Loading...
HomeMy WebLinkAboutPR 21008: CONTRACT WITH SPAWGLASS CONSTRUCTION CORP. ROOF REPAIRS SENIOR CENTER www.Po rtArth u rTx.gov INTEROFFICE MEMORANDUM Date: August 9, 2019 To: The Honorable Mayor and City Council Through: Ron Burton, Interim City Manager From: Chandra Alpough, Director of Parks and Recreation 'L- RE: P.R. 21008 -Contract with SpawGlass Construction Corp. of Houston, Texas for Roof Repairs at the Recreation/Senior Center Introduction: The intent of this Agenda Item is to request the City Council's approval of P.R. No. 21008 authorizing the City Manager to execute a contract with SpawGlass Construction Corp. of Houston, Texas, for roof repairs at the Recreation/Senior Center in an amount not to exceed $93,508.00. Background: The City of Port Arthur's Recreation/Senior Center has been neglected and has sustained substantial damages over the years. It is deemed in the best interest of the City of Port Arthur to address the concerns of the roof in order to preserve the existing structures and provide safe working and recreation environments for the employees and citizens. Pursuant to Resolution No. 18-079, a Duro-Last covering was placed on the existing damaged roof. Staff noticed that some of the areas of the roof are still leaking despite the Duro-Last covering. In addition,parts of the corrugated metal roof deck has deteriorated and has collapsed in the pool area. The Recreation and Senior Center has multiple roofs with multiple elevations that connect. Some of the roofs have drains that are slightly elevated that cause water to drain and hold water in some areas. This ponding water has caused the underside of the roof deck to deteriorate and collapse. Also, where the two roofs join, there is a leak. There is also a gap between the pool cover and the wall. Sigma Engineering, Inc. of Beaumont, Texas has assessed the current roof situation and designed the repairs for the roof and corrugated metal roof deck. Budget Impact: Funding in the amount of$93,508.00 is available for this purpose in the Capital Improvement Fund Account Number 307-1601-591.95-00. "Remember,we are here to serve the Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 Recommendation: It is recommended that the City Council approve P.R. No. 21008 the City Manager to execute a contract with SpawGlass Construction Corp. of Houston, Texas, for roof repairs at the Recreation/Senior Center in an amount not to exceed$93,508.00. "Remember,we are here to serve the Citizens of Port Arthur" P.O.Box 1089 X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 P. R. #21008 08/09/2019 ca RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT FOR ROOF REPAIRS AT THE RECREATION/SENIOR CENTER WITH SPAWGLASS CONSTRUCTION CORP. OF HOUSTON, TEXAS, IN THE AMOUNT OF $93,508.00 CAPITAL IMPROVEMENT FUND ACCOUNT NO. 307-1601-591.95-00. WHEREAS, the City of Port Arthur's Recreation/Senior Center has been neglected and sustained substantial damages over the years, warranting the need for repair; and, WHEREAS, pursuant to Resolution 18-079, Scarborough Industries, Inc. of Orange, Texas repaired the damaged roof at the Recreation and Senior Center; and, WHEREAS, parts of the roof still leak and the underside of the roof deck in the pool area has collapsed; and, WHEREAS, Sigma Engineers, Inc. of Beaumont, Texas, assessed the current roof situation and provided a design to have the roof repaired; and, WHEREAS, one bid was received on July 17, 2019 for the roof repairs at the Recreation/Senior Center; and, WHEREAS, Spawglass Construction Corp. of Houston, Texas was the only bidder with a bid amount of$93,508.00; and, NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR, TEXAS: Section 1. That the facts and opinions in the preamble are true and correct. Section 2. That City Manager is hereby authorized and directed to execute on behalf of the City of Port Arthur a contract between the City of Port Arthur and SpawGlass Construction Corp. of Houston, Texas, for roof repairs at the Recreation/Senior Center in the amount of$93,508.00, in substantially the same form as attached hereto as Exhibit"A". P. R. #21008 08/09/2019 ca Section 3. That a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED THIS day of , A.D., 2019, at a Regular Meeting of the City Council of the City of Port Arthur, by the following vote: AYES: (Mayor) Councilmembers: NOES: Thurman"Bill"Bartie Mayor ATTEST: Sherri Bellard City Secretary APPROVED AS TO FORM: / ./ ///�` f/ Val izeno, E re. 700p City Attorney P. R. #21008 08/09/2019 ca APPROVED AS TO ADMINISTRATION: Ron Burton Interim City Manager CkLaLIYLdWL a,apy Chandra Alpough Director of Parks and Recreation APPROVED AS TO AVAILABILITY OF FUNDS: , Ai {. Ra. b iac OQ Kandy Daniel Interim Director of Finance , L'AJL Clifto' Williams, CPPB Purchasing Manager Exhibit "A" AN AGREEMENT FOR ROOF REPAIRS AT THE RECREATION/SENIOR CENTER BETWEEN THE CITY OF PORT ARTHUR AND SPAWGLASS CONSTRUCTION CORP. THIS AGREEMENT, made this day of , 2019 by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY" and SPAWGLASS CONSTRUCTION CORP., hereinafter called"CONTRACTOR". WITNESSED: That for and in consideration of the payments, terms, conditions, and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The CONTRACTOR will commence the work required by the Contract Documents upon Receipt of a Notice to Proceed. The work to be performed under this Contract will be completed within 45 days of commencement. 2. The CITY can terminate this contract at its convenience, which includes, but is not limited to, funding not being available in any budget cycle with ten (10) days written notice. Any terms and conditions stated in original specifications will apply to any extended periods. 3. The CONTRACTOR will perform roof repairs at the Recreation/Senior Center [1308 9th Avenue, Port Arthur,Texas] for the City of Port Arthur as stated in the Contract Documents. 4. During the term of this Contract, the CONTRACTOR will furnish at his own expense all of the materials, supplies, tools, equipment, labor and other services necessary to perform the repairs delineated in the bid specifications. 5. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for a price not to exceed $93,508.00. 6. The CONTRACTOR will ensure the Recreation/Senior Center is free of all debris and ready for City use once all repairs are complete. 7. The term"Contract Documents" means and includes the following: 1) Agreement 2) Advertisement for Bids 3) Addenda 4) General Information 5) Specifications 6) Bid 7) Notice of Award 8) Notice to Proceed 8. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 9. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duty authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of 2019 ATTEST CITY OF PORT ARTHUR BY CITY SECRETARY Signed on the day of 2019 ATTEST SPAWGLASS CONSTRUCTION CORP. BY CITY SECRETARY CITY OF PORT ARTHUR, TEXAS ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 p.m., Wednesday, July 10, 2019 and all bids received will thereafter be opened and read aloud at 3:15 P.M., on Wednesday, July 10, 2019 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: ROOF REPAIRS AT THE RECREATION CENTER MANDATORY PRE-BID MEETINGS IS SCHEDULED FOR THURSDAY, JUNE 27, 2019 AT 10:00 A.M. AT THE RECREATION CENTER LOCATED AT 1308 9' AVENUE, PORT ARTHUR, TEXAS Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office, 444 4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at www.portarthurtx.gov or www.publicpurchase.com. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. rL ( 2z, Clifton Williams, CPPB Purchasing Manager FIRST PUBLICATION: JUNE 18, 2019 SECOND PUBLICATION: JUNE 25,2019 mignor SIGMAENGINEERS agivr Innovative Solutions I Solid Designs Port Arthur Recreation Center Roof Repairs SEI Project# 19-115 ADDENDUM NO. 1 Monday, July 08, 2019 TO ALL CONTRACTORS SUBMITTING PROPOSALS: You are hereby advised of the following changes, clarifications, or modifications of the project scope and manual for the above referenced project. Contractor is to incorporate the enclosed changes in his bid. Contractor is also required to acknowledge receipt of this addendum. All other conditions of the bid documents will remain the same. GENERAL 1. The contractor shall remove the (5)five existing recess lights under the existing soffit. Terminate electrical wire with wire nuts and enclose the ends in a junction box. Provide solid faceplate. 2. The contractor shall remove existing sealant around the aluminum structure and replace with siliconized elastomeric sealant. 3. Bid date has been changed to Wednesday, July 17, 2019.Time and location will remain the same. End of Addendum 1 4099 Caider Avenue I Beaumont,Texas 77706 4egistrations: Telephone:(409)898-1001 TBPE F-003645 I LAPELS 4929 I Alberta,Canada P-11246 TECHNICAL SPECIFICATIONS MANUAL City of L ,\ . ' )10 % ort rth u Texas City of Port Arthur Recreation and Senior Center 1308 9' Avenue, Port Arthur, Texas 77642 Roof Repairs BID # P19-074 "It?"i•, SIGMAENGINEEPS 4666 Innovative Solutions sig s SEI Project No. 19-115 April 2019 Set No. DERRICK FORD FREEMAN,MAYO REBECCA UNDERHILL HAROLD DOUCET,SR.MAYOR PRO TEM INTERIM CITY MANAGER of COUNCIL MEMBERS: City SHERRI BELLARD,TRMC RAYMOND SCOTT,JR. �, � CITY SECRETARY CAL J.JONES THOMAS J.KINLAW 111 VAL TIZENO CHARLOTTE MOSES ort rt h u r CITY ATTORNEY KAPRINA FRANK 7t i c JUNE 16, 2019 INVITATION TO BID Roof Repairs at the Recreation Center DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday,July 10, 2019 (The clock located in the City Secretary's office will be the official time.) All bids received will be read aloud at 3:15 p.m. on Wednesday, July 10, 2019 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. MARK ENVELOPE: P19-074 DELIVERY ADDRESS: Please submit one(1) original and one(1)copy of your bid to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4th Floor PORT ARTHUR,TEXAS 77641 PORT ARTHUR,TEXAS 77640 POINTS OF CONTACT: Questions concerning the Invitation to Bid or Scope of Work should be directed in writing to: City of Port Arthur, TX Clifton Williams, Purchasing Manager P.O. Box 1089 Port Arthur,TX 77641 clifion.williams(cDportarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 10891 114 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291 The enclosed INVITATION TO BID (ITB) and accompanying GENERAL INSTRUCTIONS, CONDITIONS SPECIFICATIONS, are for your convenience in submitting bids for the enclosed referenced services for the City of Port Arthur. Bids must be signed by a person having authority to bind the firm in a contract. Bids shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL BIDS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed ITB submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted ITB submittals will not be accepted. Cieo&o.e. / Clifton Williams, CPPB Purchasing Manager INVITATION TO BID ROOF REPAIRS AT RECREATION CENTER (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? 'Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: I Telephone: Mailing Address: Email: City, State, Zip Code: Date: MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Roof Repairs at the Recreation Center will be held on Thursday, June 27, 2019 at 10:00 p.m. at the Recreation Center located at 1308 9th Avenue, Port Arthur= Texas. The purpose of the Mandatory Pre-Bid Conference is to make certain that the scope of work is fully understood, to answer any questions, to clarify the intent of the Contract Documents, and to resolve any problems that may affect the project construction. No addendum will be issued at this meeting, but subsequent thereto, the Purchasing Manager, if necessary, will issue an addendum(s) to clarify the intent of the Contract Documents. Bids received from firms or individuals not listed on the roll of attendees of the Mandatory Pre-Bid Conference will be rejected and returned unopened to the bidder. Table of Contents RETURN SECTION TITLE WITH BID A. ADVERTISEMENT FOR BIDS B. SPECIFICATIONS SECTION 0015- GENERAL REQUIREMENTS . . 1-5 SECTION 0020- BID PROPOSAL FORM . 1-4 YES SECTION 0050 - INSURANCE REQUIREMENTS FOR CONTRACTORS SECTION 01010 - SUMMARY 1-3 SECTION 01020 -ALLOWANCES 1-1 SECTION 01090 - DEFINITIONS AND STANDARDS 1-6 SECTION 01205- PROCEDURES AND CONTROLS 1-2 SECTION 01300 - SUBMITTALS 1-3 SECTION 01310 - SCHEDULES, REPORTS, PAYMENTS 1-2 SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES 1-3 SECTION 01500 -TEMPORARY FACILITIES 1-3 SECTION 01631 - PRODUCTS AND SUBSTITUTIONS 1-4 SECTION 01700 - PROJECT CLOSEOUT 1-3 SECTION 01710 - CLEANING 1-2 SECTION 01740 -WARRANTIES /GUARANTEES 1-1 SECTION 05300- METAL DECKING 1-3 SECTION 05400 - COLD-FORMED METAL FRAMING 1-2 SECTION 05580 - MISCELLANEOUS SHEET METAL 1-8 SECTION 075419- POLYVINYL-CHLORIDE ROOFING 1-9 SECTION 07600 - FLASHING AND SHEET METAL 1-2 C. GENERAL INFORMATION 1-7 YES D. NON COLLUSION AFFIDAVIT YES E. AFFIDAVIT PAGE YES F. CONFLICT OF INTEREST(IF NO CONFLICT WRITE NA ON LINE 1 AND SIGN/DATE LINE 7) YES G. HOUSE BILL 89 VERIFICATION YES H. SB252 YE.S SECTION A .:? DVEW7'l SE.MENT FOR BM CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids, addressed to the City of Port Arthur, will be received at the Office of the City Secretary, City Hall 444 4th Street or P. O. Box 1089, Port Arthur, Texas 77641 no later than 3:00 p.m., Wednesday, July 10, 2019 and all bids received will thereafter be opened and read aloud at 3:15 P.M., on Wednesday, July 10, 2019 in the City Council Chambers, 5th Floor,City Hall, Port Arthur, Texas for certain services briefly described as: ROOF REPAIRS AT THE RECREATION CENTER MANDATORY PRE-BID MEETINGS IS SCHEDULED FOR THURSDAY,JUNE 27, 2019 AT 10:00 A.M. AT THE RECREATION CENTER LOCATED AT 1308 9T" AVENUE, PORT ARTHUR, TEXAS Bids received after the deadline stated above, regardless of method of delivery, will not be considered and returned unopened. Copies of the Specifications and other Contract Documents are on file in the Purchasing Office, 444 4th Street, City of Port Arthur, and are open for public inspection without charge. They can also be retrieved from the City's website at ww.ww.portarthurtx._tov or v4 ww.publicpurchase.com. The City of Port Arthur reserves the right to reject any and all bids and to waive informalities. Per Chapter 2 Article VI Sec. 2-262(C) of the City's Code of Ordinance, the City Council shall not award a contract to a company that is in arrears in its obligations to the City. Cliften Williams, CPPB Purchasing Manager FIRST PUBLICATION: JUNE 18, 2019 SECOND PUBLICATION: JUNE 25,2019 SECTION B !il SPECIFICATIONS SECTION 0015-GENERAL REQUIREMENTS OF CONTRACT 1. EXECUTION, CORRELATION, AND INTENT Precedence of the Contract Documents: The most recently issued Document takes precedence over previous issues of the same Document. The order of precedence in descending order as follows: a) Contract signed by Contractor and Owner. b) Addenda c) Project Manual and Drawings. d) General Conditions. 2. PROJECT MANUAL AND DRAWINGS Project Manual and Drawings are equal in authority and priority. Should they disagree in themselves or with each other, prices shall be based on the most expensive combination of quality and quantity of work indicated. The Engineer will determine the appropriate method of performing the work in the event of the above-mentioned disagreements. In order to emphasize the technical provisions and also to obtain brevity, the words "The Contractor shall" and such similar phrases are omitted from this Project Manual. Where the word "Provide" appears, interpret it to mean "Furnish all labor, materials, and equipment necessary to install". The Project Manual is written as instructions to the Contractor;Where "you" is inferred, as for example, "Set in place this item"the inferred "you" means"The Contractor shall,"or"The Subcontractor shall" as the case may be. The Contractor shall be responsible for all grades, lines, and levels and for work being done within the permissible limits established by the Drawings. 3. PROGRESS SCHEDULE The Contractor shall furnish within ten (10) days after award of Contract, on an approved form, a schedule showing the approximate time of beginning and finishing each part or division of work. Also forward to the Owner, with each request for partial payment of the Contract, a summary of the progress of the various parts of the work, be it in the field, mill or shop, stating the status, estimated time of completion and cause of delay, if any. 4. PAYMENTS AND COMPLETION Schedule of Values Before the first application for a progress payment, the Contractor shall submit to the Engineer a detailed schedule of values of the various parts of the work, including quantities, aggregating the total sum on the Contract, divided so as to facilitate checking applications for payments. In making applications for payment, the contractor shall use a form approved by the Owner, showing the above schedule of values on which previous payments have been made, the values on which current application for payment is based, and the remaining certified balance under each subdivision or part of the work. General Requirements cf Contracts Page 1 of 5 Applications for Payment Thirty days after issuance of Certificate for Payment as provided in the agreement, payment will be due to the Contractor in the amount of ninety five percent(95%)of the value of labor and materials incorporated in the work and of the materials delivered for the work and suitably stored and protected at the site, through the last day of the previous month, less the aggregate of previous payments; and when all of the work included in the Contract as adjusted by reason of additions and deductions, as provided in the Contract Documents shall be due and payable by the Owner to the Contractor subject to the Conditions set forth in the General Conditions. Each such application after the first progress payment has been made shall be accompanied by receipts or other evidences showing the Contractor's payments for materials and labor including payments to sub-contractors. 5. SUBSTITUTIONS Specific materials, products and services have been noted to describe the effect or standard of quality desired. Generally, materials, products and services other than those specified, which have been proven by evidence satisfactory to the Engineer to have the effect or standard of quality and design desired, will be acceptable as provided under the following conditions. Upon acceptance of the revised list of exceptions, the Owner and the Contractor will jointly establish the date of Beneficial Occupancy. The date of Beneficial Occupancy of the work, or any portion thereof, is the date of commencement of the warranty period, or periods which are specified in the Contract Documents. 6. SALES TAX The Owner is exempt from sales tax. However,the Contractor is solely responsible to pay all other required use, and other applicable taxes. 7. SUBCONTRACTORS: Each bidder shall submit for the Engineer's approval with his bids a complete list of subcontractors he proposes to employ, stating name and address of subcontractors, and section of work for which he will be employed. Successful Contractor shall not deviate from list submitted in awarding subcontractors unless the proposed deviation is first approved by the Engineer. The reasons for requiring this list are: 1. To establish without delay the names of all firms whose proposals were used in making the General Contract. 2. To afford the Engineer and/or the Owner the opportunity to reject any unapproved subcontractor submitted before commitments have been made. The Contractor shall provide a qualified supervisor over all crafts and who shall have the authority to make decisions regarding any and all phases of work. During the course of construction, the contractor shall provide all normal and necessary equipment and facilities required for his own use without dependence on use of Owner's equipment and facilities of any description. Genera!Requirements of Contracts Page 2 of 5 8. GUARANTEE The Contractor shall furnish to the Owner an unconditional written guarantee on all phases of the work including materials, labor, and all other things for one (1) year from date of completion and final acceptance by the Owner. The guarantees or warranties required by the Contract Documents shall commence on the Date of Substantial Completion provided the Owner assumes Beneficial Occupancy of the project, otherwise the guarantees and warranties shall commence on the date of beneficial occupancy by the Owner or final acceptance of the work, whichever comes first. 9. VIOLATION OF ANTITRUST LAWS "Vendor hereby assigns to purchase any and all claims for overcharges associated with this Contract which arise under the antitrust laws of the United States, 15 U.S.C.A. SEC. 1et seq. (1973)" 10. FINAL COMPLETION AND FINAL PAYMENT Final payment shall be due when all work included in the Contract has been fully performed provided that the Contractor shall submit to the Engineer with his application for this payment, receipts showing that all indebtedness incurred by him in the performance of this Contract have been paid, together with satisfactory evidence that all labor costs have been paid, or a bond satisfactory to the Owner indemnifying him against any claims of the Contractor's indebtedness. When the Contractor has submitted the above-mentioned application at completion together with the above-mentioned receipts, releases, or indemnity, the Engineer will promptly issue a final certificate to the Owner showing the entire balance of the Contract sum as adjusted by reason of additions and deductions as provided in the Contract Documents. After submission of Final Certificate indicating the Engineer believes the list of exceptions submitted upon Substantial Completion or Beneficial Occupancy has been completed, the Owner will make a final inspection and when the work is found acceptable under the Contract Documents without exceptions and the Contract is fully performed, make final payment to the Contractor. 11. BENEFICIAL OCCUPANCY Should the Owner desire to occupy the work, or a portion thereof, prior to final completion, and the work is sufficiently complete and acceptable to the Owner for occupancy, the Contractor shall prepare a list of items for submission to the Engineer for his review. The Engineer will review said list and develop a revised list of items to be completed in accordance with the Contract Documents. This revised list will be submitted to the Owner and Contractor for their acceptance. Upon acceptance of the revised list of exceptions, the Owner and the Contractor will jointly establish the date of Beneficial Occupancy. The date of Beneficial Occupancy of the work, or any portion thereof, is the date of commencement of the warranty period, or periods which are specified in the Contract Documents. Prior to Beneficial Occupancy, the Owner and Contractor shall determine the responsibilities of each as of the date of Beneficial Occupancy. These responsibilities shall include, but not be limited to, such items as utilities, maintenance and operation, insurance, etc. General Recui:ements of Cont as Page 3 of Beneficial Occupancy, and/or Substantial Completion of the work does not relieve the Contractor from the obligation of completion of the entire work within the time imposed by the Contract Documents. 12. SUPERVISION The Contractor shall supervise and direct the Project utilizing the Contractor's best skill and attention. the Contractor shall be solely responsible for and have control for all construction means, methods, techniques, and procedures for coordinating all portions of the Project under the Contract. 13. ACTS AND OMISSIONS The Contractor shall be solely responsible to the Owner for the acts and omissions of the Contractor's employees, subcontractors, and the subcontractor's agents and employees, and other persons performing any work under a contract with the Contractor. 14. PERMITS, FEES, LICENSES, AND INSPECTIONS The Contractor shall secure all permits, licenses, and inspections necessary for the proper execution and completion of the Project, which are customarily secured after execution of the Contract and which are legally required at the time the bids are received. 15. NOTICES The Contractor shall comply with and give notices required by laws, ordinances, rules, regulations, and lawful orders of any public authorities bearing on the performance of the Project. 16. UTILITIES Contractor shall be responsible to contact all utility companies, such as, electrical, water, natural gas, and telephone company. Contractor is to pay and provide for all connection, tap fees, and services fees, etc. 17. ACCESS The Contractor is to make certain that work will not hamper Owner's access to the site and any of the existing facilities. 18. SUPERINTENDENT The Contractor shall keep a full-time qualified and competent superintendent who shall be in attendance at the Project site at all times during the process of the work. No work shall be continuing without presence of the superintendent at the site. The superintendent shall represent the Contractor and all communications given to the superintendent shall be as binding as if given to the Contractor. 19. SAFETY PRECAUTIONS AND PROGRAMS The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Project. All requirements of OSHA should be adhered to on this project at all times. Contractor shall also maintain a drug and alcohol-free work force. All workers at the site shall have all required PPE. 20. WASTE MATERIALS AND RUBBISH The Contractor shall keep premises and surrounding area and the streets free from accumulation of waste materials or rubbish caused by operations under the Contract. General Requirements of Contracts Page 4 of 5 Contractor is also required to keep the site clean from any debris, mud, excess dirt and trash. At the completion of the Project, the Contractor shall remove waste materials and rubbish from and about the work site as well as the Contractor's tools, construction equipment, machinery, and surplus materials. 21. CONTRACT Contractor is required to enter into a contract with the Owner using standard AIA general contract. 22. INSURANCE Contractor is to provide all insurance as required by the owner and shall name Owner and Engineer as additional insured on all policies. END OF SECTION 0010 General Requirements of Contracts Page 5 of 5 PORT ARTHUR RECREATION AND SENIOR CENTER BID PROPOSAL FORM DATE: July 17, 2019 CONTRACTOR SpawGlass Construction Corp. ADDRESS 13800 West Road, Houston, TX 77041 Gentlemen: We propose to furnish all labor, material and equipment and to perform all work necessary to perform construction of the roof repairs for Recreation and Senior Center, Port Arthur, Texas in accordance with contract documents prepared by Sigma Engineers, Inc., for the following sum: Bid: trun'i -CA ee -t-RousAA) ¶IUBWit is- la Q. DOLLARS: $ q3/ s0 O ,.01. PERCENT OF MARKUP ON MATERIALS &SUBCONTRACTORS FOR ADDITIONAL WORK To be applied for overhead and profit excluding markup on direct contractors labor: P ‘2 -ed Iv PERCENT: % (l11 • All work will be performed on lumpsum basis. • We acknowledge receipt of Addenda No. 0 to No. I issued during the time of bidding and include several changes in this proposal. Upon receipt of notice of acceptance of our bid, we agree to execute the formal contract within ten (10)days after such notice.We further agreAthat, if awarded the Contract,the work will be substantially completed not later than, '1s calendar days. We have examined the site of the work and nature and kind of work to be performed and informed ourselves of all local conditions and other things that might affect the cost of difficulties of performance and we represent that we have had the experience in the use of materials and methods of performance specified and that we can and will do the work and construct the improvements with the specified materials as contemplated and indicated by the contract documents. Any additional work schedule be on lumpsum basis or cost plus per enclosed all-inclusive billing rate without any another charges or markup. We commit to honer this proposal valid for 30 days from this date: Bid Proposal Form Page 1 of 4 Respectfully submitted, SpawGlass Construction Corp. Firm Name 13800 West Road, Houston, TX 77041 Address Brandon Meyers - President, Houston Division By Authorized Agent(Name) j/4Get.--- Signature SEAL(IF BID BY CORPORATION) E d?r pcsa!Fc r Pace 2of4 LIST OF PROPOSED CONTRACTORS: Roofing Contractor (ULActc Framing CDContractoril.tj k...1 ( 1F�C7S �( � ,�U t (Ccc S) Painting Contractor Spcuk) Glass +j Ll ( tisC.s \e4-1-\ukk ALL is Cocks &( filo Proposed Project Manager \a OS 1—k � c(( (L Proposed Project Superintendent I(Imp \ E:41 Also enclosed is a resume of the project manager and the proposed superintendent for the project. The proposed persons and their experience are a gauge for selection of the successful contractor and shall remain the same through the construction. (3i: Proposal Form Pape 3 of 4 LABOR CLASSIFICATION STRAIGHT TIME OVERTIME RATE RATE Project Superintendent $ (o $ 'l0 General Foreman $ Lf Q $ t Equipment Operator $ $' $ O Journeyman Carpenter $ as $ 1(0 Apprentice Carpenter $ 3,0 $ 30 Laborer(Skilled) $ a‘" $ 4'0 Laborer(Unskilled) $ ab $ 36 Painter!Finisher $ $ i.(p Journeyman Ironworker $ S O $ 35* Apprentice Ironworker $ L(p $ ao Electrician Journeyman $ L $ I-0 Electrician Helper $ 30 $ L15 END OF SECTION 0020 Propcsa l Form Page 4 of 4 Josh Baker �, Xi � ,, Project Executive Employee Owner Representative Project Experience Josh is known for his attention to . Lamar State College-Orange Hurricane Repairs, Orange, TX; detail, communication skills and Contract: $4,132,946 dedication to quality construction. He has an ability to prioritize • Texas A&M University McFerrin Athletic Center and project objectives while at the Rhonda and Frosty Gilliam Jr. '80 Indoor Track Stadium, same time maintaining the owner's College Station, TX; 191,000 SF, Contract: $31,665,656 mission critical tasks. . University of Houston Cougar Woods Dining Hall, As project executive,Josh will work Houston, TX; 24,490 SF, Contract: $8,986,441 with the LSC-PA to ensure the Training • H-E-B Mont Belvieu, Baytown,TX; 89,000 SF, Unit project exceeds expectations. Contract: Confidential He will oversee construction . H-E-B Central Market Remodel and Expansion, Houston, TX; management, contract administration, 76,995 SF renovation, Contract: Confidential subcontract coordination,jobsite Armed Forces Reserve Center Phase 2 at Ellington Field, organization and construction Houston, TX; 168,700 SF, Contract: $47,934,000 operations. • Walmart Bulk Storage and Distribution Facility, Baytown, TX; Years in Industry: 14 Years 2,000,000 SF, Contract: $44,330,000 Years with SpawGlass: 14 Years . Valero St. Charles Refinery East Plant Control Room, Norco, LA; 18,000 SF, Contract: $7,591,000 Education/Training Valero Administration Building and Parking Garage, B.S. Construction Science, Port Arthur,TX; 92,000 SF administration building and 43,000 SF Texas A&M University parking garage, Contract: $21,983,771 National Center for Construction . Valero Security Fence, Port Arthur,TX; Contract: $1,524,786 Education and Research (NCCER) • Chevron Phillips Chemical Company USGC Ethylene Project 100 Hour Certified Site Safety Cedar Bayou Plant Control Room Building, Baytown, TX; Technician(CSST) 15,000 SF, Contract: Confidential American Society for Healthcare - Chevron Phillips Chemical Company Cedar Bayou Plant Engineering(ASHE) Healthcare New Combined Materials Lab, Baytown, TX; 25,000 SF, Construction Certificate(HCC) Contract: Confidential OSHA 500, 502 and 510 • Lubrizol New Office Building, Deer Park, TX; 68,000 SF, Ccctract: $11,276,853 First Aim/CPR,iAED Charles River Lab Expansion, Houston, TX; 20,000 SF, Contract: $1,500,000 SECTION 0050 -INSURANCE REQUIREMENTS FOR CONTRACTORS The Contractor shall not commence work until he has obtained all the insurance required hereunder and certificates of such insurance have been filed and approved. Insurance carriers must be licensed to do business in Texas and must have minimum best rating of A and category size VIII. The Contractor shall provide and maintain, until the work covered is completed and accepted by City of Port Arthur, the minimum insurance coverage as follows Type of Coverage I Limits of Liability 1. Worker's Compensation Statutory Employer's Liability $500,000/$500,000 /$500,000 2. Commercial General Liability General Aggregate $2,000,000 Products/Completed Operation $1,000,000 Personal Injury and Advertising $1,000,000 Each Occurrence $1,000,000 3. Comprehensive Automobile $500,000 (Combined Single Liability Limit) (Including hired and non-owned) • Regarding above items 2 and 3, the Contractor is required to furnish endorsements naming City of Port Arthur and Sigma Engineers, Inc. as Additional Insured. • Regarding above items 1, 2 and 3, the Contractor is required to furnish waivers of subrogation in favor of City of Port Arthur and Sigma Engineers, Inc. • Contractor is obligated to have insurers furnish certificates of insurance naming City of Port Arthur and Sigma Engineers, Inc. certificate holder. • Each liability policy shall provide a cross-liability or severability of interest's clause clarifying that, except with respect to the coverage limits, insurance applies to each insured as though a separate policy were issued to each. • The Contractor shall maintain such insurance in force during the life of the Contract and no modification or change of insurance provision shall be made without thirty (30) days written advance notice to the certificate holders. Builder's Risk Insurance: The Contractor shall obtain at his own expense, Builder's Risk Insurance against the perils fire and extended coverage, including vandalism and malicious mischief. The policy issued in the name of the Contractor shall also name his subcontractors, City of Port Arthur and Sigma Engineers, Inc. as insureds and state coverage for the described construction project for a limit of liability of at least the construction cost or consideration described in the construction contract. The policy shall have endorsements as follows: "This insurance shall be specific as to coverage and not considered as contributing insurance with any permanent insurance maintained on the present premises." END OF SECTION 0050 Insurance Requirements for Contractors Page 1 of 1 SECTION 0065 - INDEMNIFICATION AND HOLD HARMLESS AGREEMENT STATE OF TEXAS JEFFERSON COUNTY THIS AGREEMENT IS MADE BY AND BETWEEN SABINE PILOTS AND (CALLED "CONTRACTOR"), TO BE EFFECTIVE FROM ITS DATE OF EXECUTION, IN WHICH CONTRACTOR, AS A CONDITION PRECEDENTS TO ITS ENGAGEMENT TO PERFORM, SUPERVISE AND SUBCONTRACT PARTICULAR WORK ON BEHALF OF OWNER REFERRED TO FOR ALL PURPOSES AS CONSTRUCTION of RECREATION AND SENIOR CENTER ROOF REPAIRS (CALLED "PROJECT"), HEREBY AGREES TO AND SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS, CITY OF PORT ARTHUR AND SIGMA ENGINEERS, INC., THEIR SUCCESSORS IN OFFICE, AND ASSIGNS FOREVER, AND ITS OFFICERS, AGENTS AND EMPLOYEES FROM AND AGAINST ANY AND ALL SUITS, ACTIONS, LIENS, LEGAL OR ADMINISTRATIVE PROCEEDINGS, CLAIMS, DAMAGES, DEMANDS, LIABILITIES, INTEREST, ATTORNEY'S FEES, COST AND EXPENSES OF WHATSOEVER KIND FOR PERSONAL INJURY, DEATH OR PROPERTY DAMAGE, WHICH ARISE UNDER, OR ARE BASED UPON OR IN ANYWAY RELATED TO THIS AGREEMENT, OR THE PERFORMANCE OR BREACH THEREOF, EITHER BEFORE OR AFTER COMPLETION OF THE PROJECT INCLUDING, TO THE EXTENT PERMITTED BY LAW,WHETHER OR NOT SUCH MAY HAVE BEEN CAUSED OR CONTRIBUTED TO BY ANY ACT, ERROR, OMISSION, NEGLIGENCE, GROSS NEGLIGENCE, CONCURRENT NEGLIGENCE, OR SOLE NEGLIGENCE OF THE OWNER AND/OR HIS AGENTS. ALL CONTRACTS AND OTHER DOCUMENTS RELATING TO THE PROJECT ARE HEREBY INCORPORATED HEREIN AND DEEMED TO BE A PART HEREOF BY REFERENCE. FURTHER, CONTRACTOR AGREES THAT THE CONSIDERATION WHICH IT IS TO RECEIVE FOR THE PERFORMANCE OF WORK UNDER PROJECT IS DEEMED TO BE ADEQUATE CONSIDERATION FOR THE EXECUTION OF THIS INDEMNITY AND HOLD HARMLESS AGREEMENT, OR WHICH IT FORMS AN INTEGRAL PART. EXECUTED IN DUPLICATE ORIGINALS DAY OF , 2019. By: Its Authorized Representative CONTRACTOR By: Authorized Representative OWNER END OF SECTION 0065 Indemnification and Hold Harmless Agreement Page 1 cf 1 SECTION 01010 -SUMMARY PART 1 —GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, safety requirements, any applicable Owner furnished specifications and standards and Project Manual sections, apply to work of this section. 1.02 THE PROJECT A. Location of Site: 1308 9th Avenue Port Arthur, Texas 77642 B. Name of Project: New Office Building C. Owner: City of Port Arthur D. Engineers: Sigma Engineers, Inc. 4099 Calder Avenue Beaumont, Texas 77706 1.03 SAFETY Safety is of extreme importance while work is being done in and around the existing building. Building will be occupied by the owner at all times. Contractor is to coordinate any new work and/or demolition with the Owner and be familiar and fully adhere to requirements of First United Methodist Church and OSHA regulations. Contractor is to submit a written plan for demolition, cutting, patching, work above ground and welding. Any work on existing utilities, electrical and/or existing conduits shall also have a written plan from the contractor and approved and coordinated by the Owner. 1.04 DESCRIPTION OF WORK The project is consisting of roof repairs and interior soffit repairs. 1.05 SITE CONDITIONS A. Prior to submitting proposal, visit site and become familiar with conditions under which work on this Contract will have to be performed. B. No allowance will be made in behalf of the Contractor for any error or negligence on his part, for by his submission of his proposal, the bidder represents that he is familiar with the conditions of the site. Division 1 -General Requirements Section 01010-Summary Page 1 of 3 1.06 SCHEDULE OF DRAWINGS COV-1 Cover Sheet ARCHITECTURAL A1.1 Roof Demolition Plan A2.1 Partial Floor Plan and Interior Elevation A3.1 Roof Details 1.07 MEASUREMENTS A. Before proceeding with work or ordering any materials, verify all measurements and be responsible for correctness of same. B. Submit to Engineer for consideration any differences found before proceeding with work. C. No extra charge or compensation will be allowed because of differences between actual dimensions and the measurements indicated on drawings. 1.08 CONTRACT FORMS The Contract will be executed on latest version of standard AIA contract between the owner and contractor for a stipulated sum. 1.09 PERMITS, WINDSTORM & ADA CERTIFICATES Contractor shall obtain and pay for all required permits for the city and other governing entities. Contractor shall furnish windstorm compliance, and ADA inspection and certification signed by an engineer appointed by the State of Texas, and a RAS authorized by TDI & TDLR. 1.10 EXISTING ELECTRICAL AND UTILITIES Contractor to visit job site and locate all utilities, such as pipe lines, electrical lines, conduits, water and gas lines, data and communication lines and all other related items. All of the above mentioned are to be marked and reviewed with the Owner. Disruption of utilities shall be avoided. 1.11 LIMITS OF WORK The limits of this project are defined as the immediate area of work. Contractor to provide barricades on or at the vicinity of the battery limits. Confine operation of this contract to the immediate area of the battery limits. 1.12 STANDARD, SPECIFICATIONS AND DRAWINGS Contractor is to use the project drawings, specifications, and any owner furnished documents and enclosed standards for the project. If there is any conflict between these documents, it shall be brought to the Owner's attention at least 72 hours before bid time. The matter will be resolved by an addendum. Until complete resolution of the matter, contractor is instructed to use the most stringent method for bidding purposes. 1.13 SUBMITTALS Four(4) copies of the shop drawings will be required. The Engineer will return two (2) copies with approval and/or comments. A color sample shall be submitted in four(4) Division 1 -General Requirements Section 01010-Summary Page 2 of 3 original units of which the Engineer will return one copy with selection. The following items are to be submitted for approval before the particular items are delivered to the site: A. Shop Drawings on: 1. Reinforcing Steel 2. Structural and Miscellaneous Steel 3. Pre-Engineered Metal Building 4. Curved Timber beams 5. Curved roof panels 6. Doors & Frames 7. Cabinet Work 8. Glass& Glazing 9. Special glazing 10. Toilet partitions 11. Lockers 12. Pre-Manufactured parking canopy 13. Duct Work& Duct Assembly 14. Fire Sprinkler System 15. Fire Alarm System B. Submittals for approval and color selection: 1. Excavation 2. Installation procedure for steel and metal building 3. Brick& Block 4. Acoustical Ceiling 5. Doors & Frames 6. Joint sealers 7. Insulation 8. Painting and wall coverings. 9. Floor Covering 10. Ceramic Tile 11. Electrical Gear and Lighting & Devices 12. HVAC Equipment and Controls 1.14 PROJECT WORK SCHEDULE Contractor shall furnish a complete critical path schedule and submit to the owner and the engineer for approval. The schedule shall have details for all segments of work including submission of shop drawings, approval time, material ordering and receive of material and installation. Schedule shall be up dated on bi-weekly basis including the base line. Contractor shall also furnish a recovery schedule including the base line in case of any delays in the work. END OF SECTION 01010 Division 1 -General Requirements Section 01010-Summary Page 3 of 3 SECTION 01020 -ALLOWANCES 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General Conditions and Supplementary Conditions and other Division 1 Project Manual sections, apply to work of this section. 1.02 GENERAL A. Purchase products under each allowance as directed by the Engineer. B. Include in the Contract Sum the Cash Allowances to cover net cost of items purchased as directed. 1. Net costs will include the following: a) Cost of item. b) Transportation costs to the job site. c) All applicable taxes. 2. All labor and other cost necessary to provide a complete system shall be included in the contractor's bid and not a part of the allowance. C. Written authorization of the Engineer and approval of Owner must precede any expenditure of Cash Allowance amounts. D. If the net cost is more or less than the stated allowance, the Contract Sum will be adjusted by Change Order. 1.03 CASH ALLOWANCES A. Contingency Allowance: 1. Include the sum of$20,000.00 1.04 SELECTION OF PRODUCT A. Contractor's Responsibility: 1. Provide Engineer with samples to make selections. 2. Obtain proposals from suppliers when requested by Engineer. 3. Notify Engineer of any effect anticipated by selection of product of construction schedule and/or Contract Sum. 4. On notification of selection, enter into purchase agreement with designated supplier. • B. Engineer's Responsibility: 1. Provide contractor with required drawings and Project Manual. 2. Make selections, designate products to be used. 3. Notify Contractor, in writing, designating: a) Product, model, and finish. b) Accessories and attachments. c) Supplier. d) Provide change order showing costs. END OF SECTION 01020 Division 1 -General Requirements Secticr.01020—Allowances Fane 1 of 1 SECTION 01090 - DEFINITIONS AND STANDARDS PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions, and other Division 1 Project Manual sections, apply to work of this section. 1.02 DEFINITIONS A substantial amount of Project Manual language constitutes definitions for terms found in other contract documents, including the drawings which must be recognized as diagrammatic in nature and not complete descriptive of requirements indicated thereon. Certain terms used in the contract documents are defined generally in this article. Definitions and explanations of this section are not necessarily either complete or exclusive but are general for the work to extent not stated more explicitly in another provision of the contract documents. A. GENERAL REQUIREMENTS: The provisions or requirements of Division 1 sections. General Requirements apply to entire work of Contract and, where so indicated, to other elements of work which are included in the project. B. INDICATED: The term "indicated" is a cross-reference to details, notes or schedules on the drawings, to other paragraphs or schedules in the Project Manual, and to similar means of recording requirements in the contract documents. Where terms such as "shown", "noted", "scheduled", and "specified" are used in lieu of"indicated", it is for the purpose of helping reader locate cross-reference, and no limitation of location is intended except as specifically noted. C. DIRECTED, REQUESTED, ETCETERAS: Where not otherwise explained, terms such as "directed", "requested", "authorized", "selected", "directed by Engineer", "requested by Engineer", etc. However, no such implied meaning will be interpreted to extend Engineer's responsibility into Contractor's area of construction supervision. D. APPROVE: Where used in conjunction with Engineer's response to submittals, requests, applications, inquiries, reports and claims by Contractor, the meaning of term "approved" will be held to limitations of Engineer's responsibilities and duties as noted in General and Supplementary Conditions. In no case will "approval" by Engineer be interpreted as a release of Contractor from responsibilities to fulfill requirements of the contract documents. E. FURNISH: Except as otherwise defined in greater detail, term "furnish" is used to mean supply and deliver to project site, ready for unloading, unpacking, assembly, installation, etc., as applicable in each instance. F. INSTALL: Except as otherwise defined in greater detail term "install" is used to describe operations at project site including unloading, unpacking, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning and similar operations, as applicable in each instance. G. PROVIDE: Except as otherwise defined in greater detail term "provide" means furnish and install, complete and ready for intended use, as applicable in each instance. Division 1 -General Requirements Section 01090-Definitions and Standards Pace 1 of 6 H. INSTALLER: The entity (person or firm) engaged by the Contractor or its subcontractor or sub-subcontractor for the performance of a particular unit of work at the project site, including installation, erection, application and similar required operations. It is a general requirement that such entities (installers) be expert in operations they are engaged to perform. I. TESTING LABORATORY: An independent entity engaged to perform specified inspections or tests of the work, either at project site or elsewhere; and to report and (if required) interpret results of those inspections or tests. J. ENGINEER: The term used herein means the firm of Sigma Engineers, Inc., 4099 Calder Avenue, Beaumont, Texas 77706. 1.03 DRAWING SYMBOLS Except as otherwise indicated, graphic symbols used on drawings are those symbols recognized in the construction industry for purposes indicated. Where not otherwise noted symbols are defined by"Architectural Graphic Standards", published by John Wiley &Sons, Inc., seventh edition, ANSI orASHRAE. 1.04 INDUSTRY STANDARDS Applicable standards of construction industry have same force and effect(and are made a part of contract documents by reference) as if copied directly into contract documents or as if published copies were bound herewith. Reference standards(referenced directly in contract documents or by governing regulations) have precedence over non- referenced standards which are recognized in industry for applicability to work. A. Publication Dates: Except as otherwise indicated, where compliance with an industry standard is required, comply with standard in effect as of date of contract documents. B. Copies of Standards: Provide where needed for proper performance of the work; obtain directly from publication sources. C. Abbreviations and Names: Where acronyms or abbreviations are used in the Project Manual or other contract documents, they are defined to mean the industry recognized name of trade association, standards, generating organization, governing authority or other entity applicable to context of text provision. Refer to "Encyclopedia of Associations", published by Gale Research Co., available in large libraries. 1.05 GOVERNING REGULATIONS/AUTHORITIES The procedure followed by the Engineer has been to contact governing authorities where necessary to obtain information needed for the purpose of preparing the contract documents; recognizing that such information may or may not be of significance in relation to the Contractor's responsibilities for performing the work. Contact governing authorities directly for necessary information and decisions having a bearing on the performance of the work. 1.06 SUBMITTALS For the Owner's records, submit copies of permits, licenses certifications, inspection reports, releases,jurisdictional settlements, notices, receipts for fee payments, judgments, and similar documents, correspondence and records established in conjunction with compliance with standards and regulations bearing upon performance of the work. Division 1 -General Requirements Section 01090-Definitions and Standards Page 2 of 6 1.07 MANUFACTURER'S DIRECTIONS A. Apply, connect, erect, use, clean and condition in accord with manufacturer's printed directions all manufactured articles, materials and equipment supplied. B. Where reference is made to manufacturer's directions, submit copies of such directions to the Engineer. 1.08 OCCUPATIONAL SAFETY AND HEALTH ACT Comply fully with all provisions of the Federal Occupational Safety and Health Act of 1970 and to all rules and regulations promulgated pursuant to this Act. 1.09 AMERICANS WITH DISABILITIES ACT At the new addition portion of the project, comply fully with all provisions of Title III portion of Americans with Disabilities Act of 1990, unless noted otherwise. 1.10 The following is a list of abbreviations that may be used in the contract documents. A.C. Air Conditioning Acc. Access ACIL American Council of Independent Laboratories Acous. or Acoust. Acoustical Adj. Adjustable AIA American Institute of Architects Al. or Alum. Aluminum Alt. Alternate Anod. Anodized Asph. Asphalt ASHRAE American Society of Heating, Refrigerating and Air- Conditioning Engineers. Bdrm. Bedroom Bldg. Building Blk. Block Blkg. Blocking Bm. Beam Br. Bronze Cab. Cabinet Carp. Carpet C.B. Chalkboard or Catch Basin Cern. Cement C.I. Cast Iron C.J. Control or Construction Joint Clg. or Ceil. Ceiling Clrm. Classroom C.M.U. Concrete Masonry Unit Col. Column Conc. Concrete Corr. Corridor Const. Construction CR Classroom Division 1 -General Requirements Section 01090-Definitions and Standards Page 3 of 6 CRS Course Cont. Continuous C.T. Ceramic Tile Det. or Det'l Detail D.F. Drinking Fountain Disp. Disposal or Dispenser Dr. Door and Drawer Drwg. Drawing D.S. Down spout Ea. Each Ed. Education or Educational E.D.F. Electric Drinking Fountain E.I.F.S. Exterior Insulation Finish System El. or Elec. Electrical El. or Elev. Elevation Eng. Engineer or Engineered Ent. Entry or Entrance E.W. Each Way E.W.C. Electric Water Cooler Exist. Existing Exp. or Expan. Expansion Ext. Exterior F.D. Floor Drain F.E. Fire Extinguisher F.E.C. Fire Extinguisher Cabinet Fin. Finish F.L. Flow Line Fl. or Flr. Floor Fr. Frame F.R.P. Fiberglass Reinforced Panels Ft. Foot or Feet G. Gutter Ga. Gauge Galv. Galvanized G.B. or Gyp. Bd. Gypsum Board GL Glass H.C. or Hdcp Handicapped H.C. Hollow Core H.M. Hollow Metal Horiz. Horizontal Hr. Hour Ht. Height I.D. Inside Diameter In. Inch Insul. Insulation Division 1 -General Requirements Section 01090-Definitions and Standards Page 4 of 6 Int. Interior Inv. Invert Jan. Janitor Jt. Joint Kit. Kitchen Lab. Laboratory Lam. Laminate Lat. Lateral Lay. Lavatory Lbr. Lumber Lin. Lineal L.L.H. Long Leg Horizontal L.L.V. Long Leg Vertical Mas. Masonry Max. Maximum M.B. Marker Board Mech. Mechanical Met. or Mtl. Metal Mfg. Manufacturing Mfr. or Manuf. Manufacturer Min. Minimum Mir. Mirror Mull. Mullion N.I.C. Not in Contract O.A. Outside Air O.C. On Center 0.0. Outside Diameter Off. Office O.H. Overhead or Opposite Hand Opng. Opening Pan. or Pnl. Panel Part. Partition P.L. Property Line PI. Plate Plas. or Plast. Plastic Plbg. Plumbing Plywd. Plywood PVC Polyvinylcloride R. or Rad. Radius R.A. Return Air R.C.P. Reinforced Concrete Pipe Ref. Refer or Reference Reinf. Reinforcing or Reinforce Division 1 -General Requirements Section 01090-Definitions and Standards Page 5 of 6 Rm. Room Schd. Scheduled Sec. or Sect. Section Sh. or Shel. Shelf, Shelves or Shelving Sht. Sheet Sim. Similar Sp. Space, Spaces, Spacing or Special Spl. Splash Sq. Square S.S. or St'l. Stainless Steel Sta. Station or Stationary St'l. Steel Sto. or Stor. Storage Struct. Structural Surf. Surface Susp. Suspend or Suspended Sys. or Syst. System U.L. Underwriter's Laboratories Ur. Urinal Util. Utility V.C.T. Vinyl Composition Tile Vert. Vertically Vest. Vestibule Vol. Volume V.T. Vinyl Tile V.T.R. Vent through Roof V.W.C. Vinyl Wall Covering W.C. Water Closet Wd. Wood W/ With W/O Without W.W.M. Welded Wire Mesh END OF SECTION 01090 Division 1 -General Requirements Section 01090-Definitions and Standards Page 6 of 6 SECTION 01205- PROCEDURES AND CONTROLS PART 1 -GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions, and other Division 1 Project Manual sections, apply to work of this section. 1.02 COORDINATION A. Distribute to each entity performing work written instructions on required coordination activities, including notices and reports. B. Where work by separate entities requires off-site fabrication, which must be accurately and closely intermeshed, prepare coordination drawings to indicate how the work shown by separate shop drawings will be sequenced for installation. 1.03 SURVEYS AND RECORDS A. Carefully establish property lines from existing monuments. B. Establish lines and grades indicated on the drawings. C. Carefully establish bench marks with references to levels and dimensions shown on drawings. Locate bench marks at such locations as to insure them against any disturbance throughout construction period. 1.04 LIMITATIONS FOR USE OF SITE A. Administrate allocation of space equitably among entities needing access and space, so as to produce best overall efficiency in performance of total work of project. B. Schedule deliveries so as to minimize space and time requirements for storage of materials and equipment. 1.05 WORKMANSHIP STANDARDS A. Maintain procedures to ensure that tradesman performing work are skilled and knowledgeable in methods and craftsmanship needed to produce quality workmanship in completed work. B. Remove and replace work which does not comply with workmanship or its replacement. 1.06 INSPECTION, TESTS, REPORTS A. Inspection and testing services are intended to assist in determination of probable compliance of the work with requirements, but do not relieve Contractor of responsibility for those compliance or for fulfillment of requirements of contract documents. B. Engage the services of testing laboratory specializing in required services and complying with "Recommended Requirements for Independent Laboratory Qualifications" by ACIL_ C. Afford reasonable access to agencies performing tests and inspections. D. Where tests or inspections are indicated as Owner's responsibility, Owner will engage the services of an independent testing agency. E. Submit test/inspection reports, including agency's analysis of results and recommendations where applicable, to Owner. Division 1 -General Requirements Section 01205-Procedures and Controls Page 1 of 2 F. Submit reports to governing authorities where required or requested. 1.07 CLEANING AND PROTECTION A. Clean and protect work in progress and adjoining work. B. Apply suitable protective covering on newly installed work to ensure freedom from damage or deterioration. C. Adjust and lubricate operable components. D. Keep premises broom clean and after each operation remove rubbish from job site. 1.08 ESSENTIAL SERVICES A. Conduct operations to avoid interruption of essential services of the premises to the Owner. B. Make change over to water, gas, electricity and sewer services expeditiously and plan so as not to leave the premises without these services. 1.09 PUBLIC UTILITIES PROTECTION A. Support and protect existing sewers, water, gas, electric, telephone and similar utility lines encountered during excavation operation. B. Immediately notify proper authorities and cooperate therewith to facilitate their work in providing additional protection or removal of utility lines. 1.10 SUSPENSION OF WORK Whenever any part or all of the work is suspended for any reason, close up, cover, secure and protect work completed from injury or loss from any cause. END OF SECTION 01205 Division 1 -General Requirements Secticn 01205-Procedures and Controls Page 2 of 2 SECTION 01300 -SUBMITTALS PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract including General and Supplementary Conditions and other Division 1 Project Manual sections, apply to work of this section. 1.02 DESCRIPTION OF REQUIREMENTS A. Individual submittal requirements are noted in applicable sections for each unit of work. B. Refer to other sections and contract documents for requirements of administrative submittals. C. Work related submittals of this section are categorized as follows: 1. Shop drawings: Specially prepared technical data for this project. 2. Product data: Standard printed information on materials, products or systems. 3. Samples: Fabricated and non-fabricated physical examples of materials, products and units of work. 4. Miscellaneous Submittals: a) Warranties b) Maintenance agreements c) Work records d) Quality testing and certifying reports e) Copies of Industry Standards f) Record Drawings g) Operating and Maintenance Manuals 1.03 SUBMITTAL REQUIREMENTS A. See Section 01310 to coordinate submittals with schedules. B. Provide permanent marking on submittals as follows: 1. Name of project. 2. Date 3. Contractor and Subcontractor 4. Submittal name C. Package each submittal appropriately for transmittal and handling. D. Submittals received from sources other than through Contractor will be returned without action. E. Check and stamp all shop drawings and schedules prior to submittal to Engineer. Stamp to read: Contractor has checked the data submitted herewith and certifies that the submittals meet the Contract Requirements. General Contractor By Date F. Do not use shop drawings in connection with work without appropriate final action markings by Engineer. G. Submit four(4) copies (five copies of mechanical, electrical and plumbing) of shcp drawings. H. Samples Division 1 -General Requirements Section 01300-Submittals Page 1 of 3 1. Include range sample (not less than 3 units) where variations may be expected. 2. Include information to show generic description, source or product name, manufacturer, limitations and compliance with standards. 3. Samples are submitted for review and confirmation of color, pattern, texture and kind by Engineer. Close-out Submittals 1. Record Documents -one copy. 2. Maintenance/Operating Manuals -four(4) bound copies. 3. Materials and Tools- Refer to individual sections for required quantities of spare parts, stock, tools, keys and similar units to be submitted. 1.04 ACTION ON SUBMITTALS A. Where action is required, Engineer will review submittal, mark with "Action" and where possible, return as soon as possible. B. Where submittals are held for coordination, Contractor will be advised without delay. C. Return shop drawings and samples: Each submittal will be returned to the contractor stamped or marked by the Engineer as follows: REVIEWED - NOTE ANY COMMENTS: The contractor is advised that fabrication, manufacture, and/or construction may proceed provided the work is in compliance with Engineer's notations and the contract documents. REVIEWED - CORRECT AND RESUBMIT: The Contractor is advised that no work shall be fabricated, manufactured, and/or construction that the contractor shall make a resubmittal to the Engineer. Copy of the Engineer's review stamp is shown below SIGMA ENGINEERS, INC. BEAUMONT, TEXAS OUR REVIEW OF THE SUBMITTAL IS ONLY FOR GENERAL CONFORMANCE WITH THE DESIGN CONCEPT AND GENERAL COMPLIANCE WITH THE INFORMATION GIVEN IN THE CONTRACT DOCUMENTS. OUR CHECKING DOES NOT INCLUDE REVIEW OF QUANTITIES,DIMENSIONS,WEIGHTS OR GAUGES, FABRICATION PROCESSES OR CONSTRUCTION METHOD. CONTRACTOR IS SOLELY RESPONSIBLE FOR CONFIRMING, VERIFYING AND CORRELATING DIMENSIONS AT THE JOB SITE;AND COORDINATION BETWEEN ALL TRADES AND SAFETY OF THE WORK. OUR CHECKING OF THESE DRAWINGS OR DATA SHALL NOT RELIEVE THE CONTRACTOR OF THE RESPONSIBILITY FOR DEVIATION FROM THE REQUIREMENTS OF THE CONTRACT DOCUMENTS NOR FOR ERRORS OR OMISSION IN THE SHOP DRAWINGS AND SUBMITTALS. NO EXCEPTIONS TAKEN EXCEPTIONS TAKEN SUBMIT SPECIFIED ITEM REVISE/ RESUBMIT FOR THE FIRM DATE D. Do not order material, fabrication or equipment until submittal is returned stamped "Reviewed - Note any comments". E. Do not resubmit shop drawings unless Engineer so directs on his review stamp. If shop drawings are resubmitted without Engineer's instructions to do so, they Division 1 -General Requirements Section 01300-Submittals Page 2 of 3 will be returned to contractor without being rechecked and re-stamped by Engineer. F. Corrections: The contractor shall direct specific attention in writing or on resubmitted shop drawings to revisions other than the corrections requested by the Engineer on previous submissions. G. Possession: Unless specifically stated otherwise, any sample may be retained until completion of the work. Such samples will be used to compare with materials and work actually installed on the project. END OF SECTION 01300 Division 1 -General Requirements Section 01300-Submittals Rage 3 of 3 SECTION 01310 -SCHEDULES, REPORTS, PAYMENTS PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of Contract, including General and Supplementary Conditions, and other Division 1 Project Manual sections apply to work of this section. 1.02 COORDINATION A. Coordinate procedural timing and listing of reports required by provisions of contract documents. B. Maintain coordination and correlation between separate reports by updating at monthly intervals. C. Distribute reports to entities involved in the work including Engineer and Owner. D. Provide close coordination of progress schedule, schedule of values, listing of sub contracts, schedule of submittals, progress reports, and payment requests. 1.03 PROGRESS SCHEDULE A. Submit bar-chart type or other approved progress schedule within ten (10)days after date established for commencement of work. B. Indicate a time for each category of work. C. With submittal of schedule, submit a tabulation (by date) of submittals required during first 30 days of Construction Time. At Contractor's option, submittal dates may be shown on schedule, in lieu of being tabulated. D. Submit schedule of approximate payments that will be requested at the first of each month during the contract period. E. Post progress schedule at site in field office and keep updating as required. F. Pre-construction conference will be held prior to commencement of work to review responsibilities and personnel assignments. G. Prepare and submit to Engineer a progress report twice each month. 1.04 PAYMENT REQUESTS A. Date for progress payments is as indicated in Owner-Contractor Agreement and Supplementary General Conditions. B. Use AIA forms as approved by Engineer. C. Submit four(4) copies of each request for payment, complete with waivers of lien and similar attachments. D. Punch list items shall be completed, and building shall be suitable for owner use prior to Substantial Completion and/or Final Completion. Division 1 -General Requirements Sections 01310-Schedules,Reports, Payments Page 1 of 2 1.05 CLEAN UP AND MATERIAL PROTECTION A. Various sections of the Project Manual refer to the neatness of operations and the protection and storage of materials. It is the obligation of the Contractor and Subcontractors to maintain the work and operations at the site in neat order at all times. Prior to substantial completion remove all protective covers and clean all marking on the walls, floors and doors. B. Neglect in maintaining a neat operation or the lack of proper protection and storage of materials will be cause for the omission of that portion of the work and/or materials from the monthly estimate and /or certificate. END OF SECTION 01310 Division 1 -General Requirements Sec:icrs 01310-Schedules, Reports,Payments Page 2 of 2 SECTION 01340 - SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract including General and Supplementary Conditions and other Division 1 Project Manual sections, apply to work of this section. 1.02 SHOP DRAWINGS A. Present in a clear and thorough manner. Title each drawing with Project name and number; identify each element of shop drawings by reference to sheet number and detail, schedule, or other appropriate identification of Contract Documents. B. Identify field dimensions; show relation to adjacent products or elements of the Work; show critical features. 1.03 PRODUCT DATA A. Submit only pages which are pertinent; mark each copy of standard printed data to specifically identify only pertinent products; reference each to Specification Section and Article number. Show standards, performance characteristics, and capacities; wiring and piping diagrams; controls; component parts; finishes; dimensions and required clearances. B. Modify manufacturer's standard schematic drawings and diagrams to supplement standard information and to provide information specifically applicable to the Work. Delete information not applicable. 1.04 SAMPLES A. Submit full range of manufacturer's standard finishes of the actual product, except when more restrictive requirement is specified, indicate colors, textures, and patterns for Engineer selection. B. Submit samples to illustrate functional characteristics of products, including parts and attachments. C. Label each sample with identification indicating Project name and number, and all other data necessary to connect the sample with the specific element of or location with the Work. D. Field Sample Location: acceptable finishes may be retained in the completed Work. E. Provide field samples of finishes at Project, at location acceptable to Engineer, or as required by individual Specifications section. Install each sample complete and finished. 1.05 CONTRACTOR'S EXAMINATION A. Review submittals prior to delivery to Engineer; verify quantities, field measurements, field construction criteria, assembly and installation requirements, manufacturer's catalog numbers, and conformance of submittal with requirements of Contract Documents. Division 1 -General Requirements Section G1340-Shop Drawings, Product Data and Samples Page 1 of 3 B. Sign or initial each sheet of shop drawings and product data, and each sample label to certify coordination and compliance with requirements of Contract Documents. Notify Engineer in writing at time of submittal of any deviations from requirements of Contract Documents. C. Do not fabricate products or begin work which requires submittals until return of submittal with Engineer acceptance. 1.06 SUBMITTAL REQUIREMENTS A. Transmit submittals in such sequence to avoid delay in the Work. B. Provide 4 in. by 5 in. blank space on each submittal for contractor and Engineer stamps. C. Apply Contractor's stamp, signed or initialed, certifying to review, verification of products, field dimensions, quantities, field construction criteria, and coordination of information with requirements of Work and Contract Documents. D. Coordinate submittals into logical groupings to facilitate interrelation of the several items: 1. Finishes which involve Engineer selection of colors, textures, or patterns. 2. Associated items which require correlation for efficient function or for installation. 1.07 SUBMITTAL QUANTITIES A. Submit one reproducible transparency, to be returned to Contractor, of shop drawings, plus one opaque reproduction which will be retained by Engineer. B. Submit number of copies of product data Contractor requires, plus one copy which will be retained by Engineer. C. Submit number of samples specified in individual Project Manual Sections. D. Submit under Engineer-accepted form transmittal letter. Identify Project by title and number. Identify Work and product by Project Manual section and Article number. 1.08 RESUBMITTALS A. Make resubmittals under procedures as noted for initial submittals; identify changes since previous submittal. 1.09 ENGINEER'S REVIEW A. Allow 10 days for Engineer's review of each submittal. Daily allowance is time in possession of Engineer and exclusive of delivery from and to Contractor and exclusive of resubmissions. B. Engineer's review is limited to aesthetics, engineer's design, and information contained in Contract Documents. Similarly, Consultant's review is limited to design relating to its specific field of expertise and its information contained in Contract Documents. Engineer's or Consultant's review is neither a verification of Contractor's examination nor a substitution of Contractor's responsibilities. Engineer or Consultant may inform Contractor of any conspicuous errors on a submittal without prejudice to being held harmless to Contractor's examinations and responsibilities. Divisicn : -General Requirements Sect cc C OAC-S c;p Dra'.vincs, Product Data and Samples Page 2 of 3 1.10 DISTRIBUTION A. Duplicate as necessary and distribute reproductions of shop drawings, products data, manufacturer's instructions, and samples,which bear Engineer stamp of approval, to Record Documents file, other affected contractors, and other entities requiring information. END OF SECTION 01340 Divisicr, I -General Requirements Secticn 01340-Shcp Drawings, Product Data and Sampies Page 3 of 3 SECTION 01500 -TEMPORARY FACILITIES PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions, and other Division 1 Project Manual sections, apply to work of this section. 1.02 DESCRIPTION OF REQUIREMENTS A. Specific administrative and procedural minimum actions are noted as extensions of provisions in General Conditions and other contract documents. B. Nothing in this Section is intended to limit types and amounts of temporary work required, and no omission from this section will be recognized as an indication by Engineer that such temporary activity is not required for successful completion of work and compliance with requirements of contract documents. C. Provisions of this section are applicable to, but not limited to, utility services, construction facilities, security/provisions and support facilities. 1.03 JOB CONDITIONS A. Establish and initiate use of each temporary facility at time first reasonably required for proper performance of work. B. Terminate use and remove facilities at earliest reasonable time when permanent facilities have replaced the need. C. Install, operate, maintain and protect temporary facilities in a manner and at location which will be safe, sanitary and protective of persons and property and free of deleterious effects. PART 2 - PRODUCTS AND EXECUTION 2.01 TEMPORARY CONSTRUCTION FACILITIES A. General: Make arrangements with owner to furnish and pay, all water, electricity, and other utilities necessary for construction purposes. B. Water Distribution: 1. Pipe to each floor level and provide hose lengths sufficient to reach entire area of construction work with not less than 3/4" hose size. 2. Prevent freezing of water distribution system. 3. Maintain 30 psi water pressure at outlets by temporary pumping where necessary. C. Enclosure: 1. Provide temporary enclosure where required to ensure adequate workmanship and protection from weather and unsatisfactory ambient conditions for work. 2. Provide fire retardant treated materials. 3. Provide tarpaulins with UL label and flame spread rating of 15 or less. Division 1 -General Requirements Section 01500-Temporary Facilities Page 1 of 3 4. Provide translucent type where day lighting of enclosed space would be beneficial for workmanship and reduce use of temporary lighting. D. Heating: 1. Use self-contained LP gas or fuel oil heaters bearing UL, FM, or other approval labels appropriate for application. 2. Vent fuel-burning heaters and equip units with individual space thermostatic controls. 3. Use electric-resistance space heaters only where no other type is available or allowed. E. Electrical Power: 1. Provide weatherproof, grounded, power distribution system sufficient to accommodate construction operations and startup of permanent electrical powered equipment. 2. Provide overload protection. 3. Locate multiple outlets at each floor spaced so entire area can be reached with power tools on a single 100-foot extension cord. F. Lighting: 1. Provide sufficient temporary lighting to ensure proper workmanship by combined use of daylight, general lighting and portable plug-in task lighting. 2. Provide general lighting with local switching which will enable energy conservation during periods of varying activity. 3. Provide uniformly spaced general lighting equivalent to the following: a) One 200-watt incandescent lamp per 750 sq. ft. of floor area. b) One 100-watt incandescent lamp per 30 feet of corridor. G. Access Provisions: 1. Provide ramps, stairs, ladders and similar temporary access elements required to perform work and inspection. 2. When permanent stairs are available for access during construction, cover finished surfaces to ensure freedom from damage and deterioration. H. Roads: 1. Develop sub-grade and sub-base of permanent roadways at earliest possible date to serve as temporary roads during construction. 2. Maintain roads and keep clean during construction. 3. When no longer needed as temporary roadways, restore to conditions required by contract documents for permanent development. 2.02 SECURITY/ PROTECTION PROVISIONS A. Fire Extinguishers: 1. Provide types, sizes, numbers and at locations as would be reasonably effective in extinguishing fires during construction. 2. Post warning and quick instructions at each extinguisher location. 3. Post local fire department call number on each telephone instrument at project site. Division 1 -General Requirements Section 01500-Temporary Facilities Page 2 of 3 B. Site Enclosure: 1. Provide barrier to prevent entrance of public to project construction area. 2. Provide necessary gates for both personnel and vehicles. C. Building Enclosure: 1. At earliest possible date, secure building against unauthorized entrance at times when personnel are not working. 2.03 TEMPORARY SUPPORT FACILITIES A. Contractor's Field Office: 1. Provide adequate office space for field personnel plus work station for incidental use by subcontractor's personnel. 2. Provide tack board for posting notices and other information. 3. Provide shelf or storage space for storing approved samples. B. Storage Buildings: 1. Provide and maintain suitable watertight facilities to store materials subject to damage by the weather. C. Engineer's Field Office: 1. Provide space for Engineer's use that contains shelving, plan rack and plan table. 2. Provide telephone for Engineer's use. D. Sanitary Facilities: 1. Provide ample sanitary toilet accommodations for workmen. 2. Provide separate facilities for men and women when both sexes are working at project site. 3. Maintain facilities in sanitary conditions at all times. E. Drinking Water: 1. Provide dispenser-type drinking water units at job site and in adequate number and location. 2. Provide disposable cups and water receptacles. END OF SECTION 01500 Cidisicr, 1 -Gener31 Requirements SecScr.C;ECO-Temporary Facilities Face 3 of 3 SECTION 01631 - PRODUCTS AND SUBSTITUTIONS PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Project Manual sections, apply to work of this section. 1.02 DESCRIPTION OF REQUIREMENTS A. Definitions: Definitions in this paragraph are not intended to negate the meaning of other terms used in contract documents including specialties, systems, structure, finishes, accessories,furnishings and similar terms which are self- explanatory and have recognized meanings in the construction industry. 1. Products: Defined as purchased items for incorporation into the work, whether purchased for the project or taken from Contractor's stock of previously purchased items. 2. Materials: Defined as items which must be cut, shaped, worked, mixed, finished, refined or fabricated, processed, installed or applied to form units of work. 3. Equipment: Defined are items with operational parts, whether motorized or manually operated, and particularly including items with service connections. B. Substitutions 1. The requirements for substitutions do not apply to defined Contractor options on products and construction methods. 2. Revisions to contract documents, where requested by Owner or Engineer are changes, not substitutions. 3. Requested substitutions during bidding period which have been accepted prior to contract date, are included in contract documents and are not subject to requirements for substitutions as defined herein. 4. Contractor's determination of and compliance with governing regulations and orders issued by governing authorities do not constitute substitutions, and do not constitute a basis for change orders, except as provided for in contract documents. 5. Contractor's request for changes in products, materials, and methods of construction required by contract documents are considered request for substitution and are subject to requirements hereof. 6. See Section SGC 6, Article 15, Subparagraph 15.2.7 for conditions related to substitutions requested after Bidding Period. C. Standards Refer to Section 01090 -Definitions and Standards -for applicability of industry standards to products of project, and for acronyms used in text of specifications. Division 1 -General Requirements Section 01631 —Products and Substitutions Page 1 of 4 1.03 QUALITY ASSURANCE A. Provide products, materials and equipment of a single generic kind and from a single source. B. Where more than one choice is available as options for Contractor's selection of a product or material, select an option which is compatible with other products and materials already selected. C. Total compatibility among options is not assured by limitations within contract documents but must be provided by Contractor. D. Compatibility is a basic general requirement of product or material selections. 1.04 SUBMITTALS On request for substitutions, submit four(4)copies(five copies of mechanical, electrical and plumbing work)fully identified for product or method being replaced by substitution, including related specification section and drawing numbers, and fully documented to show compliance with requirements for substitutions. 1.05 PRODUCT DELIVERY- STORAGE - HANDLING A. Deliver, handle and store products in accordance with manufacturer's recommendations and by methods and means which will prevent damage. B. Control delivery schedules to minimize long-term storage of products at site. 1.06 WARRANTIES A. Warranties are in several categories, including those of General Conditions, and including the following specific categories: 1. Special Project Warranty: A warranty written and signed by Contractor for a defined portion of the work, and where required, countersigned by subcontractor, installer, manufacturer, etc., engaged by Contractor. 2. Specified Product Warranty: A warranty which is required by contract documents to be provided for a manufactured product incorporated into the work. 3. Coincidental Product Warranty: A warranty which is not specifically required by contract documents, but which is available on a product incorporated into the work. B. General Limitations: It is recognized that specific warranties are intended primarily to protect Owner against failure of the work to perform as required, and against defective materials and workmanship regardless of source. C. Related Damages and Losses: In connection with Contractor's correction of warranted work which has failed, remove and replace other work which has been damaged as a result of such failure, or to provide access for correction of warranted work. D. Reinstatement of Warranty: When work has failed and been replaced under terms of the warranty, reinstate warranty for a time period starting on date of acceptance of corrected work to the date of original warranty would have expired had there been no failure. E. Replacement Cost, Obligations: Costs of replacing failing warranted products is Contractor's obligation regardless whether Owner has already benefited from use through a portion of useful service life. Division 1 -General Requirements SecScn 0;631 —Products and SCbstituScns Page 2 of 4 F. Rejection of Warranties: Owner reserves the right to reject warranties submitted by Contractor which in opinion of Owner tend to detract from or confuse interpretation of requirements of contract documents. G. Contractor's Procurement Obligations: Do not purchase or subcontract for materials for project where warranties are required until it has been determined that entities required to countersign such commitments are willing to do so. H. Warranty Forms 1. Where warranties are required, prepare a document to contain terms and appropriate identification ready for execution by required parties. 2. Submit draft to Engineer for review prior to execution. PART 2 - PRODUCTS 2.01 GENERAL PRODUCTS COMPLIANCE A. General: The compliance requirements for products may include generic, descriptive, proprietary, performance, prescriptive, compliance with standards, compliance with codes, conformance with graphic detail and other similar requirements. B. Procedures for Selecting Products: Contractor's options for selecting products are as follows for various methods noted: 1. Single Product/Manufacturer Name a) Provide product indicated. b) Where known that named product if not a feasible or acceptable selection, advise Engineer before proceeding. 2. Two or More Product/Manufacturer Names a) Provide one of the name products. b) Do not provide an unnamed product. c) If none of the named products comply with requirements, notify Engineer before proceeding. 3. Or Equal: Where named products are accompanied by the term "or equal" comply with contract documents provisions concerning substitutions. See Article 2.02 this Section. 4. Named a) Defined to mean manufacturer's name for product as recorded in published product literature of latest issue as of date of contract documents. b) Submit products of later or earlier model to Engineer for acceptance before proceeding. 5. Standards, Codes and Regulations: Where products comply with imposed standards, codes, and regulations, selection is Contractor's option. 6. Performance Requirements: Provide products which comply with specific performance indicated and which are recommended by Manufacturer for application indicated. 7. Prescriptive Requirements: Provide products which have been produced in accordance with prescriptive requirements, using specific ingredients, and comply with requirements for mixing,fabricating, curing,finishing, testing and similar operations in manufacturing process. Division 1 -General Requirements Section 01631—Products and Substitutions Page 3 of 4 8. Visual Matching: Engineer's judgment is final whether product proposed matches an established sample satisfactorily. 2.02 SUBSTITUTIONS A. Specific materials, products and services have been defined to describe the effect or standard of quality desired. B. Generally, materials, products or services other than those noted, which have been proven by evidence satisfactory to the Engineer to have the effect or standard of quality and design desired, will be acceptable as provided under the following conditions: 1. During time allowed for preparation of bids, submit proposed substitutions for consideration of the Engineer at least 96 hours prior to the time and date of receiving proposals and provided its quality can be established for acceptance 48 hours prior to the time of receipt of proposals, so that such substitutions may be included in the final addenda. 2. When revisions to contract documents are not required. 3. Where required product cannot be provided within contract time, but not as a result of Contractor's failure to order product promptly. 4. When required product cannot receive approval of governing authority. 5. Where substantial advantage is afforded Owner, in cost or time. C. Work Related Submittals: Contractor's submittal of, and Engineer's acceptance of shop drawings, product data or samples which indicate work not complying with requirements of contract documents, does not constitute an acceptable and valid request for, nor acceptance of a substitution. 2.03 GENERAL PRODUCT REQUIREMENTS A. General 1. Provide products which comply with requirements. 2. Provide products which are undamaged and unused at time of installation. 3. Provide products which are complete with trim, accessories,finish, safety guards and devices for complete, installation and for intended use. B. Do not permanently attach or imprint manufacturer's nameplates or trademarks or required labels on exposed surfaces of product which will be exposed to view either in occupied spaces or on exterior of the work. END OF SECTION 01631 Division 1 -General Requirements Section 01631 —Products and Substitutions Page 4 of 4 SECTION 01700 - PROJECT CLOSEOUT PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Project Manual sections, apply to work of this section. 1.02 DESCRIPTION OF REQUIREMENTS A. Closeout is defined to include general requirements near end of contract time, in preparation for final acceptance, final payment, normal termination of contract, occupancy by Owner, and similar actions evidencing completion of work. B. Specific requirements for individual units of work are noted in Sections of Division 2 through 16. C. Time of closeout is directly related to "Substantial Completion" and may be either a single time period or a series of time periods for individual parts of the work. D. That time variation is applicable to other provisions of this section. 1.03 PREREQUISITES TO SUBSTANTIAL COMPLETION A. General: Prior to requesting review of work for certification of substantial completion, complete the following: 1. Provide and submit list of exceptions(items to be completed)to Engineer for review and such additions as Engineer may add, all to be recognized as exceptions to be included in Certificate of Substantial Completion. 2. In progress payment request, show values of work 100% complete or 100% less value of work incomplete totaled and less retainage. 3. Confirm with Engineer in the preparation of statement showing accounting of changes to contract sum. 4. Coordinate with Engineer and advise Owner of pending insurance changeover requirements. 5. Submit warranties, operating and maintenance manuals, record drawings and other documents required by the various sections of the Project Manual. 6. Obtain and submit releases enabling Owner to have full and unrestricted use of the work, and access to services and utilities. 7. Complete startup, testing of systems, including test and balance records and instruction of Owner's operating/maintenance personnel. 8. Make final changeover of locks and deliver keys to Owner. 9. Deliver tools, spare parts, extra material, etc., to Owner as required by the Contract Documents. 10. Remove temporary facilities, services, tools, etc., from site and complete cleanup of project and touchup, of any marred surfaces. 11. Provide evidence of payment to sub-contractors, suppliers, etc., as required by the Contract Documents. Civisicn i -General Requirements Sealer.C' C0-Frcject Ccseout Fine 1 cf 3 B. Review Procedures: 1. Upon request Engineer will either review work or advise Contractor of prerequisites not fulfilled. 2. Following initial review Engineer will either issue Certificate of Substantial Completion or advise Contractor of work to be performed prior to issuance of certificate. 3. Completed project review will form initial list of exceptions for final acceptance. 1.04 PREREQUISITES TO FINAL ACCEPTANCE A. General: Prior to requesting final review of work for certification of final acceptance and final payment, complete the following: 1. Submit final request for payment together with supporting documentation. 2. Submit list of exceptions, developed at Substantial Completion, with evidence that list of work is complete without exception. 3. Verify that changeover of utilities has been completed. 4. Submit the following documents: a) Contractor's Affidavit of Payment of Debts and Claims -AIA Document G706 b) Contractor's Affidavit of Release of Liens -AIA Document G706A c) Consent of Surety to Final Payment-AIA Document G707 d) Certificate of Release and Waiver of Lien - document from Engineer 5. Submit final liquidated damages settlement statement, if any, for Owner's acceptance. 6. Revise and submit evidence of continuing insurance coverage, if any, complying with insurance requirements. 7. Submit evidence of payment in full to sub-contractors, suppliers, material men, etc. B. Final Review Procedure: 1. Engineer will review work when notified by Contractor that all work is completed including list of exceptions, except items delayed because of acceptable circumstances. 2. After review, Engineer will either issue Certificate of Final Acceptance or notify Contractor of deficiencies. 3. Procedure repeated until final acceptance. 1.05 RECORD DOCUMENT SUBMITTALS A. Record Drawings 1. Do not use for construction purposes. 2. Keep at job site in a secure place. 3. Show location of actual installation of items that vary from work as originally shown. 4. Organize record drawings into sets, bind and print titles, date and other identification on covers. 5. Show changes with red erasable pencil. Division 1 -Gereral Recuiremer,ts Section 01700-Project Closeout Page 2 of 3 B. Maintenance Manuals 1. Bind each manual in heavy-duty 2", 3 ring vinyl covered binder with pocket folders for folded information. 2. Properly identify on both front and spine of binders and thoroughly index contents. 3. Include emergency instructions, spare parts listing warranties, wiring diagrams, and recommended turn around cycles, inspection procedures, shop drawings, product data and similar information. PART 2 - PRODUCTS PART 3 - EXECUTION 3.01 CLOSE-OUT PROCEDURE A. Arrange for each installer of work requiring maintenance or operation to meet with Owner's personnel to provide basic instructions for proper maintenance and operation of work. B. Provide manufacturer's representatives where installers are not expert in required procedures. C. Review maintenance manuals, record documentation, tools spare parts, lubricants, fuels, identification system, control sequence, hazards, and similar procedures. D. For operational equipment demonstrate start up, shut down, emergency operations and etc. E. Review maintenance and operations in relation with warranties, agreements to maintain bonds, and similar continuing commitments. F. See Division 15 and 16. 3.02 FINAL CLEANING A. Special cleaning for specific work is specified in Sections of Divisions 1 through 16. B. General cleaning during progress of work is noted in General Conditions. C. Comply with manufacturer's instructions for cleaning operations. D. Comply with safety standards governing regulations for cleaning operations. E. Do not burn waste materials at site without proper authorization. F. Do not bury debris or excess material on Owner's property. G. Do not discharge volatile, harmful or dangerous materials into drainage system. H. Remove waste material from site and dispose in lawful manner. END OF SECTION 01700 Civisicn 1 -General Requirements Section C1700-Project Closeout Page 3 of 3 SECTION 01710 -CLEANING 1.01 RELATED DOCUMENTS Drawings and all provisions of contract apply to work of this Section 2.01 SUMMARY A. Keep project site, the perimeter and public properties free from debris and rubbish. B. At completion of work, remove waste materials, rubbish, tools, equipment, machinery and surplus materials and clean all exposed surfaces. Leave project clean and ready for occupancy. C. Maintain project in accord with State and Local Safety, health standards. 3.01 RELATED WORK IN OTHER SECTIONS Temporary Facilities. 4.01 GENERAL REQUIREMENTS Cleaning materials: Use cleaning materials recommended by manufacturer of surface to be cleaned. 5.01 HAZARDS A. Store volatile waste and fuel in covered metal containers and remove from project site. B. Prevent accumulation of waste, which creates hazardous conditions. Provide adequate ventilation during use of paint, fuels, glues and other gas omitting substances. 6.01 DISPOSAL A. Salvageable materials, including but not limited to, fill, rip rap, road materials, etc. Identified to be retained by Owner will be delivered to location designated. Remove other waste materials, debris and rubbish from site and legally dispose of. B. Do not burn or bury rubbish and waste materials on project site. C. Do not dispose of volatile waste such as mineral spirits, oil, or paint thinner in storm or sanitary drains. D. Do not dispose of waste into streams or waterways. E. Do not dispose of excess concrete on the project site. 7.01 DUST ABATEMENT Wet down materials and rubbish to lay dust and prevent it from blowing. 8.01 SITE CLEANING/APPEARANCE A. All walks drives and streets outside the construction fence shall be kept clean of dirt, mud, debris, building materials, etc. at all times. B. The contractor shall immediately clean any mud tracked out of the construction area by vehicles or equipment. C. The contractor shall keep the entire project site clean on daily basis. D. The contractor shall keep the grass/weeds cut at all times within limits of construction. Minimum time interval during growing season is one week. Division 1 -General Requirements Section 01710-Cleaning Page 1 of 2 E. Periodically inspect, tighten and realign construction/tree protection fencing. 9.01 CONTAINERS AND HANDLING A. Provide on-site containers for collection of waste materials, debris and trash. B. Do not drop or throw materials from heights. C. Do not use owner's waste containers. 10.01 FINISH WORK A. Vacuum clean and mop interior areas when ready to receive finish painting and continue vacuum cleaning on an as-needed basis until building is ready for beneficial occupancy or final acceptance. B. Clean all glass, mirrors, partitions, hardware, and remove all protective films and stickers. C. Clean all construction marks and pencil markings on walls and other surfaces. D. Wax all vinyl floors after completion of the installation and before owner's occupancy. END OF SECTION 01710 Division 1 -General Requirements Section 01710-Cleaning Page 2 of 2 SECTION 01740 -WARRANTIES /GUARANTEES 1.01 RELATED DOCUMENTS Drawings and all Provisions of Contract apply to work of this Section. 1.02 SUMMARY A. The contractor and each subcontractor shall submit to the Owner a written guarantee, prior to release of final payment on a form approved by the Architect, for the workmanship, materials, and equipment as stated below or for a minimum of one (1)year period. B. All guarantees, including extended guarantees specified hereinafter, shall be addressed to the Owner by name, and submitted to owner in loose leaf binders, properly labeled. C. Warranties/guarantees shall include parts, labor, and all other costs required to repair and/or replace items that may malfunction during the Warranty/Guarantee period. D. All guarantees shall be for period specified, commencing on date of acceptance of the work by the Owner. E. Additional guarantee requirements are included, but not limited to, the following: (Contractor(s) shall review the documents and provide all extended Guarantees listed.) • Membrane Waterproofing 2 years • Joint Sealers 2 years • Wood Doors (Interior) Life of Installation • Mirror Glazing 5 years • Windows 2 years • Roofing (Weather tightness/Finish) 20 years • Metal Siding (Finish) 20 years • Sheet Metal & Flashing 2 years • Door Hardware & Closures 5 years • Carpet 5 years • HVAC Compressors (5 ton & under) 5 years • Generator 5 years Until receipt of guarantees, final inspection will not be conducted, nor final payment released. END OF SECTION 01740 Division 1 -General Requirements Section 01740-Warranties/Guarantees Page 1 of 1 SECTION 05300 -METAL DECKING PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, safety requirements, any applicable Owner furnished specifications and standards and Project Manual sections, apply to work of this section. 1.02 DESCRIPTION OF WORK The extent of metal decking is shown on the drawings, including basic layout and type of deck units required. 1.03 QUALITY ASSURANCE A. Comply with the following codes and standards: 1. AISI "Specification for the Design of Cold-Formed Steel Structural Members". 2. AWS "Structural Welding Code". 3. SDI "Design Manual for Floor Decks and Roof Decks". B. Quality welding processes and welding operators in accordance with AWS "Standard Qualification Procedure". 1. Welded decking in place is subject to inspection and testing. 2. Expense of removing and replacing portions of decking for testing will be borne by Owner if welds are found to be satisfactory. 3. Work found to be defective will be removed and replaced at Contractor's expense. 1.04 SUBMITTALS A. Submit manufacturer's certification as may be required to show compliance with these specifications. B. Submit shop drawings showing: 1. Layouts and types of deck panels. 2. Anchorage details and conditions requiring closure panels. 3. Supplementary framing, sump pans, cant strips, cut openings, special jointing or other accessories. PART 2 - PRODUCTS 2.01 MATERIALS A. Steel for Painted Metal Decks: ASTM A611, Grade C. B. Steel for Galvanized Metal Decks: ASTM A446, Grade A. C. Miscellaneous Steel Shapes: ASTM A36. D. Galvanizing: ASTM A525, G60. E. Galvanizing Repair Paint: High zinc-dust content paint for repair of damaged galvanized surfaces complying with Military Specifications MIL-P-21035 (ships). F. Paint: Manufacturer's baked-on, rust inhibitive paint for application to metal surfaces which have been chemically cleaned and phosphate chemical treated. G. Flexible Closure Strips: Manufacturer's standard vulcanized, closed cell, synthetic rubber. Division 4-Masonry Section C5300—Metal Decking Page 1 of 3 2.02 FABRICATION A. General: 1. Form deck units in length to span three (3)or more supports. 2. Form units with flush, telescoped or nested two(2) inch laps at ends and interlocking or nested side laps. B. Roof Deck: 1. 1 1/2"deep formed with 22-gauge steel. 2. Minimum Section Modulus of 0.137 inch cubed per foot. 3. Type B Lok as manufactured by Merco Mfg., Inc. C. Cover Plates: 1. Fabricate cover plates for end-abutting deck units of same gauge material as decking. 2. Form to match contour of deck and approximately 6"wide. D. Metal Closure Strips: 1. Fabricate of 18-gauge steel. 2. Form to provide tight fitting closures at end of flutes and sides of decking. E. Cant Strips: 1. Fabricate of 22-gauge steel. 2. Bend to form a 45° not less than 5"wide with top and bottom flanges not less than 2"wide. PART 3 - EXECUTION 3.01 INSPECTION A. Examine areas and conditions under which metal deck is to be installed and notify contractor of conditions detrimental to proper and timely completion of work. B. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to installer. 3.02 INSTALLATION A. General: 1. Install deck units and accessories in accordance with manufacturer's recommendations. 2. Place deck units on supporting framework and adjust to final position with ends accurately aligned before fastening permanently. 3. Do not stretch or contract side lap interlocks. 4. Place deck units flat and square, secured to adjacent framing without warp or excessive deflection. 5. Coordinate with steel erector the location of deck bundles to prevent overloading structural members. 6. Do not use floor deck units for storage or working platforms until permanently secured. Division 4-Mascnry Sect:cr,C5300—Metal Decking Page 2 of 3 B. Fastening Deck Units: 1. Fasten floor deck units to supporting members by not less than 3/4" diameter fusion weld< o> elongated welds of equal strength, spaced 12" o.c. with a minimum of 2 welds per unit at each support. 2. Tack weld or use matching screws at 4'-0" o.c. for fastening end closures. 3. Fasten roof deck units to supporting members by not less than 1/2" diameter fusion welds or elongated welds of equal strength, spaced 12" o.c. at supports and at closer spacing where required for lateral force resistance. 4. Comply with AWS requirements and procedures for manual shielded metal arc welding, appearance and quality of welds, and methods used in correcting welding work. 5. Use welding washers where recommended by deck manufacturer. 6. Lock side laps of adjacent deck units between supports at intervals not exceeding 36"o.c. C. Cutting and Fitting: Cut and neatly fit deck units and accessories around other work projecting through or adjacent to the decking. D. Reinforcement at Openings: Provide reinforcement and closure pieces as required for strength, continuity of decking and support of other work. E. Hanger Slots or Clips: 1. Provide UL approved punched hanger slots between flutes of lower element where floor deck units are to receive hangers for support of ceilings, air ducts, diffusers or light fixtures. 2. Hanger clips designed to clip over male side lap joints of floor deck units may be used instead of hanger slots. 3. Locate slots or clips at not more than 14" o.c. in both directions, not over 9"from walls at ends and not more than 12" from walls at sides. F. Joint Covers: Provide joint covers at abutting end and changes of direction of floor deck units. G. Touchup Painting: After decking installation, wire brush, clean and paint scarred areas, welds and rust spots on top and bottom of decking units and supporting steel members. END OF SECTION 05300 Division 4-Masonry Section 05300—Metal Ceckrg Page 3 of 3 SECTION 05400 - COLD-FORMED METAL FRAMING PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, safety requirements, any applicable Owner furnished specifications and standards and Project Manual sections, apply to work of this section. 1.02 SUMMARY A. Types of cold formed metal framing units include the following: 1. Load bearing punched channel studs 2. C-shaped load bearing steel studs 3. C-shaped steel joists 1.03 SUBMITTALS A General: Submit the following in accordance with Conditions of Contract and Division 1 Project Manual sections. B. Product data and installation instructions for each item of cold formed metal framing and accessories. C. Shop drawings for special components and installations not fully dimensioned or detailed in manufacturer's product data. 1.04 QUALITY ASSURANCE A. Component Design: Calculate structural properties of studs and joists in accordance with American Iron and Steel Institute (AISI) "Specification for Design of Cold-Formed Steel Structural Members." B. Welding: Use qualified welders and comply with American Welding Society (AWS) S1.3, "Structural Welding Code -Sheet Steel." C. Fire Rated Assemblies: Where framing units are components of assemblies indicated for a fire-resistance rating, including those required for compliance with governing regulations, provide units that have been approved by governing authorities that have jurisdiction. D. Pre-Installation Conference: Prior to start of installation of metal framing systems, meet at project site with installers of other work including door frames and mechanical and electrical work. Review areas of potential interference and conflicts, and coordinate layout and support provisions for interfacing work. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements provide products of one of the following: 1. Unimast Incorporated, Franklin Park, Illinois 2.02 All studs and accessories shall be the type, size, gauge and spacing specified. Division 5-Metals Sect:cn C5400-Cold-Formed Metal Framing Page 1 of 2 2.03 All structural members shall be designed in accordance with American Iron and Steel Institute(AISI) "Specification For the Design of Cold-Formed Steel Structural Members", 1986 edition. 2.04 All framing members shall be formed from corrosion-resistant steel, corresponding to the requirements of ASTM A446, with minimum yield strength of 40 ksi for PCS style studs and 33 ksi for CWS style studs, SWT and UDLT tracts. PART 3 - INSTALLATION 3.01 All framing components shall be cut squarely for attachment to perpendicular members, or, as required, for an angular fit against abutting members. 3.02 Axially loaded studs shall be installed in a manner which will assure that their ends are positioned against the inside of tract prior to fastening. 3.03 Fastening of components shall be with self-drilling screws or welding. Screws shall be of sufficient size to insure the strength of the connection. Wire tying of components shall not be permitted. All welds shall be touched up with a zinc rich paint. 3.04 Track shall be securely anchored to the supporting structure. 3.05 Complete, uniform and level bearing support shall be provided for the bottom tract. 3.06 Abutting lengths of track shall each be securely anchored to a common structural element, butt-welded or spliced. 3.07 Studs shall be plumbed, aligned and securely attached to flanges of both upper and lower tract. 3.08 Framing of wall openings shall include headers and supporting studs. 3.09 Temporary bracing, where required, shall be provided until erection is completed. 3.10 Resistance to bending and rotation about the minor axis shall be provided by horizontal strap or cold-rolled channel bracing (gypsum board and gypsum sheathing per AISI Specification, Sec. D4). 3.11 Diagonally braced stud walls shall be provided at locations designated as "shear walls" for frame stability and lateral load resistance. Additional studs, when necessary, shall be positioned to resist the vertical components. 3.12 Splices in axially loaded studs shall not be permitted. END OF SECTION 05400 Division 5-Metals Section 054C0-Cold-Formed Meal F•2:-.-.Ing Page 2 cf 2 SECTION 05580 -MISCELLANEOUS SHEET METAL PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, safety requirements, any applicable Owner furnished specifications and standards and Project Manual sections, apply to work of this section. 1.02 DESCRIPTION OF WORK Definition: Miscellaneous sheet metal includes items custom fabricated from metal sheets which are not specified in other sections of this Project Manual. Types of sheet metal items in this section include: A. Miscellaneous cabinets B. Closures and trim C. Window sills D. Pockets for window treatment E. Filler panels F. Lighting troughs G. Heating-coiling unit enclosures 1.03 QUALITY ASSURANCE Shop Assembly: Pre-assemble items in the shop to the greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. 1.04 SUBMITTALS A. Product Data Submit manufacturer's product data, installation instructions and general recommendations for each specified miscellaneous sheet metal product, including paint products and other finishing materials. B. Shop Drawings Submit shop drawings for fabrication of sheet metal work. Include plans, elevations and detail sections. Indicate jointing, fasteners, anchorage, and accessory items, and specify finishes. C. Samples Submit 8" square samples of each metal finish required. Prepare samples on metal of same alloy and gage to be used for the work. 1. For color anodized aluminum whose normal color and texture variations are to be expected, include 2 or more units in each set of samples indicating the limits of such variation. 1.05 PROJECT CONDITIONS Coordinate work of this section with adjoining work for proper sequencing of each installation. Division 5-Metals Section C5580-Misceilanecus Sheet Metal Page 1 of 8 PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Subject to compliance with requirements, provide products of one of the following: 1. American Steel Products Corp. 2. Berjen Metal Industries, Inc. 3. Brandt Airflex Corp. 4. Custom Enclosures, Inc. 5. Pioneer Ind. Div., Core Ind. Inc. 2.02 MATERIALS A. General: Provide materials selected for their surface flatness, smoothness and freedom from surface blemishes where exposed to view in the finished unit. Do not use materials having exposed-to-view surfaces exhibiting pitting, seam marks, roller marks "oil canning", stains, discoloration or other imperfections. B. Galvanized Sheet Steel: ASTM A526 (commercial quality) or A527(lock forming quality), Coating Designation G90, mill phosphatized. C. Sheet Steel: Provide commercial quality cold-rolled carbon steel sheet as follows, unless otherwise indicated: 1. Zinc-Coated Sheet Steel: ASTM A591, with Class C zinc coating; chemically treated in mill with phosphate solution and light chromate rinse. 2. Sheet Steel: ASTM A366, Class I, matte finish. 3. Either of above materials, at fabricator's option. D. Stainless Steel Sheet: ASTM A167, Type 302/304, with No. 4 finish, unless otherwise indicated. E. Aluminum Sheet: Alloy and temper recommended by manufacturer for use intended and as suitable for application of finish indicated, but with not less than the strength and durability properties specified in ASTM B209 for 5005-H15. F. Metal-Faced Laminated Panels: Shop fabricated, laminated panels of exposed metal facing, core, and metal backing, as indicated. 1. Metal Facing: Sheet metal, type and gage as indicated. 2. Core: Rigid, dimensionally stable, moisture-resistant, material as indicated. 3. Metal Backing: 26 gage galvanized steel sheet, unless otherwise indicated. 4. Edge Construction: Self-edged with metal facing, unless otherwise indicated. G. Fasteners: Use fasteners made of the same basic metal as the fastened metal, unless otherwise indicated. Do no use metals which are corrosive or incompatible with materials joined. 1. Provide exposed fasteners (if any) which match finish of fastened metal, unless otherwise indicated. 2. Do not use exposed fasteners except where unavoidable. Match finish of metal surrounding fastener, unless otherwise indicated. 3. Provide Phillips flathead machine screws for exposed fasteners, unless otherwise indicated. Division 5-Metals Section C5.3C-Misce!iar,eces Sheet Metal Page 2 of 8 H. Anchors and Inserts: Use nonferrous metal or hot-dip galvanized anchors and inserts for exterior installations and elsewhere at required for corrosion resistance. Use toothed steel or lead expansion bolt devices for drilled-in-place anchors. Furnish inserts, as required, to be set into concrete or masonry work. I. Shop Primer for Sheet Steel: Manufacturer's or Fabricator's standard, fast- curing, lead-free, "universal" primer, selected for resistance to normal atmospheric corrosion, for compatibility with finish paint system indicated and of capability to provide a sound foundation for fields-applied topcoats despite prolonged exposure; complying with performance requirements of FS TT-P-645. J. Shop-Applied Baked Enamel Finish System for Sheet Steel alkyd gloss enamel complying with FS TT-E-498, Type B; applied over shop primer complying with either FS TT-P-636 or TT-P-645. K. Shop Primer for Zinc Coated Sheet Steel: Zinc dust, zinc oxide primer paint complying with FS TT-P-641, Type II. L. Shop Primer for Aluminum Sheet: Zinc-chromate base complying with FS TT-P- 645 or TT-P-1757. M. Factory-Applied Baked Enamel Finish: Alkyd gloss enamel (FS TT-E-489, Class B). N. Bituminous Paint: SSPC-Paint 12 (Cold applied asphalt mastic). O. Joint Sealers: See Division 7 section. 2.03 FABRICATION, GENERAL A. Fabricate items to comply with requirements indicated, including those for quality, thickness and finish of material as well as those indicating dimensions and details. Use heavier metal gages, stiffeners or metal backing as required to produce surface flatness, free of"oil-canning", and to impart sufficient strength for use indicated. If not otherwise indicated, provide the following minimum thickness of metal and comply with SMACNA recommendations for fabrication and installation details. 1. Sheet Steel: 16 gage 2. Galvanized Sheet Steel: 16 gage 3. Stainless Steel: 16 gage 4. Aluminum: 0.125" B. Form sheet metal items in maximum lengths and keep joints to a minimum. Do not expose cut edges of sheet metal except as indicated. Fold back exposed ends of unsupported sheet metal to form a 1/2"wide hem on the concealed side, or ease exposed edges with backing to a radius of approximately 1/32". Form items with flat, flush surfaces, true to line and level, and without cracking and grain separation at bends. C. Continuously weld all joints and seams except where other methods of joining are indicated; grind welds smooth and flush on exposed surfaces. Comply with AWS and other metal authorities. 1. Use filler metals and welding procedures which will blend with and match the color of sheet metal being joined and will avoid discoloration at welds. D. Provide straps, plates and brackets as required for support and anchorage of fabricated items to adjoining work. E. Reinforce sheet metal items as required for attachment and support of hinges, catches and other hardware for operating components. Division 5-Metals Sector.05580-Miscelaceccs Sheet Metal Page 3 cf 8 2.04 MISCELLANEOUS CABINETS A. General: Fabricate to sizes and details indicated using gages and metals indicated, or, if not indicated, not less than the following gates in sheet steel, or their equivalent. 1. Door or Drawer Panels: 16 gage 2. Exposed Tops: 14 gage 3. Exposed Fronts, Sides and Trim: 16 gage 4. Concealed Panels and Trim: 20 gage 5. Frames: 14 gage B. Form doors of one-piece hollow metal with no seams exposed on exterior face or edges. Fill inner space with inorganic insulation. C. For flush installation with adjacent construction, provide edge trim where indicated; otherwise, form a trimless flush mounting. D. Provide panels glazed with the following material at locations indicated; set glass in felt glazing strips with removable interior stops, unless otherwise indicated. 1. Clear float glass complying with FS DD-G-451, Type I, Class 1, Quality q3, thickness as indicated. 2. Clear tempered float glass complying with FS-DD-G-1403, Kind FT, Condition A, Type I, Class 1, thickness as indicated. E. Provide all hardware as indicated or required, finished to match adjacent door hardware including the following: 1. Door hinges, pulls and keepers 2. Latching and locking devices 2.05 CLOSURES AND TRIM A. Form closures and trim members to profiles indicated, using 18 gage sheet steel unless otherwise indicated. Furnish all components required for support and installation of closures and trim. Fabricate closures and trim to tightly close with adjoining work, and with weather-tight joints at exterior installation. B. Locate fasteners to be concealed where possible; otherwise to be as inconspicuous as possible. Size to securely support the work and space to prevent buckling or waviness of the finished surface. C. Drill and tap holes required for securing closures to other surfaces. D. Provide gaskets of closed-cell sponge neoprene or mastic sealing tape where indicated or required for concealed, continuous seal at abutting surfaces. E. Provide concealed support at joints to hold meeting faces in flush alignment. Miter or cope trim members at corners to form tight joint. 2.06 WINDOW SILLS A. Form sills to profiles indicated, using 14 gage sheet steel, unless otherwise indicated. Provide end closures and coordinate dimensions and attachment methods with window and other related work. Civisicn 5-Metals Sec:icn c55eeC-Miscellaneous Sheet Metal Page 4 of 8 2.07 POCKETS FOR WINDOW TREATMENT A. Form pockets to profiles indicated using 18 gage sheet steel, unless otherwise indicated. Provide end closures and coordinate dimensions and attachment methods with window treatment equipment, window frames, ceiling suspension system, and other related work to produce a coordinated and integrated assembly. Reinforce pocket for attachment of window treatment equipment and hardware or use heavier gage metal. B. For continuous pockets provide built-in filler panels between adjoining window treatment units to coincide with window mullions and of size indicated or required to fit to filler panels at ends of partitions. 2.08 FILLER PANELS A. Fabricate filler panels for closing ends of partition systems, and at other locations as indicated. Construct to sizes and shapes required, with reveals, trim, and concealed anchorage's to adjacent surfaces. Use 16 gage sheet steel unless otherwise indicated. B. Provide gaskets of closed-cell sponge neoprene between filler panel ends with abut glass. Use 1" square material, unless otherwise indicated. Set approximately 1/4" into channeled edge or filler panel and secure with waterproof adhesive. C. Provide gaskets at all edges of panels which abut adjacent surfaces to form a continuous seal. Use compressible gaskets of mastic sealing tape, applied to center of panel edges to be concealed from view, unless otherwise indicated. D. Provide insulation, as indicated, for sound-deadening in filler panels. Use flexible or semi-rigid mineral fiber insulation blankets, secured to inside panel faces with waterproof adhesive. 2.09 LIGHTING TROUGH A. Fabricate lighting troughs to profile and details indicated using 18 gage steel unless otherwise indicated; coordinate size of troughs, cutouts for electrical connections, and method of attachment with adjoining work and with electrical requirements. Lighting fixtures and electrical work is specified in Division 16. 2.10 HEATING-COOLING UNIT ENCLOSURES A. Fabricate units to profiles, sizes, and details indicated using sheet metal of the type, finish, and gages indicated, or, if not indicated, fabricate enclosures from sheet steel in the following minimum gages: 1. Framing: 12 gage 2. Sills and Stools: 14 gage 3. Front Panels and Bases: 16 gage 4. Concealed Panels and Trim: 20 gage B. Design Loading Criteria: Provide enclosures capable of supporting a minimum loading of 200 lb. per sq. ft. or 150 lb. per linear foot(whichever is greater) without permanent deflection. Include stiffeners or laminated backing using noncombustible materials as required for strength and rigidity. Include brackets, plates and straps in assemblies for support of other work. Division 5-Metals Section C5580-Miscellaneous Sheet Metal Page 5 of 8 C. Provide louvers and grilles of size, type and materials indicated. For removable grilles use modular units with recessed openings and enclosures. Fabricate removable grilles and openings to close tolerances to produce well-fitted assemblies free of warp or rattle with grilles supported continuously along parallel edges and tops flush with top of enclosure. Form support for grille to serve also as collar for connection to discharge opening in heating-cooling units where indicated or required for operation. D. Provide removable tops and fronts where indicated or required for access to heating-cooling units and to piping, ductwork, controls, and electrical service. Fabricate removable panels and openings in enclosure to a fitting tolerance of not less than 1/32" and not more than 1/10" at each edge,with face of panels flush with adjoining fixed surfaces of enclosure. Design and fabricate panels and openings so that panels may be easily removed without interfering with adjoining work or furniture. Provide concealed slips and hardware to hold panels in place without warp or rattle. E. Provide hinged access panels if enclosures for access to heating-cooling unit controls, either as separate elements or integrated with grille openings, as indicated or required. F. Coordinate construction, configuration and dimensions of enclosures with those of heating-cooling units. Provide blind knockouts for piping, ductwork, control lines, and electrical conduit and wiring, and where indicated or required, provide support for those elements and heating-cooling units. G. Locate fixed surfaces of enclosure to coincide precisely with window mullions and partition system termination's. Provide closures at ends of units, at recessed openings in base of units, and other locations where required to conceal from view unfinished wall or floor surfaces, piping, conduit, ductwork or heating- cooling units. 1. Provide built-in partitions (bulkheads)within enclosures between heating- cooling units, located to coincide with mullions and partition system termination's. Fabricate panels in manner similar to exposed filler panels to prevent transmission of sound. H. Provide sound deadening for concealed faces of metal panels over 6"wide consisting of a heavy bituminous coating applied at the minimum rate of 20 sq. ft. per gal. Apply sound-deadening coating after completion of shop finishing. 2.11 SHOP FINISHING A. Comply with NAAMM "Metal Finishes Manual" for finish designations and application recommendations, except as otherwise indicated. B. Comply with SSPC-PA1 "Paint Application Specification No. 1" for shop painting. C. Complete mechanical finishes of flat sheet metal surfaces before fabrication, wherever possible. After fabrication, finish all joints, bends, abrasions and other surface blemishes to match sheet finish. Protect mechanical finishes on exposed surfaces from damage by application of adhesive paper or other temporary protective covering, prior to shipment. D. Colors: Provide colors indicated, or if not indicated, as selected by Engineer from manufacturer's standard colors. Division 5-Metals Secticn 05580-Miscellaneous Sheet Metal Page 6of8 E. Sheet Steel: 1. Surface Preparation: Solvent-clean surfaces in compliance with SSPC- SP-1 to remove dirt, oil, grease and other contaminants that could impair paint bond. Remove mill scale and rust, if present, from uncoated steel in compliance with SSPC-SP 5 (White Metal Blast Cleaning) or SSPC-SP8 (Pickling). 2. Chemical Pretreatment: Apply hot phosphate surface treatment to uncoated steel sheet to comply with SSPC-PT 4. 3. Factory-Primed Sheet Steel: Apply shop primer for sheet steel immediately following surface preparation and pretreatment. 4. Factory-Primed Zinc-Coated Sheet Steel: Apply shop primer for zinc- coated steel sheet immediately following surface preparation. F. Factory-Applied Baked Enamel Finish: Apply baked enamel finish system for sheet steel immediately following surface preparation and chemical pretreatment. Comply with paint manufacturer's recommendations for application and baking to achieve a minimum dry film thickness of 2.0 mils. G. Aluminum: 1. Color Anodized Finish: AA-M32C12A42 (directional textured medium satin mechanical finish, medium matte etched finish with 0.7 mil minimum thick integrally colored anodic coating). 2. Conversion-Coated and Factory-Primed Finish: AA-C12C42R1 x (cleaned with inhibited chemical, conversion coated with an acid-chromate-fluoride- phosphate treatment, and painted with an organic coating specified below). Apply where painting after installation is indicated (not work of this section). a) Organic Coating: Air-dried zinc-chromate primer with a minimum dry film thickness of 1.0 mils. 3. Baked Enamel Finish: AA-C12C42R1x (cleaned with inhibited chemicals, conversion coated with an acid chromate-fluoride-phosphate treatment and painted with organic coating specified below). Apply coating in strict compliance with paint manufacturer's specifications. a) Organic Coating: Manufacturer's standard thermosetting acrylic enamel primer/topcoat system, 1.5 minimum dry film thickness. PART 3 - EXECUTION 3.01 PREPARATION A. Field Measurements: Perform sheet metal work in cooperation with other trades. Where possible, verify size, location and placement of miscellaneous sheet metal work prior to fabrication and shop assembly. B. Coordinate setting drawings, diagrams, templates, instructions, and directions for installation of anchorages, such as concrete inserts, anchor bolts, and miscellaneous items having integral anchors, which are to be embedded in concrete or masonry construction. Coordinate deliver of such items to the project site. Division 5-Metals Section 05580-Miscellaneous Sheet Metal Page 7 of 8 3.02 INSTALLATION A. Locate and place sheet metal items plumb, level and in alignment with adjacent work. B. Use concealed anchorages where possible. Provide brass or lead washers fitted to screws where required to protect sheet metal surfaces and to make a weather- tight connections. C. Form tight joints with exposed connections accurately fitted together. Provide reveals and openings for sealants and joint fillers, as indicated. D. Protect zinc-coated, galvanized and nonferrous metal surfaces from corrosion or galvanic action by application of a heavy coating of bituminous paint on surfaces which will be in contact with concrete, masonry or dissimilar metals. E. Repair finishes damaged by cutting, welding, soldering and grinding operations required for shop fitting and jointing. Restore finishes and prime coats of paint so that there is no evidence of corrective work. Return items which cannot be refinished in the field to the shop, make required alterations, and refinish the entire unit or provide new units, at fabricator's option. F. Provide concealed gaskets, flashing, sealants, fillers and insulation, and install as the work progresses to make installations weather-tight or sealed. END OF SECTION 05580 Division 5-Metals Section 05580-Miscellaneous Sheet Metal Page 8 of 8 SECTION 075419— POLYVINYL—CHLORIDE ROOFING 1.0 SCOPE OF WORK A. Contractor shall coordinate all activities associated with this project with the building owners representative. B. Contractor is responsible for verifying any suggested measurements or details noted or referenced in this 3-part specifications document. C. Contractor shall be responsible for facilitating procurement of Texas Department of Insurance (TDI) required certificates for the owner. Any fees or engineering cost associated with the TDI certificates shall be the responsibility of the contractor. D. Contractor shall follow all specifications related to the installation of the roof assembly in accordance with the Duro-Last wind calculations for roofs attached to this document. E. Contractor shall furnish and install, via CR-20, splatter pattern attachment, a white 50 mil Duro-Fleece single ply membrane roofing system that is fabricated of a weft inserted, low shrink, anti-wicking polyester fabric and has a thermoplastic coating of PVC material laminated to both sides as manufactured by Duro-Last Roofing, Inc. This membrane shall be installed directly to the existing modified bitumen roof. F. Contractor shall encapsulate all parapet walls using 50 mil white single-ply membrane roofing system that is fabricated of a weft inserted, low-shrink, anti-wicking polyester fabric and has a thermoplastic coating of PVC material laminated to both sides as manufactured by Duro-Last Roofing, Inc. in accordance with Duro-Last Roofing, Inc. published specifications. G. Terminate roofing system with All-Term metal edge, as manufactured by Exceptional Metals, Inc. Cover color and size shall be chosen by building owner/owner's representative. H. Contractor shall furnish and install all materials to enhance and flash all penetrations on the roof(s) in accordance Duro-Last specifications. The contractor shall field verify all penetrations on the roof(s). I. Contractor is responsible for scheduling a final inspection with a Duro-Last Quality Assurance Tech Rep at the completion of the project to ensure the specifications have been followed J. Contractor shall provide the building owner with a 15 yr High Wind manufacture warranty K. Contractor is responsible for providing a watertight condition of the building continuously throughout the project. L. Contractor shall dispose of all debris in an approved facility in accordance with all local, state, and federal regulations. M. Contractor shall adhere to all Local, State, and Federal Regulations that are applicable to this project. Division 7-Thermal and Moisture Protection Section 075419—Polyvinyl—Chloride Roofing Page 1 of 9 PART 1 GENERAL 1.1 SECTION INCLUDES A. Overlay BUR: Granular-Surfaced Cap Sheet. B. Duro-Last® Duro-Fleece TM membrane adhered with Duro-Fleece CR-20 membrane adhesive, splatter applied. C. Prefabricated flashings, corners, parapets, stacks, vents, and related details. D. Fasteners, adhesives, and other accessories required for a complete roofing installation. E. Traffic Protection. 1.2 REFERENCES A. NRCA-The NRCA Roofing and Waterproofing Manual. B. ASCE 7- Minimum Design Loads for Buildings and Other Structures. C. UL- Roofing Materials and Systems Directory, Roofing Systems (TGFU.R10128). D. ASTM C 1289-Standard Specification for Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board. E. ASTM D 751 - Standard Test Methods for Coated Fabrics. F. ASTM D 4434-Standard Specification for Poly(Vinyl Chloride) Sheet Roofing. G. ASTM E 108 -Standard Test Methods for Fire Tests of Roof Coverings. H. ASTM E 119 -Standard Test Methods for Fire Tests of Building Construction and Materials. 1.3 SYSTEM DESCRIPTION A. General: Provide installed roofing membrane and base flashings that remain watertight; do not permit the passage of water; and resist specified uplift pressures, thermally induced movement, and exposure to weather without failure. B. Material Compatibility: Provide roofing materials that are compatible with one another under conditions of service and application required, as demonstrated by roofing membrane manufacturer based on testing and field experience. C. Physical Properties: 1. Roof product must meet the requirements of Type III PVC sheet roofing as defined by ASTM D 4434 and must meet or exceed the following physical properties. 2. Thickness: 50 mil (68 mil including fleece), nominal, in accordance with ASTM D 751. 3. Thickness Over Scrim: >_28 mil in accordance with ASTM D 751. 4. Breaking Strengths: >_ 500 lbf. (MD) and >_ 344 lbf. (XMD) in accordance with ASTM D 751, Grab Method. 5. Elongation at Break: > 32% (MD) and >- 77% (XMD) in accordance with ASTM D 751, Grab Method. 6. Heat Aging in accordance with ASTM D 3045: 176 °F for 56 days. No sign of cracking, chipping or crazing. (In accordance with ASTM D 4434). 7. Factory Seam Strength: >_ 278 lbf. in accordance with ASTM D 751, Grab Method. 8. Tearing Strength: ? 67 lbf. (MD) and >_ 160 lbf. (XMD) in accordance with ASTM D 751, Procedure B. 9. Low Temperature Bend (Flexibility): Pass at-40 °F in accordance with ASTM D 2136. 10.Accelerated Weathering: No cracking, checking, crazing, erosion or chalking after Division 7-Thermal and Moisture Protection Section C75419—Polyvinyl—Chloride Roofing Page 2 of 9 5,000 hours in accordance with ASTM G 154. 11. Linear Dimensional Change: < 0.11% (MD) and 0.11% (XMD) in accordance with ASTM D 1204 at 176 ± 2 °F for 6 hours. 12.Water Absorption: <_ 2.7% in accordance with ASTM D 570 at 158 °F for 166 hours. 13. Static Puncture Resistance: >_ 33 lbs. in accordance with ASTM D 5602. 14. Dynamic Puncture Resistance: >_ 14.7 ft-lbf. in accordance with ASTM D 5635. D. Cool Roof Rating Council (CRRC): 1. Membrane must be listed on CRRC website. a. Initial Solar Reflectance: >-87% b. Initial Thermal Emittance: >_ 89% c. Initial Solar Reflective Index (SRI): > 110 1.4 SUBMITTALS A. Submit under provisions of Section 01300. B. Duro-Last data sheets on each product to be used, including: 1. Preparation instructions and recommendations. 2. Storage and handling requirements and recommendations. 3. Installation methods. 4. Maintenance requirements. C. Shop Drawings: Indicate insulation pattern, overall membrane layout, field seam locations, joint or termination detail conditions, and location of fasteners. D. Verification Samples: For each product specified, two samples, representing actual product, color, and finish. 1. 4 inch by 6 inch sample of roofing membrane, of color specified. 2. 4 inch by 6 inch sample of walkway pad. 3. Termination bar, fascia bar with cover, drip edge and gravel stop if to be used. 4. Each fastener type to be used for installing membrane, insulation/recover board, termination bar and edge details. E. Installer Certification: Certification from the roofing system manufacturer that Installer is approved, authorized, or licensed by manufacturer to install roofing system. F. Manufacturers warranties. 1.5 QUALITY ASSURANCE A. Perform work in accordance with manufacturer's installation instructions. B. Manufacturer Qualifications: A manufacturer specializing in the production of PVC membranes systems and utilizing a Quality Control Manual during the production of the membrane roofing system that has been approved by and is inspected by Underwriters Laboratories. C. Installer Qualifications: Company specializing in installation of roofing systems similar to those specified in this project and approved by the roofing system manufacturer. D. Source Limitations: Obtain components for membrane roofing system from roofing membrane manufacturer. Division 7-Thermal and Moisture Protection Section 075419—Polyvinyl—Chloride Roofing Page 3 of 9 E. There shall be no deviations from the roof membrane manufacturer's specifications or the approved shop drawings without the prior written approval of the manufacturer. 1.6 REGULATORY REQUIREMENTS A. Conform to applicable code for roof assembly wind uplift and fire hazard requirements. B. Fire Exposure: Provide membrane roofing materials with the following fire-test-response characteristics. Materials shall be identified with appropriate markings of applicable testing and inspecting agency. 1. Exterior Fire-Test Exposure: a. Class C; ASTM E 108, for application and roof slopes indicated. 2. Fire-Resistance Ratings: Comply with ASTM E 119 for fire-resistance-rated roof assemblies of which roofing system is a part. 3. Conform to applicable code for roof assembly fire hazard requirements. C. Wind Uplift: 1. Roofing System Design: Provide a roofing system designed to resist uplift pressures calculated according to the current edition of the ASCE-7 Specification Minimum Design Loads for Buildings and Other Structures. 1.7 PRE-INSTALLATION MEETING A. Convene meeting not less than one week before starting work of this section. B. Review methods and procedures related to roof deck construction and roofing system including, but not limited to, the following. 1. Meet with Owner, Architect, Owner's insurer if applicable, testing and inspecting agency representative, roofing installer, roofing system manufacturer's representative, deck installer, and installers whose work interfaces with or affects roofing including installers of roof accessories and roof-mounted equipment. 2. Review and finalize construction schedule and verify availability of materials, installer's personnel, equipment, and facilities needed to make progress and avoid delays. 3. Examine deck substrate conditions and finishes for compliance with requirements, including flatness and fastening. 4. Review structural loading limitations of roof deck during and after roofing. 5. Review base flashings, special roofing details, roof drainage, roof penetrations, equipment curbs, and condition of other construction that will affect roofing system. 6. Review governing regulations and requirements for insurance and certificates if applicable. 7. Review temporary protection requirements for roofing system during and after installation. 8. Review roof observation and repair procedures after roofing installation. 1.8 DELIVERY, STORAGE AND HANDLING Division 7-Thermal and Mcisture Protection Section 075419—Polyvinyl—Chloride Roofing Page 4 of 9 A. Deliver roofing materials to Project site in original containers with seals unbroken and labeled with manufacturer's name, product brand name and type, date of manufacture, and directions for storing and mixing with other components. B. Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing system manufacturer. Protect stored liquid material from direct sunlight. C. Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Store in a dry location. Comply with insulation manufacturer's written instructions for handling, storing, and protecting during installation. D. Store roof materials and place equipment in a manner to avoid permanent deflection of deck. E. Store and dispose of solvent-based materials, and materials used with solvent-based materials, in accordance with requirements of local authorities having jurisdiction. 1.9 WARRANTY A. Contractor's Warranty: The contractor shall warrant the roof application with respect to workmanship and proper application for two (2)years from the effective date of the warranty issued by the manufacturer. B. Manufacturer's Warranty: Must provide for completion of repairs, replacement of membrane or total replacement of the roofing system at the then-current material and labor prices throughout the life of the warranty. In addition, the warranty must meet the following criteria: 1. Warranty Period: 15 years from date issued by the manufacturer. 2. Coverage to maximum wind speed of 120 mph. 3. Must provide positive drainage (no ponding water). 4. Issued direct from and serviced by the roof membrane manufacturer. 5. Transferable for the full term of the warranty. PART 2 PRODUCTS 2.1 MANUFACTURER A. Manufacturer: Duro-Last Roofing, Inc., which is located at: 525 Morley Drive, Saginaw, MI 48601. Telephone: 800-248-0280. B. All roofing system components to be provided or approved by Duro-Last Roofing, Inc. C. Substitutions: Not permitted. 2.2 ROOFING SYSTEM COMPONENTS A. Roofing Membrane: Duro-Last® Duro-Fleece TM membrane conforming to ASTM D 4434, type III, fabric-reinforced, PVC, NSF/ANSI 347 Gold or Platinum Certification, and a product-specific third-party verified Environmental Product Declaration. Membrane properties as follows: 1. Thickness: a. 50 mil norninals (68 mil including fleece). 2. Exposed Face Color: a. White. Division 7-Thermal and Moisture Protection Section 079419—Polyvinyl—Chloride Roofing Page 5 of 9 3. Minimum recycle content 7% post-industrial and 0% post-consumer. 4. Recycled at end of life into resilient flooring or concrete expansion joints. B. Accessory Materials: Provide accessory materials supplied by or approved for use by Duro-Last Roofing, Inc. 1. Sheet Flashing: Manufacturer's standard reinforced PVC sheet flashing. 2. Duro-Last Factory Prefabricated Flashings: manufactured using Manufacturer's standard reinforced PVCmembrane. a. Stack Flashings. b. Curb Flashings. c. Inside and Outside Corners. d. Drain Boots, Composite Drain Rings (CDR) and Dome Strainers. e. Vinyl Coated Metal Scupper Inserts. f. Vinyl Coated Pitch Pans. 3. Sealants and Adhesives: Compatible with roofing system and supplied by Duro-Last Roofing, Inc. a. Duro-Fleece®CR-20 Membrane Adhesive. b. Duro-Caulk® Plus. c. Duro-Caulk®Advanced. d. Strip Mastic. e. Pitch Pocket Filler. 4. Slip Sheet: Compatible with roofing system and supplied by Duro-Last Roofing, Inc. 5. Fasteners and Plates: Factory-coated steel fasteners and metal or plastic plates meeting corrosion-resistance provisions in FMG 4470, designed for fastening membrane and insulation to substrate. Supplied by Duro-Last Roofing, Inc. 6. PV Anchors 7. Termination and Edge Details: Supplied by Duro-Last Roofing, Inc. a. Termination Bar. b. AIITermTM. 8. Vinyl Coated Metal: Supplied by Duro-Last Roofing, Inc. 24 gauge, hot-dipped galvanized, grade 90 metal with a minimum of 17 mil of Duro-Last membrane laminated to one side. C. Walkways: 1. Provide non-skid, maintenance-free walkway pads in areas of heavy foot traffic and around mechanical equipment. a. Duro-Last Roof Trak® III Walkway Pad. 1. PART 3 EXECUTION 3.1 EXAMINATION A. Verify that the surfaces and site conditions are ready to receive work. B. Verify that the deck is supported and secured. C. Verify that the deck is clean and smooth, free of depressions, waves, or projections, and properly sloped to drains, valleys, eaves, scuppers or gutters. D. Verify that the deck surfaces are dry and free of standing water, ice or snow. E. Verify that all roof openings or penetrations through the roof are solidly set. F. If substrate preparation is the responsibility of another contractor, notify Architect of unsatisfactory preparation before proceeding. G. Prior to re-covering an existing roofing system, conduct an inspection of the roof system Division 7-Thermal and Moisture Protection Section 075419—Polyvinyl—Chloride Roofing Page 6 of 9 accompanied by a representative of the membrane manufacturer or an authorized contractor. 1. Determine required fastener type, length, and spacing. 2. Verify that moisture content of existing roofing is within acceptable limits. 3. Identify damaged areas requiring repair before installation of new roofing. 4. Conduct core cuts as required to verify information required. 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. C. Surfaces shall be clean, smooth, free of fins, sharp edges, loose and foreign material, oil, grease, and bitumen. D. Re-Roofing Over Existing Single-Ply System: 1. Remove all loose or high fasteners. 2. Membrane contaminated with bitumen must be immediately cleaned. If cleaning does not remove the bitumen, the contaminated membrane must be replaced, or covered with both a slip sheet and new membrane. 3. Blisters, buckles and other surface irregularities must be repaired or removed. If the damage is extensive, an approved rigid board insulation or a cover board must be installed. 4. When the system is smooth or granular-surfaced, any approved slip sheet, insulation or cover board may be used to provide separation of the roof system and new membrane. Duro-Guard fan folds may be used if the surface is pea gravel or crushed stone which is '/ to 3/8 inch in size and has been leveled and maintained at 4 psf. For larger rock/gravel, utilize an approved rigid insulation or cover board. 5. If rock/gravel surfacing is removed, an approved fan fold, rigid insulation or cover board must be used. If embedded rock/gravel remains that protrudes out of the deck more than '/ inch, do not use fan fold board. Instead, use an approved cover board or rigid insulation. 6. When installing polystyrene insulation over coal tar pitch or asphalt-based roof systems, a slip sheet must be used between the insulation and existing roof. 3.3 INSTALLATION A. Install insulation in accordance with the roof manufacturer's requirements. B. Roof Membrane: 50 mil, Duro-Last® Duro-Fleece TM membrane. 1. Use only membrane adhesive acceptable to the roof manufacturer's that meets the applicable design requirements. 2. Cut membrane to fit neatly around all penetrations and roof projections. 3. Unroll roofing membrane and positioned with a minimum 6-inch overlap along the selvage edge. Roll ends must be butted together and membrane of the same mil thickness, without fleece backing, must be used to form the end lap. 4. Apply adhesive in accordance with the roof manufacturer's requirements. 5. Apply adhesive in splatter pattern. 6. Follow guidelines outlined in the adhesive's Product Data Sheet. 7. Read the adhesive's Material Safety Data Sheet (MSDS) prior to using the adhesive. C. Seaming: 1. Weld overlapping sheets together using hot air. Minimum weld width is 1-1/2 inches. Division 7-Thermal and Moisture Protection Section 075=19—Polyvinyl—Chloride Roofing Page 7 of 9 2. Check field welded seams for continuity and integrity and repair all imperfections by the end of each work day. D. Membrane Termination/Securement: All membrane terminations shall be completed in accordance with the membrane manufacturer's requirements. 1. Provide securement at all membrane terminations at the perimeter of each roof level, roof section, curb flashing, skylight, expansion joint, interior wall, penthouse, and other similar condition. 2. Provide securement at any angle change where the slope or combined slopes exceeds two inches in one horizontal foot. E. Flashings: Complete all flashings and terminations as indicated on the drawings and in accordance with the membrane manufacturer's requirements. 1. Provide securement at all membrane terminations at the perimeter of each roof level, roof section, curb flashing, skylight, expansion joint, interior wall, penthouse, and other similar condition. a. Do not apply flashing over existing thru-wall flashings or weep holes. b. Secure flashing on a vertical surface before the seam between the flashing and the main roof sheet is completed. c. Extend flashing membrane a minimum of 6 inches (152 mm) onto the main roof sheet beyond the mechanical securement. d. Use care to ensure that the flashing does not bridge locations where there is a change in direction (e.g. where the parapet meets the roof deck). 2. Penetrations: a. Flash all pipes, supports, soil stacks, cold vents, and other penetrations passing through the roofing membrane as indicated on the Drawings and in accordance with the membrane manufacturer's requirements. b. Utilize custom prefabricated flashings supplied by the membrane manufacturer. c. Existing Flashings: Remove when necessary to allow new flashing to terminate directly to the penetration. 3. Pipe Clusters and Unusual Shapes: a. Clusters of pipes or other penetrations which cannot be sealed with prefabricated membrane flashings shall be sealed by surrounding them with a prefabricated vinyl-coated metal pitch pan and sealant supplied by the membrane manufacturer. b. Vinyl-coated metal pitch pans shall be installed, flashed and filled with sealant in accordance with the membrane manufacturer's requirements. c. Pitch pans shall not be used where prefabricated or field fabricated flashings are possible. F. Roof Drains: 1. Coordinate installation of roof drains and vents specified in Section 115146 - Plumbing Specialties. 2. Remove existing flashing and asphalt at existing drains in preparation for sealant and membrane. 3. Provide a smooth clean surface on the mating surface between the clamping ring and the drain base. G. Edge Details: 1. Provide edge details as indicated on the Drawings. Install in accordance with the membrane manufacturer's requirements. 2. join individual sections in accordance with the membrane manufacturer's requirements. Division 7-Thermal and Moisture Protection Section 075419—Polyvinyl—Chloride Roofing Page 8 of 9 3. Coordinate installation of metal flashing and counter flashing. 4. Manufactured Roof Specialties: Coordinate installation of copings, counter flashing systems, gutters, downspouts, and roof expansion assemblies. H. Walkways: 1. Install walkways in accordance with the membrane manufacturer's requirements. 2. Provide walkways where indicated on the Drawings. 3. Install walkway pads at roof hatches, access doors, rooftop ladders and all other traffic concentration points regardless of traffic frequency. Provided in areas receiving regular traffic to service rooftop units or where a passageway over the surface is required. 4. Do not install walkways over flashings or field seams until manufacturer's warranty inspection has been completed. I. Water cut-offs: 1. Provide water cut-offs on a daily basis at the completion of work and at the onset of inclement weather. 2. Provide water cut-offs to ensure that water does not flow beneath the completed sections of the new roofing system. 3. Remove water cut-offs prior to the resumption of work. 4. The integrity of the water cut-off is the sole responsibility of the roofing contractor. 5. Any membrane contaminated by the cut-off material shall be cleaned or removed. 3.4 FIELD QUALITY CONTROL A. The membrane manufacturer's representative shall provide a comprehensive final inspection after completion of the roof system. All application errors shall be addressed and final punch list completed. 3.5 PROTECTION A. Protect installed roofing products from construction operations until completion of project. B. Where traffic is anticipated over completed roofing membrane, protect from damage using durable materials that are compatible with membrane. C. Repair or replace damaged products after work is completed. 3.6 WARRANTY A. Provide 25 year no dollar warranty for all additions and repairs. B. Perform new work as such not to void existing warranty. END OF SECTION 075419 Division 7-Thermal and Moisture Protection Section 075419—Polyvinyl—Chloride Roofing Page 9 of 9 SECTION 07600- FLASHING AND SHEET METAL PART 1 - GENERAL 1.01 RELATED DOCUMENTS Drawings and general provisions of the Contract, safety requirements, any applicable Owner furnished specifications and standards and Project Manual sections, apply to work of this section. 1.02 DESCRIPTION OF WORK The type of work specified in this section includes the following: A. Metal base flashing and counter flashing. B. Gutters and scuppers. C. Metal caps and retainer clips. 1.03 JOB CONDITIONS A. Coordinate work of this section with interfacing and adjoining work for proper sequencing of each installation. B. Ensure best possible weather protection and durability of the work and protection of materials and finishes. PART 2 - PRODUCTS 2.01 MATERIALS A. Sheet Metal: 1. AISI Type 302/304, ASTM A 167, 2D annealed finish stainless steel. 2. Gauge as called for on drawings, minimum 28 Ga. B. Miscellaneous Materials: 1. Solder: 60-40 tin/lead solder(ASTM B-32 with acid chloride type flux). 2. Fasteners: a) Same metal as flashing/sheet metal or other non-corrosive metal as recommended by sheet manufacturer. b) Match finish of exposed heads with material being fastened. 3. Sealant: Polyisobutylene, non-hardening, non-skinning, nondrying, non- migrating. 4. Slip Sheet: 5 lb. rosin-sized building paper. 5. Underlayment: 6 mil carbonated polyethylene film; FS L-P-512. 6. Roofing cement: ASTM D 2822, asphaltic. 2.02 FABRICATION A. General: 1. Shop fabricate work to greatest extent possible. 2. Comply with details shown and with applicable requirements of Sheet Metal and Air Conditioning Contractors' National Association (SMACNA) and other recognized industry practices. 3. Fabricate for waterproof and weather resistant performance. 4. Provide expansion provisions for running work sufficient to permanently prevent leakage damage or deterioration of the work. 5. Form work to fit substrate. Section 07600-Flash and Sheet Metals Page 1 of 2 6. Form exposed sheet metal work without excessive oil canning, buckling and tool marks, true to line and levels as indicated with exposed edges folded back to form lines. B. Seams: 1. Fabricate nonmoving seams in sheet metal with flat lock seams. 2. Form seams and solder. C. Expansion joints: Where lapped expansion provisions in work cannot be used, form expansion joints at intermeshing hooked flanges, not less than 1"deep, filled with sealant. D. Sealant joints: Where movable, non-expansion type joints are required, form metal to provide for proper installation of sealant in compliance with industry standards. E. Separations: Provide for separation of metal from non-compatible metal or corrosive substrate by coating concealed surfaces at point of contact with bituminous coating. PART 3 - EXECUTION 3.01 INSTALLATION A. General: 1. Comply with SMACNA"Architectural Sheet Metal Manual". 2. Anchor units of work securely in place providing for thermal expansion. 3. Use concealed fasteners where possible. 4. Set work true to line and level as indicated. 5. Install work with laps,joints and seams which will be permanently watertight and weatherproof. B. Underlayment: 1. Where stainless steel is installed directly on cementious or wood substrates, install a paper slip sheet and a course of polyethylene. 2. Bed flanges of work in a thick coat of bituminous roofing cement. END OF SECTION 07600 Section 07600-Flash and Sleet Metals Pace 2 of 2 SECTION .0 GENERAL INFORMATION GENERAL INFORMATION NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the City of Port Arthur the required information specified in Bid or Proposal Specifications listed in this Bid Package. All bids meeting the intent of this request for bid will be considered for award. BIDDERS TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS, SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. The City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to be in the best interest of the City of Port Arthur. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The award shall be made to the responsive, responsible bidder who submits the best value bid. The City reserves the right to: 1. Reject any and all bids and to make no award if it deems such action to be in its best interest. 2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and Proposal" shall be equivalent. Bidders are cautioned to read the information contained in this ITB carefully and to submit a complete response to all requirements and questions as directed. CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking,to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission website: haps:ffww1N...ethics.state.tx.us'tllln<_ji fo/confilet forms.htm Page 1 of 7 By doing business or seeking to do business with the City of Port Arthur including submitting a response to this RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only. If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee,official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Development Services, P.O. Box 1089, Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas,Jefferson County. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this ITB. QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability,performance, construction, and other details,its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. In the event of conflicts between the written bid proposal and information obtained verbally, the vendor is specifically advised that the written bid proposal will prevail in the determination of the successful bidder. Under the Title VI of the Civil Rights Act of 1964,no person shall,on the grounds of race,color, or national origin, be excluded from participation in,be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas. unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable,of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury$500,000 single limit per occurrence or$500,000 each . person/$500,000 per occurrence for contracts of$100,000 or less; or Bodily injury$1,000,000 single limit per occurrence or$500,000 each person/$1,000,000 per occurrence for contracts in excess of$100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of$2,000,000 for contracts in excess of$100,000. 3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of$500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided,minimum limits are$300,000 per person, $500,000 per occurrence for bodily injury and$100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered,modified or canceled unless at least fifteen (15)days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten(10)days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the contractor. INDEMNIFICATION: The CONTRACTOR shall defend, indemnify, and hold harmless the OWNER and the Engineer and their respective officers, agents, and employees, from and against all damages, claims, losses, demands, suits,judgments, and costs, including reasonable attorney's fees and expenses arising out of or resulting from the performance of the work, provided that any such damages, claim, loss,demand,suit,judgment,cost or expense: Is attributable to bodily injury, sickness, disease, or death or to injury to or destruction of tangible property(other than the work itself) including the loss of use resulting there from. Is caused in whole or in part by any negligent act or omission of the CONTRACTOR, cm Subcontractor, anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability of the Engineer, his agents or employees arising out of the preparation or approval of maps, drawings, reports, surveys, Change Orders, designs or Specifications, or the giving of or the failure to give directions or instructions by the Engineer, his agents or employees, provided such giving or failure to give is the primary cause of the injury or damage. DELAYS: The CONTRACTOR shall receive no compensation for delays or hindrances to the work, except when direct and unavoidable extra cost to the CONTRACTOR is caused by the failure of the CITY to provide information or material, if any, which is to be furnished by the CITY. When such extra compensation is claimed, a written statement thereof shall be presented by the CONTRACTOR to the Engineer and, if by him found correct, shall be approved and referred by him to the Council for final approval or disapproval; and the action thereon by the Council shall be final and binding. If delay is caused by specific orders given by the Engineers to stop work, of by the performance of extra work, or by the failure of the CITY to provide material or necessary instructions for carrying on the work, then such delay will entitle the CONTRACTOR to an equivalent extension of time, his application for which shall, however, be subject to the approval of the City Council; and no such extension of time shall release the CONTRACTOR or the Surety on his performance bond from all his obligations hereunder which shall remain in full force until the discharge of the Contract. MAINTENANCE OF WORK: After approval of final payment and prior to expiration of one (1) year after date of Substantial Completion or such longer period as may be prescribed by law or by any applicable special guarantee required by the Contract Documents, any work is found to be defective, CONTRACTOR shall promptly_ without cost to OWNER and in accordance with the OWNER'S written instructions. correct such defective work. If CONTRACTOR does not promptly comply with such instructions, OWNER may have such defective work corrected and all direct and indirect costs of such removal and replacement. including compensation for additional professional services, shall be paid by CONTRACTOR. ANTITRUST: CONTRACTOR hereby assigns to OWNER any and all claims for overcharges associated with this Contract which arise under the anti- trust laws of the United States, 15 U.S.C.A. Sec. 1, et seq. (1973). DELAY, DISRUPTION OR OTHER CLAIMS: Any claim by the CONTRACTOR for delay, disruption or any other claim shall be based on a written notice delivered to the CITY and to the ENGINEER promptly (but in no case later than ten (10) calendar days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Within ten (10) calendar days of delivering said notice, the CONTRACTOR shall deliver to the CITY and to the ENGINEER notice of the amount of the claim and specific and detailed support documentation and data on the impact claimed. Further, the CONTRACTOR shall furnish on a continuing basis all of the documents that in any way are purported to support the damages, costs, expenses and impact of the claim event. The CONTRACTOR'S failure to fully comply with any of these requirements with respect to any claim shall constitute a complete and final waiver of said claim. MUTUAL RESPONSIBILITY OF CONTRACTOR'S: If, through acts of neglect on the part of the CONTRACTOR, any other CONTRACTOR or any Subcontractor shall suffer loss or damage on the work, the CONTRACTOR agrees to settle with such other CONTRACTOR or Subcontractor by agreement or arbitration if such other CONTRACTOR Subcontractor will so settle. If such other CONTRACTOR or Subcontractor shall assert any claim against the OWNER on account of any damage alleged to have been sustained, the OWNER shall notify the CONTRACTOR,who shall indemnify and safe harmless the OWNER against any such claim. SB 252 AND HB 89: Contract must the requirements of these bills. Contractor will have to sign agreement before NTP or PO are generated. BID SECURITY Contractors must submit a Bond, Cashier's or Certified Check, payable without recourse to the order of City of Port Arthur Texas in an amount not less than five (5%) percent of the largest possible combination of the Bid amounts as a guarantee that the contractor will not withdraw their Bid for a period of sixty (60) calendar days after the scheduled closing time for the receipt of Bids; that if their Bid is accepted, they will enter into a formal contract with City of Port Arthur Texas and furnish the required Performance and Payment Bonds within ten (10) calendar days after notice of award of the contract to them, and that if they fail to do so. they will be liable to City of Port Arthur Texas in the amount equal to the difference between the Bid of the Contractor and the next lowest secured Bid for this work. City of Port Arthur Texas may apply the bond or check accompanying this Bid to said amount. Bidders without the required bond or checks, will not be considered. BONDS If the Contract exceeds Fifty Thousand Dollars ($50,000.00), a Payment Bond shall be furnished, and if the contract exceeds One Hundred Thousand Dollars ($100,000) a performance bond also, shall be fu:. shed on prescribed forms in the amount of one hundred percent (100%) corporate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign Bonds must file IA,it h each Bond a certified and effective date copy of their Power of Attorney. SECTION DT NON COLLUSION AFFIDAVIT CITY OF PORT ARTHUR, TEXAS NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS § By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: 4111/01 . 1. Printed Name: Brandon Meyers Title: President, Houston Division Company: SpawGlass Construction Corp. Date: 07/17/2019 SUBSCRIBED and sworn to before me by the above named Officer on this the 17th day of July , 20 19 r`f 1 MUJIQAPtIhT&IA FLORES Notary Public in and for the (.v) NOTARYi14y 0*13141364.9 State of Texas January 17 2022 My commission expires: 01/17/2022 SECTION E AFFIDAVIT PAGE AFFIDAVIT All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. SpawGlass Construction Corp. 07/17/2019 Firm Name Date i� - Gid---- President, Houston Division Authorized Signature Title Brandon Meyers 281-970-5300 Name(please print) Telephone Brandon.Meyers@SpawGlass . com Email STATE: Texas COUNTY: Harris SUBSCRIBED AND SWORN to before me by the above named Officer on this the 17th day of July .20 19 . .• - -._AMtAtCA PIZ7lTflt,A ROAES � A hDTdr'?Y!D#131dt49 i y ccr+. s ExNotary Public ,„ JaiJarcaly 17 2Q22 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL --= SECTION CONFLICT OF 3NTEREST CONFLICT OF INTEREST QUESTIONNAIRE For vendor doing business with local governmental entity Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes,legis.state.tx.us//1A7154._ Docs/LG/htrn/LG.176.htm.For easy reference,below are some of the sections cited on this form. Local Government Code§176.001(1-a):`Business relationship"means aconnection between two or more parties based on commercial activity of one of the parties. The term does not include a connection based on: (A) a transaction that is subject to rate or fee regulation by a federal;state,or local governmental entity or an agency of a federal,state,or local governmental entity; (B) a transaction conducted at a price and subject to terms available to the public;or (C) a purchase or lease of goods or services from a person that is chartered by a state o/ederal agency and that is subject to regular examination by,and reporting to,that agency. Local Government Code§176.003(a)(2)(A)and(B): � (a) A local government officer shall file a conflicts disclosure statement with respect 1.a vendor it: (2) the vendor: (A) has an employment or other business relationship with the local government officer or a family member of the officer that results in the officer or family member receiving taxable income, other than investment income, that exceeds$2,500 during the 12-month period preceding the date that the officer becomes aware that (i) a contract between the local governmental entity and vendor has been executed; or (ii) the local governmental entity is considering entering into a contract with the vendor; (B) has given to the local government officer or a family member of the officer one or more gifts that have an aggregate value of more than$100 in the 12-month period preceding the date the officer becomes aware that: (i) a contract between the local governmental entity and vendor has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code§176.006(a)and(a-1) (a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship with a local governmental entity and: (1) has an employment or other business relationship with a local government officer of that local governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A); (2) has given a local government officer of that local governmental entity,or a family member of the officer.one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any gift described by Section 176.003(a-1);or (3) has a family relationship with a local government officer of that local governmental entity. (a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator not later than the seventh business day after the later of: (1) the date that the vendor: (A) begins discussions or negotiations to enter into a contract with the local governmental entity;or (B) submits to the local governmental entity an application,response to a request for proposals or bids. correspondence, or another writing related to a potential contract with the local governmental entity;or (2) the date the vendor becomes aware: (A) of an employment or other business relationship with a local government officer,or a family member of the officer,described by Subsection(a); (B) that the vendor has given one cr more gifts described by Subsection(a);or (C) cf a family relationship with a Iccaf government officer. Form provided by Texas Ethics Commission www.athics.state..tx.us Revised 11,30:'2015 INVITATION TO BID ROOF REPAIRS AT RECREATION CENTER (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: SEC'f1DT7 G _ _ HOUSE BILL 89 VERIFICATION House Bill 89 Verification I, Brandon Meyers (Person name), the undersigned representative (hereafter referred to as "Representative") of SpawGlass Construction Corp . (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Port Arthur; and 3. That Representative understands that the term 'boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does not include an action made for ordinary business purposes. V. SIGNATURE OF REPRESE► ATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 1.7th day of July 20 19. • . AUCAPIZZICLAFLORES�.; * NOTARY ID 213141354-3 } a ccr-�iacr,u I / 40 J rcary 17 2022 Notary Public SECT ON SB 252 SB 252 CHAPTER 2252 CERTIFICATION I, MAQtak. , the undersigned an representative of sr7,l.t}CttLs SAV WCC t , 6,y()11 (Company or Business Name) being an adult over the age of eighteen (18) years of age,pursuant to Texas Government Code, Chapter 2252, Section 2252.152 and Section 2252.153, certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing Department. Brandon Meyers - President, Houston Division Name of Company Representative(Print) Signature of Company Repress tative 07/17/2019 Date