Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PR 22421: CONSTRUCTION OF PORT ARTHUR TRANSIT'S STORAGE BUILDING
City of Port Arthur Transit Department Memorandum To: Ron Burton,City Manager From: Ivan Mitchell,Transit Director Date: March 8,2022 Re: P.R.22421—Construction of Port Arthur Transit's Storage Building Nature of Request: Authorize the City Manager to execute a contract with L&L General Contractors to construct Port Arthur Transit's(PAT)new storage building in the amount not to exceed $226,500.00. Background: PAT requires additional storage for parts,tools,and equipment after demolishing its 70+ year old maintenance building in May 2021. PAT's fuel station has a small 500 sq. ft. storage building whose capacity has been fully exhausted due to the recent demolition. PAT will construct an approximately 1,000 sq. ft.building to accommodate the need for additional storage capacity. In addition,PAT will install metal canopy panels to address ongoing bird issues at the fuel station. Resolution No.21-300 authorized the City Manager to negotiate a contract with Soutex,Inc. for engineering and design services for PAT's new storage building. PAT issued an Invitation to Bid to construct the storage building and received 3 bids that were evaluated by Purchasing and PAT. PAT is recommending a contract be awarded to the lowest responsible bidder L&L General Contractors to construct the new storage building. Recommendation: It is recommended that the City Council approve proposed P.R.22421 for the construction of PAT's new storage building in the amount not to exceed$226,500.00. Budgetary/Fiscal Effect: Funding to pay for the construction is available in account 401-70-530- 8512-00-60-000. P.R. No. 22421 3/8/2022 IM RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH L & L GENERAL CONTRACTORS OF BEAUMONT, TEXAS FOR THE CONSTRUCTION OF PORT ARTHUR TRANSIT'S NEW STORAGE BUILDING LOCATED AT 325 DALLAS AVENUE, PORT ARTHUR, TEXAS IN THE AMOUNT NOT TO EXCEED $226,500.00. FUNDING IS AVAILABLE IN ACCOUNT NO. 401-70- 530-8512-00-60-000. WHEREAS, Port Arthur Transit (PAT) has received funding from the Federal Transit Administration (FTA) to design and construct a new storage building located at 325 Dallas Avenue, Port Arthur, Texas; and, WHEREAS, pursuant to Resolution No. 21-300, the City Council authorized the City Manager to execute an agreement with Soutex, Inc. to design the new storage building for PAT; and, WHEREAS, the Port Arthur Purchasing Division issued an Invitation to Bid to construct the storage building and advertised in the Port Arthur News on January 26, 2022 and February 2, 2022; and, WHEREAS, three (3) bids were received and evaluated by Purchasing and PAT, a copy of the Bid Tabulation is attached hereto as Exhibit"A"; and, WHEREAS, PAT is recommending that the City Council authorize the City Manager to enter into a contract with L & L General Contractors,the lowest responsible bidder, as delineated in Exhibit"A"; and, WHEREAS, a contract agreement between the City of Port Arthur and L & L General Contractors is attached hereto in substantially the same form as Exhibit`B". NOW,THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the facts and opinions in the preamble are true and correct. THAT, the City Manager is hereby authorized to enter into a contract with L & L General Contractors, of Beaumont, Texas to construct PAT's new storage building in the amount not to exceed $226,500.00, in substantially the same form as attached hereto as Exhibit`B". THAT, a copy of the caption of this Resolution be spread upon the minutes of the City Council. P.R. No. 22421 3/8/2022 IM READ,ADOPTED AND APPROVED this day of March, 2022 at a Regular Meeting of the City of Port Arthur, Texas by the following vote: AYES: Mayor: Councilmembers: , NOES: Thurman "Bill" Bartie, Mayor ATTEST: Sherri Bellard, City Secretary AS TO FORM: Y--e-e lAtke9Nia-€41/-46 ;PROVED Tizen , City Attorney APPROVED FOR ADMINISTRATION: APPROVED AS TO AVAILABILITY OF FUNDS: Account 401-70-530-8512-00-60-00 cw — 'J J c l Ronald Burton Kandy Dani City Manager Interim Director of Finance ( ' AMA_ Clifton Williams, CPPB Ivan Mitchell Purchasing Manger Transit Director P.R. 22421 3/8/2022 IM Exhibit "A" i = �+ ya a Do n o El,: ;1!'',',/'/A- c"--. I y � = p7 _. : v) v) ay o (D eT o c- R° a -. (IQ rt 3. b a o ro so A) cm `j O IN) N bq toe O N N N 5RD r t0.o 0 nMI � OOntClD CD O O hGG p0 " O0 nAl CG.a p mt = A n n o o C� ,- 0 n' o ° `7 O O G7 '0 U�o N - 'i f sz D 7 CA � c y 0 •O •O N N be N = r� W = C O' AT r74_ O O rp O . a, a O A� a' d Ei cs (A c cn ono n b to o -< G. = _ -, w ct c c o o c �' -s n w '� Z �G O O O '� O N " -.3 .- S U .: v.`, t.) o G k I'• O ^.r,O EA EA U NNE"9 , - nO p 00ON OA "� ¢• O O b CI1 O O b 'D O w LA L" O 22 n 0 O O O .4 C D C O o O O 0 w a. a. S "' o 09 4 n y t3 O d t" A -. O © " A P.R. 22421 3/8/2022 IM Exhibit "B" CONTRACT FOR CONSTRUCTION OF TRANSIT'S NEW STORAGE BUILDING THIS AGREEMENT,made this day of March , 2022,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 L & L General Contactors a(n) herein acting by and through Individual,firm,partnership or corporation hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be 187 calendar days after the start date on the Notice to Proceed. 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. 2. The Contractor will perform work as stated in the Contract Documents. 3. 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 connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 4. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein for the not to exceed amount of$226,500. 5. The term "Contract Documents" means and includes the following a. Agreement b. General Information c. Specifications d. Bid Forms e. Addendums f. Federal Forms g. Notice of Award h. Notice to Proceed 6. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 7. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on this the day of , 2022. OWNER: CITY OF PORT ARTHUR By: Ron Burton City Manager P.O. Box 1089 Port Arthur, TX 77641-1089 Signed and agreed on the day of , 2022. CONTRACTOR: L & L General Contractors By: Print Name: Print Title: CITY OF PORT ARTHUR Invitation to Bid Construction of Storage Building at Transit Fueling Station January 26, 2022 -Ja uary Z; 2021 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, February 16,2022 and all bids received will thereafter he opened and read aloud at 3:15 p.m., on Wednesday, January February 16, 2022 in the City Council Chambers,5th Floor,City Hall, Port Arthur,Texas for certain services briefly described as: CONSTRUCTION OF STORAGE BUILDING AT TRANSIT FUELING STATION Bids received after the deadline stated above,regardless of method of delivery,will not be consid- ered 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/bids.aspx orwww.publicpurchase.com. MANDATORY PRE-BID MEETING IS SCHEDULED FOR TUESDAY, FEBRUARY 8. 2022 AT 10:00 A.M.AT TRANSIT FACILITY.322 PROCTOR STREET.PORT ARTHUR,TEXAS 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. Nhi.) Clifton Williams,CPPB Purchasing Manager CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids,addressed to the City of Pert 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, February 16,2022 and all bids received will thereafter he opened and read aloud at 3:15 p.m., on Wednesday, January February 16, 2022 in the City Council Chambers,5th Floor,City Hall,Port Arthur,Texas for certain services briefly described as: CONSTRUCTION OF STORAGE BUILDING AT TRANSIT FUELING STATION Bids received after the deadline stated above,regardless of method of delivery,will not be consid- ered 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/bids.aspx or www.publicpurchase.com. MANDATORY PRE-BID MEETING IS SCHEDULED FOR TUESDAY, FEBRUARY 8. 2022 AT 10:00 A.M.AT TRANSIT FACILITY.322 PROCTOR STREET.PORT ARTHUR,TEXAS 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. Cliff n Williams,CPP13 Purchasing Manager CITY OF PORT ARTHUR Invitation to Bid Construction of Storage Building at Transit Fueling Station January 26, 2022 -January 7,2021 CITY OF PORT ARTHUR,TEXAS ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids,addressed to the City of Port Arthur,wit 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, February 16, 2022 and all bids received will thereafter be opened and read aloud at 3:15 p.m.,on Wednesday, January February 16, 2022 in the City Council Chambers,5th Floor,City Hall,Port Arthur,Texas for certain services briefly described as: CONSTRUCTION OF STORAGE BUILDING AT TRANSIT FUELING STATION Bids received after the deadline stated above,regardless of method of delivery,will not be consid- ered 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.govlbids.aspx or www.publicpurchase.com. MANDATORY PRE-BID MEETING IS SCHEDULED FOR TUESDAY, FEBRUARY 8. 2022 AT 10:00 A.M.AT TRANSIT FACILITY.322 PROCTOR STREET.PORT ARTHUR,TEXAS 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. Clifton Williams,CPPB Purchasing Manager 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, February 16, 2022 and all bids received will thereafter be opened and read aloud at 3:15 p.m., on Wednesday, January February 16, 2022 in the City Council Chambers,5th Floor,City Hall, Port Arthur,Texas for certain services briefly described as: CONSTRUCTION OF STORAGE BUILDING AT TRANSIT FUELING STATION Bids received after the deadline stated above,regardless of method of delivery,will not be consid- ered 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/bids.aspx or www.publicpurchase.com. MANDATORY PRE-BID MEETING IS SCHEDULED FOR TUESDAY, FEBRUARY 8. 2022 AT 10:00 A.M.AT TRANSIT FACILITY.322 PROCTOR STREET.PORT ARTHUR,TEXAS 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. Clifton illinms,CPPB Purchasing Manager 0 + -CITY OF PORT ARTHUR,TEXAS ort rtGrtr ADDENDUM NO.TWO (2) February 18,2022 BID FOR: CONSTRUCTION OF STORAGE BUILDING AT TRANSIT FUELING STATION The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. Yes the 12'X12'-10" section of wall panels is indeed to be exposed fastener. 2. The roof will not require the 100% manufacturers weathertightness guarantee. 3. Clarification/Correction for proposed communications conduit for project will be approx.. 130 L.F., of which approx.. 60 L.F. will be bored under Dallas Ave. 4. Attached is the correct insurance requirements. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. /4 a X. (A}zY z � Clifttafi Williams, CPPB Purchasing Manager 02.23.2022 Signature of Proposer Date L& L General Contractors Company Vendor Name in said Form shall be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form contains 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 Owner. Contractor shall also file with the Owner valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF 1N SURANCE Form(s) shall in any event be filed with the OWNER not more than ten(10) days after execution of this Contract. The original Builder's Risk policy (if required) shall provide for fifteen (15) days written notice of alternation,modification or cancellation and shall be furnished to OWNER. Provided, however until the original policy , which original policy must be received by the OWNER not later than (thirty) days after issuance of the Notice to Proceed for the project. Notwithstanding any other provision in the Contract Documents, it is further mutually understood and agreed that no payment will be due and owing or made to the CONTRACTOR for any work performed under the Contract until all of the required insurance documentation,including the original policy specified above, are received by the OWNER iL -CITY OF PORT ARTHUR, TEXAS or1 r�lrrr ADDENDUM NO.ONE (1) ti ° 14 February 15,2022 BID FOR: CONSTRUCTION OF STORAGE BUILDING AT TRANSIT FUELING STATION The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows 1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, February 23, 2022. (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, February 23, 2022 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. (24 4 a)d/4:2411.4- Clitten Williams, CPPB Purchasing Manager 02.23.2022 Signature of Proposer Date L& L General Contractors Company Vendor Name THURMAN BILL BARTIE,MAYOR \ £,,,,� RON BURTON DONALD FRANK,SR.,MAYOR PRO TEM City of cw CITY MANAGER COUNCIL MEMBERS: SHERRI BELLARD,TRMC RAYMOND SCOTT,JR. CITY SECRETARY CAL J.JONES o r! r l h rr r THOMAS J.KINLAW III VAL TIZENO KENNETH MARKS Icxas CITY ATTORNEY CHARLOTTE MOSES January 27,2022 INVITATION TO BID CONSTRUCTION OF STORAGE BUILDING AT TRANSIT FUELING STATION DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, February 16, 2022. (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, February 16, 2022 in the City Council Chambers, City Hall, 5th Floor,Port Arthur, TX. You are invited to attend. MARK ENVELOPE:P22-023 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 cifton.williams(aiportarthurtx.gov Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams,CPPB P.O.Box 10891444 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 and 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. Clifton Williams, CPPB Purchasing Manager MANDATORY PRE-BID CONFERENCE A Mandatory Pre-Bid Conference between Representatives of the City of Port Arthur, Texas and prospective bidders for Construction of Storage Building at Transit Fueling Station on February 8, 2022 at 10:00 am at Transit Facility,322 Proctor Street, Port Arthur, Texas The purpose of the 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. INVITATION TO BID CONSTRUCTION OF STORAGE BUILDING AT TRANSIT FUELING STATION (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: Table of Contents RETURN SECTION TITLE WITH BID A. CONSTRUCTION CONTRACT AGREEMENT B. ADVERTISEMENT FOR BIDS C. INFORMATION TO BIDDERS • GENERAL INFORMATION • FEDERAL CLAUSES D. SPECIFICATION E. BID PROPOSAL YES F. BID BOND YES G. CONFLICT OF INTEREST(IF NO CONFLICT WRITE NA ON YES LINE 1 AND SIGN/DATE LINE 7) H. PAYMENT BOND I. INSURANCE J. PERFORMANCE BOND K. HOUSE BILL 89 VERIFICATION YES L. NON-COLLUSION AFFIDAVIT YES M. AFFIDAVIT PAGE YES N. SB 252 YES O. WAIVER AND INDEMNIFICATION YES P. DBE DOCUMENT YES Q. CERTIFICATE OF SUBSTANTIAL COMPLETION R. LIST OF SUBCONTRACTORS S. STATUTORY LIEN WAIVER FORMS APPLICATION T. AND CERTIFICATE FOR PAYMENT CHILD SUPPORT U. CERTIFICATION FORM V. BID PROTEST W PLAQUE SPECIFICATION SECTION A CONTRACT FOR CONSTRUCTION OF STORAGE BUILDING AT TRANSIT FUELING STATION THIS AGREEMENT, made this day of ,2022, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, and a(n) Corporation herein after called"CONTRACTOR". WITNESSETH: That for and in consideration of the payment terms, conditions and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be days after the start date on Notice to Proceed. 2. 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 connection therewith, excepting those supplies specifically not required of Contractor in the Specifications. 3. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms in the amounts stated in bid document. 4. The term "Contract Documents" means and includes the following: A. Agreement B. Invitation to Bid C. General Information D. Specification E. Bid F. Bid Bond G. Insurance H. Notice of Award I. Notice to Proceed J. Federal Forms 5. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 6. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first written above. Signed on the day of , 2022. Page 1 of 2 CITY OF PORT ARTHUR BY: Ron Burton, City Manager ATTEST: Sherri Bellard, City Secretary Signed on the day of , 2022. CONTRACTOR BY: PRINT NAME: TITLE: WITNESS: PRINT NAME: Page 2 of 2 SECTION B 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, February 16, 2022 and all bids received will thereafter be opened and read aloud at 3:15 p.m., on Wednesday, January February 16, 2022 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for certain services briefly described as: CONSTRUCTION OF STORAGE BUILDING AT TRANSIT FUELING STATION 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/bids.aspx or www.publicpurchase.com. MANDATORY PRE-BID MEETING IS SCHEDULED FOR TUESDAY, FEBRUARY 8, 2022 AT 10:00 A.M. AT TRANSIT FACILITY,322 PROCTOR STREET, PORT ARTHUR,TEXAS 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. Clittofn Williams Purchasing Manager FIRST PUBLICATION: JANUARY 26,2022 SECOND PUBLICATION: FEBRUARY 2, 2022 SECTION C GENERAL INFORMATION: 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. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and `Proposal" shall be equivalent. AWARD: The City of Port Arthur will review all bids for responsiveness and compliance with these specifications. The City reserves the right to award on the basis of the Lowest and Most Responsive Bid in accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all proposals. 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. W ITHDRAWAL OF BID: The bidder may withdraw its bid by submitting written request, over the signature of an authorized individual, to the Purchasing Division any time prior to the submission deadline. The bidder may thereafter submit a new bid prior to the deadline. Modification or withdrawal of the bid in any manner, oral or written, will not be considered if submitted after the deadline. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. 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: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this ITB, 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. The following are the current City Council and City Employees who are anticipated to either recommend or ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization. Any employee that makes purchases for the City is an agent of the City and is required to follow the City's Code of Ethics. 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 will be made by addenda no later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer'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. All addenda will be numbered consecutively, beginning with 1. PRICES: The bidder should show in the bid 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.: Transit, 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. The City of Port Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. 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. 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. 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$1,000,000 single limit per occurrence or$1,000,000 each person/$1,000,000 per occurrence; and, b. Property Damage $1,000,000 per occurrence regardless of contract amount; and, c. Professional Liability: $1,000,000. 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. DISCLOSURE OF INTERESTED PARTIES FORM 1295: A person or business, who enters into a contract with the City, meeting the conditions according to Texas Local Government Code Sec. 2252.908, is required to file Form 1295 with Texas Ethics Commission. This form is not required unless there is a contract between the vendor and the City of Port Arthur. Do not submit this form unless you receive an award letter from the City. PUBLIC INSPECTION OF BIDS: The City strictly adheres to the Texas Public Information Act (Texas Government Code Chapter 552.001, et seq.) and all other governing statutes, regulations, and laws regarding the disclosure of RFP information. Proposal Documents are not available for public inspection until after the contract award. If the Bidder has notified the City, in writing, that the Bidl Document contains trade secrets or confidential information, the City will generally take reasonable steps to prevent disclosure of such information, in accordance with the Public Information Act. This is a statement of general policy only, and in no event shall the City be liable for disclosure of such information by the City in response to a request, regardless of the City's failure to take any such reasonable steps, even if the City is negligent in failing to do so. AMBIGUITY: Any ambiguity in the Bid Document as a result of omission, error, lack of clarity or non-compliance by the Bidder with specifications, instructions and all conditions shall be construed in the favor of the City. ADDITIONAL INFORMATION: City may request any other information necessary to determine Bidder's ability to meet the minimum standards required by this ITB. CHANGE ORDER (a) The Contracting Officer may at any time, and without notice to the sureties, if any, by a written order, make changes within the general scope of this contract in any one or more of the following: (is) drawings, designs, or specifications; (ii) extending term of contract; and (iii) equitable adjustment in price/time of performance. If any such change causes an increase or decrease in the Contractor's cost of, or the time required for, the performance of any part of the work under this contract, whether changed or not changed by the order, an equitable adjustment shall be made in the contract price or delivery schedule, or both, and the contract shall be modified in writing accordingly. (b) Any notice of intent to assert a claim for adjustment under this clause must be asserted by the Contractor within 30 days from the date of receipt of the Contracting Officer's written order; provided, however, that later notice shall not bar the Contractor's claim if the Contractor can demonstrate that PAT was not prejudiced by the delay in notification. In no event shall any claim be asserted after final payment. . _:* Form PTN-130 Consolidated Certification Form (Rev.4/19) r Te d Page 1 of 11 I. GENERAL: The undersigned vendor certifies to abide by these clauses and include the following clauses in each subcontract financed in whole or in part with Federal Transit Administration (FTA) funds. Vendors are certifying by reference the entire list of FTA's current fiscal year Certifications and Assurances(for fiscal year: 2021 ),and shall download the same at: https://www.transit.dot.gov/funding/grantee-resources/certifications-a nd-assurances/certifications-assurances A. Access to Third Party Contract Records(ALL) As required by 49 U.S.C. § 5325(g). The VENDOR agrees provide sufficient access to records as needed to assure proper project management and compliance with Federal laws and regulations. B. Interest of Members of or Delegates to Congress(ALL) The vendor certifies that no member of or delegate to the Congress of the United States(US)shall be admitted to any share or part of this contract or to any benefit arising therefrom. C. Prohibited Interest(ALL) The vendor certifies that no member, officer or employee of the Public Body or of a local public body during his or her tenure or one year thereafter shall have any interest, direct or indirect, in this contract or the proceeds thereof. D. Cargo Preference- Use of United States-Flag Vessels (property transported on ocean vessels) The vendor agrees: a. to use privately owned US -Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for US-Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the US or within 30 working days following the date of loading for shipments originating outside the US, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590 and to the FTA recipient(through the contractor in the case of a subcontractor's bill-of-lading). E. Eneray Conservation (ALL) The vendor agrees to comply with mandatory standards and policies relating to energy efficiency,which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. F. No Obligation by the Federal Government. (ALL) The Purchaser and vendor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying contract). G. Program Fraud and False or Fraudulent Statements or Related Acts(ALL) The vendor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S. C. §3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies,"49 C.F.R. Part 31, apply to its actions pertaining to this project. The vendor certifies truthfulness and accuracy of any statement it makes pertaining to the FTA-assisted project. The vendor acknowledges that if it makes, or causes to be made, a false, fictitious or fraudulent claim, statement, submission or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 as deemed appropriate. The vendor acknowledges that if it makes, or causes to be made, a false, fictitious or fraudulent claim, statement submission, or certification to the Federal Government relating to the FTA-assisted project, per 49 U.S.C. §5307, the Government reserves the right to impose the penalties of 18 U.S.C. §1001 and 49 U.S.C. §5307(n)(1)on the Contractor, as deemed appropriate. H. Contract Work Hours (all over 100K) (1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. Form PTN-130(Rev.4119) Page 2of11 (2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of the clause set forth in paragraph (1) of this section, the contractor & any subcontractor responsible therefore shall be liable for unpaid wages and shall be liable to the United States for liquidated damages which shall be computed for each individual laborer, mechanic, watchman or guard employed in violation of the clause set forth in paragraph (1) of this section, in the sum of$10 for each calendar day that an individual was required / permitted to work over 40 hours in a workweek without payment of overtime wages required by the clause in paragraph (1)of this section. (3) Withholding for unpaid wages and liquidated damages - The purchaser shall upon its own action or upon written request of the Department of Labor (DOL) withhold or cause to be withheld, from any money payable for work performed by the contractor or subcontractor under any contract or other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as set-forth in paragraph (2)of this section. (4) Subcontracts - The contractor or subcontractor shall include the clauses set forth in this section and require the same from subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these clauses. (5) Payrolls and basic records - Payrolls and related basic records shall be maintained by the contractor during the course of the work and preserved for three years thereafter for all laborers and mechanics working at the work site (or under the United States Housing Act of 1937 or the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address and social security number of each worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records showing that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and records of the costs anticipated or actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of registration of apprenticeship programs, certification of trainee programs, registration of the apprentices and trainees, and ratios&wage rates prescribed in applicable programs. I. Civil Rights(over 10K) (1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act (CRA), as amended, 42 U.S.C. §2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. §6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. §12132, and Federal transit law at 49 U.S.C. §5332, the vendor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the vendor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2) Equal Employment Opportunity-The following equal employment opportunity requirements apply: (a) Race, Color, Creed, National Origin, Sex - In accordance with Title VI of the CRA, as amended, 42 U.S.C. §2000e, and Federal transit laws at 49 U.S.C. §5332, the vendor agrees to comply with all applicable equal employment opportunity requirements of U.S. DOL regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, DOL," 41 C.F.R. Parts 60 et seq., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. §2000e note), and with any applicable Federal statutes, executive orders, regulations and Federal policies that may in the future affect construction activities undertaken in the course of the Project. The vendor agrees to take affirmative action to ensure that applicants are employed & treated during employment without regard to their race, color, creed, national origin, sex or age. Action shall include but not be limited to employment, upgrading, demotion, transfer, recruitment, layoff, termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The vendor agrees to comply with any implementing requirements FTA may issue. (b)Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967(29 U.S.C. §§623 and 49 U.S.C. §5332), the vendor agrees to refrain from discrimination against present and prospective employees for reason of age. and comply with any implementing requirements FTA may issue. Form PTN-130(Rev.4119) Page 3 of 11 (c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act (42 U.S.C. §12112), the contractor agrees to comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. and to comply with any implementing requirements FTA may issue. J. Incorporation of Federal Transit Administration (FTA)Terms(ALL) The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT, whether or not expressly set forth in the preceding contract provisions. All contractual provisions required by DOT, as set forth in FTA circular 4220.1F are hereby incorporated by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any transit agency requests which would cause the transit agency to violate FTA terms and conditions. K. Application of Federal, State. & Local Laws. Regulations.&Directives (Federal Changes)(ALL) The VENDOR agrees that Federal laws and regulations control project award and implementation. The VENDOR understands and agrees that unless the recipient requests FTA approval in writing, the VENDOR may incur a violation of Federal laws or regulations or this agreement if it implements an alternative procedure or course of action not approved by FTA. The VENDOR understands and agrees that Federal laws, regulations, and directives applicable on the date on which Federal assistance is awarded may be modified from time to time. In particular, new Federal laws, regulations, and directives may become effective after the date the project agreement is effective, and might apply to that project agreement. The VENDOR agrees that the most recent versions of such Federal laws, regulations, and directives will apply to the administration of the project at any particular time. L. Right of the State Government to Terminate(ALL) Upon written notice, the VENDOR agrees that the State Government may suspend or terminate all or any part of State assistance if terms of the project agreement are violated, if the State Government determines that the purposes of the laws authorizing the Project would not be adequately served by the continuation of State assistance for the Project., if reasonable progress on the Project is not made, if there is a violation of the project agreement that endangers substantial performance of the Project, or if the State Government determines that State assistance has been willfully misused by failing to make appropriate use of Project property. Termination of State assistance for the Project will not typically invalidate obligations properly incurred before the termination date to the extent those obligations cannot be canceled. The State Government reserves the right to require the refund of the entire amount of State assistance provided for the Project or a lesser amount. M. Disputes, Breaches, Defaults. or Other Litigation (over 150K1 The VENDOR agrees that FTA has a vested interest in the settlement of any dispute, breach, default, or litigation involving the Project. Accordingly: a. Notification to FTA. The VENDOR is aware that recipients of Federal assistance must notify FTA in writing of any current or prospective major dispute, breach, default, or litigation that may affect the Federal Government's interests in the Project or the administration or enforcement of Federal laws or regulations. If the Federal Government is to be named as a party to litigation for any reason, in any forum, the appropriate FTA Regional Counsel is to be notified in writing before doing so. b. Federal Interest in Recovery. The VENDOR is aware that the Federal Government retains the right to a proportionate share, based on the percentage of the Federal share awarded for the Project, of proceeds derived from any third party recovery. C. Enforcement. The VENDOR agrees to pursue its legal rights and remedies available under any third party contract or available under law or regulations. d. FTA Concurrence. The VENDOR is aware that FTA reserves the right to concur in any compromise or settlement of any claim involving the Project. e. Alternative Dispute Resolution. The VENDOR is aware that FTA encourages the use of alternative dispute resolution procedures, as may be appropriate. f. Agency Process. Transit agency enters dispute resolution process here. Form PTN-130(Rev.4119) Page 4 of 11 N. Fly America (foreign air transport or travel) The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301-10, which provide that recipients and subrecipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S Government-financed international air travel and transportation of personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements. The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. O. Recycled Products(all products) The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962), including but not limited to the 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR 247. P. Access for Individuals with Disabilities(ALL) The VENDOR agrees to comply with 49 U.S.C. § 5301(d), which states the Federal policy that elderly individuals and individuals with disabilities have the same right as other individuals to use public transportation services and facilities, and that special efforts shall be made in planning and designing those services and facilities to implement transportation accessibility rights for elderly individuals and individuals with disabilities. The VENDOR also agrees to comply with all applicable provisions of section 504 of the Rehabilitation Act of 1973, as amended, with 29 U.S. C. § 794, which prohibits discrimination on the basis of disability; with the Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. §§ 12101 et seq., which requires that accessible facilities and services be made available to individuals with disabilities; and with the Architectural Barriers Act of 1968, as amended, 42 U.S.C. §§ 4151 et seq., which requires that buildings and public accommodations be accessible to individuals with disabilities; and with other laws and amendments thereto pertaining to access for individuals with disabilities that may be applicable. In addition, the VENDOR agrees to comply with applicable implementing Federal regulations any later amendments thereto, and agrees to follow applicable Federal directives except to the extent FTA approves otherwise in writing. Among those regulations and directives are: (1) U.S. DOT regulations, "Transportation Services for Individuals with Disabilities (ADA)," 49 C.F.R. Part 37; (2) U.S. DOT regulations, "Nondiscrimination on the Basis of Handicap in Programs and Activities Receiving or Benefiting from Federal Financial Assistance," 49 C.F.R. Part 27; (3) Joint U.S. Architectural and Transportation Barriers Compliance Board (U.S. ATBCB)/U.S. DOT regulations, "Americans With Disabilities (ADA) Accessibility Specifications for Transportation Vehicles," 36 C.F.R. Part 1192 and 49 C.F.R. Part 38; (4) U.S. DOJ regulations, "Nondiscrimination on the Basis of Disability in State and Local Government Services," 28 C.F.R. Part 35; (5) U.S. _DOJ regulations, "Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities," 28 C.F.R. Part 36; (6) U.S. General Services Administration (U.S. GSA) regulations, "Accommodations for the Physically Handicapped," 41 C.F.R. Subpart 101-19; (7) U.S. EEOC, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630; (8) U.S. Federal Communications Commission regulations, "Telecommunications Relay Services and Related Customer Premises Equipment for the Hearing and Speech Disabled," 47 C.F.R. Part 64, Subpart F; (9) U.S. ATBCB regulations, "Electronic and Information Technology Accessibility Standards," 36 C.F.R. Part 1194; (10) FTA regulations, "Transportation for Elderly and Handicapped Persons," 49 C.F.R. Part 609; and (11) Federal civil rights and nondiscrimination directives implementing the foregoing Federal laws and regulations, except to the extent the Federal Government determines otherwise in writing. Form PTN-130(Rev.4119) Page 5 of 11 Q. Debarment and Suspension (over 25K) The vendor hereby certifies that it and its principals have not presently or within a three year period been debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal agency; and the vendor hereby certifies that it and its principals have not presently or within a three-year period been convicted of or had a civil judgment rendered against them for the commission of a fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (Federal, state or local) transaction; violation of Federal or state antitrust statutes; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property. R. Clean Water&Air(over 150K) The vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The vendor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§7401 et seq. The vendor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to the FTA and the EPA. S. Non-Lobbvinq(over 150K) The undersigned certifies to the best of his or her knowledge and belief that: 1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned to any person for influencing or attempting to influence any officer or employee of an agency, a member of Congress, an officer or employee of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. 2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection with this federal contract, grant, loan or cooperative agreement, the undersigned shall complete and submit standard form LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions. 3) The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, USC. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. T. Lobbying and Disclosure Certification Name of Company Printed Name of Person Completing Form Date Signature Form PTN-130(Rev.4/19) Page 6 of 11 U. CERTIFICATION TO PURCHASER: A. The undersigned vendor certifies that the manufactured good(s)furnished will meet or exceed the specifications, and/or that services rendered will comply with the terms of the solicitation or contract. B. The undersigned vendor certifies that it has read all of the bid, proposal, or contract documents and agrees to abide by the terms,certifications, and conditions thereof. Name of Company Address Printed Name of Person Completing Form Telephone Signature Date SS#or Tax ID# Description of Commodity or Service Disadvantaged Business Enterprise Information Type of Organization(circle) ❑ Sole Proprietorship ❑ General Proprietorship Is your firm a DBE? ❑ (yes) ❑ (no) ❑ Corporation ❑ Limited Partnership If yes,what type? ❑ Limited Proprietorship V. Disadvantaged Business Enterprises (DBE)Certification (Transit Vehicle Manufacturer or TVM) The vendor will provide products compliant with 49 CFR 26.49 regarding the vehicle manufacturer's overall DBE goal. Name of manufacturer of vehicle(s)to be delivered: W. Disadvantage Business Enterprise(DBE) Race-Neutral Required Clauses (Non-TVM): The DBE rules set forth in 49 CFR Part 26 apply to all contracts funded in whole or in part with Federal DOT funds. Contracts and subcontracts must contain the clauses listed in 49 CFR 26.13 and 49 CFR 26.29. Sub-recipients with contracts that contain a DBE goal must coordinate with their PTC in order to ensure solicitations and contracts comply with DBE requirements. 49 CFR 26.13—What assurances must recipients and contractors make? Each contract you sign with a contractor (and each subcontract the prime contractor signs with a subcontractor) must include the following assurance: The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin,or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1)Withholding monthly progress payments; (2)Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non-responsible." 49 CFR 26.29—What Prompt Payment Mechanisms Must Recipients Have? Grantees must establish a contract clause requiring prime contractors to pay subcontractors for satisfactory performance no later than 30 days from receipt of each payment the grantee makes to the prime contractor. This clause must require the prompt return of retainage payments from the prime contractor to the subcontractor within 30 days after the subcontractor's work is satisfactorily completed. For more information on these please review 49 CFR 26.29 and the FTA Best Practice Procurement Manual Form PTN-130(Rev.4/19) Page 7 of 11 X. Altoona Test Certification (for rolling stock purchases)(Check one of the following): ❑ The vehicle has been Altoona tested, report number: ❑ The vehicle is exempt from testing IAW 49 CFR 665. ❑ The vehicle is currently being tested at Altoona. Funds will not be released until the purchasing agency gets a copy of the Altoona test report, as appropriate, per 49 CFR 665. Y. Federal Motor Vehicle Safety Standards (FMVSS) Certification(for rolling stock purchases) Any vehicles provided by the vendor will comply with all applicable FMVSS. The vendor shall submit 1) manufacturer's FMVSS self-certification sticker information that the vehicle complies with relevant FMVSS or 2) manufacturer's certified statement that the contracted buses will not be subject to FMVSS regulations. FMVSS Certification Name of Company Printed Name of Person Completing Form Date Signature Z. Buy America (Check where applicable): (over$150K rolling stock, construction, materials) ❑ The vendor or offeror hereby certifies it will comply with the requirements of 49 USC 5323(j)and the applicable regulations in 49 CFR 661, providing Buy America compliant manufactured goods or rolling stock. ❑ The vendor or offeror cannot comply with the requirements 49 USC 5323(j), but may qualify for an exception to the requirement pursuant to the regulations in 49 CFR 661. Buy America Certification Name of Company Printed Name of Person Completing Form Date Signature II. SPECIAL PROJECT TYPE PROVISIONS -the following addenda are attached and endorsed as appropriate: A. Construction or Architectural &Engineering Projects B. Transit Operations or Management Projects ❑ C. Intelligent Transportation System or Research &Development ❑ Form PTN-130 (Rev.4/19) Addendum B Consolidated Certification Form Page l of 2 FUME Addendum B - Transit Operations or Air � Management Projects I.Transit Employee Protective Arrangements (a)General Transit Employee Protective Requirements- To the extent that FTA determines that transit operations are involved, the Contractor agrees to carry out the transit operations work on the underlying contract in compliance with terms and conditions determined by the U.S. Secretary of Labor to be fair and equitable to protect the interests of employees employed under this contract and to meet the employee protective requirements of 49 U.S.C. 5333(b), and U.S. DOL guidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the letter of certification from the U.S. DOL to FTA applicable to the FTA Recipient's project from which Federal assistance is provided to support work on the underlying contract. The Contractor agrees to carry out that work in compliance with the conditions stated in that U.S. DOL letter. The requirements of this subsection (1), however, do not apply to any contract financed with Federal assistance provided by FTA either for projects for elderly individuals and individuals with disabilities authorized by 49 U.S.C. §5310(a)(2), or for projects for nonurbanized areas authorized by 49 U.S.C. §5311. Alternate provisions for those projects are set forth in subsections (b) and (c) of this clause. b) Transit Employee Protective Requirements for Projects Authorized by 49 U.S.C.§5310(a)(2) for Elderly Individuals and Individuals with Disabilities- If the contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. §5310(a)(2), and if the U.S. Secretary of Transportation has determined or determines in the future that the employee protective requirements of 49 U.S.C. §5333(b) are necessary or appropriate for the state and the public body subrecipient for which work is performed on the underlying contract, the Contractor agrees to carry out the Project in compliance with the terms and conditions determined by the U.S. Secretary of Labor to meet the requirements of 49 U.S.C. §5333(b), U.S. DOL guidelines at 29 C.F.R. Part 215, and any amendments thereto. These terms and conditions are identified in the U.S. DOL's letter of certification to FTA, the date of which is set forth Grant Agreement or Cooperative Agreement with the state. The Contractor agrees to perform transit operations in connection with the underlying contract in compliance with the conditions stated in that U.S. DOL letter. lc)Transit Employee Protective Requirements for Projects Authorid by 49 U.S.C.§5311 in Nonurbanized Areas- If the contract involves transit operations financed in whole or in part with Federal assistance authorized by 49 U.S.C. §5311, the Contractor agrees to comply with the terms and conditions of the Special Warranty for the Nonurbanized Area Program agreed to by the U.S. Secretaries of Transportation and Labor, dated May 31, 1979, and the procedures implemented by U.S. DOL or any revision thereto. The Contractor also agrees to include the any applicable requirements in each subcontract involving transit operations financed in whole or in part with Federal assistance provided by FTA. II. Charter Service Operations The contractor agrees to comply with 49 U.S.C. 5323(d) and 49 CFR Part 604, which provides that recipients and subrecipients of FTA assistance are prohibited from providing charter service using federally funded equipment or facilities if there is at least one private charter operator willing and able to provide the service, except under one of the exceptions at 49 CFR 604.9. Any charter service provided under one of the exceptions must be "incidental," i.e., it must not interfere with or detract from the provision of mass transportation. III. School Bus Operations Pursuant to 69 U.S.C. 5323(f) and 49 CFR Part 605, recipients and subrecipients of FTA assistance may not engage in school bus operations exclusively for the transportation of students and school personnel in competition with private school bus operators unless qualified under specified exemptions.When operating exclusive school bus service under an allowable exemption, recipients and subrecipients may not use federally funded equipment,vehicles, or facilities. Form PTN-130 (Rev.4/19) Addendum B Page 2 of 2 IV. Drug&Alcohol Misuse and Testing Alternate certifications are available in the Best Practices Procurement Manual. Contractors must consult with the transit agency prior to making an alternate certification. http://www.fta.dot.gov/funding/thirdpartyprocurementibppm/grants financing 6195.html#BM31 "Option #2 Provisions" -The contractor agrees to establish and implement a drug and alcohol testing program that complies with 49 CFR Part 655, produce any documentation necessary to establish its compliance with Part 655, and permit any authorized representative of the United States Department of Transportation or its operating administrations, the State Oversight Agency of(name of State), or the(insert name of grantee), to inspect the facilities and records associated with the implementation of the drug and alcohol testing program as required under 49 CFR Part 655 and review the testing process. The contractor agrees further to certify annually its compliance with Part 655 before (insert date) and to submit the Management Information System (MIS) reports before (insert date before March 15) to (insert title and address of person responsible for receiving information). To certify compliance the contractor shall use the "Substance Abuse Certifications" in the "Annual List of Certifications and Assurances for Federal Transit Administration Grants and Cooperative Agreements," which is published annually in the Federal Register. Transit Operations or Management Project Certification Name of Company Printed Name of Person Completing Form Date Signature Form PTN-130 (Rev.4119) Addendum C •-� Consolidated Certification Form Page 1 of 2 Tan Addendum C - Planning, Research & Development, °`ono° or ITS Projects A. Rights in Data - The following requirements apply to each contract involving experimental, developmental or research work: (1)The term "subject data" used in this clause means recorded information, whether or not copyrighted, that is delivered or specified to be delivered under the contract. The term includes graphic or pictorial delineation in media such as drawings or photographs; text in specifications or related performance or design-type documents; machine forms such as punched cards, magnetic tape, or computer memory printouts; and information retained in computer memory. Examples include, but are not limited to: computer software, engineering drawings and associated lists, specifications, standards, process sheets, manuals, technical reports, catalog item identifications, and related information. The term "subject data" does not include financial reports, cost analyses, and similar information incidental to contract administration. (2) The following restrictions apply to all subject data first produced in the performance of the contract to which this Attachment has been added: (a) Except for its own internal use, the Purchaser or Contractor may not publish or reproduce subject data in whole or in part, or in any manner or form, nor may the Purchaser or Contractor authorize others to do so, without the written consent of the Federal Government, until such time as the Federal Government may have either released or approved the release of such data to the public; this restriction on publication, however, does not apply to any contract with an academic institution. (b) In accordance with 49 C.F.R. §18.34 and 49 C.F.R. §19.36, the Federal Government reserves a royalty-free, non- exclusive and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, for "Federal Government purposes," any subject data or copyright described in subsections(2)(b)1 and (2)(b)2 of this clause below. As used in the previous sentence, "for Federal Government purposes," means use only for the direct purposes of the Federal Government. Without the copyright owner's consent, the Federal Government may not extend its Federal license to any other party. 1. Any subject data developed under that contract, whether or not a copyright has been obtained; and 2. Any rights of copyright purchased by the Purchaser or Contractor using Federal assistance in whole or in part provided by FTA. (c) When FTA awards Federal assistance for experimental, developmental, or research work, it is FTA's general intention to increase transportation knowledge available to the public, rather than to restrict the benefits resulting from the work to participants in that work. Therefore, unless FTA determines otherwise, the Purchaser and the Contractor performing experimental, developmental, or research work required by the underlying contract to which this Attachment is added agrees to permit FTA to make available to the public, either FTA's license in the copyright to any subject data developed in the course of that contract, or a copy of the subject data first produced under the contract for which a copyright has not been obtained. If the experimental, developmental, or research work, which is the subject of the underlying contract, is not completed for any reason whatsoever, all data developed under that contract shall become subject data as defined in subsection (a) of this clause and shall be delivered as the Federal Government may direct. This subsection (c) , however, does not apply to adaptations of automatic data processing equipment or programs for the Purchaser or Contractor's use whose costs are financed in whole or in part with Federal assistance provided by FTA for transportation capital projects. (d) Unless prohibited by state law, upon request by the Federal Government, the Purchaser and the Contractor agree to indemnify, save, and hold harmless the Federal Government, its officers, agents, and employees acting within the scope of their official duties against any liability, including costs and expenses, resulting from any willful or intentional violation by the Purchaser or Contractor of proprietary rights, copyrights, or right of privacy, arising out of the publication, translation, reproduction, delivery, use, or disposition of any data furnished under that contract. Neither the Purchaser nor the Contractor shall be required to indemnify the Federal Government for any such liability arising out of the wrongful act of any employee, official,or agents of the Federal Government. (e) Nothing contained in this clause on rights in data shall imply a license to the Federal Government under any patent or be construed as affecting the scope of any license or other right otherwise granted to the Federal Government under any patent. (f) Data developed by the Purchaser or Contractor and financed entirely without using Federal assistance provided by the Federal Government that has been incorporated into work required by the underlying contract to which this Attachment has been added is exempt from the requirements of subsections (b), (c), and (d) of this clause, provided that the Purchaser or Contractor identifies that data in writing at the time of delivery of the contract work. Form PTN-130 (Rev.4119) Addendum C Page 2 of 2 (g) Unless FTA determines otherwise, the Contractor agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. (3) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status (i.e., a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual, etc.), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,"37 C.F.R. Part 401. (4) The Contractor also agrees to include these requirements in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. B. Patent Rights - The following requirements apply to each contract involving experimental,developmental,or research work: (1)General - If any invention, improvement,or discovery is conceived or first actually reduced to practice in the course of or under the contract to which this Attachment has been added, and that invention, improvement, or discovery is patentable under the laws of the United States of America or any foreign country, the Purchaser and Contractor agree to take actions necessary to provide immediate notice and a detailed report to the party at a higher tier until FTA is ultimately notified. (2) Unless the Federal Government later makes a contrary determination in writing, irrespective of the Contractor's status(a large business, small business, state government or state instrumentality, local government, nonprofit organization, institution of higher education, individual), the Purchaser and the Contractor agree to take the necessary actions to provide, through FTA, those rights in that invention due the Federal Government as described in U.S. Department of Commerce regulations, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,"37 C.F.R. Part 401. (3) The Contractor also agrees to include the requirements of this clause in each subcontract for experimental, developmental, or research work financed in whole or in part with Federal assistance provided by FTA. C. National Intelligent Transportation Systems Architecture and Standards- To the extent applicable, the Recipient agrees to conform to the National Intelligent Transportation Systems (ITS) Architecture and Standards as required by SAFETEA-LU §5307(c), 23 U.S.C. §512 note, and follow the provisions of FTA Notice, "FTA National ITS Architecture Policy on Transit Projects," 66 Fed. Reg. 1455 et seq., January 8, 2001, and any other implementing directives FTA may issue at a later date, except to the extent FTA determines otherwise in writing. Planning, Research & Development, ITS Project Certification Name of Company Printed Name of Person Completing Form Date Signature SECTION D City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents INDEX CITY OF PORT ARTHUR BID DOCUMENTS DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS Section 00 31 32 Geotechnical Data DIVISION 01 GENERAL REQUIREMENTS Section 01 11 00 Summary of Work Section 01 20 00 Price and Payment Procedures Section 01 30 00 Administrative Requirements Section 01 32 00 Construction Progress Documentation Section 01 40 00 Quality Requirements Section 01 41 00 Regulatory Requirements Section 01 42 00 References Section 01 45 00 Quality Control Section 01 50 00 Temporary Facilities and Controls Section 01 70 00 Execution and Closeout Requirements DIVISION 03 CONCRETE Section 03 10 00 Concrete Forming and Accessories Section 03 20 00 Concrete Reinforcing Section 03 21 00 Reinforcing Steel Section 03 22 00 Welded Wire Fabric Reinforcing Section 03 31 00 Cast-In-Place Concrete Section 03 31 00 Structural Concrete Section 03 31 13 Heavyweight Structural Concrete Section 03 35 00 Concrete Finishing Section 03 35 16 Heavy Concrete Floor Finish Section 03 60 00 Grouting DIVISION 04 MASONRY Section 04 21 13.13 Thin Brick Veneer DIVISION 07 THERMAL AND MOISTURE PROTECTION Section 07 10 00 Damproofing and Waterproofing Section 07 13 00 Sheet Waterproofing Section 07 21 00 Thermal Insulation Section 07 40 00 Roofing and Siding Panels Section 07 41 30 Metal Panels Section 07 60 00 Flashing and Sheet Metal Section 07 70 00 Roof and Wall Specialties and Accessories Section 07 71 23 Manufactured Gutters and Downspouts Section 07 90 00 Joint Protection Section 07 92 00 Joint Sealants Section 07 95 00 Expansion Control DIVISION 08 OPENINGS Section 08 10 00 Doors and Frames Section 08 30 00 Specialty Doors and Frames Index—(Page) City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents Section 08 33 23 Overhead Coiling Doors Section 08 71 00 Finish Hardware Section 08 81 00 Glass Glazing DIVISION 10 SPECIALTIES Section 10 14 00 Signage DIVISION 13 SPECIAL CONSTRUCTION 13 34 19 Metal Building System Index—(Page) City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents DIVISION 00 GENERAL REQUIREMENTS SECTION 00 31 32 GEOTECHNICAL DATA Part 1 GENERAL REQUIREMENTS 1.1 GEOTECHNICAL DATA A. This Document with its references attachments is part of the Procurement and Contracting Requirements for the Project. They provide Owner's information for Bidder's convenience and are intended to supplement rather than serve in lieu of Bidders own investigations.They are made available for Bidder's convenience and information. This Document and its attachments are not part of the Contract Documents. C. Because subsurface conditions indicated by soil borings are a sampling in relation to the entire construction area,and for other reasons,the Owner,the Engineer,and the Engineers Consultants, and the firm reporting the subsurface conditions do not warranty the conditions below the depths of the borings or the strata logged from the borings are necessarily typical of the entire site. Any party using the information described in the soil borings and geotechnical report shall accept full responsibility for its use. indicated. These services do not relieve the Contractor or responsibility for compliance with Contract Document requirements. D. A geotechnical investigation report for the Project,prepared by Science Engineering,LTD,dated September 2021 and Report Number 21210,is available as appended to this Documents. 1. The opinions expressed in this report are those of a geotechnical engineer and represent interpretations of subsoil conditions,test and results of analyses conducted by a geotechnical engineer. Owner is not responsible for interpretations or conclusions drawn from data. 2. Any party using information described in geotechnical report shall make additional test borings and conduct other exploratory operations that may be required to determine the character of subsurface materials that may be encountered. Part 2 PRODUCTS—Not applicable to this Section. Part 3 EXECUTION—Not applicable to this Section. END OF SECTION DIVISION 01-GENERAL REQUIREMENTS-Page 1 ` l Mir GEOTECHNICAL ENV'IROtIMENTAL F ATERIALS TESTING GEOTECHNICAL INVESTIGATION FOR COPA TRANSIT STORAGE EXPANSION IN PORT ARTHUR,TEXAS REPORT NUMBER 21210 REPORTED TO: SOUTEX SURVEYOR'S AND ENGINEERS 3737 DOCTORS DRIVE PORT ARTHUR,TEXAS 77642 SEPTEMBER 2021 PREPARED BY: SCIENCE ENGINEERING, LTD. P.O. Box 2048 Nederland,Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619 Email: yousef@science-engineer.com GEOTECHNICAL INVESTIGATION COPA Transit Storage Expansion Port Arthur,Texas INTRODUCTION The study reported herein is an investigation of subsurface conditions for the new COPA Transit Storage Expansion at 325 Dallas Avenue in Port Arthur,Texas. AUTHORIZATION This investigation was authorized by Ms. Dawn Schexneider, RID, RAS by signed proposal dated August 27, 2021. SUBSURFACE EXPLORATION The subsurface exploration at the site was accomplished by means of two (2) undisturbed sample core borings drilled to depths of approximately twenty (20) feet below existing ground surface. Approximate locations of the borings are shown on the attached boring plan. SUBSURFACE INVESTIGATION The subsurface investigation consisted of drilling three-inch nominal diameter core borings. Undisturbed samples of the cohesive soils were obtained from the borings by means of thin-wall, seamless steel Shelby tube samplers, in accordance with the ASTM D-1587 method. The shear strength of the cohesive soil samples was estimated by hand pentrometer in the field. All undisturbed samples were extracted mechanically from the core barrels in the field, classified, wrapped in aluminum foil, and sealed in airtight plastic bags to prevent moisture loss and disturbance. The samples were transported to our laboratory for testing and further study. LABORATORY INVESTIGATIONS All samples from borings were examined and classified in the laboratory by a soil engineer, according to procedures outlined in ASTM D-2488. Laboratory tests were performed on selected soil samples in order to evaluate the engineering properties of the soil in accordance with the indicated standard procedures. Laboratory Tests ASTM Standard Atterberg Limits [Liquid Limit(LL), Plastic Limit D-4318 (PL), Plasticity Index(PI)] Soil Moisture Content D-2216 Unconfined Compressive Strength D-2166 Soils Classification D-2487 Passing#200 Sieve D-1140 Undrained shear strength of selective cohesive soils was determined by unconfined compression tests. Water content and dry unit weight of the foundation soils were determined as routine parts of the unconfined compression tests. Atterberg limits and passing #200 sieve tests were performed on appropriate cohesive and cohesionless samples. The results of these tests are shown on the attached boring logs. SUBSURFACE CONDITIONS Specific types and depths of subsurface strata encountered on the site are shown on the attached boring logs. Review of the boring logs indicates that generalized stratography is approximately as follows: Stratum No. Average Depth, Soil Description feet 0.00 - 2.00 Dark Gray CLAYEY SILT(ML)with shell fill II 2.00 12.00 Dark Gray and Tan CLAY(CH)with ferrous and calcareous nodules III 12.00- 17.00 Tan and Gray SANDY CLAY(CL) IV 17.00-20.00 Tan an Gray CLAY (CH) The near surface soils are "CH" type soils when classified by the unified soils classification system. This type soil normally exhibits high swell potential during seasonal moisture variations. Hydrostatic water was not encountered at the time of drilling. 3 CONSTRUCTION VARIATIONS The information contained in this report summarizes conditions found on the date that the borings was drilled. The depth to the static water table may be expected to vary with the environmental variations, such as frequency and magnitude of precipitation and the time of year that construction begins. DESIGN ANALYSIS AND RECOMMENDATIONS Information available to this office indicates that the proposed construction at the site will consist of an expansion to Transit Storage. DRILLED FOOTINGS From analysis of the borings logs and laboratory tests results, it is recommended that the structural loads be transmitted to the foundation soils by the use of drilled and underreamed type footings or straight sided shaft. Footings should extend to a depth of eight feet(8') below existing ground surface to be located in Tan and Gray Clay. Utilizing a minimum factor of safety of three for dead load, or a minimum factor of two for total load, the allowable bearing capacity of the foundation soils for circular type footings is given as follows. 2,900 Pounds per square foot (PSF) for dead load, plus long-term live loads and 4,300 PSF for total load. Whichever is critical should be used. The allowable loads given can be increased by thirty percent(30%) for wind or temporary lateral loading. There is potential for upward movement of the plastic clays in contact with the sides of the piers;the pier shafts should be well reinforced throughout their length resist tensional force. STRUCTURE FOUNDATION Each footing excavation should be inspected by the project's Engineer, Architect or Owner's representative prior to placing concrete to insure that (a) the footing has been constructed at the correct depth and the correct formation established by previously mentioned criteria, (b) the footing is concentric with the pier shaft or column, and (c) excessive cuttings, build-up or any soft-compressible material(s) have been removed from the bottom of the excavation. Placement of concrete should be accomplished as soon as possible to prevent changes in the state of stress and the caving of the foundation soils. No footings should be poured without the prior approval of the projects' Engineer,Architect or Owner's representative. 4 FOUNDATION SETTLEMENT A detailed settlement analysis was not within the scope of this study. It is anticipated that the footings designed, using the recommended allowable bearing pressures, will experience small settlements that will be well within the tolerable limit for the proposed structure. FLOOR SLABS AND GRADE BEAMS Review of the Atterberg Limits determinations indicates that the surface soils are "CH" type soils, with high plasticity, which may exhibit expansion during seasonal wetting and drying cycles. We believe that conventional "slab-on-fill" construction may be used for the interior portion of the structures built at the site. Select fill, a minimum of twenty-four inch (24")thickness should be used to bring the structure to grade. Prior to placement of select fill, strip site sufficiently to remove all topsoil, vegetation and roots larger than 1" in diameter to an approximate depth of thirty (30) inches. Then scarify the subgrade, add moisture, if necessary, and re-compact to 95% of the maximum dry density as determined by ASTM D-698 (Standard Proctor). The moisture content at the time of compaction of subgrade soils should be within +1 to +3% of the proctor optimum value. Select fill should then be placed, under laboratory control, in no greater than eight-inch (8") loose layers, and compacted to a minimum of 95% of the maximum dry unit weight, as obtained in the laboratory by means ASTM D-698 procedure. Moisture content of ±2% optimum should be maintained during placement of the select fill material. A vapor barrier consisting of six (6) mil Polyethylene shall be placed between the select fill and concrete slab. The material used as select fill should consist of a non-active sandy clay or clayey sand type substance, having a Liquid Limit of 36 or less and Plasticity Index (PI) varying from 10 to 20. SITE PREPARATION In order to remedy construction problems, which may develop if attempts are made to work the surface materials following prolonged periods of rainfall which are common to this area, it is recommended that prior to starting any work at the site that proper construction drainage is to be provided to maintain a relatively dry construction site. (Use a minimum slope of 5% within 10 feet of the foundation). 5 LIMITATIONS The conclusions and recommendations given in this report are based on the analysis of the data collected for this project. Additive conclusions or recommendations made from this data by others are their responsibility. Our study is based on the data obtained from soil borings made at the locations shown on borings plan. The nature and extent of variations between borings may become evident during construction. We should be requested to observe exposed conditions. After making these observations, and noting the engineering significance of variations, we will advise you of any changes in recommendations believed appropriate. We appreciate this opportunity to provide our services to this project. Please let us know if you require additional information. Thank you. Respectfully submitted for the firm, TBPE Registration No.4060 4.,..... * ....,....,„ l ¢ Y(7USEF RAt .Uttil I,./.75.-------- ............."..„ /� — ! 66273 -,kf V It 4i•4ICENSF-1 4:1 Sr+ i6 Yousef Rahmani, P.E. President Encl.: Boring Plan Boring Logs 1 and 2 Geotechnical Chart/Symbols Copies: 2—Client 1- SEL File 21210 YR/nb 6 GEOTECHNICAL 11111111111, ENVIRONMENTAL MATERIALS TESTING Report Number 21210 .00,HOA , _ • o. — _ _._ _•_ .- --_.�� - -- B-2� ' ( --_-1:-----______ 41 / — Ito ___\\:\. (0„, ........ i ...-= 41,-/:••' ' ....--- iik ,,,,,,,,ro. , M .� 1 C !/ 1+ ifI r — III-- 'k —IN i COPA TRANSIT STORAGE EXPANSION PORT ARTHUR,TEXAS BORING PLAN SEPTEMBER 2021 NOT TO SCALE P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619 Email: yousef@science-engineer.com _" GEOTECHNICAL - L. ENVIRONMENTAL MATERIALS TESTING LOG OF BORING Project COPA Transit Storage Expansion Port Arthur,Texas Project No: 21210 Boring Number: B-1 Date of Report 09/08/2021 Location: See boring plan Date of Boring: 09/01/2021 Dry Auger: 0 to 20 Feet Authorization: Ms. Dawn Schexneider,RID,RAS SHEAR STRENGTH STRATUM DESCRIPTION a. ~ F.Z cz a W x W c 2 f= ~ m — Q > w a ?_ W J -tic 0 v7 M J i— a W z y S = O N S W J U — Z v) 0 2 5 m d W G 0 1:-. - F. W O I. F Z S z L. � . Q d g g E. O N Li Z V G C vl N CO 3 G 0. 1 d L. 2 O W 1,,, 2 0 H -�f.f1 0. d :.4: _ Dark SILTY SAND;Shell Fill Dark Gray CLAY with ferrous nodules 0.75 _ tan and gray with ferrous _ 5 and calcareous nodules 25 93 55 23 32 0.85 0.50 —/ 26 98 62 24 38 0.65 0.51 10 _ CH 24 100 51 22 29 0.85 0.80 Tan and Gray SANDY CLAY 26 99 34 17 17 0.75 0.60 15 _ CL Tan and Gray CLAY CH 23 101 51 22 29 0.75 0.11 20 -------------------•------ Bottom at 20 feet 1. Water was not encountered during drilling. 2. Bore hole was dry upon completion. P.O.Box 2048 Nederland,Texas 77627 Ph:(409)982-0686 Fax: (409)982-0619 Email:yousef@science-engineer.com GEOTECNNICAL UMW EMIROt1f4ENTAL I A.TERIALS TESTING LOG OF BORING Project: COPA Transit Storage Expansion Port Arthur,Texas Project No: 21210 Boring Number: B-2 Date of Report: 09/08/2021 Location: See boring plan Date of Boring: 09/01/2021 Dry Auger: 0 to 20 Feet Authorization: Ms. Dawn Schexneider, RID,RAS SHEAR STRENGTH LL 2 STRATUM DESCRIPTION w f— z N W w N 1- ¢ Z N E w a U 2 ME I.- I— y 2 N S CO G. W H F- W O Z Z o t/) N U N Y w C_ LT,5 _ o Cd1 C CO LCa o a Z g Dark Gray CLAYEY SILT;Shell Fill fyf1J• f•l� M L _ Dark Gray CLAY with ferrous 19 102 46 19 27 0.50 0.50 nodules 5 0.75 _ tan and gray with calcareous 20 101 50 20 30 0.50 0.50 nodules 23 100 54 22 32 0.75 0.70 _ 10 _ d CH 0.75 Tan and Gray SANDY CLAY 22 97 48 20 28 0.65 0.66 15 CL Tan and Gray CLAY ---•— -------- CH- 0.75 _20 Bottom at 20 feet 1. Water was not encountered during drilling. 2. Bore hole was dry upon _ completion. P.O.Box 2048 Nederland, Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619 Email: yousef@science-engineer.com p t?'!: GEOTECHNICAL sEL 1111111111, ENVIRONMENTAL MATERIALS TESTING KEY TO SOIL CLASSIFICATION AND SYMBOLS SOILTYPE SAMPLE TYPE Gravel Sand Silt Clay m ''fzizz. III X \ Sandy Silty Clayey Predominant type shown heavy Un- Rock Split No Disturbed Core Spoon Recovery SOIL GRAIN SIZE U.S.Standard Sieve 6" 3" 3/4" 4 10 40 200 Boulders Cobbles Gravel - Sand Silt I Clay Coarse I Fine Coarse I Medium I Fine 1 152 76.2 19.1 4.76 2.00 0.420 0.074 0.002 Imm) PLASTICITY CHART 60 50 CH 40 Plasticity 30 Index OH&MH 20 "A" ne CL 10 CL-ML w/////c M L&0 L 0 0 10 20 30 40 50 60 70 80 90 100 Liquid Limit CONSISTENCY OF COHESIVE SOILS RELATIVE DENSITY OF COHESIONLESS SOILS Penetration Penetration Resistance, Cohesion Plasticity Degree of Resistance, Relative blows per foot Consistency TSF Index Plasticity blows per foot Density 0-2 Very Soft 0-0.125 0-5 None 0-4 Very Loose 2-4 Soft 0.125-0.25 5- 10 Low 4- 10 Loose 4- 8 Firm 0.25-0.5 10- 20 Moderate 10-30 Medium Dense 8- 15 Stiff 0.5- 1.0 20-40 Plastic 30- 50 Dense 15-30 Very Stiff 1.0-2.0 > 40 Highly Plastic > 50 Very Dense > 30 Hard > 2.0 P.O.Box 2048 Nederland,Texas 77627 Ph: (409) 982-0686 Fax: (409) 982-0619 Email:yousef@science-engineer.com City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents DIVISION 01 GENERAL REQUIREMENTS SECTION 01 11 00 SUMMARY OF WORK Part 1 GENERAL REQUIREMENTS 1.1 SUMMARY A. Section Includes: 1. Work covered by Contract Documents. 2. Work by Owner 3. Purchase Contracts 4. Contractor's use of site and premises. 5. Work restrictions. B. Related Documents: 1. General Conditions, Supplementary General Conditions,Forms, Specification Sections found in Division 01 through Division 16,and all drawings apply to Work specified in this Section. C. All workmanship and materials will be supervised and inspected by a superintendent present full time during construction furnished by the Contractor. It will be his duty to advise, coordinate,instruct,oversee,and evaluate the performance of his workers,and each subcontractor and to see that the Contract Documents are properly followed and complied with and to maintain accurate record drawings of the construction in the field. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A. Work outlined in the Specifications and shown and noted on the Drawings will be awarded under multiple contracts with the Contractor to subcontractors and material suppliers specializing in the different areas of construction required by the Documents. 1.3 WORK BY OWNER A. Owner reserves the right to award any work under separate contract that they deem necessary, and the Contractor and all subcontractors and material suppliers will cooperate to the fullest with Owner and their separate Construction Managers at Risk,Contractors,or Subcontractors. 1.4 PURCHASE CONTRACTS A. The Owner reserves the right to self-perform certain work not awarded under this contract or under other contracts,and the Contractor and all subcontractors and material suppliers will coordinate with the Owner and their workers so as not to interfere with the successful completion of their work. 1.5 CONTRACTORS USE OF SITE AND PREMISES A. Restricted Use of Site: Contractor shall have full use of Project site for construction operations during construction period,except for time restraints listed for work on fuel canopy. DIVISION 01-GENERAL REQUIREMENTS-Page 1 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 1.6 WORK RESTRICTIONS A. Work on or near Fuel Canopy: Transit buses beginning fueling at 3:00p.m. Monday — Saturday. All work for the day must be stopped and area must be cleaned with no obstructions for entering the fueling area by 2:30p.m. Contractor will be allowed one Friday during the projects duration to work past 2:30p.m. This day shall be approved and coordinated with Owner's Representative. Part 2 PRODUCTS—Not applicable to this Section. Part 3 EXECUTION—Not applicable to this Section. END OF SECTION DIVISION 01-GENERAL REQUIREMENTS-Page 2 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 01 20 00 PRICE AND PAYMENT PROCEDURES Part 1 GENERAL REQUIREMENTS 1.1 UNIT PRICES A. Unit Price Measurement 1. Before ordering any materials or doing any work,the Contractor shall verify all measurements,(existing and new),of the work and shall be responsible for the correctness of same;any difference which may be found shall be submitted to the Engineer for consideration before proceeding with any work.No extra charge or compensation will be allowed on account of difference between actual dimensions and the measurements indicated on the drawings. If there should be any discrepancy between scale and dimension,figured dimensions always override scaled dimensions. Although drawings are drawn to scale,as indicated,and dimensions are given,field dimensions shall be taken and verified with the Engineer. B. Payment Procedure for Testing Laboratory Services 1. The testing laboratory will be paid for and selected by the Owner under a separate contract, however, the Contractor will,at all times,be responsible for notifying the testing laboratory well in advance of the time of their required services. The Contractor shall maintain a log of requested laboratory tests,including the dates and times of all testing laboratory service request notifications and the dates and time testing laboratory arrived on site to perform the requested tests. 1.2 Lump-Sum Allowances A. Allowances shall include cost to Contractor of specific products and materials ordered by either Owner,Contractor or specified by the Engineer under allowance and shall include taxes,freight, and delivery to Project site. B. Unless otherwise indicated, Contractor's cost for receiving and handling at Project site, labor, installation, overhead and profit, and similar cost related to products and materials ordered by Owner, Contractor or selected by Engineer under allowance shall be included as part of the Contract Sum and not part of the allowance. 1.3 Examination A. Examine products covered by allowance promptly on delivery for damage and defects. Return damaged or defective products to manufacturer for replacement. 1.4 Preparation A. Coordinate materials and their installation for each allowance with related materials installations to ensure that each allowance item is completely integrated and interfaced with related work. 1.5 Schedule of Allowances A. Plaque—Allow$5000.00 installed DIVISION 01-GENERAL REQUIREMENTS-Page 3 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents Part 2 PRODUCTS—Not applicable to this Section. Part 3 EXECUTION—Not applicable to this Section. END OF SECTION DIVISION 01-GENERAL REQUIREMENTS-Page 4 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 0130 00 ADMINISTRATIVE REQUIREMENTS Part 1 GENERAL REQUIREMENTS 1.1 PROJECT COORDINATION A. Notice to Proceed must be issued by Engineer before work may begin. The following documents must be submitted to the Engineer prior to the Engineer's issuance of a Notice to Proceed: 1. Performance and Payment Bond(if required by Owner) 2. Certificate of Liability Insurance 3. Schedule of Values 4. Construction Schedule 5. Subcontractors list 6. Bid Security 1.2 PRECONSTRUCTION MEETINGS A. Section specifies administrative and procedural requirements for project meetings including,but not limited to: 1. Pre-Construction Conference 2. Pre-Installation Conference 3. Coordination Meetings 4. Progress Meetings B. Schedule a pre-construction conference and organizational meeting at the Project site or other convenient location no later than 15 days after execution of the Agreement and prior to commencement of construction activities. Conduct the meeting to review responsibilities and personnel assignments. C. Attendees: The Owner, Engineer and their consultants, the Contractor and its superintendent, major subcontractors, manufacturers, suppliers, and other concerned parties shall each be represented at the conference by persons familiar with and authorized to conclude matters relating to the Work. D. Agenda: Discuss items of significance that could affect progress including such topics as: 1. Tentative construction schedule. 2. Critical Work sequencing. 3. Designation of responsible personnel. 4. Procedures for processing field decisions and Change Orders. 5. Procedures for processing Applications for Payment. 6. Distribution of Contract Documents. 7. Submittal of Shop Drawings,Product Data,and Samples. 8. Preparation of record documents. 9. Use of the premises. 10. Office,work,and storage areas. 11. Equipment deliveries and priorities. 12. Safety procedures. 13. First aid. 14. Security. 15. Housekeeping. 16. Working hours. DIVISION 01-GENERAL REQUIREMENTS-Page 5 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 17. Supplementary Conditions of the Contract for Construction. 18. Procedures for requesting construction document clarifications. 19. Procedures for reporting and correcting non-compliant work. 20. Substantial completion of work or portion thereof. 21. Cost certification requirements. 1.3 SITE MOBILIZATION MEETINGS A. Conduct project coordination meetings at regularly scheduled times convenient for all parties involved. Project coordination meetings are in addition to specific meetings held for other purposes,such as regular progress meetings and special pre-installation meetings. B. Request representation at each meeting by every party currently involved in coordination or planning for the construction activities involved. C. Record meeting results and distribute copies to everyone in attendance and to others affected by the decisions or actions resulting from each meeting. 1.4 PROGRESS MEETINGS A. Conduct progress meetings at the Project site once every two weeks. Notify the Owner and Engineer of scheduled meeting dates. Coordinate dates of meeting with preparation of the payment request. B. Attendees: In addition to representatives of the Owner and Engineer, each subcontractor, supplier, or other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings by persons familiar with the Project and authorized to conclude matters relating to progress. C. Agenda: Review and correct or approve minutes of the previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to the current status of the Project. D. Contractor's Construction Schedule: Review progress since the last meeting. Determine where each activity is in relation to the Contractor's Construction Schedule and,whether each activity is on time, ahead, or behind schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 1. Review the present and future needs of each entity present,including items such as: a. Interface requirements b. Time c. Sequences d. Deliveries e. Off-site fabrication problems f. Access g. Site utilization h. Temporary facilities and services i. Hours of Work j. Hazards and risks k. Housekeeping 1. Quality and Work standards m. Change Orders DIVISION 01-GENERAL REQUIREMENTS-Page 6 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents n. Documentation of information for payment requests E. Reporting: No later than three (3) days after each progress meeting date, the contractor shall distribute copies of meeting minutes to each party present and to other parties who should have been present. Include a brief summary,in narrative form,of progress since the previous meeting and report. 1. Schedule Updating: Revise the construction schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue the revised schedule concurrently with the report of each meeting. 1.5 PRE-INSTALLATION MEETINGS A. Conduct a pre-installation meeting at the site before each construction activity that requires coordination with other construction. The Installer and representatives of manufacturers and Fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow shall attend the meeting. Advise the Engineer of scheduled meeting dates. B. Review the progress of other construction activities and preparations for the particular activity under consideration at each pre-installation meeting,including requirements for: 1. Contract Documents 2. Options 3. Related Change Orders 4. Purchases 5. Deliveries 6. Shop Drawings,Product Data,and quality control samples 7. Possible conflicts 8. Compatibility problems 9. Time schedules 10. Weather limitations 11. Manufacturer's recommendations 12. Compatibility of materials 13. Acceptability of substrates 14. Temporary facilities 15. Space and access limitations 16. Governing regulations 17. Safety 18. Inspection and testing requirements 19. Required performance results 20. Recording requirements 21. Protection C. Record significant discussions and disagreements of each conference, along with the approved schedule. Distribute the record of the meeting to everyone concerned, promptly, including the Owner and Engineer. D. Do not proceed if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of Work and reconvene the conference at the earliest feasible date. Part 2 PRODUCTS—Not applicable to this Section. Part 3 EXECUTION—Not applicable to this Section. END OF SECTION DIVISION 01-GENERAL REQUIREMENTS-Page 7 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 0132 00 CONSTRUCTION PROGRESS DOCUMENTATION Part 1 GENERAL REQUIREMENTS 1.1 Summary: A. This Section specifies administrative and procedural requirements for submittals required for performance of the Work,including: 1. Submittal procedures. 2. Submittal coordination. 3. Submittal preparation. 4. Submittal distribution. 5. Submittal schedule. 6. Construction schedule. 7. Schedule updating. 8. Daily construction reports. 9. Shop Drawings. 10. Product Data. 11. Samples. 12. Request for interpretation. B. Administrative Submittals: Refer to other Division 1 Sections and other Contract Documents for requirements for administrative submittals. Such submittals include,but are not limited to: • 1. Permits. 2. Applications for payment. 3. Performance and Payment bonds. 4. Insurance certificates. 5. List of Subcontractors C. The Schedule of Values submittal is included in Section"Applications for Payment". D. Inspection and test reports are included in Section"Quality Control Services". 1.2. RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this section. 1.3 SUBMITTAL PROCEDURES A. General: Electronic copies of CAD Drawings of the Contract Drawings will not be provided by Engineer for Contractor's use in preparing submittals. B. Submit to the Engineer for review three (3) copies of checked shop drawings for all items as required in later sections of these specifications. C. The Engineer will review shop drawings only for conformance with the design intent of the project and compliance with information given in the Contract Documents. The Contractor and his Subcontractors are responsible for dimensions to be confirmed and correlated at the lob site; for information that pertains solely to the fabrication processes or to techniques of construction; and for coordination of the work of all trades. DIVISION 01-GENERAL REQUIREMENTS-Page 8 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents D. Resubmit all shop drawings promptly which are returned for correction. Fabrication shall be started only after receipt of drawings requiring no further re-submittals. E. Review of shop drawings will in no event constitute a waiver of detailed and/or specified requirements unless so stated in writing by the Engineer. F. Samples to be submitted to Engineer as required in later sections of these specifications. 1.4 SUBMITTAL COORDINATION: A. Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal sufficiently in advance of performance of related construction activities to avoid delay. B. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals and related activities that require sequential activity. C. Coordinate transmittal of different types of submittals for related elements of the Work so processing will not be delayed by the need to review submittals concurrently for coordination. 1. The Engineer reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. D. Processing: Allow sufficient review time so that installation will not be delayed as a result of the time required to process submittals, including time for resubmittals. Shop drawings must be submitted well in advance of the construction for which it is scheduled. Late submittals of shop drawings by the Contractor or his subcontractors will not be reason to use a lesser quality substitute material or to extend the Contract Time. E. Allow two weeks for initial review. Allow additional time if processing must be delayed to permit coordination with subsequent submittals. The Engineer will promptly advise the Contractor when a submittal being processed must be delayed for coordination. 1. If an intermediate submittal is necessary,process the same as the initial submittal. F. Allow two weeks for reprocessing each submittal. 1. No extension of Contract Time will be authorized because of failure to transmit submittals to the Engineer sufficiently in advance of the Work to permit processing. G. The Contractor shall check all submittals BEFORE submitting them to the Engineer, noting thereon all errors detected. 1.5 SUBMITTAL PREPARATION: A. Place a permanent label or title block on each submittal for identification. Indicate the name of the entity that prepared each submittal on the label or title block. B. Provide a space approximately 4"x 5"on the label or beside the title block on Shop Drawings to record the Contractor's review and approval markings and the action taken. 1. Project name. 2. Date. 3. Name and address of Engineer. 4. Name and address of Contractor. 5. Name and address of subcontractor. 6. Name and address of supplier. DIVISION 01-GENERAL REQUIREMENTS-Page 9 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 7. Name of manufacturer. 8. Number and title of appropriate Specification Section. a. Drawing number and detail reference,as appropriate. C. Submittal Transmittal: Package each submittal appropriately for transmittal and handling. Transmit each submittal from Contractor to Engineer using a transmittal form. Submittals received from sources other than the Contractor will be returned without action. 1. Record on the transmittal relevant information and requests for data. On the form, or separate sheet, record deviations from Contract Document requirements, including minor variations and limitations. Include Contractor's certification that information complies with Contract Document requirements. 1.6 SUBMITTAL DISTRIBUTION A. Following response to initial submittal, print and distribute copies to the Engineer, Owner, subcontractors,and other parties required to comply with submittal dates indicated. Post copies in the Project meeting room and field office. 1. When revisions are made,distribute to the same parties and post in the same locations.Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in construction activities. 1.7 SUBMITTAL SCHEDULE _ A. The Contractor will provide a submittal schedule showing in detail the projected scheduled issuance of submittals for the project for review by the Owner and Engineer. B. After development and acceptance of the Contractor's construction schedule,prepare a complete • schedule of submittals. Submit the schedule within 10 days of the date required for establishment of the Contractor's construction schedule. 1. Coordinate submittal schedule with the list of subcontracts,schedule of values and the list of products as well as the Contractor's construction schedule. 2. Prepare the schedule in chronological order; include submittals required during the first 90 days of construction. Provide the following information: a. Scheduled date for the first submittal. b. Related Section number. c. Submittal category. d. Name of subcontractor. e. Description of the part of the Work covered. f. Scheduled date for resubmittal. 1. Scheduled date the Engineer's final release or approval. 1.8 CONSTRUCTION SCHEDULE A. The Contractor will provide a construction schedule showing in detail the projected scheduled progress of the project. B. The Contractor will update and submit the Construction schedule every two weeks, or as needed by the Owner and Engineer. Additionally,the Contractor must submit two-week and four-week workload projection schedules at the same time for review by the Owner and Engineer. DIVISION 01-GENERAL REQUIREMENTS-Page 10 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents C. Bar-Chart Schedule: Prepare a fully developed, horizontal bar-chart type Contractor's construction schedule. Submit within 15 days of the date established for"Commencement of the Work". 1. Provide a separate time bar for each significant construction activity. Provide a continuous vertical line to identify the first working day of each week. Use the same breakdown of units of the Work as indicated in the"Schedule of Values". 2. Prepare the schedule on a sheet, or series of sheets, of stable transparency, or other reproducible media, of sufficient width to show data for the entire construction period. 3. Secure time commitments for performing critical elements of the Work from parties involved. Coordinate each element on the schedule with other construction activities; include minor elements involved in the sequence of the Work. Show each activity in the proper sequence, indicate graphically sequences necessary for completion of related portions of the Work. 4. Coordinate the Contractor's construction schedule with the schedule of values, list of subcontractors,submittal schedule,progress reports, payment requests,and other schedules. 5. Indicate completion in advance of the date established for Substantial Completion. Indicate Substantial Completion on the schedule to allow time for the Engineer's procedures necessary for certification of Substantial Completion. D. Work Stages: Indicate important stages of construction for each major portion of the Work, including testing and installation. E. Distribution: Following response to the initial submittal, print and distribute copies to the Engineer,Owner,and other parties required to comply with scheduled dates. Post copies in the Project meeting room and temporary field office. 1. When revisions are made,distribute to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in construction activities. F. Schedule Updating:Revise the schedule as needed. Issue the updated schedule concurrently with report of each meeting. 1.9. SCHEDULE UPDATING A. Revise the schedule after each meeting or activity,where revisions have been recognized or made. Issue the updated schedule concurrently with report of each meeting. 1.10 DAILY CONSTRUCTION REPORTS A. Prepare a daily construction report, recording the following information concerning events at the site; make report available to the Engineer and Owner at the Project site: 1. List of subcontractors at the site. 2. Approximate count of personnel at the site. 3. General weather conditions. 4. Accidents and unusual events. 5. Meetings and significant decisions. 6. Stoppages delays,shortages,losses. 7. Orders and requests of governing authorities. 8. Services connected,disconnected. 9. Equipment or system tests and start-ups. 10. Partial Completions, occupancies. 11. Substantial Completions authorized. DIVISION 01-GENERAL REQUIREMENTS-Page 11 City of Port Arthur Transit Facility Storage Expansion December 29.2021 Bids and Construction Documents 1.11 CONSTRUCTION PROGRESS REPORTING A. The Contractor will give a full written accounting of construction progress at all Construction Progress meetings,noting any foreseeable difficulties or time-sensitive issues well in advance of the critical timeline for such issues or items. 1.12 SHOP DRAWINGS A. Submit newly prepared information, drawn to accurate scale. Highlight, encircle, or otherwise insert deviations from the Contract Documents. Do not reproduce Contract Documents or copy standard information as the basis of Shop Drawings. Standard information prepared without specific reference to the Project is not considered Shop Drawings. The Contractor shall check shop drawings BEFORE submitting them to the Engineer, noting thereon all errors detected. B. Shop Drawings include fabrication and installation drawings, setting diagrams, schedules, patterns and templates,and similar drawings. Include the following information. 1. Dimensions. 2. Identification of products and materials included. 3. Compliance with specified standards. 4. Notation of coordination requirements. 5. Notation of dimensions established by field measurement. C. Sheet Size: Except for templates,patterns and similar full-size Drawings,submit Shop Drawings sheets at least 8-1/2"x 11"but no larger than 36"x 48". D. Initial and intermediate submittals: Submit two blue- or black-line prints for the Engineer's review. The print will be returned. E. Final Submittal: Submit three blue-or black-line prints for the Engineer's review; one print will be returned. The Contractor shall provide necessary final copies to be included in maintenance manual. 1. One copy maintained as a"Record Document". a. Do not use Shop Drawings without an appropriate final stamp indicating action taken in connection with construction. b. Resubmit all shop drawings promptly which are returned for correction. Fabrication shall be started only after receipt of drawings requiring no further resubmittals. F. Coordination drawings are a special type of Shop Drawings to show the relationship and integration of different construction elements that require careful coordination during fabrication or installation to fit in the space provided or function as intended. 1. Preparation of coordination Drawings is specified in section"Project Coordination"and may include components previously shown in detail on Shop Drawings or Product Data. 2. Submit coordination Drawings for integration of different construction elements. Show sequences and relationships of separate components to avoid conflicts in use of space. G. Review of shop drawings will in no event constitute a waiver of detailed and/or specified requirements unless so stated in writing by the Engineer. H. The following is a list of required shop drawings. This list is not all inclusive. Submit shop drawings for all items as required by subsequent section of these specifications: 1. Steel re-bar for all foundation. 2. Complete foundation and any paving mix design. 3. Structural steel. DIVISION 01-GENERAL REQUIREMENTS-Page 12 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 4. Pre-fabricated columns. 5. Masonry units. 6. Masonry ties and reinforcing. 7. Miscellaneous steel. 8. Insulation 9. Sealant 10. Water proofing/damp proofing materials. 11. Doors/door frames/window frames/glass 12. Finish hardware 13. Paint 14. Flooring/ceilings/wall finishes 15. All miscellaneous items 16. Irrigation material 17. Fencing 18. All mechanical,electrical,plumbing items 1.13 PRODUCT DATA A. Collect Product Data into a single submittal for each element of construction or system. Product Data included printed information such as manufacturer's installation instructions, catalog cuts, standard color charts, rough-in diagrams and templates, standard wiring diagrams and performance curves. Where Product Data must be specially prepared because standard printed data is not suitable for use,submit as"Shop Drawings". B. Mark each copy to show applicable choices and options. Where printed Product Data includes information on several products, some of which are not required, mark copies to indicate the applicable information. Include the following information: 1. Manufacturer's printed recommendation. 2. Compliance with recognized trade association standards. 3. Compliance with recognized testing agency standards. 4. Application of testing agency labels and seals. 5. Notation of dimensions verified by field measurement. a. Notation of coordination requirements. C. Do not submit Product Data until compliance with requirements of the Contract Documents has been confirmed. D. Preliminary Submittal: Submit a preliminary single-copy of Product Data where selection of options is required. E. Submittals: Submit three (3) copies of each required MEP submittal; submit three (3) Engineerural submittals and submit four (4) where required for maintenance manuals. The Engineer will retain one and will return the others marked with the action taken and corrections or modifications required. 1. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. F. Distribution: Furnish copies of final submittal to installers,subcontractors,suppliers, Manufacturers,fabricators,and others required for performance of construction activities. Show distribution on transmittal forms. 1. Do not proceed with installation until an applicable copy of Product Data applicable is in the installer's possession. 2. Do not permit use of unmarked copies of Product Data, in connection with construction. DIVISION 01-GENERAL REQUIREMENTS-Page 13 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 1.14 SAMPLES A. Submit full-size,fully fabricated Samples cured and finished as specified and physically identical with the material or product proposed. Samples include partial sections of manufactured or fabricated components, cuts or containers of materials, color range sets, and swatches showing color,texture and pattern. 1. Mount,display,or package Samples in the manner specified to facilitate review of qualities indicated. Prepare Samples to match the Engineer's Sample. Include the following: a. Generic description of the Sample. b. Sample source. c. Product name or name of manufacturer. d. Compliance with recognized standards. a)Availability and delivery time. 2. Submit Samples for review of kind, color, pattern, and texture, for a final check of these characteristics with other elements, and for a comparison of these characteristics between the final submittals and the actual component as delivered and installed. 3. Where variation in color,pattern,texture or other characteristics are inherent to the material or product represented,submit multiple units(not less than 3),that show approximate limits of the variations. 4. Refer to other Specification Sections for requirements for Samples that illustrate workmanship and fabrication techniques,details of assembly, connections, operation and similar construction characteristics. 5. Refer to other Sections for Samples to be returned to the Contractor for incorporation into the Work. Such Samples must be undamaged at time of use. On the transmittal, indicate special request regarding disposition of Sample submittals. B. Preliminary submittals: Where Samples are for selection of color, pattern, texture or similar characteristics from a range of standard choices, submit a full set of choices for the material or product. 1. Preliminary submittals will be reviewed and returned with the Engineer's mark indicating selection and other action. C. Submittals: Except for Samples illustrating assembly details, workmanship, fabrication techniques, connections, operation and similar characteristics, submit four(4) sets; one will be returned marked with action to be taken. 1. Maintain sets of Samples,as returned,at the Project site,for quality comparisons throughout the course of construction. 2. Unless noncompliance with Contract Document provisions is observed, the submittal may serve as the final submittal. a. Sample sets may be used to obtain final acceptance of the construction associated with each set. D. Distribution of Samples: Prepare and distribute additional sets to subcontractors,manufacturers, fabricators, suppliers, installers, and others as required for performance of the Work. Show distribution on transmittal forms. 1. Field Samples specified in individual Sections are special types of Samples. Field Samples are full-size examples erected on site to illustrate finishes,coatings,or finished materials and to establish the standard by which the Work will be judged. a. Comply with submittal requirements, to the fullest extent possible. Process transmittal forms to provide a record of activity. 1.15 ENGINEER'S ACTION DIVISION 01-GENERAL REQUIREMENTS-Page 14 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents A. Except for submittals for record, information or similar purposes where action and return is required or requested, the Engineer will review each Engineerural submittals, mark to indicate action taken,and return promptly. 1. Compliance with specified characteristics is the Contractor's responsibility. B. Submit to the Engineer for review three (3) copies of checked shop drawings for all items as required in later sections of these specifications. C. The Engineer will review shop drawings only for conformance with the design intent of the project and compliance with information given in the Contract Documents. The Contractor and his Subcontractors are responsible for dimensions to be confirmed and correlated at the job site;for information that pertains solely to the fabrication processes or to techniques of construction; and for coordination of the work of all trades. D. Action Stamp: The Engineer will stamp each submittal with a uniform, self-explanatory action stamp. The stamp will be appropriately marked as follows,to indicate the action taken: 1. Final Release: where submittals are marked"No Exceptions,"that part of the Work covered by the submittal may proceed provided it complies with requirements of the Contract Documents;final acceptance will depend upon that compliance. 2. Final-But-Restricted- Release: When submittals are marked"Exceptions Noted" or"Make Corrections Noted", as part of the Work covered by the submittal may proceed provided it complies with notations or corrections on the submittal and requirements of the Contract Documents; final acceptance will depend on that compliance. 3. Returned for Resubmittal: When submittal is marked"Revise and Resubmit",do not proceed with that part of the Work covered by the submittal, including purchasing, fabrication, deliver,or other activity. Revise or prepare a new submittal in accordance with the notations; resubmit without delay. Repeat if necessary to obtain a different action mark. a. Do not permit submittals marked"Revise and Resubmit"to be used at the Project site,or elsewhere where Work is in progress. 4. Other Action: Where submittal is primarily for information or record purposes, special processing or other activity,the submittal will be returned,marked"No Exceptions". 1.16 REQUEST FOR INTERPRETATION A. All contractor requests for interpretation pertaining to all aspects of the construction documents and this project shall be submitted on the form at the end of this section, or on the Construction Specification Institute form CSI Form 13.2A, "Request for Interpretation". The Engineer shall review the Contractor's"Request for Interpretation"form for acceptance,if requested for use. Part 2 PRODUCTS—Not applicable to this Section. Part 3 EXECUTION—Not applicable to this Section. END OF SECTION DIVISION 01-GENERAL REQUIREMENTS-Page 15 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 0140 00 QUALITY REQUIREMENTS Part 1 GENERAL REQUIREMENTS 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division 1 Specification Sections,apply to this Section. 1.2 SUMMARY A. This section specifies administrative and procedural requirements for quality control services. B. Quality control services include inspections and tests and related actions including reports, performed by independent agencies, governing authorities, and the Contractor. They do not include Contract enforcement activities performed by the Engineer. C. Inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve the Contractor or responsibility for compliance with Contract Document requirements. D. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard. 1. Specific quality control requirements for individual construction activities are specified in the Sections that specify those activities. Those requirements, including inspections and tests,cover production of standard products as well as customized fabrication and installation procedures. 2. Inspections,test and related actions specified are not intended to limit the contractor's quality control procedures that facilitate compliance with Contract Document requirements. 3. Requirements for the Contractor to provide quality control services required by the Engineer, Owner,or authorities having jurisdiction are not limited by provisions of this Section. 1.3 RESPONSIBILITIES A. Contractor Responsibilities: The Contractor shall provide inspections, tests and similar quality control services specified in individual Specification Sections and required by governing authorities, except where they are specifically indicated to be the Owner's responsibility or are provided by another identified entity; these services include those specified to be performed by an independent agency and not by the Contractor. Costs for these services shall be included in the Contract Sum. 1. The Contractor shall employ and pay an independent agency to perform quality control services specified in PART 1- GENERAL, QUALITY ASSURANCE. The cost for these services is not borne by the Owner. 2. The Owner will engage the services of an independent agency to perform some of the inspections and tests specified in PART 3- EXECUTION, QUALITY CONTROL, QUALITY CONTROL TESTING DURING CONSTRUCTION, or FIELD QUALITY CONTROL. Payment for these services will be made by the Owner. a.Where the Owner has engaged a testing agency or other entity for testing and inspection of a part of the Work, and the Contractor is also required to engage an entity for the same reason or related element,the Contractor shall not employ the entity engaged by the Owner, unless otherwise agreed in writing with the Owner. DIVISION 01-GENERAL REQUIREMENTS-Page 16 City of Port Arthur Transit Facility Storage Expansion December 29.2021 Bids and Construction Documents 3. Retesting: The Contractor is responsible for retesting where results of required inspection, tests or similar services prove unsatisfactory and do not indicate compliance with Contract Document requirements, regardless of whether the original test was the contractor's responsibility. a. Cost of retesting construction revised or replaced by the Contractor is the Contractor's responsibility,where required tests were performed on original construction. 4. Associated Services: The Contractor shall cooperate with agencies performing required inspections,tests and similar services and provide reasonable auxiliary services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Auxiliary services required include but are not limited to: a. Providing access to the Work and furnishing incidental labor and facilities necessary to facilitate inspections and tests. b. Taking adequate quantities of representative samples of materials that require testing or assisting the agency in taking samples. c. Providing facilities for storage and curing of test samples, and delivery of samples to testing laboratories. d. Providing the agency with a preliminary design mix proposed for use for materials mixes that require control by the testing agency. e. Security and protection of samples and test equipment at the Project site. 5. The Contractor will, at all times, be responsible for notifying the testing laboratory well in advance on their required services. 6 Payment Management and Issuance of Progress Payment Applications: a. Reference Division 1, Section 012900-PAYMENT PROCEDURES,012976- Progress Payments Procedure, 1.2. B. Owner Responsibilities: The Owner will provide inspections, tests and similar quality control services specified to be performed by independent agencies and not by the Contractor, except where they are specifically indicated as the Contractor's responsibility or are provided by another identified entity. Costs for these services are not included in the Contract Sum. 1. The Owner will employ and pay for these services of an independent agency,testing laboratory or other qualified firm to perform services which are the Owner's responsibility, however, the Contractor will, at all times,be responsible for notifying the testing laboratory well in advance on their required services. C. Duties of the Testing Agency: The independent testing agency engaged to perform inspections, sampling and testing of materials and construction specified in individual Specification Sections shall cooperate with the Engineer and Contractor in performance of its duties and shall provide qualified personnel to perform required inspections and tests. 1. The agency shall notify the Engineer and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. The agency is not authorized to release,revoke,alter or enlarge requirements of the Contract Documents,or approve or accept any portion of the Work. 3. The agency shall not perform any duties of the Contractor. 4. All testing laboratory reports must be sent to the Engineer and Owner directly from the testing laboratory. D. Coordination: The Contractor and each agency engaged to perform inspections, tests and similar services shall coordinate the sequence of activities to accommodate required services with a minimum of delay. Additionally, Contractor and each agency shall coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. DIVISION 01-GENERAL REQUIREMENTS-Page 17 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 1. The Contractor is responsible for scheduling times for inspections, tests, taking samples, and similar activities. 2. The Contractor shall maintain a log of requested laboratory tests,including the dates and times of all testing laboratory service request notifications and the dates and time testing laboratory arrived on site to perform the requested tests. 1.4 SUBMITTALS A. The independent testing agency shall submit a certified written report of each inspection,test or similar service through the Contractor, in duplicate. B. Submit additional copies of each written report directly to the governing authority, when the authority so directs. C. Report Data: Written reports of each inspection, test or similar service shall include, but not be limited to: 1. Date of issue. 2. Project title and number 3. Name,address and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making the inspection or test. 6. Designation of the Work and test method. 7. Identification of product and Specification Section. 8. Complete inspection or test data. 9. Test results and an interpretation of test results. 10. Ambient conditions at the time of sample-taking and testing. 11. Comments or professional opinion as to whether inspected or tested Work complies with Contract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting. 1.5 Quality Assurance: A. Qualification for Service Agencies: Engage inspection and testing service agencies, including independent testing laboratories, which are prequalified as complying with "Recommended Requirements for Independent Laboratory Qualification" by the American Council of Independent Laboratories, and which specialize in the types of inspections and tests to be performed. a. Each independent inspection and testing agency engaged on the Project shall be authorized by authorities having jurisdiction to operate in the State in which the Project is located. PART 2- PRODUCTS-Not applicable to this section PART 3- EXECUTION 3.1 Repair and Protection: A. Upon completion of inspection, testing, sample-taking and similar services, repair damaged construction and restore substrates and finishes to eliminate deficiencies, including deficiencies in visual qualities of exposed finishes. Comply with Contract Document requirements for "Cutting and Patching". B. Protect construction exposed by or for quality control service activities and protect repaired construction. DIVISION 01-GENERAL REQUIREMENTS-Page 18 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents C. Repair and protection is the Contractor's responsibility, regardless of the assignment of responsibility for inspection,testing or similar services. END OF SECTION DIVISION 01-GENERAL REQUIREMENTS-Page 19 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 0141 00 REGULATORY REQUIREMENTS 1.1 Codes A. All work must conform to the following Codes,with current amendments as adopted by the City. 1. 2015 International Building Code(with exception of TWI requirements use IBC 2018) 2. 2015 International Fire Code 3. 2015 International Existing Building Code 4. 2015 International Mechanical Code 5. 2015 International Energy Conservation Code 6. 2015 International Fuel Gas Code 7. 2014 National Electrical Code B. 2012 Texas Accessibility Standards, Elimination of Architectural Barriers, Texas Government Code,Chapter 469. C. Applicable OSHA requirements. D. Factory Mutual Requirements and NFPA Standards. E. Applicable portions of the most recent editions of the following: 1. The American Institute of Steel Construction(AISC) 2. The American Concrete Institute(ACI) 3. Applicable ANSI Standards 4. NFPA Life Safety Code,NFPA 101 5. Texas Department of Insurance Windstorm requirements F. All City,County, State,and Federal Standards G. 2010 ADA Standards for Accessible Design,Title II and III of the Americans with Disabilities Act of 1990. 1.2 Permits A. The Contractor is responsible for submitting all documents, and paying all fees required to obtain all necessary permits for the complete construction of the project. 1.3 Inspections required by code A. The Contractor is responsible for submitting all documents, scheduling inspections at appropriate intervals, and paying all fees for inspections required by the codes listed above, including but not limited to,Texas Accessibility Standards inspection,Texas Windstorm inspections and certificates, IECC inspections. Part 2 PRODUCTS—Not applicable to this Section. Part 3 EXECUTION—Not applicable to this Section. END OF SECTION DIVISION 01-GENERAL REQUIREMENTS-Page 20 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 0142 00 REFERENCES 1.1 DEFINITIONS A. Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern,the intent and meaning shall be interpreted as follows: ADVERTISEMENT: A public announcement inviting bids for work to be performed and materials to be furnished. ASTM: The American Society for Testing and Materials. APPROVED: The term approved,when used in conjunction with the Engineer's action on the Contractor's submittals,applications,and requests,is limited to the Engineer's duties and responsibilities as stated in the Conditions of the Contract. ASSIGNING SPECIALIST: Certain Sections of the Specifications require that specific construction activities shall be performed by specialists who are recognized experts in those operations. The specialists must be engaged for those activities, and their assignments are requirements over which the Contractor has no choice or option. However, the ultimate responsibility for fulfilling Contract requirements remains with the Contractor. 1. The requirement shall not be interpreted to conflict with enforcing building codes and similar regulations governing the Work. It is also not intended to interfere with local trade union jurisdictional settlements and similar conventions. AWARD: The acceptance,by the owner,of the successful bidder's proposal. BIDDER/PROPOSER: Any individual,partnership, firm,or corporation,acting directly or through a duly authorized representative,who submits a proposal for the work contemplated. CALENDAR DAY: Every day shown on the calendar. CHANGE ORDERS: A written order to the Contractor covering changes in the plans,specifications,or proposal quantities and establishing the basis of payment and contract time adjustment, if any,for the work affected by such changes. The work,covered by a change order,shall be within the scope of the contract. COMPARABLE: Similar,of like quality,as determined by the Engineer. CONTRACT: The written agreement covering the work to be performed. The awarded contract shall include,but is not limited to: the Advertisement; the Contract Form; the Proposal;the Performance Bond;the Payment Bond;any required insurance certificates; the Specifications;the Plans;and any addenda issued to proposers. CONTRACT ITEM(PAY ITEM): A specific unit of work for which a price is provided in the contract. CONTRACT TIME: The number of calendar days or working days stated in the proposal,allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal,in lieu of a number of calendar or working days,the contract shall be completed by that date. DIVISION 01-GENERAL REQUIREMENTS-Page 21 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents CONTRACTOR: The individual,partnership, firm,or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. DIRECTED: Terms such as directed,requested,authorized, selected,approved,required,and permitted mean directed by the Engineer,requested by the Engineer, and similar phrases. EQUIPMENT: All machinery,together with the necessary supplies for upkeep and maintenance,and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. EXTRA WORK: An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement,but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. FURNISH: The term furnish means supply and deliver to the Project Site,ready for unloading, unpacking,assembly, installation,and similar operations. GENERAL: Basic Contract definitions are included in the Conditions of the Contract. INDICATED: The term indicated refers to graphic representations,notes,or schedules on the Drawings, or other Paragraphs or Schedules in the Specifications,and similar requirements in the Contract Documents. Terms such a shown,noted,scheduled,and specified are used to help the reader locate the reference. There is no limitation on location. INSTALL: The tern install describes operations at the Project Site including the actual unloading, unpacking,assembly,erection,placing,anchoring,applying,working to dimension, finishing,curing,protection,cleaning,and similar operations. INSTALLER: An installer is the Contractor or another entity engaged by the Contractor, either as an employee,subcontractor,or contractor of lower tier,to perform a particular construction activity,including installation,erection,application,and similar operations. Installers are required to be experienced in the operations they are engaged to perform. 1. The term experienced,when used in the term Installer,means having a minimum of five (5) previous projects similar in size and scope to this Project, being familiar with the special requirements indicated, and having complied with requirements of the authority having jurisdiction. LABORATORY: The official testing laboratories of the owner or such other laboratories as may be designated by the Engineer. MATERIALS: Any substance specified for use in the construction of the contract work. NOTICE TO PROCEED: A written notice to the Contractor to begin the actual contract work on a previously agreed date. If applicable,the Notice to Proceed shall state the date on which the contract time begins. OWNER(SPONSOR): The term owner shall mean the party of the of the first part of the contracting agency signatory to the contract. PAVEMENT: DIVISION 01-GENERAL REQUIREMENTS-Page 22 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents The combined surface course,base course,and sub-base course,if any, considered as a single unit. PAYMENT BOND: The approved form of security furnished by the Contractor and his surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. PERFORMANCE BOND: The approved form of security furnished by the Contractor and his surety as a guarantee that the Contractor will complete the work in accordance with the terms of the contract. PLANS: The official drawings or exact reproductions, approved by the Engineer, which, show the location,character,dimensions and details of the project and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. PROJECT: The agreed scope of work for accomplishing specific improvements. PROJECT SITE: Project site is the space available to the Contractor for performing construction activities either exclusively or in conjunction with others performing other work as part of the Project. The extent of the Project site is shown on the drawings and my or may not be identical with description of the land on which the Project is to be built. PROPOSAL: The written offer of the"proposer(when submitted on the bid or proposal forms)to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. PROPOSAL GUARANTY: The security furnished with a proposal to guarantee that the bidder will enter into a contract if his proposal is accepted by the owner. PROVIDE: The term provide means furnish and install,complete and ready for the intended use. REGULATIONS: The term regulations includes laws,ordinances,statutes,and lawful orders issued by authorities having jurisdiction,as well as rules,conventions,and agreements within the construction industry that control performance of the Work. SPECIFICATIONS: A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. STRUCTURES: Facilities such as bridges,culverts,catch basins, inlets,retaining walls,cribbing,storm and sanitary sewer lines,water lines,under-drains,electrical ducts,manholes,hand-holes, lighting fixtures and bases,transformers,flexible and rigid pavements,buildings,vaults, and other man-made features that may be encountered in the work and not otherwise classified herein. SUBGRADE: The soil which forms the pavement foundations. SUPERINTENDENT: The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer,and who shall supervise and direct the construction. SUPPLEMENTAL AGREEMENT: A written agreement between the Contractor and the Owner covering: DIVISION 01-GENERAL REQUIREMENTS-Page 23 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 1. Work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more that 25 percent(25%), such increased or decreased work being within the scope of the originally awarded contract,or 2. Work that is not within the scope of the originally awarded contract. SURETY: The corporation,partnership, or individual,other than the Contractor,executing payment or performance bonds which are furnished to the owner by the Contractor. TESTING AGENCIES: A testing agency is an independent entity engaged to perform specific inspections or tests, either at the Project site or elsewhere, and to report on and,if required,to interpret results of those inspections or tests. TRADES: Using terms such as carpentry is not intended to imply that certain construction activities must be performed by accredited or unionized individuals of a corresponding generic name, such as carpenter. It also does not imply that requirements specified apply exclusively to tradespersons of the corresponding generic name. WORK: The furnishing of all labor,materials,tools,equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans,and specifications. WORKING DAY: A working day shall be any day other than a legal holiday, Saturday,or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. Unless work is suspended for causes beyond the Contractor's control, Saturdays, Sundays,and holidays on which the Contractor's forces engage in regular work,requiring the presence of an inspector,will be considered as working days. Part 2 PRODUCTS—Not applicable to this Section. Part 3 EXECUTION—Not applicable to this Section. END OF SECTION DIVISION 01-GENERAL REQUIREMENTS-Page 24 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 01 45 00 QUALITY CONTROL 1.1 TESTING LABORATORY SERVICES A. All testing laboratory reports must be sent to the Engineer and Owner directly from the testing laboratory. B. The testing laboratory will be paid for and selected by the Owner under a separate contract, however,the Contractor will,at all times,be responsible for notifying the testing laboratory well in advance of their required services. C. The Owner will obtain,and pay directly for,the services of a testing laboratory,approved by the Engineer, for determining the degree of compaction, or re-compacted existing sub-grade, earth fill,sand,and for analysis and Atterberg Limits Tests of earth fill. The Contractor will coordinate and organize these services, as well as any additional services required to comply with specifications. D. Compaction Test Required: The testing laboratory shall check the fill material at the pit or source of supply and make liquid limit and P.I.tests before the Engineer approves the material. Provide a minimum of 4 tests of sub-grade and 4 of fill per lift located where directed by the Engineer. If additional tests are required for reason of poor compaction work by the contractor, such additional tests shall be paid for by the Contractor without cost to the Owner. E. The Contractor shall notify the testing laboratory sufficiently in advance concerning fill materials and placement so tests can be made. *Any work completed without being tested according to the specifications will be rejected. F. Duties of the Testing Agency: As specified in Section 014000 Quality Requirement, 1.3 Responsibilities Part 2 PRODUCTS—Not applicable to this Section. Part 3 EXECUTION—Not applicable to this Section. END OF SECTION DIVISION 01-GENERAL REQUIREMENTS-Page 25 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL REQUIREMENTS 1.1 The Contractor shall be responsible to Owner for all temporary facilities,storage areas,and traffic controls around the project site during the construction period and shall control excessive dust,noise,etc.Temporary parking areas for contract workers will be designated by the Owner. 1.2 Access to the Site A. Access to the site will be made available by the Owner, and will be specifically addressed at the pre-construction conference. B. Suitable areas at the project site for the Contractor's field office, warehouse, etc., and exterior storage of materials will be determined by the Owner, Engineer, and Contractor, and will be provided free of charge by the Owner. 1.3 Temporary Controls A. The Contractor shall provide the following as a minimum requirement: 1. Pumping:When necessary to avoid delay or to protect work on the premises,provide pumping equipment and keep excavations, pits, and other areas involved, free of water that may accumulate due to rain or leakage. 2. Shoring: Provide and be responsible for all temporary shoring required for executing work. 3. Temporary Coverings: When necessary to avoid delay or to protect work or equipment, provide suitable watertight coverings over openings admitting rain. All openings shall have full protection established and in place at all times. 4. Erosion and silt control as required under the State and Federal laws. 5. All full protection system is required. 1.4 Temporary Utilities A. The Contractor shall make arrangements for temporary water,electrical service,and other utilities necessary for construction purposes,and shall bear all costs associated with setting them up for construction purposes and removing them at final completion. B. All temporary water usage fees,electric utility service costs,and other utility usage fees will be paid for by the Contractor. C. Electric utility main service costs will be paid by the Owner. D. Temporary services must provide for all necessary construction equipment, security lighting, office trailer(s), etc. required by the Owner and Contractor. Contact the Owner and the City for their temporary power requirements. 1.5 Construction Facilities A. Field Offices and Sheds 1. Temporary Office a. The Contractor must provide a job site office. It's location must be coordinated with the Engineer and Owner. DIVISION 01-GENERAL REQUIREMENTS-Page 26 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents b. Maintain one(1)copy of all reviewed shop drawings,manufacturers'directions,drawings, specifications, all letters connected with the work, samples, change orders, project logs, and the Contractor's monthly statements at all times on the job site. 2. Storage Rooms: If necessary, provide, maintain, and remove when directed, suitable watertight storage facilities at the job site to store all materials subject to damage by weather. 3. Removal of Temporary Facilities: The Contractor shall remove all temporary facilities provided on the premises for his own use at the termination of their usefulness and termination of the work, or when requested, and shall leave the premises and adjacent property affected by the work in a condition satisfactory to the Owner. 1.6 Sanitary Facilities A. The Contractor shall provide and maintain sanitary toilets and sanitary urinals located where directed by Owner for use by those engaged at the job site. For each 25 workmen provide one (1)urinal and one(1)toilet. Keep such toilet facilities in sanitary condition and at the completion of the contract, remove them from the job site, leaving the location clean and in a sanitary condition. 1.7 Temporary Barriers and Enclosures A. The Contractor shall provide and maintain suitable barricades, fences, guard rails and other protective structures to protect general public property or stored materials. The Contractor shall also provide and maintain, between sunset and sunrise, warning lights on any structures, equipment, material, excavation, or other elements of constructions located outside of the construction area. 1.8 Project Identification A. Temporary Project Signage 1. Contractor shall provide one (1) 8' x 8' job sign per jobsite located as indicated by the Engineer and constructed as detailed by the Engineer and approved by the Owner. The job signs shall be constructed and installed immediately after the construction commences and will remain in place until final completion or by instruction of the Owner. The job sign will include the job name,name and address of the Engineer,name and address of the Contractor, and names of Owner and will be according to the design prepared by the Engineer. 2.Signs or advertisements other than the job sign are not permitted to be displayed without the Owner's approval. Part 2 PRODUCTS—Not applicable to this Section. Part 3 EXECUTION—Not applicable to this Section. END OF SECTION DIVISION 01-GENERAL REQUIREMENTS-Page 27 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 017000—EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 GENERAL REQUIREMENTS 1.1 Refer to the Conditions for requirements relating to Substantial Completion, Final Payment, the Contractor's One-Year Guarantee and Warranties covering materials and equipment furnished and installed under this agreement 1.2 Cleaning and Waste Management A. Progress Cleaning 1. The Contractor and his Subcontractors, at all times, shall keep the premises free from accumulation of waste materials or rubbish caused by his operations. B. Final Cleaning 1. At the completion of the work, the Contractor and his subcontractors shall remove all waste materials and rubbish from and about the project, as well as all tools, construction equipment, machinery,and surplus materials,returning the project site to it's original condition. 1.3 Closeout Submittals A. Operation and Maintenance Data 1. At the termination of the work,but prior to final payment,the Contractor will deliver to the Engineer two (2)bound Maintenance/Operation/Installation/Spare Parts Manuals presenting full details for care and maintenance of visible surfaces and all equipment installed on the project,operation of all equipment and other items,installation of all equipment and other items,and manufacturer's lists of spare parts for all items. 2. The installation and spare parts manuals must be delivered as soon as possible for use by the Owner prior to completion of the project. 3. The Contractor is to make them available at the job trailer. 1.4 Warranties A. Where Guarantees and/or Warranties are required by the Contract Documents,or they are shown in printed technical literature,the Contractor will furnish three(3)copies of ALL Guarantees or Warranties made out in the name of the Owner prior to final payment. B. The Contractor shall guarantee his work and the work of his Subcontractors for a period of one(1)year from the date of substantial completion. This Guarantee of one year on the entire work shall not in any way abrogate or shorten Guarantees on special parts of the work for periods longer than one year as may be required in the contract documents. C. The Contractor shall be responsible for obtaining a Windstorm Insurance Certificate from the State Board of Insurance and shall pay all fees and related costs involved in obtaining it. This certificate shall be coordinated with a Texas Department of Insurance approved State of Texas licensed professional windstorm engineer. The windstorm engineer must be selected within(2)weeks after signing of the contract for construction. The windstorm engineer's name and address will be given to the Engineer and Owner at that time. 1.5 Project Record Documents A. AFFIDAVITS: The Contractor will completely execute the Contractor Affidavit of Release of Liens Forms GC-Al,SC-A2,and MS-A3(bound herewith)in triplicate and furnish the Engineer with two (2)executed forms. DIVISION 01-GENERAL REQUIREMENTS-Page 28 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents Part 2 PRODUCTS—Not applicable to this Section. Part 3 EXECUTION—Not applicable to this Section. END OF SECTION DIVISION 01-GENERAL REQUIREMENTS-Page 29 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents DIVISION 03-CONCRETE SECTION 031000-CONCRETE FORMING AND ACCESSORIES 031100-CONCRETE FORMING GENERAL 1.1 A. The Foundation Sub contractor shall be solely responsible for the structural adequacy of the forms,ties,shoring,and bracing. B. Refer to structural drawings for other notes. C. Foundation shall conform to Texas Department of Insurance (TDI) requirements and request inspections from TDI approved engineer at required intervals. 1.2 Quality Standards A. Forms shall be built and secured in place in such a manner to have sufficient strength to carry the dead weight of the concrete as a liquid,without deflection or vibration. B. Forms shall be built watertight, true to position and direction, thoroughly braced, wired and fastened together. C. All work shall conform to the requirements set forth in ACI-347. D. If any form shows deflection,which in the opinion of the Engineer is excessive, the concrete shall be removed,and the work rebuilt. E. Care shall be taken in the removal of all form work, as not to damage the surface of the concrete. Vertical forms may be removed after twenty-four (24) hours. Providing the concrete will not be injured; Supporting forms shall be kept in place at least seven(7)days. F. Preconstruction Meeting to be held no earlier than two (2)weeks prior to and before concrete forms are created. 1.3 A. Typical Forms 1. Earth Forms: a. Earth forms may only be used with approval from the Engineer. b. Sloped sided grade beams are designed for monolithic pours,with floor slab,using earth forms. These beams will not be formed separately without the Engineer's acceptance. c. Straight sided grade beams are designed for separate or monolithic pours. They shall not be poured in earth forms without the Engineer's acceptance concerning additional width and depth. d. Earth forms shall be increased 2" in width to provide 3" side cover of steel reinforcing. 2. Wood forms a. Form material may be plywood,hardboard,wood,steel,or plastic,at the Contractor's option,unless specifically noted elsewhere. b. Forms must be continuous over entire vertical surface of grade beam. c. Form ties can be threaded,snap removal of at least 1" from concrete faces. d. Form coating and Release Agent: Coatings and releasing agents shall be approved by the Engineer. When applied according to instructions, the manufacturer shall guarantee against staining concrete,and impairing the natural bonding character of any plaster,paint or Cementos coating intended for use on concrete. Agent will be suitable for type of form used. END OF SECTION DIVISION 03-CONCRETE-Page 2 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 032000-CONCRETE REINFORCING GENERAL 1.1 A. Submit fabrication drawings to the Engineer for review. B. All reinforcing steel shall be grade 60(except#2 and#3 bars and all stirrups and ties shall be grade 40). C. All reinforcing steel shall conform to the ASTM specifications A615. D. Detailing of reinforcing steel shall conform to the American Concrete Institute Detailing Manual. E. Bar Deformations -ASTM A305 and/or A408. F. Manual of Standard Practice for Detailing Reinforced Concrete Structures, ACI-315 latest edition will be used for detailing. G. All reinforcing to be free from rust, scale, dirt, sand, oil, and other foreign material that will destroy or reduce bond or reduce cross sectional area. H. No concrete shall be poured without inspection and review of the Engineer and TDI Windstorm approved Engineer. All sleeves,bolts, inserts, electrical conduit, pipes,and other embedded items shall be in place for this inspection. I. Foundation sub-contractor shall give the Engineer AT LEAST 24 HOURS NOTICE in advance with sufficient time allowed for the Engineer's scheduling, examination, and for corrective work. J. Refer to structural drawings for additional notes. 1.2 A. Materials and Products: 1. Steel Bars: All reinforcing steel shall be sized according to structural design drawings. Any change or deviation from the drawings shall be approved by the structural engineer. 2. Welded Wire Fabric: Welded wire fabric or cold drawn wire for concrete reinforcement shall conform to ASTM A82-61T or ASTM A185. Refer to drawings for size and gauge. 3. Accessory Materials: a. Chairs, Bolsters, Bar Supports, Spacers: Sizes and shaped for strength and support of reinforcement during concrete placement conditions; use plastic- or wire bar-type supports complying with CRSI specifications. 1. For slabs-on-grace, use heavy duty supports with sand plates to prevent puncturing vapor retarder or barrier. 2. For exposed-to-view concrete surfaces where legs of supports are in contact with forms,provide supports with legs that are protected by plastic (CRSI, Class 1) or stainless steel(CRSI,Class 2). b. Metal Accessories: 1. Include all spacers, chairs, ties, and other devices for properly placing, supporting and fastening reinforcement in place. 2. Use 3" x 6" x 20 gauge sheet metal bar chairs at 3'-0" o.c. maximum each way for all top reinforcing for slabs on grade. Depth of chairs shall provide for 1" top cover to reinforcing. 3. Tie Wire: 16 gauge, annealed iron wire. c. Plastic Accessories: 1. Plastic snap-on mesh, paving, or bar chairs may be used as manufactured by MeadowBurke, www.MeadowBurke.com., with Engineers written approval. Size and application as recommended by manufacturer. Bar chairs shall be at 3'-0" o.c. maximum each way for all top reinforcing for slabs on grade. Depth of chairs shall provide for 1"top cover to reinforcing. DIVISION 03-CONCRETE-Page 3 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 1.3 A. Fabrication and Installation 1. Follow ACI 315 manual for detailing reinforced concrete structures. 2. The setting,splicing,bending,fabrication,etc.,of all reinforcing steel shall be as shown on the Drawings and shall conform to the "Standard Practice for Reinforced Concrete Structure" as published by the American Concrete Institute. All bars shall be bent cold. 3. Splices are not permitted except as shown on the plans or authorized by the engineer. 4. All welding to conform to the American Welding Society's AWS/D12.1. 5. All reinforcing steel shall be accurately located in the forms and firmly tied in place before and during the placing of concrete to prevent displacement during the course of construction and to keep the steel at a proper distance from the forms. 6. Bar supports are to be sufficient in number and sufficiently heavy to properly carry the steel they support. 7. Supports for bars in paving and walks shall be plastic chairs or slab and beam bolsters with runners. Spacing shall not exceed 3'-0"o.c. 8. It is recommended that bent bars be shop fabricated. 9. All reinforcing steel shall be placed in accordance with the "Specifications for Placing Reinforcement of the Concrete Reinforcing Steel Institute". 10. Steel reinforcing for slabs on grade,paving,and walks shall be in the middle of the slab. 11. Lap continuous unscheduled reinforcing bars as follows: Bottom bars in members supported by columns or footings- 12"at supports only. All others -50 bar diameters. 12. Reinforcing steel coverage shall be as follows: In grade beams, 1-1/2" top, 3" bottom, 3" sides. Reference the structural drawings for additional details. 13. Welded fabric shall be lapped one space or more and tied. B. Metal Accessories: 1. Include all spacers, chairs,ties,and other devices for properly placing,supporting and fastening reinforcement in place. 2. Use 3" x 6"x 20 gauge sheet metal bar chairs at 4'-0" o.c.maximum each way for all top reinforcing for slabs on grade. Depth of chairs shall provide for 1"top cover to reinforcing. 3. Tie Wire: 16 gauge,annealed iron wire. 032100- REINFORCING STEEL 1.1 A. Steel Bars All reinforcing steel shall be sizes, lengths and configurations as shown on the structural design drawings. Any change or deviation from the drawings must be approved by the structural engineer. 032200-WELDED WIRE FABRIC REINFORCING 1.1 A. Welded Wire Fabric Welded wire fabric or cold drawn wire for concrete reinforcement shall conform to ASTM A82-61T or ASTM A185. Refer to drawings for size and gauge. B. Submittals Requirements: 1. Submit detailed fabrication and installation drawings to the Engineer/Engineer for review and approval prior to fabrication and installation. 2. Submit manufacturer's cut sheets for the proposed metal/plastic bar chairs to the Engineer/Engineer for review and approval prior to ordering. 3. Submittals shall denote the size, spacing, tieing method, and the design specifications of all sizes of reinforcing steel as indicated in the drawings. In addition,the submittals shall indicate the location of the intended placement of the reinforcing steel in plan section. 4. Submit eight(8)copies to the Engineer/Engineer 14 days for review and approval. DIVISION 03-CONCRETE-Page 4 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents END OF SECTION SECTION 033000- CAST IN-PLACE CONCRETE 033100- STRUCTURAL CONCRETE 033113-Heavyweight Structural Concrete 1.1 A. All concrete foundation work is to be performed according to these specifications. All concrete sidewalk paving IS included as a part of this proposal package. 1. Drawings: a. Contractor is to reference Foundation drawings for additional concrete and reinforcing steel notes. If there is a discrepancy between the notes on the drawings and these specifications, the contractor is to notify the Engineer immediately for resolution. b. The drawings accompanying these specifications show typical details of all reinforced concrete construction. Detailed drawings showing number and location of bars, including complete bar lists and bending diagrams, prepared by the sub- contractor are to be submitted as per General Conditions for Engineer's review. c. All reinforced concrete construction shall be performed under the personal and constant supervision of competent building superintendent experienced in this class of work,who may be removed for reasonable cause upon written notice. 2. Workmanship: The Sub contractor is responsible for correction of concrete work which does not conform to the specified requirements,including strength,tolerances and finishes. Correct deficient concrete as directed by the Engineer. 1.2 A. Materials and Products 1. Portland Cement: Portland Cement shall conform to the"Specifications for Portland Cement" (ASTM Designation: C150 Type I or Type 3,or the"Specifications for Air Entraining Aggregates: 2. Concrete Aggregates: a. Concrete aggregates shall conform to the"Specifications for Concrete Aggregates" (ASTM Designation C33). However,other aggregates which have been shown by test or actual service to produce concrete of the required strength,durability,water tightness,fire resistance and wearing qualities may be used where authorized by the Engineer. b. The maximum size of the aggregate shall be 1-1/2"for concrete slabs,grade beams, and walks. 3. Calcium chloride or admixtures containing calcium chloride shall not be used. 4. Mixing Water: Water shall be clean and free from injurious amount of oil,acid,alkalis, organic matter,or other deleterious substances. Water containing 5%or more of salt shall not be used. 5. Fly ash in concrete shall not be more than 15 percent in weight. 6. Concrete: a. All concrete not noted shall test at 3000 p.s.i. at 28 days. b. Water/cement ratio: 6 gallons of water per bag of cement(American Concrete Institute Spec. for 5 sack 3000 p.s.i. concrete). c. Slump to be between 3 and 5 inches. d. Temperature of concrete at time of placing shall not be less than 50 F. or more than 90 F. e. Concrete showing more than 5" slump shall not be used on this project. f. All concrete shall conform to "Standard Specifications for Ready-Mixed Concrete" ASTM C94. 7. Grouting: a. Provide non shrink grout under structural steel base plates and other locations as detailed. b. Deliver and store material in undamaged packages with seals and labels intact. Store DIVISION 03-CONCRETE-Page 5 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents in thy location,off ground. c. Products manufactured by Supreme Grout by Cormix Chemical Co.,Masterflow 713 Grout by Master Builders,Upcon High Flow Grout by the Upco Company. 8. Tests: a. The Owner will pay for an approved laboratory for the purpose of testing concrete, and the contractor shall coordinate. 1. The testing laboratory will be employed to stay at the site during the entire concrete pour unless prior arrangements have been made with the Engineer's approval. 2. No concrete will be poured until the testing laboratory representative has approved the concrete at the site. 3. The Contractor shall notify the testing laboratory in advance concerning any and all concrete pours. *Any work put in place without notifying the testing lab, and being tested,will be rejected. b. The laboratory shall: 1. Review design mixes for each type of concrete in accordance with ACI 613 and 318 and with P.C.A. T12. Use an independent testing facility acceptable to the Engineer for preparing and reporting proposed mix designs. 2. Proportion mixes by either laboratory trial batch or field experience methods, using materials to be employed on the project for each class of concrete required, complying with ACI 211.1. 3. Laboratory Trial Batches: When laboratory trial batches are used to select concrete proportions, prepare test specimens in accordance with ASTM C 192 and conduct strength tests in accordance with ASTM C39, specified in ACI 301. Establish a curve showing relationship between water-cement ratio (or cement content. and compressive strength, with at least three points representing batches which produce strengths above and below that required. Use not less than three specimens tested at 28 days, or an earlier age when acceptable to the Engineer, to establish each point on the curve. 4. Adjustment to Concrete Mixes: Mix design adjustments may be requested by the Sub contractor when characteristics of materials, job conditions, weather, test results, or other circumstances warrant; at the Engineer's approval and at no additional cost to the Owner. Laboratory test data for revised mix designs and strength results must be submitted to and accepted by the Engineer's before using in the work. c. The laboratory shall take one set of 3 cylinders at the beginning of each pour (first concrete truck at site), and an additional set of 3 cylinders for every additional 50 yds. or fraction thereof. Take extra samples at any noticeable change in the make-up of the concrete. Sampling as per ASTM C 172-54. 1. Test one cylinder at 7 days. 2. Test one cylinder at 28 days. 3. The third cylinder need only be tested if either the 7 day or 28 day cylinder falls below specified strength and then only after the 28 day cylinder has been broken. 4. Test cylinders cast during the placing operation shall be protected by covering them from exposure to high temperature and wind. d. Cure cylinders in accordance with ASTM C31-62T. Test on cylinders for compression in accordance with ASTM C39. e. Slump tests shall be taken by the laboratory from the first concrete delivered to the site and every 50 yards after that, or as requested by the Engineer/Engineer. Test shall be in accordance with ANSI/ASTM C 143, latest revision. f. Tests of hardened concrete in,or removed from paving and walks: 1. Where question exists as to concrete quality on job, the Engineer may require tests as per ASTM, C42 or other load tests for that portion of job where questionable concrete has been placed. DIVISION 03-CONCRETE-Page 6 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 2. Make load test as per Section 202 ACI Building Code (ACI 318). If load tests indicate that concrete placed does not conform to drawings and specifications, take measures as directed to correct deficiency without extra cost to Owner. g. The resulting data from the tests shall be furnished to the Engineer as soon as they are completed. 2.1 A. Concrete Proportions and Consistency: 1. The proportions of aggregate to cement for any concrete shall be such as to produce a mixture which will work readily into the corners and angles of the forms and around reinforcement with the method of placing employed,but without permitting the materials to segregate,or excess free water to collect on the surface. 2. The combined aggregates shall be of such composition of sizes that when separated on the No. 4 standard sieve the weight passing the sieve (fine aggregate) shall not be less than 30 percent nor greater than 50 percent of the total. 3. The methods of measuring concrete materials shall be such that the proportions can accurately be controlled and easily checked at any time during the work. Measurement of materials for Ready Mixed Concrete shall conform to the "Standard Specifications for Ready Mixed Concrete" (ASTM Designation: C94). B. Mixing and Conveying: 1. Preparation of equipment and Place of Deposit: Before placing concrete, all equipment for mixing and transporting the concrete shall be cleaned, all debris removed from the spaces to be occupied by the concrete, forms shall be thoroughly wetted (except in freezing weather) or oiled, and the reinforcement shall be thoroughly cleaned of ice or other coatings. 2. Mixing of Concrete: a. The concrete shall be mixed until there is a uniform distribution of the materials and shall be discharged. b. For job mixed concrete,the mixer shall be rotated at a speed recommended by the manufacturers and mixing shall be continued for at least one minute after all materials are in the mixer. c. Ready mixed concrete shall be mixed and delivered in accordance with the requirements set forth in the "Standard Specifications for Ready Mixed Concrete" (ASTM Designation: C94). d. Pouring of Ready-Mix Concrete shall commence within 60 minutes of truck leaving batching plant,otherwise truck with its load will be refused for use on this project. 3. Conveying: a. Concrete shall be conveyed from the mixer to the place of final deposit by methods which will prevent the separation,or loss of the materials. b. Equipment for chuting, pumping and pneumatically conveying concrete shall be of such size and design as to insure a practically continuous flow of concrete at the delivery and without separation of the materials. c. No concrete will have a vertical drop greater than 4'-0" except for drilled footings. d. Chutes may not have a slope greater than 4" in 12". C. Depositing Concrete: 1. Footings shall be poured immediately after excavation. 2. Carts, buggies, or conveyors shall be run on temporary runways supported clear of reinforcing steel or mesh. 3. Concrete shall be deposited as nearly as practicable in its final positions to avoid separation due to re-handling or flowing. Concreting shall be carried on at such a rate that the concrete is at all times plastic and flows readily into spaces between bars. No concrete that has been partially hardened or been contaminated by foreign materials shall be deposited on the work,nor shall re-tempered concrete be used. DIVISION 03-CONCRETE-Page 7 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 4. When concrete is once started, it shall be carried on in a continuous operation until the placing of the panel or section is completed. The top surface shall be generally level. When construction joints are necessary, they shall be made in accordance with "E." below. 5. All concrete shall be thoroughly compacted by suitable means during the operation of placing and shall be thoroughly worked around reinforcement, and into the corners of the form. Internal vibrators may be used to aid in the placement of concrete provided they are used under experienced supervision and are kept out of contact with reinforcement or steel forms and are not used in a manner that forces mortar between individual form members. In no case shall the vibrator be used to transport the concrete. 6. Concrete shall be poured monolithically for mechanical equipment slabs. 7. Such surfaces that are to be finished shall be brought to proper grade, struck off, and finished in a workmanlike manner. No honeycombing, rough spots, or protruding stones shall be left exposed. 8. The Foundation Sub contractor shall mark in red ink on the Drawings the time and the date of placing of concrete in the different members. Such drawings shall be kept on file at the job site until completion of the structure and shall be subject to inspection of the Engineer at all times. 9. Concrete shall be placed in beams forming diagonal layers so that no concrete "runs" ahead. Concrete shall be placed in as nearly horizontal layers as possible, each layer being thoroughly vibrated to incorporate it with the preceding layer. D. Forms and Conduit: 1. Forms shall conform to the shape, lines, and dimensions of the members as called for on the Drawings, and shall be substantial and sufficiently tight to prevent leakage of mortar. They shall be properly braced or tied together so as to maintain position and shape. 2. A suitable means shall be provided to permit the forms to be thoroughly cleaned, and immediately before the concrete is placed, all chips, and other foreign material shall be removed. E. Construction Joints: 1. Construction joints shall be located where shown on the drawings or at locations approved by the structural engineer. Joints shall be located near the middle of the spans of slabs,beams,or girders. 2. All construction joints must use 24 gauge galvanized steel keyed tongue and groove joint, with #3 dowels at 24" o.c. and 18" long unless indicated differently on drawings. Manufactured by Heckman Building Products, Keyhold, Inc., Superior Concrete Accessories or approved equal. F. Control Joints: 1. Joints not indicated on the plans shall be spaced so that panels shall not be more than 2500 square feet maximum. All cold joints will use specified metal joint material complete with rod reinforcing and in accordance with cold joint manufacturers printed instructions. 2. There shall be no horizontal construction joints in concrete pours. All construction joints shall be made in the center of spans with vertical bulkheads. The location of construction joints shall be reviewed by the Engineer. 3. Panels shall be poured in a checkerboard pattern unless otherwise approved. G. Expansion Joints: 1. No areas of flat concrete panels (paving, walkways, etc.) shall ever be greater than 2500 s.f.without expansion joints on all sides. 2. In all paving, roadwork, sidewalks, etc. expansion joints must be used at a minimum frequency of 60'in any direction. 3. Expansion joints shall include continuous redwood or 3/4" "Fibre Joint" expansion joint filler with the top held down '''A" below the concrete surface. Completely fill ''A" space with Sonneborn horizontal joint sealant. DIVISION 03-CONCRETE-Page 8 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 4. Use %" diameter smooth steel dowels with plastic sleeves. Bars to be greased before installing sleeves. Open end of sleeve is to be sealed. Sleeves shall be held tight against expansion joint material during concrete pour. Dowels are to be parallel with the surface of the concrete. H. Cold Weather Requirements: No concrete will be poured when the temperature of the surrounding air is below 40 degrees F.and falling. I. Curing: 1. Provisions shall be made for maintaining concrete in a moist condition for a period of at least seven days after placements, except that for high-early strength Portland Cement concrete,this moist curing shall be provided for at least the first two days. 2. Approved Curing Methods: a. Flooding by the construction of perimeter dams of non-staining soil. b. Fogging by high pressure, low volume misters. c. Absorptive malts or quilting. d. Curing Compounds: Clear, All-resin with no oil or wax, meeting ASTM C 309-81, Type 1, Class B. and AASHTO M-148, Type 1, Class B. Dried surface shall be compatible with paint and resilient tile. e. If staining or dying concrete, verify with manufacturer or contractor before adding any curing additive. J. Exposed Concrete: 1. Special precautions shall be taken to produce concrete surfaces free from honeycomb and other defects. 2. The reinforcement shall be held firmly in place during concreting so as to maintain the minimum of concrete covering. K. Concrete Admixture: 1. Slabs,Paving,and Walks-Pozzolith 300N as manufactured by Master Builders or others acceptable to the Engineer. Use when daytime average temperature is above 60°F. 2. Those not classified by ASTM will not be permitted. 3. Application: In strict accordance with manufacturers printed specifications. 3.1 A. Construction Joints 1. Construction joints shall be located where shown on the drawings. Joints not indicated on the drawings shall be located with the approval of the structural engineer. Joints in floors shall be located near the middle of the spans of slabs,beams,or girders. 2. The surface of the concrete at the joint shall be cleaned. 3. Joint Fillers: a. 1/4" thick"Tongue and Groove" keyed joint filler. Top to be level with the concrete surface. b. 3/4" thick "Fibre Joint" expansion joint filler. Top to be 'A" below concrete surface. '''A" space is to be filled with Sonneborn horizontal joint sealant. 4. Use ''A" diameter smooth steel dowels with plastic sleeves. Bars to be greased before installing sleeves. Open end of sleeve is to be sealed. Sleeves shall be held tight against expansion joint material during concrete pour. Dowels are to be parallel to the surface of the concrete. B. Contraction Joints: 1. Contraction joints shall be 24 gauge galvanized steel keyed tongue and groove joint. Provide #3 dowels @ 18" long and 24" o.c. Manufactured by Heckmann Building Products, Inc., Chicago, Ill; Keyhold, Inc., Louisville, KY., or Superior Concrete Accessories,Inc.,Franklin Park, Ill. DIVISION 03-CONCRETE-Page 9 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 033500-CONCRETE FINISHING 033516-Heavy-Duty Concrete Floor Finishing 1.1 A. General: 1. Spreading dry cement for finishing not permitted. 2. Finish all edges of slabs and joints with edging tools. 3. Confirm with the Engineer before proceeding when the drawings show any of the following without slopes: a. Walks b. Paving c. Porches 1.2 A. Exterior Slabs: 1. Provide a medium broom finish for all exterior mechanical slabs and concrete drive paving. Provide a light broom finish for all sidewalk paving (except where shown to be stamped and patterned). 1.3 A. Interior Floor Slabs: 1. Troweling: Hand trowel to final finish so evidence of sheen is visible. 2. Maximum irregularity is 1/16"within any running foot and 1/4" in 8'-0". 1.4 A. Exposed Formed Surfaces: 1. Commence work immediately after removal of forms. If concrete is permitted to dry out, chip or abrasive blast,dampen and cover the surface with neat cement before proceeding. 2. Fill holes,chip off bulges, straighten and level lines,form corners uniformly,using a 1:2 mix of cement and sand. 3. Rub with Carborundum stones over entire surfaces,and grout-rubbing smooth and consistent. 4. Completed job to be uniformly smooth, showing no patches. 5. Finish to uniform color except where painting is specified. END OF SECTION DIVISION 03-CONCRETE-Page 10 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 036000-GROUTING 1.1 A. References: 1. ASTM C 109,Compressive Strength of Hydraulic Cement Mortars. 2. ASTM C 191,Time of Setting of Hydraulic Cement by Vicat Needle. 3. ASTM C 827,Early Volume Change of Cementitious Mixtures. 1.2 A. Products: 1. Grout Materials: a. Manufacturer: "Supreme" by Gillford-Hill is specified, "Masterflow 713" by Master Builders. b. Type: Premixed non-shrink,non-metallic. c. Expansion: ASTM C 27,0.1%-0.4%maximum. d. Strength(1 day): ASTM C 109, 300 psi. e. Strength(28 days): ASTM C 109, 7500 psi. f. Set Time: ASTM C 191,minimum 45 minutes. g. Water: Potable. 1.3 A. Execution: 1. Installation: a. Combine premixed grout material with water to workable consistency in accordance with manufacturer's printed instructions. b. Remove defective concrete,dirt or grease,and other foreign materials and lightly roughen concrete surface. c. Remove any foreign materials from steel surfaces which will contact grout. d. Place grout material quickly and continuously by the most practical means permissible. e. Pack spaces with stiff grout material,tamping until voids are completely filled. f. Use forms to retain grout in place until hard enough to support itself. g. Effective Bearing Area: 95 to 100 percent. 2. Finishing and Cleaning: a. After 48 hours,remove shims and point with pointing mix. b. Tool exposed edges of grout to smooth uniform finish. c. Remove grout materials from adjacent exposed surfaces. END OF SECTION DIVISION 03-CONCRETE-Page 11 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents DIVISION 04-MASONRY SECTION 042113.13-THIN BRICK VENEER(Thin brick veneer also means thin stone veneer) PART 1 GENERAL 1.1 A. Section Includes: 1. Thin brick veneer and accessories. 1.2 A. References: 1. ASTM D 1056 -Standard Specification for Flexible Cellular Materials-Sponge or Expanded Rubber 2. ASTM C 1088 -Standard Specification for Thin Veneer Brick Units Made from Clay or Shale. 3. BIA TN 28C -Technical Notes on Brick Construction,Thin Brick Veneer. 1.3 A. Submittals: 1. Submit under provisions of Division 1 -Administrative Requirements. 2. Product Data: Manufacturer's data sheets on each product to be used,including: a. Preparation instructions and recommendations. b. Storage and handling requirements and recommendations. c. Installation methods. B. Shop Drawings: 1. Submit general placing drawings to indicate unit sizes,layout and bond patterns, spacing, location and quantities of substrate reinforcement and connectors, and structural movement related to thin brick masonry veneer assemblies. 2. Include overall dimensions, framed opening requirements and tolerances, adjacent construction, affected related work, expansion and contraction joint locations, accessories,and project specific details C. Selection Samples: For each exposed product to be used,furnish not less than five individual brick samples and as many as required by the brick manufacture to demonstrate full color range,and texture to be expected in the finished work. D. Verification Samples: For each finish product specified,two samples,minimum size 6 inches (150 mm)square,representing actual product,color,and patterns. E. Manufacturer's Certificates: Certify products meet or exceed specified requirements. 1.4 A. Quality Assurance: 1. Sourcing: All primary products specified in this section shall be supplied by a single manufacturer. 2. Manufacturer Qualifications: 10 years' experience manufacturing similar products and with production capability to meet the Project schedule. 3. Installer Qualifications: Approved by the setting system manufacturer with minimum 2 years'experience installing similar products/ 4. Mock-Up: Provide a mock-up for evaluation of surface preparation techniques and application workmanship. a. Finish areas designated by Architect, minimum size 48 inches (1200 mm) long by 36 inches(914 mm)high. b. Do not proceed with remaining work until workmanship and color are approved by Architect. c. Refinish mock-up area as required to produce acceptable work. d. Accepted mock-ups may remain as part of the completed work and will set the standard of acceptance for remaining work including bond, mortar, workmanship, appearance and project specific criteria indicated by the Architect. DIVISION 04-MASONRY- Page 1 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 1.5 A. Pre-Installation Meeting: 1. Convene at the Project site minimum two weeks prior to starting work of this section to discuss: a. Method and sequence of masonry construction. b. Special masonry details. c. Standard of workmanship. d. Quality control requirements. e. Job organization. 1.6 A. Delivery, Storage,and Handling: 1. Deliver materials in the manufacturer's unopened packaging with manufacturer's identification and labels intact until ready for installation. 2. Store in accordance with the manufacturer's instructions and the following: a. Store units off the ground in a clean, dry, well-ventilated area covered to prevent masonry units and related materials from getting saturated before installation. b. Protect from surface damage, mud, dust or materials likely to cause staining or other defects. c. Remove damaged or deteriorated materials from the Project site and replace with new materials to meet specified requirements. 3. Handle materials in accordance with the manufacturer's instructions. 1.7 A. Project Conditions: 1. Walls to receive thin brick must be structurally sound with a deflection no less than L/240,plumb and flat within 1/4 inch(6 mm)per 10 feet(3 meters),with corners braced to meet code and design requirements and to alleviate shrinkage,raking, settling,and movement. 2. Maintain environmental conditions (temperature, humidity, and ventilation)within limits recommended by manufacturer for optimum results. Do not install products under environmental conditions outside manufacturer's absolute limits. PART 2 PRODUCTS 2.1 A. Manufacturers: 1. Salado Stone,Toll Free Tel: 844-81 STONE Web: saladousa.com a. Provide basis of design product, or comparable product approved by Owner's Representative prior to bid. 2.2 A. Thin Brick: 1. Thin Brick: ASTM C 1088, Type TBS, tested in accordance with ASTM C 67, as manufactured by Meridian Brick. 2. Brick Color: Sonoma Blend 3. Mortar Joint Thickness: 3/8 inch Standard unless otherwise indicated on the Drawings. 4. Mortar Joint shape: Tooled concave unless otherwise indicated on the Drawings. 2.3 A. Accessories: 1. Water Resistive Barrier: Coordinate with assemblies specified in Division 7. 2. Setting System: Provide setting system complete including manufacturer's accessories including primers, transition and sealing tapes required. System shall Conform to requirements specified in BIA TN 28C and the thin brick manufacturer's recommendation: 3. Metal Lath and Scratch(Thick Set) System. 4. Masonry Veneer Installation System (MVIS) over cementitious substrate (Thin Set System) DIVISION 04-MASONRY- Page 2 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents B. Expansion Joints: 1. Pre-molded Foam: ASTM D 1056,Type 2,Class A,Grade 1. 2. Neoprene: ASTM D 1056, Type 2, Class A, Grade 1, or ASTM D 2240 Shore A Hardness of 50 to 70 with cold weather flexibility and minimum ultimate elongation of 300 percent. 3. Sealants and Backer Rods: as specified in Section 07 90 00-Joint Protection. 4. Cleaners: Compatible with substrate and acceptable to masonry manufacturer. PART 3 EXECUTION 3.1 A. Examination: 1. Do not begin installation until backup structure and substrates have been properly prepared. 2. If preparation is the responsibility of another installer, notify Architect of unsatisfactory preparation before proceeding. 3.2 A. Preparation: 1. Clean surfaces thoroughly prior to installation. 2. Protect adjacent materials from damage due to masonry work 3. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. 3.3 A. Installation: 1. Install in accordance with manufacturer's instructions and BIA TN 28C -Technical Notes on Brick Construction,Thin Brick Veneer. 2. Coordinate with Work specified in Division 7 for Air Barriers and Air Barriers Water Resistive Barriers. 3. Install products from a single manufacturer as specified above based on adjacent construction and substrates. 4. Coursing and Bond Patterns: a. Establish lines, levels, coursing and bond patterns indicated. Protect from displacement. b. Maintain masonry courses to uniform dimensions. Form vertical and horizontal joints of uniform thickness. c. Refer to the Drawings for special details and treatments at corners, openings, and transitions. Maintain architectural alignments as indicated. 5. Mortar Mixing: a. Mix mortar only in quantities needed for immediate use. b. Measure materials by volume or equivalent weight, using the same measurement for each material and batch.Do not measure by shovel. c. If mortar color is to be used, add in accordance with manufacturers recommendations. Ensure uniformity of mix and coloration. d. Clean mixing boards and mechanical mixing machine between batches. 6. Mortar Joints: 3/8 inch(9.5 mm)thick unless otherwise indicated on the Drawings. 7. Mortar Joint Tooling: a. Provide slightly concave tool joints when the mortar is thumbprint hard using non- rusting round jointer tools slightly larger than the joint width to smooth and compress mortar tightly against both sides of the joint. b. Tool joints in a manner to ensure the durability of the building envelope and not retain water or dirt. c. Head joints shall match bed joint profile. DIVISION 04-MASONRY-Page 3 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents d. Tool all exterior joints below grade. e. Flush cut all joints that are not tooled only where permitted by the Architect. f. After tooling, cut off mortar tailings with a trowel and brush mortar burrs and dust from the face of the brick. 8. Sealant Recesses: a. Leave joints around outside perimeters of exterior doors, window frames, and other wall openings a uniform depth of 3/4 inch(19 mm) and 1/4 to 3/8 inch(6 to 10 mm) wide. 3.4 A. Cleaning: 1. Leave work areas clean at the end of each day. 2. Cut out defective mortar joints and holes in exposed masonry and re-point with mortar. 3. Clean new masonry to remove excess mortar from the face of the brick as the Work progresses. 4. Clean shortly after laying,the same day if possible,by wiping off the excess mortar using a bristle brush. 5. Wash down with water and a brush the same or next day 6. Use chemical cleaners only as a last resort. Before use test an inconspicuous area at least 20 square feet(2 square meters), allow to dry 3 to 7 days. Inspect to ensure the mortar is not softened, brick or mortar are not discolored, and cleaner does not bring salts to the surface of the brick. If approved clean brick as follows: a. Follow brick manufacturers recommendations and BIA Technical Note 20. b. Wet surface of masonry prior to cleaning. c. Scrub with acceptable cleaning agent,avoiding mortar joints. d. Follow wait time suggested by manufacturer before rinsing with clear water. e. Do only small sections at a time. f. Work from top to bottom, insuring that lower portion of wall is thoroughly wetted when cleaning the upper portion. g. Protect all sash, glass, metal lintels and other corrodible parts when masonry is cleaned with acid or caustic solution. h. Upon completion,rinse thoroughly to remove surplus materials. 3.5 A. Protection: 1. Protect installed products until completion of project. 2. Touch-up,repair or replace damaged products before Substantial Completion. END OF SECTION DIVISION 04-MASONRY-Page 4 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents DIVISION 07-THERMAL AND MOISTURE PROTECTION SECTION 071000-DAMPROOFING AND WATERPROOFING 1.1 A. Materials: 1. Damp proofing: a. Floor Slab: 10 mil polyethylene film as mfg. by the Viking Corp., American Sisalkraft Corp., Ludlow Papers, Inc., or comparable product approved by Owner's Representative prior to bid. b. Jointing Tape: Richlite Tape -#90-1 as mfg. by Richkraft Corp., or T-90 as mfg.by Arno Tape and Adhesive Co., or a. Provide basis of design product, or comparable product approved by Owner's Representative prior to bid. 1.2 A. Installation: 1. Waterproofing: a. Outer face of stud walls on sheathing. 1. Extend membrane waterproofing a minimum of 12" vertically behind exterior sheathing and extend under bottom course of masonry to outside face. 2. Apply no materials when temperature is below 40 degrees F. 3. Before commencing work, examine surfaces upon which waterproofing work is dependent for acceptable workmanship; make necessary adjustments to such surfaces. 4. At joints, provide minimum 12" overlap of material and tape or weld continuously. 2. Dampproofing: a. Floor Slab: 1. Lay membrane beneath entire concrete slabs and beams lapping all joints a minimum of 8". Install tape over all joints, completely closing the joints. Cut carefully around openings and tape to pipes and conduits. Loosely laid and/or untaped installation is not acceptable. b. Jointing Tape: 1. Install tape over all joints in exterior gypsum board sealing completely. 2. Install tape over any structural steel, plumbing, electrical, or other objects that break the plane of the exterior gypsum board wall,sealing them completely. c. Lintels and Beams: 1. Flash over all door and window openings which have masonry above. 2. Apply no materials when temperature is below 40°F. 3. Before commencing work, examine surfaces upon which waterproofing work is dependent for acceptable workmanship; make necessary adjustments to such surfaces. 4. Installation: Carry into joint above opening. Run continuous over opening with no joints. Provide dam at each end. 071300-Sheet Waterproofing 1.1 A. Manufacturer: 1. Basis-of-Design-Self-adhesive membrane roofing underlayment shall be manufactured and marketed by W. R. Grace and Company.— Conn., Grace Construction Products, Cambridge, MA. or comparable product approved by Owner's Representative prior to bid. 1.2 A. Delivery, Storage,and Handling: DIVISION 07-THERMAL MOISTURE PROTECTION-Page 1 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 1. The membrane and accessory products must be handled properly. Read all product labels and Material Safety Data Sheets (MSDSs) for proper handling and disposal. Deliver all materials in manufacturer's unopened packages and store all materials under cover. Do not double stack palletized material. 1.3 A. Material: 1. Grace Ice and Water Shield is a cold-applied, self adhering membrane composed of a high density, cross laminated polyethylene film coated on one side with a layer of rubberized asphalt adhesive. An embossed, slip resistant surface is provided on the polyethylene. Grace Ice and Water Shield is interwound with a disposable silicone- coated release sheet. 1.4 A. Preparation: 1. Install the membrane directly on a clean, dry,continuous structural deck. Some suitable deck materials include plywood, wood composition, wood plank, metal, concrete, or gypsum sheathing. Remove dust,dirt,loose nails,and old roofing materials. Protrusions from the deck area must be removed. Decks shall have no voids, damaged, or unsupported areas. Repair deck areas before installing the membrane. 2. Prime concrete, masonry surfaces and DensDeck with Perm-A-Barrier WB Primer, at a rate of 250-350 ft2/gal. Prime wood composition and gypsum sheathing with Perm-A- Barrier WB Primer if adhesion is found to be marginal. a. Provide basis of design product, or comparable product approved by Owner's Representative prior to bid. 3. Priming is not required for other suitable surfaces provided that they are clean and dry. 1.5 A. Installation: 1. Install in strict accordance with the manufacturer's printed application procedures, precautions,and limitations. END OF SECTION DIVISION 07-THERMAL MOISTURE PROTECTION-Page 2 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 072000—THERMAL PROTECTON 072100-THERMAL INSULATION 1.1 A. Materials: 1. Roof Insulation- Sprayfoam (Open Cell), installed on the entire underside of the roof. Verify R value as shown on drawings. 2. Exterior Wall and Roof Insulation- Sprayfoam (Open Cell), installed to create a weathertight envelope. Verify R value as shown on drawings. END SECTION DIVISION 07-THERMAL MOISTURE PROTECTION-Page 3 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 074000-ROOFING AND SIDING PANELS 074130—Metal Panels 1.1 A. Scope: Work under this section to include furnishing and installation of preformed metal roofing panels,valleys,edges,eaves, rakes,metal wall panels,gutters,downspouts,window and door trim,soffits,or any other miscellaneous accessory item necessary to complete a weatherproof roof and wall installation. B. Manufacturer: 1. Basis of Design Manufacturer: MBCI Metal Roof and Wall Systems,Division of NCI Group,Inc.;Houston TX.Tel: (877)713-6224; Email: info@mbci.com; Web: www.mbci.com. a. Provide basis of design product, or comparable product approved by Owner's Representative prior to bid. 1.2 A. Materials: 1. Roof Panels: a. Roof panels shall be continuous from ridge to eave with no intermediate seams. b. The exposed metal roof covering shall be 26-gauge (minimum) PBR Color to be Kynar 500 Slate Gray:or match existing Transit buildings. Final selection determined by Owner's Representative. c. Roof panels are to be installed directly over purlins or joists unless shown otherwise on structural drawings. Panel is a through-fastened panel. Field applied sealant is required at panel sidelaps and endlaps. d. Roof deck system to:be a complete weather-tight installation which will meet the performance standards of Texas Department of Windstorm Insurance Requirements, e. Panels shall be roll-formed in continuous lengths (no horizontal seams allowed). Certification shall be submitted, based on an independent testing laboratory, indicating no measurable water penetration or air leakage through the exposed fastener system when tested in accordance with ASTM E331-6 and E283-84. f. Roof panel assembly to meet Texas Department of Insurance Requirements. g. Panels are to meet the wind load standards for 142 mph. h. Matching finish long-life,self-drilling fasteners. 2. Wall Panels: a. Panels shall be continuous with no end seams. b. All horizontal exposed wall panels to be 26 gauge PBC panels in Kynar 500 Colonial Red color coated R-panel by MBCI, or approved equal. All horizontal concealed wall panels to be 26 gauge Masterline 16 panels in Kynar 500 Slate Gray color coated R-panel by MBCI or approved equal. Wall panels shall have a factory-written 20 year guarantee on finish. c. Wall panels shall be fastened to structural members with matching finish, long-life, self-drilling expansion fasteners. d. Provide and install all required outside corner trim, door trim, fillers, head trim, concealed zee supports,base trim,closures and incidentals,to complete installation. 3. Soffit Panels: a. Soffit panels shall be PBR by MBCI, continuous in length from one side to other side. Kynar 500 color to match existing wall panels on canopies. b. Provide and install all trim and fasteners as required and recommended by manufacturer. 1.3 A. Delivery and Storage: 1. Roof panels, wall panels, and accessories shall not be delivered to site until suitable facilities are provided to protect materials. DIVISION 07-THERMAL MOISTURE PROTECTION-Page 4 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 2. Panels are to be stored on flat, level surface away from moisture or any chemical spills which could result in panel discoloration. 1.4 A. Manufacturers and Products: 1. Basis of Design Manufacturer: MBCI Metal Roof and Wall Systems,Division of NCI Group,Inc.; Houston TX.Tel: (877)713-6224;Email: info@mbci.com; Web: www.mbci.com. 2. Provide basis of design product, or comparable product approved by Owner's Representative prior to bid. 1.5 A. Installation and Quality Assurance: 1. Competent and skilled sheet metal applicators familiar with the products used, the standard details, and having a minimum of two years experience with similar roof systems shall install specified roof. Install all work in strict accordance with the manufacturer's instructions,standards,and specifications. 2. Installer is required to provide a written ten (10) year NDL (No Dollar Limit) guarantee of weather-tightness on all panels and trim, and a twenty (20) year warranty on color retention and finish. Warranty to be provided to Owner before payment is made for roof and installation. 3. The installer is responsible for measuring and supplying all materials required for this work. 4. Workmanship shall conform to the standards established in the Sheetmetal Manual as published by SMACNA. 5. All panels shall be installed perfectly parallel and perpendicular to eaves. 6. Starters and edge flashing shall be installed prior to panels. 7. Panels or trim are not to come into contact with dissimilar materials. 8. Efforts should be taken to reduce the amount of exposed metal edge on cuts. 9. Fasteners shall be provided and installed as recommended by panel manufacturer. 10. Lapping of panels, installation of sealants, etc., shall be as recommended by panel manufacturer. 11. Provide exposed flashing of the same material and finish as roof panels, with exposed edges hemmed on underside 1/2". 1.6 A. Clean-Up: 1. Installer shall remove all debris and materials from site. 2. Installer to leave finished roof free of metal scraps, screws, grease or stains. Sweep clean. 3. Contractor will prevent other trades from walking on completed roof surface. 4. All penetrations in roofing material to be flashed&counter flashed. END OF SECTION DIVISION 07-THERMAL MOISTURE PROTECTION-Page 5 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 076000-FLASHING AND SHEET METAL 1.1 A. General: Contractor shall provide and install all flashing, counter-flashing, gutters, downspouts, metal fascia, trim, and caulking as indicated in Construction Documents and where required or recommended by product manufacturer. 1.2 A. Materials: 1. All flashing, counter-flashing, scuppers, etc., shall be 22 gauge except where otherwise indicated. All exposed flashing to have Signature 200 coating to match adjacent panel on roof or wall surfaces as selected, or to have galvanized finish to match adjacent roof panels where hidden from view. 2. Solder for Sheet Metal: Except as otherwise indicated or recommended by metal manufacturer, provide 50/50 tin/lead (ASTM B 32) for tinning and soldering joints; use rosin flux. 3. All rake trim, fascias, gutters and downspouts, shall be 22 gauge steel. Provide and install all necessary hangers, straps, closer's, etc. to provide a complete job. Face of gutter shall have same molded form as end wall rake trim to present a uniform trim around building. 1.3 A. Installation: 1. Refer to drawings for details. 2. Take necessary precautions to permanently prevent electrolytic reaction between any materials furnished under this section. 3. Provide for thermal expansion of running trim, flashing, expansion joints and other items exposed for more than 15'-0" continuous length. Maintain a watertight installation at expansion seams. Locate expansion seams as shown or, if not shown, at the following maximum spacings for each general flashing use: Flashing, Expansion Joints,and Trim: At 10'-0" intervals,and 2'-0"each side of corners and intersections. 4. Fabricate and install work with lines and corners of exposed units true and accurate. Form exposed faces flat and free of buckles, excessive waves and avoidable tool marks, considering the temper and reflectivity of the metal. Provide uniform neat seams with minimum exposure of solder, welds, and sealant. Except as otherwise shown, fold back the sheet metal to form a hem on the concealed side of exposed edges. 5. Conceal Fasteners and expansion provisions wherever possible in exposed work, and locate so as to minimize the possibility of leakage. Cover and seal work for a watertight installation. 6. Back-up and Cover Plates: Provide 8" wide back-up and cover plates at joints of all flashing and counter-flashing. Install flashing with 1/8"clearance bedding in sealant. 7. Sheet metal contractor to furnish and install sheet metal work called for in this section and its component parts to make a complete job. 8. Coordinate with work by masonry, roofing, flashing, caulking, and wall waterproofing contractors so that together these trades will provide 100% coverage against leaks and dampness. END OF SECTION DIVISION 07-THERMAL MOISTURE PROTECTION-Page 6 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 077000-ROOF AND WALL SPECIALTIES AND ACCESSORIES 077200-ROOF ACCESSORIES 077123—MANUFACTURED GUTTERS AND DOWNSPOUTS 1.1 A. General: 1. Submittals: a. Product data: Catalog sheets, specifications, and installation instructions for the following: 1. Gutter 2. Gutter hanger bracket 3. Downspout 4. Sealant 1.2 A. Products: 1. Materials: a. Gutter: Free floating sculptured style, .026 gauge aluminum, 8 inch wide gutter. b. Fascia Cleat: Gutter manufacturer's continuous aluminum fascia cleat designed for attachment to the roof deck. c. Gutter Hanger Brackets: Gutter manufacturer's aluminum hanger brackets designed to span across the top of the gutter forming a spreader and stiffener bar. d. Downspout: 3 x 4 inch corrugated, .026 gauge aluminum,in 8 or 10 foot lengths. e. Downspout Strap: Downspout manufacturer's standard strap. f. Finish: Standard mill finish in color selected by Owner's Representative. g. Accessories: Gutter manufacturer's standard or recommended sealant, pop rivets, screws,and bolts. 1.3 A. Execution: 1. Installation: a. Unless shown or specified otherwise, install the gutter system in accordance with the manufacturer's installation instructions. b. Install continuous fascia cleat: 1. Secure the fascia cleat to the roof deck with aluminum nails 6 inches oc. c. Trim the top, front, and back edges of one end of each gutter section so the sections will overlap each other 2 inches and nest snugly together. Before joining sections together,apply sealant between the mating surfaces. d. Install gutter brackets 3 feet on center. 1. Lock the front of the bracket to the gutter edge and secure the other end to the roof deck with aluminum screws. e. Install gutter end pieces, mitered corners, and drop tubes. Apply sealant between mating surfaces and secure with pop rivets. f. Install downspouts with end joints that telescope a minimum of 1 '/z inches. g. Install necessary offsets and elbows. h. Install a minimum of 2 straps at each downspout section, with no less than one strap per 8 vertical feet. Fasten downspouts to straps with pop rivets. i. Secure straps to masonry or concrete wall with machine bolts in lead shields. j. Secure straps to wood walls with screws. k. Discharge Elbows: Fasten leader shoes to downspouts with pop rivets. DIVISION 07-THERMAL MOISTURE PROTECTION-Page 7 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 079000—JOINT PROTECTION 1.1 A. Scope: 1. Furnish and install all caulking necessary to complete the work in strict accordance with the manufacturers printed instructions for specified materials. 2. Caulk around all door frames, window frames, roofs, masonry wall control joints, concrete expansion joints,at thresholds and other areas shown and noted on Drawings. 1.2 A. Materials: 1. Caulking Compound: Two part to meet or exceed requirements of Fed. Spec TT-S- 00227E Type II, Class A and ASTM-C-920 Type M, Grade NS, Class 25 and be type shown for application. Furnish certificate of compliance from manufacturer to Engineer prior to use. a. Joints in vertical plane,non-traffic bearing horizontal joints and glazing-Gun Grade, Type II,Class A. b. Horizontal traffic bearing joints-Type I, Class A. 2. Cleaners and Primers: As recommended by manufacturer. 3. Backing: Flexible polyethylene rod "Ethafoam" or"Mincel". 4. Bond Breaker: As recommended by manufacturer. 5. Color: To be selected by the Engineer for all conditions exposed to view. The Contractor shall submit color samples of the caulk manufacturer's full range of caulk colors,including,non standard colors. The Engineer shall select from the manufacturer's standard colors as often as possible, however,some conditions may present the need for a non standard caulk color to be selected by the Engineer. 6. Manufacturers: Sonneborn Building Products,Tremco,Inc.,Pecora Corporation. 1.3 A. Preparation of Surfaces: 1. Surfaces shall be clean,dry,and free of dust,oil,grease,dew and frost. 2. Do not apply caulking to painted surfaces. Very porous surfaces require priming. 4. Before caulking, clean and prime surfaces to receive caulking per manufacturer's recommendations. Furnish manufacturer's latest literature regarding cleaning and priming. 1.4 A. Application of Backing: 1. Polyurethane for open joints shall be at least 1 `'/ times width of open joint and of thickness to give solid backing. 2. Backing shall fill up joint so depth of joint is approximately `'A of its width for joints from 3/8 to one inch. 1.5 A. Application: 1. Apply with hand caulking gun. Use gun nozzles of proper size to fit joints. 2. Minimum adhering surface shall be at least ''A inch. For joints from 3/8 to one inch wide, depth of sealant shall be %2 width. For joints over one inch, maintain depth of sealant to `A inch. For unusual requirements,consult sealant supplier. 3. Seal joint when it is normal,not in a contracted or expanded condition. 4. Use masking tape to protect surrounding surfaces. Remove tape immediately after drawing bead,with inner edge drawn away first to eliminate feather-edging. 5. Tool with putty knife of suitable size after gunning. Tool may be moistened with solvent to avoid sticking. 6. Do not apply caulking at temperatures below 50 degrees F. 7. Caulk perimeter of openings unless indicated otherwise. DIVISION 07-THERMAL MOISTURE PROTECTION-Page 8 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 1.6 A. Cleaning Up: Immediately(before setting)clean adjacent materials which have been soiled with solvents as recommended by manufacturer. 1.7 A. Mixing: 1. Mix in exact proportions recommended by manufacturer. 2. Do not thin. 3. Secure a perfect blend by thorough slow mixing. 4. Mix five minutes mechanically(one gallon units)or ten minutes by hand. 5. Do not mix in direct sunlight. 1.8 A. Caulking by Other Sections: All sections using caulking will adhere to this specification. 1.9 A. Guarantee: 1. Guarantee that specified work will be free from defects of materials, and workmanship for five(5)years from date of Substantial Completion. 2. Repair or replace such defective work, and other work damaged thereby, which becomes defective during guarantee term,without extra cost to the Owner. 079200-JOINT SEALANTS PART 1 -GENERAL 1.1 A. Section Includes: 1. Polyurethane Sealants 2. Tape Mastic Sealants 3. Non-skinning Sealants 4. Silicone Sealants 5. Acrylic Sealants 1.2 A. References: 1. American Engineerural Manufacturer's Association(AAMA) a. AAMA 800-10-Voluntary Specifications and Test Methods for Sealants 2. ASTM International(ASTM) a. ASTM A 653 -Specification for Steel Sheet,Zinc-Coated(Galvanized)or Zinc-Iron Alloy-Coated(Galvannealed) by the Hot-Dip Process. b. ASTM A 792 - Standard Specification for Steel Sheet, 55 % Aluminum-Zinc Alloy- Coated by the Hot-Dip Process. c. ASTM C 639 - Standard Test Method for Rheological (Flow) Properties of Elastomeric Sealants d. ASTM C 661 -Standard Test Method for Indentation Hardness of Elastomeric-Type Sealants by Means of a Durometer e. ASTM C 681 - Standard Test Method for Volatility of Oil- and Resin-Based, Knife- Grade,Channel Glazing Compounds f. ASTM C 711 - Standard Test Method for Low-Temperature Flexibility and Tenacity of One-Part, Elastomeric,Solvent-Release Type Sealants g. ASTM C 794-Standard Test Method for Adhesion-in-Peel of Elastomeric Joint Sealants h. ASTM C 908 -Standard Test Method for Yield Strength of Preformed Tape Sealants i. ASTM C 920-Standard Specification for Elastomeric Joint Sealants j. ASTM D 56 - Standard Test Method for Flash Point by Tag Closed Cup Tester DIVISION 07-THERMAL MOISTURE PROTECTION-Page 9 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents k. ASTM D 217-Standard Test Methods for Cone Penetration of Lubricating Grease 1. ASTM D 412 -Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers-Tension m. ASTM D 792-Standard Test Methods for Density and Specific Gravity(Relative Density)of Plastics by Displacement n. ASTM D 925 -Standard Test Methods for Rubber Property—Staining of Surfaces (Contact,Migration,and Diffusion) o. ASTM D 2452 - Standard Test Method for Extnidability of Oil-and Resin-Base Caulking Compounds p. ASTM D 2453 - Standard Test Method for Shrinkage and Tenacity of Oil- and Resin-Base Caulking Compounds q. ASTM D 1475 - Standard Test Method For Density of Liquid Coatings, Inks,and Related Products r. ASTM D 2202-Standard Test Method for Slump of Sealants s. ASTM D 2203 -Standard Test Method for Staining from Sealants t. ASTM G 154-Standard Practice for Operating Fluorescent Ultraviolet(UV)Lamp Apparatus for Exposure of Nonmetallic Materials 3. Interim Federal Specifications(FS) a. FS TT-S-00230C-Sealing Compound: Elastomeric Type, Single Component b. FS TT-C-1796A—Caulking Compounds,Metal Seam and Wood Seam c. FS TT-S-001543A — Sealing Compounds: Silicone Rubber Base (For Caulking, Sealing,and Glazing in Buildings and Other Structures 4. South Coast Air Quality Management District(SCAQMD) a. Rule 1168—Adhesive and Sealant Applications 5. Underwriter's Laboratories a. UL 580-Tests for Uplift Resistance of Roof Assemblies 1.3 A. Submittals: 1. Material Safety Data Sheets (MSDS): Provide in accordance with 29 CFR 1910.1200, Hazard Communication 2. Product Test Reports: Reports of tests required by this section performed by a qualified testing agency,indicating that the sealants comply with the requirements. 3. VOC Content: Provide documentation of the Volatile Organic Content (VOC) in accordance with SCAQMD Rule 1168 4. USDA Approval: Provide documentation that the product is approved for use in meat and poultry processing areas by the USDA for the following types of sealants: a. Polyurethane b. Tape Mastic c. Non-skinning Sealant 1.4 A. Warranty: 1. Special Manufacturer's Warranty: Manufacturer's standard form in which elastomeric sealant manufacturer agrees to furnish elastomeric joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within 5 years of installation. PART 2 - PRODUCTS 2.1 A. Materials: 1. Substrate Requirements: When testing is requited on a substrate, the material used shall be either ASTM A653 G-90 or ASTM A792 AZ50 and tests shall be conducted with each of the following coatings: a. Bare(No coating) DIVISION 07-THERMAL MOISTURE PROTECTION-Page 10 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents b. Acrylic(Galvalume Plus) c. Polyester d. Siliconized Polyester e. Polyvinylidene Fluoride Resin(PVDF) 2.2 A. Polyurethane Sealant: 1. General: Provide Sealants that meet the following specifications: a. ASTM C 920, Type S, Grade NS, Class 25, Use: NT, A, M, G and 0 paintable sealant b. AAMA 808.3 c. FS TT-S-00230C,Type II,Class A 2. Color: The sealant shall be in the following colors: a. White b. Gray c. Bronze d. Almond 3 Physical Properties: The sealant shall have the following additional physical properties: a. Peel Adhesion: All panels shall have at least a 90% cohesive failure of at least 15 lb/in when tested in accordance with ASTM C 794. b. Tensile Strength: Sealant shall have a tensile maximum of 300 psi and an elongation of 500-600%when tested in accordance with ASTM D 412. c. Sag: There shall be no sag when tested in accordance with ASTM C 639. d. Hardness: Shore "A" hardness on all three samples shall not exceed 40 when tested in accordance with ASTM C 661 e. Service Temperature Range: -40 degrees Fahrenheit to 200 degrees Fahrenheit. f. Water Resistance: There shall be no presence of voids, cracks, separation or breakdown of the compound when tested in accordance with AAMA 800-10, Section 2.11.1. g. Flash Point:No less than 145 degrees Fahrenheit when tested in accordance with ASTM D 56. h. Shelf Life: The compound shall have a shelf life of 9 months or more when stored at or below 80 degrees. i. Skin Time: The compound shall have a skin time of 2-4 hours j. Cure Time:The compound shall have a cure time of 24-48 hours k. VOC Content: The Volatile Organic Compound(VOC)content shall be less than 250 g/L when calculated SCAQMD Rule 1168. 2.3 A. Tape Mastic Sealant: 1. General: Provide Sealants that meet the following specifications: a. AAMA 804.3 b. AAMA 807.3 c. FS TT-C-1796A,Type II,Class B d. Approved by Underwriters Laboratories for use in roof deck constructions classified under UL-518 Class 90 2. Color: Gray 3. Physical Properties: The sealant shall have the following additional physical properties: a. Specific Gravity: 1.4 or higher when tested in accordance with ASTM D 792. b. Tensile Adhesive Strength: 20 psi or higher when tested in accordance with ASTM C 908 c. Elongation: 1000%or higher when tested in accordance with ASTM C 908 d. Cone Penetration: The sealant shall meet the following conditions when tested in accordance with ASTM D 217 with a 300g cone in 5 seconds: DIVISION 07-THERMAL MOISTURE PROTECTION-Page 11 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents i. 8.5— 100 mm at 77 degrees Fahrenheit ii. 125-135 mm at 120 degrees Fahrenheit iii. 45-55 mm at Zero degrees Fahrenheit e. VOC Content: The Volatile Organic Compound(VOC)content shall be less than 250 g/L when calculated SCAQMD Rule 1168. 2.4 A. Non-Skinning Sealant: 1. General:Provide sealants that meet the following specifications: a. AAMA 809,2 b. FS TT-C-1796A,Type 1,Class A 2. Color: White 3. Physical Properties: The sealant shall have the following additional physical properties: a. Extrudability: The sealant shall deposit in 30 to 50 seconds through a 0.104" orifice at 50 psi pressure in accordance with ASTM D 2452 b. Total Solids: At least 85%by weight when determined in accordance with ASTM C 681 c. Volume Shrinkage: Less than 15%when determined in accordance with ASTM D 2453 d. Weight per U.S. Gallon: 10.75 lbs.+/-0.25 lbs. when determined in accordance with ASTM D 1475 e. Vehicle Bleed out: There shall be no visible exudation of vehicle from sealant after 21 days at 158 degrees Fahrenheit on the test panel f. Flexibility: There shall be no loss of adhesion at -60 degrees Fahrenheit when tested in accordance with ASTM C 711 g. Sag: 0.20 in max, full button when tested in accordance with ASTM D 2202 h. Staining: Sealant will not stain a painted test panel when tested in accordance with ASTM D 925,Method A i. UV Resistance: There shall be no cracking, bleeding, or loss of elasticity after 1,000 hours of QUV exposure in accordance with ASTM G 154. j. Wet Flammability: No less than 110 degree Fahrenheit flash point when determined in accordance with ASTM D 56 k. Coverage: Each gallon of sealant shall provide the following minimum coverage: i. 1,500 lineal feet with 1/8 in bead ii. 690 lineal feet with 3/16 in bead iii. 390 lineal feet with 1/4 in bead. 1. Shelf Life: 18 months minimum in unopened container when stored at or below 90 degrees Fahrenheit. m. Drying time:Non-skinning,remains permanently soft and tacky n. Engageability: Sealant will easily engage and transfer to male joint at 10 degrees Fahrenheit o. Service Temperature Range: -60 degrees Fahrenheit to 200 degrees Fahrenheit q. Application Temperature Range: 10 degrees Fahrenheit to 120 degrees Fahrenheit r. Non-Reactive: Will not darken, etch,or leave salt deposits on the test panel after two years s. VOC Content: The Volatile Organic Compound(VOC)content shall be less than 250 g/L when calculated SCAQMD Rule 1168. 2.5 A. Silicone Sealant: 1. General: Provide sealants that meet the following specifications: a. ASTM C 920,Type S,Grade NS,Class 25 b. AAMA 802.3,Type I and II DIVISION 07-THERMAL MOISTURE PROTECTION-Page 12 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents c. AAMA 805.2 Group C d. AAMA 808.3 e. FS TT-S-001543A,Class A f. FS TT-S-00230C,Class A 2. Color: Clear 3. Physical Properties: The sealant shall have the following additional physical properties: a. Mechanical Properties: The sealant shall have the following mechanical properties as determined by ASTM D 412: i. Tensile Strength: 150 psi minimum(Method A) ii. Modulus at 100%Elongation: 35 psi minimum iii. Elongation: 400%minimum iv. Recovery: 100% b. Hardness: Maximum Shore A hardness of 15 when determined in accordance with ASTM C 661 c. Tack-free Time: 1/4 in dia.bead at 77 degrees Fahrenheit,50%relative humidity, 10- 15 minutes d. Cure Time: 1/4 in dia. bead at 77 degrees Fahrenheit, 50% relative humidity, 10-12 hours. e. Service Temperature: -60 degrees Fahrenheit to 300 degrees Fahrenheit f. Shelf Life: 9 months when stored in unopened original containers at 80 degrees Fahrenheit or less g. VOC Content: The Volatile Organic Compound(VOC)content shall be less than 250 g/L when calculated SCAQMD Rule 1168. 2.6 A. Acrylic Sealant 1. Color: a. Clear b. White c. Gray 2. Physical Properties: a. Percent Solids: i. Colors: 75%minimum determined in accordance with ASTM D 1475 ii. Clear: 70%minimum determined in accordance with ASTM D 1475 b. Peel Adhesion: All panels shall have at least a 90%cohesive failure of at least 5 lb./in when tested in accordance with ASTM C 794 c. Weight per U.S. Gallon: 8.7 lbs.+/-0.25 lbs.when determined in accordance with ASTM D 1475 d. Viscosity: The sealant shall meet the following conditions when tested in accordance with ASTM D 2452 with a 20g cone with a 0.104 in orifice at 60 psi at 77 degrees Fahrenheit in the indicated time: i. Colors: 40-60 seconds ii. Clear: 35-45 seconds e. Elongation: 200%minimum when tested in accordance with ASTM D 412 f. Hardness:Maximum Shore A hardness of 55 when determined in accordance with ASTM C 661 g. Flash Point: No less than the following when tested in accordance with ASTM D 56 i. Colors: 52 degrees Fahrenheit ii. Clear: 40 degrees Fahrenheit h. Slump: 0.10"maximum when tested in accordance with ASTM D 2202 i. Vehicle Migration: No vehicle migration from the sealant edge when tested in accordance with ASTM D 2203 as modified by Section 2.8.1 of AAMA 800-10 j. Paintability: Compatible with Alkyds, enamels and lacquers post-solvent release DIVISION 07-THERMAL MOISTURE PROTECTION-Page 13 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents k. Service Temperature Range: Zero degrees Fahrenheit to 180 degrees Fahrenheit 1. Shelf Life:18 months when stored in original, unopened containers at or below 80 degrees Fahrenheit END OF SECTION DIVISION 07-THERMAL MOISTURE PROTECTION-Page 14 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 079500-EXPANSION CONTROL 1.1 A. General: 1. Provide all labor, materials, equipment and services, and perform all operations to complete installation of Expansion Control and related work as indicated on the drawings and as specified herein. 1.2 A. Quality Assurance: 1. Materials and work shall conform to the latest edition of all applicable codes and requirements of local authorities having jurisdiction. 2. Fire Performance Characteristics: a. Where indicated, provide expansion joint cover assemblies identical to those of assemblies whose fire resistance has been determined per ANSWL 2079 including hose stream test at full-rated period by Underwriters Laboratories, Inc. b. Fire Rating is not to be less than the rating of adjacent construction. 3. Cycling: a. Joint Covers and fire barrier to be cycled in accordance with ASTME-E 1399 prior to testing. 4. Single Source Responsibility: a. Obtain expansion joint cover assemblies from one source from a single manufacturer. 1.3 A. Submittals 1. Product Data: a. Submit copies of manufacturer's latest published literature for materials specified herein for approval,and obtain approval before materials are fabricated and delivered to the site. Data to clearly indicate movement capability of cover assemblies and suitability of material used in exterior seals for UV exposure. 1.4 A. Manufacturers: 1. Expansion joint cover assemblies specified herein and indicated on the drawings shall be manufactured by Construction Specialties, Inc. P. O. Box 380, Muncy, Pa, C/S Construction Specialties Company,Mississauga,Ontario. 1.5 A. Fabrication: 1. Provide expansion joint cover assemblies of design, basic profile, materials, and operation indicated. Select units comparable to those indicated to accommodate joint size, variations in surfaces,and structural movement. Furnish units in longest practicable lengths to minimize number of end joints. Provide hairline mitered corners where joint changes directions or abuts other materials. Include closure materials and transition pieces, tee joints, corner, curbs, cross-connections, and other accessories to provide continuous joint cover assemblies. a. Vertical Interior Flush Cover Assemblies: 1. C/S Group Thinline Wall Cover#FWF-200. 2. Provide continuous extruded aluminum frame assemblies of suitable profile to receive free floating cover plate of design indicated. 3. Furnish colorable,thermoplastic frame seal free from grooves or ridges with rigid edges for positive attachment of frame and center plate. 4. Seals to have flexible core with shore hardness of 64A. 5. Must be capable of ± 50% movement of joint width without gaps occurring between seal and cover assembly. 6. Seals to be replaceable without removal of center plate and to be in one of four standard colors. DIVISION 07-THERMAL MOISTURE PROTECTION-Page 15 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 7. All aluminum in contact with concrete to have zinc chromate finish, exposed aluminum to be mill finish. b. Vertical Exterior Wall Cover Assemblies: 1. C/S Group Exterior Wall Cover#SF-200. 2. Extruded thermoplastic rubber primary seals retained in extruded aluminum side frames complete with independent continuous PVC back seal. 3. Side frames mounted on butyl caulk tape with appropriate anchors 18" on center. 4. The installation to include factory, heat welded transitions where applicable to ensure a watertight system. END OF SECTION DIVISION 07-THERMAL MOISTURE PROTECTION-Page 16 City of Port Arthur Transit Facility Storage Expansion December 29, 2021 Bids and Construction Documents DIVISION 08 -OPENINGS SECTION 081000-DOORS AND FRAMES 081100-METAL DOORS AND FRAMES 081113-Hollow Metal Doors and Frames 1.1 A. General: 1. Materials used in the fabricating of galvanized Pressed Steel Doors and Frames shall be free from defects impairing their strength or durability of appearance. Doors and frames shall conform to Commercial Standard CS 242-62. 2. Exterior doors and frames must be tested and approved and have a TDI Product Evaluation for the entire exterior door assembly. 1.2 A. Material: 1. Steel Exterior Insulated Doors: Flush panel galvanized heavy-duty hollow metal doors with Polystyrene core. Provide 18 gauge face panels,continuous flush 16 gauge top and bottom steel channel reinforcements, continuous 14 gauge steel integral lock channel with provisions for lock sets as scheduled, and continuous steel integral hinge reinforcement with provision for continuous geared type hinges. All doors to be 1-3/4"thick. Reference drawing for locations of door types. 2. Steel Exterior Door Frames: Mitered Frames. Frames shall be constructed to conform to Commercial Standard CS242-62, Product Standard PS4-66 and Steel Door Institute Standard SDI-100. a. Frames shall be formed from 16 gauge cold-rolled steel in accordance with ASTM A366. Frames shall be set up with corners welded and ground smooth. b. Frames shall be supplied with pressure applied rubber silencers,(3)per strike jamb and (2)per head for double openings, for field application after finish painting. c. Frames shall have 9 gauge steel hinge reinforcement plate,extruded and formed to the equivalent of 10 gauge,projections welded with provisions for 4- 1/2"x 4- 1/2"template type hinges and 14 gauge steel strike reinforcement plate, extruded and formed to the equivalent of 10 gauge projection welded with provision for Universal ANSI,A115.1 or ANSI,A115.2 strike. d. Proper reinforcement shall be provided for all hardware when required. Reinforcements, drilling tapping for mortised applied hardware shall be done at the factory. Surface applied hardware reinforcements shall be installed at the factory, drilling and tapping shall be done in the field by others. Reinforcement for surface applied closer shall be 12 gauge steel. e. Frames shall be rigidly attached to masonry,wood stud or steel stud construction with anchors of manufacturer's standard design. A minimum of 6 anchors per opening shall be furnished loose for field installation. All frames shall have a welded-on sill anchor. f. All frames shall be thoroughly cleaned,phosphatized and finished as standard with one coat of baked-on rust inhibiting gray prime paint, capable of passing a 120-hour salt spray test in accordance with ASTM Specification B 117 and a 240-hour humidity test in accordance with ASTM Specification D1735 pr ANSI A224.1-1990. g. Single Cased Opening Frames shall be manufactured 1/4" wider than standard and double cased opening frames shall be manufactured 1/2" wider than standard to allow for application of standard size door with surface applied hinges. Division 8-Openings Page 1 City of Port Arthur Transit Facility Storage Expansion December 29, 2021 Bids and Construction Documents 3. Steel Interior Door and Window Frames: Double-riveted 16 gauge cold-rolled steel door frames constructed to conform to Steel Door Institute Standard SDI-100. a. Frames shall have corners welded and ground smooth and shall have aligning tabs and slots for secure and easy interlocking of jambs to head. b. Frames shall be supplied with pressure applied rubber silencers,(3)per strike jamb and (2)per head for field application after finish painting. c. Frames shall have 9 gauge steel universal hinge top plate projections welded with provisions for 4-1/2" x 4-1/2" template type hinges and 14 gauge steel strike reinforcement plate, extruded and formed to the equivalent of 10 gauge projection welded with provision for Universal ANSI,A115.1 or ANSI,A115.2 strike. d. Reinforcement for surface closer shall be 12 gauge steel and proper reinforcement shall be provided for other hardware where scheduled. 1.3 A. Installation: 1. Hardware provisions and adequate reinforcements shall be provided for all hardware cut- outs. Doors and frames to be mortised, drilled and tapped. Reinforce for surface applied hardware. Hardware supplier will furnish templates and the manufacturer will fabricate doors and frames to fit hardware. 2. Shop Drawings: As per General Conditions. 3. Workmanship: All work shall be shop fabricated to required profiles by forming and welding with corners, angles and edges, straight and sharp. Fit and fabricate accurately with corners,joints, seams free from warp,wave,buckling or other defects. 4. Storage and Packing: All doors and frames shall be packaged to prevent damage to doors and frames and doors and frames finishes. Door and frames shall be stored in an upright position under cover on the building site on wood sills or on floors in a manner which will prevent rust and damage. 5. Installation of Frames: a. Pressed steel frames shall be installed by the General Contractor. Installation shall be plumb,straight and true,rigidly secured in place and properly braced. Frames shall be anchored securely to concrete floors. The frame installer shall be responsible for the squareness of the frames in place. b. When temperature conditions necessitate the use of anti-freezing agents in plaster or mortar,or the frames are to be fully grouted,the inside All of the frames must be coated with a bituminous water resistant paint by the Contractor responsible for installation. 6. Installation of Doors: Hollow Metal Doors shall be installed by the General Contractor. Doors shall be hung with all clearances accurately maintained. 7. Provide weatherstripping as scheduled for all exterior doors. 8. Acceptable Manufacturers: a. Manufacturers that comply with contract requirements. END SECTION Division 8-Openings Page 2 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents SECTION 08300-SPECIALTY DOORS AND FRAMES 083300-COILING DOORS 083323-Overhead Coiling Doors PART 1-GENERAL 1.1 A. Submittals: 1. Product Data: Submit manufacturer's product data and installation instructions for coiling door. Include both published data and any specific data prepared for this project. 2. Shop Drawings: Submit shop drawings for approval prior to fabrication. Include detailed plans, elevations, details of framing members, required clearances, anchors, and accessories. Include relationship with adjacent materials. 3. Overhead coiling doors and frame must be tested and approved and have a TDI Product Evaluation for the entire exterior door assembly. 1.2 A. Quality Assurance: 1. Manufacturer:Coiling doors shall be manufactured by a firm with a minimum of five years experience in the fabrication and installation of coiling doors.Manufacturers proposed for use, which are not named in these specifications, shall submit evidence of ability to meet performance and fabrication requirements specified, and include a list of five projects of similar design and complexity completed within the past five years. 2. Installer: Installation of coiling doors shall be performed by an authorized representative of the manufacturer. 3. Single-Source Responsibility: Provide door, guides, motors, and related primary components from one manufacturer for each type of door.Provide secondary components from source acceptable to manufacturer of primary components. 4. Pre-Installation Conference: Schedule and convene a pre-installation conference just prior to commencement of field operations, to establish procedures to maintain optimum working conditions and to coordinate this work with related and adjacent work. 1.3 A. Delivery,Storage,and Handling: 1. Deliver materials and products in labeled protective packages. Store and handle in strict compliance with manufacturer's instructions and recommendations. Protect from damage from weather,excessive temperatures and construction operations. PART 2-PRODUCTS 2.1 A. Acceptable Manufacturer: 1. Manufacturers that comply with contract requirements. 2.2 A. Coiling Doors: 1. Meet requirements of contract requirements. 2. Size: 9'w x 10'h 3. Windload Requirement: 143 mph(per IBC 2018) 4. Curtain: a. Roll-formed, high strength 20 gauge F265 galvanized steel sections interlocked and seamed together to form a continuous curtain for full door height in a profile that minimized door nesting. Division 8-Openings Page 3 City of Port Arthur Transit Facility Storage Expansion December 29, 2021 Bids and Construction Documents b. Shall have steel windlocks on each edge of the curtain and shall be spaced according to door size and the application's windloading requirements. Windlocks shall interlock with the guide under windload conditions,and run smooth under normal operation. c. A flexible PVC strip shall be on each edge of the curtain's exterior to minimize steel- to-steel contact enhancing door operation and minimizing nesting and curtain scratching. d. Color warranty shall be 20 years limited warranty on all standard colors. Color to be Kynar 500 Slate Gray 4. Guides and Headplate Assembly: a. Guides shall be roll-formed from 14 gauge steel. b. Guides shall be 3"wide with abrasion resistant polypropylene rub strips on each edge of the guide c. Through hole universal design shall allow easy access from the front of the guide for fastener attachment to the door jamb material. d. Guides shall be "universal" design for the use in concrete, wood, steel, or masonry jambs and for welding to steel jamb or steel embedded in concrete/masonry door jambs. e. Guides shall be pre-punched to accept"quick connect"bottom bar stops. f. Headplate shall be 1 lgauge steel and designed for maximum strength to support the door shaft. 5. Bottom Bar and Bottom Bar Stops: a. Bottom bar shall be extruded aluminum reinforced with steel roll-formed angle and provided with a vinyl bulb type astragal to ensure a consistent seal along the floor. b. Bottom bar stop shall be of"quick connect"design that allow the curtain to be inserted into the"universal"guide then locked into place with a single fastener. c. Bottom bar stops shall be 12 gauge galvanized steel. 6. Counterbalance Assembly: a. Counterbalance assembly shall include"stepped"designed steel rings to ensure a tight and uniform curtain wrap. b. Stepped, steel rings shall have a roller bearing to ensure smooth door operation and enhance door life. c. 10,000 cycle spring(s)shall be 3 3/8"diameter torsion springs. d. Shaft shall be 1 5/16"diameter to minimize door deflection,enhancing door shaft life and operation. e. Counterbalance assembly design shall allow quick assembly of"non-handed" chain hoist on either side of door at the job site. 7. Lock: Two interior bottom bar slide bolts for manually operated doors. Locks shall be fabricated of l lgauge steel. 8. Operation: a. Manual push up 9. Packaging: The door shall be installed in accordance in such a manner to minimize damage from shipping and handling of the door. PART 3-EXECUTION 3.1 A. Preparation: 1. Take field dimensions and examine conditions of substrates,supports,and other conditions under which this work is to be performed. Do not proceed with work until unsatisfactory conditions are corrected. Division 8-Openings Page 4 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 3.2 A. Installation: 1. Strictly comply with manufacturer's installation instructions and recommendations. Coordinate installation with adjacent work to ensure proper clearances and allow for maintenance. 2. Instruct Owner's personnel in proper operating procedures and maintenance schedule. 3.3 A. Adjusting and Cleaning: 1. Test doors for proper operation and adjust as necessary to provide proper operation without binding or distortion. 2. Touch-up damaged coatings and finishes and repair minor damage.Clean exposed surfaces using non-abrasive materials and methods recommended by manufacturer of material or product being cleaned. END OF SECTION Division 8-Openings Page 5 City of Port Arthur Transit Facility Storage Expansion December 29, 2021 Bids and Construction Documents SECTION 087000-HARDWARE SECTION 087100-FINISH HARDWARE PART 1-GENERAL 1.1 SECTION INCLUDES A. Hardware for swinging, sliding, and folding doors except special types of unique and non- matching hardware specified in other sections. 1.2 REFERENCES A. ADA-Americans with Disabilities Act of 1990 including Accessibility Guidelines as amended by the D.O.J. September 15,2010,as adopted by the Authority Having Jurisdiction(AHJ). B. ANSI A117.1 -Buildings and Facilities-Providing Accessibility and Usability for Physically Handicapped People. C. ANSI/BHMA A156(.1 through.21) D. ANSI/DHI—A115.IG Installation Guide for Doors and Hardware. E. FEMA P-361 —Safe Rooms for Tornados and Hurricanes. F. NFPA 80-Fire Doors and Windows. G. NFPA 101 —Life Safety Code H. IBC-International Building Code,as adopted by public Authority Having Jurisdiction(AHJ). I. State and local Rules and Regulations for Barrier Free Facilities, as adopted by AHJ. 1.3 DOOR HARDWARE A. Standard push and pulls, exterior-keyed cylinder, thumb turn on inside, off-set pivots, and handicap accessible thresholds(mill finish)with surface-mounted closers.. B. Requirements for design, grade, function, finish, size and other distinctive qualities of each type of door hardware per Owner's Representative. 1.3 1.4 QUALITY ASSURANCE A. Acceptable Designs: 1. Items specified in this section are products which are of acceptable design. 2. Do not substitute products without Owner's Representative's written prior approval. Requests for approval shall be submitted by factory authorized distributor firms representing the products proposed for substitution. Items that are noted to allow no substitution are matching existing materials and the owner's material inventory for servicing the facility. B. Qualifications: 1. Manufacturer: Manufacturers 1 with not less than 5 years' experience in manufacturing commercial door hardware of the type indicated. 2. Hardware Supplier: a. A recognized architectural finish hardware supplier who has been furnishing hardware in the same state as the project for a period of not less than 5 years. b. Hardware supplier's organization shall include an experienced Architectural Hardware Consultant (AHC), certified by the Door and Hardware Institute (DHI), who is physically available,at reasonable times during the course of the work,for consultation about project's hardware requirements, to Owner, Owner's Representative and Contractor. Mail or telephone correspondence is not acceptable. c. Hardware supplier shall have local warehousing facilities and shall maintain an adequate parts inventory of items supplied for future service to the owner. Supplier will be a factory authorized distributor of all hardware specified. Division 8-Openings Page 6 City of Port Arthur Transit Facility Storage Expansion December 29, 2021 Bids and Construction Documents 3. Installer: Company specializing in installing work of this section with not less than 5 years' experience and acceptable to the manufacturers and the hardware supplier. Maintain regular work force of qualified personnel, trained, skilled, and experienced in installing door hardware and constant, competent supervision per the requirements of the General Contractor. The hardware installer shall meet with the representatives of the General Contractor and hardware supplier to jointly inventory all hardware items. Upon satisfactory inventory of products, the hardware installer accepts responsibility for all hardware items inventoried. C. Regulatory Requirements: 1. Provide hardware for fire rated openings, whether specified or not, in compliance with NFPA Standard No. 80 and local building code requirements. Provide only hardware which has been tested and listed by UL or FM for types and sizes of doors required and complies with requirements of door and door frame labels. Label hardware, as required, for compliance with pressure testing criteria as dictated in IBC. 2. Provide hardware which meets or exceeds handicap accessibility per local building code requirements. Conform to the Americans with Disabilities Act(ADA)of 1990 as amended by the D.O.J. September 15,2010,as adopted by the Authority Having Jurisdiction(AHJ). 3. Hardware must be tested and approved for use with exterior doors and frames and have a TDI Product Evaluation for the entire exterior door assembly. 1.5 DELIVERY, STORAGE,HANDLING,AND PROTECTION A. Deliver, store, handle, and protect products to project site under provisions of Section 01600 and as specified herein. B. Require hardware supplier to: 1. Tag each item or package separately,with identification related to final hardware schedule. 2. Include manufacturer's basic installation instructions with each item or package. 3. As material is received by hardware supplier from various manufacturers, sort and repackage in containers with each item clearly marked with appropriate opening numbers to match the approved hardware schedule. Two or more identical items may be packed in the same container. 4. Deliver individually packaged hardware items at the proper times to the proper locations (shop or project site) for installation. 5. Inventory hardware jointly with representatives of the General Contractor, hardware supplier and the hardware installer until each is satisfied that count is correct. Refer to paragraph 1.6-B-3. C. Protect hardware from theft by cataloging and storing in a secure and lockable area. Control the handling and installation of hardware items which are not immediately replaceable,so that the completion of the work will not be delayed by hardware losses, both before and after installation. Replace lost, missing, damaged, or stolen door hardware items at no additional cost to the Owner as required to meet schedule requirements. PART 2-PRODUCTS 2.1 MATERIALS AND FABRICATION A. General: 1. Provide all door hardware for complete work, in accordance with the drawings and as specified herein. 2. Quantities listed, in any instance, are for the Contractor's convenience only and are not guaranteed. 3. Provide items and quantities not specifically mentioned to ensure a proper and complete operational installation. Match the quality and finish of items specified. 4. Provide miscellaneous hardware as listed in hardware groups. Division 8-Openings Page 7 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents B. Hand of door: Drawings show direction of slide, swing or hand of each door leaf. Door schedule indicates door and frame sizes, materials, required fire ratings, and other pertinent information. Furnish each item of hardware for proper installation and operation of door movement as indicated. C. Manufacturer's Name Plate: Do not use manufacturer's products which have manufacturer's name or trade name displayed in a visible location(omit removable name plates), except in conjunction with required TDI,UL or FM labels and as otherwise acceptable to the Engineer. Manufacturer's identification will be permitted on rim of lock cylinders and latch faceplates only. D. Base Metals: Produce hardware units of basic metal and forming method indicated, using manufacturer's standard metal alloy,composition,temper and hardness,but in no case of lesser (commercially recognized) quality than specified for applicable hardware units by applicable ANSI A156 series standard for each type hardware item and with ANSI A156.18 for finish designations indicated. Do not furnish "optional" materials or forming methods for those indicated, except as otherwise specified. E. Fasteners: Provide hardware manufactured to conform to published templates, generally prepared for machine screw installation. Do not provide hardware which has been prepared for self tapping sheet metal screws,except as specifically indicated. 1. Screws:Furnish screws for installation,with each hardware item.Provide Phillips flat head screws except as otherwise indicated. Finish exposed (exposed under any condition) screws to match hardware finish or,if exposed in surfaces of other work,to match finishes of such other work as closely as possible, including "prepared for paint" in surfaces to receive painted finish. 2. Concealed Fasteners: Provide concealed fasteners for hardware units which are exposed when door is closed,except to extent no standard units of type specified are available with concealed fasteners. Do not use thru-bolts for installation where bolt head or nut on opposite face is exposed in other work, except where it is not feasible to adequately reinforce the work. In such cases, provide sleeves for each thru-bolt or use sex screw fasteners. PART 3-EXECUTION 3.1 EXAMINATION A. Examine and verify that substrates and project site conditions are ready to receive work of this section. B. Do not begin installation until finishes indicated to be field applied have been applied to doors, frames,and similar items requiring project site finishing and are thoroughly dry and cured. C. Do not begin installation until unsatisfactory conditions are corrected in a manner acceptable to the installer. Beginning installation means installer accepts project site conditions and substrates as ready to receive work of this section. 3.2 INSTALLATION A. General: The types and approximate quantities of door hardware required for this project are indicated at the end of this section. B. Key Cabinet: Install in location as indicated on drawings or as directed by the Owner's Representative. C. Heights: Mount hardware units at heights indicated in"Recommended Locations for Builders Hardware for/standard Steel Doors and Frames" by the Door and Hardware Institute, except as specifically indicated or required to comply with governing regulations, and except as may be otherwise directed by the Owner's Representative. Division 8-Openings Page 8 City of Port Arthur Transit Facility Storage Expansion December 29, 2021 Bids and Construction Documents D. Substrates: Adjust and reinforce attachment substrates as necessary for proper installation and operation of hardware. E. Installation: 1. Install each hardware item in compliance with the manufacturer's instructions, requirements of NFPA 80,NFPA 101,IBC,ADA,State Rules and Regulations for Barrier Free Facilities and recommendations of the DHI. 2. Set units' level,plumb and true to line and location. Adjust and reinforce the attachment substrate as necessary for proper installation and operation. 3. Drill and countersink units which are not factory prepared for fasteners. Space fasteners and anchors in accordance with industry standards. 4. Where not factory machined,machine cut for hardware per template,as required. 5. Cut and fit thresholds and floor covers to profile of door frames. Join units with concealed welds. Cut smooth openings for spindles, bolts, or similar items. Screw thresholds to substrate with the manufacturer's standard flat head sleeve anchor (FHSL), 1/4-20 x 2". Fill cavities of thresholds at sound rated openings with 1 inch thick (uncompressed thickness)low density fiberglass sill sealer insulation full width and length of the threshold. In addition to fastening requirements,set thresholds for exterior doors in a full bed of butyl- rubber or polyisobutylene mastic sealant. 6. Do not install hardware which is incomplete or apparently improper for application. Notify the hardware supplier immediately of any such deficiencies. Failure to comply with this requirement indicates the hardware installer's acceptance of responsibility for proper application and performance. F. Cutting and Patching: Wherever cutting and fitting is required to install hardware onto or into surfaces which are later to be painted or finished in another way, coordinate removal, storage and reinstallation or application of surface protections with finishing work specified in the Division-9 sections. 3.3 ADJUSTING A. Initial Adjustment: 1. Adjust and check each operating item of hardware and each door, to ensure proper operation or function of every unit. Adjust resilient faced sound stops for continuous contact with door and threshold. Adjust weatherstripping and sweeps to completely seal doors with frames and to adjacent structures. 2. Replace units which cannot be adjusted to operate freely and smoothly as intended for the application made. B. Final Adjustment: Wherever hardware installation is made more than one month prior to acceptance or occupancy of a space or area, return to the work during the week prior to acceptance or occupancy, and make final check and adjustment of all hardware items in such space or area. Clean operating items as necessary to restore proper function and finish of hardware and doors. Adjust door control devices to compensate for final operation of heating and ventilating equipment. 3.4 DEMONSTRATION Instruct Owner's personnel in proper adjustment and maintenance of hardware and hardware finishes,during the final adjustment of hardware. 3.5 CLEANING AND DEBRIS A. Cleaning: 1. Clean work under provisions of Section 01 70 00 2. Clean adjacent surfaces soiled by work of this section. Division 8-Openings Page 9 City of Port Arthur Transit Facility Storage Expansion December 29, 2021 Bids and Construction Documents B. Debris: Under provisions of Section 01 50 00, remove debris from project site and legally dispose of off-site. 3.6 MAINTENANCE A. Approximately six months after the acceptance of hardware in each area,the hardware installer shall: 1. Return to the project and re-adjust every item of hardware to restore proper function of doors and hardware. 2. Consult with and instruct Owner's personnel in recommended additions to the maintenance procedures. 3. Replace hardware items which have deteriorated or failed due to faulty design, materials or installation of hardware units. 4. Prepare a written report of current and predictable problems (of substantial nature) in the performance of the hardware and submit to the Owner's Representative. 3.7 DOOR HARDWARE A. Standard push and pulls, exterior-keyed cylinder, thumb turn on inside, off-set pivots, and handicap accessible thresholds(mill finish)with surface-mounted closers. END SECTION Division 8-Openings Page 10 • City of Port Arthur Transit Facility Storage Expansion December 29, 2021 Bids and Construction Documents SECTION 088000-GLAZING 088100-Glass Glazing 1.1 A. General: 1. Provide material, equipment, labor and all incidentals for recommended installation of all glass. 1.2 A. Materials: 1. Exterior Glass at aluminum storefront systems: Impact Resistant and tinted 2. Exterior Glass must be tested and approved and have a TDI Product Evaluation for the entire exterior door assembly. 1.3 A. Installation: 1. Location: Refer to plans, and exterior and interior elevations. Glaze all exterior and interior windows and doors as indicated. 2. Cutting: Cut glass with smooth straight edges to full size required by opening. 3. Glazing: a. Embed all fixed glass in continuous vinyl gasket. b. Set all glass in wood doors in continuous caulking beads. c. Maintain 1/4" clearance from the sides and tops of all glass greater than 3'-0" in width or height. d. Cut panels to fit window opening. Set door sidelight panels in metal stops. 4. Breakage: Replace all glass and mirrors broken during or after setting. Replace breakage due to imperfect setting. 5. Cleaning: Clean all glass according to manufacturer's recommended procedures. 6. Set all products plumb and true, aligned properly and anchored securely. 7. Brace all products in position until permanently anchored. 8. Furnish and provide anchors to securely anchor all products with concealed anchoring devices. 9. If concealed anchoring devices are impossible to use,then anchors must match surrounding material finish. END OF SECTION Division 8-Openings Page 11 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents DIVISION 10- SPECIALTIES 101400-SIGNAGE 1.1 A. Plaques and Interior Panel Signage: 1. Provide$5,000.00 allowance for the purchase and installation of engraved interior signage and graphics and cast aluminum building plaque. The plaque is to be designed at a later date by the Owner and Architect. END OF SECTION DIVISION 10-SPECIALTIES-Page 1 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents DIVISION 13-SPECIAL CONSTRUCTION SECTION 133000-SPECIAL STRUCTURES 133400-FABRICATED ENGINEERED STRUCTURES 133419-Metal Building System 1.1 A. General: 1. The Contractor shall provide all items,articles,materials, operations or methods listed, mentioned or scheduled on the drawings and/or herein, including all labor, materials, equipment and incidentals necessary and required for their completion. 2. The pre-engineered building shall be a manufacturer's standard prefabricated metal structure of the approximate inside area shown on the drawings. All bay spacings shall be as indicated on the drawings. End dimensions may vary up to 0'-6" to suit manufacturer's standard design. 3. Erection of Pre-Engineered Buildings and addition of various accessories shall be by a Franchised Dealer of that building. This dealer shall submit to the Owner's Representative for approval a complete design analysis showing all calculations for the rigid frame, girts, purlins, other structural members and roof and wall panels. Dealer shall also submit a layout of anchor bolts and other imbedded items with the shop drawings. Shop drawings shall include details of all main members, typical connections (showing bolt holes and welds), and erection drawings. All connections not detailed or otherwise noted shall be standard A.I.S.C. welded or standard A.I.S.C. bolted connections. All welding shall be done according to the A.W.S. Code. Unless otherwise noted,all bolts shall be ASTM A307 bolts with washers. 4. All the structural steel sections shall be designed in accordance with the A.I.S.C. & A.I.S.I. Specifications for design, fabrication and erection of structural steel for buildings (latest edition). 5. Purlins,girts and light gauge cold formed structural members shall be designed in accordance with the A.I.S.I. Specifications for light gauge cold formed steel design manual (latest edition). 6. Fabrication shop to have American Institute of Steel Construction Certification. 7. Design Loads: (Conform to International Building Code,2018 per TWI). See Drawings 8. Building manufacturer representative to inspect building with Engineer before start of roof and siding installation and before final acceptance of the building. Building manufacturer to provide letter approving erection contractor. 9. Work Included: a. Furnish labor and materials to complete the metal building and accessories work as specified herein or as shown on the drawings,or both. b. For the convenience of the Contractor,the major items of work are listed below. Items not listed,but called for by the drawings and specifications are not hereby eliminated by reason of such omission: 1) Base flashing at bottom of panels as required. 2) Anchor bolts and fastenings. 3) Structural framing. 4) Roofing. 5) Siding. 6) Fascia, fascia gutters,eave trim and closures. 7) Downspouts and brackets. 8) Flashings and roof curbs. 9) Framing of openings in metal building. 10)All exterior doors,and frames. DIVISION 13-SPECIAL CONSTRUCTION Page 1 City of Port Arthur Transit Facility Storage Expansion December 29,2021 Bids and Construction Documents 11) Caulking and filler strips, closures. 12) Shop painting and field touch-up. 13) Shop drawings and anchor bolt setting plans. 14) Bracing and framing to resist design loads and not conflict with interior finishes or exposed structural frames. 15) Installation of flashings furnished by Plumbing and Electrical Contractors and framing as required for these openings. 16) Framing around any openings as required by Electrical Contractors in walls. 17) Structural framing,roof and soffit panels,gutters,scuppers,fascia,etc. 18) Painting of all exposed exterior parts. 19) Shop coat painting of all interior metal and structures. 20)Structural steel supports and rails for overhead cranes. c. Walkway Cover and Canopies 10. Design Criteria: a. Building shall be Rigid Frame Single Slope Structure as shown on the drawings, as manufactured with contract requirements. b. Roof purlin system shall be designed so that purlin spacing does not exceed 5-0",with deflection. c. Purlins shall be designed to support thin veneer store. See drawings. c. The building frame shall be designed according to metal building manufacturer's requirements. d. All foundation anchor bolts shall be unpainted and of proper size to adequately resist all applicable design loads at base of columns, frames and walls. They shall be positioned by the foundation contractor according to the dimensions and locations shown on the anchor bolt layout. Anchor bolts shall be designed to resist the thrust by the frame and base plates shall not exceed an allowable concrete bearing of 1,000 pounds per square inch. e. All high strength bolts shall be unpainted steel and shall conform to the tentative specifications for steel machine bolts and nuts and tap bolts, ASTM Designation A-307 as amended to date. 1.2 A. Material and Workmanship: 1. All material shall be completely fabricated and prepared for shipment knocked down including any necessary crating and bundling. All parts of building are to be accurately made and true to dimension so that in erection of same,all parts will easily fit together. 2. Metal Building manufacturer shall designate size and number of tie rods or hairpins to resist horizontal thrust of frames at foundation. 3. All fasteners other than those previously specified shall be electro galvanized carbon steel conforming to ASTM Designation A-164 with a chromate conversion treatment. 4. All structural members shall be either hot rolled structural sections, cold formed shapes or built-up shapes of welded plate construction. Material for all structural members 1/4" and thicker shall be uncoated, hot rolled steel, conforming to ASTM Designation A-36 of current issue, thoroughly cleaned and given one (1) shop coat of paint. Material for all other structural members less than 1/4" thick shall be steel conforming to the mechanical or physical properties of not less than Grade B (37,000 yield) per ASTM Designation A-446 or current issue, either zinc-coated (ordered weight of 1.25 oz) per ASTM 1-93 or A-446 or current issue; if uncoated,thoroughly cleaned and give one(1) shop coat of paint. Wind load brace rods at roof shall be of uncoated steel having a minimum yield point of 38,000 psi. Thread shall be rolled, nut shall be standard. All other rods shall be of material conforming to ASTM Designation A-107 for merchant quality bar stock for buildings. Threads shall be DIVISION 13-SPECIAL CONSTRUCTION Page 2 City of Port Arthur Transit Facility Storage Expansion December 292021 Bids and Construction Documents cut or rolled. All rods shall be given a shop coat of paint. Note special conditions for wind bracing. All structural components of uncoated steel shall be given an shop coat of iron oxide primer. Touch up and finish painting by others. 5. Roof Panels: Reference Division 7. 6. Wall Panels: Reference Division 7. 7. Accessories: a. Roof and wall Insulation: Reference Division 7,. b. Fascia, Gutters and Downspouts: Shall be provided as indicated on Plans. They shall be a minimum 24 gauge steel with baked acrylic enamel finish. All necessary hangers, straps, closers, etc., will be provided for a complete job. Face of gutter shall have same molded form as end wall fascia to present a uniform trim around building. c. Exterior Metal Doors and Frames: Located in walls and shall be provided with jambs, head, lintel, flashing, closures, jamb reinforcing, caulk and continuous gear hinges as specified. Frames shall be 12 gauge galvanized steel with bonderized enamel mitered, reinforced corners with integral tabs. Hollow metal doors shall be 1-3/4" thick, reinforced as required, with 18 gauge galvanized cover, insulated with 1" fiberglass or equal. Weather strip jambs and head and adjust for tight fit against door. 8. Color Coating: a. By Metal Building Contractor: Shall include the following components: 1) Fascias, gutters,eaves,trim,downspouts and brackets. 2) Wall panels. 3) Metal flashing,closures,etc. 4) Primers or shop coats as previously specified. 9. Watertight Test: Before any finish is installed in the building, Contractor shall conduct a hose test on the roof in the presence of the Engineer to determine whether or not the roof is water-tight. Any leaks shall be immediately corrected before any finish is installed. Water shall be distributed on roof to fall at approximately 45 degrees. should any leaks appear,they shall be corrected immediately and the area retested until no leaks appear. 10. Guarantee: Building manufacturer shall issue a guarantee to the Owner which states that for a period of one year from the date of completion of the building, he will repair and stop any leaks arising out of or caused by ordinary wear and tear by the elements. Roof to have 25- year, 100% manufacturer's and general contractor's material and labor guarantee for weathertightness. 11. Windbracing Note: It may be necessary to use a combination of roof brace rods,hidden wall brace rods, portal frames or other to satisfy design requirements and to leave interior of spaces free of exposed bracing, etc. (except exposed Main Structural Frames as shown to be exposed at Floor Plan and Details). Recommendations and/or proposals must be approved by Owner's Representative. 12. Windload Requirements: Pre-engineered building shall be designed and constructed in accordance with Texas Department of Insurance. Metal Building Contractor shall provide Owner with certificate to that effect. 13. Bolt Testing: Testing laboratory will be contacted by Engineer to test 10% of all bolts for tightness and conformity to specifications. Cost of testing will be paid by the Owner. 14. Field Inspection: Representative of pre-engineered building manufacturer must inspect building with Owner's Representative on site a minimum of two times once before installation of siding and roof. Second site inspection required upon completion of building and before final acceptance. END OF SECTION DIVISION 13-SPECIAL CONSTRUCTION Page 3 SECTION E CITY OF PORT ARTHUR,TEXAS BID SHEET FOR STORAGE BUILDING AT TRANSIT FUELING STATION BASE BID ITEM # DESCRIPTION (complete&in place) BID COST($) & (WRITTEN) 1 SITE IMPROVEMENT $ 49.000.00 2 PRE-MANUFACTURED METAL BUILDING $ 87,000.00 3 BUILDING EXTERIOR $ 31,000.00 4 BUILDING INTERIOR $ 14.000.00 5 ELECTRICAL(EXCLUDES AREA AT CANOPIES) $ 18,00,0,00 Number of Calendar Days for Base Bid&Allowance: 180 days ADDITIVE ALTERNATE ITEM# DESCRIPTION (complete&in place) BID COST($)&(WRITTEN) 1 SOFFIT AT EXISTING CANOPIES $ 19.500.00 2 ELECTRICAL AT EXISTING CANOPIES $ 5.000.00 Number of Calendar Days for Additive Alternate:(Not to include base bid&allowance days) 7 days ALLOWANCE ITEM# DESCRIPTION (complete&in place) BID COST($)& (WRITTEN) 1 PLAQUE $2000.00(TWO THOUSAND DOLLARS) Total number of Calendar Days: (Base Bid,Allowance&Additive Alternate): 187 days TOTAL BASE BID&ALLOWANCE:($)&(WRITTEN) Two Hundred One Thousand and 00/00 TOTAL ALTERNATE BID:($)&(WRITTEN) Twenty Five Thousand Five Hundred and 00/00 TOTAL BASE BID&ALLOWANCE PLUS(+)ALTERNATE BID: ($)&(WRITTEN) Two Hundred Twenty Six Thousand Five Hundred and 00/00 If any unforeseen soil conditions arise,we propose to remove additional existing soil and replace it with compacted material as specified,for the amount of$ 20.00 per cubic yard.This amount will apply only to the volume of soil removed and replaced above and beyond what is called for in the drawings. If City of Port Arthur decides to not haul off excess excavated soil,we propose to remove excess soil from site for the amount of$ 10.50 per cubic yard. L& L General Contractors 11988 FM 365 COMPANY NA STREET ADDRESS SIGNATURE OF BIDDER P.O. BOX McClain McDonald Beaumont, TX 77705 PRINT OR TYPE NAME CITY STATE ZIP Vice President 409-796-1344 TITLE AREA CODE TELEPHONE NO. landlinc@att.net 409-796-.1341 EMAIL FAX. NO. SECTION F AIA Document A31OTM -r 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place L&L General Contractors of business) 11988 FM 365 Road Merchants National Bonding,Inc. This document has important legal Beaumont,TX 77705 P.O.Box 14498 consequences.Consultation with Des Moines,iA 50306-3496 an attorney is encouraged with OWNER: respect to its completion or (Name,legal status and address) modification. City of Port Arthur,TX PO Box 1089 Any singular reference to Port Arthur,TX 77641 Contractor.Surety,Owner or BOND AMOUNT:Five Percent(5%)of Total Amount Bid whet party shall be considered plural where applicable. PROJECT: (Name, location or address,and Project number, if any) Construction of Storage Building at Transit Fueling Station The Contractor and Surety are bound to the Owner in the amount set forth above.for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.'the conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond.between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an apeement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. if this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to he Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hercfmm and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shalt be construed as a statutory bond and not as a common law bond. Signed and sealed this 23rd day of February 2022 b&1..General Contractors l A7. Q,1Y-Q y _.__. _ (Pri ! ' (Seal) (Witness-) (Taftc) )Ilgg�bantonat l (Surer) (Seal) (Ifitness) (1"U1c) Mary Catherine Turner,Attorney-in-Fact ink AIA Document A310's—I010.Copyright 01963.1010 and 2010 by The American Institute or Architects.All rights reservod.'WARNiNG:This AlAT Document is protected by U.S.Copyright Law and International Treaties.UnauHwrtzed reproduction ordustributton o1 thla AIA'Document.or any portion of It.may result in severe civil and criminal penalties,and wilt be prosecuted in tiro maximum extent possible under the law. Purchasers are permitted to reproduce ten(10)copies a'net document when camp:eted.To report copyeight violations of AIA Conned Documents.o-met The American'ostitute of Architects'legal counsel.espy righttPla.txp. Y'' r MERCHANT BONDING COMPANYn POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa(herein collectively called the"Companies")do hereby make,constitute and appoint,individually, Garrett Turner;Mary Catherine Turner;Meghann Turner their true and lawful Attomey(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary,Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings.recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty (30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 11th day of February , 2020 .••• OR • •• •: NO. •' ••• •' A t • MERCHANTS BONDING COMPANY(MUTUAL) aPq�iny; �O'��F1PO�g9.i9yc MERCHANT NATIONAL BONDING,INC. 'Z: Z -o- Ci:�= fi := o- •• �.. 2003 `>7 y 1933 : By • :y• '•dS ,._ • `,•••• '•• 4, •.,.•- \, • President , STATE OF IOWA """"''� COUNTY OF DALLAS ss, On this 11th day of February 2020 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. APR— POLLY MASON • • C Commission Number 750576 Pcelit,j . 4,rc My Commission Expires P January 07, 2023 Notary Public (Expiration of rotary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 23rd day of February 2022 •••P�tONA4 .• \NG_Co,,,• t; • • o �I..s'.✓�x • z' ••6'� 1933 c' Secretary »cy 2003J. .�.; • a »• POA 0018 (1/20) •'»..... .....•`' • ..... SECTION G CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B.23,84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being fled in accordance with Chapter 176.Local Government Code b;a vendor who Date Ftr�an..d has a business relationship as defined by Section 176 001(1-a)with a local governmental entity and the vendor meets requirements under Section 176.006(a Rv law this questionnaire must be fled with the records administrator of the local ooverna+ental entity not later than the 7th business day after the dole the vendor becomes aware of facts that tequila the statement to be tiled See Section 176 006(a-11. Local Government Code A vendor commits an offense if the vendor knowingly violates Section 176.006.Local Government Code.An offense under this section is a misdemeanor. .I Name of vendor who has a business relationship with local governmental entity. N/A I I Check this box if you are filing an update to a previously filed questionnaire.f The law requires that you file an updated I I completed questionnaire with Me appropriate filing autnon:y not late; mart the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) J Name of local government officer about whom the information is being disclosed. Name of Officer Describe each employment or other business relationship with the local government officer.or a family member of the officer.as desctibed by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A is the local government officer or a famRy member of the cflicer receiving or likely to receive taxable income. other than investment income.from the vendor? Yes QNo B Is the vendor receiving ov likely to receive taxable ncome.other than investment income,from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? Yes 1 I N: Describe each employment or business relationship that the vendor named in Section f maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director. or holds an ownership interest of one percent or more. riCheck this box it the vendor has given the W:aigcvemment atliw a a faintly member of the officer one ci mote hills as described in Section 176 003(a)(2+431 excluding gifts described in Section 176 003fa-1 r I)nat.rre or vender coin•?bu.ness :rill- the ao•rentmenta entity Date 'Grm provided tz"exas Ethics Commissrc i xwvi. _s state Revised 11102013 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.usi Docs/LGihtm/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 a connection 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 tee 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 or federal 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 to a vendor if (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; a- (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 vendo-has been executed;or (ii) the local governmental entity is considering entering into a contract with the vendor. Local Government Code g 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 or more gifts described by Subsection(a):or (C) of a family relationship with a local government officer. Form provided by Texas Ethics Commission www ethics state tx us Remsed'1 30 2015 SECTION H -L4." AIA Document A312TM - 2010 Payment Bond CONTRACTOR: SURETY: (Newer.legal sIu(er and address) (Name,legal slams and principal place of business) This document has important legal consequences Consultatinn with OWNER: an attorney is encouraged with respect to its completion or (Name,legal status and address) modification. Any singular reference to Contractor,Surety,Owner or other party shall be considered CONSTRUCTION CONTRACT plural where applicable Late: Amount: Description: (Nacre um//OCaliea) BOND Date: (No(earlier than Construction f'onirael Date) Amount: Modifications to this Bond: 0 None 0 Sce Section 18 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: IC'otpo ale Seal) Signature: Signature: Name Name and Title: and"Title: (Any additional signatures appear on the last page Vthis Payment Band.) (FOR INFORMATION ONLY Name,address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect, Engineer or udrer pert/:) IOit. AlA Document A312"—2010 Payment Bond.Copyright iS 2010 oy The American institute of Architects.All rights reserved.WARNING:This ALA' Document is protected by U.S Copyright Law and International Treaties.Unauthorized reproduction or distribution o'this AIA`Document,or ,) any portion of it.may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.To / report copyrght violations of ALA Contract Documents,e-mail The Amencan Institute of Architects legal counsel.copynghtiaia.Gtg. stifle le §1 The Contractor and Surety.jointly and severally,bind themselves,their heirs.executors.administrators.successors and assigns to the Owner to pay for labor,materials and equipment furnished for use in the performance of the Construction Contract,which is incorporated herein by reference,subject to the following terms. §2 If the Contractor promptly makes payment of all sums due to Claimants,and defends,indemnities and holds harmless the Owner from claims,demands,liens or suits by any person or entity seeking payment for labor,materials or equipment furnished for use in the performance of the Construction Contract,then the Surety and the Contractor shall have no obligation under this Bond. §3 If there is no Owner Default under the Construction Contract,the Surety's obligation to the Owner under this Bond shall arise after the Owner has promptly notified the Contractor and the Surety(at the address described in Section 13) of claims,demands,liens or suits against the Owner or the Owner's property by any person or entity seeking payment for labor,materials or equipment furnished for use in the perfonmance of the Construction Contract and tendered defense of such claims,demands,liens or suits to the Contractor and the Surety. §4 When the Owner has satisfied the conditions in Section 3.the Surety shall promptly and at the Surety's expense defend,indemnify and hold harmless the Owner against a duly tendered claim,demand,lien or suit. §5 The Surety's obligations to a Claimant under this Bond shall arise after the following: §5.1 Claimants,who do not have a direct contract with the Contractor. .1 have furnished a written notice anon-payment to the Contractor.stating with substantial accuracy the amount claimed and the name of the party to whom the materials were,or equipment was,furnished or supplied or for whom the labor was done or performed.within ninety(90)days after having last performed labor or last furnished materials or equipment included in the Claim;and .2 have sent a Claim to the Surety(at the address described in Section 13). §5.2 Claimants,who are employed by or have a direct contract with the Contractor,have sent a Claim to the Surety(at the address described in Section 13). §6 If a notice of non-payment required by Section 5.1.1 is given by the Owner to the Contractor,that is sufficient to satisfy a Claimant's obligation to furnish a written notice of non-payment under Section 5.1.1. §7 When a Claimant has satisfied the conditions of Sections 5.1 or 5.2,whichever is applicable,the Surety shall promptly and at the Surety's expense take the following actions: §7.1 Send an answer to the Claimant,with a copy to the Owner,within sixty(60)days after receipt of the Claim, stating the amounts that are undisputed and the basis for challenging any amounts that are disputed:and §7.2 Pay or arrange for payment of any undisputed amounts. §7.3 The Surety's failure to discharge its obligations under Section 7.1 or Section 7.2 shall not be deemed to constitute a waiver of defenses the Surety or Contractor may have or acquire as to a Claim,except as to undisputed amounts for which the Surety and Claimant have reached agreement.lf,however,the Surety fails to discharge its obligations under Section 7.1 or Section 7.2,the Surety shall indemnify the Claimant for the reasonable attorney's fees the Claimant incurs thereafter to recover any sums found to be due and owing to the Claimant. §8 The Surety's total obligation shall not exceed the amount of this Bond,plus the amount of reasonable attomey's fees provided under Section 7.3,and the amount of this Bond shall be credited for any payments made in good faith by the Surety. §9 Amounts owed by the Owner to the Contractor under the Construction Contract shall be used for the performance of the Construction Contract and to satisfy claims,if any,under any construction performance bond. By the Contractor furnishing and the Owner accepting this Bond,they agree that all funds earned by the Contractor in the perfonmance of the Construction Contract are dedicated to satisfy obligations of the Contractor and Surety under this Bond,subject to the Owner's priority to use the funds for the completion of the work. Init AtA Document A312"—2010 Payment Bond.Copyright 0 2010 by Tie American Institute or Arclhitects.All rights reserved.WARNING:This Ale Document Document is protected by U.S Copyright Law and International Treaties.Unauthorized reproduction or distribution of We Ale Document,or 2 any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.To report copyright violations of AIA Contract Documents,e-mail The Amerman institute of Arttiteas'ego rnunsei.copynghtgsia.org §10 The Surety shall not he liable to the Owner,Claimants or others for obligations of the Contractor that are unrelated to the Construction Contract. 11te Owner shall not be liable for the payment of any costs or expenses of any Claimant under this Bond,and shall have under this Bond no obligation to make payments to.or give notice on behalf of,Claimants or otherwise have any obligations to Claimants under this Bond. §11 The Surety hereby waives notice of any change.including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §12 No suit or action shall he commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the state in which the project that is the subject of the Construction Contract is located or after the expiration of one year from the date(I)on which the Claimant sent a Claim to the Surety pursuant to Section 5.1.2 or 5.2,or(2)on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract,whichever of(1)or(2)first occurs.lithe provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §13 Notice and Claims to the Surety,the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears.Actual receipt of notice or Claims,however accomplished,shall be sufficient compliance as of the date received. §14 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to he performed,any provision in this Bond conflicting with said statutory or legal requirement shall he deemed deleted hereti'om and provisions conforming to such statutory or other legal requirement shall he deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. §15 Upon request by any person or entity appearing to be a potential beneficiary of this Bond.the Contractor and Owner shall promptly furnish a copy of this Bond or shall permit a copy to be made. §16 Definitions §16.1 Claim.A written statement by the Claimant including at a minimum: .1 the name of the Claimant: .2 the name of the person for whom the labor was done,or materials or equipment furnished; .3 a copy of the agreement or purchase order pursuant to which labor,materials or equipment was furnished for use in the performance of the Construction Contract; .4 a brief description ot'the labor,materials or equipment furnished: .5 the date on which the Claimant last performed labor or last furnished materials or equipment for use in the performance of the Construction Contract; .6 the total amount earned by the Claimant for labor,materials or equipment furnished as of the date of the Claim; .7 the total amount of previous payments received by the Claimant;and .8 the total amount due and unpaid to the Claimant for labor,materials or equipment furnished as of the date of the Claim. §16.2 Claimant.An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor,materials or equipment for use in the performance of the Construction Contract.The term Claimant also includes any individual or entity that has rightfully asserted a claim under an applicable mechanic's lien or similar statute against the real property upon which the Project is located.The intent of this Bond shall be to include without limitation in the terms"labor,materials or equipment"that part of water,gas,power,light,heat,oil, gasoline,telephone service or rental equipment used in the Construction Contract.architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors,and all other items for which a mechanic's lien may he asserted in the jurisdiction where the labor,materials or equipment were furnished. §16.3 Construction Contract.711e agreement between the Owner and Contractor identified on the cover page. including all Contract Documents and all changes made to the agreement and the Contract Documents. Init. AIA Document A312^'-2010 Payment Bond.Copyright®2010 by The Amencen Institute of Architects.Alf rights reserved.WARNING:This AIA' Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ate Document,or 3 any portion of It.may result in severe Civil and criminal penalties,and*MI be prosecuted to the maximum extent possible under the law.To report copyright violations of AIA Contract Documents.e-mail The Awencan Institute of Architects'legal counsel.Onpyrught@aia org §16.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §16.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §17 lfthis Bond is issued for an agreement between a Contractor and subcontractor,the tern Contractor in this Bond shall be deemed to be Subcontractor and the tern Owner shall he deemed to he Contractor. §18 Modifications to this bond are as follows: (.Sjxrec i.v provic(ccl below fits.additional.signatures(?/'ere%led parties, other than those appearing an the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (('nrporuic Seal) Company: (('or/?orate Seal) Signature: Signature: Name and Title: Name and Title: Address Address AMA Document A312•"-2010 Payment Bond.Copyright a 2010 by The American Institute of Architects.All rights reserved.WARNING:This AIA Mit. Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA Document,or 4 any portion of It.may result In severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.To report ccpynght violations of AIA Contract Doranents,e-mail The Atnerh.un Institute of Arth ects'legal counsel.copyright@aia org SECTION I ACORO CERTIFICATE OF LIABILITY INSURANCE DATE AIM DD"Y'YI THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PIINNC.No.E=tt __.---------NE Not:IA,�, E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIL X INSURER A: INSURED INSURERS: INSURER C: INSURER D INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS MSR ADDL;SUBR POLICY EPP T POLICY EXP LTR TYPE OF INSURANCE INSRI WVD POLICY NUMBER (MMIOOIYYYY) IMM'DO/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE S DAMAGE TO RENT tU COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) S CLAIMS-MADE I I OCCUR MED EXP(Any one person) S PERSONAL&ADV INJURY S GENERAL AGGREGATE S GEN- L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG S POLICY n Pler n LOC S AUTOMOBILE UABIUTY COMBINED SINGLE UMIT (Ea student) ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULE BODILY INJURY(Per accident) S AUTOS N AUTOS NON-OWNED PROPERTY accident) PROPERTY DAMAGE HIRED AUTOS AUTOS S UMBRELLA LIAR OCCUR EACH OCCURRENCE S ^— EXCESSLUIB CLAIMS-MADE! AGGREGATE S • LIED ! !RETENTIONS _ S WORKERS COMPENSATION ACSTATU- I OTH- AND EMPLOYERS'LIABIUTY YIN TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE❑ N/A E.L.EACH ACCIDENT 3 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE f It es,dePTIONsuibe under --" DESCRI OF OPERATIONS below E.L.DISEASE•POLICY LIMIT S • DESCRIPTION OF OPERATIONS LOCATIONS/VEHICLES(Attach ACORD 101.Additional Remarks Schedule,N more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTNOR'ZED REPRESENTATIVE 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD SECTION J JI -AIA Document A312T"" - 2010 Performance Bond CONTRACTOR: SURETY: (Name,legal s/atus and adduce) (Neon,legal status and principal place of business) This document has important legal consequences.Consultation with OWNER: an attorney is encouraged with respect to its completion or (Name,legal slams and address) modification. Any singular reference to Contractor,Surety,Owner or other party shalt be considered CONSTRUCTION CONTRACT plural where applicable. Date: Amount: Description: !Noire and location) BOND Date: (Not earlier than Construction Contract Dale) Amount: Modifications to this Bond: 0 None 0 Sec Section 16 CONTRACTOR AS PRINCIPAL SURETY Company: (C n rorate Seed) Company: (C inpurale Seal) Signature: Signature: Name Name and Title: and Title: (Any additional signatures appear on the last owe of this Perforrnance hand) (FOR INFORMATION ONLY--- Name,address and telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE: (Architect. Engineer or other party) Init AIA Document A3121"—2010 Performance Bond.Copyright t 2010 by The American Institute of Architects AO rights reserved.WARNING:This A IA'Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this Ale Document, or any portion of it.may result in severe civil and criminal penalties.and will be prosecuted to the maximum extent possible under the law.To report copyngat violation of AlA Contract Documents,e-mail The Amercan Institute of Architects'legal counsel,cOpynght@aia.org ante §1 The Contractor and Surety,jointly and severally,bind themselves,their heirs,executors,administrators,successors and assigns to the Owner for the performance of the Construction Contract,which is incorporated herein by reference. §2 If the Contractor performs the Construction Contract,the Surety and the Contractor shall have no obligation under this Bond,except when applicable to participate in a conference as provided in Section 3. §3 II'there is no Owner Default under the Construction Contract,the Surety's obligation under this Bond shall arise after .1 the Owner first provides notice to the Contractor and the Surety that the Owner is considering declaring a Contractor Default.Such notice shall indicate whether the Owner is requesting a conference among the Owner,Contractor and Surety to discuss the Contractor's performance. If the Owner does not request a conference,the Surety may,within five(5)business days after receipt of the Owner's notice. request such a conference. If the Surety timely requests a conference,the Owner shall attend.Unless the Owner agrees otherwise,any conference requested under this Section 3.1 shall be held within ten (10)business days of the Surety's receipt of the Owner's notice.If the Owner,the Contractor and the Surety agree.the Contractor shall be allowed a reasonable lime to perform the Construction Contract, but such an agreement shall not waive the Owner's right,if any,subsequently to declare a Contractor Default; .2 the Owner declares a Contractor Default terminates the Construction Contract and notifies the Surety; and .3 the Owner has agreed to pay the Balance of the Contract Price in accordance with the terms of the Construction Contract to the Surety or to a contractor selected to perform the Construction Contract. §4 Failure on the part of'the Owner to comply with the notice requirement in Section 3.1 shall not constitute a failure to comply with a condition precedent to the Surety's obligations,or release the Surety from its obligations,except to the extent the Surety demonstrates actual prejudice. §5 When the Owner has satisfied the conditions of Section 3.the Surety shall promptly and at the Surety's expense take one of the following actions: §5.1 Arrange for the Contractor,with the consent of the Owner,to perform and complete the Construction Contract: §5.2 l lndertake to perform and complete the Construction Contract itself.through its agents or independent contractors: §5.3 Obtain bids or negotiated proposals from qualified contractors acceptable to the Owner for a contract line performance and completion of the Construction Contract,arrange for a contract to be prepared for execution by the Owner and a contractor selected with the Owner's concurrence,to be secured with performance and payment bonds executed by a qualified surety equivalent to the bonds issued on the Construction Contract,and pay to the Owner the amount of damages as described in Section 7 in excess of the Balance of the Contract Price incurred by the Owner as a result of'the Contractor Default;or §5.4 Waive its right to perform and complete,arrange for completion,or obtain a new contractor a1d with reasonable promptness under the circumstances: .1 After investigation,determine tlx:amount for which it may be liable to the Owner and,as soon as practicable after the amount is determined,make payment to the Owner;or ,2 Deny liability in whole or in part and notify the Owner,citing the reasons for denial. §6 lithe Surety does not proceed as provided in Section 5 with reasonable promptness.the Surety shall he deemed to be in default on this Bond seven days after receipt of an additional written notice from the Owner to the Surety demanding that the Surety perform its obligations under this Bond,and the Owner shall be entitled to enforce any remedy available to the Owner,lithe Surety proceeds as provided in Section 5.4,and the Owner refuses the payment or the Surety has denied liability,in whole or in part,without further notice the Owner shall be entitled to enforce:any remedy available to the Owner. MA Document A312"'-2010 Performance Bond.Copyright iJ 20i 0 try The American Institute of Architects.Alt rights reserved.WARNING:This Intl AIA"Document it.protected by U.S-Copyright Law and international Treaties.Unauthorized reproduction or distribution of this Ale Document, 2 or any portion of it,may result In severe civil and criminal penalties.and will be prosecuted to the maximum extent possible under the law To report copyright violations of AlA Contract Documents,e-mail The Atrlencan Institute of Architects legal counsel copyrght@a,a crg. §7 If the Surety elects to act under Section 5.1.5.2 or 5.3,then the responsibilities of the Surety to the Owner shall not be greater than those of the Contractor under the Construction Contract,and the responsibilities of the Owner to the Surety shall not be greater than those of the Owner under the Construction Contract.Subject to the commitment by the Owner to pay the Balance of the Contract Price,the Surety is obligated,without duplication,for .1 the responsibilities of the Contractor I'or correction of defective work and completion of the Construction Contract; .2 additional legal,design professional and delay costs resulting from the Contractor's Default,and resulting from the actions or failure to act of the Surety under Section 5;and .3 liquidated damages,or if no liquidated damages are specified in the Construction Contract,actual damages caused by delayed performance or non-perfonnance of the Contractor. §8 If the Surety elects to act under Section 5.1.5.3 or 5.4.the Surety's liability is limited to the amount of this Bond. §9 The Surely shall not he liable to the Owner or others for obligations of the Contractor that are unrelated to the Construction Contract,and the Balance of the Contract Price shall not be reduced or set off on account of any such unrelated obligations.No right of action shall accrue on this Bond to any person or entity other than the Owner or its heirs,executors,administrators,successors and assigns. §10 The Surety hereby waives notice of any change,including changes of time,to the Construction Contract or to related subcontracts,purchase orders and other obligations. §11 Any proceeding,legal or equitable,under this Bond may be instituted in any court of competent jurisdiction in the location in which the work or part of the work is located and shall be instituted within two years after a declaration of Contractor Default or within two years alter the Contractor ceased working or within two years after the Surety refuses or fails to perform its obligations under this Bond,whichever occurs first.If the provisions of this Paragraph are void or prohibited by law,the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable. §12 Notice to the Surety.the Owner or the Contractor shall be mailed or delivered to the address shown on the page on which their signature appears. §13 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished,the intent is that this Bond shall he construed as a statutory hood and not as a common law bond. §14 Definitions §14.1 Balance of the Contract Price.•111e total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made,including allowance to the Contractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled,reduced by all valid and proper payments made to or on behalf of the Contractor under the Construction Contract. §14.2 Construction Contract.The agreement between the Owner and Contractor identified on the cover page, including all Contract Documents and changes made to the agreement and the Contract Documents. §14.3 Contractor Default.Failure of the Contractor,which has not been remedied or waived,to perform or otherwise to comply with a material term of the Construction Contract. §14.4 Owner Default.Failure of the Owner,which has not been remedied or waived,to pay the Contractor as required under the Construction Contract or to perform and complete or comply with the other material terms of the Construction Contract. §14.5 Contract Documents.All the documents that comprise the agreement between the Owner and Contractor. §15 I f this Bond is issued fur an agreement between a Contractor and subcontractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. AMA Document A3121"—2010 Performance Bond.Copyright 2010 by The American Institute of Architects.All rights reserved.WARNING:This Init. Aloe Document Is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this A1At Document, 3 or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.To report copyright violations of NA Contract DOCurrlents,email The American Institute of Architects'legal counsel,copyright©aia erg S 16 Modifications to this bond arc as follows: (.Space is provided hehnv,/in•additional signatures a/added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (('tnparate Seal) Signature: Signature: Name and Title: Name and'Fide: Address Address MA Document ASf2'.—2010 Performance Bond.Copyright A 2010 by The American Institute of Archdects.All rights reserved.WARNING!This in"' Ale Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this MA`Document, 4 or any portion of it,may result in severe civil and criminal penalties.zinc will be prosecuted to the maximum extent possible under the law.To report copyright rolatons of AIA Contract Documents,e-mail The American InsbbAe of Architects'legal counsel,copyrightgaia.org SECTION K House Bill 89 Verification 1, McClain McDonald (Person name), the undersigned representative (hereafter referred to as "Representative") of L&L General Contractors (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. SIGNATURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 23 day of February . Z0 22 • TARA KYLE DAVIS _:k o Notary Public,State of Texas Comm. Expires 03-02-2026 . C(A/ . (6in „°;,,o` Notary ID 12196848 Notary Public SECTION L 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: Printed Name: MCCIain McDonald Title: Vice President Corn pany: L& L General Contractors Date: 02.23.2022 --- -'-�—. McClain McDonald SUBSCRIBED and sworn to before me the undersigned authority by the 23rd of, Feb, 2022on behalf of said bidder. TARA KYLE DAVIS -, Notary Public in an for the .`;,:Notary Public,State of Texas r"s.z: Comm.Expires 03-02-2026 State of Texas "" y,,;��° Notary ID 12196848 ,..�.4. My commission expires: 3.2.2026 SECTION M AFFIF)AVET 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 1 hereby certify that 1 do not have outstanding debts with the City o1'Port Arthur. 1 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. L& L General Contractors 02.23.2022 Firm Name Date 12„. Vice President Authorized Signature Title McClain McDonald 409-796-1 344 Name(please print) Telephone landlinc@att•net Email STATE: TX COUNTY: Jefferson SUBSCRIBED AND SWORN to before me by the above named McClain McDonald on this the 23rd day of February .10 22 s.1,14*,,� 7ARA KYLE DAVIS list :�?.Notary Public,State of Texas -• ;. +� Comm.Expires 03-02-2026 Notary- Public °F , Notary ID 12196848 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL SECTION N SB 252 CHAPTER 2252 CERTIFICATION I McClain McDonald ,the undersigned and representative of L& L General Contractors (Company or Business Name) being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252,Section '232.152 and Section 2232.133,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. 1 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. McClain McDonald Name of Company Representative(Print) • Signature of Company Representative 02.23.2022 Date SECTION 0 WAIVER AND INDEMNIFICATION Each Proposer/Offeror must sign this waiver and indemnification clause to be considered for evaluation By submitting a proposal, each Proposer agrees to waive any claim it has, or may have, against the Owner, the Architect/Engineer, and their respective employees, arising out of or in any way connected with the administration, evaluation or recommendation of any proposal; requirements under the contract documents; acceptance or rejection of any proposals; and award of any contract. This waiver is to be construed as broadly as possible and includes any and all causes of action the Proposer may now have, or that may arise in the future, that relate to the proposal process or the award of a contract, against the Owner and or Architect/Engineer for their action(s), or inaction(s) including, but not limited to, causes of action for negligence, sole negligence, intentional tort, violation of a state or federal statute, violation of the state or federal constitution, injunctive relief, quo warranto proceeding, declaratory judgement and any other request for relief, whether at law or in equity. If a claim is brought against the Owner and/or Architect/Engineer by Proposer or anyone else as a result of Proposer's proposal, Proposer agrees to indemnify Owner and/or Architect/Engineer for any and all money damages, attorney's fees, cost of suit, or any claim for damages that are measured in dollars and cents. Further, Proposer agrees to indemnify and pay all expenses incurred in defending such litigation, including but not limited to, attorney's fees, cost of court, expert witness fees and expenses, hourly cost of Owner's and/or Architect's/Engineer's employee's time spent on the suit,whether directly or indirectly related to the litigation, and any cost or expense incurred by, directly or indirectly. Owner and/or the Architect/Engineer as long as such cost can be measured in dollars and cents. This paragraph is intended by the parties to meet the "Express Negligence Rule" as set out in the Texas Supreme Court opinion of Ethyl Corp. v. Daniel Construction Co., 725 SW2d 705 (Tex. 1987). The parties to this contract stipulate that the consideration for this paragraph is sufficient and confess its adequacy herein. The undersigned represents that this Proposal is made in good faith. without fraud, collusion or connection of any kind with any other Offeror of the same work; that they are competing in their own interest and in their own behalf, without connection or obligation to any undisclosed person; that no ether person has any interest in regard to all conditions pertaining to the proposal and in regard to the place where it is to be submitted. that they have made the.r own examination of the request for proposal and from it have made this proposal Firm Name. L& L General Contractors Date: 02.23.2022 Address: 11988 FM 368, Beaumont, TX 77705 J Legal Signature: "�� Type/Print Name and Position with Offeror: McClain McDonald. Vice President SECTION P THURMAN BILL BARTIE,MAYOR .. RON BURTON DONALD FRANK,SR.,MAYOR PRO TEM City of x CITY MANAGER i COUNCIL MEMBERS: SHERRI BELLARD,TRMC RAYMOND SCOTT,JR. CITY SECRETARY CAL J.JONES o j't )'t h THOMAS J.KINLAW III I. VAL TIZENO KENNETH MARKS InsCITY ATTORNEY CHARLOTTE MOSES DBE DOCUMENT By signing this document the contractor is acknowledging that an 9% DBE participation will be provided in this contract. If a subcontractor is required to meet that goal, the following will be done to make a good faith effort to hire a minority business(DBE). I. Solicitation Lists. Must place small and minority businesses and women's business enterprises on solicitation lists. 2 C.F .R. § 200.321 (b )(1 ). 2. Solicitations. Must assure that it solicits small and minority businesses and women's business enterprises whenever they are potential sources. 2 C.F.R. § 200.321 (b)(2). 3. Dividing Requirements. Must divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses and women's business enterprises. 2 C.F.R. § 200.321(b)(3). 4.Delivery Schedules. Must establish delivery schedules,where the requirement permits. which encourage participation by small and minority businesses and women's business enterprises. 2 C.F.R. §200.321 (b)(4). 5. Obtaining Assistance. Must use the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. 2 C.F.R. § 200.321(b)(5). McClain McDonald (printed name of signatory) � /' L/ 02/23/2022(signature and date) SECTION Q 104 ;AI A Document G704 - 2000 Certificate of Substantial Completion PROJECT:(Name and address) PROJECT NUMBER: OWNER❑ CONTRACT FOR: ARCHITECT 0 CONTRACT DATE: CONTRACTOR U TO OWNFR:(Name and nr1,fr'V I TO CONTRACTOR(Name and address) il-i n❑ OTHER 0 PROJECT OR PORTION OF THE PROJECT DESIGNATED FOR PARTIAL OCCUPANCY OR USE SHALL INCLUDE: The Work performed under this Contract has been reviewed and found,to the Architect's best knowledge.information and belief,to be substantially complete.Substantial Completion is the stage in the progress of the Work when the Work or designated portion is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use.The date of Substantial Completion of the Project or portion designated above is the date of issuance established by this Certificate,which is also the date of commencement of applicable warranties required by the Contract Documents,except as stated below: ARCHITECT BY DATE OF ISSUANCE A list of items to be completed or corrected is attached hereto.The failure to include any items on such list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract Documents.Unless otherwise agreed to in writing,the date of commencement of warranties for items on the attached list will be the date of issuance of the final Certificate of Payment or the date of final payment. Cosh estimate of Work that is incomplete or defective: S The Contractor will complete or correct the Work on the list of items attached hereto within ( )days from the above date of Substantial Completion. CONTRACTOR BY DATE The Owner accepts the Work or designated portion as substantially complete and will assume full possession at (time)on (date). OWNER BY DATE The responsibilities of the Owner and Contractor for security,maintenance,heat,utilities,damage to the Work and insurance shall be as follows: (Note:Owner's and Contractor's legal and insurance counsel should determine and review insurance requirements and coverage.) AIA Document G704^'—2000.Copyright 01963,1970,1992 and 2000 by The American Institute of Architects.All rights reserved.WARNING:This WA'Document Is protected by U.E.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA'Document. or any portion of it.may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the taw. Purchasers are permitted to reproduce ten(10)copes of this document when completed To report copyright Notations of AlA Contract Documents,e-rnal The American Institute of Architects'legal counsel.copynghttgara.o g SECTION R 31''= IA Document G705TM - 2001 List of Subcontractors PROJECT:(Name cmc(address) DATE: TO ARCHITECT:(a awe and address) ARCHITECT'S PROJECT NUMBER: FROM CONTRACTOR: (Name and Address) CONTRACTOR'S PROJECT NUMBER: (List SlihCalliniCf(H-V curd others/rrn/,osr(l to he enzpkn•ed on the ohot'e Protect as required hr the bidding documents.) Work/Firm Name Address/Phone Superintendent AMA Document G705 r"—2001(formerly G805'"—2001).Copyright 02001 by The American Institute of Architects.All rights reserved.WARNING. This MA Document Is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIAa Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.Purchasers are permitted to reproduce ten(10)copies of this document when completed.To report copyright violations of ALA Contract Dots ments,e- ma8 The America'Institute of Architects'legal counsel,copy igh.r iaia erg 7.,MACE. SECTION S STATUTORY LIEN WAIVER FORMS 1. SUMMARY A. Document Includes:Applicability and use of statutory Waiver and Release of Lien forms promulgated by the Legislature of the State of Texas for construction projects in Texas. 2. STATUTORY REGULATIONS A. Texas Property Code, Chapter 53, Subchapter L, Sections 53.281 thru 53.287(includes the standard forms attached herewith immediately following this section): 1. Form 1: Conditional Waiver for Progress Payments(Page 2) 2. Form 2: Unconditional Waiver for Prcgress Payments(Page 3) 3. Form 3 Conditional Waiver for Final Payments (Page 4) 4. Form 4 Unconditional Waiver for Final Payments(Page 5) 3. SELECTION AND USE OF WAIVER AND RELEASE OF LIEN FORMS A. Based on answers to the following questions,use the applicable form for the occasion: 1. Is the payment a progress payment(partial, not final), or a final payment? 2. Is the release unconditional(for a payment already received), or conditional(given in anticipation of a payment not yet received)? B. Submit the applicable form, properly executed(filled out, signed and dated)and notarized, on each occasion required(see other portions of the Contract Documents, including but not necessarily limited to the related requirements documents cited above). C The wording of these forms is prescribed by the State of Texas Questions regarding their use, execution, etc. should be directed to user's own attorney experienced in construction or lien law This document is not to be interpreted as rendering legal advice. D. Even if the Contract Documents do not explicitly require submittal of Waivers and Releases of Liens for every payment(for example, omitting them for monthly progress payments), the Owner reserves the right,at its sole discretion,to require applicable Waivers and Releases of Liens, executed and notarized, for any or all payments. Page 1 CONDITIONAL WAIVER AND RELEASE ON PROGRESS PAYMENT Project Job No. On receipt by the signer of this document of a check from (maker of check) in the sum of $ payable to (payee or payees of check) and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right,any claim for payment,and any rights under any similar ordinance. rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of (owner) located at (location)to the following extent: (job description). This release covers a progress payment for all labor, services, equipment, or materials furnished to the property or to (person with whom signer contracted) as indicated in the attached statement(s) or progress payment request(s).except for unpaid retention,pending modifications and changes,or other items furnished. Before any recipient of this document relies on this document,the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this progress payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen. and suppliers for all work, materials, equipment, or services provided for or to the above referenced project in regard to the attached statement(s) or progress payment request(s) Date (Company name) By (Signature) (Title) NOTE: Section 53.281(b)(2),Texas Property Code, requires that the above form be notarized. See Chapter 121,Texas Civil Practice & Remedies Code, regarding Acknowledgments & Proofs of Written Instruments, or consult an attorney For short acknowledgement forms that might be suitable,see Section 121.008 in Chapter 121. Click here to go there. Page 2 NOTICE: This document waives rights unconditionally and states that you have been paid for giving up those rights. It is prohibited for a person to require you to sign this document if you have not been paid the payment amount set forth below. If you have not been paid, use a conditional release form. UNCONDITIONAL WAIVER AND RELEASE ON PROGRESS PAYMENT Project Job No. The signer of this document has been paid and has received a progress payment in the sum of$ for all labor, services, equipment, or materials furnished to the property or to (person with whom signer contracted) on the property of (owner) located at (location)to the following extent: (job description). The signer therefore waives and releases any mechanic's lien right, any right arising from a payment bond that complies with a state or federal statute,any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the above referenced project to the following extent This release covers a progress payment for all labor, services, equipment, or materials furnished to the property or to (person with whom signer contracted) as indicated in the attached statement(s)or progress payment request(s),except for unpaid retention, pending modifications and changes,or other items furnished. The signer warrants that the signer has already paid or will use the funds received from this progress payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment. or services provided for or to the above referenced project in regard to the attached statement(s) or progress payment request(s). Date (Company name) By (Signature) (Title) NOTE: Section 53.281(b)(2), Texas Property Code, requires that the above form be notarized. See Chapter 121,Texas Civil Practice & Remedies Code, regarding Acknowledgments & Proofs of Written Instruments, or consult an attorney. For short acknowledgement forms that might be suitable. see Section 121.008 in Chapter 121 Click here to go there. Page 3 CONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project Job No. On receipt by the signer of this document of a check from (maker of check) in the sum of $ payable to (payee or payees of check)and when the check has been properly endorsed and has been paid by the bank on which it is drawn, this document becomes effective to release any mechanic's lien right,any right arising from a payment bond that complies with a state or federal statute,any common law payment bond right, any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position that the signer has on the property of (owner) located at (location) to the following extent: (job description). This release covers the final payment to the signer for all labor,services,equipment,or materials furnished to the property or to (person with whom signer contracted). Before any recipient of this document relies on this document, the recipient should verify evidence of payment to the signer. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full all of the signer's laborers, subcontractors, materialmen, and suppliers for all work, materials, equipment,or services provided for or to the above referenced project up to the date of this waiver and release Date (Company name) By (Signature) (Title) NOTE: Section 53.281(b)(2),Texas Property Code, requires that the above form be notarized. See Chapter 121,Texas Civil Practice & Remedies Code, regarding Acknowledgments & Proofs of Written Instruments, or consult an attorney. For short acknowledgement forms that might be suitable, see Section 121 008 in Chapter 121. Click here to go there. Page 4 NOTICE: This document waives rights unconditionally and states that you have been paid for giving up those rights. It is prohibited for a person to require you to sign this document if you have not been paid the payment amount set forth below. If you have not been paid,use a conditional release form. UNCONDITIONAL WAIVER AND RELEASE ON FINAL PAYMENT Project Job No The signer of this document has been paid in full for all labor, services, equipment, or materials furnished to the property or to (person with whom signer contracted) on the property of (owner) located at (location) to the following extent: (job description) The signer therefore waives and releases any mechanic's lien right any right arising from a payment bond that complies with a state or federal statute, any common law payment bond right,any claim for payment, and any rights under any similar ordinance, rule, or statute related to claim or payment rights for persons in the signer's position. The signer warrants that the signer has already paid or will use the funds received from this final payment to promptly pay in full al of the signer's laborers, subcontractors, materialmen. and suppliers for all work, materials, equipment,or services provided for or to the above referenced project up to the date of this waiver and release Date (Company name) By (Signature) (Title) NOTE: Section 53.281(b)(2), Texas Property Code requires that the above form be notarized. See Chapter 121,Texas Civil Practice & Remedies Code, regarding Acknowledgments & Proofs of Written Instruments, or consult an attorney For short acknowledgement forms that might be suitable,see Section 121.008 in Chapter 121. Click here to go there Page 5 SECTION T CC ` ` C t mO I-- CC CI CC OVo o_ ° WI- j OQ ° y '= L -Z W = a; j C ¢ 0 7 vim▪ - ' - c' xQ O 00g - c) E �_ t) cEc` o �? jq " 8U` Z.._rj yG IIoo . 8 4 L T y h •3•°t 0 . .- V e 2— U Z d a 3 4 .� v o 8 ,�1 U J y t E1 a Z. 2 Q_� C la;- I.; Eec F. 'f ° ,c C c 0 E �¢ � � _ Ils y a E 0 to g v Am t C oho ' - V" ^� ov �� Cai, C �� _ _ o O �4 ° EH Q . fie, n uqV m CCc.5 Z o Q V 'L c ,r.,, a c 3E�° Z w O 0 E >-1- � .r � ° i j tier 2 pu55 Q O F- r- Z v J I— 9 c. V n H t.. L1 pi 0 U �/ c lc ~ H LL ~ J !!— • 7 m R V C C Q �• c 4 5 L.0 7 t'c 0 O p a s r h o F., a 1a O O can c to U<.Y �fs: d c u c rPI rc Q a U LI 2 :� o`` u ec, Y L �ttz W e c E o ��o "0�iv E c I— a=i-r.ix W ° c W.LI o m - S _u173 0.2 0 � 'w W �c a �▪V C p P e. ti c _.a 7.= ^ G C g e.: © D L c _ 2- . z F a ' w C; r ° -5 '8 L.=• a L COiGCvI (...1 : E Z5 Qe•=.oes< 4 ¢ 7i 'ii-- c• L w as�a N t•a� ..., •r. N .o $4 r CL < c so E p aE w" E H C'V w G tel is, z O1— u r cn v> vi v, v> vi L a Q.. n-- Z C) LLi c a�} G G c M 4 ^n u a ,7 I . f� > >- .8 c - 0 E cc ' < •O ao25c Q, ..' 0 bn sn w ve O vT 8 0 = il O• c c �� Z •{' v v auLU O� V u o V cl H i 9 a r < V 22 O a_ p O Q C W G C' W ° C ® b Q 0 • O C ` 0 O w 0 E 01 r o 8 71 d C !- . Cd7 w L9 - = p1"�m a C C 0 y0j 0 1 3 '�i d W ¢ Z ,,, ° .,� O n Q m 3 < C • F- U Cl ot10. c o l P ul c C O G c a d CZ � ._`.'A C7 O C E W 4v N w - ti _ .: 4li ° U 3 �a `o, ImmimiC u O .. = co 142 W 3 + in t ` -J I,U en a w z ti w o 8 ° t'9.W Ccx 1-- Li 2 w O J 'w W .c 6 ti is 0. s y m S f s Q .y v U Z w e = e A 4 a. ,�„ CC u 5' v } c$�u V J Z E -1 < U O C2 II El < , w t- w O „o ` ie a.. O CX c c < S < U ; `' x w Z2 d' , Z U 14 cc < E ° 1 a LL Z .�� CC W O F v v e F � N z ' V a--. Q C Ot•l0Z0 � te � •a i- C -J c..> m < 0 S tom' Qa'co' - u_ U < < . rj ri v ui ui cc; ai U I— L z 0 < a n H § ) k{- - Z� �|fa §\ % |t § �■f 2f3 \_ kk! k\\ �(- /� Ea- d r&) / r C F. §�ƒ u , ®( - ;k _ / • 1-! | § k E 7Q c zk , o , f 2 a / -§}\ $$. § \ \ $ 00 £ / a u � �^ Ik� & < ƒ & _ §§ - - } /fa}\ )Eo\ k \\ *§)5 < 2\, \( / ' / ) mot 0 ! E8 § k.( N :t o Ci, . \ } ) f\/ 111 _ ) » � ! ' §§ \�k (/ f 222 f §j§ M §§ _ § ! - O �<` _- ' (i� % 22o LD (\ E f k}! k L. E (Q7 !- � } v \\ .o §ai \� \ (� 0 k}) � k LI 5 • — ; a ] 2z_ J fa0 V E s §& , i Zt SE 0 TS@5 � - CI \ § } / - • �eo Cl.) - 8 «] ' � co k%) « Q - ` z R c = cil \\// � � a. \ / )�/ : ��\ K\ ) 6 02 .- 4 2 \§ 32 § E��k 2 \/\ � 2 77 11�t /7)- k Bk�8 ' :I V \ \ \\\ • j 1 "= \ x — 0 «3EB SECTION U CHILD SUPPORT CERTIFICATION TEXAS FAMILY CODE,SECTION 231.006 INELIGIBILITY TO RECEIVE STATE GRANTS,LOANS OR RECEIVE PAYMENT ON STATE CONTRACTS A child support obligor who is more than 30 days delinquent in paying child support and a business entity in which the obligor is a sole proprietor,partner,shareholder,or owner with an interest of at least 25 percent is not eligible to receive payments from state funds under a contract to provide property,materials or services,or receive a state-funded grant or loan until: 1. All arrearages have been paid; 2. The obligor is in compliance with a written repayment agreement or court order as to any existing delinquency;or 3. A court-ordered exemption has been granted. CERTIFICATION STATEMENT Under Section 231.006,Family Code,the vendor or applicant certifies that the individual or business entity named in this contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledge that this contract may be terminated and payment may be withheld if this certification is inaccurate. I,the undersigned,hereby certify that I am in compliance with the Texas Family Code,Section 231.006. AGREED TO BY: CONTRACTOR By: Name: Title: Date: SECTION V Bid Protests. (1) Notice of Protest. A vendor wishing to protest any aspect of the procurement process must do so in writing and submit to the Purchasing Manager. The written protest should include, at a minimum: • Both the name and address of the protestor, as well as the vendor they represent, if different. • The name of the bid being protested. • A statement of the grounds for protest and any supporting documentation. A protest may be submitted to the Purchasing Manager no later than five (5) working days after award. (2) Staff Review. A protest must be in writing and supported by sufficient information in order to be considered. A decision and response to the protest will be prepared by the Purchasing Manager or his designee, in consultation with the department and the City Attorney,within fifteen(15) days of receipt of the protest. Within the fifteen(15) day time period,the City will: • Allow for informal conference on the merits of the protest with all interested parties. • Allow for reconsideration if data becomes available that was not previously known, or if there has been an error of law or regulation. • Render a decision supporting or canceling the award, such decision shall be in the form of a staff recommendation. (3) Appeals. If the protesting vendor does not agree with staff recommendation, they may appeal to the City Council by contacting the City Secretary. Staff recommendations will be made available for public review prior to consideration by the City Council. Reporting of Anticompetitive Practices. When for any reason collusion or other anticompetitive practices are suspected among any bidders or offerors, a notice of the relevant facts shall be transmitted to the Attorney General. Retention of Procurement Records. All procurement records shall be retained and disposed of in accordance with records retention guidelines and schedules approved by the City Council. All procurement records must be made available to the City Secretary in order to remain in compliance with the City's Records Retention Schedule. SECTION W PLAQUE SPECIFATIONS 1. BRONZE MEMORIAL PLAQUE 2. WIDTH: 24INCH 3. HEIGHT :24 INCH PLACE THE FOLOWING ON THE PLAQUE Thurman "Bill" Bartie", Mayor Ingrid Holmes Councilmember District 1 Cal Jones Councilmember District 2 Thomas Kinlaw Councilmember District 3 Kenneth Marks Councilmember District 4 Charlotte Moses Councilmember Position 7 Donald Frank,Jr., Councilmember Position 8 Ronald Burton, City Manager Sherri Bellard, City Secretary Valecia Tizeno, City Attorney Ivan Mitchell, Director of Transit Suutex Inc., Engineer