-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II D. Miscellaneous Sheet Metal Work: Provide sheet metal angles and closures, and other items of sheet metal work shown on Drawings and not specifically mentioned in this Specification, making each item complete and watertight. 3.2 CLEANING AND PROTECTION A. Clean exposed metal surfaces, removing substances that might cause corrosion of metal or deterioration of finishes. B. Provide final protection and maintain conditions that ensure sheet metal flashing and trim Work during construction is without damage or deterioration other than natural weathering at the time of Substantial Completion. END OF SECTION DEMX ARCHITECTURE SHEET METAL FLASHING AND TRIM FAYETTEVILLE, AR 07 62 00-5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 07 92 00 JOINT SEALANTS PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1. Silicone joint sealants. 2. Nonstaining silicone joint sealants. 3. Urethane joint sealants. 4. Immersible joint sealants. 5. Silyl-terminated polyether joint sealants. 6. Mildew -resistant joint sealants. 7. Polysulfide joint sealants. 8. Butyl joint sealants. 9. Latex joint sealants. 1.2 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. 1.3 ACTION SUBMITTALS A. Product Data: For each joint -sealant product. B. Samples for Initial Selection: Manufacturer's color charts consisting of strips of cured sealants showing the full range of colors available for each product exposed to view. C. Samples for Verification: For each kind and color of joint sealant required, provide Samples with joint sealants in 1/2-inch-wide joints formed between two 6-inch-long strips of material matching the appearance of exposed surfaces adjacent to joint sealants. D. Joint -Sealant Schedule: Include the following information: i. Joint -sealant application, joint location, and designation. ii. Joint -sealant manufacturer and product name. iii. Joint -sealant formulation. iv. Joint -sealant color. 1.2 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified testing agency. B. Product Test Reports: For each kind of joint sealant, for tests performed by a qualified testing agency. C. Preconstruction Laboratory Test Schedule: Include the following information for each joint sealant and substrate material to be tested: 1. Joint -sealant location and designation. 2. Manufacturer and product name. 3. Type of substrate material. 4. Proposed test. 5. Number of samples required. D. Preconstruction Laboratory Test Reports: From sealant manufacturer, indicating the following: 1. Materials forming joint substrates and joint -sealant backings have been tested for compatibility and adhesion with joint sealants. 2. Interpretation of test results and written recommendations for primers and substrate preparation are needed for adhesion. DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II E. Preconstruction Field -Adhesion -Test Reports: Indicate which sealants and joint preparation methods resulted in optimum adhesion to joint substrates based on testing specified in "Preconstruction Testing" Article. F. Field -Adhesion -Test Reports: For each sealant application tested. G. Sample Warranties: For special warranties. 1.3 QUALITY ASSURANCE A. Installer Qualifications: An authorized representative who is trained and approved by manufacturer. B. Product Testing: Test joint sealants using a qualified testing agency. 1. Testing Agency Qualifications: Qualified according to ASTM C 1021 to conduct the testing indicated. C. Mockups: Install sealant in mockups of assemblies specified in other Sections that are indicated to receive joint sealants specified in this Section. Use materials and installation methods specified in this Section. 1.4 PRECONSTRUCTION TESTING A. Preconstruction Laboratory Testing: Submit to joint -sealant manufacturers, for testing indicated below, samples of materials that will contact or affect joint sealants. 1. Adhesion Testing: Use ASTM C 794 to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 2. Compatibility Testing: Use ASTM C 1087 to determine sealant compatibility when in contact with glazing and gasket materials. 3. Stain Testing: Use ASTM C 1248 to determine stain potential of sealant when in contact with [stone] [masonry] or cultured masonry substrates. 4. Submit manufacturer's recommended number of pieces of each type of material, including joint substrates, joint -sealant backings, and miscellaneous materials. 5. Schedule sufficient time for testing and analyzing results to prevent delaying the Work. 6. For materials failing tests, obtain joint -sealant manufacturer's written instructions for corrective measures, including use of specially 7. Testing will not be required if joint -sealant manufacturers submit data that are based on previous testing, not older than 24 months, of sealant products for adhesion to, staining of, and compatibility with joint substrates and other materials matching those submitted. B. Preconstruction Field -Adhesion Testing: Before installing sealants, field test their adhesion to Project joint substrates as follows: 1. Locate test joints where indicated on Project or, if not indicated, as directed by Architect. 2. Conduct field tests for each kind of sealant and joint substrate. 3. Notify Architect seven days in advance of dates and times when test joints will be erected. 4. Arrange for tests to take place with joint -sealant manufacturer's technical representative present. a. Test Method: Test joint sealants according to Method A, Field -Applied Sealant Joint Hand Pull Tab, in Appendix X1.1 in ASTM C 1193 or Method A, Tail Procedure, in ASTM C 1521. 1) For joints with dissimilar substrates, verify adhesion to each substrate separately; extend cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side. DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 5. Report whether sealant failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each kind of product and joint substrate. For sealants that fail adhesively, retest until satisfactory adhesion is obtained. 6. Evaluation of Preconstruction Field -Adhesion -Test Results: Sealants not evidencing adhesive failure from testing, in absence of other indications of noncompliance with requirements, will be considered satisfactory. Do not use sealants that fail to adhere to joint substrates during testing. 1.5 FIELD CONDITIONS A. Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint -sealant manufacturer [or are below 40 deg F]. 2. When joint substrates are wet. 3. Where joint widths are less than those allowed by joint -sealant manufacturer for applications indicated. 4. Where contaminants capable of interfering with adhesion have not yet been removed from joint substrates. 1.6 WARRANTY A. Special Installer's Warranty: Installer agrees to repair or replace joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: [Two] years from date of Substantial Completion. B. Special Manufacturer's Warranty: Manufacturer agrees to furnish joint sealants to repair or replace those joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: [Five] years from date of Substantial Completion. C. Special warranties specified in this article exclude deterioration or failure of joint sealants from the following: 1. Movement of the structure caused by stresses on the sealant exceeding sealant manufacturer's written specifications for sealant elongation and compression. 2. Disintegration of joint substrates from causes exceeding design specifications. 3. Mechanical damage caused by individuals, tools, or other outside agents. 4. Changes in sealant appearance caused by accumulation of dirt or other atmospheric contaminants. PART 2 - PRODUCTS 2.1 JOINT SEALANTS, GENERAL A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint -sealant manufacturer, based on testing and field experience. B. Colors of Exposed Joint Sealants: As selected by Architect from manufacturer's full range. 2.2 SILICONE JOINT SEALANTS A. Silicone, S, NS, 100/50, NT: Single -component, nonsag, plus 100 percent and minus 50 percent movement capability, nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 100/50, Use NT. B. Silicone, S, NS, 50, NT: Single -component, nonsag, plus 50 percent and minus 50 percent movement capability, nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 50, Use NT. DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II C. Silicone, S, NS, 35, NT: Single -component, nonsag, plus 35 percent and minus 35 percent movement capability. nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 35, Use NT. D. Silicone, S, NS, 25, NT: Single -component, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 25, Use NT. E. Silicone, Acid Curing, S, NS, 25, NT: Single -component, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, acid -curing silicone joint sealant: ASTM C 920, Type S, Grade NS, Class 25, Use NT. F. Silicone, S, NS, 100/50, T, NT: Single -component, nonsag, plus 100 percent and minus 50 percent movement capability, traffic- and nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 100/50, Uses T and NT. G. Silicone, S, NS, 50, T, NT: Single -component, nonsag, plus 50 percent and minus 50 percent movement capability, traffic- and nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 50, Uses T and NT. H. Silicone, S, NS, 25, T, NT: Single -component, nonsag, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 25, Uses T and NT. I. Silicone, S, P, 100/50, T, NT: Single -component, pourable, plus 100 percent and minus 50 percent movement capability traffic- and nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type S, Grade P, Class 100/50, Uses T and NT. J. Silicone, S, P, 25, T, NT: Single -component, pourable, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type S, Grade P, Class 25, Uses T and NT. K. Silicone, M, P, 100/50, T, NT: Multicomponent, pourable, plus 100 percent and minus 50 percent movement capability, traffic- and nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type M, Grade P, Class 100/50, Uses T and NT. 2.3 NONSTAINING SILICONE JOINT SEALANTS A. Nonstaining Joint Sealants: No staining of substrates when tested according to ASTM C 1248. B. Silicone, Nonstaining, S, NS, 100/50, NT: Nonstaining, single -component, nonsag, plus 100 percent and minus 50 percent movement capability, nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 100/50, Use NT. C. Silicone, Nonstaining, S, NS, 50, NT: Nonstaining, single -component, nonsag, plus 50 percent and minus 50 percent movement capability, nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 50, Use NT. D. Silicone, Nonstaining, S, NS, 100/50, T, NT: Nonstaining, single -component, nonsag, plus 100 percent and minus 50 percent movement capability, traffic- and nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 100/50, Uses T and NT. E. Silicone, Nonstaining, M, NS, 50, NT: Nonstaining, multicomponent, nonsag, plus 50 percent and minus 50 percent movement capability, nontraffic-use, neutral -curing silicone joint sealant; ASTM C 920, Type M, Grade NS, Class 50, Use NT. 2.4 URETHANE JOINT SEALANTS A. Urethane, S, NS, 25, NT: Single -component, nonsag, nontraffic-use, plus 25 percent and minus 25 percent movement capability, urethanejoint sealant; ASTM C 920, Type S, Grade NS, Class 25, Use NT. DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II B. Urethane, S, NS, 100/50, T, NT: Single -component, nonsag, plus 100 percent and minus 50 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade NS, Class 100/50, Uses T and NT. C. Urethane, S, NS, 25, T, NT: Single -component, nonsag, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade NS, Class 25, Uses T and NT. D. Urethane, S, P, 35, T, NT: Single -component, pourable, plus 35 percent and minus 35 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade P, Class 35, Uses T and NT. E. Urethane, S, P, 25, T, NT: Single -component, pourable, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade P, Class 25, Uses T and NT. F. Urethane, M, NS, 50, NT: Multicomponent, nonsag, plus 50 percent and minus 50 percent movement capability nontraffic-use, urethane joint sealant; ASTM C 920, Type M, Grade NS, Class 50, Use NT. G. Urethane, M, NS, 25, NT: Multicomponent, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, urethane joint sealant; ASTM C 920, Type M, Grade NS, Class 25, Use NT. H. Urethane, M, NS, 50, T, NT: Multicomponent, nonsag, plus 50 percent and minus 50 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type M, Grade NS, Class 50, Uses T and NT. I. Urethane, M, NS, 25, T, NT: Multicomponent, nonsag, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type M, Grade NS, Class 25, Uses T and NT. J. Urethane, M, P, 50, T, NT: Multicomponent, pourable, plus 50 percent and minus 50 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type M, Grade P, Class 50, Uses T and NT. K. Urethane, M, P, 25, T, NT: Multicomponent, pourable, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type M, Grade P, Class 25, Uses T and NT. 2.5 IMMERSIBLE JOINT SEALANTS A. Immersible Joint Sealants. Suitable for immersion in liquids; ASTM C 1247, Class 1 tested in deionized water unless otherwise indicated B. Urethane, Immersible, S, NS, 100/50, NT, I: Immersible, single -component, nonsag, plus 100 percent and minus 50 percent movement capability, nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade NS, Class 100/50, Uses NT, and I. C. Urethane, Immersible, S, NS, 35, NT, I: Immersible, single -component, nonsag, plus 35 percent and minus 35 percent movement capability, nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade NS, Class 35, Use NT and I. D. Urethane, Immersible, S, NS, 50, T, NT, I: Immersible, single -component, nonsag, plus 50 percent and minus 50 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade NS, Class 50, Uses T, NT, and I. E. Urethane, Immersible, S, NS, 35, T, NT, I: Immersible, single -component, nonsag, plus 35 percent and minus 35 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade NS, Class 35, Uses T, NT, and I. F. Urethane, Immersible, S, NS, 25, T, NT, I: Immersible, single -component, nonsag, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade NS, Class 25, Uses T, NT, and I. G. Urethane, Immersible, S, P, 50, T, NT, I: Immersible, single -component, pourable, plus 50 percent and minus 50 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade P, Class 50, Uses T, NT, and I. DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II H. Urethane, Immersible, S, P, 25, T, NT, I: Immersible, single -component, pourable, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type S, Grade P, Class 25, Uses T, NT, and I. I. Polysulfide, Immersible, M, NS, 25, NT, I: Immersible, multicomponent, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, polysulfide joint sealant; ASTM C 920, Type M, Grade NS, Class 25, Uses NT and I. J. Urethane, Immersible, M, NS, 50, T, NT, I: Immersible, multicomponent, nonsag, plus 50 percent and minus 50 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type M, Grade NS, Class 50, Uses T, NT, and I. K. Urethane, Immersible, M, NS, 25, T, NT, I: Immersible, multicomponent, nonsag, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type M, Grade NS, Class 25, Uses T, NT, and I. L. Polysulfide, Immersible, M, NS, 25, T, NT, I: Immersible, multicomponent, nonsag, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, polysulfide joint sealant; ASTM C 920, Type M, Grade NS, Class 25, Uses T, NT, and I. M. Urethane, Immersible, M, P, 25, T, NT, I: Immersible, multicomponent, pourable, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, urethane joint sealant; ASTM C 920, Type M, Grade P, Class 25, Uses T, NT, and I. 2.6 SILYL-TERMINATED POLYETHER (STPE) JOINT SEALANTS A. STPE, S, NS, 50, NT: Single -component, nonsag, plus 50 percent and minus 50 percent movement capability, nontraffic-use, silyl-terminated polyether joint sealant; ASTM C 920, Type S, Grade NS, Class 50, Use NT. B. STPE, S, NS, 35, NT: Single -component, nonsag, plus 35 percent and minus 35 percent movement capability, nontraffic-use, silyl-terminated polyether joint sealant; ASTM C 920, Type S, Grade NS, Class 35, Use NT. C. STPE, S, NS, 25, NT: Single -component, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, silyl-terminated polyether joint sealant; ASTM C 920, Type S, Grade NS, Class 25, Use NT. D. STPE, S, NS, 100/50, T, NT: Single -component, nonsag, plus 100 percent and minus 50 percent movement capability, traffic- and nontraffic-use, silyl-terminated polyether joint sealant; ASTM C 920, Type S, Grade NS, Class 100, Uses T and NT. E. STPE, S, NS, 50, T, NT: Single -component, nonsag, plus 50 percent and minus 50 percent movement capability, traffic- and nontraffic-use, silyl-terminated polyether joint sealant; ASTM C 920, Type S, Grade NS, Class 50, Uses T and NT. F. STPE, S, NS, 35, T, NT: Single -component, nonsag, plus 35 percent and minus 35 percent movement capability, traffic- and nontraffic-use, silyl-terminated polyether joint sealant; ASTM C 920, Type S, Grade NS, Class 35, Uses T and NT. G. STPE, S, NS, 25, T, NT: Single -component, nonsag, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, silyl-terminated polyether joint sealant; ASTM C 920, Type S, Grade NS, Class 25, Uses T and NT. H. STPE, S, P, 25, T, NT: Single -component, pourable, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, silyl-terminated polyether joint sealant; ASTM C 920, Type S, Grade P, Class 25, Uses T and NT. 2.7 MILDEW -RESISTANT JOINT SEALANTS A. Mildew -Resistant Joint Sealants: Formulated for prolonged exposure to humidity with fungicide to prevent mold and mildew growth. B. Silicone, Mildew Resistant, Acid Curing, S, NS, 25, NT: Mildew -resistant, single - component, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, acid -curing silicone joint sealant; ASTM C 920, Type S, Grade NS, Class 25, Use NT. DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -6 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II C. STPE, Mildew Resistant, S, NS, 50, NT: Mildew -resistant, single -component, nonsag, plus 50 percent and minus 50 percent movement capability, nontraffic-use, silyl-terminated polyether joint sealant; ASTM C 920, Type S, Grade NS, Class 50, Use NT. 2.8 POLYSULFIDE JOINT SEALANTS A. Polysulfide, S, NS, 25, NT: Single -component, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, polysulfide joint sealant; ASTM C 920, Type S, Grade NS, Class 25, Use NT. B. Polysulfide, M, NS, 25, T, NT: Multicomponent, nonsag, plus 25 percent and minus 25 percent movement capability, nontraffic-use, polysulfide joint sealant; ASTM C 920, Type M, Grade NS, Class 25, Use NT. C. Polysulfide, M, P, 25, T, NT: Multicomponent, pourable, plus 25 percent and minus 25 percent movement capability, traffic- and nontraffic-use, polysulfide joint sealant; ASTM C 920, Type M, Grade P, Class 25, Uses T and NT. 2.9 BUTYL JOINT SEALANTS A. Butyl -Rubber -Based Joint Sealants: ASTM C 1311. 2.10 LATEX JOINT SEALANTS A. Acrylic Latex: Acrylic latex or siliconized acrylic latex, ASTM C 834, Type OP, Grade NF. 2.11 JOINT -SEALANT BACKING A. Sealant Backing Material, General: Nonstaining; compatible with joint substrates, sealants, primers, and other joint fillers; and approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. B. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed -cell material with a surface skin) Type 0 (open -cell material) Type B (bicellular material with a surface skin) or any of the preceding types, as approved in writing by joint -sealant manufacturer for joint application indicated, and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. C. Bond -Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint -filler materials or joint surfaces at back of joint. Provide self-adhesive tape where applicable. 2.12 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint -sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint -sealant -substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3 — EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -7 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint -sealant manufacturer's written instructions and the following requirements: 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost. 2. Clean porousjoint substrate surfaces by brushing, grinding, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove loose particles remaining after cleaning operations above by vacuuming or blowing out joints with oil -free compressed air. Porous joint substrates include the following: a. Concrete. b. Masonry. c. Unglazed surfaces of ceramic tile. d. Exterior insulation and finish systems. e. Wood Soffit 3. Remove laitance and form -release agents from concrete. 4. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. Nonporous joint substrates include the following: a. Metal. b. Glass. c. Porcelain enamel. d. Glazed surfaces of ceramic tile e. plastics. B. Joint Priming: Prime joint substrates where recommended by joint -sealant manufacturer or as indicated by preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint -sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint -sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. D. Install bond -breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -8 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II E. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. F. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint profile per Figure 8A in ASTM C 1193 unless otherwise indicated. 4. Provide flush joint profile at locations indicated on Drawings according to Figure 8B in ASTM C 1193. 5. Provide recessed joint configuration of recess depth and at locations indicated on Drawings to Figure 8C in ASTM C 1193. a. Use masking tape to protect surfaces adjacent to recessed tooled joints. 3.4 FIELD QUALITY CONTROL A. Field -Adhesion Testing: Field test joint -sealant adhesion to joint substrates as follows: 1. Extent of Testing: Test completed and cured sealant joints as follows: a. Perform [10] tests for the first [1000 feet] of joint length for each kind of sealant and joint substrate. b. Perform one test for each [1000 feet] of joint length thereafter or one test per each floor per elevation. 2. Test Method: Test joint sealants according to Method A, Field -Applied Sealant Joint Hand Pull Tab, in Appendix X1 in ASTM C 1193 or Method A, Tail Procedure, in ASTM C 1521. a. For joints with dissimilar substrates, verify adhesion to each substrate separately; extend cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side. 3. Inspect tested joints and report on the following: a. Whether sealants filled joint cavities and are free of voids. b. Whether sealant dimensions and configurations comply with specified requirements. c. Whether sealants in joints connected to pulled -out portion failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each kind of product and joint substrate. Compare these results to determine if adhesion complies with sealant manufacturer's field -adhesion hand -pull test criteria. 4. Record test results in a field -adhesion -test log. Include dates when sealants were installed, names of persons who installed sealants, test dates, test locations, whether joints were primed, adhesion results and percent elongations, sealant material, sealant configuration, and sealant dimensions. 5. Repair sealants pulled from test area by applying new sealants following same procedures used originally to seal joints. Ensure that original sealant surfaces are clean and that new sealant contacts original sealant. B. Evaluation of Field -Adhesion -Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that fail to adhere to joint substrates during testing or to DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -9 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. 3.5 CLEANING A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.6 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out, remove, and repair damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work. 3.7 JOINT -SEALANT SCHEDULE A. Joint -Sealant Application: Exterior joints in horizontal traffic surfaces. 1. Joint Locations: a. Isolation and contraction joints in cast -in -place concrete slabs. b. Joints between different materials listed above. c. Other joints as indicated on Drawings. 2. Joint Sealant: [Urethane, M, P, 50, T, NT] 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors B. Joint -Sealant Application: Exterior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. Construction joints in cast -in -place concrete. b. Joints between plant -precast architectural concrete units. c. Joints in masonry assemblies. d. Joints in exterior insulation and finish systems. e. Joints between metal panels. f. Joints between different materials listed above. g. Perimeter joints between materials listed above and frames of [doors] [windows] [and] [louvers]. h. Control and expansion joints in [ceilings] [and other] [overhead surfaces]. i. Other joints as indicated on Drawings. 2. Joint Sealant: [Silicone, nonstaining, S, NS, 50, NT] 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors C. Joint -Sealant Application: Interior joints in horizontal traffic surfaces. 1. Joint Locations: a. Isolation joints in cast -in -place concrete slabs. b. Control and expansion joints in tile flooring. c. Otherjoints as indicated on Drawings. 2. Joint Sealant: [Urethane, S, P, 25, T, NT] 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors D. Joint -Sealant Application: Interior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. Control and expansion joints on exposed interior surfaces of exterior walls. DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -10 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II b. Tile control and expansion joints. c. Vertical joints on exposed surfaces of [concrete] [walls] d. Other joints as indicated on Drawings. 2. Joint Sealant: [Urethane, S, NS, 25, NT] 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors E. Joint -Sealant Application: Interior joints in vertical surfaces and horizontal nontraffic surfaces not subject to significant movement 1. Joint Locations: a. Control joints on exposed interior surfaces of exterior walls. b. Perimeter joints between interior wall surfaces and frames of [interior doors] [windows] Insert type of joint sealant in "Joint Sealant" Subparagraph below; coordinate with Part 2. First option is example only. 2. Joint Sealant: Acrylic latex 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors F. Joint -Sealant Application: Mildew -resistant interior joints in vertical surfaces and horizontal nontraffic surfaces. 1. Joint Locations: a. Joints between plumbing fixtures and adjoining walls, floors, and counters. b. Tile control and expansion joints where indicated. c. Other joints as indicated on Drawings. 2. Joint Sealant: [Silicone, mildew resistant, acid curing, S, NS, 25, NT 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors G. Joint -Sealant Application: Concealed mastics. 1. Joint Locations: a. Aluminum thresholds. b. Sill plates. c. Other joints as indicated on Drawings. 2. Joint Sealant: [Butyl -rubber based] 3. Joint -Sealant Color: As selected by Architect from manufacturer's full range of colors. END OF SECTION DEMX ARCHITECTURE JOINT SEALANTS FAYETTEVILLE, AR 07 92 00 -11 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 08 41 00 ALUMINUM FRAMED ENTRANCES & STOREFRONTS PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section. 1.02 DESCRIPTION A. Furnish all material, labor, equipment and services necessary to install the aluminum windows and storefront, anchors, hardware, and related items indicated on the Drawings. In general, the work includes: Fixed aluminum storefront frames, doors and hardware, and windows. 1.03 WORK SPECIFIED ELSEWHERE Section 07 92 00 - Joint Sealants Section 08 11 00 - Steel Doors and Frames Section 08 81 00 - Glazing 1.04 SUBMITTALS A. Prior to start of fabrication submit shop drawings to Architect for approval. B. Drawings shall indicate location of windows, opening dimensions and details of head, jamb and sill at each opening. 1.05 WARRANTY A. Project Warranty: Refer to "Conditions of the Contract" for project warranty provisions. B. Manufacturer's Product Warranty: Submit, for Owner's acceptance, manufacturer's warranty for storefront system as follows: 1. Warranty Period: Two (2) years from Date of Substantial Completion of the project provided however that the Limited Warranty shall begin in no event later than six months from date of shipment. 2. Manufacturer's Door Product Warranty: Submit, for Owner's acceptance, manufacturer's warranty for door/entrance system as follows: Warranty Period: Two (2) years from Date of Substantial Completion of the project provided however that the Limited Warranty shall begin in no event later than six months from date of shipment. In addition, welded door corner construction shall be supported with a LIMITED LIFETIME WARRANTY for the life of the door under normal use. See items 2.01, item C below for door construction. PART 2 - PRODUCTS 2.01 MATERIALS A. All door, window and framing systems shall be Architectural Class I anodized finish (AA- M10C21 A44) Color # 40, Dark Bronze. B. Kawneer Trifab 451T, exterior framing system, or equal. Provide accessory parts, shapes and brake metal as required for a complete installation. Storefront System — 2" x 4-1/2" nominal dimension; Thermal, Front Set -Glazed, Screw Spline Fabrication C. Doors to be Kawneer, 350 Medium Style door, or equal, of sizes shown on the Drawings with optional 10" Bottom Rail and with vertical and horizontal intermediate rails as shown on Drawings. Supply closers and thresholds where required. Bottoms and edges of doors shall be weather stripped with a full width metal bound, replaceable pile weather stripping. DEMX ARCHITECTURE ALUMINUM FRAMED ENTRANCES AND STOREFRONTS FAYETTEVILLE, AR 0841 13-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 1. Door corner construction shall consist of mechanical clip fastening, SIGMA 1-1 /8" long fillet welds along top and bottom of rail extrusion at stile and rail intersection, and deep penetration plug weld at all four corners of door. MUST BE FULL PENETRATION PLUG WELD TO LEG OF CLIP, 1-1/8" LONG FILLET WELDS ALONG TOP AND BOTTOM OR RAILS AT STILES INTERSECTION, NO TIE -ROD CONSTRUCTION OF ANY TYPE OR PARTIAL DESIGN ALLOWED. Meeting rail to still joint filletweld "only" is NOT ACCEPTABLE. Glazing stops shall be square, hook -in type with EPDM glazing gaskets reinforced with non -stretchable chord. D. Substitutions: 1. General: Refer to Substitutions Section for procedures and submission requirements. 2. Pre -Contract (Bidding Period) Substitutions: Submit written requests ten (10) days prior to bid date. 3. Substitution Documentation a. Product Literature and Drawings: Submit product literature and drawings modified to suit specific project requirements and job conditions. b. Certificates: Submit certificate(s) certifying substitute manufacturer (1) attesting to adherence to specification requirements for storefront system performance criteria, and (2) has been engaged in the design, manufacturer and fabrication of aluminum storefront for a period of not less than ten (25) years. 4. Samples: Provide samples of typical product sections and finish samples in manufacturer's standard sizes. 5. Substitution Acceptance: Acceptance will be in written form, either as an addendum or modification. E. All exposed screws to be tamper proof. F. Hardware: Furnish and install hardware as follows for each Kawneer Door: Cylinders shall be subject to change construction master, building master and grand master keys as specified in Section 08 71 00 — Door Hardware. See Hardware Schedule for remainder of hardware. 1. Continuous Geared Hinge: Kawneer Co., or equal. 2. Threshold: Nat'l. Guard Products, Inc., 513 SIA, or equal. 3. Push/Pull: Rockwood RM3312-16, or equal. 4. Closer: LCN 2030 concealed overhead closer without hold open. 5. Exit Device: Dor-O-Matic 1690 concealed rod panic with rim type cylinder. 6. Door Stop: TRIMCO 1234M, MSXES, or equal. PART 3 - EXECUTION 3.01 INSTALLATION A. Comply with manufacturer's recommendations for the installation of aluminum doors, door frames and windows. B. Set units plumb, level and true to line without warp or rack of frames and doors. Anchor securely in place. Separate dissimilar metals with bituminous coatings or preformed separators. C. Set sill members and other members in a bed of compound to provide weather tight construction. Provide aluminum subsills where shown on Drawings. D. Obtain actual job site dimensions of each masonry opening and fabricate to fit with clearances indicated on the Drawings. E. Provide each continuous unit of framework, doors, sidelights, hardware and all accessory items as a packaged unit. Complete the fabrication, assembly and finishing before shipment to the project site to the greatest extent possible. DEMX ARCHITECTURE ALUMINUM FRAMED ENTRANCES AND STOREFRONTS FAYETTEVILLE, AR 0841 13-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II F. Complete the cutting, fitting, forming, drilling and grinding of all metal work prior to cleaning, finishing, treatment and application of coatings. G. Weld by methods recommended by the manufacturer and AWS to avoid discoloration at welds. Grind exposed welds smooth and restore mechanical finish. Remove arises from cut edges and ease edges and corners to a radius of approximately 1/64". H. Conceal fasteners wherever possible. Joints shall be drawn up to an invisible or hair line crack. Exposed fasteners shall be flush with finished surface of the member. I. Reinforce the work, as necessary, for performance requirements and for support to the system. Provide separators which will prevent corrosion. Provide cutouts and concealed reinforcement shall be equal to 3/16" thick steel straps. 3.02 CLEANING A. Cleaning: Remove temporary coverings and protection of adjacent work areas. Repair or replace damaged installed products. Clean installed products in accordance with manufacturer's instructions prior to owner's acceptance. Remove construction debris from project site and legally dispose of debris. B. Protection: Protect installed product's finish surfaces from damage during construction. Protect aluminum entrances from damage from grinding and polishing compounds, plaster, lime, acid, cement, or other harmful contaminants. Remove and replace damaged aluminum entrances at no extra cost. END OF SECTION DEMX ARCHITECTURE ALUMINUM FRAMED ENTRANCES AND STOREFRONTS FAYETTEVILLE, AR 0841 13-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 08 42 33 REVOLVING DOOR ENTRANCES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes conventional, circular, revolving entrance doors of the following configurations and operations: 1. Four wing, manual. B. Related Sections: 1. Division 7 Sections for caulking to the extent not specified in this section. 2. Division 8 Section "Aluminum -Framed Entrances and Storefronts" for entrances furnished separately in Division 8 Section. 3. Division 8 Section "Door Hardware" for hardware to the extent not specified in this Section. 4. Division 26 [16] Sections for electrical connections including conduit and wiring for power to revolving door entrances lighting. 1.3 REFERENCES A. General: Standards listed by reference, including revisions by issuing authority, form a part of this specification section to extent indicated. Standards listed are identified by issuing authority, authority abbreviation, designation number, title or other designation established by issuing authority. Standards subsequently referenced herein are referred to by issuing authority abbreviation and standard designation. B. American National Standards Institute (ANSI) / Builders' Hardware Manufacturers Association (BHMA): 1. ANSI/BHMA A156.27: Standard for Power and Manual Operated Revolving Pedestrian Doors. 2. ANSI/BHMA A156.5: Standard for Auxiliary Locks and Associated Products. 3. ANSI Z97.1: Standard for Safety Glazing Materials Used In Buildings - Safety Performance Specifications And Methods Of Test. C. Consumer Product Safety Commission (CPSC): 1. CPSC 16 CFR 1201: Safety Standard for Architectural Glazing Materials. D. American Society for Testing and Materials (ASTM): 1. ASTM A276 - Standard Specification for Stainless Steel Bars and Shapes. 2. ASTM B221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes. 3. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate. E. Canadian General Standards Board: 1. CAN/CGSB 19.13 M87 — Sealing Compound, One Component, Elastomeric, Chemical curing. 2. CAN/CGSB 12.3 M91 — Flat, Clear float glass. 3. CAN/CGSB 12.1 for tempered and laminate glass. F. American Association of Automatic Door Manufacturers (AAADM): G. National Fire Protection Association (NFPA): 1. NFPA 101 — Life Safety Code. 2. NFPA 70 — National Electric Code. H. National Association of Architectural Metal Manufacturers (NAAMM): DEMX ARCHITECTURE REVOLVING DOOR ENTRANCES FAYETTEVILLE, AR 08 44 32-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 1. Metal Finishes Manual for Architectural and Metal Products. American Architectural Manufacturers Association (AAMA): 1. AAMA 607.1 - Clear Anodic Finishes for Architectural Aluminum. 2. AAMA 611 Voluntary Specification for Anodized Architectural Aluminum. 3. AAMA 701 Voluntary Specification for Pile Weather-stripping and Replaceable Fenestration Weather seals. 1.4 PERFORMANCE REQUIREMENTS A. General: Provide revolving entrance door assemblies that have the following capability based on testing manufacturer's standard units similar to those indicated for this Project: B. Operating Range: Minus 20 deg F to plus 130 deg F (Minus 29 deg C to plus 54 deg C). 1.5 SUBMITTALS A. General: Submit the following in accordance with Conditions of the Contract and Division 1 Specification Sections. B. Shop Drawings: Include plans, elevations, sections, details, hardware mounting heights, schedule of hardware, and attachments to other work. C. Color Samples for selection of factory -applied color finishes. D. Closeout Submittals: 1. Owner's Manual. 2. Warranties. 1.6 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized representative who is trained for installation and maintenance of units required for this Project. B. Manufacturer Qualifications: A qualified manufacturer having been in revolving door manufacturing for a minimum of 10 years in North America. C. Certifications: Revolving door entrance systems shall be certified by the manufacturer to meet performance design criteria in accordance with the following standards: 1. ANSI/BHMA Al 56.27. 2. N FPA 101. D. Source Limitations: Obtain revolving entrance door assemblies through one source from a single manufacturer. E. Product Options: Drawings indicate sizes, profiles, and dimensional requirements of revolving entrance door assemblies and are based on the specific system indicated. Refer to Division 1 Section "Product Requirements." F. Welding: Qualify procedures and personnel according to AWS D1.2, "Structural Welding Code -- Aluminum." G. Means -of -Egress Requirements: Comply with requirements of authorities having jurisdiction for revolving entrance doors serving as a component of a means of egress, including capability of collapsing into a book -fold position, minimum exit width, maximum turning speed, and maximum force required to collapse door wings. H. Safety Glass: Category II materials complying with testing requirements in 16 CFR 1201. 1. Subject to compliance with requirements, permanently mark safety glass with certification label of the Safety Glazing Certification Council or another certification agency acceptable to authorities having jurisdiction. 1.7 PROJECT CONDITIONS A. Field Measurements: General Contractor shall verify openings to receive revolving door assemblies by field measurements before fabrication and indicate measurements on Shop Drawings. DEMX ARCHITECTURE REVOLVING DOOR ENTRANCES FAYETTEVILLE, AR 08 44 32-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II B. Mounting Surfaces: General Contractor shall verify all surfaces to be plumb, straight and secure; substrates to be of proper dimension and material. C. Other trades: General Contractor shall advise of any inadequate conditions or equipment. 1.8 COORDINATION A. Templates: Obtain and distribute, to parties involved, templates for doors, frames, and other work specified to be factory prepared for installing revolving entrance doors. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing revolving entrance doors to comply with indicated requirements. B. Electrical System Roughing -in: Coordinate layout and installation of revolving entrance door assemblies with connections to power supplies. C. Coordinate size and location of anchorages for frames, supports, and collapsing mechanism. Furnish setting drawings, templates, and directions for installing anchorages that are to be embedded into concrete. Deliver such items to Project site in time for installation. Concrete, reinforcement, and formwork requirements are specified in Division 3. 1.9 WARRANTY A. Revolving Entrance Doors shall be free of defects in material and workmanship for a period of one (1) year from the date of substantial completion. B. During the warranty period the Owner shall engage a factory -trained technician to perform service and affect repairs. A safety inspection shall be performed after each adjustment or repair and a completed inspection form shall be submitted to the Owner. C. During the warranty period all warranty work, including but not limited to emergency service, shall be performed during normal working hours. PART 2 - PRODUCTS 2.1 REVOLVING ENTRANCE DOORS A. Manufacturer: Stanley Access Technologies; Series 500 revolving entrance doors with manual speed control. 2.2 MATERIALS A. Aluminum: Alloy and temper recommended by manufacturer for type of use and finish indicated. 1. Extruded Bars, Rods, Profiles, and Tubes: ASTM B 221 (ASTM B 221 M). 2. Sheet and Plate: ASTM B 209 (ASTM B 209M). 3. Welding Rods and Bare Electrodes: AWS A5.10/A5.1 OM. B. Stainless Steel: Bars and Shapes: ASTM A 276, Type 304. C. Fasteners: Manufacturer's standard, of same basic metal as fastened metal, unless otherwise indicated. D. Post -installed Anchors: Post installed anchors shall be fabricated from corrosion -resistant materials with capability to sustain, without failure, a load equal to six (6) times the load imposed when installed in unit masonry. 2.3 REVOLVING ENTRANCE DOOR ASSEMBLIES A. General: Provide manufacturer's standard revolving entrance door assembly, complete with door wings, enclosure walls, ceiling, hardware, glass, speed controls and accessories as indicated. B. Revolving Entrance Door Assembly: 1. Operation: Manual with overhead mounted speed control. 2. Configuration: 4 Wing. 3. Construction: Fully framed enclosure and door wings. DEMX ARCHITECTURE REVOLVING DOOR ENTRANCES FAYETTEVILLE, AR 08 44 32-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 2.4 COMPONENTS A. Stile -and -Rail Door Wings: Manufacturer's standard 1-3/4 inch (44 mm) thick, glazed doors with tubular stile -and -rail members. 1. Material: Extruded aluminum. 2. Glazing: CAN/CGSB 12.3 M91:CAN/CGSB12.1:ASTM C 1048; Quality Q3; Kind FT (fully tempered), Condition A (uncoated surfaces), Type I (transparent flat glass) float glass. a. Class 1 (clear). b. Thickness: 1/4 inch (6 mm). 3. Stile Design: Narrow stile; 1 1/2-inch (38 mm) nominal width. 4. Rail Design: 5 inch (127 mm) nominal height. B. Center Shaft: Manufacturer's standard, fabricated as follows: 1. Material: 1 5/8 inch (33 mm) diameter steel. 2. Finish: Black alkyd paint. C. Enclosure Walls: Manufacturer's standard 1-1/2 inch (38 mm) thick, glazed framing with tubular members. 1. Configuration: Curved with single -bend glass lites. 2. Material: Extruded aluminum. 3. Glazing: ASTM C 1048; Quality Q3;CAN/CGSB 12.3 M91:CAN/CGSB 12.1; Kind FT (fully tempered), Condition A (uncoated surfaces), Type I (transparent flat glass) float glass, laminated. a. Bent Glass: ASTM C 1464; Kind BFT. b. Class 1 (clear). C. Thickness: 1 /4 inch (6 mm). 4. Rail Design: 4 1/2 inch (114 mm) nominal height. D. Ceilings: Manufacturer's standard, complying with the following: 1. Metal: Fabricate soffit and fascia from minimum 0.125 inch (3.2 mm) thick, formed metal sheet matching enclosure walls on brake -formed galvanized sheet or clear anodized aluminum extrusion sub -frame. Provide access panels for repairs or maintenance to speed controls. 2. Half Roof: 0.062 inch (1.6 mm) thick roof sheet fastened to canopy sub -frame and caulked when appropriate for weather proofing. 3. Ceiling Lights: Manufacturer's standard consisting of two recessed light fixtures within the revolving entrance door enclosure ceiling, complete with lamps and translucent lenses. E. Canopy: Manufacturer's standard units with minimum 1/8 inch (3 mm) wall thickness, with layout matching diameter of enclosure walls and with panel sides of material and finish matching enclosure walls. 1. Canopy Roof: Manufacturer's standard, of material and finish matching enclosure walls where visible. F. Fasteners and Accessories: Manufacturer's standard corrosion -resistant, non -staining, non - bleeding fasteners and accessories compatible with adjacent materials. G. Signage: Provide signage in accordance with ANSI/BHMA Al 56.27. 2.5 EQUIPMENT A. Manual Speed -Control Unit: Provide an electronic overhead speed regulator that allows free rotation of door wings up to a predetermined rate of speed and that engages a brake to prevent rapid acceleration of door wings. 1. Maximum Speed: 11 rpm for 84 inch (2134 mm) diameter revolving entrances. 2. Maximum Speed: 12 rpm for 78 inch (1981 mm) diameter revolving entrances. B. Panic -Collapsing Mechanism: Manufacturer's standard concealed device that permits all door wings to automatically release from their normal positions and move outward into the book -fold position when pressure is applied to outer stiles. Unit shall allow pressure adjustment from 100 DEMX ARCHITECTURE REVOLVING DOOR ENTRANCES FAYETTEVILLE, AR 08 44 32-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II to 180 Ibf (445 to 800 N) and shall be set in accordance with ANSI/BHMA A] 56.27. Systems incorporating visible collapsing mechanism attached to the door wings or between door wings are not permitted. C. Push Bars: Manufacturer's standard 1 inch (25 mm) diameter round stainless steel push bars mechanically fastened to stiles. D. Locks: Manufacturer's standard deadbolt locks to receive cylinders; minimum of two for each revolving entrance door. 1. Cylinders: Comply with requirements in Division 8 Section "Door Hardware." 2. Mounting: Mortised. 3. Location: Extend bolt from bottom of door wing stile into canopy. 2.6 FABRICATION A. General: Fabricate revolving entrance door assembly components to designs, sizes, thicknesses, and configurations indicated. 1. Main Extrusions and Tubing: Minimum wall thickness of 0.125 inch (3.2 mm). 2. Glazing Stops and Gaskets: Manufacturer's standard snap -on, extruded -aluminum, square glazing stops with minimum wall thickness of 0.062 inch (1.6 mm); and preformed resilient glazing gaskets. 3. Form aluminum shapes before finishing. B. Prefabrication: Provide revolving entrance doors as prefabricated assemblies. Complete fabrication, assembly, finishing, hardware application, and other work in the factory to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. 1. Prefit all hardware at the factory. Remove surface -mounted hardware and carefully package for reinstallation at Project site. 2. Perform fabrication operations in manner that prevents damage to exposed finish surfaces. For hardware, perform these operations before applying finishes. 3. Form profiles that are sharp, straight, and free of defects or deformations. 4. Prepare components to receive concealed fasteners and anchor and connection devices. 5. Fabricate components with accurately fitted joints with ends coped or mitered to produce hairline joints free of burrs and distortion. 6. Fabricate exterior components to drain water passing joints and condensation and moisture occurring or migrating within the system to the exterior. 7. Provide anchorage and alignment brackets for concealed support of assembly from the building structure. 8. Allow for thermal expansion of exterior units. C. Welding: Weld components to comply with referenced AWS standard. Weld before finishing components to greatest extent possible. Weld in concealed locations to greatest extent possible to minimize distortion or discoloration of finish. Remove weld spatter and welding oxides from exposed surfaces by descaling or grinding. D. Glazing Channels: Provide minimum clearances for thickness and type of glass indicated according to GANA's "Glazing Manual." E. Welded Construction: Weld reinforcement firmly in place. Weld corners. Grind and polish welds to produce an invisible joint. Mechanically finish exposed surfaces after fabrication to eliminate surface blemishes caused by welding, rolling, bending, and forming. F. Mechanically Joined Construction: Joints shall be tightly bolted together. G. Fasteners: Provide concealed fasteners for interconnecting metal components and for attaching them to other work, unless otherwise indicated. 1. Reinforcement: Reinforce members as required to retain fastener threads. 2. Exposed Fasteners: Do not use exposed fasteners unless unavoidable for assembly of units and for application of hardware. For exposed fasteners, use countersunk Phillips DEMX ARCHITECTURE REVOLVING DOOR ENTRANCES FAYETTEVILLE, AR 08 44 32-5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II flat -head machine screws finished to match framing members or hardware being fastened, unless otherwise indicated. Equally space exposed fasteners. H. Hardware: Factory install hardware to greatest extent possible; remove only as required for final finishing operation and for delivery to and installation at Project site. Cut, drill, and tap for factory -installed hardware before applying finishes. 1. Provide sliding weather stripping, mortised into stiles and rails of door wings, to be adjustable and replaceable without dismantling door wings. I. Doors: Factory fabricated and assembled in profiles indicated. Reinforce as required to support imposed loads and for installing hardware. J. Enclosure Walls and Ceilings: Fabricate tubular and channel frame assemblies in configuration indicated, with welded or mechanical joints according to manufacturer's standards and as specified. Provide subframes and reinforcement of types indicated or, if not indicated, as required for a complete system to support required loads. 2.7 ALUMINUM FINISHES A. General: Comply with NAAMM Metal Finishes Manual for Architectural and Metal Products for recommendations for applying and designing finishes. Finish designations prefixed by AA comply with system established by Aluminum Association for designing finishes. B. Class II, Clear Anodic Finish: AA-M10C22A31 Mechanical Finish: as fabricated; Chemical Finish: etched, medium matte; Anodic Coating: Architectural Class II, clear coating 0.40 mils minimum complying with AAMA 611-98, and the following: 1. AAMA 607.1 2. Applicator must be fully compliant with all applicable environmental regulations and permits, including wastewater and heavy metal discharge. PART 3 - EXECUTION 3.1 INSPECTION A. Examine conditions for compliance with requirements for installation tolerances, and other conditions affecting performance of revolving entrance doors. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. General: Do not install damaged components. Fit frame joints to produce joints free of burrs and distortion. Rigidly secure non -movement joints. B. Entrances: Install revolving entrance doors plumb and true in alignment with established lines and grades without warp or rack of framing members and doors. Anchor securely in place. 1. Install surface -mounted hardware using concealed fasteners to greatest extent possible. 2. Cut and trim framing during installation only with approval of manufacturer and according to manufacturer's written instructions. a. Restore finish and remove and replace members, as directed, where cutting and trimming have impaired strength or appearance. b. Do not install members that are warped, bowed, deformed, or otherwise damaged or defaced to such an extent as to impair strength or appearance. Remove and replace members, as directed, that have been damaged during installation. 3. Provide recessed grilles in accordance with manufacturers recommendations. C. Glazing: Glaze revolving entrance door wings in accordance with, the Glass Association of North America (GANA) Glazing Manual, published recommendations of glass product manufacturer, and revolving door entrance manufacturer's instructions. D. Sealants: Comply with requirements specified in Division7 Section "Joint Sealants" and CAN/CGSB 19.13 M87. DEMX ARCHITECTURE REVOLVING DOOR ENTRANCES FAYETTEVILLE, AR 08 44 32-6 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 3.3 FIELD QUALITY CONTROL A. Testing Services: Factory Trained Installer shall test and inspect each revolving entrance door to determine compliance of installed systems with applicable ANSI standards. 3.4 ADJUSTING A. Adjust speed control units, controls, and hardware for smooth and safe operation, for tight closure, and complying with requirements in ANSI/BHMA Al 56.27. 3.5 CLEANING AND PROTECTION A. Clean glass and aluminum surfaces promptly after installation. Remove excess glazing and sealant compounds, dirt, and other substances. Repair damaged finish to match original finish. Comply with requirements in Division 8 Section "Glazing", for cleaning and maintaining glass. END OF SECTION DEMX ARCHITECTURE REVOLVING DOOR ENTRANCES FAYETTEVILLE, AR 08 44 32-7 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 08 71 00 DOOR HARDWARE PART 1 —GENERAL 1.01 DESCRIPTION A. Furnish at the building all hardware called for under the schedule and as necessary to render the job complete in all its details. B. Openings shown on the plans and requiring hardware, even though not specifically mentioned in the schedule, shall be furnished with hardware corresponding to that of other similar openings specified. 1.02 WORK SPECIFIED ELSEWHERE Section 00 54 13 - Supplementary Scope Statement Section 08 11 00 - Steel Doors and Frames Section 08 41 00 - Aluminum Doors, Windows and Frames 1.03 SUBMITTALS A. Shop Drawings: Prior to ordering hardware, supplier shall submit 6 copies of hardware lists arranged by individual door groups for the Architect's approval. Indicate items, manufacturer, numerical identification, size and finish. Provide 3 copies of product sheets or manufacturer's catalog page on each item submitted. Horizontal hardware schedules will not be accepted. Only vertical hardware schedules will be reviewed for approval. Prepare separate keying schedule for the Architect's approval prior to fabrication. B. Templates: Furnish to metal, aluminum and wood door manufacturers complete template information illustrating special preparations and location required for all hardware. 1.04 DELIVERY A. Deliver hardware in cartons bearing the manufacturer's labels and catalog numbers corresponding to those used in the approved schedule. In addition, mark each carton with the item number used in the schedule and the door number for which it is intended. If for any reason the hardware is received at the job without such markings, it shall not be sorted or used until all packages have been so marked by the hardware supplier. B. Each hardware item is to be checked in with the general contractor and signed for as verification that all hardware has been received at the job site. 1.05 ACCESSIBILITY A. All door hardware (thresholds, closers, panic devices, lever handles, etc.) must meet ADAAG. If the specified hardware does not meet the accessibility guidelines, notify the Architect with an alternate proposal of similarstyle and quality, conforming tothe ADAAG. PART 2 - PRODUCTS 2.01 MATERIALS A. Hardware of manufacturers other than those specified, which is equal in quality, type, design and use may be submitted therefore, provided the hardware meets requirements of the specifications, subject to approval by the Architect. B. All locks, closers and exit devices shall be of ANSI Grade 1 in the design, finish and function as specified or approved equal. A letter of certification from an official of the manufacturing company shall be required to verify this requirement. C. Door closers shall have through bolts and grommet nuts for attachment to doors and machine screws for attachment to frames. Closers shall be mounted to door unless noted to be top -jamb mounted. DEMX ARCHITECTURE DOOR HARDWARE FAYETTEVILLE, AR 087100-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II D. Length of kick plates and mop strips shall be 1-1 /2" less than width of door frame on stop side and 1 /2" less than width of door frame on opposite side. E. All materials must be purchased direct from the manufacturer. A letter from the manufacturer will be required for warranty purposes. PART 3 - EXECUTION 3.01 SERVICING A. The hardware supplier shall have an office and a stocking warehouse within 100 miles of the job site. Supplier shall have a full time AHC on staff and have trained personnel on staff who can service the project after completion. B. Upon completion of project, hardware supplier shall remove construction cores and install all permanent cores per approved keying. 3.02 KEYING A. All locks and cylinders will be keyed to a grandmaster key established forthis facility and to a new construction master key. B. Bows of keys shall be stamped with a key number as directed by the Architect. C. The following keys are required: 1. Building master keys - six 2. Construction keys - ten 3. Grandmaster keys - six 4. Change keys (per lock) - three D. The lock manufacturer shall deliver construction master keys to the Contractor for use during construction and shall deliver all other keys, by registered mail, to the Architect at DEMX Architecture. 104 N. East Ave., Fayetteville, AR 72701. 3.03 INSTALLATION, REMOVAL AND REINSTALLATION A. Install hardware and then, before painting is started, either remove all finished parts of hardware, except hinges, and after completion of painting work, reinstall and adjust hardware or completely protect hardware so that upon completion of the work it is absolutely free of painting materials. B. Install kickplates and mop plates flush with bottom edges of doors. C. Cut out carpet under door stops so stops can be set on concrete floor slab. 3.04 TEMPLATES A. Hardware to be installed on metal frames shall be made to template and shall be furnished with machine screws except where through bolts are specified. B. Furnish paper templates of items which are specified to be applied to metal frames, delivering templates to the manufacturers of the doors and frames. 3.05 HARDWARE SCHEDULE HW Set No. 1 FOR USE ON MARK/DOOR #(S): 100B, 104, 201 Description Catalog Number Finish Manufacturer RIM CYLINDER 20-022 613 SCHLAGE ACCESS CONTROL BY OTHERS REF Section 08 41 13 — Aluminum Framed Entrances and Storefronts for additional hardware requirements DEMX ARCHITECTURE DOOR HARDWARE FAYETTEVILLE, AR 087100-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II HW Set No. 2 FOR USE ON MARK/DOOR #(S): 200 Description Catalog Number Finish Manufacturer RIM CYLINDER 20-022 613 SCHLAGE PROVIE AUTOMATIC DOOR OPENER W/ ADA PUSH BUTTON ACCESS CONTROL BY OTHERS REF Section 08 41 13 — Aluminum Framed Entrances and Storefronts for additional hardware requirements HW Set No. 1 FOR USE ON MARK/DOOR #(S): 101 A HARDWARE BY DOOR SUPPLIER END OF SECTION DEMX ARCHITECTURE DOOR HARDWARE FAYETTEVILLE, AR 087100-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 08 80 00 GLAZING PART 1 -GENERAL 1.1 SUMMARY A. Section includes glazing for the following products and applications, including those specified in other Sections where glazing requirements are specified by reference to this Section: 1. Windows. Doors. Storefront framing 1.2 PERFORMANCE REQUIREMENTS A. Delegated Design: Design glass, including comprehensive engineering analysis according to ASTM E 1300 ICC's 2003 International Building Code by a qualified professional engineer. Design to conform to all local, regional and other regulations. 1.3 PRECONSTRUCTION TESTING A. Preconstruction Adhesion and Compatibility Testing: Test each glazing material type, tape sealant, gasket, glazing accessory, and glass -framing member for adhesion to and compatibility with elastomeric glazing sealants. 1. Testing will not be required if data are submitted based on previous testing of current sealant products and glazing materials matching those submitted. 1.4 SUBMITTALS A. Product Data: For each glass product and glazing material indicated. B. Glass Samples: For each type of glass product other than clear monolithic vision glass; 12 inches (300 mm) square. C. Glazing Schedule: List glass types and thicknesses for each size opening and location. Use same designations indicated on Drawings. D. Preconstruction adhesion and compatibility test report. 1.5 QUALITY ASSURANCE A. Glazing Publications: Comply with published recommendations of glass product manufacturers and organizations below, unless more stringent requirements are indicated. Refer to these publications for glazing terms not otherwise defined in this Section or in referenced standards. 1. IGMA Publication for Insulating Glass: SIGMA TM-3000, "North American Glazing Guidelines for Sealed Insulating Glass Units for Commercial and Residential Use." B. Safety Glazing Labeling: Where safety glazing labeling is indicated, permanently mark glazing with certification label. Label shall indicate manufacturer's name, type of glass, thickness, and safety glazing standard with which glass complies. C. Insulating -Glass Certification Program: Permanently marked either on spacers or on at least one component lite of units with appropriate certification label of IGCC. 1.6 WARRANTY A. Manufacturer's Special Warranty on Insulating Glass: Manufacturer's standard form in which insulating -glass manufacturer agrees to replace insulating -glass units that deteriorate within specified warranty period. Deterioration of insulating glass is defined as failure of hermetic seal under normal use that is not attributed to glass breakage or to maintaining and cleaning insulating glass contrary to manufacturer's written DEMX ARCHITECTURE GLAZING FAYETTEVILLE, AR 08 80 00-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II instructions. Evidence of failure is the obstruction of vision by dust, moisture, or film on interior surfaces of glass. 1. Warranty Period: 10 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 GLASS PRODUCTS, GENERAL A. Thickness: Where glass thickness is indicated, it is a minimum. Provide glass lites in thicknesses as needed to comply with requirements indicated. B. Strength: Where float glass is indicated, provide annealed float glass, Kind HS heat - treated float glass, or Kind FT heat -treated float glass. Where heat -strengthened glass is indicated, provide Kind HS heat -treated float glass or Kind FT heat -treated float glass. Where fully tempered glass is indicated, provide Kind FT heat -treated float glass. 2.2 GLASS PRODUCTS A. Float Glass: ASTM C 1036, Type I, Quality-Q3, Class I (clear) unless otherwise indicated. B. Ultraclear Float Glass: ASTM C 1036, Type I, Quality-Q3, Class I, complying with other requirements specified and with visible light transmission not less than 91 percent. a. AFG Industries, Inc.; Krystal Klear. b. Guardian Industries Corp.; Ultrawhite. C. Pilkington North America; Optiwhite. d. PPG Industries, Inc.; Starphire. e. Or approved equal C. Heat -Treated Float Glass: ASTM C 1048; Type I; Quality-Q3; Class I (clear) unless otherwise indicated; of kind and condition indicated. D. Uncoated Tinted Float Glass: Class 2, complying with other requirements specified. 1. Tint Color: to be selected by Architect. E. Fire Rated Glass- Pilkington Pyrostop or approved equal - I. Tint to be selected by Architect. 2.3 GLAZING MATERIALS: Provide materials with a proven record of compatibility with surfaces contacted in installation. A. Glazing Sealants: Tremco "Proglaze", Bostik "Chem -Calk 1200", Pecora "836", Sonneborn "Omniglaze", or other approved by system manufacturer. B. Glazing Gaskets: Structural rubber, molded neoprene or cellular neoprene as recommended by manufacturer of glazing system. C. Glazing Tape: Bostik "Chem -Tape 60". Pecra "Shim -Seal", or Tremco "Pre -Shimmed Tremco 440 Tape". D. Setting Blocks: Neoprene or other resilient blocks of 70 to 90 Shore A durometer hardness, adhesively backed on one face only, tested for compatibility with specified glazing sealants. E. Spacers: Neoprene or other resilient blocks of 40 to 50 Shore A durometer hardness, tested for compatibility with specified glazing sealants. F. Compressible Filler Rod: Closed -Cell or waterproof jacketed foam polyethylene, butyl rubber, neoprene, polyurethane or vinyl, tested for compatibility with specified glazing sealants, of 5 to 10 psi compression strength (25% deflection), recommended by sealant manufacturer for use in glazing channel to prevent sealant exudation from the channel. 2.4 SEALED INSULATING UNITS: A. Preassembled units consisting of organically sealed lites of glass separated by dehydrated air spaces complying with ASTM E 774 and with other specified requirements. DEMX ARCHITECTURE GLAZING FAYETTEVILLE, AR 08 80 00-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 1 " thick composed of 1 /4" thick tinted float glass outer lite, 1 /2" air space, 1 /4" thick clear float glass inner lite. Where indicated and required as tempered, provide tempered outer and inner lites. Utilize standard hardcoat Low-E film. PART 3 - EXECUTION 3.1 PERFORMANCE REQUIREMENTS: Watertight installation of each piece of glass is required. Each installation must withstand normal temperature changes, wind loading, impact loading (for operating doors) without failure of any kind including loss or breakage of glass, failure of sealants or gaskets to remain watertight and airtight, deterioration of glazing materials, or other defects in work. 3.2 INSTALLATION: A. Comply with recommendations of glass manufacturers and manufacturers of sealants, other glazing materials, and frames; unless otherwise specified, including preparation of surfaces. B. Clean channel surfaces and prime as recommended by sealant manufacturer. C. Cut glass to size as required for measured opening, provide adequate edge clearance and glass bite all around. Cut prior to tempering. D. Do not install sheets that have edge damage or face imperfections. E. Miter -cut and bond (weld) ends of channel gaskets at corners to provide a continuous gasket. F. Seal face gaskets at corners with liquid elastomeric sealant to close openings and prevent withdrawal of gaskets from corners. G. Remove and replace glass which is broken, chipped, cracked, abraded or damaged during construction period. 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 installation. C. CURING: Cure glazing sealants and compounds in compliance with manufacturer's instructions and recommendations to obtain high early bond strength, internal cohesive strength and surface durability. END OF SECTION DEMX ARCHITECTURE GLAZING FAYETTEVILLE, AR 08 80 00-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 09 22 16 NON-STRUCTURAL METAL FRAMING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Non -load -bearing steel framing systems for interior gypsum board assemblies. 2. Suspension systems for interior gypsum ceilings, soffits, and grid systems. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. 1.4 INFORMATIONAL SUBMITTALS A. Evaluation Reports: For dimpled steel studs and runners and firestop tracks, from ICC-ES. 1.5 QUALITY ASSURANCE A. All vibration isolation shall be by a single manufacturer. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Fire -Test -Response Characteristics: For fire -resistance -rated assemblies that incorporate non -load -bearing steel framing, provide materials and construction identical to those tested in assembly indicated, according to ASTM E 119 by an independent testing agency. B. STC-Rated Assemblies: For STC-rated assemblies, provide materials and construction identical to those tested in assembly indicated, according to ASTM E 90 and classified according to ASTM E 413 by an independent testing agency. 2.2 FRAMING SYSTEMS A. Framing Members, General: Comply with ASTM C 754 for conditions indicated. 1. Steel Sheet Components: Comply with ASTM C 645 requirements for metal unless otherwise indicated. 2. Protective Coating: Coating with equivalent corrosion resistance of ASTM A 653/A 653M, G40, hot -dip galvanized unless otherwise indicated. B. Studs and Runners: ASTM C 645. Use either steel studs and runners or dimpled steel studs and runners. 1. Steel Studs and Runners: a. Minimum Base -Metal Thickness: 0.033 inch. b. Depth: As indicated on Drawings. 2. Dimpled Steel Studs and Runners: a. Minimum Base -Metal Thickness: 0.025 inch. b. Depth: As indicated on Drawings. C. Slip -Type Head Joints: Where indicated, provide one of the following: 1. Single Long -Leg Runner System: ASTM C 645 top runner with 2-inch- deep flanges in thickness not less than indicated for studs, installed with studs friction fit into top runner and with continuous bridging located within 12 inches of the top of studs to provide lateral bracing. DEMX ARCHITECTURE NON-STRUCTURAL METAL FRAMING FAYETTEVILLE, AR 09 22 16-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 2. Deflection Track: Steel sheet top runner manufactured to prevent cracking of finishes applied to interior partition framing resulting from deflection of structure above; in thickness not less than indicated for studs and in width to accommodate depth of studs. 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) Dietrich Metal Framing; SLP-TRK Slotted Deflection Track. 2) MBA Building Supplies; FlatSteel Deflection Track or Slotted Deflecto Track. 3) Steel Network Inc. (The); VertiClip SLD or VertiTrack VTD Series. 4) Superior Metal Trim; Superior Flex Track System (SFT). 5) Telling Industries; Vertical Slip Track or Vertical Slip Track II. D. Firestop Tracks: Top runner manufactured to allow partition heads to expand and contract with movement of the structure while maintaining continuity of fire -resistance -rated assembly indicated; in thickness not less than indicated for studs and in width to accommodate depth of studs. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Fire Trak Corp.; Fire Trak System attached to studs with Fire Trak Posi Klip. b. Grace Construction Products; FlameSafe FlowTrak System. C. Metal-Lite, Inc.; The System. d. Steel Network Inc. (The); VertiClip SLD or VertiTrack VTD Series. E. Flat Strap and Backing Plate: Steel sheet for blocking and bracing in length and width indicated. 1. Minimum Base -Metal Thickness: 0.033 inch. F. Cold -Rolled Channel Bridging: Steel, 0.053-inch minimum base -metal thickness, with minimum 1/2-inch- wide flanges. 1. Depth: 1-1/2 inches. 2. Clip Angle: Not less than 1-1 /2 by 1-1 /2 inches, 0.068-inch- thick, galvanized steel. G. Hat -Shaped, Rigid Furring Channels: ASTM C 645. 1. Minimum Base -Metal Thickness: 0.018 inch. 2. Depth: 7/8 inch. H. Resilient Furring Channels: 1/2-inch- deep, steel sheet members designed to reduce sound transmission. 1. Configuration: Asymmetrical or hat shaped. I. Cold -Rolled Furring Channels: 0.053-inch uncoated -steel thickness, with minimum 1/2-inch- wide flanges. 1. Depth: 3/4 inch. 2. Furring Brackets: Adjustable, corrugated -edge type of steel sheet with minimum uncoated -steel thickness of 0.033 inch. 3. Tie Wire: ASTM A 641 /A 641 M, Class 1 zinc coating, soft temper, 0.062-inch- diameter wire, or double strand of 0.048-inch- diameter wire. 2.3 SUSPENSION SYSTEMS A. Tie Wire: ASTM A 641 /A 641 M, Class 1 zinc coating, soft temper, 0.062-inch- diameter wire, or double strand of 0.048-inch- diameter wire. B. Hanger Attachments to Concrete: 1. Anchors: Fabricated from corrosion -resistant materials with holes or loops for attaching wire hangers and capable of sustaining, without failure, a load equal to 5 times that imposed by construction as determined by testing according to ASTM E 488 by an independent testing agency. a. Type: Postinstalled, expansion anchor. DEMX ARCHITECTURE NON-STRUCTURAL METAL FRAMING FAYETTEVILLE, AR 09 22 16-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 2. Powder -Actuated Fasteners: Suitable for application indicated, fabricated from corrosion -resistant materials with clips or other devices for attaching hangers of type indicated, and capable of sustaining, without failure, a load equal to 10 times that imposed by construction as determined by testing according to ASTM E 1190 by an independent testing agency. C. Wire Hangers: ASTM A 641 /A 641 M, Class 1 zinc coating, soft temper, 0.16 inch in diameter. D. Flat Hangers: Steel sheet, 1 by 3/16 inch by length indicated. E. Carrying Channels: Cold -rolled, commercial -steel sheet with a base -metal thickness of 0.053 inch and minimum 1/2-inch- wide flanges. 1. Depth: As indicated on Drawings. F. Furring Channels (Furring Members): 1. Steel Studs and Runners: ASTM C 645. a. Minimum Base -Metal Thickness: 0.018 inch. b. Depth: As indicated on Drawings. G. Grid Suspension System for Gypsum Board Ceilings: ASTM C 645, direct -hung system composed of main beams and cross -furring members that interlock. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Armstrong World Industries, Inc.; Drywall Grid Systems. b. Chicago Metallic Corporation; Drywall Grid System. C. USG Corporation; Drywall Suspension System. 2.4 AUXILIARY MATERIALS A. General: Provide auxiliary materials that comply with referenced installation standards. 1. Fasteners for Metal Framing: Of type, material, size, corrosion resistance, holding power and other properties required to fasten steel members to substrates. B. Isolation Strip at Exterior Walls: Provide the following: 1. Foam Gasket: Adhesive -backed, closed -cell vinyl foam strips that allow fastener penetration without foam displacement, 1/8 inch thick, in width to suit steel stud size. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and substrates, with Installer present, and including welded hollow -metal frames, cast -in anchors, and structural framing, for compliance with requirements and other conditions affecting performance of the Work. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION, GENERAL A. Installation Standard: ASTM C 754. 1. Gypsum Board Assemblies: Also comply with requirements in ASTM C 840 that apply to framing installation. B. Install supplementary framing, and blocking to support fixtures, equipment services, heavy trim, grab bars, toilet accessories, furnishings, or similar construction. C. Install bracing at terminations in assemblies. D. Do not bridge building control and expansion joints with non -load -bearing steel framing members. Frame both sides of joints independently. 3.3 INSTALLING FRAMED ASSEMBLIES A. Install framing system components according to spacings indicated, but not greater than spacings required by referenced installation standards for assembly types. 1. Single -Layer Application: 16 inches o.c. unless otherwise indicated. 2. Multilayer Application: 16 inches o.c. unless otherwise indicated. DEMX ARCHITECTURE NON-STRUCTURAL METAL FRAMING FAYETTEVILLE, AR 09 22 16-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 3. Tile Backing Panels: 16 inches o.c. unless otherwise indicated. Use only 0.033 inch base metal thickness framing members behind cementitious tile backer units. B. Where studs are installed directly against exterior masonry walls or dissimilar metals at exterior walls, install isolation strip between studs and exterior wall. C. Install studs so flanges within framing system point in same direction. D. Install tracks (runners) at floors and overhead supports. Extend framing full height to structural supports or substrates above suspended ceilings except where partitions are indicated to terminate at suspended ceilings. Continue framing around ducts penetrating partitions above ceiling. 1. Slip -Type Head Joints: Where framing extends to overhead structural supports, install to produce joints at tops of framing systems that prevent axial loading of finished assemblies. 2. Door Openings: Screw vertical studs at jambs to jamb anchor clips on door frames; install runner track section (for cripple studs) at head and secure to jamb studs. a. Install two studs at each jamb unless otherwise indicated. Use only 0.033 inch base metal thickness framing members at jamb studs. b. Install cripple studs at head adjacent to each jamb stud, with a minimum 1/2-inch clearance from jamb stud to allow for installation of control joint in finished assembly. C. Where walls to not extend to structure above, extend jamb studs and attach to underside of overhead structure. 3. Other Framed Openings: Frame openings other than door openings the same as required for door openings unless otherwise indicated. Install framing below sills of openings to match framing required above door heads. 4. Fire -Resistance -Rated Partitions: Install framing to comply with fire -resistance -rated assembly indicated and support closures and to make partitions continuous from floor to underside of solid structure. a. Firestop Track: Where indicated, install to maintain continuity of fire -resistance - rated assembly indicated. 5. Sound -Rated Partitions: Install framing to comply with sound -rated assembly indicated. E. Z-Furring Members: 1. Erect insulation where indicated, as specified in Division 07 Section "Thermal Insulation," vertically and hold in place with Z-furring members spaced 24 inches o.c. 2. Except at exterior corners, securely attach narrow flanges of furring members to wall with concrete stub nails, screws designed for masonry attachment, or powder -driven fasteners spaced 24 inches o.c. 3. At exterior corners, attach wide flange of furring members to wall with short flange extending beyond corner; on adjacent wall surface, screw -attach short flange of furring channel to web of attached channel. At interior corners, space second member no more than 12 inches from corner and cut insulation to fit. F. Installation Tolerance: Install each framing member so fastening surfaces vary not more than 1 /8 inch from the plane formed by faces of adjacent framing. 3.4 INSTALLING SUSPENSION SYSTEMS A. Install suspension system components according to spacings indicated, but not greater than spacings required by referenced installation standards for assembly types. 1. Hangers: 48 inches o.c. 2. Carrying Channels (Main Runners): 48 inches o.c. 3. Furring Channels (Furring Members): 16 inches o.c. B. Isolate suspension systems from building structure where they abut or are penetrated by building structure to prevent transfer of loading imposed by structural movement. DEMX ARCHITECTURE NON-STRUCTURAL METAL FRAMING FAYETTEVILLE, AR 09 22 16-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II C. Suspend hangers from building structure as follows: 1. Install hangers plumb and free from contact with insulation or other objects within ceiling plenum that are not part of supporting structural or suspension system. a. Splay hangers only where required to miss obstructions and offset resulting horizontal forces by bracing, countersplaying, or other equally effective means. 2. Where width of ducts and other construction within ceiling plenum produces hanger spacings that interfere with locations of hangers required to support standard suspension system members, install supplemental suspension members and hangers in the form of trapezes or equivalent devices. a. Size supplemental suspension members and hangers to support ceiling loads within performance limits established by referenced installation standards. 3. Wire Hangers: Secure by looping and wire tying, either directly to structures or to inserts, eye screws, or other devices and fasteners that are secure and appropriate for substrate, and in a manner that will not cause hangers to deteriorate or otherwise fail. 4. Flat Hangers: Secure to structure, including intermediate framing members, by attaching to inserts, eye screws, or other devices and fasteners that are secure and appropriate for structure and hanger, and in a manner that will not cause hangers to deteriorate or otherwise fail. 5. Do not attach hangers to permanent metal forms. Furnish cast -in -place hanger inserts that extend through forms. 6. Do not attach hangers to rolled -in hanger tabs of composite steel floor deck. 7. Do not connect or suspend steel framing from ducts, pipes, or conduit. D. Seismic Bracing: Sway -brace suspension systems with hangers used for support. E. Grid Suspension Systems: Attach perimeter wall track or angle where grid suspension systems meet vertical surfaces. Mechanically join main beam and cross -furring members to each other and butt -cut to fit into wall track. F. Installation Tolerances: Install suspension systems that are level to within 1 /8 inch in 12 feet measured lengthwise on each member that will receive finishes and transversely between parallel members that will receive finishes. END OF SECTION DEMX ARCHITECTURE NON-STRUCTURAL METAL FRAMING FAYETTEVILLE, AR 09 22 16-5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 09 29 00 GYPSUM BOARD PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Interior gypsum board. 2. Tile backing panels. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For the following products: 1. Trim Accessories: Full-size Sample in 12-inch- long length for each trim accessory indicated. 1.4 DELIVERY, STORAGE AND HANDLING A. Store materials inside under cover and keep them dry and protected against weather, condensation, direct sunlight, construction traffic, and other potential causes of damage. Stack panels flat and supported on risers on a flat platform to prevent sagging. 1.5 FIELD CONDITIONS A. Environmental Limitations: Comply with ASTM C 840 requirements or gypsum board manufacturer's written recommendations, whichever are more stringent. B. Do not install paper -faced gypsum panels until installation areas are enclosed and conditioned. C. Do not install panels that are wet, those that are moisture damaged, and those that are mold damaged. 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Fire -Resistance -Rated Assemblies: For fire -resistance -rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E 119 by an independent testing agency. B. STC-Rated Assemblies: For STC-rated assemblies, provide materials and construction identical to those tested in assembly indicated according to ASTM E 90 and classified according to ASTM E 413 by an independent testing agency. 2.2 GYPSUM BOARD, GENERAL A. Size: Provide maximum lengths and widths available that will minimize joints in each area and that correspond with support system indicated. 2.3 INTERIOR GYPSUM BOARD DEMX ARCHITECTURE GYPSUM BOARD FAYETTEVILLE, AR 09 29 00-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II A. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Georgia-Pacific Gypsum LLC.: ToughRock@ Mold -Guard'" 2. National Gypsum Company: Gold Bond@ XPO Gypsum Board 3. USG Corporation: Sheetrock@ Brand Mold Tough@ Gypsum Panels B. Gypsum Wallboard: Type X: ASTM C 1396 1. Thickness: 5/8 inch. 2. Long Edges: Tapered 2.4 TILE BACKING PANELS A. Cementitious Backer Units: ANSI A118.9 and ASTM C 1288 or 1325, with manufacturer's standard edges. 1. Products: Subject to compliance with requirements, provide one of the following: 1. James Hardie Building Products, Inc.; Hardiebacker. 2. National Gypsum Company, Permabase Cement Board. 3. USG Corporation; DUROCK Cement Board. 2. Thickness: 5/8 inch. 3. Mold Resistance: ASTM D 3273, score of 10. 2.5 TRIM ACCESSORIES A. Interior Trim: ASTM C 1047. 1. Material: Vinyl complying with ASTM D-1784. 2. Shapes: Provide vinyl trim with perforated flanges for embedding in finishing compound. Provide in the following shapes or as shown: 1. Cornerbead. 2. LC -Bead: J-shaped; exposed long flange receives joint compound. 3. L-Bead: L-shaped; exposed long flange receives joint compound. 4. U-Bead: J-shaped; exposed short flange does not receive joint compound. 5. Expansion (control) joint. 2.6 JOINT TREATMENT MATERIALS A. General: Comply with ASTM C 475/C 475M. B. Joint Tape: 1. Interior Gypsum Board: Paper. 2. Glass -Mat Gypsum Sheathing Board: 10-by-10 glass mesh. 3. Tile Backing Panels: As recommended by panel manufacturer. C. Joint Compound for Interior Gypsum Board: For each coat use formulation that is compatible with other compounds applied on previous or for successive coats. 1. Prefilling: At open joints, rounded or beveled panel edges, and damaged surface areas, use setting -type taping compound. 2. Embedding and First Coat: For embedding tape and first coat on joints, fasteners, and trim flanges, use setting -type taping compound. 1. Use setting -type compound for installing paper -faced metal trim accessories. 3. Fill Coat: For second coat, use setting -type, sandable topping compound. 4. Finish Coat: For third coat, use drying -type, all-purpose compound. 5. Skim Coat: For final coat of Level 5 finish, use drying -type, all-purpose compound or high -build interior coating product designed for application by airless sprayer and to be used instead of skim coat to produce Level 5 finish. D. Joint Compound for Tile Backing Panels: 1. Cementitious Backer Units: As recommended by backer unit manufacturer. 2.7 AUXILIARY MATERIALS DEMX ARCHITECTURE GYPSUM BOARD FAYETTEVILLE, AR 09 29 00-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II A. General: Provide auxiliary materials that comply with referenced installation standards and manufacturer's written recommendations. B. Steel Drill Screws: ASTM C 1002, unless otherwise indicated. 1. Use screws complying with ASTM C 954 for fastening panels to steel members from 0.033 to 0.112 inch thick. 2. For fastening cementitious backer units, use screws of type and size recommended by panel manufacturer. C. Sound Attenuation Blankets: ASTM C 665, Type I (blankets without membrane facing) produced by combining thermosetting resins with mineral fibers manufactured from glass, slag wool, or rock wool. 1. Fire -Resistance -Rated Assemblies: Comply with mineral -fiber requirements of assembly. D. Acoustical Joint Sealant: Manufacturer's standard nonsag, paintable, nonstaining latex sealant complying with ASTM C 834. Product effectively reduces airborne sound transmission through perimeter joints and openings in building construction as demonstrated by testing representative assemblies according to ASTM E 90. 1. Products: Subject to compliance with requirements, provide one of the following: 1. Accumetric LLC; BOSS 824 Acoustical Sound Sealant. 2. ATS Acoustics; QuietSeal Pro Acoustical Sealant. 3. Auralex; StopGap Acoustical Sealant. 4. Grabber Construction Products; Acoustical Sealant GSC. 5. Pecora Corporation; AC-20 FTR. 6. USG Corporation; SHEETROCK Acoustical Sealant. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine areas and substrates including welded hollow -metal frames and framing, with Installer present, for compliance with requirements and other conditions affecting performance. B. Examine panels before installation. Reject panels that are wet, moisture damaged, and mold damaged. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 APPLYING AND FINISHING PANELS, GENERAL A. Comply with ASTM C 840. B. Install ceiling panels across framing to minimize the number of abutting end joints and to avoid abutting end joints in central area of each ceiling. Stagger abutting end joints of adjacent panels not less than one framing member. C. Install panels with face side out. Butt panels together for a light contact at edges and ends with not more than 1 /16 inch of open space between panels. Do not force into place. D. Locate edge and end joints over supports, except in ceiling applications where intermediate supports or gypsum board back -blocking is provided behind end joints. Do not place tapered edges against cut edges or ends. Stagger vertical joints on opposite sides of partitions. Do not make joints other than control joints at corners of framed openings. E. Form control and expansion joints with space between edges of adjoining gypsum panels. F. Cover both faces of support framing with gypsum panels in concealed spaces (above ceilings, etc.), except in chases braced internally. 1. Unless concealed application is indicated or required for sound, fire, air, or smoke ratings, coverage may be accomplished with scraps of not less than 8 sq. ft. in area. 2. Fit gypsum panels around ducts, pipes, and conduits. DEMX ARCHITECTURE GYPSUM BOARD FAYETTEVILLE, AR 09 29 00-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 3. Where partitions intersect structural members projecting below underside of floor/roof slabs and decks, cut gypsum panels to fit profile formed by structural members; allow 1 /4- to 3/8-inch- wide joints to install sealant. G. Isolate perimeter of gypsum board applied to non -load -bearing partitions at structural abutments, except floors. Provide 1/4- to 1/2-inch- wide spaces at these locations and trim edges with edge trim where edges of panels are exposed. Seal joints between edges and abutting structural surfaces with acoustical sealant. H. Attachment to Steel Framing: Attach panels so leading edge or end of each panel is attached to open (unsupported) edges of stud flanges first. I. STC-Rated Assemblies: Seal construction at perimeters, behind control joints, and at openings and penetrations with a continuous bead of acoustical sealant. Install acoustical sealant at both faces of partitions at perimeters and through penetrations. Comply with ASTM C 919 and with manufacturer's written recommendations for locating edge trim and closing off sound - flanking paths around or through assemblies, including sealing partitions above acoustical ceilings. J. Install sound attenuation blankets before installing gypsum panels unless blankets are readily installed after panels have been installed on one side. 3.3 APPLYING INTERIOR GYPSUM BOARD A. Install interior gypsum board in the following locations: 1. Wallboard Type: Vertical surfaces unless otherwise indicated. B. Single -Layer Application: 1. On ceilings, apply gypsum panels before wall/partition board application to greatest extent possible and at right angles to framing unless otherwise indicated. 2. On partitions/walls, apply gypsum panels vertically (parallel to framing) unless otherwise indicated or required by fire -resistance -rated assembly, and minimize end joints. 1. Stagger abutting end joints not less than one framing member in alternate courses of panels. 2. At stairwells and other high walls, install panels horizontally unless otherwise indicated or required by fire -resistance -rated assembly. 3. On Z-furring members, apply gypsum panels vertically (parallel to framing) with no end joints. Locate edge joints over furring members. 4. Fastening Methods: Apply gypsum panels to supports with steel drill screws. 3.4 APPLYING TILE BACKING PANELS A. Cementitious Backer Units: ANSI A]08.11, at showers, floor sinks, wet areas in kitchen and where indicated. B. Where tile backing panels abut other types of panels in same plane, shim surfaces to produce a uniform plane across panel surfaces. 3.5 INSTALLING TRIM ACCESSORIES A. General: For trim with back flanges intended for fasteners, attach to framing with same fasteners used for panels. Otherwise, attach trim according to manufacturer's written instructions. B. Interior Trim: Install in the following locations: 1. Cornerbead: Use at outside corners. 2. LC -Bead: Use at exposed panel edges. 3. L-Bead: Use where indicated. 4. U-Bead: Use at exposed panel edges where indicated. 3.6 FINISHING GYPSUM BOARD DEMX ARCHITECTURE GYPSUM BOARD FAYETTEVILLE, AR 09 29 00-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II A. General: Treat gypsum board joints, interior angles, edge trim, control joints, penetrations, fastener heads, surface defects, and elsewhere as required to prepare gypsum board surfaces for decoration. Promptly remove residual joint compound from adjacent surfaces. B. Prefill open joints, rounded or beveled edges, and damaged surface areas. C. Apply joint tape over gypsum board joints, except for trim products specifically indicated as not intended to receive tape. D. Gypsum Board Finish Levels: Finish panels to levels indicated below and according to ASTM C 840: 1. Level 1: Ceiling plenum areas, concealed areas, and where indicated. 2. Level 2: Panels that are substrate for tile or applied finish panel surfaces. 3. Level 4: At panel surfaces that will be exposed to view unless otherwise indicated. 1. Primer and its application to surfaces are specified in other Division 09 Sections. 4. Level 5: At all horizontal panel surfaces and panel surfaces scheduled to receive gloss or semigloss coatings. 1. Primer and its application to surfaces are specified in other Division 09 Sections. E. Cementitious Backer Units: Finish according to manufacturer's written instructions. 3.7 PROTECTION A. Protect adjacent surfaces from drywall compound and promptly remove from floors and other non -drywall surfaces. Repair surfaces stained, marred, or otherwise damaged during drywall application. B. Protect installed products from damage from weather, condensation, direct sunlight, construction, and other causes during remainder of the construction period. C. Remove and replace panels that are wet, moisture damaged, and mold damaged. 1. Indications that panels are wet or moisture damaged include, but are not limited to, discoloration, sagging, or irregular shape. 2. Indications that panels are mold damaged include, but are not limited to, fuzzy or splotchy surface contamination and discoloration. END OF SECTION DEMX ARCHITECTURE GYPSUM BOARD FAYETTEVILLE, AR 09 29 00-5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 09 91 23 INTERIOR PAINTING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes surface preparation and the application of paint systems on interior substrates. the following interior substrates: 1. Gypsum board. 2. Hollow metal doors and frames. 3. Miscellaneous incidental steel substrates. B. Related Requirements: 1. Division 03 Section "Cast -In -Place Concrete" for hardeners and densifiers applied to concrete floors. 2. Division 05 Sections for shop priming of metal substrates with primers specified in this Section. 3. Division 09 Sections for high-performance and special -use coatings. 1.3 DEFINITIONS A. Gloss Level 1: Not more than 5 units at 60 degrees and 10 units at 85 degrees, according to ASTM D 523. B. Gloss Level 2: Not more than 10 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523. C. Gloss Level 3: 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, according to ASTM D 523. D. Gloss Level 4: 20 to 35 units at 60 degrees and not less than 35 units at 85 degrees, according to ASTM D 523. E. Gloss Level 5: 35 to 70 units at 60 degrees, according to ASTM D 523. F. Gloss Level 6: 70 to 85 units at 60 degrees, according to ASTM D 523. G. Gloss Level 7: More than 85 units at 60 degrees, according to ASTM D 523. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. B. Samples for Verification: For each type of paint system and in each color and gloss of topcoat. 1. Submit draw downs on rigid backing, 8 inches (200 mm) square. 2. Label each Sample for location and application area. C. Product List: For each product indicated, include the following: 1. Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules.See "Writing Guide" Article in the Evaluations in Division 09 Section "Painting" for discussion of first subparagraph below. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: 2 gal. unopened of each material and color applied. DEMX ARCHITECTURE INTERIOR PAINTING FAYETTEVILLE, AR 0991 23-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 1.6 QUALITY ASSURANCE A. The painting contractor shall prepare samples of each proposed paint color. Apply samples to the actual material scheduled to receive the paint. Any painting that occurs prior to written approval is at the painting contractor's own risk. If not approved, contractor will repaint at no cost to the owner. 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 (7 deg C). 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.8 FIELD CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F (10 and 35 deg C). B. Do not apply paints when relative humidity exceeds 85 percent; at temperatures less than 5 deg F (3 deg C) above the dew point; or to damp or wet surfaces. PART 2 - PRODUCTS 2.1 MANUFACTURERS 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: 1. Benjamin Moore & Co. 2. Sherwin-Williams Company (The) 3. PPG Architectural Finishes, Inc./Glidden 2.2 PAINT, GENERAL A. Material Compatibility: 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. B. VOC Content: Products shall comply with VOC limits of authorities having jurisdiction and, for interior paints and coatings applied at Project site, the following VOC limits, exclusive of colorants added to a tint base, when calculated according to 40 CFR 59, Subpart D (EPA Method 24). 1. Flat Paints and Coatings: 50 g/L. 2. Nonflat Paints and Coatings: 150 g/L. 3. Dry -Fog Coatings: 400 g/L. 4. Primers, Sealers, and Undercoaters: 200 g/L. 5. Anticorrosive and Antirust Paints Applied to Ferrous Metals: 250 g/L. 6. Zinc -Rich Industrial Maintenance Primers: 340 g/L. 7. Pretreatment Wash Primers: 420 g/L. 8. Floor Coatings: 100 g/L. 9. Shellacs, Clear: 730 g/L. 10. Shellacs, Pigmented: 550 g/L. C. Low -Emitting Materials: Interior paints and coatings shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing DEMX ARCHITECTURE INTERIOR PAINTING FAYETTEVILLE, AR 0991 23-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II of Volatile Organic Emissions from Various Sources Using Small -Scale Environmental Chambers." 2.3 BLOCK FILLERS A. Block Filler, Latex, Interior/Exterior: 1. Benjamin Moore; Moorcraft - Super Craft Latex Block Filler 2. Sherwin Williams; PrepRite - Interior/Exterior Block Filler 3. PPG; Speedhide Interior/Exterior Acrylic Masonry Block Filler 6-15 2.4 PRIMERS/SEALERS A. Primer Sealer, Interior, Institutional Low Odor/VOC: 1. Benjamin Moore; Eco Spec - Interior Latex Primer Sealer 2. Sherwin Williams; ProGreen 200 Interior Latex Primer 3. PPG; SpeedHide 6-2 B. Primer, for Interior Concrete Substrates: 1. Benjamin Moore; Eco Spec Primer Sealer 2. Sherwin Williams; Loxon 3. PPG; Perma-Crete Alkali Resistant Primer 4-603 2.5 METAL PRIMERS A. Primer, Rust -Inhibitive, Water Based: 1. Benjamin Moore; Super Spec High Performance - Acrylic Metal Primer 2. Sherwin Williams; Pro Industrial - ProCryl Universal Primer 3. PPG; Pitt -Tech Plus Int/Ext DTM Industrial Primer 90-912 2.6 WATER -BASED PAINTS A. Latex, Interior, Institutional Low Odor/VOC, Flat (Gloss Level 1): 1. Benjamin Moore; Eco Spec - Flat Interior Latex Enamel 2. Sherwin Williams; ProGreen 200 - Interior Latex Flat 3. PPG; Speedhide 6-70 - Interior Latex Flat B. Latex, Interior, Institutional Low Odor/VOC, Eggshell (Gloss Level 2): 1. Benjamin Moore; Eco Spec - Eggshell Interior Latex Enamel 2. Sherwin Williams; ProGreen 200 - Interior Latex Eg-Shel 3. PPG: Speedhide 6-411 - Interior Latex Eg-Shel C. Latex, Interior, Institutional Low Odor/VOC, Semi -Gloss (Gloss Level 5): 1. Benjamin Moore; Eco Spec - Interior Latex Semi -Gloss Enamel 2. Sherwin Williams; ProGreen 200 - Interior Latex Semi -Gloss 3. PPG; Pure Performance 9-500 - Interior Latex Semi -Gloss 2.7 OIL -BASED PAINTS A. Alkyd, Interior, Semi -Gloss: 1. Benjamin Moore; Dulamel C207. 2. Sherwin Williams; ProMar 200. 3. PPG; Speedhide 6-90 Series (Lo Sheen) 2.8 SOURCE QUALITY CONTROL A. Testing of Paint Materials: Owner reserves the right to invoke the following procedure: 1. Owner will engage the services of a qualified testing agency to sample paint materials. Contractor will be notified in advance and may be present when samples are taken. If paint materials have already been delivered to Project site, samples may be taken at Project site. Samples will be identified, sealed, and certified by testing agency. 2. Testing agency will perform tests for compliance with product requirements. DEMX ARCHITECTURE INTERIOR PAINTING FAYETTEVILLE, AR 0991 23-3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 3. Owner may direct Contractor to stop applying coatings if test results show materials being used do not comply with product requirements. Contractor shall remove noncomplying paint materials from Project site, pay for testing, and repaint surfaces painted with rejected materials. Contractor will be required to remove rejected materials from previously painted surfaces if, on repainting with complying materials, the two paints are incompatible. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with 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: 1. Concrete: 12 percent. 2. Masonry (Clay and CMU): 12 percent. 3. Wood: 15 percent. 4. Gypsum Board: 12 percent. C. Gypsum Board Substrates: Verify that finishing compound is sanded smooth. D. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. E. Proceed with coating application only after unsatisfactory conditions have been corrected. 1. Application of coating indicates acceptance of surfaces and conditions. F. Schedule the following mechanical room surfaces to be painted: walls, ceilings, exposed ductwork, air handling units, tanks, pumps, air compressors, boilers, all surfaces with sweating or excess moisture conditions, exposed uncovered piping, exposed insulated piping, hangers and supports for piping and all electrical devices and conduit not having prefinished surfaces. 3.2 PREPARATION A. Comply with manufacturer's written instructions applicable to substrates indicated. B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface -applied protection if any. C. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. D. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. E. Steel Substrates: Remove rust and loose mill scale. Clean using methods recommended in writing by paint manufacturer but not less than the following: 1. SSPC-SP 2, "Hand Tool Cleaning." F. Shop -Primed Steel Substrates: Clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop -primed surfaces. 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions. 1. Use applicators and techniques suited for paint and substrate indicated. DEMX ARCHITECTURE INTERIOR PAINTING FAYETTEVILLE, AR 0991 23-4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 2. Paint surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, paint surfaces behind permanently fixed equipment or furniture with prime coat only. 3. Paint front and backsides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. 4. Do not paint over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. 5. Primers specified in painting schedules may be omitted on items that are factory primed or factory finished if acceptable to topcoat manufacturers. B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Tint undercoats to match color of topcoat, but provide sufficient difference in shade 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: 1. Paint the following work where exposed in equipment rooms: a. Equipment, including panelboards and switch gear. b. Uninsulated metal piping. C. Uninsulated plastic piping. d. Pipe hangers and supports. e. Metal conduit. f. Plastic conduit. g. Tanks that do not have factory -applied final finishes. 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. d. Pipe hangers and supports. e. Metal conduit. f. Plastic conduit. g. Duct, equipment, and pipe insulation having cotton or canvas insulation covering or other paintable jacket material. h. Other items as directed by Architect. 3. Paint portions of internal surfaces of metal ducts, without liner, behind air inlets and outlets that are visible from occupied spaces. 3.4 FIELD QUALITY CONTROL A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test paint for dry film thickness. 1. Contractor shall touch up and restore painted surfaces damaged by testing. 2. If test results show that dry film thickness of applied paint does not comply with paint manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with paint manufacturer's written recommendations. DEMX ARCHITECTURE INTERIOR PAINTING FAYETTEVILLE, AR 0991 23-5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 3.5 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing 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. 3.6 INTERIOR PAINTING SCHEDULE A. Concrete Substrates, Non -traffic Surfaces: 1. Institutional Low-Odor/VOC Latex System: a. Prime Coat: Concrete and masonry primer. b. Intermediate Coat: Institutional low-odor/VOC interior latex matching topcoat. C. Topcoat: Institutional low-odor/VOC interior latex (eggshell). B. Steel Substrates, Hollow Metal Doors and Frames: 1. Institutional Alkyd -Based Semi -Gloss Enamel System: a. Prime Coat: Rust -inhibitive primer (for non -primed surfaces). b. Intermediate Coat: Alkyd -based enamel matching topcoat. C. Topcoat: Alkyd -based enamel (semigloss). C. Gypsum Board Substrates — Ceilings and Soffits: 1. Institutional Low-Odor/VOC Latex System: a. Prime Coat: Interior latex primer/sealer. b. Intermediate Coat: Institutional low-odor/VOC interior latex matching topcoat. C. Topcoat: Institutional low-odor/VOC interior latex (flat). D. Gypsum Board Substrates - Walls: 1. Institutional Low-Odor/VOC Latex System: a. Prime Coat: Interior latex primer/sealer. b. Intermediate Coat: Institutional low-odor/VOC interior latex matching topcoat. C. Topcoat: Institutional low-odor/VOC interior latex (eggshell). END OF SECTION DEMX ARCHITECTURE INTERIOR PAINTING FAYETTEVILLE, AR 0991 23-6 University of Arkansas Civil Engineering Research and Education Center SECTION 09 96 00 HIGH-PERFORMANCE COATINGS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes surface preparation and application of high-performance coating systems on the following substrates: 1. Substrates: a. Steel. b. Thermal insulating coating. B. Related Requirements: 1. Division 05 Sections for shop priming of metal substrates with primers specified in this Section. 2. Division 09 Interior Painting Section for general interior painting. 1.3 DEFINITIONS A. Gloss Level 6: 70 to 85 units at 60 degrees, according to ASTM D 523. B. Gloss Level 7: More than 85 units at 60 degrees, according to ASTM D 523. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include preparation requirements and application instructions. B. Samples for Initial Selection: For each type of topcoat product indicated. C. Samples for Verification: For each type of coating system and in each color and gloss of topcoat indicated. 1. Submit Samples on rigid backing, 8 inches square. 2. Step coats on Samples 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: For each product indicated, include the following: 1. Cross-reference to paint system and locations of application areas. Use same designations indicated on Drawings and in schedules. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials, from the same product run, that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Coatings: 5 percent, but not less than 1 gal. of each material and color applied. 1.6 QUALITY ASSURANCE A. The painting contractor shall prepare samples of each proposed paint color. Apply samples to the actual material scheduled to receive the paint. Any painting that occurs prior to written approval is at the painting contractor's own risk. If not approved, contractor will repaint at no cost to the owner. 1.7 DELIVERY, STORAGE, AND HANDLING DEMX ARCHITECTURE HIGH PERFORMANCE COATINGS FAYETTEVILLE, AR 09 96 00-1 University of Arkansas Civil Engineering Research and Education Center 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. 1. Maintain containers in clean condition, free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.8 FIELD CONDITIONS A. Do not apply coatings when relative humidity exceeds 85 percent; at temperatures less than 5 deg F above the dew point; or to damp or wet surfaces. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, provide products by the following: 1. Benjamin Moore & Co. 2. PPG Architectural Finishes, Inc. 3. Sherwin-Williams Company (The). 4. Tnemec. B. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to products listed in other Part 2 articles for the paint category indicated. 2.2 HIGH-PERFORMANCE COATINGS, GENERAL A. Material Compatibility: 1. Provide materials for use within each coating system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a coating system, provide products recommended in writing by manufacturers of topcoat for use in coating system and on substrate indicated. 3. Provide products of same manufacturer for each coat in a coating system. B. Colors: Match Architect's samples. C. VOC Content of Field -Applied Interior Paints and Coatings: Provide products that comply with the following limits for VOC content when calculated according to 40 CFR 59, Subpart D (EPA Method 24): 1. Flat Paints, Coatings, and Primers: VOC content of not more than 50 g/L. 2. Nonflat Paints, Coatings, and Primers: VOC content of not more than 150 g/L. 3. Anticorrosive and Anti -Rust Paints Applied to Ferrous Metals: VOC content of not more than 250 g/L. 4. Clear Wood Finishes, Varnishes: VOC not more than 350 g/L. 5. Clear Wood Finishes, Lacquers: VOC not more than 550 g/L. 6. Floor Coatings: VOC not more than 100 g/L. 7. Shellacs, Clear: VOC not more than 730 g/L. 8. Shellacs, Pigmented: VOC not more than 550 g/L. 9. Stains: VOC content of not more than 250 g/L. 10. Flat Interior Topcoat Paints: VOC content of not more than 50 g/L. 11. Nonflat Interior Topcoat Paints: VOC content of not more than 150 g/L. 12. Anti -Corrosive and Anti -Rust Paints Applied to Ferrous Metals: VOC not more than 250 g/L. 13. Clear Wood Finishes, Varnishes: VOC not more than 350 g/L. 14. Clear Wood Finishes, Lacquers: VOC not more than 550 g/L. 15. Floor Coatings: VOC not more than 100 g/L. 16. Shellacs, Clear: VOC not more than 730 g/L. DEMX ARCHITECTURE HIGH PERFORMANCE COATINGS FAYETTEVILLE, AR 09 96 00-2 University of Arkansas Civil Engineering Research and Education Center 17. Shellacs, Pigmented: VOC not more than 550 g/L. 18. Stains: VOC not more than 250 g/L. 19. Primers, Sealers, and Undercoaters: VOC content of not more than 200 g/L. 20. Zinc -Rich Industrial Maintenance Primers: VOC content of not more than 340 g/L. 21. Pre -Treatment Wash Primers: VOC content of not more than 420 g/L. D. Chemical Components of Field -Applied Interior Paints and Coatings: Provide topcoat paints and anti -corrosive and anti -rust paints applied to ferrous metals that comply with the following chemical restrictions; these requirements do not apply to paints and coatings that are applied in a fabrication or finishing shop: 1. Aromatic Compounds: Paints and coatings shall not contain more than 1.0 percent by weight of total aromatic compounds (hydrocarbon compounds containing 1 or more benzene rings). 2. Restricted Components: Paints and coatings shall not contain any of the following: a. Acrolein. b. Acrylonitrile. C. Antimony. d. Benzene. e. Butyl benzyl phthalate. f. Cadmium. g. Di (2-ethylhexyl) phthalate. h. Di-n-butyl phthalate. i. Di-n-octyl phthalate. j. 1,2-dichlorobenzene. k. Diethyl phthalate. I. Dimethyl phthalate. M. Ethylbenzene. n. Formaldehyde. o. Hexavalent chromium. P. Isophorone. q. Lead. r. Mercury. S. Methyl ethyl ketone. t. Methyl isobutyl ketone. U. Methylene chloride. V. Naphthalene. W. Toluene (methyl benzene). X. 1,1,1-trichloroethane. Y. Vinyl chloride. 2.3 METAL PRIMERS A. Primer, Zinc -Rich, Organic: 1. Organic zinc rich primer utilizing either an epoxy or urethane binder with a minimum volume solids of 50 percent and a minimum zinc content of 80 percent by weight in the dry film and complying with the requirements for ASTM A490 Class B Slip Coefficient. Apply primer at a rate to achieve a dry film thickness of 2.5 to 3.5 mils. a. "Aquapon 97-670"; PPG Industries, Inc. b. "Zinc -Clad IIIHS"; Sherwin-Williams C. "Series 90-97 Tneme-Zinc"; Tnemec Company, Inc. 2.4 CONCRETE PRIMERS A. Primer, Flexible, Epoxy, for Horizontal Concrete Surfaces: DEMX ARCHITECTURE HIGH PERFORMANCE COATINGS FAYETTEVILLE, AR 09 96 00-3 University of Arkansas Civil Engineering Research and Education Center 1. "Eco-Flex"; Tennant Company. 2. "MRF"; Desco Coatings. 2.5 POLYURETHANE COATINGS A. Polyurethane, Two -Component, Pigmented, Gloss, for Steel Substrates, Intermediate Coats (Gloss Level 6): 1. "95-8800"; PPG Industries, Inc. 2. "Hi -Solids Polyurethane, B65-350 Series B60V30"; Sherwin Williams 3. "Series 1075, Endura-Shield", Tnemec Company, Inc. 2.6 THERMAL INSULATING COATING A. Acrylic Insulation Coating (High-performance multi -coat system): 1. "Aerolon Acrylic"; Tnemec Company, Inc. 2. Approved equivalent 2.7 SOURCE QUALITY CONTROL A. Testing of Coating Materials: Owner reserves the right to invoke the following procedure: 1. Owner will engage the services of a qualified testing agency to sample coating materials. Contractor will be notified in advance and may be present when samples are taken. If coating 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 coating materials from Project site, pay for testing, and recoat surfaces coated with rejected materials. Contractor will be required to remove rejected materials from previously coated surfaces if, on recoating with complying materials, the two coatings 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. 1. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: a. Concrete: 12 percent. b. Gypsum Board: 12 percent. B. Gypsum Board Substrates: Verify that finishing compound is sanded smooth. C. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. D. Proceed with coating application only after unsatisfactory conditions have been corrected. 1. Beginning coating application constitutes Contractor's acceptance of substrates and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates indicated. B. Remove hardware, covers, plates, and similar items already in place that are removable and are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface -applied protection before surface preparation and painting. DEMX ARCHITECTURE HIGH PERFORMANCE COATINGS FAYETTEVILLE, AR 09 96 00-4 University of Arkansas Civil Engineering Research and Education Center 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface -applied protection. C. Clean substrates of substances that could impair bond of coatings, including dust, dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers or apply tie coat as required to produce coating systems indicated. D. Concrete Substrates: Remove release agents, curing compounds, efflorescence, and chalk. Do not coat surfaces if moisture content or alkalinity of surfaces to be coated exceeds that permitted in manufacturer's written instructions. 1. Abrasive blast clean surfaces to comply with SSPC-SP 7/NACE No. 4, "Brush -Off Blast Cleaning." E. Steel Substrates: Remove rust, loose mill scale, and shop primer if any. Clean using methods recommended in writing by paint manufacturer, but not less than the following: 1. SSPC-SP 6/NACE No. 3, "Commercial Blast Cleaning." F. Shop -Primed Steel Substrates: Clean field welds, bolted connections, and abraded areas of shop paint, and paint exposed areas with the same material as used for shop priming to comply with SSPC-PA 1 for touching up shop -primed surfaces. G. Galvanized -Metal Substrates: Remove all soluble and insoluble contaminants and corrosion. Remove any storage stains per Section 6.2 of ASTM D6386. Sweep (Abrasive) Blasting per ASTM D 6386 to achieve a uniform anchor profile (1.0 — 2.0 mils). 3.3 APPLICATION A. Apply high-performance coatings according to manufacturer's written instructions and recommendations in WPI Architectural Painting Specification Manual." 1. Use applicators and techniques suited for coating and substrate indicated. 2. Coat surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, coat surfaces behind permanently fixed equipment or furniture with prime coat only. 3. Coat back sides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. 4. Do not apply coatings over labels of independent testing agencies or equipment name, identification, performance rating, or nomenclature plates. B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of the same material are to be applied. Tint undercoats to match color of finish coat, but provide sufficient difference in shade of undercoats to distinguish each separate coat. C. If undercoats or other conditions show through final coat, apply additional coats until cured film has a uniform coating finish, color, and appearance. D. Apply coatings to produce surface films without cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections. Produce sharp glass lines and color breaks. 3.4 FIELD QUALITY CONTROL A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and inspecting agency to inspect and test coatings for dry film thickness. 1. Contractor shall touch up and restore coated surfaces damaged by testing. 2. If test results show that dry film thickness of applied coating does not comply with coating manufacturer's written recommendations, Contractor shall pay for testing and apply additional coats as needed to provide dry film thickness that complies with coating manufacturer's written recommendations. 3.5 CLEANING AND PROTECTION DEMX ARCHITECTURE HIGH PERFORMANCE COATINGS FAYETTEVILLE, AR 09 96 00-5 University of Arkansas Civil Engineering Research and Education Center A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing coating application, clean spattered surfaces. Remove spattered coatings by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from coating operation. Correct damage by cleaning, repairing, replacing, and recoating, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces. 3.6 HIGH-PERFORMANCE COATING SCHEDULE A. Steel Substrates, Including Exposed Structural Steel, Steel Stairs, and Railings: 1. Pigmented Polyurethane over Epoxy Zinc -Rich Primer System: a. Prime Coat: Primer, zinc -rich, epoxy. DFT 2.5 — 3.5 mils. b. Topcoat: Polyaspartic urethane, two -component, pigmented. DFT 6 mils. B. Steel Substrates, Structural Steel identified on structural drawings: 1. Acrylic insulation coating: a. Top Coat: DFT 50 mills. END OF SECTION DEMX ARCHITECTURE HIGH PERFORMANCE COATINGS FAYETTEVILLE, AR 09 96 00-6 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 09 29 00 HANGER ROD CANOPY PART 1: GENERAL 1.1 DESCRIPTION OF WORK A. Work in this section includes furnishing and installation of extruded aluminum overhead hanger rod style canopies as manufactured by Mapes Industries Inc. B. Related Items and Considerations 1. Flashing of various designs may be required. Supplied by the installer. 2. Determine wall construction, make-up and thickness. 3. Ensure adequate wall condition to carry canopy loads where required. 4. Consider water drainage away from canopy where necessary. 5. Any necessary removal or relocation of existing structures, obstructions or materials. 1.2 QUALITY ASSURANCE A. Products meeting these specifications established standard of quality required as manufactured by Mapes Industries, Inc. Lincoln, Nebraska 1-888-273-1132. 1.3 FIELD MEASUREMENT A. Confirm dimensions prior to preparation of shop drawings when possible. B. If requested, supply manufacturer's standard literature and specifications for canopies. C. Submit shop drawings showing structural component locations/positions, material dimensions and details of construction and assembly. 1.4 PERFORMANCE REQUIREMENTS A. Canopy must conform to local building codes. B. Determine if specific load requirements have been established for canopies and if stamped calculations are required for location in which canopy is installed. 1.5 DELIVER, STORAGE, HANDLING A. Deliver and store all canopy components in protected areas. PART 2: PRODUCTS MAPES SUPER LUMIDECK 2.1 MANUFACTURER A. Mapes Canopies Lincoln, Nebraska Phone: 1-888- 273-1132. Fax: 1-877- 455-6572. 2.2 MATERIALS A. Decking and fascia shall be extruded aluminum, alloy 6063-T6, in profile and thickness shown in current Mapes brochures. B. Decking Shall be 2 3/4" Extruded .078" Decking C. Hanger rods and attachment hardware shall be powder coated to match canopy. D. Fascia shall be standard 8" extruded "J" style (minimum .125 aluminum) DEMX ARCHITECTURE HANGER ROD CANOPY FAYETTEVILLE, AR 10 00 00-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 2.3 FINISHES A. Standard factory options are clear anodized, bronze baked enamel or white baked enamel. B. Optional finishes include standard two -coat Kynar® colors. 2.4 FABRICATION A. All connections shall be mechanically assembled utilizing 3/16" fasteners with a minimum shear stress of 350 lb. Pre -welded or factory -welded connections are not acceptable. B. Decking shall be designed with interlocking extruded aluminum members with mechanical fasteners field applied to provide structural integrity for the completed assembly. C. Concealed drainage. Water shall drain from covered surfaces into integral fascia gutter and directed to either the front for front drainage or to the rear for ground level discharge via one or more designated downspouts. Part 3: Execution 3.1 INSPECTION A. Confirm that surrounding area is ready for the canopy installation. B. Installer shall confirm dimensions and elevations to be as shown on drawings provided by Mapes Industries. C. Erection shall be performed by an approved installer and scheduled after all concrete, masonry and roofing in the area is completed 3.2 INSTALLATION A. Installation shall be in strict accordance with manufacturer's shop drawings. Particular attention should be given to protecting the finish during handling and erection. 3.3 After installation, entire system shall be left in a clean condition. END OF SECTION DEMX ARCHITECTURE HANGER ROD CANOPY FAYETTEVILLE, AR 10 00 00-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 10 53 00 CANTILEVERED CANOPY PART 1 -GENERAL 1 DESCRIPTION OF WORK 1. Work in this section includes furnishing and installation of extruded aluminum overhead cantilever supported canopies as manufactured by Mapes Industries Inc. 2. Related Items and Considerations 1. Flashing of various designs may be required. Generic flashing supplied by Mapes. Specialty flashing to be supplied by installer. 2. Determine wall construction, make-up and thickness. 3. Ensure adequate wall condition to carry canopy loads where required. 4. Consider water drainage away from canopy where necessary. 5. Any necessary removal or relocation of existing structures, obstructions or materials. 1.2 QUALITY ASSURANCE 1. Products meeting these specifications established standard of quality required as manufactured by Mapes Industries, Inc. Lincoln, Nebraska 1-888-273-1132. 1.3 FIELD MEASUREMENT 1. Confirm dimensions prior to preparation of shop drawings when possible. 2. If requested, supply manufacturer s standard literature and specifications for canopies. 3. Submit shop drawings showing structural component locations/positions, material dimensions and details of construction and assembly. 1.4 PERFORMANCE REQUIREMENTS 1. Canopy must conform to local building codes. 2. PE Stamped calculations are required and must be signed and sealed by an engineer licensed within the state canopy is installed. 1.5 DELIVER, STORAGE, HANDLING 1. Deliver and store all canopy components in protected areas. PART 2 - PRODUCTS MAPES SUPER LUMIDECK 2.1 MANUFACTURER 1. Mapes Canopies Lincoln, Nebraska Phone: 1-888-273-1132. Fax:1-877-455-6572. 2.2 MATERIALS 1. Decking shall consist of 3" extruded flat soffit .078 decking. 2. Intermediate framing members shall be extruded aluminum, alloy 6063-T6, in profile and thickness shown in current Mapes brochures. 3. Cantilever supported brackets shall be standard finish. 4. Fascia shall be standard extruded 8" J style. DEMX ARCHITECTURE CANTILEVERED CANOPY FAYETTEVILLE, AR 10 53 00-1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 2.3 FINISHES 1. Finish type shall be 2-Coat Kynar Finish. 2.4 FABRICATION 1. All Mapes Super Lumideck extruded aluminum canopies are shipped with the materials precut to size for field assembly. 2. All connections shall be mechanically assembled utilizing 3/16 fasteners with a minimum shear stress of 350 lb. Pre -welded or factory -welded connections are not acceptable. 3. Concealed drainage. Water shall drain from covered surfaces into intermediate trough and be directed to Fascia Drain. PART 3 - EXECUTION 3.1 INSPECTION 1. Confirm that surrounding area is ready for the canopy installation. 2. Installer shall confirm dimensions and elevations to be as shown on drawings provided by Mapes Industries. 3. Erection shall be performed by an approved installer and scheduled after all concrete, masonry and roofing in the area is completed 3.2 INSTALLATION 1. Installation shall be in strict accordance with manufacturer's shop drawings. Particular attention should be given to protecting the finish during handling and erection. 3.3 AFTER INSTALLATION, ENTIRE SYSTEM SHALL BE LEFT IN A CLEAN CONDITION. END OF SECTION DEMX ARCHITECTURE CANTILEVERED CANOPY FAYETTEVILLE, AR 10 53 00-2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 26 01 00 GENERAL ELECTRICAL REQUIREMENTS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Comply with the Conditions of the Contract, General and Supplementary Conditions, and any other applicable requirements contained herein or issued under separate cover. B. Perform other work related to or necessary for the electrical installation in accordance with the applicable Specification Division or Section contained herein. C. In Electrical Specification Sections, items under "RELATED WORK" are listed for convenience only and are not guaranteed to be a complete listing of all applicable work. 1.02 CODES, REGULATIONS, AND STANDARDS A. Comply with the latest edition of applicable codes including the following: 1. International Building Code 2. Life Safety Code (NFPA 101) 3. National Electrical Code NEC (NFPA (0) 4. State Fire Prevention Code B. Comply with applicable Regulations as amended, including the following: 1. State Department of Health Regulations 2. Rules and Regulations for Energy Efficiency Standards for New Building Construction 3. State and Federal Department of Labor Regulations 4. Occupational Safety and Health Act (OSHA) 5. Utility Company Regulations and Requirements 6. Other State and Federal Laws and Regulations 7. Local Ordinances 8. State Department of Education Minimum Schoolhouse Construction Standards C. Furnish products and perform installation conforming to the latest accepted Standards published by the following organizations: 1. Underwriter's Laboratories, Inc. (UL) 2. National Fire Protection Association (NFPA) 3. National Electrical Manufacturer's Association (NEMA) 4. American Society of Testing Materials (ASTM) 5. American National Standards Institute (ANSI) 6. Institute of Electrical and Electronic Engineers (IEEE) 7. Insulated Power Cable Engineer's Association (IPCEA) 8. Certified Ballast Manufacturer (CBM) 9. Electrical Testing Laboratories (ETL) 10. Illuminating Engineering Society (IES) 11. Insurance Service Office (ISO) 12. Factory Insurance Association (FIA) 13. Factory Mutual (FM) 14. National Sanitation Foundation (NSF) 15. Electronic Industry Association/Telecommunications Industry Association (EIA/TIA) D. In case of discrepancy or conflict between Codes, Regulations, Standards, Drawings and/or Specifications, the requirement yielding the higher(est) quality of work shall govern. 1.03 PERMITS AND ADMINISTRATIVE FEES DEMX ARCHITECTURE GENERAL ELECTRICAL REQUIREMENTS FAYETTEVILLE, AR 2601 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II A. Obtain and maintain all necessary licenses, permits and inspection certificates and pay all fees including connection fees, taxes and penalties, if any, required by the Administrative Authority. Refundable deposits will be paid by the Owner. 1.04 PRE -CONSTRUCTION SUBMITTALS A. Refer to each Electrical Section for a listing of required Submittals under that Section. Refer to Section entitled Shop Drawings, Product Data, and Samples for submittal procedure and requirements. B. Submit for approval, Manufacturer's technical data sheets including performance specifications for all equipment, major materials, and other manufactured items. Obtain approval on product manufacturers not specifically named prior to making submittals. C. Submit for approval, Contractor's original Shop Drawings of all assemblies of manufactured items including complete wiring diagrams. Indicate all pertinent dimensions on scale drawings necessary for clarity and for coordination of the installation between trades. D. Submit for approval, a schedule of nameplates and test report forms. E. Bind Submittals in durable cover(s) with contents conveniently organized and properly indexed. F. Make Submittals on all work contained in Division 16, Electrical, at one time except by special permission. 1.05 TEMPORARY LIGHTING AND POWER A. Provide general and task lighting for construction activity as required for adequate illumination. Provide minimum of 5 footcandles general illumination for all work and egress areas and 30 footcandles on task such as wall being painted. Protect lamps with wire guards or tempered glass enclosures where exposed to breakage. Provide exterior type fixtures where exposed to weather or moisture. Provide local switching to allow lights to be turned off in patterns to conserve energy. B. Install temporary lighting to fulfill security and protection requirements without having to operate the entire temporary lighting system. C. Provide general purpose electrical outlets and special outlets as required for construction activities. Provide circuits of proper sizes, characteristics and ratings for each use required. Install wiring overhead and risers vertically where least exposed to damage. Provide rigid steel conduit to protect wiring on grade, floors, decks or other areas exposed to possible damage. D. Provide 20 amp, 4-gang receptacle outlets, equipped with ground -fault circuit interrupters, reset button and pilot light, spaced that a 100 foot extension cord can reach each area of work. Use only grounded extension cords. Use "hard -service cords" where exposed to abrasion and traffic. E. Provide warning signs at power outlets that are other than 20 amp, 125 volt. Provide outlets of proper NEMA configuration where 240 volt, single or three phase outlets are required. 1.06 INTENT A. It is intended that the Contractor provide a complete and operating electrical system including all incidental items and connections necessary for proper operation or customarily included even though each and every item may not be indicated. B. The Drawings indicate the general layout requirements for equipment, fixtures, conduit, devices, etc. Final layout will be governed by actual field conditions with all measurements verified at the site. C. Conduit and wiring shown on the Drawings are diagrammatic unless noted otherwise, and are intended to indicate switching and branch circuit arrangements, phase balance, and general wiring connection requirements. DEMX ARCHITECTURE GENERAL ELECTRICAL REQUIREMENTS FAYETTEVILLE, AR 2601 00 -2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II D. It is intended that the electrical installation be safe, reliable, energy efficient, and easily maintained with adequate provisions for access to equipment. E. It is intended that the electrical system operate quietly with noise levels below the criteria recommended for the application by NEMA. Provide corrective action as required to reduce objectionable hum or vibration. Acoustically insulate between outlet boxes in common wall serving different rooms. F. The Drawings indicate diagrammatically the number and function of the conductors required for the conduit routing as shown. The Contractor has the option of changing the routing or combining circuits in one conduit run, providing the installation does not interfere with work of other trades, the system functions as intended, the ampacity of the conductors is derated in accordance with the NEC, and none of the loads require a dedicated circuit or isolated ground. Indicate actual conduit routing and conductor arrangement on record drawings. Neutrals for circuits serving non -linear loads are considered a current carrying conductor. G. Lighting and general purpose 20-ampere branch circuits may share a common neutral, provided each branch circuit is derived from a different phase leg. Isolated ground circuits as well as circuits serving non -linear loads and those served with ground fault circuit breakers must have their own neutral or isolated ground. Branch circuits serving computers shall have a separate neutral for each circuit. Panelboards servings mostly computer loads shall have a double neutral feeder. H. "Home runs" are indicated on the Drawings with arrows from the branch circuit outlets pointing in the general direction of the panelboards to which they connect, complete with the panelboard and circuit designations. Continue "home runs" to the designated panelboards as though the conduit runs were shown in their entirety. PART 2 - PRODUCTS 2.01 PRODUCT REQUIREMENTS A. Furnish only new standard products of a manufacturer regularly engaged in the production of said products. B. Support all products by service organizations with adequate spare parts inventory and personnel located reasonably close to the site. C. Where multiple units of the same type or class of products are required, provide all units of the same manufacturer. 2.02 PRODUCT HANDLING A. Store products in the original containers and shelter in a suitable environment at an approved location. B. Make products readily accessible for inspections and inventory accounting. 2.03 PRODUCT SUBSTITUTIONS A. For products specified by generic reference standard, select any product meeting such standard. B. For products specified by naming one or more products or manufacturers, select any named. Submit request for substitution of any manufacturer not specifically named and obtain approval prior to bidding. C. Provide all information required to support claim of "equality" of product proposed for substitution. Substitutions will be considered only if equivalent in quality, efficiency, performance, size, weight, reliability, appearance, and ease of maintenance to the specified product or manufacturer. D. Where approved product substitutions alter the design, space requirements, electrical requirements, connections, cooling loads, or etc., include all work necessary to provide a DEMX ARCHITECTURE GENERAL ELECTRICAL REQUIREMENTS FAYETTEVILLE, AR 2601 00 -3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II complete installation of quality equal to or better than that which would have been achieved with products of manufacturers as specified. 2.04 PRODUCT APPLICATION A. Furnish products that are UL listed for their intended use and environment. For example, use only rain tight products suitable for wet locations when installed outdoors or where indicated on the Drawings to be weatherproof (WP). PART 3 - EXECUTION 3.01 MANUFACTURER'S DIRECTIONS A. Handle, install, connect, test, and operate all products, assemblies, and systems in accordance with manufacturer's recommendations. B. In case of conflicting requirements between the manufacturer's directions and the contract documents, obtain instructions before proceeding with the work. 3.02 INSPECTIONS A. Arrange with the Administrative Authority for inspections of all work required and obtain approval prior to concealing or proceeding with the work. B. Give adequate notice before concealing any work for inspections by the Owner's representatives. Obtain instructions to proceed before concealing the work. 3.03 CLEANING A. Keep the premises clean and free from debris, dirt, and etc. B. Upon completion of the work, clean and polish all fixtures, equipment, and etc. 3.04 WORKMANSHIP A. No person shall perform electrical work on the contract without possessing a Master or Journeyman License from the State Electrical Examiners Board. All electrical work and apprentice electricians shall be supervised by a Master or Journeyman Electrician on a one to one ratio. B. Perform all work in accordance with the best practices of the trade and provide a "neat" installation by technicians skilled in their respective trades and properly licensed C. Accurately install conduit, and other equipment plumb, level, and true to line with runs parallel or perpendicular to building lines. Make bends or offsets uniform. D. Carefully perform all cutting, drilling, digging, and etc., and patch or refinish the disturbed area to the condition of adjoining or similar surfaces in an approved manner. Do not cut any structural member without specific approval. Do not cut any electrical or mechanical lines that may be concealed. E. Conceal conduit in chases, furrings, or above ceilings unless indicated otherwise. Flush mount equipment where shown in finished walls where possible. 3.05 FLAME AND SMOKE CONSIDERATIONS A. In ducts or other enclosures used for transporting environmental air, including return air plenums above ceilings, use only products conforming to NFPA and UL composite classifications not exceeding 25 for flame spread and 50 for smoke developed ratings, or install in conduit or approved enclosure. This requirement applies to all materials including signal cable insulation jackets, finishes, and etc. B. Completely seal penetrations made through fire and/or smoke rated walls, ceilings, floors, or other barriers for the passage of conduit with a UL listed material to preserve the fire/smoke rating of the barrier. DEMX ARCHITECTURE GENERAL ELECTRICAL REQUIREMENTS FAYETTEVILLE, AR 2601 00 -4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 3.06 COORDINATION A. Coordinate the electrical work with the work of related trades to avoid interference. Determine the exact route of conduit prior to fabrication and the exact location of each outlet and equipment enclosure prior to installation. B. Study the Architectural, Structural, Mechanical and Electrical Drawings, and Specifications including Shop Drawings and manufacturer's technical data sheets, and compare to actual site conditions and constraints. In case of conflicts or interference, obtain clarification or instructions before performing any work. C. Piping or equipment requiring slope or specific mounting elevations will generally have right of way over conduit and other products whose elevations can be changed. D. Carefully plan the sequence of work as required to minimize disruptions and installation time. 3.07 EQUIPMENT CONNECTIONS A. Make all required electrical connections to each item of equipment shown or specified including equipment furnished by Owner, and make operational. 3.08 PROTECTION REQUIREMENTS A. Locate existing utility lines and adequately identify and protect during the execution of the work. B. Protect public and private property against damage. C. Protect all work including building finishes against damage due to dirt, water, chemicals, frost, heat, handling, theft, and etc. Keep openings in conduit and equipment closed with suitable plugs or caps during installation. D. Provide necessary warning devices, barricades, or coverings required for safety around exposed "live" parts or high temperature surfaces. 3.09 CHASES AND OPENINGS A. Provide templates or details for chases and other openings required through floors, walls, ceilings, and etc. to accommodate conduit. B. Provide any necessary cutting or drilling for required openings, and patch and refinish as directed. 3.10 PAINTING A. Painting shall be performed in accordance with the painting section of these specifications. B. Paint conduit, equipment, and etc. exposed in finished areas to match adjacent surfaces as directed. C. Paint conduit flat black, or as directed, if visible through grilles or other openings. D. Paint all exposed conduit and equipment on outside of building or in equipment rooms for uniform appearance or identification as directed. E. Paint plywood backboards used for mounting equipment prior to installing equipment. F. Touch-up scratches in factory finished surfaces with an approved paint to match the surface. 3.11 TESTING AND ADJUSTING A. Test the completed electrical systems and prove free from short circuits, poor connections, and improper grounding. B. Maintain on the premises a first class voltmeter, ammeter, milli -ohmmeter, and meggar insulation tester in proper calibration and provide test measurements as required. DEMX ARCHITECTURE GENERAL ELECTRICAL REQUIREMENTS FAYETTEVILLE, AR 2601 00 -5 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 1. Meggar all 600 volt rated wiring at 1000 volts minimum before applying power. Prove resistance in excess of 10 megohms. 2. Test metal conduit and grounds for continuity and prove resistance less than one ohm to farthest outlet from system ground. 3. Test system ground to earth per the NEC. C. Align, adjust, calibrate, and test all systems to assure safe and proper operation. D. Verify proper taps on motors and transformers for rated performance. 3.12 POST CONSTRUCTION SUBMITTALS A. Deliver special tools, and other products necessary for proper operation and maintenance of the electrical systems. B. Deliver spare parts as called for under other Electrical Sections contained herein or on the Drawings. C. Submit Project Record Documents indicating all changes from the Contract Documents made during construction. D. Submit Certificates of Final Inspections from the Administrative Authority. E. Submit Operation and Maintenance Manuals covering all phases of equipment and systems provided. Include complete spare parts data with current prices and sources of supply. Include copy of manufacturing data sheets and shop drawings required in pre -construction submittals. F. Submit extended warranties in excess of the standard one year warranty where required by other Electrical Sections contained herein or on the Drawings. G. Assemble all post construction documents for electrical system in 3-ring binder(s) with divider tabs labeled and properly indexed. Submit the number of sets and arranged as required by Architect. H. Submit all closeout documents in accordance with Division 1 of these specifications. 3.13 INSTRUCTIONS TO OWNER A. Provide competent instruction to Owner's personnel covering operation and maintenance of all electrical systems. Provide specialized instruction by manufacturer's technical representatives when required. 3.14 USE OF EQUIPMENT A. The contractor shall not use the permanent electrical system for construction activity except by special permission. B. If permitted, the contractor's use of any equipment shall not reduce warranty time specified for the equipment. C. If permitted, lamps, ballasts and other such items used during construction shall be replaced by the contractor prior to acceptance if used for more than 5% of their rated life. 3.15 GENERAL WARRANTY A. Warrant the electrical installation against defects in products and/or workmanship for a period of one (1) year from the date of substantial completion in accordance with architect's specifications. B. Provide all labor, replacement parts, services, transportation, and incidental costs necessary for the proper operation of all electrical systems during the warranty period. C. Make good any damage to the building or grounds or other equipment resulting from defects in products and/or workmanship during the warranty period. END OF SECTION DEMX ARCHITECTURE GENERAL ELECTRICAL REQUIREMENTS FAYETTEVILLE, AR 2601 00 -6 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II DEMX ARCHITECTURE GENERAL ELECTRICAL REQUIREMENTS FAYETTEVILLE, AR 2601 00 -7 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 26 05 26 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.01 WORK INCLUDED A. Equipment grounding and bonding B. System grounding C. Transformer secondary grounding 1.02 RELATED WORK A. Section 26 01 00 General Electrical Requirements B. Section 26 05 33 Boxes and Enclosures 1.03 SUBMITTALS A. Submit certified test report of grounding electrode resistance. PART 2 - PRODUCTS 2.01 GROUNDING ELECTRODES A. Provide 5/8 inch x 10 feet "copperweld" ground rods and accessories as required to achieve proper system ground. 2.02 GROUNDING WIRES A. Provide insulated grounding conductors and jumpers sized in accordance with the NEC but no smaller than #12 AWG. Identify with continuous green insulation or with green tape at each termination. PART 3 - EXECUTION 3.01 INSTALLATION A. Bond the entire metal raceway system including conduit, boxes, enclosures, equipment frames, motor housings, and etc. System to be mechanically and electrically continuous throughout installation. B. Bond grounding conductor to conduit at the entrance and exit from that conduit containing only the grounding conductor. C. Install grounding jumper from connector bushings to equipment grounding bars. Bond grounding bars and lugs to housing, except where an isolated ground is indicated. D. Install separate grounding conductor in all raceway systems. E. Bond the grounding wires to each box and enclosure through which they pass, except where an isolated ground is indicated. F. Where an isolated grounding (IG) system is indicated, maintain electrical isolation between the grounding conductors and the metal raceway system from the grounding terminals of IG receptacles back to the system grounding point. G. Install grounding electrode in accordance with the NEC. Prior to connecting to system, measure ground resistance under "normal dry weather" conditions. If the electrode to ground resistance is not less than 25 ohms, install additional grounding electrode as required by the NEC. H. Establish the system ground (grounding bar) at the service entrance. Bond this bar to all of the following: 1. Metal raceway system. 2. Grounding conductors, including those for isolated grounding systems. DEMX ARCHITECTURE GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS FAYETTEVILLE, AR 26 05 26 -1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 3. The service entrance neutral conductor. Keep neutral conductors isolated from ground throughout electrical system except at the system ground. 4. The grounding electrode. 5. Domestic water service pipe. Provide grounding jumper across water meter connections. 6. The building steel including steel reinforcing in concrete foundations and steel frames as applicable. 7. Interior metal gas piping. Ground neutrals derived from dry -type transformers to building steel or domestic cold water pipe in accordance with the NEC, and bond to the metal raceway system. Keep neutral conductors isolated from ground throughout the transformer's secondary distribution system except at the derived source. END OF SECTION DEMX ARCHITECTURE GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS FAYETTEVILLE, AR 26 05 26 -2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 26 05 31 RACEWAYS PART 1 - GENERAL 1.01 WORK INCLUDED A. Conduit and fittings B. Wireways C. Sleeves D. Seals 1.02 RELATED WORK A. Section 26 01 00 General Electrical Requirements B. Section 26 05 32 Wires and Cables C. Section 26 05 51 Supporting Devices D. Section 26 05 53 Electrical Identification 1.03 SUBMITTALS A. Submit Manufacturer's data sheets on each manufactured assembly such as special fittings, modular seals, fire -stop material, and etc. 1.04 QUALITY ASSURANCE A. Use only materials that are UL listed for the application and that bear the UL label. PART 2 - PRODUCTS 2.01 CONDUIT AND FITTINGS A. Rigid Metal Conduit (RMC): 1. Heavy wall steel pipe, hot dipped galvanized inside and out, and with ends factory threaded prior to galvanizing (except at terminations). 2. Use only steel or malleable iron fittings. 3. Use box connectors with "biting" type locknuts. Use insulated bushings where wire is larger than #8 AWG. Provide approved watertight hubs in wet locations. 4. Use threaded couplings or approved unions. 5. Use factory elbows, long sweep where possible. Provide watertight' LB" fittings with gasketed covers where required. B. Electrical Metallic Tubing (EMT) (the term "conduit" also applies to EMT): 1. Zinc electroplated inside and out, and with threadless ends. 2. Use set screw type fittings where concealed in walls, ceilings, etc., and use watertight and concrete tight gland and ring compression fittings where exposed or in concrete. 3. Use box connectors with "biting" type locknuts. Use insulated bushings where wire is larger than #8 AWG. C. Non-metallic Conduit (NMC): 1. Schedule 40 polyvinyl chloride (PVC) electrical conduit with smooth straight ends. 2. Use couplings and connectors of same material as conduit, and joined with solvent -cement specifically manufactured for the purpose. 3. Use only RMC or IMC elbows with PVC-NMC adapters. PVC-NMC elbows are not acceptable unless specifically allowed on the Drawings. 4. Use PVC-NMC box connectors only where allowed, such as for floor boxes. D. Liquidtight Flexible Metal Conduit (LFMC): 1. Electroplated steel tubing with extruded PVC jacket equal to "sealtight." DEMX ARCHITECTURE RACEWAYS FAYETTEVILLE, AR 26 05 31 -1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 2. Use steel or malleable iron LFMC box connectors with insulated throats and a threaded grounding cone. F. Flexible Metal Conduit (FMC): 1. Electroplated steel tubing equal to "Greenfield." 2. Use steel or malleable iron FMC box connectors with insulated throats and of type that threads into conduit convolutions. G. Rigid Aluminum Conduit (RAC) 1. Heavy wall aluminum pipe with factory threaded ends. 2. Conduit and fittings shall comply with ANSI C80.5 3. Use factory elbows, long sweep where possible 2.02 WIREWAYS A. Provide wireways properly sized to accommodate the conductors or as shown on the Drawings. B. Provide wireways of code gauge steel with baked enamel finish. Furnish all necessary hardware and accessories. 2.03 SLEEVES A. Provide Schedule 40 galvanized steel pipe sleeves sized to accommodate the outside dimension of conduit. B. Provide integral waterstop collar on sleeves in outside walls. 2.04 SEALS A. Where conduit penetrates roof membrane, provide flashing assembly or pitch pan as recommended by roofing manufacturer. B. Where conduit penetrates outside walls, make watertight with approved sealant or provide modular rubber seal designed for the purpose. C. Use conduit sealing compound equal to "Ductseal" or use approved modular sealing fittings to seal between conductors and conduit where conduit passes from warm to cold spaces, as well as from the outside. D. Use 3M "Fire Barrier" or non -shrinking grout to seal between the conduit and sleeve through fire/smoke barriers. PART 3 - EXECUTION 3.01 CONDUIT APPLICATIONS: A. Use RMC for the following applications: 1. Above grade and exposed outdoors 2. Wet locations 3. Risers from under slab or underground, including underground elbows 4. Locations subject to mechanical injury. B. Use EMT for above ground, inside, dry locations not subject to mechanical injury. C. Use NMC for underground or under slab only. D. Use LFMC for the final connection to motors, transformers and other adjustable or vibrating equipment exposed in finished areas or installed in wet or damp locations. E. Use FMC for the final connection to adjustable or vibrating equipment in dry, unfinished locations and to lighting fixtures and any other equipment in lay -in ceilings. Maximum length of any runs shall be six (6) feet except by special permission. 3.02 INSTALLATION A. Size raceways for the number, AWG, and type of conductors to be installed therein in accordance with the NEC, but no smaller than 3/4" for homeruns and'/z" for branches. DEMX ARCHITECTURE RACEWAYS FAYETTEVILLE, AR 26 05 31 -2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II B. Install conduit in standard 10 foot lengths except where a shorter section is required. Make required field cuts square and ream until all burrs are removed. Field cut threads required for RMC shall be coated with a high zinc dust content galvanizing repair compound with high electrical conductivity. C. Make field bends in EMT with an approved bending machine or device, and make free from kinks, dents, or flattened surfaces. Field bends in RMC are not allowed. Do not exceed 90° in any individual bend nor exceed 360° of total bends or elbows in any one conduit run. D. Maintain at least 6 inches clearance between conduit and hot piping or equipment. E. Where conduit crosses a building expansion joint, provide a junction box on each side of the joint and connect with a slack section of FMC, or provide approved expansion fitting with integral ground jumper. F. The diameter of conduit installed in structural slabs shall not exceed 20% of the thickness of the slab, and shall be installed as close to the center plane of the slab as possible. G. Provide sleeves for conduit through masonry or concrete walls, foundation walls, or concrete beams prior to laying up or pouring. Make wall sleeves flush with wall. H. Provide sleeves for conduit through structural slabs above grade prior to pouring. Make floor sleeves extend one inch above floor and seal watertight. For core drilled penetrations in existing floors, provide one inch angle rings or escutcheons set in sealant in lieu of floor sleeves. I. Where outlets serving different rooms are mounted back-to-back or side -by -side in the same wall, sound insulate the boxes from each other with batt insulation. If the boxes are connected to each other through conduit, seal the conduit (after wiring) with "Ductseal." J. The Drawings indicate diagramatically branch circuits and feeders required. Install conduit runs to accommodate the wiring requirements. 3.03 EMPTY CONDUIT SYSTEMS A. Where indicated on the Drawings, provide empty conduit of types as specified herein for future installation of wire or cable. B. Leave fish wire or rope in conduit with proper labels attached. END OF SECTION DEMX ARCHITECTURE RACEWAYS FAYETTEVILLE, AR 26 05 31 -3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 26 05 32 WIRES AND CABLES PART 1 - GENERAL 1.01 WORK INCLUDED A. Power wiring and connectors, 600 volts or less B. Control and signal wiring and connectors C. Miscellaneous materials 1.02 RELATED WORK A. Section 26 01 00 General Electrical Requirements B. Section 26 05 31 RACEWAYS C. Section 26 05 51 Supporting Devices D. Section 26 05 53 Electrical Identification 1.03 SUBMITTALS A. Submit Manufacturers data sheets for fixture whips and for each type of wiring connector proposed for use. PART 2 - PRODUCTS 41]E9NITI44:lTA1:11►[rL1►INZd0]►I►1X0to] :1! A. For service entrance, feeders and branch circuits, use single conductor annealed copper with 600-volt code type THHN insulation for above ground dry locations and dual rated THHN/THWN insulation for wet locations or underground or under slab locations unless noted otherwise. B. For lighting fixture whips, it is permissible to use code type MC cable with copper conductors and metal jacket with wire gauge and type complying with the NEC for fixture wire. Maximum length of fixture whips shall be 6 feet and shall include integral green insulated grounding conductor. C. Minimum wire size is #12 AWG except for fixture whips. Where developed distance from panelboard to first outlet exceeds the following, increase minimum size to #10 AWG. 1. 65 ft. for 120 volt circuits 2. 115 ft. for 208-240 volt circuits 3. 150 ft. for 277 volt circuits 4. 265 ft. for 480 volt circuits D. #12 and #10 AWG wire used for lighting, receptacles, and other non -vibrating equipment may be solid conductor. All other wiring including wiring connecting to motors, transformers, and special grounding systems shall be stranded conductor. E. Make splices required in #12 and #10 AWG wire with insulated "Scotchlok" connectors. F. Make splices in all wire #8 AWG or larger with approved crimp -on or bolted pressure connectors with snap -on or bolt -on insulated caps. G. The voltage and temperature ratings of the connector insulator shall be at least equal to that required of the conductor insulation. H. Furnish wire with color coding conforming to the following: Conductor 250V or Less 480V/277V Phase A Black Brown Phase B Red Orange Phase C Blue Yellow Neutral White Gray Ground Green Green DEMX ARCHITECTURE WIRES AND CABLES FAYETTEVILLE, AR 26 05 32 -1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II Color coding may be solid or striped -colored insulation. Colored plastic tape may be used at terminations on #8 AWG and larger conductors with black insulation. 2.02 CONTROL AND SIGNAL WIRING AND CONNECTORS A. Use stranded annealed copper conductors with insulation suitable for the purpose. B. For applications, 50 volts and greater, use #14 AWG minimum size conductor with 600 volt insulation and approved for the application. C. For power limited wiring and less than 50 volts, use #18 AWG minimum size conductor except for multi -conductor cable recommended or required by the system manufacturer. D. For power limited wiring in air plenums, use type CLIP, CMP or FPLR if not in conduit for signal, communication, or fire alarm, respectively. E. For power limited wiring not in air plenums or installed in conduit and used for fire alarm and detection systems, use type FPL. F. Make splices required in #14 through #10 AWG wire with insulated "Scotchlok" connectors. G. Make splices required in #16 AWG and smaller wire with insulated crimp -on terminals screw connected to numbered terminal strips, or use approved cable connectors. H. Provide RG-6 coax cable with type "F' connectors for TV cable where shown. 2.03 MISCELLANEOUS MATERIALS A. Where required, use wire lubricating compound suitable for the wire insulation and conduit and that does not harden nor become adhesive. Do not use on wiring for isolated power systems. B. Use plastic tape that is flame retardant and cold and weather resistant equal to Scotch #33. PART 3 - EXECUTION 3.01 INSTALLATION A. Thoroughly clean conduit prior to pulling -in wires. Do not install wire until the raceway can be maintained in a dry condition. B. Use non-metallic pulling ropes attached to the conductors by means of woven basket grips or pulling eyes. Pull all conductors for a conduit run in together in such a manner as to avoid damage to the conductors, insulation, or conduit. C. Neatly trim and nest multiple conductors and cables in boxes and enclosures and hold in place with "tie -wraps." Where conductors terminate in panelboards, arrange conductors to be perpendicular or parallel to circuit breaker line-up. D. Make splices and terminations mechanically and electrically secure. Splices shall only be made in a suitable accessible junction box. E. Where multiple paralleled conductor make -ups are indicated on the Drawings for large feeders, the conductors shall be identical in length, gauge, code type, and etc., and shall be terminated exactly alike. END OF SECTION DEMX ARCHITECTURE WIRES AND CABLES FAYETTEVILLE, AR 26 05 32 -2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 26 05 33 BOXES AND ENCLOSURES PART 1 - GENERAL 1.01 WORK INCLUDED A. Junction and pull boxes B. Outlet boxes C. Enclosures 1.02 RELATED WORK A. Section 26 01 00 General Electrical Requirements B. Section 26 05 32 Wires and Cables C. Section 26 05 51 Supporting Devices D. Section 26 05 53 Electrical Identification 1.03 SUBMITTALS A. Submit Manufacturer's data sheets on special enclosures. PART 2 - PRODUCTS 2.01 JUNCTION AND PULL BOXES A. In dry locations, provide boxes of code gauge steel with galvanized or baked enamel finish and with bolted or screw attached covers. B. In damp or wet locations, provide cast metal type FS or FD boxes with gasketed covers. For underground locations, provide Quazite composition type boxes with watertight gasketed covers. 2.02 OUTLET BOXES A. In dry locations, provide outlet boxes of code gauge galvanized steel. Install concealed outlet boxes so that work is flush with finished surfaces with no gaps. B. In unplastered masonry walls, use 3 1/2" deep solid or sectional type boxes with square corners. C. For empty conduit system outlets, provide 4" square boxes with single gang adapter ring unless noted otherwise. D. For surface mounted lighting fixtures and equipment, provide 4" octagonal boxes with rings except where smaller boxes are required for fixtures or equipment. E. Provide Hubbell PFBRG boxes for floor outlets. Furnish with flush bronze cover with flip lids or concentric plugs as applicable. Provide type of cover compatible with floor finish. F. Provide galvanized extension rings, plaster rings, fixture studs, and etc. as required by conditions. G. In damp or wet locations, provide cast metal type FS or FD boxes with gasketed covers and watertight flip lids as required by device. 2.03 ENCLOSURES A. Provide code gauge steel enclosures with baked enamel finish as manufactured by Hoffman to facilitate the installation of multiple components such as small motor starters, contactors, equipment controls, and etc. B. Furnish with hinged door and captive fasteners. PART 3 - EXECUTION DEMX ARCHITECTURE BOXES AND ENCLOSURES FAYETTEVILLE, AR 26 05 33 -1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 3.01 INSTALLATION A. Properly size boxes in accordance with the NEC to accommodate the number and size of conductors and conduits entering the boxes. B. Size enclosures to adequately accommodate the equipment with space for wiring and maintenance. C. Provide junction or pull boxes to facilitate pulling or splicing of conductors so that no one conduit run will exceed the allowable bends of 360°. D. Outlet boxes installed in structural slabs shall be of the proper depth to avoid bends in conduit from the center plane of the slab. E. All boxes shall be accessible at all times. Provide approved access panels where required to maintain accessibility. F. Close any unused knockouts or openings in boxes or enclosures with suitable caps or covers. G. Wall switch boxes for room lights and other devices shall be installed within 8 inches of door jamb except by special permission. END OF SECTION DEMX ARCHITECTURE BOXES AND ENCLOSURES FAYETTEVILLE, AR 26 05 33 -2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 26 05 34 WIRING DEVICES PART 1 - GENERAL 1.01 WORK INCLUDED A. Wall switches B. Receptacles C. Cover plates D. Power poles E. Lighting controls 1.02 RELATED WORK A. Section 26 01 00 General Electrical Requirements B. Section 26 05 32 Wires and Cables C. Section 26 05 51 Supporting Devices D. Section 26 05 53 Electrical Identification 1.03 SUBMITTALS A. Submit Manufacturer's data sheets on each type of device proposed for use. PART 2 - PRODUCTS 2.01 WALL SWITCHES A. Provide single pole, double pole, three way, four way, pilot light, and etc., toggle or key operated as indicated on the Drawings. B. Furnish switches of the mechanically silent type rated for 120/277 volts, 20 amperes, with fluorescent or incandescent loads. Use high capacity silver alloy for switch contacts. C. The color of switch handles shall be as directed by the Architect. D. Furnish switches equal to Hubbell Specification Grade Series HBL122 switches with screw terminals and an approved grounding device. 2.02 RECEPTACLES A. For general use convenience receptacles, use NEMA 5-20R, back and side wire, equal to Hubbell Specification Grade Series HBL 5352 for duplex and HBL 5251 which is a NEMA 5- 1511 for simplex receptacle. B. For ground fault circuit interrupter (GFCI) receptacles, use NEMA 5-20R, back and side wired with test and reset push buttons. Set trip point at 5 ma fault current. Furnish device equal to Hubbell specification Grade Series GF 5362. C. Where hospital grade receptacles are indicated, use NEMA 5-20R, with back wired terminals and a steel central support plate across the face. Identify all hospital grade receptacles with a green dot on the face and UL labeled as such. Provide Arrow Hart Series 8300. D. Where safety type receptacles are indicated, use NEMA 5-15R, with back wired terminals and a mechanical interlock device to prevent inserting object into only one terminal. Furnish device equal to Arrow Hart TR82. E. Where isolated ground receptacles are indicated, use NEMA 5-20R with ground terminal isolated from mounting plate. Identify isolated ground receptacles with an orange triangle on the face and UL labeled as such. Furnish device equal to Hubbell Series IG 5362. F. Where clock hanger outlets are indicated, use NEMA 5-1511 Specification Grade equal to Hubbell Series HBL 5235. G. For special purpose receptacles for appliances or other equipment, provide NEMA type compatible with plug configuration of appliance. Furnish Specification Grade or better. DEMX ARCHITECTURE WIRING DEVICES FAYETTEVILLE, AR 26 05 34 -1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II H. The color of receptacle face plates shall be as directed by the Architect unless shown otherwise. Furnish emergency power receptacles with red face plates. 2.03 COVER PLATES A. Furnish cover plates equal to Leviton 860 Series plastic of color to match device face unless shown otherwise or Leviton 840 series in 302 stainless steel where indicated. Nylon cover plates will not be allowed. B. Gang groups of wall switches and/or receptacles installed in multi -gang boxes under one continuous cover. Wall dimmer switches shall not be ganged unless otherwise indicated on drawings. C. For outdoor or other wet location receptacles subject to long term or permanent continuous unattended use, provide weatherproof enclosure, the integrity of which is not compromised when the attachment plug is inserted, per NEC 410-57 (b). Cover shall be equal to Carlon E91J Series. PART 3 - EXECUTION 3.01 INSTALLATION A. Adjust switches and receptacles to mount flush and plumb. B. Provide cover plates that fit the devices securely and completely cover wall openings. Properly fill and patch oversized wall openings. For outdoor receptacles, provide covers with orientation to match receptacle installation, i.e., vertical covers for vertical receptacles and horizontal covers for horizontal receptacles. C. Properly identify red emergency power receptacles with plastic nameplates or directly engraved in the red cover plate. Identify with the letters "EMERGENCY" and the "panelboard and circuit number" supplying them. D. For outlets of empty conduit systems such as telephone, television, computer terminals, and etc., provide cover plates compatible with outlet and cable/connector to be installed. Provide blank cover plates on all unused outlets. END OF SECTION DEMX ARCHITECTURE WIRING DEVICES FAYETTEVILLE, AR 26 05 34 -2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 26 05 51 SUPPORTING DEVICES PART 1 - GENERAL 1.01 WORK INCLUDED A. Anchors B. Hangers and supports C. Plywood backboards D. Concrete bases 1.02 RELATED WORK A. Section 26 01 00 General Electrical Requirements B. Section 26 05 32 Wires and Cables C. Section 26 05 51 Supporting Devices D. Section 26 05 53 Electrical Identification 1.03 SUBMITTALS A. Submit for approval Contractor's shop drawings indicating shape and dimensions of plywood backboards and concrete bases when necessary for clarity and coordination with other trades. PART 2 - PRODUCTS 2.01 ANCHORS A. Size anchors for minimum safety factor of two times recommended load. Use only corrosion resistant materials. B. In new concrete, use malleable iron inserts set prior to pouring concrete. C. In existing concrete or solid masonry, use Phillips "Redhead" expansion shields or Elcen self - drilling expansion shields. Use power driven fasteners only for light loads and with specific approval. D. In hollow masonry, use steel toggle bolts. E. On structural steel, use approved beam clamps or direct weld. F. In wood, use wood screws or lag screws or through -bolt with nuts and washers. G. In sheet metal, use self tapping sheet metal screws or machine bolts with washers and nuts. H. In bar joists, use threaded hanger rod between bottom angles secured with washers and nuts. 2.02 HANGERS AND SUPPORTS A. For multiple conduit runs, use trapeze hangers consisting of P-1000 "Unistrut" channels with pipe clamps and steel hanger rods where suspended. Anchor "Unistrut" to wall where multiple runs are wall mounted. B. Support individual conduits with malleable iron one -hole conduit clamps, steel two -hole pipe straps, or split ring steel conduit clamps. Wire, perforated iron strap, or steel one -hole clamps will not be acceptable. C. For free standing boxes and enclosures, provide steel angle frame constructed to prevent any strain on conduits entering box. D. Support conduit through floors with steel riser clamps E. Support conduit on flat roofs with 4"x4"x2' redwood blocks with steel straps loosely clamped to conduit, or a pipe supporting assembly approved by the roofing manufacturer. F. Support outlet boxes occurring in lay -in ceilings with approved bar hangers clamped to ceiling grid to prevent any weight from bearing on ceiling tile. DEMX ARCHITECTURE SUPPORTING DEVICES FAYETTEVILLE, AR 26 05 51 -1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II G. Where hospital grade receptacles or multi -gang outlet boxes occur in metal stud walls, provide "caddy bar" hanger spanned between studs with each outlet box securely bolted to bar hanger. Single outlet boxes may be attached to the steel stud with approved spring steel brackets. H. Support lighting fixtures and other equipment located in lay -in ceilings with #12 gauge galvanized steel hanger wire attached to all four (4) corners of fixture. I. Support conductors in vertical raceways with approved split -wedge type cable supports. Support multiple conductors with approved cable clamps and "tie -wraps." J. Where called for on the drawings, provide communications cable supports equal to B-line 4" cable hooks with quick latch retainers. 2.03 PLYWOOD BACKBOARDS A. Use softwood plywood conforming to PS-1 of the American Plywood Association for the intended application. Generally, provide 3/4" thickness for backboards. 2.04 CONCRETE BASES A. Provide concrete bases for floor mounted equipment indicated on the Drawings and all exterior equipment mounted on grade. Use proper cement/sand mix to achieve strength of 3000 psi after 28 days. B. Provide steel reinforcing bars as required and provide properties and support during pouring. C. Provide properly sized anchor bolts held in position with templates. Where anchor bolts cannot be held in sufficient alignment, provide adjustable bolts in pipe sleeves. PART 3 - EXECUTION 3.01 INSTALLATION A. Install anchors in accordance with manufacturer's recommendations but sized to accommodate at least twice the actual load. Oversized holes that may weaken the installation will not be acceptable. B. Support all boxes and equipment enclosures directly by the building structure independently of the conduit. C. Support conduit independently by the building structure at intervals complying with the NEC. Do not support conduit from piping, ductwork, or suspended ceiling hangers. D. Support conduit without sagging to provide drainage of condensation. E. Permanently and securely support conduit, boxes, and enclosures before installing any wiring. F. Provide plywood backboards for all equipment mounted to masonry or concrete walls. Provide backboards for any type wall for installation of multiple enclosures or products such as contactors, timers, motor starters, automatic controls, telephone equipment, and etc. Generally, size backboards to accommodate the equipment plus a 3" border on all sides. G. Establish sizes of concrete bases required to accommodate equipment. Generally, make bases extend 3" larger than equipment on all sides. Prior to pouring on existing slab, set steel re -bar dowels in holes drilled in existing slab for proper anchorage of base. Install near each corner and at other intervals not to exceed 24 inches. Trowel finish and rub smooth. Form edges with 3/4" chamfer. END OF SECTION DEMX ARCHITECTURE SUPPORTING DEVICES FAYETTEVILLE, AR 26 05 51 -2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 26 05 53 ELECTRICAL IDENTIFICATION PART 1 - GENERAL 1.01 WORK INCLUDED A. Equipment nameplates B. Name tags C. Circuit directories D. Utility marker tape E. Self -adhering labels F. Wire markers 1.02 RELATED WORK A. Section 26 01 00 General Electrical Requirements 1.03 SUBMITTALS A. Submit for approval, Manufacturer's data sheets on each manufactured identifying device. B. Submit for approval, a schedule of nameplates to be affixed to each item. 1.04 QUALITY ASSURANCE A. Approved manufacturers are Seton and Brady. PART 2 - PRODUCTS 2.01 NAMEPLATES A. Identify each major component and controller (except light switches) as it is named on the Drawings with engraved nameplates made from laminated plastic sheets equal to Seton Style 2060. 1. Furnish with white letters on black background except for other color coded requirements. 2. Provide appropriate size nameplates with information easily readable. Generally, furnish 3/4" high nameplates with 3/8" letters for major equipment such as switchboards, panelboards, transformers; and 1/2" high nameplates with 1/4" letters for minor equipment such as disconnect switches, contactors, starters, emergency power receptacles and etc. B. Identify entry location of each underground utility by providing an engraved brass nameplate equal to Seton Style EBS permanently attached on the outside wall directly above conduit where it enters building. 1. Furnish 1 " high nameplate of .025" or greater thickness. 2. Indicate the type of utility such as "electric service entrance" or "telephone service entrance." 2.02 NAMETAGS A. Identify each outlet box of empty conduit system by affixing a write -on vinyl name tag equal to Seton Style PTOB to each end of pull wire installed in each conduit. Indicate purpose of empty outlet box such as "telephone" with location of pull wire termination such as "main terminal board." B. Identify conductors terminated in junction box or outlet box intended for future connection. Provide write -on vinyl name tags indicating panelboard and circuit number or location of source. DEMX ARCHITECTURE ELECTRICAL IDENDIFICATION FAYETTEVILLE, AR 26 05 53 -1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 2.03 CIRCUIT DIRECTORIES A. Fill out circuit directory cards for cardholder slots inside panelboard doors. Provide typewritten directory indicating function and location served for each circuit used. B. Identify undesignated spare circuit breakers by writing the word "spare" in soft pencil in the blank for that circuit number. Leave blank the description line for uninstalled circuit breakers (spaces). C. Identify circuits feeding battery backup emergency or exit lighting fixtures. 2.04 UTILITY MARKER TAPE A. For all conduit or direct burial cable installed underground and outside of building, provide continuous plastic tape directly above underground services. B. Provide orange or red tape with contrasting letters at regular intervals equal to Seton No. 210 Series. C. For multiple underground conduit runs, provide two strips of marking tape; one over each outside conduit. 2.05 LABELS A. Identify each junction box and conduit exposed in equipment rooms or accessible above lay -in ceilings or behind access doors with permanent self -adhering orange labels equal to Seton "Opti-Code." B. Indicate voltage class such as 120/208 volts" or the type of signal cable installed therein such as "telephone." 2.06 WIRE MARKERS A. Provide permanent self-adhesive wire markers on each conductor in panelboards or other equipment enclosures. B. Indicate the circuit number or terminal number to which the wire is connected. PART 3 - EXECUTION 3.01 INSTALLATION A. Attach nameplates with approved adhesive on plastic surfaces and factory baked enameled surfaces only. Attach nameplates with proper screws on all other surfaces. B. Where shown, identify emergency system receptacles as to panelboard and circuit number supplying them. C. Install nameplates identifying utility service entrance 6" above finished grade. D. Attach name tags to pull wires or conductors with nylon cord or other approved method. E. Install typewritten circuit directories in appropriate card slots. F. Install continuous strip of utility marker tape 12" above conduit or direct burial cable it is identifying. Do not backfill to grade until tape installation is approved. G. Install identifying labels on conduit where it enters or leaves a wall or floor and at other intervals not to exceed 20 feet. H. Install wire markers so that information is easily visible. END OF SECTION DEMX ARCHITECTURE ELECTRICAL IDENDIFICATION FAYETTEVILLE, AR 26 05 53 -2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 26 18 13 DISCONNECT SWITCHES PART 1 - GENERAL 1.01 WORK INCLUDED A. Fused and non -fused disconnect switches 1.02 RELATED WORK A. Section 26 01 00 General Electrical Requirements B. Section 26 05 32 Wires and Cables C. Section 26 05 51 Supporting Devices D. Section 26 05 53 Electrical Identification 1.03 SUBMITTALS A. Submit Manufacturer's data sheets on each type of disconnect switch proposed for use. PART 2 - PRODUCTS 2.01 DISCONNECT SWITCHES A. For applications requiring 30-1200 amperes rating or for any two or three pole application, provide NEMA type "HD" (heavy duty) horsepower rated disconnects with enclosures suitable for the applications, such as NEMA 313 for outdoor installations. 1. Provide interlock to prevent door operating with switch in "ON" position. 2. Furnish with grounding block. 3. Provide for padlocking switch in "OFF" position. 4. Furnish with terminals UL listed for 75°C wires. 5. Provide Class R, J, or L fuse provisions as applicable for fusible switches. Provide feature to reject Class H fuses. 6. Furnish with factory baked enamel finish. B. For fractional horsepower 120 volt motors with integral overload protection, as well as other 120 volt equipment protected at 20 amperes or less, use specification grade single pole switch in outlet box with minimum ratings as follows: 1. Horsepower rated for one horsepower 2. 120/277 AC volts 3. 20 amperes PART 3 - EXECUTION 3.01 INSTALLATION A. Provide disconnect switch for each fixed appliance or motor load indicated on the Drawings or required by the NEC. Install switch in sight of and within 50 feet maximum of equipment it serves. B. Install 20 ampere rated switches with center 4 feet above floor. END OF SECTION DEMX ARCHITECTURE DISCONNECT SWITCHES FAYETTEVILLE, AR 26 18 13 -1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 26 2413 CIRCUIT BREAKER DISTRIBUTION PANELS PART 1 -GENERAL 1.01 WORK INCLUDED A. Distribution panelboards rated 225 through 1200 amperes. B. Circuit breakers and accessories. 1.02 RELATED WORK A. Section 26 01 00 Electrical Requirements B. Section 26 05 51 Supporting Devices C. Section 26 05 53 Electrical Identification D. Section 26 05 26 Grounding 1.03 SUBMITTALS A. Submit Manufacturer's data sheets for each panelboard and each type of circuit breaker proposed for use. Submit schedule of engraved name plates and panelboard circuit directories. 1.04 QUALITY ASSURANCE A. Approved Manufacturer's are Square D, Siemens, G.E and Cutler -Hammer for comparable and competitive product lines as applicable. Additions to existing panelboards shall be made with circuit breakers and accessories from the same manufacturer as the existing panelboard. PART 2 - PRODUCTS 2.01 PANELBOARDS A. Furnish with distributed phase sequence type bussing with approved plating. Provide circuit breaker connections as scheduled on the Drawings. B. Furnish with wiring terminals UL listed for 75°C and for copper wire. C. Enclose bus assembly in galvanized steel cabinet of required gauge and gutter sizes. D. Provide "dead front" construction of code gauge steel with flush doors, concealed hinges, and flush cylinder tumbler -type locks. Key all panelboard locks in the building alike and also key like any existing panelboards where possible. E. Provide fronts of same size as the cabinets. F. Provide solid neutral terminal block that is isolated from the cabinet unless used for a service entrance panelboard. G. Provide a grounding terminal block that is bonded to the cabinet plus an additional isolated block if used for an isolated grounded panelboard. H. Furnish panelboards with either a main circuit breaker (MCB) or main lugs only (MLO) as scheduled on the Drawings. I. Provide molded case circuit breakers of quick -make, quick -break, thermal -magnetic type with trip indication and common trip on all multi -pole breakers. J. Provide UL listed HACR type circuit breakers for HVAC equipment marked for use with HACR type circuit breakers. K. Where shown, provide shunt trip type circuit breakers with coil clearing contacts and auxiliary relays as required. L. Rate each panelboard in accordance with UL Standard 67 for the integrated equipment short circuit rating indicated on the panel schedules. Where MLO is provided, each branch breaker shall have the required interrupting capacity (AIC). MCB may be provided with DEMX ARCHITECTURE CIRCUIT BREAKER DISTRIBUTION PANELS FAYETTEVILLE, AR 26 24 13 -1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II lower rated AIC branch breakers as long as the UL recognized and tested combinations of the series connected interrupting ratings meet the required integrated equipment short circuit rating indicated on the panel schedules. M. Panelboards shall be equal to Square D type I -Line with circuit breaker types compatible with mounting arrangement, trip ratings, interrupting capacity, and etc. PART 3 - EXECUTION 3.01 INSTALLATION A. Where floor mounted, mount panelboards on concrete housekeeping pad. B. Support and identify as specified in "Related Work", Paragraph 1.02 contained herein. END OF SECTION DEMX ARCHITECTURE CIRCUIT BREAKER DISTRIBUTION PANELS FAYETTEVILLE, AR 26 24 13 -2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II SECTION 26 50 00 LIGHTING PART 1 - GENERAL 1.01 WORK INCLUDED A. Work under this section includes furnishing and installing the following: 1. Interior and exterior lighting fixtures with lamps, ballasts, accessories and mounting hardware. 2. Exit signs and emergency lighting units with lamps, battery including automatic charger, controls, accessories and mounting hardware. 3. Exterior fixture poles including mast arms, brackets, anchor bolts, concrete bases, accessories and mounting hardware. B. The term "fixture" in this section shall pertain to lighting fixtures or luminaires. 1.02 RELATED WORK A. Section 26 01 00 General Electrical Requirements B. Section 26 05 31 Raceways C. Section 26 05 32 Wires and Cables D. Section 26 05 51 Supporting Devices for Electrical Systems 1.03 SUBMITTALS A. Submit manufacturer's product data sheets on each fixture scheduled, arranged in order of fixture designation complete with the following: 1. Description of fixture including dimensions, materials, finishes and verification of indicated parameters. State total connected fixture watts and power factor. 2. Ballast manufacturer and model including electrical and energy efficiency data. 3. Lamp manufacturer and model number with ANSI code including rated watts, lumens, lamp life and color temperature. 4. Photometric data of fixture assembly with lamp/ballast combination as specified. B. Submit schedule of extra materials as required in paragraph 1.06 below including quantities of each type to be furnished to the owner upon substantial completion. 1.04 QUALITY ASSURANCE A. All fixtures shall be listed and labeled as defined in article 100 of the NEC by a testing agency acceptable to the authorities having jurisdiction and marked for its intended use. Fixtures installed in damp or wet locations shall be listed and labeled as such. B. The manufacturer shall have a qualified responsive service organization with a proven record of successful in-service performance and contractor support during installation and warranty period. 1.05 SPECIAL WARRANTY A. Submit a warranty, mutually executed by manufacturer and installer agreeing to replace defective materials or workmanship within five (5) years from date of substantial completion for the items specified below. This warranty is in addition to, and not a limitation of other rights and remedies the owner may have under the Contract Documents. 1. Electronic ballasts 2. Rechargeable batteries 3. Metal parts exhibiting corrosion 4. Metal or plastic parts exhibiting color fading, staining, cracking or peeling. DEMX ARCHITECTURE LIGHTING FAYETTEVILLE, AR 26 50 00 -1 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II B. Replace any and all lamps, ballasts and fuses that fail within twelve (12) months from date of substantial completion. This is in addition to the stock of "Extra Materials" described below. 1.06 EXTRA MATERIALS A. Furnish and deliver to the Owner extra materials matching the installed products as described below, packaged for storage and properly labeled describing contents. Furnish at least one of each type and rating. 1. Lamps: 5 for each 100 of each type and rating installed. 2. Ballasts: 1 for each 100 of each type and rating installed. 3. Glass or plastic lenses and covers: 1 for each 100 of each type and rating installed. PART 2 - PRODUCTS 2.01 FIXTURES AND COMPONENTS A. Comply with the following UL Standards as applicable: 1. UL 8750 LED Lighting Fixtures 2. UL 1572, High Intensity Discharge Lighting Fixtures 3. UL 1571, Incandescent Lighting Fixtures 4. UL 1574, Track Lighting Systems B. Fixtures shall be furnished with all mounting and suspension accessories, brackets, covers and hardware for a complete operating installation in the intended location and mounting configuration. C. Metal parts shall be corrosion resistant and shall be rigidly formed and supported to prevent warping and sagging. D. Doors, frames and other access trim shall be smooth operating, free of light leaks and capable of relamping without tools. 1. Provide spring loaded latches for fluorescent troffer doors. 2. Design to prevent doors, frames, diffusers and other components from falling accidentally during relamping or under operating conditions. 3. Use resilient non -hardening gaskets to seal damp or wet location fixture doors or to prevent light leaks. E. Sheet metal surfaces required to be painted shall be painted after fabrication using non - yellowing, non -fading paint. Reflecting surfaces shall have minimum reflectance values as follows: 1. White surfaces: 90 percent 2. Specular surfaces: 95 percent 3. Diffusing specular surfaces: 85 percent F. Lenses, diffusers, covers and globes shall be 100 percent virgin acrylic plastic or annealed crystal glass. 1. Plastic diffusers shall be highly resistant to yellowing or other changes due to aging, exposure to heat and ultra -violet radiation. 2. Nominal lens thickness for fluorescent troffers shall be .125" minimum. G. Indirect fixtures shall be designed for uniform brightness on the ceiling and free from "hot spots" when installed in accordance with manufacturer's recommendations. Optical efficiency of indirect fixtures shall be 85 percent or greater. H. Wiring and connectors within the fixture shall have insulation suitable for the voltage, current and temperature to which it will be subjected. Lamp sockets shall comply with UL 542. 2.02 LED LIGHT FIXTURES A. General requirements shall include the following 1. Comply with UL 8750, LED LIGHT FIXTURES. DEMX ARCHITECTURE LIGHTING FAYETTEVILLE, AR 26 50 00 -2 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 2.03 HIGH INTENSITY DISCHARGE (H.I.D.) LAMP BALLASTS A. General requirements shall include the following: 1. Comply with UL 1029, High Intensity Discharge Lamp Ballasts. 2. Magnetic constant wattage autotransformer (CWA) type or regulator, high power factor type unless scheduled otherwise on the drawings. If pulse start type is scheduled, it shall specifically match the lamp supplied. 3. Contain no PCBs. 4. Open circuit operation will not reduce average life. 5. Reliable operation in temperature environments from -20° F to 130° F. 6. Power factor of greater than 90 percent. 7. Universal voltage taps to field adapt to the available voltage. 8. Sound rating "A" for interior fixtures and "A or B" for exterior fixtures. B. Auxiliary, instant -on quartz system, where scheduled on the drawings, shall have the following features: 1. Automatically switch quartz lamp on when fixture is initially energized and after momentary power outages occur. 2. Automatically turn off quartz lamp when lamp reaches approximately 60 percent full light output. 3. Power for quartz lamp shall be supplied from ballast assembly regardless of ballast rated input voltage so that separate auxiliary power circuit is not required. C. Instant restrike device, where scheduled on the drawings, shall maintain ignitor with a self- contained rechargeable battery as specified above for instant restarting after power outage. 2.04 LAMPS A. General requirements include the flowing: 1. Comply with ANSI Standard C78 series applicable to each type of lamp. 2. Comply with Energy Codes including current revisions. 3. Lamps of specified type shall be the product of a single manufacturer. 4. All lamps used in same area shall have similar color temperature unless scheduled otherwise on the drawings. 2.05 EXIT SIGNS A. Furnish with the following features: 1. Comply with NFPA 101, Life Safety Code. 2. Comply with local requirements on sign color and letter size. 3. Directional arrows as required by conditions. 4. Internally lighted signs shall use light emitting diodes (LED) lamps with 70,000 hours minimum rated lamp life. B. Emergency power units shall have the following features: 1. Comply with UL 924, Emergency Lighting and Power Equipment. 2. Sealed maintenance -free nickel cadmium battery for minimum of 90 minutes of emergency operation without utility power. 3. Integral automatic two -rate battery charger. 4. Sealed transfer relay, test switch, indicator light and electronic controls to switch to battery supply when supply voltage drops to below 80% of nominal. 2.06 EMERGENCY LIGHTING UNITS A. Self contained emergency lighting units shall have the following features: 1. Comply with UL 924, Emergency Lighting and Power Equipment. 2. Sealed maintenance -free battery with 10 year nominal life and 5 year warranty. Size for minimum of 90 minutes operation. DEMX ARCHITECTURE LIGHTING FAYETTEVILLE, AR 26 50 00 -3 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II 3. Automatic two -rate battery charger with sealed transfer relay. 4. Test switch, indicator lights and electronic controls to turn on lamp(s) when supply voltage drops to below 80% of nominal. Turn off lamp(s) when battery voltage approaches deep discharge level. 2.07 POLES A. General requirements are as follows: 1. Comply with AASHTO LTS-1, Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals. 2. Steel poles, when scheduled, shall comply with ASTM A500, Grade B, carbon steel with minimum yield of 46,000 psi. 3. Aluminum poles, where scheduled, shall comply with ASTM B 429, Standard Specifications of Aluminum -Alloy Extruded Structural Pipe and Tube. Use 6063-T6 alloy for poles 16' or less. Use 5052-H34 alloy conforming to ASTM 13209 for poles over 16'. 4. Design for wind load strength of 80 mph and 1.3 gust factor for total support assembly including pole, base, anchors, fixtures and appurtenances at the indicated heights above grade without undue deflection or whipping. 5. Provide internal wireway and underground cable entry. 6. Provide access hand hole near pole base. 7. Provide threaded grounding lug or bus bar accessible through hand hole. 8. Arm, brackets and tenon mount materials shall match the poles. 9. Provide factory applied finish as scheduled with color selected by Architect. B. Provide concrete foundations to support entire pole/fixture assembly under design wind load. 1. Use 3000 psi, 28-day concrete mixture complying with Division 3 Section "Cast -in - Place Concrete" of these specifications. 2. Comply with details and manufacturer's recommendations for steel reinforcing, anchor bolts, hardware and grout. 3. Provide smooth finish with chamfered edges on exposed part of foundations. PART 3 - EXECUTION 3.01 INSTALLATION A. The Contractor shall study the finished conditions. 1. Furnish fixtures compatible with the type of ceiling or wall in which they are to be installed including all required mounting accessories. 2. Relocate any fixture which, after installation, is found to interfere with other equipment or is otherwise located to conflict with proper performance or maintenance as intended. 3. Inspect each installed fixture for damage. Replace damaged fixtures and components. 4. Install lamps in each fixture. Verify normal operation in all modes. B. Support and connect fixtures per manufacturer's recommendations. 1. Final wiring connections to fixtures located in lay -in ceilings shall be through Flexible Metal Conduit (FMC) or MC cable whips. 2. All light fixtures and lamps shall be LED type unless indicated otherwise on the plans. 3. Recessed fixtures installed in lay -in ceiling panels shall be provided with bar hangers attached to the T-bar grid and supported with a minimum of two #12 AWG DEMX ARCHITECTURE LIGHTING FAYETTEVILLE, AR 26 50 00 -4 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE II galvanized steel hanger wires and shall support fixture with no force on the ceiling panels. 4. Trim rings shall completely cover openings in ceilings. 5. Exposed sides of surface mounted fixtures shall have no visible knock -out indentations. 6. Support suspended fixtures with stem hangers, rods or aircraft cable per manufacturer's details. Where pendants are longer than 48", brace to limit sway. 3.02 CLEANING AND ADJUSTING A. Upon completion of the work, thoroughly clean and polish all fixtures inside and out, and clean all lamps. Use methods and materials recommended by the manufacturer. Adjustable fixtures shall be carefully aimed and positioned in the presence of the Architect. END OF SECTION DEMX ARCHITECTURE LIGHTING FAYETTEVILLE, AR 26 50 00 -5 r . FAYETTEVILLE CITY HALL PH II 31 20 00 SECTION 3120 00 - EARTH MOVING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Preparing subgrades for slabs -on -grade, walks, pavements, turf and grasses, and plants. 2. Excavating and backfilling for buildings and structures. 3. Drainage course for concrete slabs -on -grade. 4. Subbase course for concrete walks and pavements. S. Subbase course and base course for asphalt paving. 6. Excavating and backfilling for utility trenches. 1.2 DEFINITIONS A. Backfill: Soil material used to fill an excavation. 1. Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2. Final Backfill: Backfill placed over initial backfill to fill a trench. B. Base Course: Aggregate layer placed between the subbase course and hot -mix asphalt paving. C. Bedding Course: Aggregate layer placed over the excavated subgrade in a trench before laying pipe. D. Borrow Soil: Satisfactory soil imported from off -site for use as fill or backfill. E. Drainage Course: Aggregate layer supporting the slab -on -grade that also minimizes upward capillary flow of pore water. F. Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. 1. Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Engineer. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2. Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Engineer. Unauthorized excavation, as well as remedial work directed by Engineer, shall be without additional compensation. G. Fill: Soil materials used to raise existing grades. EARTH MOVING 31 20 00 - 1 r . FAYETTEVILLE CITY HALL PH II 31 20 00 H. Structures: Buildings, footings, foundations, retaining walls, slabs, tanks, curbs, mechanical and electrical appurtenances, or other man-made stationary features constructed above or below the ground surface. Subbase Course: Aggregate layer placed between the subgrade and base course for hot -mix asphalt pavement, or aggregate layer placed between the subgrade and a cement concrete pavement or a cement concrete or hot -mix asphalt walk. Subgrade: Uppermost surface of an excavation or the top surface of a fill or backfill immediately below subbase, drainage fill, drainage course, or topsoil materials. K. Utilities: On -site underground pipes, conduits, ducts, and cables, as well as underground services within buildings. 1.3 PROJECT CONDITIONS A. Utility Locator Service: Notify utility locator service for area where Project is located before beginning earth moving operations. B. Do not commence earth moving operations until tree protection measures specified in Section 015639 "Temporary Tree and Plant Protection" are in place. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A. General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B. Satisfactory Soils: Soil Classification Groups GW, GP, GM, SW, SP, and SM according to ASTM D 2487, or a combination of these groups; free of rock or gravel larger than 3 inches] in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. 1. Liquid Limit: 35. 2. Plasticity Index: 12. C. Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D 2487, or a combination of these groups. 1. Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. D. Subbase Material: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch sieve and not more than 12 percent passing a No. 200 sieve. EARTH MOVING 31 20 00 - 2 r . FAYETTEVILLE CITY HALL PH II 31 20 00 E. Base Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 95 percent passing a 1-1/2-inch sieve and not more than 8 percent passing a No. 200 sieve. F. Engineered Fill: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; with at least 90 percent passing a 1-1/2-inch sieve and not more than 12 percent passing a No. 200 sieve. G. Bedding Course: Naturally or artificially graded mixture of natural or crushed gravel, crushed stone, and natural or crushed sand; ASTM D 2940; except with 100 percent passing a 1-inch sieve and not more than 8 percent passing a No. 200 sieve. H. Drainage Course: Narrowly graded mixture of washed crushed stone, or crushed or uncrushed gravel; ASTM D 448; coarse -aggregate grading Size 57; with 100 percent passing a 1-1/2-inch sieve and 0 to 5 percent passing a No. 8 sieve. 2.2 ACCESSORIES A. Warning Tape: Acid- and alkali -resistant, polyethylene film warning tape manufactured for marking and identifying underground utilities, a minimum of 3 inches wide and 4 mils thick, continuously inscribed per local jurisdiction standard; colored to comply with local practice or requirements of authorities having jurisdiction. PART 3 - EXECUTION 3.1 PREPARATION A. Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earth moving operations. B. Protect and maintain erosion and sedimentation controls during earth moving operations. C. Protect subgrades and foundation soils from freezing temperatures and frost. Remove temporary protection before placing subsequent materials. 3.2 EXCAVATION FOR STRUCTURES A. Excavate to indicated elevations and dimensions within a tolerance of plus or minus 1 inch. If applicable, extend excavations a sufficient distance from structures for placing and removing concrete formwork, for installing services and other construction, and for inspections. EARTH MOVING 31 20 00 - 3 r . FAYETTEVILLE CITY HALL PH II 31 20 00 1. Excavations for Footings and Foundations: Do not disturb bottom of excavation. Excavate by hand to final grade just before placing concrete reinforcement. Trim bottoms to required lines and grades to leave solid base to receive other work. B. Excavations at Edges of Tree- and Plant -Protection Zones: 1. Excavate by hand to indicated lines, cross sections, elevations, and subgrades. Use narrow -tine spading forks to comb soil and expose roots. Do not break, tear, or chop exposed roots. Do not use mechanical equipment that rips, tears, or pulls roots. 2. Cut and protect roots according to requirements in Section 015639 "Temporary Tree and Plant Protection." 3.3 EXCAVATION FOR WALKS AND PAVEMENTS A. Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations, and subgrades. 3.4 EXCAVATION FOR UTI LITY TRE N CH ES A. Excavate trenches to indicated gradients, lines, depths, and elevations. B. Excavate trenches to uniform widths to provide the following clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 24 inches higher than top of pipe or conduit unless otherwise indicated. 1. Clearance: As indicated in the City of Fayetteville specifications. C. Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. 1. Excavate trenches 6 inches deeper than elevation required to allow for bedding course. D. Trenches in Tree- and Plant -Protection Zones: 1. Hand -excavate to indicated lines, cross sections, elevations, and subgrades. Use narrow -tine spading forks to comb soil and expose roots. Do not break, tear, or chop exposed roots. Do not use mechanical equipment that rips, tears, or pulls roots. 2. Do not cut main lateral roots or taproots; cut only smaller roots that interfere with installation of utilities. 3. Cut and protect roots according to requirements in Section 015639 "Temporary Tree and Plant Protection." EARTH MOVING 31 20 00 - 4 r . FAYETTEVILLE CITY HALL PH II 31 20 00 3.5 SUBGRADE INSPECTION A. Proof -roll subgrade below the building slabs and pavements with a pneumatic -tired dump truck to identify soft pockets and areas of excess yielding. Do not proof -roll wet or saturated subgrades. B. Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Engineer, without additional compensation. 3.6 UNAUTHORIZED EXCAVATION A. Fill unauthorized excavation under foundations or wall footings by extending bottom elevation of concrete foundation or footing to excavation bottom, without altering top elevation. Lean concrete fill, with 28-day compressive strength of 2500 psi, may be used when approved by Engineer. 1. Fill unauthorized excavations under other construction, pipe, or conduit as directed by Engineer. 3.7 STORAGE OF SOIL MATERIALS A. Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1. Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.8 UTILITY TRENCH BACKFILL A. Place backfill on subgrades free of mud, frost, snow, or ice. B. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. C. Trenches under Footings: Backfill trenches excavated under footings and within 18 inches of bottom of footings with satisfactory soil; fill with concrete to elevation of bottom of footings. D. Place and compact initial backfill of satisfactory soil, free of particles larger than 1 inch in any dimension, to a height of 12 inches over the pipe or conduit. 1. Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfilling with utilities testing. E. Place and compact final backfill of satisfactory soil to final subgrade elevation. EARTH MOVING 31 20 00 - 5 r . FAYETTEVILLE CITY HALL PH II 31 20 00 F. Install warning tape directly above utilities, 12 inches below finished grade, except 6 inches below subgrade under pavements and slabs. 3.9 SOIL FILL A. Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. B. Place and compact fill material in layers to required elevations as follows: 1. Under grass and planted areas, use satisfactory soil material. 2. Under walks and pavements, use satisfactory soil material. 3. Under steps and ramps, use engineered fill. 4. Under building slabs, use engineered fill. 5. Under footings and foundations, use engineered fill. 3.10 SOIL MOISTURE CONTROL A. Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. 1. Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice. 2. Remove and replace, or scarify and air dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.11 COMPACTION OF SOIL BACKFILLS AND FILLS A. Place backfill and fill soil materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment, and not more than 4 inches in loose depth for material compacted by hand -operated tampers. B. Place backfill and fill soil materials evenly on all sides of structures to required elevations, and uniformly along the full length of each structure. C. Compact soil materials to not less than the following percentages of maximum dry density according to ASTM D 698: 1. Under structures, building slabs, steps, and pavements, scarify and recompact top 12 inches of existing subgrade and each layer of backfill or fill soil material at 95 percent. 2. Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 90 percent. 3. Under turf or unpaved areas, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 85 percent. 4. For utility trenches, compact each layer of initial and final backfill soil material at 80 percent. EARTH MOVING 31 20 00 - 6 r . FAYETTEVILLE CITY HALL PH II 31 20 00 3.12 GRADING A. General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. B. Site Rough Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to required elevations within the following tolerances: 1. Turf or Unpaved Areas: Plus or minus 1 inch. 2. Walks: Plus or minus 1 inch. 3. Pavements: Plus or minus 1/2 inch. C. Grading inside Building Lines: Finish subgrade to a tolerance of 1/2 inch when tested with a 10-foot straightedge. 3.13 SUBBASE AND BASE COURSES UNDER PAVEMENTS AND WALKS A. Place subbase course and base course on subgrades free of mud, frost, snow, or ice. B. On prepared subgrade, place subbase course and base course under pavements and walks as follows: 1. Shape subbase course and base course to required crown elevations and cross - slope grades. 2. Place subbase course and base course that exceeds 6 inches in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches thick or less than 3 inches thick. 3. Compact subbase course and base course at optimum moisture content to required grades, lines, cross sections, and thickness to not less than 95 percent of maximum dry unit weight according to ASTM D 698. 3.14 DRAINAGE COURSE UNDER CONCRETE SLABS -ON -GRADE A. Place drainage course on subgrades free of mud, frost, snow, or ice. B. On prepared subgrade, place and compact drainage course under cast -in -place concrete slabs -on -grade as follows: 1. Place drainage course that exceeds 6 inches in compacted thickness in layers of equal thickness, with no compacted layer more than 6 inches thick or less than 3 inches thick. 2. Compact each layer of drainage course to required cross sections and thicknesses to not less than 95 percent of maximum dry unit weight according to ASTM D 698. EARTH MOVING 31 20 00 - 7 0 3.15 0 FAYETTEVILLE CITY HALL PH II 31 20 00 FIELD QUALITY CONTROL Testing Agency: Owner will engage a qualified geotechnical engineering testing agency to perform tests and inspections. B. Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earth moving only after test results for previously completed work comply with requirements. C. Footing Subgrade: At footing subgrades, at least one test of each soil stratum will be performed to verify design bearing capacities. Subsequent verification and approval of other footing subgrades may be based on a visual comparison of subgrade with tested subgrade when approved by Engineer. D. When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil materials to depth required; recompact and retest until specified compaction is obtained. 3.16 PROTECTION A. Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B. Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. C. Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1. Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.17 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Remove surplus satisfactory soil and waste materials, including unsatisfactory soil, trash, and debris, and legally dispose of them off Owner's property. END OF SECTION 3120 00 EARTH MOVING 31 20 00 - 8 r . FAYETTEVILLE CITY HALL PH. II 31 50 00 SECTION 3150 00 - EXCAVATION SUPPORT AND PROTECTION PART 1- GENERAL 1.1 SUMMARY A. Section includes temporary excavation support and protection systems. 1.2 FIELD CONDITIONS A. Survey Work: Engage a qualified land surveyor or professional engineer to survey adjacent existing buildings, structures, and site improvements; establish exact elevations at fixed points to act as benchmarks. Clearly identify benchmarks and record existing elevations. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Provide, design, monitor, and maintain excavation support and protection system capable of supporting excavation sidewalls and of resisting earth and hydrostatic pressures and superimposed and construction loads. 1. Design excavation support and protection system, including comprehensive engineering analysis by a qualified professional engineer. PART 3 - EXECUTION 3.1 SOLDIER PILES AND LAGGING A. Install steel soldier piles before starting excavation. Extend soldier piles below excavation grade level to depths adequate to prevent lateral movement. Space soldier piles at regular intervals not to exceed allowable flexural strength of wood lagging. Accurately align exposed faces of flanges to vary not more than 2 inches from a horizontal line and not more than 1:120 out of vertical alignment. B. Install wood lagging within flanges of soldier piles as excavation proceeds. Trim excavation as required to install lagging. Fill voids behind lagging with soil, and compact. C. Install wales horizontally at locations indicated on Drawings and secure to soldier piles. EXCAVATION SUPPORTAND PROTECTION 31 50 00 - 1 r . FAYETTEVILLE CITY HALL PH. II 31 50 00 3.2 SHEET PILING A. Before starting excavation, install one-piece sheet piling lengths and tightly interlock vertical edges to form a continuous barrier. B. Accurately place the piling, using templates and guide frames unless otherwise recommended in writing by the sheet piling manufacturer. Limit vertical offset of adjacent sheet piling to 60 inches. Accurately align exposed faces of sheet piling to vary not more than 2 inches from a horizontal line and not more than 1:120 out of vertical alignment. C. Cut tops of sheet piling to uniform elevation at top of excavation. 3.3 TIEBACKS A. Drill, install, grout, and tension tiebacks. B. Test load -carrying capacity of each tieback and replace and retest deficient tiebacks. 1. Have test loading observed by a qualified professional engineer responsible for design of excavation support and protection system. C. Maintain tiebacks in place until permanent construction is able to withstand lateral earth and hydrostatic pressures. 3.4 BRACING A. Bracing: Locate bracing to clear columns, floor framing construction, and other permanent work. If necessary to move brace, install new bracing before removing original brace. 1. Do not place bracing where it will be cast into or included in permanent concrete work unless otherwise approved by Architect. 2. Install internal bracing if required to prevent spreading or distortion of braced frames. 3. Maintain bracing until structural elements are supported by other bracing or until permanent construction is able to withstand lateral earth and hydrostatic pressures. 3.5 FIELD QUALITY CONTROL A. Survey -Work Benchmarks: Resurvey benchmarks regularly during installation of excavation support and protection systems, excavation progress, and for as long as excavation remains open. Maintain an accurate log of surveyed elevations and positions for comparison with original elevations and positions. Promptly notify Architect if changes in elevations or positions occur or if cracks, sags, or other damage is evident in adjacent construction. EXCAVATION SUPPORTAND PROTECTION 31 50 00 - 2 r . FAYETTEVILLE CITY HALL PH. II 31 50 00 3.6 REMOVAL AND REPAIRS A. Remove excavation support and protection systems when construction has progressed sufficiently to support excavation and earth and hydrostatic pressures. Remove in stages to avoid disturbing underlying soils and rock or damaging structures, pavements, facilities, and utilities. 1. Remove excavation support and protection systems to a minimum depth of 48 inches below overlying construction and abandon remainder. B. Leave excavation support and protection systems permanently in place. END OF SECTION 3150 00 EXCAVATION SUPPORTAND PROTECTION 31 50 00 - 3 r . FAYETTEVILLE CITY HALL PH. II 32 12 16 SECTION 32 12 16 - ASPHALT PAVING PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Cold milling of existing asphalt pavement. 2. Hot -mix asphalt patching. 3. Hot -mix asphalt paving. 4. Hot -mix asphalt overlay. 5. Asphalt curbs. B. Related Requirements: 1. Section 312000 "Earth Moving" for subgrade preparation, fill material, unbound -aggregate subbase and base courses, and aggregate pavement shoulders. 2. Section 321373 "Concrete Paving Joint Sealants" for joint sealants and fillers at pavement terminations. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. LEED Submittals: 1. Product Data for Credit MR 4: For products having recycled content, documentation indicating percentages by weight of postconsumer and preconsumer recycled content. Include statement indicating cost for each product having recycled content. 1.3 QUALITY ASSURANCE A. Regulatory Requirements: Comply with materials, workmanship, and other applicable requirements of the City of Fayetteville Standard Specifications for Street & Drainage Construction for asphalt paving work. PART 2 - PRODUCTS 2.1 AGGREGATES A. Coarse Aggregate: ASTM D 692/D 692M, sound; angular crushed stone, crushed gravel, or cured, crushed blast -furnace slag. ASPHALT PAVING 3212 16 - 1 r . FAYETTEVILLE CITY HALL PH. II 32 12 16 B. Mineral Filler: ASTM D 242/1) 242M or AASHTO M 17, rock or slag dust, hydraulic cement, or other inert material. 2.2 ASPHALT MATERIALS A. Asphalt Binder: AASHTO M 320, PG 64-22 or PG 70-22. B. Tack Coat: ASTM D 977 or AASHTO M 140 emulsified asphalt, or ASTM D 2397 or AASHTO M 208 cationic emulsified asphalt, slow setting, diluted in water, of suitable grade and consistency for application. 2.3 AUXILIARY MATERIALS A. Recycled Materials for Hot -Mix Asphalt Mixes: Reclaimed asphalt pavement; reclaimed, unbound -aggregate base material; and recycled tires, asphalt shingles, or glass from sources and gradations that have performed satisfactorily in previous installations, equal to performance of required hot -mix asphalt paving produced from all new materials. B. Herbicide: Commercial chemical for weed control, registered by the EPA, and not classified as "restricted use" for locations and conditions of application. Provide in granular, liquid, or wettable powder form. 2.4 MIXES A. Hot -Mix Asphalt: Dense -graded, hot -laid, hot -mix asphalt plant mixes ; designed according to procedures in Al MS-2, "Mix Design Methods for Asphalt Concrete and Other Hot -Mix Types"; and complying with the following requirements: 1. Provide mixes with a history of satisfactory performance in geographical area where Project is located. 2. Base Course: Designed according to procedures in AHTD Standard Specifications (2003) Section 303 for Class 7. 3. Surface Course: Designed according to procedures in AHTD Standard Specifications (2003) Section 407. PART 3 - EXECUTION 3.1 COLD MILLING A. Clean existing pavement surface of loose and deleterious material immediately before cold milling. Remove existing asphalt pavement by cold milling to grades and cross sections indicated. 1. Mill to a minimum depth as shown on the construction plans. ASPHALT PAVING 3212 16 - 2 r . FAYETTEVILLE CITY HALL PH. II 32 12 16 2. Patch surface depressions deeper than 1 inch after milling, before wearing course is laid. 3.2 PATCHING A. Asphalt Pavement: Saw cut perimeter of patch and excavate existing pavement section to sound base. Excavate rectangular or trapezoidal patches, extending 12 inches into perimeter of adjacent sound pavement, unless otherwise indicated. Cut excavation faces vertically. Remove excavated material. Recompact existing unbound -aggregate base course to form new subgrade. B. Portland Cement Concrete Pavement: Break cracked slabs and roll as required to reseat concrete pieces firmly. 1. Remove disintegrated or badly cracked pavement. Excavate rectangular or trapezoidal patches, extending into perimeter of adjacent sound pavement, unless otherwise indicated. Cut excavation faces vertically. Recompact existing unbound -aggregate base course to form new subgrade. C. Tack Coat: Before placing patch material, apply tack coat uniformly to vertical asphalt surfaces abutting the patch. Apply at a rate of 0.05 to 0.15 gal./sq. yd.. 1. Allow tack coat to cure undisturbed before applying hot -mix asphalt paving. 2. Avoid smearing or staining adjoining surfaces, appurtenances, and surroundings. Remove spillages and clean affected surfaces. D. Placing Patch Material: Fill excavated pavement areas with hot -mix asphalt base mix for full thickness of patch and, while still hot, compact flush with adjacent surface. 3.3 SURFACE PREPARATION A. General: Immediately before placing asphalt materials, remove loose and deleterious material from substrate surfaces. Ensure that prepared subgrade is ready to receive paving. B. Proof -roll subgrade below pavements with heavy pneumatic -tired equipment to identify soft pockets and areas of excess yielding. Do not proof -roll wet or saturated subgrades. C. Herbicide Treatment: Apply herbicide according to manufacturer's recommended rates and written application instructions. Apply to dry, prepared subgrade or surface of compacted -aggregate base before applying paving materials. D. Tack Coat: Apply uniformly to surfaces of existing pavement at a rate of 0.05 to 0.15 gal./sq. yd.. 1. Allow tack coat to cure undisturbed before applying hot -mix asphalt paving. 2. Avoid smearing or staining adjoining surfaces, appurtenances, and surroundings. Remove spillages and clean affected surfaces. ASPHALT PAVING 3212 16 - 3 r . FAYETTEVILLE CITY HALL PH. II 32 12 16 3.4 PLACING HOT -MIX ASPHALT A. Machine place hot -mix asphalt on prepared surface, spread uniformly, and strike off. Place asphalt mix by hand in areas inaccessible to equipment in a manner that prevents segregation of mix. Place each course to required grade, cross section, and thickness when compacted. 1. Spread mix at a minimum temperature of 250 deg F. 2. Regulate paver machine speed to obtain smooth, continuous surface free of pulls and tears in asphalt -paving mat. B. Place paving in consecutive strips not less than 10 feet wide unless infill edge strips of a lesser width are required. C. Promptly correct surface irregularities in paving course behind paver. Use suitable hand tools to remove excess material forming high spots. Fill depressions with hot -mix asphalt to prevent segregation of mix; use suitable hand tools to smooth surface. 3.5 JOINTS A. Construct joints to ensure a continuous bond between adjoining paving sections. Construct joints free of depressions, with same texture and smoothness as other sections of hot -mix asphalt course. 1. Clean contact surfaces and apply tack coat to joints. 2. Offset longitudinal joints, in successive courses, a minimum of 6 inches. 3. Offset transverse joints, in successive courses, a minimum of 24 inches. 4. Construct transverse joints at each point where paver ends a day's work and resumes work at a subsequent time. Construct these joints using either "bulkhead" or "papered" method according to Al MS-22, for both "Ending a Lane" and "Resumption of Paving Operations." 3.6 COMPACTION A. General: Begin compaction as soon as placed hot -mix paving will bear roller weight without excessive displacement. Compact hot -mix paving with hot, hand tampers or with vibratory -plate compactors in areas inaccessible to rollers. 1. Complete compaction before mix temperature cools to 185 deg F. B. Breakdown Rolling: Complete breakdown or initial rolling immediately after rolling joints and outside edge. Examine surface immediately after breakdown rolling for indicated crown, grade, and smoothness. Correct laydown and rolling operations to comply with requirements. C. Intermediate Rolling: Begin intermediate rolling immediately after breakdown rolling while hot -mix asphalt is still hot enough to achieve specified density. Continue rolling until hot -mix asphalt course has been uniformly compacted to the following density: ASPHALT PAVING 3212 16 - 4 r . FAYETTEVILLE CITY HALL PH. II 32 12 16 1. Average Density: 92 percent of reference maximum theoretical density according to ASTM D 2041, but not less than 90 percent or greater than 96 percent. D. Finish Rolling: Finish roll paved surfaces to remove roller marks while hot -mix asphalt is still warm. E. Edge Shaping: While surface is being compacted and finished, trim edges of pavement to proper alignment. Bevel edges while asphalt is still hot; compact thoroughly. F. Protection: After final rolling, do not permit vehicular traffic on pavement until it has cooled and hardened. G. Erect barricades to protect paving from traffic until mixture has cooled enough not to become marked. 3.7 ASPHALT CURBS A. Construct hot -mix asphalt curbs over compacted pavement surfaces. Apply a light tack coat unless pavement surface is still tacky and free from dust. Spread mix at a minimum temperature of 250 deg F. 1. Asphalt Mix: Same as pavement surface -course mix. B. Place hot -mix asphalt to curb cross section indicated or, if not indicated, to local standard shapes, by machine or by hand in wood or metal forms. Tamp hand -placed materials and screed to smooth finish. Remove forms after hot -mix asphalt has cooled. 3.8 INSTALLATION TOLERANCES A. Pavement Thickness: Compact each course to produce the thickness indicated within the following tolerances: 1. Base Course: Plus or minus 1/2 inch. 2. Surface Course: Plus 1/4 inch, no minus. B. Pavement Surface Smoothness: Compact each course to produce a surface smoothness within the following tolerances as determined by using a 10-foot straightedge applied transversely or longitudinally to paved areas: 1. Base Course: 1/4 inch. 2. Surface Course: 1/8 inch. 3. Crowned Surfaces: Test with crowned template centered and at right angle to crown. Maximum allowable variance from template is 1/4 inch. 3.9 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections. ASPHALT PAVING 3212 16 - 5 r . FAYETTEVILLE CITY HALL PH. II 32 12 16 B. Replace and compact hot -mix asphalt where core tests were taken. C. Remove and replace or install additional hot -mix asphalt where test results or measurements indicate that it does not comply with specified requirements. 3.10 WASTE HANDLING A. General: Handle asphalt -paving waste according to approved waste management plan required in Section 017419 "Construction Waste Management and Disposal." END OF SECTION 32 12 16 ASPHALT PAVING 3212 16 - 6 r . FAYETTEVILLE CITY HALL PH. II 32 13 73 SECTION 32 13 73 - CONCRETE PAVING JOINT SEALANTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Cold -applied joint sealants. 2. Hot -applied joint sealants. 3. Joint -sealant backer materials. 4. Primers. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Samples: For each kind and color of joint sealant required. C. Paving -Joint -Sealant Schedule: Include the following information: 1. Joint -sealant application, joint location, and designation. 2. Joint -sealant manufacturer and product name. 3. Joint -sealant formulation. 4. Joint -sealant color. 1.3 INFORMATIONAL SUBMITTALS A. Product certificates. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backing materials, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint -sealant manufacturer, based on testing and field experience. 2.2 COLD -APPLIED JOINT SEALANTS A. Single -Component, Self -Leveling, Silicone Joint Sealant: ASTM D 5893/D 5893M, Type SL. CONCRETE PAVING JOINT SEALANTS 32 13 73 - 1 r . FAYETTEVILLE CITY HALL PH. II 32 13 73 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Crafco Inc., an ERGON company; RoadSaver Silicone SL. b. Dow Corning Corporation; 890-SL. C. Pecora Corporation; 300 SL. B. Single Component, Pourable, Urethane, Elastomeric Joint Sealant: ASTM C 920, Type S.. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Meadows, W.R., Inc.; Pourthane S. C. Other types of joint fillers may be allowed if approved by the Engineer/City Engineer. 2.3 HOT -APPLIED JOINT SEALANTS A. Hot -Applied, Single -Component Joint Sealant: ASTM D 6690, Type I, II, or III. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Crafco Inc.; RoadSaver 222. b. Meadows, W.R., Inc.; Sealtight 3405. C. Right Pointe; JTS 3405 Regular 003; JTS 3405 Rubber 009. B. Other types of joint fillers may be allowed if approved by the Engineer/City Engineer 2.4 JOINT -SEALANT BACKER MATERIALS A. Round Backer Rods for Cold- and Hot -Applied Joint Sealants: ASTM D 5249, Type 1, of diameter and density required to control sealant depth and prevent bottom -side adhesion of sealant. B. Round Backer Rods for Cold -Applied Joint Sealants: ASTM D 5249, Type 3, of diameter and density required to control joint -sealant depth and prevent bottom -side adhesion of sealant. C. Backer Strips for Cold- and Hot -Applied Joint Sealants: ASTM D 5249; Type 2; of thickness and width required to control joint -sealant depth, prevent bottom -side adhesion of sealant, and fill remainder of joint opening under sealant. 2.5 PRIMERS A. Primers: Product recommended by joint -sealant manufacturer where required for adhesion of sealant to joint substrates indicated. CONCRETE PAVING JOINT SEALANTS 32 13 73 - 2 r . FAYETTEVILLE CITY HALL PH. II 32 13 73 PART 3 - EXECUTION 3.1 INSTALLATION OF JOINT SEALANTS A. Comply with joint -sealant manufacturer's written installation instructions for products and applications indicated unless more stringent requirements apply. B. Cleaning of Joints: Clean out joints immediately to comply with joint -sealant manufacturer's written instructions. C. Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint -sealant manufacturer. D. Joint -Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions. E. Install joint -sealant backings to support joint sealants during application and at position required to produce cross -sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of joint -sealant backings. 2. Do not stretch, twist, puncture, or tear joint -sealant backings. 3. Remove absorbent joint -sealant backings that have become wet before sealant application and replace them with dry materials. F. Install joint sealants immediately following backing installation, using proven techniques that comply with the following: 1. Place joint sealants so they fully contact joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross -sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. G. Tooling of Nonsag Joint Sealants: Immediately after joint -sealant application and before skinning or curing begins, tool sealants according to the following requirements to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint: 1. Remove excess joint sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by joint -sealant manufacturer and that do not discolor sealants or adjacent surfaces. H. Provide joint configuration to comply with joint -sealant manufacturer's written instructions unless otherwise indicated. Clean off excess joint sealant as the Work progresses, by methods and with cleaning materials approved in writing by joint -sealant manufacturers. END OF SECTION 32 13 73 CONCRETE PAVING JOINT SEALANTS 32 13 73 - 3 r . FAYETTEVILLE CITY HALL PH. II 32 17 13 SECTION 32 17 13 - PARKING BUMPERS PART 1- GENERAL 1.1 SUMMARY A. Section includes wheel stops. PART 2 - PRODUCTS 2.1 PARKING BUMPERS A. Concrete Wheel Stops: Precast, steel -reinforced, air -entrained concrete, 4000-psi minimum compressive strength, 6-1/2 inches high by 9 inches wide by 72 inches long. Provide chamfered corners, transverse drainage slots on underside, and a minimum of two factory -formed or -drilled vertical holes through wheel stop for anchoring to substrate. 1. Mounting Hardware: Galvanized -steel hardware as standard with wheel -stop manufacturer. B. Resilient Wheel Stops: Solid, integrally colored, 96 percent postconsumer or commingled postconsumer and preconsumer recycled rubber or plastic; UV stabilized; 6-1/2 inches high by 6 inches wide by 72 inches long. Provide chamfered corners and a minimum of two factory -formed or -drilled vertical holes through wheel stop for anchoring to substrate. 1. 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: 2. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: a. Checkers Industrial Safety Products. Inc. b. GNR Technologies. C. Plastic Safety Systems, Inc. d. Scientific Developments, Inc. e. Technoflex. f. Traffic Logix. 3. Color: Specified on Plans. 4. Embedded Markings: Molded -in, yellow reflective markings, permanently inset in exposed surface. 5. Mounting Hardware: Galvanized -steel hardware as standard with wheel -stop manufacturer. 6. Adhesive: As recommended by wheel -stop manufacturer for adhesion to pavement. PARKING BUMPERS 32 17 13 - 1 r . FAYETTEVILLE CITY HALL PH. II 32 17 13 PART 3 - EXECUTION 3.1 INSTALLATION A. General: Install wheel stops according to manufacturer's written instructions unless otherwise indicated. B. Install wheel stops in bed of adhesive before anchoring. C. Securely anchor wheel stops to pavement with hardware in each preformed vertical hole in wheel stop as recommended in writing by manufacturer. END OF SECTION 32 17 13 PARKING BUMPERS 32 17 13 - 2 r . FAYETTEVILLE CITY HALL PH. II 32 17 23 SECTION 32 17 23 - PAVEMENT MARKINGS PART 1- GENERAL 1.1 SUMMARY A. Section includes painted markings applied to asphalt and concrete pavement. PART 2 - PRODUCTS 2.1 MANUFACTURERS 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: B. Basis -of -Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: 1. Aexcel Inc. 2. Benjamin Moore & Co. 3. Color Wheel Paints & Coatings. 4. Columbia Paint & Coatings. 5. Conco Paints. 6. Coronado Paint; Division of INSL-X Products Corporation. 7. Diamond Vogel Paints. 8. Dunn -Edwards Corporation. 9. Ennis Traffic Safety Solutions, Inc. 10. Frazee Paint. 11. General Paint. 12. Kwal Paint. 13. M.A.B. Paints. 14. McCormick Paints. 15. Miller Paint. 16. Parker Paint Mfg. Co. Inc. 17. PPG Industries. 18. Pratt & Lambert. 19. Rodda Paint Co. 20. Rohm and Haas Company; a subsidiary of The Dow Chemical Company. 21. Scott Paint Company. 22. Sherwin-Williams Company (The). PAVEMENT MARKINGS 32 17 23 - 1 r . FAYETTEVILLE CITY HALL PH. II 32 17 23 2.2 MATERIALS A. Paint 1. 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. 2. 3. Glass Beads: AASHTO M 247, Type 1. 4. 5. VOC content limit is that for traffic- or zone -marking coatings. Coordinate product selection to ensure that products comply. 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 preformed tape conforming to Section 720.02 of the AHTD Standard Specifications for Type 5. PART 3 - EXECUTION 3.1 PAVEMENT MARKING A. Do not apply pavement -marking paint until layout, colors, and placement have been verified with Engineer. B. Allow paving to age for a minimum time period specified by the manufacture before starting pavement marking. C. Sweep and clean surface to eliminate loose material and dust. D. Apply paint with mechanical equipment to produce pavement markings, of dimensions indicated, with uniform, straight edges. Apply at manufacturer's recommended rates to provide a minimum wet film thickness of 15 mils. 1. Apply graphic symbols and lettering with paint -resistant, die -cut stencils. Apply paint so that it cannot run beneath the stencil. 2. Broadcast glass beads uniformly into wet markings at a rate of 6 lb/gal.. END OF SECTION 32 17 23 PAVEMENT MARKINGS 32 17 23 - 2 r . FAYETTEVILLE CITY HALL PH. II 33 05 00 SECTION 33 05 00 - COMMON WORK RESULTS FOR UTILITIES PART 1- In the event of a conflict between THIS SPECIFICATION AND THE CITY OF FAYETTEVILLE STANDARD SPECIFICATIONS FOR DESIGN AND CONSTRUCTION OF WATER LINES AND SEWER, the CITY OF FAYETTEVILLE SPECIFICATIONS shall govern. PART 2 - GENERAL 2.1 SUMMARY A. This Section includes the following: 1. Piping joining materials. 2. Sleeves. 3. Identification devices. 4. Grout. 5. Piping system common requirements. 6. Equipment installation common requirements. 7. Concrete bases. 8. Metal supports and anchorages. 2.2 DEFINITIONS A. Exposed Installations: Exposed to view outdoors or subject to outdoor ambient temperatures and weather conditions. B. Concealed Installations: Concealed from view and protected from weather conditions and physical contact by building occupants but subject to outdoor ambient temperatures. Examples include installations within unheated shelters. 2.3 ACTION SUBMITTALS A. Product Data: For the following: a 1. Identification devices. 2.4 INFORMATIONAL SUBMITTALS A. Welding certificates. COMMON WORK RESULTS FOR UTILITIES 33 05 00 - 1 r . FAYETTEVILLE CITY HALL PH. II 33 05 00 2.5 QUALITY ASSURANCE A. Steel Support Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural Welding Code - Steel." B. Steel Piping Welding: Qualify processes and operators according to ASME Boiler and Pressure Vessel Code: Section IX, "Welding and Brazing Qualifications." 1. Comply with provisions in ASME B31 Series, "Code for Pressure Piping." 2. Certify that each welder has passed AWS qualification tests for welding processes involved and that certification is current. C. Comply with ASME A13.1 for lettering size, length of color field, colors, and viewing angles of identification devices. PART 3 - PRODUCTS 3.1 PIPING JOINING MATERIALS A. Pipe -Flange Gasket Materials: Suitable for chemical and thermal conditions of piping system contents. 1. ASME B16.21, nonmetallic, flat, asbestos free, 1/8-inch maximum thickness, unless otherwise indicated. a. Full -Face Type: For flat -face, Class 125, cast-iron and cast -bronze flanges. b. Narrow -Face Type: For raised -face, Class 250, cast-iron and steel flanges. 2. AWWA C110, rubber, flat face, 1/8 inch thick, unless otherwise indicated; and full -face or ring type, unless otherwise indicated. B. Flange Bolts and Nuts: ASME B18.2.1, carbon steel, unless otherwise indicated. C. Plastic, Pipe -Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated. D. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according to ASTM B 813. E. Brazing Filler Metals: AWS A5.8, BCuP Series, copper -phosphorus alloys for general - duty brazing, unless otherwise indicated; and AWS A5.8, BAg1, silver alloy for refrigerant piping, unless otherwise indicated. F. Welding Filler Metals: Comply with AWS D10.12/D10.12M for welding materials appropriate for wall thickness and chemical analysis of steel pipe being welded. G. Solvent Cements for Joining Plastic Piping: 1. ABS Piping: ASTM D 2235. 2. CPVC Piping: ASTM F 493. 3. PVC Piping: ASTM D 2564. Include primer according to ASTM F 656. COMMON WORK RESULTS FOR UTILITIES 33 05 00 - 2 r . FAYETTEVILLE CITY HALL PH. II 33 05 00 4. PVC to ABS Piping Transition: ASTM D 3138. H. Fiberglass Pipe Adhesive: As furnished or recommended by pipe manufacturer. 3.2 SLEEVES A. Mechanical sleeve seals for pipe penetrations are specified in Section 220517 "Sleeves and Sleeve Seals for Plumbing Piping." B. Galvanized -Steel Sheet Sleeves: 0.0239-inch minimum thickness; round tube closed with welded longitudinal joint. C. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized, plain ends. D. Cast -Iron Sleeves: Cast or fabricated "wall pipe" equivalent to ductile -iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated. E. Molded PVC Sleeves: Permanent, with nailing flange for attaching to wooden forms. F. PVC Pipe Sleeves: ASTM D 1785, Schedule 40. G. Molded PE Sleeves: Reusable, PE, tapered -cup shaped, and smooth outer surface with nailing flange for attaching to wooden forms. 3.3 IDENTIFICATION DEVICES A. Equipment Nameplates: Metal permanently fastened to equipment with data engraved or stamped. 1. Data: Manufacturer, product name, model number, serial number, capacity, operating and power characteristics, labels of tested compliances, and essential data. 2. Location: Accessible and visible. B. Snap -on Plastic Pipe Markers: Manufacturer's standard preprinted, semirigid, snap -on type. Include color -coding according to ASME A13.1, unless otherwise indicated. C. Pressure -Sensitive Pipe Markers: Manufacturer's standard preprinted, color -coded, pressure -sensitive -vinyl type with permanent adhesive. D. Pipes with OD, Including Insulation, Less Than 6 Inches: Full -band pipe markers, extending 360 degrees around pipe at each location. E. Pipes with OD, Including Insulation, 6 Inches and Larger: Either full -band or strip -type pipe markers, at least three times letter height and of length required for label. COMMON WORK RESULTS FOR UTILITIES 33 05 00 - 3 r . FAYETTEVILLE CITY HALL PH. II 33 05 00 F. Lettering: Use piping system terms indicated and abbreviate only as necessary for each application length. 1. Arrows: Either integrally with piping system service lettering to accommodate both directions of flow, or as separate unit on each pipe marker to indicate direction of flow. G. Plastic Tape: Manufacturer's standard color -coded, pressure -sensitive, self-adhesive vinyl tape, at least 3 mils thick. 1. Width: 1-1/2 inches on pipes with OD, including insulation, less than 6 inches; 2- 1/2 inches for larger pipes. 2. Color: Comply with ASME A13.1, unless otherwise indicated. H. Valve Tags: Stamped or engraved with 1/4-inch letters for piping system abbreviation and 1/2-inch sequenced numbers. Include 5/32-inch hole for fastener. 1. Material: 0.032-inch- thick, polished brass or aluminum. 2. Material: 0.0375-inch- thick stainless steel. 3. Material: 3/32-inch- thick plastic laminate with 2 black surfaces and a white inner layer. 4. Material: Valve manufacturer's standard solid plastic. 5. Size: 1-1/2 inches in diameter, unless otherwise indicated. 6. Shape: As indicated for each piping system. Valve Tag Fasteners: Brass, wire -link or beaded chain; or brass S-hooks. Engraved Plastic -Laminate Signs: ASTM D 709, Type I, cellulose, paper -base, phenolic - resin -laminate engraving stock; Grade ES-2, black surface, black phenolic core, with white melamine subcore, unless otherwise indicated. Fabricate in sizes required for message. Provide holes for mechanical fastening. 1. Engraving: Engraver's standard letter style, of sizes and with terms to match equipment identification. 2. Thickness: 1/16 inch, for units up to 20 sq. in. or 8 inches in length, and 1/8 inch for larger units. 3. Fasteners: Self -tapping, stainless -steel screws or contact -type permanent adhesive. K. Plastic Equipment Markers: Manufacturer's standard laminated plastic, in the following color codes: 1. Green: Cooling equipment and components. 2. Yellow: Heating equipment and components. 3. Brown: Energy reclamation equipment and components. 4. Blue: Equipment and components that do not meet criteria above. 5. Hazardous Equipment: Use colors and designs recommended by ASME A13.1. 6. Terminology: Match schedules as closely as possible. Include the following: a. Name and plan number. b. Equipment service. C. Design capacity. COMMON WORK RESULTS FOR UTILITIES 33 05 00 - 4 r . FAYETTEVILLE CITY HALL PH. II 33 05 00 d. Other design parameters such as pressure drop, entering and leaving conditions, and speed. 7. Size: 2-1/2 by 4 inches for control devices, dampers, and valves; 4-1/2 by 6 inches for equipment. 3.4 GROUT A. Description: ASTM C 1107, Grade B, nonshrink and nonmetallic, dry hydraulic -cement grout. 1. Characteristics: Post hardening, volume adjusting, nonstaining, noncorrosive, nongaseous, and recommended for interior and exterior applications. 2. Design Mix: 5000-psi, 28-day compressive strength. 3. Packaging: Premixed and factory packaged. PART 4 - EXECUTION 4.1 DIELECTRIC FITTING APPLICATIONS A. Dry Piping Systems: Connect piping of dissimilar metals with the following: 1. NPS 2 and Smaller: Dielectric unions. 2. NPS 2-1/2 and Larger: Dielectric flanges. B. Wet Piping Systems: Connect piping of dissimilar metals with the following: 1. NPS 2 and Smaller: Dielectric couplings or dielectric nipples. 2. NPS 2-1/2 and Larger: Dielectric nipples. 4.2 PIPING INSTALLATION A. Install piping according to the following requirements and utilities Sections specifying piping systems. B. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations to layout are approved on the Coordination Drawings. C. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise. D. Install piping to permit valve servicing. E. Install piping at indicated slopes. COMMON WORK RESULTS FOR UTILITIES 33 05 00 - 5 r . FAYETTEVILLE CITY HALL PH. II 33 05 00 F. Install piping free of sags and bends. G. Install fittings for changes in direction and branch connections. H. Select system components with pressure rating equal to or greater than system operating pressure. Sleeves are not required for core -drilled holes. Permanent sleeves are not required for holes formed by removable PE sleeves. K. Install sleeves for pipes passing through concrete and masonry walls and concrete floor and roof slabs. 1. Cut sleeves to length for mounting flush with both surfaces. a. Exception: Extend sleeves installed in floors of equipment areas or other wet areas 2 inches above finished floor level. 2. Install sleeves in new walls and slabs as new walls and slabs are constructed. a. Steel Pipe Sleeves: For pipes smaller than NPS 6. b. Steel Sheet Sleeves: For pipes NPS 6 and larger, penetrating gypsum - board partitions. L. Verify final equipment locations for roughing -in. M. Refer to equipment specifications in other Sections for roughing -in requirements. 4.3 PIPING JOINT CONSTRUCTION A. Join pipe and fittings according to the following requirements and utilities Sections specifying piping systems. B. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe. C. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly. D. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows: 1. Apply appropriate tape or thread compound to external pipe threads unless dry seal threading is specified. 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds. E. Welded Joints: Construct joints according to AWS D10.12/D10.12M, using qualified processes and welding operators according to Part 1 "Quality Assurance" Article. COMMON WORK RESULTS FOR UTILITIES 33 05 00 - 6 r . FAYETTEVILLE CITY HALL PH. II 33 05 00 F. Flanged Joints: Select appropriate gasket material, size, type, and thickness for service application. Install gasket concentrically positioned. Use suitable lubricants on bolt threads. G. Grooved Joints: Assemble joints with grooved -end pipe coupling with coupling housing, gasket, lubricant, and bolts according to coupling and fitting manufacturer's written instructions. H. Soldered Joints: Apply ASTM B 813 water-flushable flux, unless otherwise indicated, to tube end. Construct joints according to ASTM B 828 or CDA's "Copper Tube Handbook," using lead-free solder alloy (0.20 percent maximum lead content) complying with ASTM B 32. Brazed Joints: Construct joints according to AWS's "Brazing Handbook," "Pipe and Tube" Chapter, using copper -phosphorus brazing filler metal complying with AWS A5.8. Pressure -Sealed Joints: Assemble joints for plain -end copper tube and mechanical pressure seal fitting with proprietary crimping tool to according to fitting manufacturer's written instructions. K. Plastic Piping Solvent -Cemented Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: 1. Comply with ASTM F 402 for safe -handling practice of cleaners, primers, and solvent cements. 2. ABS Piping: Join according to ASTM D 2235 and ASTM D 2661 appendixes. 3. CPVC Piping: Join according to ASTM D 2846/D 2846M Appendix. 4. PVC Pressure Piping: Join schedule number ASTM D 1785, PVC pipe and PVC socket fittings according to ASTM D 2672. Join other -than -schedule -number PVC pipe and socket fittings according to ASTM D 2855. 5. PVC Nonpressure Piping: Join according to ASTM D 2855. 6. PVC to ABS Nonpressure Transition Fittings: Join according to ASTM D 3138 Appendix. L. Plastic Pressure Piping Gasketed Joints: Join according to ASTM D 3139. M. Plastic Nonpressure Piping Gasketed Joints: Join according to ASTM D 3212. N. Plastic Piping Heat -Fusion Joints: Clean and dry joining surfaces by wiping with clean cloth or paper towels. Join according to ASTM D 2657. 1. Plain -End PE Pipe and Fittings: Use butt fusion. 2. Plain -End PE Pipe and Socket Fittings: Use socket fusion. 0. Bonded Joints: Prepare pipe ends and fittings, apply adhesive, and join according to pipe manufacturer's written instructions. COMMON WORK RESULTS FOR UTILITIES 33 05 00 - 7 r . FAYETTEVILLE CITY HALL PH. II 33 05 00 4.4 PIPING CONNECTIONS A. Make connections according to the following, unless otherwise indicated: 1. Install unions, in piping NPS 2 and smaller, adjacent to each valve and at final connection to each piece of equipment. 2. Install flanges, in piping NPS 2-1/2 and larger, adjacent to flanged valves and at final connection to each piece of equipment. 3. Install dielectric fittings at connections of dissimilar metal pipes. 4.5 EQUIPMENT INSTALLATION A. Install equipment level and plumb, unless otherwise indicated. B. Install equipment to facilitate service, maintenance, and repair or replacement of components. Connect equipment for ease of disconnecting, with minimum interference with other installations. Extend grease fittings to an accessible location. C. Install equipment to allow right of way to piping systems installed at required slope. 4.6 IDENTIFICATION A. Piping Systems: Install pipe markers on each system. Include arrows showing normal direction of flow. 1. Plastic markers, with application systems. Install on insulation segment if required for hot noninsulated piping. 2. Locate pipe markers on exposed piping according to the following: a. Near each valve and control device. b. Near each branch, excluding short takeoffs for equipment and terminal units. Mark each pipe at branch if flow pattern is not obvious. C. Near locations where pipes pass through walls or floors or enter inaccessible enclosures. d. At manholes and similar access points that permit view of concealed piping. e. Near major equipment items and other points of origination and termination. B. Equipment: Install engraved plastic -laminate sign or equipment marker on or near each major item of equipment. 1. Lettering Size: Minimum 1/4 inch high for name of unit if viewing distance is less than 24 inches, 1/2 inch high for distances up to 72 inches, and proportionately larger lettering for greater distances. Provide secondary lettering two-thirds to three -fourths of size of principal lettering. 2. Text of Signs: Provide name of identified unit. Include text to distinguish among multiple units, inform user of operational requirements, indicate safety and emergency precautions, and warn of hazards and improper operations. COMMON WORK RESULTS FOR UTILITIES 33 05 00 - 8 r . FAYETTEVILLE CITY HALL PH. II 33 05 00 C. Adjusting: Relocate identifying devices that become visually blocked by work of this or other Divisions. 4.7 CONCRETE BASES A. Concrete Bases: Anchor equipment to concrete base according to equipment manufacturer's written instructions and according to seismic codes at Project. 1. Construct concrete bases of dimensions indicated, but not less than 4 inches larger in both directions than supported unit. 2. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 18-inch centers around the full perimeter of base. 3. Install epoxy -coated anchor bolts for supported equipment that extend through concrete base, and anchor into structural concrete floor. 4. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 5. Install anchor bolts to elevations required for proper attachment to supported equipment. 6. Install anchor bolts according to anchor -bolt manufacturer's written instructions. 7. Use 3000-psi, 28-day compressive -strength concrete and reinforcement as specified in Section 033053 "Miscellaneous Cast -in -Place Concrete." 4.8 ERECTION OF METAL SUPPORTS AND ANCHORAGES A. Refer to Section 055000 "Metal Fabrications" for structural steel. B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor piped utility materials and equipment. C. Field Welding: Comply with AWS D1.1/D1.1M. 4.9 GROUTING A. Mix and install grout for equipment base bearing surfaces, pump and other equipment base plates, and anchors. B. Clean surfaces that will come into contact with grout. C. Provide forms as required for placement of grout. D. Avoid air entrapment during placement of grout. E. Place grout, completely filling equipment bases. COMMON WORK RESULTS FOR UTILITIES 33 05 00 - 9 r . FAYETTEVILLE CITY HALL PH. II 33 05 00 Place grout on concrete bases and provide smooth bearing surface for equipment. G. Place grout around anchors. H. Cure placed grout. END OF SECTION 33 05 00 COMMON WORK RESULTS FOR UTILITIES 33 05 00 - 10 41M CINCINNATI INSURANCE COMPANY CINCINNATI, OHIO KNOW ALL MEN BY THESE PRESENTS, that we Legacy Construction Management, Inc. as Principal, hereinafter called the Principal, and THE CINCINNATI INSURANCE COMPANY, 6200 S. Gilmore Road, Fairfield, Ohio 45014-5141, a corporation duly organized under the laws of the State of Ohio, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid Dollars (S 5% of bid }, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for City Hall Improvements Project# 21-73 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 10th da f November 2021 1-71� n Legacy Construction Management, Inc. (Witness) (Principal) (Seal) By: L`� U� Cs, 7 (Title) THE CINCINNATI INSURANCE COMPANY (Surety) (Seal) By: ljnc¢ Billy Eugene Bennett, Jr. Atto ey-in Fact The Company executing this bond vouches that this document conforms to American Institute of Architects Document A310, February 1970 Edition. S-2000-AIA (6/08) PUBLIC THE CINCINNATI INSURANCE COMPANY Fairfield, Ohio PONVER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That THE CINCINNA-171 INSURANCE COMPANY, a corporation organized under the State of Ohio, and having its. ffi principal oce in the City of Fmirfield, Ohio, does berc6y constitute and appoint _ der the lames Of Marvin Smith IV, Mike Luttrell, Billy Eugene Bennett, Jr., Danny Schneider, Jacque Lindsey, Adrian Luttrell, of Springdale, AIR its true and law -fail Aftrriey(s)-in-Fact to. sign, execute:, seal. I 'gra 0. and deliver on its behalf as Surety, and as its act and deed, any and all bonds, policies, undertakings, or other like instruments, asfojlovs., Fifteen Million Dollars and 00/100 ($15,000,000.00) This appointment is made under and by authority of the following rm1utio.n passed by the Boar at a meeting held in the principal. office of the Company, a uoru qnt Ding d of Directors of said Company g present and voting, on the 66 day of December, 1958, which resolution is still in effect- -RESOLVED, that the President or any Vice President be hereby authorized, and empowered to Appoint Attorricys-in- Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any, such Attorney-m- Fact to affix the corporate seat; and may with or without cause modify or revoke any such appointment or authority- Any such writings so executed by such Attorneys -in - Fact shall be binding capon the Company as if they had been duc, executed and acknowledged by the regularly elected officers of the Company," This Power of Attorney is signed and sealed by facsimile under and by the authority of the. following Resolution adopted by The Board of Directors of the Company at a meeting duly called and held on the 7" day of December, 1973. I RESOLVFD, that The si-gnature of the President or a Vice President and the seat of the Company may be affixed by (licsimile on any power of attorney granted, and the signature of the Secretary or Assistant See tart' q I . re � 'and the seal of the, Company 1-aa.v be affixed by facsimile to any certificate of any such power and any such power ol'certificate bearing such facsimile signature and seat shall be valid and binding on the Company. Any such power so executed and scaledand certified by certificate so executed and sealed I shall, with respect to any bond or undertaking to which it is attached.: continue to be valid rind binding on the Company," IN WITNESS WHEREOF, THE CINCINNATI INSURANCE COMPANY hits caused these present.,, to be sealed with its corporate seal, duty attested by its Vice President this 10"Iday of May, 2012, oaxtorrxr THE CINCItNTAT[ INSURANCE COMPANY SEAL offua' STATE OF OHIO ss- Vice President COUNTY OF BUTLER On this 106'day of May,2012, before me came the above-nained Vice President of THE CINCINNATI INSURANCE CONJPANN�, to me personally known to be the officer described herein, and acknowledged that the sea] affixed to the preceding instrument is the corporate seat of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by ebe authority and direction of %aid corporation. MARK J. H LLER, Attorney at Law NOTARY PUBLIC - STATE OF OHIO My commission has no expiration datC Section W.03 O-R.C. 1, the undersigned Sccre-tary or Assistant. Secretary of THE CINCINNATI: INSURANCE COMPANY, hereby certify that the above is -a true and correct copy of the Original Power of Attorney issued bv said Company, and do hereby further ctrtify that the said Power of Attorney is stiff in full force and c6ct. GIVEN "der my hand and seal of said Company w Fairfield, Ohio, this 1 Oth day of November 2021 SEAL II CITY OF City of Fayetteville, Arkansas Purchasing Division — Room 306 FAYETTEVILLE 113 W. Mountain A R K A N S A S Fayetteville, AR 72701 Phone: 479.575.8258 TDD (Telecommunication Device for the Deaf): 479.521.1316 INVITATION TO BID: Bid 21-73, Construction — City Hall Improvements DEADLINE: Tuesday, November 16, 2021 before 2:00 PM, Local Time ACCEPTABLE DELIVERY METHODS: (1) City's third -party bidding platform, OR (2) Sealed and delivered directly to the City of Fayetteville as instructed in the advertisement PURCHASING AGENT: Jonathan Smith, ionsmith@fayetteville-ar.gov DATE OF ISSUE AND ADVERTISEMENT: 10/17/2021 & 10/24/2021 INVITATION TO BID Bid 21-73, Construction — City Hall Improvements No late bids will be accepted. Bids shall be submitted in one of the following methods: (1) through the City's third -party electronic bidding platform, Bonfire, or (2) delivering in person via sealed envelope to the City of Fayetteville Purchasing Division. Submitting through the City's electronic bidding platform is strongly encouraged. All bids shall be submitted in accordance with the attached City of Fayetteville specifications and bid documents attached hereto. Each bidder is required to fill in every blank and shall supply all information requested; failure to do so may be used as basis of rejection. The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Manager. Name of Firm: (. �aQG/ �n��-�'(A�_ LM �Y�Ct QY Contact Person: Swve-Lliev— Title: reS t �— E-Mail: So() Jiler�.lplt Y— CrNI��� &0&1 Phone: q7q'" n _r — ©g -7 % Business Address: J City: 0.\1/��LVState: Ar Zip: 7 27C7q Signature: Date: //—l6 -- / City of Fayetteville, AR Bid 21-73, Construction — City Hall Improvements Page 1 of 14 CITY OF FAYETTEVILLE r4ff ARKANSAS Project Check List This checklist is for the Bidder's use in preparing & submitting a bid. It is not intended to include all details necessary to prepare a bid and shall not be used as a substitute for the requirements of the bid documents. Information is shown below only as a matter of convenience. Use of this checklist does not relieve the Bidder from the responsibility of meeting all requirements of the Specifications concerning the preparation of an acceptable bid. Bidders are welcome to use this form as a coversheet for a sealed envelope,- however, using this form itself is NOT a requirement. Q5% 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 and received prior to the bid deadline by making an in -person delivery appointment with the City Purchasing Division. o Upload 5% bid bond to the City's electronic bidding platform (preferred) OR attach bid bond with physical submittal and setting up an in -person delivery appointment with the City Purchasing Division. All addenda shall be signed, acknowledged, and submitted on the appropriate forms (submitting the actual addendums or marking acknowledgement on other bid pages). EAll line items shall be appropriately filled out and extended to reveal the line item price as well as the total bid price. Total base bid should be calculated in the provided space. II pages provided with signature lines shall be appropriately signed, dated accordingly, and included with submitted bid documents E? All bids shall be received before the stated deadline utilizing the City's electronic bidding platform or submitting a physical sealed bid to the location listed below. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/citvoffayettevillear. Late or misdirected bids shall not be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidder's technical equipment. All bid documents shall be delivered in a sealed envelope to the address stated in the advertisement or updated deadline issued via Addenda. All bids should be delivered with the name of the bidder (contractor) on the sealed envelope as well as the bidders Arkansas Contractor's License Number. City of Fayetteville, AR Purchasing Division —Suite 306 113 W. Mountain Fayetteville, AR 72701 Additional Information Required: • List Of Subcontractors: Submit form on Bonfire or attach if submitting a physical bid • AR Secretary of State Filing: F 1 119 3R 1 or submit on the City's electronic bidding platform • Arkansas Contractor License#:037a3, go ,QA or submit on the City's electronic bidding platform • 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 City's electronic bidding platform (preferred), OR circle applicable answer: YES or NO City of Fayetteville, AR Bid 21-73, Construction — City Hall Improvements Page 2 of 14 City of Fayetteville Bid 21-73, Construction — City Hall Improvements Advertisement City of Fayetteville, Arkansas INVITATION TO BID Bid 21-73, Construction —City Hall Improvements The City of Fayetteville is accepting package bids from properly licensed and authorized firms for city hall improvements located in Fayetteville, AR. All questions during the bidding process shall be addressed to Jonathan Smith, City Purchasing Agent, at ionsmith(@fayetteville-ar.gov. A non -mandatory Pre -Bid meeting will be held Monday, October 25, 2021 at 2:00 PM virtually via Zoom. Information regarding the pre -bid meeting is available on the project page on the City's electronic bidding platform. All interested parties are encouraged to attend. 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. All bids shall be received by Tuesday, November 16, 2021 before 2:00 PM, local time utilizing the electronic bidding software, by mail at the address listed below, or by submitting a sealed bid to the address below. All bids shall be received prior to the bid deadline. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.voutube.com/user/cityoffayettevillear. Late or misdirected bids shall not be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or failure of bidder's technical equipment. City of Fayetteville Purchasing Division — Room 306 113 West Mountain Street Fayetteville, AR 72701 Each bid exceeding $50,000 shall be accompanied by a cashier's check from a bank doing business in the State of Arkansas or a corporate bid bond in an amount not less than five (5) percent of the amount bid. In the event a bidder opts to submit a cashier's check for a bid bond, the actual physical cashier's check shall be delivered to the City prior to the deadline. A one hundred percent (100%) performance and payment bond is required with the contract awarded. A State of Arkansas Contractor's License is required for all bids exceeding $50,000 and license shall be valid at the time of bid deadline. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. The City of Fayetteville reserves the right to waive irregularities, reject bids, and postpone the award of any Contract for a period which shall not exceed beyond ninety (90) days from the bid opening date. City of Fayetteville By: Jonathan Smith, City Purchasing Agent P: 479.575.8220 Email: ionsmith(@favetteville-ar.gov TDD (Telecommunications Device for the Deaf): (479) 521-1316 Date of advertisement: 10.17.21 & 10.24.21 This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas. Amount paid: $XXX.XX. City of Fayetteville, AR Bid 21-73, Construction — City Hall Improvements Page 3 of 14 Refer to the City"s electronic bidding platform to submit bid pricing electronically. Contact the City Purchasing Division to submit a physical sealed bid. City of Fayetteville, AR Bid 21-73, Construction — City Hall Improvements Page 4 of 14 EXECUTION OF BID - Actual specification of any deficient item shall be noted on the bid sheet or separate attachment. If specifications of item bid differ from provided literature, deviation shall be documented and certified by the manufacturer as a regular production option. Upon signing this Bid, the bidder certifies that: 1. He/she has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. 2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements as specified by The City of Fayetteville. 3. 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. 4. The Bidder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. 5. 1, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein is accurate and true. 6. Bidder shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment in addition to all federal, state, and local laws. 7. Bidder shall disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Response shall disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. y 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain): 8. 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. As A bidder on this project, you are required to provide debarment/suspension certification indicating that you are in compliance with the below Federal Executive Order. Certification can be done by completing and signing this form. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. City of Fayetteville, AR Bid 21-73, Construction — City Hall improvements Page 5 of 14 b. Your signature below certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. Unsigned bids will be rejected. Items marked * are mandatory for consideration. *NAME OF FIRM:USO�CLCVnS4rvx4_ffl icfA Purchase Order/Payments shall be issuYd to this name *D/B/A or Corporation Name *BUSINESS ADDRESS: % , d_0cr� Uree k J� *CITY: �Q�/��TQV�� 1e. *STATE: A-f- *PHONE: 47 - D 4) - 0 g % % FAX: *E-MAIL: S0-o! Lt er(_ ( eac-cv - Ct yi s+, Cdw�- *BY: (PRINTED NAME) *AUTHORIZED SIGNATURE: L� *TITLE: Pre S� � cyl T DUNS NUMBER: *TAX ID NUMBER: Viak-- CAGE NUMBER: Acknowledge Addendums: Addendum No. L Dated: Ogg 91 Acknowledged by Addendum No Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: Addendum No. Dated: Acknowledged by: *ZIP: / oZ 76 Y ALL BIDDERS SHALL COMPLETE THE "TECHNICAL SPECIFICATION" SECTION WITH BID. FAILURE TO SUBMIT A RESPONSE ON THE PROVIDED "TECHNICAL SPECIFICATION" FORM IN A COMPLETED FORMAT CAN RESULT IN BID REJECTION. City of Fayetteville, AR Bid 21-73, Construction -City Hall Improvements Page 6 of 14 City of Fayetteville Bid 21-73, Construction — City Hall Improvements General Terms and Conditions 1. SUBMISSION OF BID & BID EVALUATION: a. Bids shall be reviewed following the stated deadline, as shown on the cover sheet of this document. b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division. c. Bidding documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic bidding platform at www.fayetteville-ar.gov/bids. All bids shall be received by the deadline, utilizing the electronic bidding software or as stated in the bid advertisement. Submitting a bid electronically is strongly encouraged. A public bid opening will be conducted shortly after the deadline at City Hall and livestreamed at https://www.youtube.com/user/cityoffavetteviIlear. No late bids shall be accepted. The City of Fayetteville shall not be responsible for lost or misdirected bids, or for failure of proposer's technical equipment. d. The City will not be responsible for misdirected bids. Vendor should call the Purchasing Office at 479.575.8258 to ensure correct receipt of bidding documents prior to opening time and date listed on the bid form. e. Bidders shall have experience in providing products and/or services of the same or similar nature. f. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in its response to the bid. Failure to do so may lead the City to declare any such term non- negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration for award. g. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be received before the time as shown by the atomic clock located in the Purchasing Division Office. h. Bids will be evaluated and awarded based on the best interest of the City of Fayetteville. The City reserves the right to award bids in their entirety, none, or by line item. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION: No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification to the requirements of the bid. All such addenda shall become part of the contract documents. The City will not be responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the contract. City of Fayetteville, AR Bid 21-73, Construction — City Hail Improvements Page 7 of 14 3. DESCRIPTION OF SUPPLIES AND SERVICES: Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design, and specification as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing Division. The City of Fayetteville reserves the right to accept or reject any requested equal. 4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS: In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following: a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the City. b. The City of Fayetteville reserves the right to accept or reject any or all bids. c. The City of Fayetteville reserves the right to cancel the entire bid. d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the invitation to bid or in bids submitted. e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information, or data without changing the terms of the bid. 5. COSTS INCURRED BY BIDDERS: All expenses involved with the preparation and submission of bids to the City, or any work performed in connection therewith, shall be borne solely by the bidder(s). No payment will be made for any responses received, or for any other effort required of, or made by, the bidder(s) prior to contract commencement. 6. CONFLICT OF INTEREST: a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville Code Section 34.26 titled "Authority of City Employee to Contract with the City". b. All bidders shall promptly notify Amanda Beiifuss, City Purchasing Agent, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may influence or appear to influence the bidder's judgment or quality of services being provided. Such written notification shall identify the prospective business association, interest or circumstance, the nature of which the bidder may undertake and request an opinion to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the bidder. The City agrees to communicate with the bidder its opinion via e-mail or first-class mail within thirty days of receipt of notification. 7. WITHDRAWL OF PROPOSAL: A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the Purchasing Division. City of Fayetteville, AR Bid 21-73, Construction — City Hall Improvements Page 8 of 14 8. LATE PROPOSAL OR MODIFICATIONS: Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders should call the Purchasing Division at (479) 575-8258 to ensure receipt of their submittal documents prior to opening time and date listed. 9. LOCAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS• a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to this contract. b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small, minority and women business enterprises to bid on and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their contract to qualified small, minority and women business enterprises. 10. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal. Eligible Users shall mean all state of Arkansas agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms and conditions of the contract. 11. COLLUSION: The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that his or her bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action." 12. RIGHT TO AUDIT FOIA, AND JURISDICITON: a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to purchases between the City and said vendor. Freedom of information Act: City contracts and documents prepared while performing City contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the (Contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law applying to the case. City of Fayetteville, AR Bid 21-73, Construction — City Hall Improvements Page 9 of 14 13. CITY INDEMNIFICATION: The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City. 14. VARIANCE FROM STANDARD TERMS & CONDITIONS: All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to submitting a proposal on this requirement. 15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call 479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately. 16. PROCUREMENT POLICY FOR RECYCLED MATERIALS: The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the City and that such practices will serve as a model for other public entities and private sector companies. 17. PAYMENTS AND INVOICING: The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted for payment as a result of award of this bid. Further, the successful bidder is responsible for immediately notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used at the time of the original bid. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest, fees, or penalty for untimely payments. Payments can be processed through bidder's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to any nonrefundable deposit or retainer that would remain property of the bidder even if the hourly work actually performed by the bidder would not justify such fee. The City will pay the awarded bidder based on unit prices provided on invoicing. Progress payments will be made after approval and acceptance of work and submission of invoice. Payments will be made within 30 days of accepted invoice. 18. CANCELLATION: a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill or abide by any of the terms or conditions specified. b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the discretion of the City of Fayetteville. City of Fayetteville, AR Bid 21-73, Construction —City Nall improvements Page 10 of 14 c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. 19. ASSIGNMENT, SUBCONTRACTING, CORPORATE ACQUISITIONS AND/OR MERGERS: a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall disclose such intent in the bid submitted as a result of this bid. b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to the bid, without exception shall constitute approval for purpose of this Agreement. 20. NON-EXCLUSIVE CONTRACT: Award of this bid shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -term contracts, this provision shall apply separately to each item. 21. LOBBYING: Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any member of the bidder's/proposer's/protestor's staff, and agent of the bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action or non -action in connection with any request for proposal, request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected. City of Fayetteville, AR Bid 21-73, Construction — City Hall Improvements Page 11 of 14 22. ADDITIONAL REQUIREMENTS: The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional requirements as may become necessary. 23. ADD OR DELETE LOCATIONS OR SERVICES: The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms, conditions, and specifications. 24. INTEGRITY OF BID DOCUMENTS: Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the bidder's response and presented in the form of an addendum to the original bid documents. 25. CERTIFICATE OF INSURANCE: The successful bidder shall provide a Certificate of Insurance in accordance with specifications listed in this request for proposal, prior to commencement of any work. Such certificate shall list the City of Fayetteville as an additional insured. Insurance shall remain valid, when applicable, throughout project completion. This bid is considered a public improvement bid. Public improvement bids with a total of $20,000 or more shall submit certificates of insurance within 10 days of notice of notice to proceed, after City Council approval. Certificates of insurance are to be addressed to the City of Fayetteville, showing that the contractor carries the following insurance which shall be maintained throughout the term of the bid. Any work sublet, the contractor shall require the subcontractor similarly to provide the same insurance coverage. In case any employee engaged in work on the project is not protected under Workers' Compensation, the Contractor shall provide, and shall cause each subcontractor to provide, adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Workers' Compensation: Statutory Amount Comprehensive General & Automotive Liability: $250,000 each person. Property Damage Liability: 26. PRICING: $500,000 aggregate. $100,000 aggregate. a. Quoted prices shall be firm through XXXXXX XX, 2022. 27. OTHER GENERAL CONDITIONS: a. Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of the contract. No representations shall be binding unless embodied in the contract. City of Fayetteville, AR Bid 21-73, Construction — City Hall Improvements Page 12 of 14 b. Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products and services presented. Sales taxshallnotbeincludedinthe bidprice. Applicable Arkansas sales tax laws will apply when necessary but will not be considered in award of this project. c. Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of services to the City of Fayetteville. d. Bidders must provide the City with their bids signed by an employee having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. e. The City reserves the right to request any additional information it deems necessary from any or all bidders after the submission deadline. The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the city to pay for any costs incurred by bidder in preparation. It shall be clearly understood that any costs incurred by the Proposer in responding to this request for proposal is at the bidder's own risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted. g. If products, components, or services other than those described in this bid document are proposed, the bidder must include complete descriptive literature for each. All requests for additional information must be received within five working days following the request. h. NOTE: Any uncertainties shall be brought to the attention to Jonathan Smith immediately via telephone (479575.8220) or e-mail (jonsmith@fayettevilie-ar.gov). It is the intent and goal of the City of Fayetteville Purchasing Division to provide documents providing a clear and accurate understanding of the scope of work to be completed and/or goods to be provided. We encourage all interested parties to ask questions to enable all bidders to be on equal bidding terms. i. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Jonathan Smith, City of Fayetteville, Purchasing Agent via e-mail (jonsmith(@fayetteville-ar.gov) or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. j. Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to properly respond to this bid. The bid is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements but is not intended to limit a bid's content or to exclude any relevant or essential data. k. Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any similar basis. !. The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due hereunder without written consent of City of Fayetteville. In case the successful bidder assigns all or any part of any monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially to the effect that is agreed that the right of the assignee in City of Fayetteville, AR Bid 21-73, Construction — City Nail Improvements Page 13 of 14 and to any monies due or to become due to the successful bidder shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the services called for in this contract. m. The successful bidder's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The successful bidder shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner affecting those engaged or employed in providing these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same in writing to City of Fayetteville. n. Burning will not be allowed on the site. o. Any dumpster used on site shall be acquired from the City of Fayetteville Solid Waste and Recycling Division. Use of other commercial third -party containers is not allowed. 28. INVOICING: All invoices shall be presented to the City with the minimum information listed below. a. City Department that ordered the materials or services b. Order Date c. Delivery date or the date of services d. Name of the City Employee that requested or picked up the goods, materials, or service e. Bid Number that applies to the purchase and invoices. Amounts in the bid shall match invoicing. 29. ATTACHMENTS TO BID DOCUMENTS: N/A City of Fayetteville, AR Bid 21-73, Construction —City Hall Improvements Page 14 of 14 CITY OF FAYETTEVILLE, ARKANSAS: CITY HALL RENOVATIONS, PHASE 11 113 W MOUNTAIN STREET FAYETTEVILLE, AR 72701 COMM. NO. 48618 October 5, 2021 - BID SPECS D � M X ARCHITECTURE Responses Success: All data is valid! Bid 21-73, Lump Sum Bid Success: All values provided #1-1 Mobilization (Shall not exceed 5 % of total bid). 1 Lump Sum $ 2,000.00 $ 2,000.00 Success: All values provided #1-2 Bonds and Insurance 1 Lump Sum $ 8,500.00 $ 8,500.00 Success: All values provided #1-3 City Hall Renovations (Total Lump Sum) 1 Lump Sum $ 657,737.00 $ 657,737.00 Deductive Alternate No. 1 Remove all work associated with the removal Success: All values provided #2-1 and repaving of the alley on the west side of the Administration Building. All work south of the Admin Building to remain. Deductive Alternate No. 2 Success: All values provided #3-1 Remove all work associated with the composite panel facade on the Annex Building. Deductive Alternate No. 3 Remove all work associated with the composite Success: All values provided #4-1 panel facade on the City Administration Building. 1 Lump Sum $ 15,100.00 $ 15,100.00 1 Lump Sum $ 27,004.00 $ 27,004.00 1 Lump Sum $ 63,071.00 $ 63,071.00 Bid 21-73, Construction -City Hall Improvements - Proposal Data sm=wee I 1 I' return Supplier summary annual area gxstwe, the conmcm,ae�a that they are reat eb�we anew Licenser er���nl �earcnn running pro, `insis ` ten:: entry as contractor enan m mycon Israel, the contract must n sbyeue cmbarna public any in varying papacy Constructain ana ral Inc. atvvias 0372390522 va tit5tcsn nt5cem¢pz my, smr �� CITY OF Vim FAYETTEVILLE ARKANSAS BID TABULATION BID 21-73, CONSTRUCTION - CITY HALL IMPROVEMENTS DEADLINE: TUESDAY, NOVEMBER 16, 2021 BEFORE 2 PM, LOCAL TIME CERTIFICATION OF FUNDS Certified Funds $ 650,000.00 25%Additional Allowance Allowed Per State Law $ 162,500.00 Maximum Award Amount $ 812,500.00 SUMMARY OF ALL BID SCHEDULES CDI Contractors Legacy Construction Milestone Construction Management, Inc. TOTAL BASE BID (All Bid Schedules) $ 602,389.00 $ 563,062.00 $ 623,651.07 Total - Bid Schedule 1 $ 738,185.00 $ 668,237.00 $ 709,718.76 Total - Bid Schedule 2 (Deductive Alternate 1 of 3) $ (17,357.00) $ (15,300.00) $ (11,675.00) Total - Bid Schedule 3 (Deductive Alternate 2 of 3) $ (24,609.00) $ (27,004.00) $ (22,083.58) Total - Bid Schedule 4 (Deductive Alternate 3 of 3) $ (93,830.00) $ (63,071.00) $ (52,309.11) DETAILS OF BID SCHEDULES Items UnitPrice TotalCost UnitPrice TotalCost UnitPrice TotalCost Mobilization (Shall not exceed 5%of total bid). $35,152.00 $35,152.00 $2,000.00 $2,000.00 $5,000.00 $5,000.00 Bonds and Insurance $8,890.00 $8,890.00 $8,500.00 $8,500.00 $11,685.76 $11,685.76 City Hall Renovations (Total Lump Sum) $694,143.00 $694,143.00 $657,737.00 $657,737.00 $693,033.00 $693,033.00 TOTAL COST FOR BID SCHEDULE I ' -. $738,185.00 $668,237.00 $709,718.76 Remove all work associated with the removal and repaving of the alley on the west side of the Administration Building. All work south ofthe Admin Building to remain. ($17,357) ($17,357) $15,100.00 ($15,100.00) $11,675.00 ($11,675.00) TOTAL COST FOR BID SCHEDULE 2 - DEDUCTIVE ALTERNATE Al OF 3 ! ($17,357) ($15,100.00) ($11,675.00) - Remove all work associated with the composite panel facade on the Annex Building. ($24,609) ($24,609) $27,004.00 ($27,004.00) $22,083.58 ($22,083.58) TOTAL COST FOR BID SCHEDULE 3 - DEDUCTIVE ALTERNATE H2 OF 3 ($24,609) ($27,004.00) ($22,083.58) Remove all work associated with the composite panel facade on the City Administration Building. ($93,830) ($93,830) $63,071.00 ($63,071.00) $52,309.11 ($52,309.11) TOTAL COST FOR BID SCHEDULE 4 - DEDUCTIVE ALTERNATE A3 OF 3 ($93,830) ($63,071.00) ($52,309.11) CITY OF FAY ETT EVILLE ARKANS ARKANSAS Bid 21-73, Construction - City Hall Improvements - Bid 21-73, Construction - City Hall Improvements Project Overview Project Details Reference ID Bid 21-73, Construction - City Hall Improvements Project Name Bid 21-73, Construction - City Hall Improvements Project Owner Jonathan Smith Project Type ITB Department Purchasing Budget $0.00 - $0.00 The City of Fayetteville, Arkansas is seeking qualified vendors for city hall Project Description renovations. All questions should be addressed to Jonathan Smith, Sr. Purchasing Agent, at jonsmith@fayetteville-ar.gov. Open Date Oct 17, 2021 12:00 AM CDT Close Date Nov 16, 2021 2:00 PM CST Highest Scoring Supplier Legacy Construction Management, Inc. Seal status Score 100 pts CITY OF FAYETTEVILLE ARKANS ARKANSAS Requested Information Unsealed on Unsealed by Bid Bond Nov 16, 2021 2:02 PM CST Jonathan Smith Required Signature Forms Nov 16, 2021 2:02 PM CST Jonathan Smith AR Secretary of State Filing # Nov 16, 2021 2:02 PM CST Jonathan Smith Arkansas Contractor's License Nov 16, 2021 2:02 PM CST Jonathan Smith 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 Nov 16, 2021 2:02 PM CST Jonathan Smith while in contract, with any public entity as defined in §25- 1-503. If at any time during contract the contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing. Bid 21-73 Bid Table (BT-04TV) Nov 16, 2021 2:02 PM CST Jonathan Smith 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 AdMlb CITY OF FAY ETT EVILLE ARKANS ARKANSAS Committee. If any such conflict of interest arises during the Committee's review of this project, I will immediately report it to the Purchasing Director. Name Date Signed Has a Conflict of Interest? Jonathan Smith Nov 16, 2021 2:03 PM CST No CITY OF FAY ETT EVILLE ARKANS ARKANSAS Public Notices Bid 21-73, FILE 03 - Addendum 1 Jonathan Smith, Oct 29, 2021 9:49 AM CDT Addendum 1 has been uploaded to Bonfire. This addendum was used to answer all questions submitted to the Purchasing Division as well as to provide a complete list of all pre -bid meeting attendees. JUM na KAN TEVILLE sas Submissions Supplier Date Submitted I Name Legacy Construction Nov 16, 2021 1:25 PM Matthew Stovall Management, Inc. CST Milestone Construction Nov 16,2021 CST 1:27 PM Lance Norsworthy CDI Contractors Nov 16, 2021 CST 1:54 PM I CDI CONTRACTORS, LLC Email Confirmation Code mstovall@legacy-const.com MTcOMTAw Iorsworthy@mstonecc.com I MTcOMTA2 bsmith@cdicon.com MTcOMT15 JUM na KAN TEVILLE sas Project Criteria Criteria Points I Description Total Lump Sum Bid Price 100 pts I Total Lump Sum Bid Within Certified Funds Pass/Fail I Total base bid must be within 125% of certified funds. Total 100 pts ._ FFaYEx TEV ILLE SAS Scoring Summary Active Submissions Total Total Lump Sum Bid Price Supplier 1100 pts 1100 pts Legacy Construction Management, 100 pts 100 pts ($563,062.00) Inc. CDI Contractors 1 93.47 pts 93.47 pts ($602,389.00) Within Certified Funds Pass/Fail Pass Pass Milestone Construction 1 90.28 pts 90.28 pts ($623,651.07) 1 Pass .'TEVILLE aacax sas Proposal Scores Legacy Construction Management, Inc. - Scoring Summary Evaluation Group 1 - Main Evaluation Reviewer Amanda Beilfuss Andrea Foren Jonathan Smith Calculated: Total / 100 pts Total Lump Sum Bid Price / 100 pts 100 pts $563,062.00 Average: $563,062.00 1 100 pts 100 pts ($563,062.00) Within Certified Funds Pass/Fail Pass Pass 1 Pass JUM ..KAN TEVILLE sas Milestone Construction - Scoring Summary Evaluation Group 1 - Main Evaluation Total Total Lump Sum Bid Price Reviewer / 100 pts / 100 pts Amanda Beilfuss - - Andrea Foren - Jonathan Smith 90.28 pts $623,651.07 Average: $623,651.07 1 Calculated: 90.28 pts 90.28 pts ($623,651.07) Within Certified Funds Pass/Fail Pass Pass 1 Pass VimFAYE TEV ILLE SAS CDI Contractors - Scoring Summary Evaluation Group 1 - Main Evaluation Total Total Lump Sum Bid Price Reviewer / 100 pts / 100 pts Amanda Beilfuss - - Andrea Foren - Jonathan Smith 93.47 pts $602,389.00 Average: $602,389.00 1 Calculated: 93.47 pts 93.47 pts ($602,389.00) Within Certified Funds Pass/Fail Pass Pass 1 Pass FAYET .' aK KAK TEVILLE sas Proposal Score Comments Legacy Construction Management, Inc. - Scoring Comments Total Lump Sum Bid Price - Reviewer Scores Reviewer Score Reason Jonathan Smith 100 pts ($563,062.00) Within Certified Funds - Reviewer Scores Reviewer Score Reason Jonathan Smith Pass Meets the requirement(s) Comments Total Base Bid Comments Within the certified amount. .� an KAN TEVILLE sas Milestone Construction - Scoring Comments Total Lump Sum Bid Price - Reviewer Scores Reviewer I Score Jonathan Smith 190.28 pts ($623,651.07) Within Certified Funds - Reviewer Scores Reason Reviewer Score Reason Comments Total Base Bid Comments Jonathan Smith I Pass I Meets the requirement(s) I Within the certified amount. wxcaxsnsV ILLE CDI Contractors - Scoring Comments Total Lump Sum Bid Price - Reviewer Scores Reviewer Score Jonathan Smith 93.47 pts ($602,389.00) Within Certified Funds - Reviewer Scores Reason Comments Total Base Bid Reviewer Score Reason Jonathan Smith Pass Meets the requirement(s) Comments Within the certified amount. CITY OF FAYETTEVILLE ARKANS ARKANSAS Signatures Name Signatures Jonathan Smith Digitally signed by Jonathan (Project Owner) Jonathan Smith Smith Date: 2021.11.29 16:04:10-06'00' Amanda Beilfuss (Evaluator) Andrea Foren (Evaluator) Digitally signed Andrea by Andrea Foren Date: 2021.11.30 Foren 11:04:19-06'00' Andrea Foren Digitally signed by Andrea Foren Date: 2021.11.30 11:04:01-06'00' Jonathan Smith Digitally signed by Jonathan (Evaluator) Jonathan Smith Smith Date: 2021.11.29 16:04:33-06'00'