Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPR 24048: AWARDING A CONTRACT TO DANIELS BUILDING AND CONSTRUCTION , INC. FOR THE OPERATIONS CENTER INTERIOR RENOVATIONS tir; 4 11
•
l err/ rth
w.vww.PortArthurTx.eov
INTEROFFICE MEMORANDUM
Date: November 21,2024
To: The Honorable Mayor and City Council
Through: Ronald Burton,CPM,City Manager
From: Flozelle C.Roberts..EIT,MEng,MBA,CPIvt,Director of Public Works
RE: P.R.No.24048—Awarding a Contract to Daniels Building and Construction,
Inc.for the Operations Center Interior Renovations
Introduction:
Staff recommends that the City Council adopt Proposed Resolution No.24048,which authorizes
the City Manager to execute a contract with Daniels Building and Construction,Inc.of Beaumont,
Texas,for the interior renovations at the Operations Center for$1,434,548.00.
Background:
The Operations Center(Center)houses the Public Works Department's staff and the Parks and
Recreation Department's field staff. The Center, built in 1966,requires numerous renovations
to the building's interior to make it a more conducive work area. Renovations include adding
ADA components to the men's locker room,repairing the men's and women's restrooms,adding
privacy components to the men's restrooms,cleaning and repainting office walls and flooring,
and moving the unused generator from City Hall to the Censer.
Long Architecture of Beaumont,Texas,designed the renovations,and the project was advertised
for bids on July 27 and August 3,2024.
"Remember,we are here to se the Citizens of Port A rthur"
444 41h Street X Port Arthur.Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294
The City received one(I)sealed bid on September 18,2024.Long Architecture determined that
Daniels Building and Construction, Inc. (Daniels Construction)of Beaumont,Texas,was the
sole responsible bidder, with a bid of$ 1,529,991.00 and 182 working days. Daniels
Construction completed value engineering efforts and provided a summary of options for cost
reduction.Staff recommends providing the contractor with unobstructed access to the building,
reducing the hid price by$95,443.00 to$1,434,548.00.
Budget Impact:
Funding is available in the FY24-25 Capital Improvement Fund Public Works Administration
Buildings Account,307-21-049-8512-00-10-000,Project Number B00001-CON.
Recommendation:
Staff recommends the City Council's approval of P.R.24048 authorizing the execution of a
contract with Daniels Building and Construction,Inc.of Beaumont,Texas,for the Operations
Center's interior renovations as outlined above.
w�••••••••.1 w
•
"Remember,we ore here to serve the Citizens of Pori Arthur"
P.O.ttox 1089 DY Part Arthur.Texas 77641-1089 O 409..983.8101 X. FAX 409.982.6743
P.R.No.24048
11/21/2024 FCR
Page 1 of 3
RESOLUTION NO._
A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A
CONTRACT WITH DANIELS BUILDING AND CONSTRUCTION,INC.OF
BEAUMONT, TEXAS, FOR THE OPERATIONS CENTER BUILDING
INTERIOR RENOVATIONS WITH A PROJECTED BUDGETARY IMPACT
OF $1,434,548.00. FUNDING IS AVAILABLE IN THE FY24-25 CAPITAL
IMPROVEMENT FUND PUBLIC WORKS ADMINISTRATION BUILDINGS
ACCOUNT,307-21-049-8512-00-10-000,PROJECT NUMBER BU0001-CON.
WHEREAS, the Operations Center houses the Public Works Department's staff and the
Parks and Recreation Department's field staff'; and,
WHEREAS, the building requires numerous renovations to its interior, including adding
ADA components to the men's locker room, repairing the men's and women's restrooms, adding
privacy components to the men's restrooms, cleaning and repainting office walls and flooring, and
moving the unused generator from City Hall to the Center; and,
WHEREAS, Long Architecture of Beaumont,Texas, designed the renovations; and,
WHEREAS,the City of Port Arthur's Purchasing Department advertised for bids on July 27
and August 3, 2024 (see Exhibits A and B); and,
WHEREAS, Daniels Building and Construction, Inc. of Beaumont, Texas, was the sole
responsive bidder on September 18,2024,with a bid of$1,529,991.00 with 182 working days (see
Exhibit C); and,
WHEREAS, Daniels Construction completed value engineering efforts and provided a
summary of options for cost reduction.Staff recommends providing the contractor with unobstructed
P.R.No.24048
11/21/2024 FCR
Page 2 of 3
access to the building,reducing the bid price by$95,443.00 to$1,434,548.00(see Exhibit D);now,
therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR,
TEXAS:
THAT, the facts and opinions in the preamble are true and correct; and,
THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to
execute,on behalf of the City,a contract between the City of Port Arthur and Daniels Building and
Construction, Inc. of Beaumont, Texas, for $1,434,548.00 for the Operations Center interior
renovations in substantially the same form as attached as Exhibit B; and,
THAT,funding for this contract is available in FY24-25 account number 307-21-049-8512-
00-10-000, Project Number BU0001-CON; and,
THAT, a copy of the caption of this resolution be spread upon the minutes of the City
Council.
READ,ADOPTED,AND APPROVED,this day of ,2024
AD, at a regular meeting of the City Council of the City of Port Arthur, Texas, by the following
vote:AYES:Mayor: Councilmembers:
NOES:
Thurman Bill Bartie
Mayor
P.R.No.24048
11/21/2024 FCR
Page 3 of 3
ATTEST:
Sherri Bellard,TRMC
City Secretary
APPROVF .
S
Roxann Pais Cotroneo,Esq.
City Attorney
0')a VED FOR ADMINISTRATION:
r, L L ,in 40
Ronald Burton,CPM C '1
City Manager
trit' la-/,,a6.-0.-6Pot-Zi2A-&-2
Flozel/ C.Roberts,EIT,MEng,MBA,CPM
Director of Public Works
APPROVED AS TO THE AVAILABILITY OF FUNDS:
1 1
4-- 1, Li.ii,6.%t—
Clifton E. illiams,Jr.,CPPB
Purchasing Manager
yn a Boswell,ICMA-CM,MA
Director of Finance
P. R.24048
Exhibit
A
CITY OF PORT ARTHUR
Request for Bids
• Public Works Operation Center Interior
Renovations
July 27, 2024 August 3,2024
PUBLIC NOTICE
_ ..:_,;;,,`1g'p CITY OF PORT ARTHUR,TAWS
• ADVERTISEMENT FOR BID '
Notice Is hereby given that seated 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,August 14,2024 and all bids received will thereafter be opened
and reed aloud at 9:15 p.m.,on Wednesday,August 14,2024 in the City Council Chambers,5th
Floor,City Hall.Port Arthur,Texas for certain services briefly described as:
PUBLIC WORKS OPERATION CENTER INTERIOR RENOVATIONS
Bids received after the deadline stated above.regardless of method of delivery,will not be considered
i'anti ritumed unopened.-
•
Copies of the Specifications and other Contract Documents are on file In the Purchasing Office.444 ,
. 4th Street.City of PortArthur.and are open for public Inspection without charge.They can also bet
retrieved from the City's website at wwwportarthur net or www.publicpurchase.com.
1
NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR WEDNESDAY,AUGUST 7,2024AT!
' 11:00'A.M'AT THE OPERATION CENTER LOCATED AT 201 WEST,H.0 MILLS,PORT:ARTHUR,
r TEXAS. . . • _
•
I The City of Port Arthur reserves the right to reject any and ail bids and to waive informalities.
I Per Chapter 2 Artlde VI Sec.2-262(C)of the City's Code of Ordinance,the City Council shatl.not
award a contract to a company that is in arrears In Its obligations to the City, `
PUBLIC NOTICE
ti I CITY OF PORT ARTHUR,TEXAS
Clifton Gfams I ADVERTISEMENT FOR BID •
Purchasing manager
sealed bids,addressed to the City of Port Arthur,will be received at the ;
v„tirvrcrre-v,ry. ,lCrdTy,City Hall 444 4th Street or P.O.Box 1089,Port Arthur,Texas 77641 no
later than 3:00 p.m.,Wednesday,August 14,2024 and all bids received will thereafter be opened
and read aloud at 3:15 p.m.,on Wednesday,August 14,2024 in the City Council Chambers,5th
Floor,City Hall,Port Arthur,Texas for certain services briefly described as:
•
PUBLIC WORKS OPERATION CENTER INTERIOR RENOVATIONS
Bids received after the deadline stated above,regardless of method of delivery,will not be considered
i 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.portarthur.net or www.publicpurchase.00m.
NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR WEDNESDAY,AUGUST 7,2024 AT
11:00 A.M.AT THE OPERATION CENTER LOCATED AT 201 WEST H.0 MILLS.PORT ARTHUR,
TEXAS
The City of Port Arthur reserves the right to reject any and all bids and to waive Informalities.
Per Chapter 2 Article VI Sec.2-262(C)of the City's Code of Ordinance,the City Council shall not
award a contract to a company that is in arrears in its obligations to the City.
Clifton Williams
Purchasing Manager.... _ _
- -. ,__
P. R.24048
Exhibit
B
BID PACKAGE
FOR
PUBLIC WORKS OPERATION CENTER
INTERIOR RENOVATIONS
4
City of C'ir'
/ ' A
4-1
ort rthur
-texas
BID NUMBER P24-056
THURMAN BILL BARTIE,MAYOR RONALD BURTON
TIFFANY HAMILTON,MAYOR PRO TEM CITY MANAGER
COUNCIL MEMBERS: SHERRI BELLARD,TRMC
WILLIE BAE LEWIS City of CITY SECRETARY
DONEANE BECKCOM
HAROLD L.DOUCET,SR VAL TIZENO
THOMAS KINLAW III - CITY ATTORNEY
DONALD FRANK,SR. o r t r t h u r
Tee a.r
November 15, 2023
INVITATION TO BID
PUBLIC WORKS OPERATION CENTER INTERIOR RENOVATIONS
DEADLINE: Sealed Bid submittal must be received and time stamped by 3:00 p.m., Central
Standard Time, Wednesday, August 14, 2024. (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, August 14, 2024 in the City Council Chambers, City Hall, 5th Floor, Port
Arthur, TX. You are invited to attend.
MARK ENVELOPE: P24-056
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 writin,to:
City of Port Arthur, TX
Clifton Williams, Purchasing Manager
P.O. Box 1089
Port Arthur, TX 77641
clifton.williams(a portarthurtx.gov
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.
e66'kt. 6)4ge.a4lta-
Clifton Williams
Purchasing Manager
CONTRACT DOCUMENTS AND TECHNICAL SPECIFICATIONS
For Construction of
PUBLIC WORKS OPERATION CENTER INTERIOR
To Serve
The CITY OF PORT ARTHUR
PORT ARTHUR,TEXAS
(Non-Federally Funded Project)
TABLE OF CONTENTS
A. CONSTRUCTION CONTRACT
AGREEMENT
B. ADVERTISEMENT FOR BIDS
C. INFORMATION TO BIDDERS
D. BID
E. BID BOND
F. GENERAL CONDITIONS
G. TECHNICAL SPECIFICATIONS
H. PAYMENT BOND
I. PERFORMANCE BOND
J. NOTICE OF AWARD
K. NOTICE TO PROCEED
L. INSURANCE
M. QUALIFICATION STATEMENT
N. NON-COLLUSION AFFIDAVIT
O. AFFIDAVIT
P. CONFLICT OF INTEREST
Q. SB 252 CHAPTER 2252 CERTIFICATION
R. HOUSE BILL 89 VERIFICATION
DRAWING
Page 1 of 1
SECTION A
CONSTRUCTION CONTRACT AGREEMENT
CONSTRUCTION CONTRACT
AGREEMENT
THIS AGREEMENT,made this day of ,A.D. 2024,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 Daniel Building & Construction, Inc. hereinafter
called"CONTRACTOR".
WITNESSETH: That for and in consideration of the payments, terms, conditions, and
agreements set forth herein, OWNER and CONTRACTOR agree as follows:
1. The CONTRACTOR will commence and complete the Public Works Operation Center
Interior Renovations
2. The CONTRACTOR will furnish at his own expense all of the materials, supplies, tools,
equipment, labor, and other services necessary for the construction and completion of the
Project described herein.
3. The CONTRACTOR will commence the work required by the Contract Documents on or
before a date to be specified in the Notice to Proceed and will complete the same within 182
consecutive calendar days as specified in the Notice to Proceed, including, but not limited
to, all Saturdays, Sundays and Federal, State, and City holidays unless the period for
completion is extended otherwise by the Contract Documents.
4. The CONTRACTOR agrees to perform all of the Work described in the Contract Documents
and comply with the terms therein for the sum of $1,434,548.00 , or as shown in
the Bid Schedule.
5. The term "CONTRACT DOCUMENTS" means and includes the following:
(A) Construction Contract Agreement
(B) Advertisement For Bids
(C) Information To Bidders
(D) Bid
(E) Bid Bond
(F) General Conditions
(G) Specifications
(H) Payment Bond
(I) Performance Bond
(J) Notice Of Award
(K) Notice To Proceed
(L) Insurance
(M) Qualification Statement
(N) Non-Collusion Affidavit
(0) Affidavit
(P) Conflict Of Interest
(Q) Sb 252 Chapter 2252 Certification
(R) House Bill 89 Verification
(S) Supplemental General Conditions
Addenda:
No. 1, dated August 9th,2024.
No. 2, dated August 26th2024.
No. 3, dated August 30th,2024.
No. 4, dated August 30th, 2024.
No. 5, dated September 9 th,2024.
No. 6, dated September 13th, 2024.
6. The OWNER will pay the CONTRACTOR in the manner and at such times as outlined in
the General Conditions, such amounts as required by the Contract Documents.
7. This Agreement shall be binding upon all parties hereto and their respective heirs, executors,
administrators, successors, and assigns.
IN WITNESS WHEREOF, the Parties hereto have executed, or caused to be executed by their
duly authorized officials, this Agreement in two (2) copies, each of which shall be deemed an
original on the date first above written.
OWNER:
City of Port Arthur
BY:
CONTRACTOR: NAME:
TITLE:
BY:
NAME:
ADDRESS:
[CORPORATE SEAL]
ATTEST:
NAME:
SECTION B
ADVERTISEMENT FOR BIDS
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,August 14, 2024 and all bids received will thereafter be opened and read aloud at 3:15 p.m.,
on Wednesday, August 14, 2024 in the City Council Chambers, 5th Floor, City Hall, Port Arthur, Texas for
certain services briefly described as:
PUBLIC WORKS OPERATION CENTER INTERIOR RENOVATIONS
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.
NON MANDATORY PRE-BID MEETING IS SCHEDULED FOR WEDNESDAY,AUGUST 7, 2024 AT
11:00 A.M. AT THE OPERATION CENTER LOCATED AT 201 WEST H. 0 MILLS,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.
rL & u
2415-
Clittern Williams
Purchasing Manager
FIRST PUBLICATION: July 27, 2024
SECOND PUBLICATION: August 3, 2024
SECTION C
INFORMATION TO BIDDERS
INFORMATION TO BIDDERS
NOTE: It is extremely important that the Vendor, Bidder, and/or Contractor furnish the
City of Port Arthur the required information specified in Bid or Proposal Specifications
listed in this Bid Package.
All bids meeting the intent of this request for bid will be considered for award. BIDDERS
TAKING EXCEPTION TO THE SPECIFICATIONS, OR OFFERING SUBSTITUTIONS,
SHALL STATE THESE EXCEPTIONS BY ATTACHMENT AS PART OF THE BID. The
absence of such a list shall indicate that the bidder has not taken exceptions and the City shall hold
the bidder responsible to perform in strict accordance with the specifications of the invitation. The
City reserves the right to accept any and all or none of the exception(s)/substitutions(s) deemed to
be in the best interest of the City of Port Arthur.
ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any
interlineations, alteration, or erasure made before opening time must be initialed by the signer of
the bid, guaranteeing authenticity.
BID AWARD: The City of Port Arthur will review all bids for responsiveness and compliance
with these specifications. The award shall be made to the responsive, responsible bidder who
submits the best value bid.
The City reserves the right to:
1. Reject any and all bids and to make no award if it deems such action to be in its best interest.
2. Award bids on the lump sum or unit price basis, whichever is in the best interest of the
City.
3. Reject any or all bids and to waive informalities or defects in bids or to accept such bids as
it shall deem to be in the best interests of the City.
TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this ITB, the terms "Bid" and
Proposal" shall be equivalent.
Bidders are cautioned to read the information contained in this ITB carefully and to submit a
complete response to all requirements and questions as directed.
CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire
(Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to
the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain
information concerning persons doing business or seeking to do business with the City of Port
Arthur, including affiliations and business and financial relationships such persons may have with
City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission
website: 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 RFP,you acknowledge that you have been notified of the requirements of Chapter
176 of the Texas Local Government Code and you are representing that you in compliance with
them.
Any information provided by the City of Port Arthur is for information purposes only. If
you have concerns about whether Chapter 176 of the Texas Local Government Code applies
to you or the manner in which you must comply,you should consult an attorney.
ETHICS:The bidder shall not offer or accept gifts or anything of value nor enter into any business
arrangement with any employee, official or agent of the City of Port Arthur.
MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS:A prospective
bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the
following requirements:
1. Be able to comply with the required or proposed delivery schedule.
2. Have a satisfactory record of performance.
3. Have a satisfactory record of integrity and ethics.
4. Be otherwise qualified and eligible to receive an award.
5. Be engaged in a full time business and can assume liabilities for any performance or
warranty service required.
6. The City Council shall not award a contract to a company that is in arrears in its obligations
to the City.
7. No payments shall be made to any person of public monies under any contract by the City
with such person until such person has paid all obligations and debts owed to the City, or
has made satisfactory arrangements to pay the same.
ADDENDA: Any interpretations, corrections or changes to the ITB and Specifications will be
made by addenda. Sole issuing authority of addenda shall be vested in the City of Port Arthur
Purchasing Manager. The City assumes no responsibility for the bidder's failure to obtain and/or
properly submit any addendum. Failure to acknowledge and submit any addendum may be cause
for the bid to be rejected. It is the vendor's responsibility to check for any addendums that might
have been issued before bid closing date and time.
PRICES: The bidder should show in the proposal both the unit price and total amount, where
required,of each item listed. In the event of error or discrepancy in the mathematics,the unit price
shall prevail.
PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the
successful bidder. The purchase order number must appear on all itemized invoices.
INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Accounts
Payable,P.O. Box 1089,Port Arthur, Texas 77641.
PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the
goods or services by the City of Port Arthur,in accordance with the State of Texas Prompt Payment
Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30
days from the date of the invoice.
SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and
Federal Excise Tax; therefore the proposal shall not include Sales Tax.
VENUE: This agreement will be governed and construed according to the laws of the State of
Texas. This agreement is performable in Port Arthur, Texas, Jefferson County.
COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws,
ordinances,rules,orders,regulations and codes of the federal,state and local governments relating
to performance of work herein.
INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no
other officer, employee or agent of the City who exercises any functions or responsibilities in
connection with the planning and carrying out of the program, shall have any personal financial
interest,direct or indirect,in this Contract;and,the Contractor shall take appropriate steps to assure
compliance.
DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances
prohibits the City from granting any license, privilege or paying money to any-one owing
delinquent taxes, paving assessments or any money to the City until such debts are paid or until
satisfactory arrangements for payment has been made. Bidders must complete and sign the
AFFIDAVIT included as part of this ITB.
QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically
understood and agreed that these quantities are approximate and any additional quantities will be
paid for at the quoted price. It is further understood that the contractor shall not have any claim
against the City of Port Arthur for quantities less than the estimated amount.
SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX
77640
INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause
required by law to be inserted into the Contract shall be deemed to be enacted herein and the
Contract shall be read and enforced as though each were included herein. If, through mistake or
otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be
amended to make such insertion on application by either party.
CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike
manner,perform all work and furnish all supplies and materials, machinery, equipment, facilities
and means, except as herein otherwise expressly specified, necessary or proper to perform and
complete all the work required by this Contract,in accordance with the provisions of this Contract
and said specifications.
The apparent silence of these specifications as to any detail or to the apparent omission from it of
a detailed description concerning any point shall be regarded as meaning that only the best
commercial practices are to prevail.
While the purpose of the specifications is to indicate minimum requirements in the way of
capability,performance, construction, and other details, its use is not intended to deprive the City
of Port Arthur the option of selecting goods which may be considered more suitable for the purpose
involved.
In the event of conflicts between the written bid proposal and information obtained verbally, the
vendor is specifically advised that the written bid proposal will prevail in the determination of the
successful bidder.
Under the Title VI of the Civil Rights Act of 1964,no person shall, on the grounds of race, color,
or national origin, be excluded from participation in,be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a
timely and proper manner his obligations under this contract,or if the Contractor shall violate any
of the covenants,agreements or stipulations of this contract,the City shall thereupon have the right
to terminate this contract by giving written notice to the Contractor of such termination and
specifying the effective date thereof, at least fifteen (15) days before the effective date of such
termination. Notwithstanding the above,the Contractor shall not be relieved of liability to the City
for damages sustained by the City by virtue of any breach of the contract by the Contractor, and
the City may withhold any payments to the Contractor for the purpose of set-off until such time as
the exact amount of damages due the City from the Contractor is determined.
TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time
giving at least thirty(30)days notice in writing to the Contractor. If the Contract is terminated by
the City as provided herein,the Contractor will be paid for the service that it has performed up to
the termination date. If this contract is terminated due to fault of the Contractor, the previous
paragraph hereof relative to termination shall apply.
RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require
the Contractor to furnish releases or receipts for any or all persons performing work and supplying
material or service to the Contractor, or any sub-contractors for work under this contract, if this is
deemed necessary to protect its interests.
CARE OF WORK: The Contractor shall be responsible for all damages to person or property
that occurs as a result of his fault or negligence in connection with the work performed until
completion and final acceptance by the City.
SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or
permit any sub-contractor to perform any work included in this Contract until he has received from
the City of Port Arthur written approval of such agreement.
INSURANCE: All insurance must be written by an insurer licensed to conduct business in the
State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense,
purchase, maintain and keep in force insurance that will protect against injury and/or damages
which may arise out of or result from operations under this contract,whether the operations be by
himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or
by anyone for whose acts any of them may be liable,of the following types and limits
1. Standard Worker's Compensation Insurance:
2. Commercial General Liability occurrence type insurance City of Port Arthur, its
officers, agents, and employees must be named as an additional insured):
a. Bodily injury $500,000 single limit per occurrence or$500,000 each
person/$500,000 per occurrence for contracts of$100,000 or less; or
Bodily injury$1,000,000 single limit per occurrence or$500,000 each
person/$1,000,000 per occurrence for contracts in excess of$100,000; and,
b. Property Damage $100,000 per occurrence regardless of contract amount; and,
c. Minimum aggregate policy year limit of$1,000,000 for contracts of
$100,000 or less; or, Minimum aggregate policy year limit of$2,000,000
for contracts in excess of$100,000.
3. Commercial Automobile Liability Insurance(Including owned, non-owned and
hired vehicles coverage's).
a. Minimum combined single limit of$500,000 per occurrence, for bodily
injury and property damage.
b. If individual limits are provided,minimum limits are$300,000 per person,
$500,000 per occurrence for bodily injury and $100,000 per occurrence for
property damage.
Contractor shall cause Contractor's insurance company or insurance agent to fill in all information
required (including names of insurance agency, contractor and insurance companies, and policy
numbers,effective dates and expiration dates)and to date and sign and do all other things necessary
to complete and make into valid certificates of insurance and pertaining to the above listed items,
and before commencing any of the work and within the time otherwise specified,Contractor shall
file completed certificates of insurance with the Owner.
None of the provisions in said certificate of insurance should be altered or modified in any respect
except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should
contain a provision that coverage afforded under the policies will not be altered, modified or
canceled unless at least fifteen (15) days prior written notice has been given to the City of Port
Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF
INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as
the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be
filed with the City of Port Arthur not more than ten(10)days after execution of this Contract.
NOTICE TO PROCEED: Notice to Proceed shall be issued within ten(10)days of the execution
of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued
within such period, the time may be extended by mutual agreement between OWNER and
CONTRACTOR.
CELL PHONE OR PAGER: The Contractor must have a working cell phone or pager available
Monday through Friday from 8:00 a.m. to 5:00 p.m. so that the City will be able to contact the
contractor.
INDEMNIFICATION: The CONTRACTOR shall defend, indemnify, and hold harmless the
OWNER and the Engineer and their respective officers, agents, and employees, from and against
all damages, claims, losses, demands, suits,judgments, and costs, including reasonable attorney's
fees and expenses arising out of or resulting from the performance of the work,provided that any
such damages, claim, loss, demand, suit,judgment,cost or expense:
Is attributable to bodily injury, sickness,disease, or death or to injury to or destruction of tangible
property(other than the work itself)including the loss of use resulting there from.
Is caused in whole or in part by any negligent act or omission of the CONTRACTOR, or
Subcontractor, anyone directly or indirectly employed by any one of them or anyone for whose
acts any of them may be liable, regardless of whether or not it is caused in part by a party
indemnified hereunder.
The obligation of the CONTRACTOR under this Paragraph shall not extend to the liability of the
Engineer, his agents or employees arising out of the preparation or approval of maps, drawings,
reports, surveys, Change Orders, designs or Specifications, or the giving of or the failure to give
directions or instructions by the Engineer,his agents or employees,provided such giving or failure
to give is the primary cause of the injury or damage.
DELAYS: The CONTRACTOR shall receive no compensation for delays or hindrances to the
work, except when direct and unavoidable extra cost to the CONTRACTOR is caused by the
failure of the CITY to provide information or material, if any, which is to be furnished by the
CITY. When such extra compensation is claimed, a written statement thereof shall be presented
by the CONTRACTOR to the Engineer and,if by him found correct,shall be approved and referred
by him to the Council for fmal approval or disapproval;and the action thereon by the Council shall
be final and binding. If delay is caused by specific orders given by the Engineers to stop work,of
by the performance of extra work, or by the failure of the CITY to provide material or necessary
instructions for carrying on the work, then such delay will entitle the CONTRACTOR to an
equivalent extension of time,his application for which shall,however, be subject to the approval
of the City Council;and no such extension of time shall release the CONTRACTOR or the Surety
on his performance bond from all his obligations hereunder which shall remain in full force until
the discharge of the Contract.
MAINTENANCE OF WORK: After approval of final payment and prior to expiration of one
(1)year after date of Substantial Completion or such longer period as may be prescribed by law or
by any applicable special guarantee required by the Contract Documents, any work is found to be
defective, CONTRACTOR shall promptly, without cost to OWNER and in accordance with the
OWNER'S written instructions, correct such defective work. If CONTRACTOR does not
promptly comply with such instructions,OWNER may have such defective work corrected and all
direct and indirect costs of such removal and replacement, including compensation for additional
professional services, shall be paid by CONTRACTOR.
ANTITRUST: CONTRACTOR hereby assigns to OWNER any and all claims for overcharges
associated with this Contract which arise under the anti- trust laws of the United States, 15
U.S.C.A. Sec. 1, et seq. (1973).
DELAY,DISRUPTION OR OTHER CLAIMS: Any claim by the CONTRACTOR for delay,
disruption or any other claim shall be based on a written notice delivered to the CITY and to the
ENGINEER promptly(but in no case later than ten(10)calendar days)after the occurrence of the
event giving rise to the claim and stating the general nature of the claim. Within ten(10)calendar
days of delivering said notice, the CONTRACTOR shall deliver to the CITY and to the
ENGINEER notice of the amount of the claim and specific and detailed support documentation
and data on the impact claimed. Further, the CONTRACTOR shall furnish on a continuing basis
all of the documents that in any way are purported to support the damages, costs, expenses and
impact of the claim event. The CONTRACTOR'S failure to fully comply with any of these
requirements with respect to any claim shall constitute a complete and final waiver of said claim.
MUTUAL RESPONSIBILITY OF CONTRACTOR'S: If, through acts of neglect on the part
of the CONTRACTOR, any other CONTRACTOR or any Subcontractor shall suffer loss or
damage on the work, the CONTRACTOR agrees to settle with such other CONTRACTOR or
Subcontractor by agreement or arbitration if such other CONTRACTOR Subcontractor will so
settle. If such other CONTRACTOR or Subcontractor shall assert any claim against the OWNER
on account of any damage alleged to have been sustained, the OWNER shall notify the
CONTRACTOR,who shall indemnify and safe harmless the OWNER against any such claim.
SB 252 AND HB 89: Contract must the requirements of these bills. Contractor will have to sign
agreement before NTP or PO are generated.
BID SECURITY AND LIOUIDATED DAMAGES:
Bids shall be accompanied by a bid guarantee of not less than five percent(5%) of the amount of
the total bid which shall be a Certified Check or Cashier's check payable without recourse to the
City of Port Arthur(CITY), or a bid bond with corporate surety authorized to conduct business in
Texas. Said security shall be submitted with the understanding that it shall guarantee that the
Bidder will not withdraw his bid within sixty (60) days after the date of the opening of the bids;
that if a bid is accepted, the bidder will enter into a formal Contract with the CITY, furnish bonds
and insurance as may be required and commence work at the specified time, and that in the event
of the withdrawal of said bid within said period, or the failure to enter into said Contract, furnish
said bonds and insurance and commence work within the time specified,the Bidder shall be liable
to the CITY for the difference between the amount specified in the bid in the amount for which
the CITY may otherwise procure the required work. Checks of all except the three lowest
responsible Bidders will be returned when award is made; when the Contract is executed, the
checks of the two remaining unsuccessful bidders will be returned; that of the successful Bidder
be returned when formal Contract, bonds and insurance are approved, and work has commenced
within the time specified.
The Bidder to whom the award is made shall execute and return the formal Contract with the CITY
and furnish Performance and Payment Bonds and required Insurance Documents within ten (10)
days after the prescribed forms are presented to him for signature. Said period will be extended
only upon written presentation to the CITY,within said period,of reasons which the sole discretion
of the CITY, justify an extension. If said Contract, bonds and insurance Documents are not
received by the CITY within said period or if work has not been commenced within the time
specified, the CITY may proceed to have the work required by the Plans and Specifications
performed by any means at its command,and the bidder shall be liable to the CITY for any excess
cost to the CITY over bid amount. Further, the bid guarantee shall be forfeited to the CITY as
liquidated damages and Bidder shall be liable to the CITY for an additional amount of five percent
(5%)of the bid amount as liquidated damages without limitation.
The CITY, within ten (10) days of receipt of acceptable Performance and Payment bonds,
insurance documents and Contract signed by Bidder to whom Contract was awarded, shall sign
and return executed duplicate of the Contract to said party. Should the CITY not execute the
Contract within such period, the Bidder may, by written Notice to CITY, withdraw his signed
Agreement.
TIME OF COMPLETION AND LIQUIDATED DAMAGES: Timely completion of a project
is extremely important to the CITY. Bidder must agree to commence work on or before a date to
be specified in a written"Notice to Proceed" issued by the CITY and to fully complete the project
within 90 calendar days.
Failure of the CONTRACTOR to complete the Work within the time allowed will result in damages
being sustained by the CITY. It is agreed and understood that it would be impractical and extremely
difficult to ascertain the amount of actual damage the CITY might sustain by reason of breach of
the agreement; therefore the amount stated is expressly agreed upon as liquidated damages and is
not intended by the parties to be a penalty. As such, liquidated damages of$500.00 per day will
be imposed for each calendar day the service delivery date is exceeded.
By submittal of Bid on the project,and by execution of the Contract by the CONTRACTOR awarded
the project shall constitute an agreement by the CITY and CONTRACTOR that$500.00 per day is
the minimum value of the costs and actual damage caused by the failure of the CONTACTOR to
complete the Work within the allotted time. Such sum is liquidated damages and shall not be
construed as a penalty,and may be deducted from payments due the Contractor if such delay occurs.
PERFORMANCE AND PAYMENT BOND REQUIREMENTS: Per Government Code
Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is
required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is
required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount
of one hundred percent (100%) of the contract price with corporate surety duly authorized to do
business in the State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a
certified and effective date copy of their Power of Attorney.
SECTION D
BID
CITY OF PORT ARTHUR, TEXAS
BID SHEET
BID FOR: PUBLIC WORKS OPERATION CENTER INTERIOR REPAIRS
18
BID DUE DATE: SEPTEMBER-47 2024
ITEM # DESCRIPTION NUMBER OF DAYS TOTAL COST
PUBLIC WORKS OPERATION 182
1 CENTER INTERIOR REPAIRS $ ) 2 57) 1 Zo
ALTERNATE#1
MOVE GENERATOR& INSTALL Included 2 AT OPERATION CENTER $ 2 S o p
+i
182
3 TOTAL $ il�Z1 77 /
Daniels Building & Construction, Inc. 2898 West Cedar St. (77702)
COMPANY NAME STREET ADDRESS
d�, ,,,A ,P P.O. Box 20878
SIGNAURE OF BIDDER P.O. BOX
Janet Daniels Beaumont, TX 77720
PRINT OR TYPE NAME CITY STATE ZIP
President (409) 838-3006
TITLE AREA CODE TELEPHONE NO
daniels@danielsinc.com
EMAIL FAX NO.
SECTION E
BID BOND
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the Undersigned,
Daniels Building & Construction, Inc.
as Principal, and
Great American Insurance Company as Surety, are
hereby held and firmly bound unto City of Port Arthur as
OWNER in the penal sum of
Five Percent of the Amount of the Total Bid (5% AOTB) for the
payment of which, well and truly to be made, we hereby jointly
and severally bind ourselves, successors and assigns.
Signed, this 4th _ day of September , 20 24 . The
Condition of the above obligation is such that whereas the Principal
has submitted to
City of Port Arthur a certain BID,
attached hereto and hereby made a part hereof to enter
into a Contract in writing, for the
Public Works Operation Center Interior Renovations to Serve The City of Port Arthur, Port Arthur, Texas
Bid No. P24-056
NOW, THEREFORE,
(a) If said BID shall be rejected, or
(b) If said BID shall be accepted and the Principal shall execute and deliver a
Contract in the Form of Contract attached hereto (properly completed in
accordance with said BID) and shall furnish a BOND for his faithful performance
of said Contract, and for the payment of all persons performing labor or
furnishing materials in connection therewith, and shall in all other respects
perform the agreement created by the acceptance of said BID, then this
obligation shall be void, otherwise the same shall remain in force and effect; it
being expressly understood and agreed that the liability of the Surety for any and
all claims hereunder shall, in no event, exceed the penal amount of this obligation
as here in stated.
E-I
The Surety, for value received, hereby stipulates and agrees that the obligations of said
Surety and its BOND shall be in no way impaired or affected by any extension of the
time within which the OWNER may accept such BID; and said Surety does hereby waive
notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and
seals, and such of them as are corporations have caused their corporate seals to be
hereto affixed and these presents to be signed by their proper Officers, the day and
year first set forth above.
Daniels Building & Construction, Inc.
(L.S.) PRINCIPAL
Daniels, President
Great American Insurance Company
SURETY
BY:
Vickie Lacy, Attorney-in-Fact.- _
IMPORTANT - Surety companies executing BONDS must appear on the Treasury
Department's most current list (Circular 570 as amended) and be authorized to transact
business in the state where the project is located.
E-2
GREAT AMERICAN INSURANCE COMPANY®
Administrative Office: 301 E 4TH STREET • CINCINNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740
The number of persons authorized by
this power of attorney is not more than EIGHT
No.0 22087
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under
and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below,each individually if more than
one is named.its true and lawful attorney-in-fact,for it and in its name,place and stead to execute on behalf of the said Company,as surety.any and all bonds,
undertakings and contracts of suretyship.or other written obligations in the nature thereof:provided that the liability of the said Company on any such bond.
undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below.
Name Address Limit of Power
MARC W. BOOTS JOSEPH R.AULBERT ALL OF ALL
MARIA D.ZUNIGA HEATHER NOLES HOUSTON,TEXAS $100,000,000
RICHARD COVINGTON VICKIE LACY
ASHLEY KOLETAR RYAN VARELA
This Power of-Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above.
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate
officers and its corporate seal hereunto affixed this 11TH day of JANUARY 2023
Attest GREAT AMERICAN INSURANCE COMPANY
4
-,,- ,,,,..)y4, 4........, e 3 ,
•
, ,_,--,..E
t.,,istanr see,vri [11 w )h i.i,iniil.S('ninr Nye Prrd.l av
STATE OF 01110,COUNTY OF HAMILTON-ss: MARK VICARIO(877-377-2405)
On this 11TH day of JANUARY . 2023 ,bctb e me personally appeared MARK VICARIO.to me known,
being duly sworn,deposes and says that he resides in Cincinnati,Ohio.that he is a Divisional Senior Vice President of the Bond Division of Great American
Insurance Company,the Company described in and which executed the above instrument:that he knows the seal of the said Company:that the seal affixed to the
said instrument is such corporate seal:that it was so affixed by authority of his office under the By-Laws of said Company.and that he signed his name thereto
by like authority.
SUSAN A KOHORST
Notary Public
State of Ohio
Wi
My Comm. Expires
May 18, 2025
This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company
by unanimous written consent dated.tune 9,2008.
RESOLVED: That the Divisional President,the.several Divisional Senior iic•e Presidents,Divisional Vice Presidents and Diri.sonal As.sis/tint Vice
Presidents.or any one of them.be cardherehv is authorised front time to time.to appoint one or more Attorncrs-in-Fact to execute on behalf nJ'the Companny
as surety,any curd all bonds,undertakings and contracts of suretyship.or other written obligations in the nature thereof;to prescribe their respective duties and
the respective limits of their authority:and to,vt'oke•any such ctppoinunc'nt at any time.
RESOLVED FURTHER: That the Company seal and the signature of any of the ofrn•csaid officers and any Secretary or Assistant Secietary of the
Company may be affixed by Jac simile/o any power of attorney or cc,tifrcate of either giro for•the evecmion of any bond, undertaking.contract of sorcourt c/tip,
or other u'rittc'n obligation in the nature thereof,such signature and seal when so used being heathy adopted by the Company as the original signature of.such
officer and the original seal of the Compact:to be valid and binding upon the Company with the.same force and effect as though manually affixed.
CERTIFICATION
1.STEPI IEN C. BERAIiA,Assistant Secretary of Great American Insurance Company.do hereby certify that the foregoing Power of Attorney and
the Resolutions of the Board of Directors of June 9,2008 have not been revoked and arc now in lull force and effect.
Signed and sealed this 4th day of September , 2024.,....4 ,
..,
aLy, s r, +ems/
�,•\_ �4✓ •c
'ram
,
T'.
Ass/shim Sec'ra'rcnl
S1029AH(03'20)
SECTION F
GENERAL CONDITIONS
GENERAL CONDITIONS
1. CONTRACT AND CONTRACT DOCUMENTS
The Plans, Specifications and Addenda, enumerated in the Agreement and
Paragraph 1 of the Supplemental General Conditions, shall form part of this
Contract, and the provisions thereof shall be as binding upon the parties hereto
as if they were herein fully set forth. The Table of Contents, titles, headings,
running headlines and marginal notes contained herein and in said Documents
are solely to facilitate reference to various provisions of the Contract Documents
and in no way affect, limit, or cast light on the interpretation of the provisions to
which they refer.
2. DEFINITIONS
The following terms, as used in this Contract, are respectively defined as follows:
a. "CONTRACTOR": A person, firm or corporation with whom the Contract is
made with the OWNER or CITY OF PORT ARTHUR.
b. "Subcontractor": A person,firm or corporation supplying labor and materials
or only labor for work at the site of the project for, and under separate
Contract or agreement with,the CONTRACTOR.
c. "Work on (at) the Project": Work to be performed at the location of the
project, including the transportation of materials and supplies to or from the
location of the project by employees of the CONTRACTOR and any
Subcontractor.
d. "OWNER": Refers to the CITY OF PORT ARTHUR.
e. "CITY": Refers to the CITY OF PORT ARTHUR.
f. "ENGINEER": LONG ARCHITECTS
3. TERMINATION OF CONTRACT FOR CAUSE
If, through any cause, the CONTRACTOR shall fail to fulfill in timely and proper
manner his obligations under this Contract, or if the CONTRACTOR shall violate
any of the covenants, agreements or stipulations of this Contract, the CITY OF
PORT ARTHUR, shall thereupon have the right to terminate this Contract by
giving written notice to the CONTRACTOR of such termination and specifying
the effective date thereof, at least ten (10) days before the effective date of
such termination. In such event, all finished or unfinished Documents, data,
studies, surveys, drawings, maps, models, photographs and reports prepared by
the CONTRACTOR under this Contract shall, at the option of the CITY OF PORT
ARTHUR, become its property and the CONTRACTOR shall be entitled to receive
just and equitable compensation for any work satisfactorily completed
hereunder. Notwithstanding the above, the CONTRACTOR shall not be relieved
of liability to the for damages sustained by the CITY OF PORT ARTHUR by virtue
F-1
of any breach of the Contract by the CONTRACTOR, and the CITY OF PORT
ARTHUR may withhold any payments to the CONTRACTOR for the purpose of
set-off until such time as the exact amount of damages due the CITY OF PORT
ARTHUR from the CONTRACTOR is determined.
4. PERSONNEL
a. The CONTRACTOR represents that he has, or will secure at his own expense,
all personnel required in performing the work under this Contract. Such
personnel shall not be employees of, or have any contractual relationship
with,the CITY OF PORT ARTHUR.
b. All of the work required hereunder will be performed by the CONTRACTOR,
or under his supervision, and all personnel engaged in the work shall be fully
qualified and shall be authorized or permitted under State and local law to
perform such services.
c. None of the work covered by this Contract shall be subcontracted without
the prior written approval of the CITY OF PORT ARTHUR. Any work or
services subcontracted hereunder shall be specified by written Contract or
agreement and shall be subject to each provision of this Contract.
5. REPORTS AND INFORMATION
The CONTRACTOR, at such times and in such forms as the CITY OF PORT
ARTHUR may require, shall furnish the CITY OF PORT ARTHUR such periodic
reports as it may request pertaining to the work or services undertaken pursuant
to this Contract, the costs and obligations incurred or to be incurred in
connection therewith, and any other matters covered by this Contract.
6. RECORDS AND AUDITS
The CONTRACTOR shall maintain accounts and records, including personnel,
property and financial records, adequate to identify and account for all costs
pertaining to the Contract and such other records as may be deemed necessary
by the CITY OF PORT ARTHUR to assure proper accounting for all project funds,
both federal and non-federal shares.
These records will be made available for audit purposes to the CITY OF PORT
ARTHUR or any authorized representative and will be retained for three (3) years
after the expiration of this Contract, unless permission to destroy them is
granted by the CITY OF PORT ARTHUR.
7. FINDINGS CONFIDENTIAL
All of the reports, information, data, etc., prepared or assembled by the
CONTRACTOR under this Contract are confidential, and CONTRACTOR agrees
that they shall not be made available to any individual or organization without
the prior written approval of the CITY OF PORT ARTHUR.
F-2
8. COPYRIGHT
No report, maps or other Documents produced in whole or in part under this
Contract shall be the subject of an application for copyright by or on behalf of
the CONTRACTOR.
9. 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 the work herein, the protection of adjacent property and the
maintenance of passageways, guard fences or other protective facilities.
10. INTEREST OF MEMBERS OF CITY
No member of the governing body of the CITY OF PORT ARTHUR, and no other
Officer, Employee or Agent of the CITY OF PORT ARTHUR, 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.
11. INTEREST OF OTHER LOCAL PUBLIC OFFICIALS
No member of the governing body of the locality and no other public official of
such locality, 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.
12. INTEREST OF CONTRACTOR AND EMPLOYEES
The CONTRACTOR covenants that he presently has no interest and shall not
acquire any interest, direct or indirect, in the study area or any parcels therein or
any other interest which would conflict in any manner or degree with the
performance of his services hereunder. The CONTRACTOR further covenants
that in the performance of this Contract, no person having any such interest shall
be employed.
13. 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.
14. CERTIFICATES AND PERMITS
F-3
Except for required permits issued by OWNER,which shall be issued at no cost to
CONTRACTOR, CONTRACTOR shall secure at his own expense from other public
authorities all necessary certificates, licenses, approvals and permits required in
connection with the work of this Contract or any part thereof, and shall give all
notices required by law, ordinance or regulation. CONTRACTOR shall pay all fees
and charges incident to the due and lawful prosecution of the work of this
Contract, and any extra work performed by him.
15. GUARANTEE OF WORK
a. Neither the final certificate of payment, nor any provision in the Contract
Documents, nor partial or entire occupancy of the premises by the OWNER
shall constitute an acceptance of work not done in accordance with the
Contract Documents or relieve the CONTRACTOR of liability in respect to
any warranties or responsibility for faulty materials or workmanship. The
CONTRACTOR guarantees and warrants that all materials and equipment
which are to become part of the work shall be new unless otherwise
specified, and that all work will be of good quality and free from faults or
defects and in accordance with the Contract Documents and of any
inspections, tests or approvals required by the Contract Documents, law,
ordinance, rules, regulations or orders of any public authority having
jurisdiction. The OWNER will give notice of observed defects with
reasonable promptness.
b. Neither observations by Architect or Engineer nor inspections, tests or
approvals by persons other than CONTRACTOR shall relieve CONTRACTOR
from his obligations to perform the work in accordance with the
requirements of the Contract.
c. The provisions of this Paragraph shall be cumulative of, and not in limitation
of, the responsibility of CONTRACTOR for defects in the work or materials or
damages resulting therefrom as otherwise provided by the law of the State
of Texas or this Contract, including, without limitation, the implied warranty
of fitness of the work and the implied obligation to perform the work in a
good and workmanlike manner.
16. ADDITIONAL INSTRUCTIONS AND DETAIL DRAWINGS
The CONTRACTOR will be furnished additional instructions and detail drawings
as necessary to carry out the work included in the Contract. The additional
drawings and instructions thus supplied to the CONTRACTOR will coordinate
with the Contract Documents and will be so prepared that they can be
reasonably interpreted as part thereof. The CONTRACTOR shall carry out the
work in accordance with the additional detail drawings and instructions. The
CONTRACTOR and the Architect/Engineer will prepare jointly: (a) a schedule,
fixing the dates at which special detail drawings will be required, such drawings, if
any, to be furnished by the Architect/Engineer in accordance with said schedule;
and, (b) a schedule fixing the respective dates for the submission of shop
drawings, the beginning of manufacture, testing and installation of materials,
supplies and equipment, and the completion of the various parts of the work;
F-4
each such schedule to be subject to change from time to time in accordance
with the progress of the work.
17. SHOP OR SETTING DRAWINGS
The CONTRACTOR shall submit promptly to the Architect/Engineer two (2)
copies of each shop or setting drawing prepared in accordance with the schedule
predetermined as aforesaid. After examination of such drawings by the
Architect/Engineer and the return thereof, the CONTRACTOR shall make such
corrections to the drawings as have been indicated and shall furnish the
Architect/Engineer with two (2) corrected copies. If requested by the
Architect/Engineer, the CONTRACTOR must furnish additional copies.
Regardless of corrections made in, or approval given to, such drawings by the
Architect/Engineer, the CONTRACTOR will nevertheless be responsible for the
accuracy of such drawings and for their conformity to the Plans and
Specifications, unless he notifies the Architect/Engineer in writing of any
deviations at the time he furnishes such drawings.
18. MATERIALS, SERVICES AND FACILITIES
a. It is understood that, except as otherwise specifically stated in the Contract
Documents, the CONTRACTOR shall provide and pay for all materials, labor,
tools, equipment, water, light, power, transportation, superintendents,
temporary construction of every nature, and all other services and facilities
of every nature whatsoever necessary to execute, complete and deliver the
work within the specified time.
b. Any work necessary to be performed after regular working hours,on Sundays
or Legal Holidays, shall be performed without additional expense to the
OWNER.
19. CONTRACTOR'S TITLE TO MATERIALS
No materials or supplies for the work shall be purchased by the CONTRACTOR or
by any Subcontractor subject to any chattel mortgage or under a conditional sale
Contract or other agreement by which an interest is retained by the seller. The
CONTRACTOR warrants that he has good title to all materials and supplies used
by him in the work,free from all liens,claims or encumbrances.
20. INSPECTION AND TESTING OF MATERIALS
All materials, equipment, etc., used in the construction of the project shall be
subject to adequate inspection and testing in accordance with accepted
standards and frequency, or as required by the contract documents. The
CONTRACTOR shall make all arrangements for such tests and inspections with a
local independent testing laboratory acceptable to the OWNER, and the
CONTRACTOR shall bear all related costs of tests and inspections. If such
procedures for testing and inspection reveal failure to comply with accepted
standards or with requirements established by the contract documents, all re-
F-5
testing and re-inspection costs made necessary by such failure, including those
of related procedures, shall also be at CONTRACTOR'S expense.
If the ENGINEER and/or OWNER determines that portions of the project
requires additional testing or inspection not included in CONTRACTOR'S original
bid, the ENGINEER shall, upon written authorization from the OWNER, instruct
the CONTRACTOR to make arrangements for additional testing and inspection.
The costs for such additional testing and inspection shall be at OWNER'S
expense.
The CONTRACTOR'S independent testing laboratory shall give timely notice to
the CONTRACTOR and the ENGINEER of when and where tests and inspections
are to be made so that the CONTRACTOR and the ENGINEER may be present
for such procedures. If the ENGINEER is to observe tests and inspections, the
ENGINEER will do so promptly and, where practical, at the normal pace of
testing. Tests and inspections shall be made promptly to avoid unreasonable
delays on the project.
Required certificates and/or reports of all test and inspections shall, unless
otherwise required by the contract documents, be promptly delivered by the
independent testing laboratory to the CONTRACTOR, the ENGINEER, and the
OWNER.
21. "OR EQUAL" CLAUSE
Whenever a material, article or piece of equipment is identified on the Plans or in
the Specifications by reference to manufacturers' or vendors' names, trade
names, catalogue numbers, etc., it is intended merely to establish a standard;
and, any material, article or equipment of other manufacturers and vendors
which will perform adequately the duties imposed by the general design will be
considered equally acceptable provided the material, article or equipment so
proposed is, in the opinion of the Architect/Engineer, of equal substance and
function. It shall not be purchased or installed by the CONTRACTOR without the
Architect/Engineer's written approval.
22. PATENTS
a. The CONTRACTOR shall hold and save the OWNER and its Officers, Agents,
Servants and Employees harmless from liability of any nature or kind,
including cost and expenses for, or on account of, any patented or
unpatented invention, process, article or appliance manufactured or used in
the performance of the Contract, including its use by the OWNER, unless
otherwise specifically stipulated in the Contract Documents.
b. License or Royalty Fees: License and/or royalty fees for the use of a process
which is authorized by the OWNER of the project must be reasonable and
paid to the holder of the patent, or his authorized licensee, direct by the
OWNER and not by or through the CONTRACTOR.
F-6
c. If the CONTRACTOR uses any design, device or materials covered by letters
patent or copyright, he shall provide for such use by suitable agreement with
the OWNER of such patented or copyrighted design, device or material. It is
mutually agreed and understood that, without exception, the Contract
prices shall include all royalties or costs arising from the use of such design,
device or materials in any way involved in the work. The CONTRACTOR
and/or his Sureties shall indemnify and save harmless the OWNER of the
project from any and all claims for infringement by reason of the use of such
patented or copyrighted design, device or materials or any trademark or
copyright in connection with work agreed to be performed under this
Contract, and shall indemnify the OWNER for any cost, expense or damage
which it may be obliged to pay by reason of such infringement at any time
during the prosecution of the work or after completion of the work.
23. SURVEYS
Unless otherwise expressly provided for in the Specifications, the OWNER will
furnish to the CONTRACTOR all surveys necessary for the execution of the work.
24. CONTRACTOR'S OBLIGATIONS
The CONTRACTOR shall and will, in good workmanlike manner, do and 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, within the time
herein specified, in accordance with the provisions of this Contract and said
Specifications and in accordance with the Plans and drawings covered by this
Contract and any and all supplemental Plans and drawings, and in accordance
with the directions of the Architect/Engineer as given from time to time during
the progress of the work. He shall furnish, erect, maintain and remove such
construction plant and such temporary works as may be required.
The CONTRACTOR shall observe, comply with and be subject to all terms,
conditions, requirements and limitations of the Contract and Specifications, and
shall do, carry on and complete the entire work to the satisfaction of the
Architect/Engineer and the OWNER.
25. INSURANCE
The CONTRACTOR shall not commence work under this Contract until he has
obtained all the insurance required herein and such insurance has been approved
by the OWNER, nor shall the CONTRACTOR allow any Subcontractor to
commence work on this Subcontract until the insurance required of the
Subcontractor has been so obtained and approved. (See information to Bidders,
Paragraph 5.)
26. SPECIAL CONDITIONS PERTAINING TO HAZARDS, SAFETY STANDARDS,AND
ACCIDENT PREVENTION
(a) Danger Signals and Safety Devices (Modify as Required):
F-7
The CONTRACTOR shall make all necessary precautions to guard against
damages to property and injury to persons. He shall put up and maintain in
good condition, sufficient red or warning lights at night, suitable barricades
and other devices necessary to protect the public. In case the
CONTRACTOR fails or neglects to take such precautions, the OWNER may
have such lights and barricades installed and charge the cost of this work to
the CONTRACTOR. Such action by the OWNER does not relieve the
CONTRACTOR of any liability incurred under these Specifications or
Contract.
(b) Use of Explosives:
When the use of explosives is necessary for the prosecution of the work, the
CONTRACTOR shall observe all local, State and Federal laws in purchasing
and handling explosives. The CONTRACTOR shall take all necessary
precautions to protect completed work, neighboring property, water lines or
other underground structures. Where there is danger to structures or
property from blasting, the charges shall be reduced and the material shall
be covered with suitable timber,steel or rope mats.
The CONTRACTOR shall notify all OWNER'S of public utility property of the
intention to use explosives at least eight (8) hours before blasting is done,
close to such property. Any supervision or direction of use of explosives by
the Engineer does not in any way reduce the responsibility of the
CONTRACTOR or his Surety for damages that may be caused by such use.
27. SUSPENSION OF WORK
Should the OWNER be prevented or enjoined from proceeding with work or from
authorizing its prosecution either before or after its prosecution, by reason of
any litigation, the CONTRACTOR shall not be entitled to make or assert claim for
damage by reason of said delay, but time for completion of the work will be
extended to such reasonable time as the OWNER may determine will
compensate for time lost by such delay with such determination to be set forth
in writing.
28. SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION
In order to protect the lives and health of his Employees under the Contract, the
CONTRACTOR shall comply with all pertinent provisions of the Contract Work
Hours and Safety Standards Act, as amended, commonly known as the
Construction Safety Act as pertains to health and safety standards; and shall
maintain an accurate record of all cases of death, occupational disease and injury
requiring medical attention or causing loss of time from work, arising out of and
in the course of employment on work under the Contract.
The CONTRACTOR alone shall be responsible for the safety, efficiency and
adequacy of his plant, appliances and methods, and for any damage which may
result from their failure or their improper construction, maintenance or
operation.
F-8
29. USE AND OCCUPANCY PRIOR TO ACCEPTANCE BY OWNER
The CONTRACTOR agrees to the use and occupancy of a portion or unit of the
project before formal acceptance by the OWNER, provided the OWNER:
a. Secures written consent of the CONTRACTOR except in the event, in the
opinion of the Architect/Engineer, the CONTRACTOR is chargeable with
unwarranted delay in completing the contract requirements;
b. Secures consent of the Surety;
c. Secures endorsement from the insurance carrier(s) permitting occupancy of
the building or use of the project during the remaining period of
construction; or,
d. When the project consists of more than one (1) building and one of the
buildings is occupied, secures permanent fire and extended coverage
insurance, including a permit from the insurance carrier to complete
construction.
30. USE OF PREMISES AND REMOVAL OF DEBRIS
The CONTRACTOR expressly undertakes at his own expense:
a. To take every precaution against injuries to persons or damage to property;
b. To store his apparatus, materials, supplies and equipment in such orderly
fashion at the site of the work as will not unduly interfere with the progress
of his work or the work of any other CONTRACTOR'S;
c. To place upon the work or any part thereof only such loads as are consistent
with the safety of that portion of the work;
d. To clean up frequently all refuse, rubbish, scrap materials and debris caused
by his operations, to the end that at all times the site of the work shall
present a neat,orderly and workmanlike appearance;
e. Before final payment to remove all surplus material, false work, temporary
structures, including foundations thereof, plant of any description and debris
of every nature resulting from his operations, and to put the site in a neat,
orderly condition;
f. To effect all cutting, fitting or patching of his work required to make the
same to conform to the Plans and Specifications and, except with the
consent of the Architect/Engineer, not to cut or otherwise alter the work of
any other CONTRACTOR.
31. QUANTITIES OF ESTIMATE
F-9
Wherever the estimated quantities of work to be done and materials to be
furnished under this Contract are shown in any of the documents including the
proposal, they are given for use in comparing bids and the right is especially
reserved, except as herein otherwise specifically limited, to increase or diminish
them as may be deemed reasonably necessary or desirable by the OWNER to
complete the work contemplated by the Contract, and such increase or
diminution shall in no way vitiate this Contract, nor shall any such increase or
diminution give cause for claims or liability for damages.
32. LANDS AND RIGHTS-OF-WAY
Prior to the start of construction, the OWNER shall obtain all lands and rights-of-
way necessary for the carrying out and completion of work to be performed
under this CONTRACT.
33. NOTICE AND SERVICE THEREOF
Any notice to any CONTRACTOR from the OWNER relative to any part of this
Contract shall be in writing and considered delivered and the service thereof
completed when said notice is posted, by certified or registered mail, to the said
CONTRACTOR at his last given address, or delivered in person to the said
CONTRACTOR or his authorized representative on the work.
34. SEPARATE CONTRACT
The CONTRACTOR shall coordinate his operations with those of other
CONTRACTORS. Cooperation will be required in the arrangement for the
storage of materials and in the detailed execution of the work. The
CONTRACTOR, including his Subcontractors, shall keep informed of the progress
and the detail work of other CONTRACTORS and shall notify the
Architect/Engineer immediately of lack of progress or effective workmanship on
the part of other CONTRACTORS.
Failure of a CONTRACTOR to keep informed of the work progressing on the site
and failure to give notice of lack of progress or defective workmanship by others
shall be construed as acceptance by him of the status of the work as being
satisfactory for proper coordination with his own work.
35. SUBCONTRACTING
a. The CONTRACTOR may utilize the services of specialty Subcontractors on
those parts of work which, under normal contracting practices, are
performed by specialty Subcontractors.
b. The CONTRACTOR shall not award any work to any Subcontractor without
prior written approval of the OWNER, which approval will not be given until
the CONTRACTOR submits to the OWNER a written statement concerning
the proposed award to the Subcontractor, which statement shall contain
such information as the OWNER may require.
F-10
c. The CONTRACTOR shall be as fully responsible to the OWNER for the acts or
omissions of his Subcontractors, and of persons either directly or indirectly
employed by them, as he is for the acts and omissions of persons directly
employed by him.
d. The CONTRACTOR shall cause appropriate provisions to be inserted in all
Subcontracts relative to the work to bind Subcontractors to the
CONTRACTOR by the terms of the General Conditions and other Contract
Documents insofar as applicable to the work of Subcontractors, and to give
the CONTRACTOR the same power as regards terminating any Subcontract
that the OWNER may exercise over the CONTRACTOR under any provision
of the Contract Documents.
e. Nothing contained in this Contract shall create any contractual relation
between any Subcontractor and the OWNER.
36. ARCHITECT/ENGINEER'S AUTHORITY
The Architect/Engineer shall give all orders and directions contemplated under
this Contract and Specifications, relative to the execution of the work. The
Architect/Engineer shall determine the amount, quality, acceptability and fitness
of the several kinds of work and materials which are to be paid for under this
Contract, and shall decide all questions which may arise in relation to said work
and the construction thereof. The Architect/Engineers estimates and decisions
shall be final and conclusive, except as herein otherwise expressly provided. In
case any question shall arise between the parties hereto relative to said Contract
or Specifications, the determination or decision of the Architect/Engineer shall
be a condition precedent to the right of the CONTRACTOR to receive any money
or payment for work under this Contract affected in any manner or to any extent
by such question.
37. MEANING OF INTENT
The Architect/Engineer shall decide the meaning and intent of any portion of the
Specifications and of any Plans or drawings where the same may be found
obscure or be in dispute. Any differences or conflicts in regard to their work
which may arise between the CONTRACTOR, under this Contract and other
CONTRACTOR'S, performing work for the OWNER, shall be adjusted and
determined by the Architect/Engineer.
38. CONTRACT SECURITY
If the Contract amount exceeds Fifty Thousand Dollars [$50,000.00], a Payment
Bond shall be furnished, and if the contract exceeds One Hundred Thousand
Dollars [$100,000.00], a Performance Bond also shall be furnished, on prescribed
forms in the amount of one hundred percent (100%) of the Contract price or in a
penal sum not less than that prescribed by State, territorial or local law, as
security for the payment of all persons performing labor on the project under
this Contract and furnishing materials in connection with this Contract and as
security for the faithful performance of this Contract.
F-11
39. ADDITIONAL OR SUBSTITUTE BOND
If at any time the OWNER, for justifiable cause, shall be or become dissatisfied
with any Surety or Sureties for the Performance and/or Payment Bonds, the
CONTRACTOR shall, within five (5) days after notice from the OWNER to do so,
substitute an acceptable bond (or bonds) in such form and sum and signed by
such other Surety or Sureties as may be satisfactory to the OWNER. The
premiums on such bond shall be paid by the CONTRACTOR. No further
payments shall be deemed due nor shall be made until the new Surety and
Sureties shall have furnished such an acceptable bond to the OWNER.
40. ASSIGNMENTS
The CONTRACTOR shall not assign the whole or any part of this Contract or any
monies due or to become due hereunder without written consent of the
OWNER. In case the CONTRACTOR assigns all or any part of any monies due or
to become due under this Contract,the instrument of assignment shall contain a
clause substantially to the effect that it is agreed that the right of the assignee in
and to any monies due or to become due to the CONTRACTOR shall be subject
to prior claims of all persons, firms and corporations of services rendered or
materials supplied for the performance of the work called for in this Contract.
41. MUTUAL RESPONSIBILITY OF CONTRACTORS
If, through acts of neglect on the part of the CONTRACTOR, any other
CONTRACTOR or any Subcontractor shall suffer loss or damage on the work, the
CONTRACTOR agrees to settle with such other CONTRACTOR or Subcontractor
by agreement or arbitration if such other CONTRACTOR or Subcontractor will so
settle. If such other CONTRACTOR or Subcontractor shall assert any claim
against the OWNER on account of any damage alleged to have been sustained,
the OWNER shall notify the CONTRACTOR, who shall indemnify and safe
harmless the OWNER against any such claim.
42. ACCEPTANCE OF FINAL PAYMENT CONSTITUTES RELEASE
The Acceptance by the CONTRACTOR of final payment shall be and shall
operate as a release to the OWNER of all claims and all liability to the
CONTRACTOR for all things done or furnished in connection with this work and
for every act and neglect of the OWNER and others relating to or arising out of
this work. No payment, however, final or otherwise, shall operate to release the
CONTRACTOR or his Sureties from any obligations under this Contract or the
Performance and Payment Bonds.
43. PAYMENTS BY CONTRACTOR
The CONTRACTOR shall pay (a) for all transportation and utility services no later
than the thirty (30) calendar days from the date of submission to the City of Port
Arthur, (b) for all materials, tools and other expendable equipment to the
extent of ninety percent (90%a) cost thereof, no later than the 20th day of the
F-12
calendar month following that in which such materials, tools and equipment are
delivered at the site of the project, and the balance of the cost thereof, no later
than the 30th day following the completion of that part of the work in or on
which such materials, tools and equipment are incorporated or used; and (c) to
each of his Subcontractors, no later than the 5th day following each payment to
the CONTRACTOR, the respective amounts allowed the CONTRACTOR on
account of the work performed by his Subcontractors to the extent of each
Subcontractors' interest therein.
44. CONSTRUCTION SCHEDULE AND PERIODIC ESTIMATES
Immediately after execution and delivery of the Contract, and before the first
partial payment is made, the CONTRACTOR shall deliver to the OWNER an
estimated construction progress schedule in form satisfactory to the OWNER,
showing the proposed dates of commencement and completion of each of the
various subdivisions of work required under the Contract Documents and the
anticipated amount of each monthly payment that will become due the
CONTRACTOR in accordance with the progress schedule. The CONTRACTOR
shall also furnish on forms to be supplied by the OWNER: (a) a detailed estimate
giving a complete breakdown of the Contract price; and (b) periodic itemized
estimates of work done for the purpose of making partial payments thereon.
The costs employed in making up any of these schedules will be used only for
determining the basis of partial payments and will not be considered as fixing a
basis for additions to or deductions from the Contract price.
45. PAYMENTS TO CONTRACTOR
a. Not later than the thirty (30) calendar days from the date of submission to
the CITY OF PORT ARTHUR, the OWNER shall make a progress payment to
the CONTRACTOR on the basis of a duly certified and approved estimate of
the work performed during the preceding calendar month under this
Contract, but to insure the proper performance of the Contract, the OWNER
shall retain Ten percent (10%) [five percent {5%} if the total contract price
exceeds $25,000] of the amount of each estimate until final completion and
acceptance of all work covered by this Contract; Provided, that the
CONTRACTOR shall submit his estimate no later than the fifth (5th) day of
the month. Provided further, that on completion and acceptance of each
separate building, public work or other division of the Contract on which the
price is stated separately in the Contract, payment may be made in full,
including retained percentages thereon, less authorized deductions. The
CONTRACTOR is advised that the payment schedule noted in the paragraph
is subject to fluctuation due to the City Council's regular schedule of meeting
on the second and forth Mondays of each month. The CONTRACTOR may
alter his estimate period such as to give the Engineer ten (10) working days
prior to the next scheduled City Council meeting to prepare an estimate of
the work completed and submit said estimate for the OWNER'S action.
b. In preparing estimates, the material delivered on the site and preparatory
work done may be taken into consideration.
F-13
c. All material and work covered by partial payments made shall thereupon
become the sole property of the OWNER, but this provision shall not be
construed as relieving the CONTRACTOR from the sole responsibility for the
care and protection of materials and work upon which payments have been
made or the restoration of any damaged work or as a waiver of the right of
the OWNER to require the fulfillment of all of the terms of the Contract.
d. OWNER'S Right to Withhold Certain Amounts and Make Application Thereof:
The CONTRACTOR agrees that he will indemnify and save the OWNER
harmless from all claims growing out of the lawful demands of
Subcontractors, laborers, workmen, mechanics, materialmen and furnishers
of machinery and parts thereof, equipment, power tools and all supplies,
including commissary, incurred in the furtherance of the performance of this
Contract. The CONTRACTOR shall, at the OWNER'S request, furnish
satisfactory evidence that all obligations of the nature hereinabove
designated have been paid, discharged or waived. If the CONTRACTOR fails
to do so, then the OWNER may, after having served written notice on the
said CONTRACTOR, either pay unpaid bills, of which the OWNER has written
notice, direct, or withhold from the CONTRACTOR'S unpaid compensation a
sum of money deemed reasonably sufficient to pay any and all such lawful
claims until satisfactory evidence is furnished that all liabilities have been
fully discharged whereupon payment to the CONTRACTOR shall be resumed,
in accordance with the terms of this Contract, but in no event shall the
provisions of this sentence be construed to impose any obligations upon the
OWNER to either the CONTRACTOR or his Surety. In paying any unpaid bills
of the CONTRACTOR, the OWNER shall be deemed the agent of the
CONTRACTOR, and any payment so made by the OWNER shall be
considered as a payment made under Contract by the OWNER to the
CONTRACTOR and the OWNER shall not be liable to the CONTRACTOR for
any such payments made in good faith. This provision shall not be construed
to give rise to any third party beneficiary rights in claimants.
46. CORRECTION OF WORK
All work, all materials, whether incorporated in the work or not, all processes of
manufacture and all methods of construction shall be at all times and places
subject to the inspection of the Architect/Engineer who shall be the final judge
of the quality and suitability of the work, materials, processes of manufacture
and methods of construction for the purposes for which they are used. Should
they fail to meet his approval, they shall be forthwith reconstructed, made good,
replaced and/or corrected, as the case may be, by the CONTRACTOR at his own
expense. Rejected material shall immediately be removed from the site. If, in
the opinion of the Architect/Engineer, it is undesirable to replace any defective
or damaged materials or to reconstruct or correct any portion of the work
injured or not performed in accordance with the Contract Documents, the
compensation to be paid to the CONTRACTOR hereunder shall be reduced by
such amount as in the judgement of the Architect/Engineer shall be equitable.
47. SUBSURFACE CONDITIONS FOUND DIFFERENT
F-14
Should the CONTRACTOR encounter subsurface and/or latent conditions at the
site materially differing from those shown on the Plans or indicated in the
Specifications, he shall immediately give notice to the Architect/Engineer of such
conditions before they are disturbed. The Architect/Engineer will thereupon
promptly investigate the conditions and, if he finds that they materially differ
from those shown on the Plans or indicated in the Specifications, he will at once
make such changes in the Plans and/or Specifications as he may find necessary,
any increase or decrease of cost resulting from such changes to be adjusted in
the manner provided in Paragraph 49 of the General Conditions.
48. CLAIMS FOR EXTRA COST
No claim for extra work or cost shall be allowed unless the same was done
pursuant to a written order of the Architect/Engineer approved by the OWNER,
as aforesaid, and the claim presented with the first estimate after the changed
or extra work is done. When work is performed under the terms of Subparagraph
49(c) of the General Conditions,the CONTRACTOR shall furnish satisfactory bills,
payrolls and vouchers covering all items of cost and when requested by the
OWNER,give the OWNER access to accounts relating thereto.
49. CHANGES IN WORK
No changes in the work covered by the approved Contract Documents shall be
made without having prior written approval of the OWNER. Charges or credit for
the work covered by the approved change shall be determined by one or more,
or a combination of the following methods:
a. Unit bid prices previously approved.
b. An agreed lump sum.
c. The actual cost of:
(1) Labor, including foreman;
(2) Materials entering permanently into the work;
(3) The ownership or rental cost of construction plant and equipment
during the time of use on the extra work;
(4) Power and consumable supplies for the operation of power equipment;
(5) Insurance;
(6) Social Security and old age unemployment contributions.
To the cost under(c.) there shall be added a fixed fee to be agreed upon but not
to exceed fifteen percent (15%) of the work. The fee shall be compensation to
cover the cost of supervision, overhead, bond, profit and any other general
expenses.
50. EXTRAS
Without invalidating the Contract, the OWNER may order extra work or make
changes by altering, adding to or deducting from the work, the Contract sum
being adjusted accordingly, and the consent of the Surety being first obtained
F-15
where necessary or desirable. All the work of the kind bid upon shall be paid for
at the price stipulated in the proposal, and no claims for any extra work or
materials shall be allowed unless the work is ordered in writing by the OWNER or
its Architect/Engineer, acting officially for the OWNER, and the price is stated in
such order.
51. TIME FOR COMPLETION AND LIQUIDATED DAMAGES
It is hereby understood and mutually agreed, by and between the CONTRACTOR
and the OWNER, that the date of beginning and the time for completion as
specified in the Contract of the work to be done hereunder are ESSENTIAL
CONDITIONS of this Contract; and it is further mutually understood and agreed
that the work embraced in this Contract shall be commenced on a date to be
specified in the "Notice to Proceed".
The CONTRACTOR agrees that said work shall be prosecuted regularly, diligently
and without interruption at such rate of progress as will ensure full completion
thereof within the time specified. It is expressly understood and agreed, by and
between the CONTRACTOR and the OWNER, that the time for the completion
of the work described herein is a reasonable time for the completion of same,
taking into consideration the average climatic range and usual industrial
conditions prevailing in this locality.
If the said CONTRACTOR shall neglect, fail or refuse to complete the work within
the time herein specified, or any proper extension thereof granted by the
OWNER, then the CONTRACTOR does hereby agree, as a part consideration for
the awarding of this Contract, to pay to the OWNER the amount specified in the
Contract, not as a penalty, but as liquidated damages for such breach of
Contract as hereinafter set forth, for each and every consecutive calendar day,
including, but not limited to, all Saturdays, Sundays, and Federal, State, and City
holidays and that the CONTRACTOR shall be in default after the time stipulated
in the Contract for completing the work.
The said amount is fixed and agreed upon by and between the CONTRACTOR
and the OWNER because of the impracticability and extreme difficulty of fixing
and ascertaining the actual damages the OWNER would in such event sustain,
and said amount is agreed to be the amount of damages which the OWNER
would sustain and said amount shall be retained from time to time by the
OWNER from current periodical estimates.
It is further agreed that time is of the essence of each and every portion of this
Contract and of the Specifications wherein a definite and certain length of time
is fixed for the performance of any act whatsoever; and where under the
Contract an additional time is allowed for the completion of any work, the new
time limit fixed by such extension shall be of the essence of this Contract.
Provided,that the CONTRACTOR shall not be charged with any part of liquidated
damages or any excess cost when the OWNER determines that any part of
liquidated damages was not the fault of the CONTRACTOR and the OWNER
determines that the request for extension by the CONTRACTOR is justified and
due to:
F-16
a. Any preference, priority or allocation order duly issued by the government;
b. The following unforeseeable causes, namely: acts of the public enemy, acts
of the OWNER, acts of another CONTRACTOR in the performance of a
Contract with the OWNER, fires, floods, epidemics, quarantine restrictions,
strikes, freight embargoes, earthquakes, hurricanes and tornadoes; and rainy
days claimed by the CONTRACTOR; however, rainy days shall be considered
only if the CONTRACTOR notifies the Engineer or OWNER on the day the
CONTRACTOR claims he cannot work because of rainy weather that day.
Failure to so report will eliminate any claim for time extension because of
rainy weather on that day.
c. Rainy weather when 60 percent of his work force cannot work for seven (7)
hours or more that day because of rainy weather and providing that he has
complied with the condition under 51(b).
d. Any delays of Subcontractors or suppliers occasioned by any of the causes
specified in Subsections (a.) and (b.) of this Article.
It is also agreed that for each five (5) regular days of work lost due to any of the
foregoing reasons, seven (7) calendar days will be added to the contract time (or
1.4 calendar days added for each one (1) regular day of work lost). Fractional
calendar days will be rounded to the nearest whole number of days.
Provided, further, that the CONTRACTOR shall, within ten (10) days from the
beginning of such delay, unless the OWNER shall grant a further period of time
prior to the date of final settlement of the Contract, notify the OWNER, in
writing, of the causes of delay, who shall ascertain the facts and extent of the
delay and notify the CONTRACTOR within reasonable time of its decision in the
matter.
Provided, that this provision for liquidated damages shall be cumulative of and
not in limitation of any other remedy available to OWNER, including, without
limitation, the right to terminate as provided in Paragraph 3 and to recover
additional damages for any excess cost in otherwise completing the work.
52. WEATHER CONDITIONS
In the event of temporary suspension of work, or during inclement weather, or
whenever the Architect/Engineer shall direct, the CONTRACTOR will, and will
cause his Subcontractors to, protect carefully his, and their, work and materials
against damage or injury from the weather. If, in the opinion of the
Architect/Engineer, any work or materials shall have been damaged or injured by
reason of failure on the part of the CONTRACTOR or any of his Subcontractors so
to protect his work,such materials shall be removed and replaced at the expense
of the CONTRACTOR.
53. PROTECTION OF WORK AND PROPERTY- EMERGENCY
F-17
The CONTRACTOR shall at all times safely guard the OWNER'S property from
injury or loss in connection with this Contract. He shall at all times safely guard
and protect his own work, and that of adjacent property, from damage. The
CONTRACTOR shall replace or make good any such damage, loss or injury unless
such be caused directly by errors contained in the Contract or by the OWNER, or
his duly authorized representatives.
In case of an emergency which threatens loss or injury of property and/or safety
of life, the CONTRACTOR will be allowed to act, without previous instructions
from the Architect/Engineer, in a diligent manner. He shall notify the
Architect/Engineer immediately thereafter. Any claim for compensation by the
CONTRACTOR due to such extra work shall be promptly submitted to the
Architect/Engineer for approval.
Where the CONTRACTOR has not taken action but has notified the
Architect/Engineer of an emergency threatening injury to persons or damage to
the work or any adjoining property, he shall act as instructed or authorized by the
Architect/Engineer.
The amount of reimbursement claimed by the CONTRACTOR on account of any
emergency action shall be determined in the manner provided in Paragraph 49
of the General Conditions.
54. INSPECTION
The authorized representatives and agents of the OWNER shall be permitted to
inspect all work, materials, payrolls, records of personnel, invoices of materials
and other relevant data and records.
55. SUPERINTENDENCE BY CONTRACTOR
At the site of the work, the CONTRACTOR shall employ a construction
superintendent or foreman who shall have full authority to act for the
CONTRACTOR. It is understood that such representative shall be acceptable to
the Architect/Engineer and shall be one who can be continued in the capacity for
the particular job involved unless he ceases to be on the CONTRACTOR'S payroll.
56. UNDERPAYMENTS OF WAGES OR SALARIES
In case of underpayment of wages by the CONTRACTOR or by any
Subcontractor to laborers or mechanics employed by the CONTRACTOR or
Subcontractor upon the work covered by the Contract, the OWNER, in addition
to such other rights as may be afforded it under this Contract, shall withhold
from the CONTRACTOR, out of any payments due the CONTRACTOR, so much
thereof as the OWNER may consider necessary to pay such laborers or
mechanics the full amount of wages required by this Contract. The amount so
withheld may be disbursed by the OWNER for and on account of the
CONTRACTOR or the Subcontractor (as may be appropriate), to the respective
laborers or mechanics to whom the same is due or on their behalf to Plans, funds
F-18
or programs for any type of fringe benefit prescribed in the applicable wage
determination.
57. EMPLOYMENT OF CERTAIN PERSONS PROHIBITED
No person under the age of sixteen (16) years and no person who, at the time, is
serving sentence in a penal or correctional institution shall be employed on the
work covered by this Contract.
58. EMPLOYMENT OF LABORERS OR MECHANICS NOT LISTED IN AFORESAID
WAGE DETERMINATION DECISION
Any class of laborers or mechanics which is not listed in the wage determination,
and which is to be employed under the Contract will be classified or reclassified
conformably to the wage determination by the OWNER.
59. FRINGE BENEFITS NOT EXPRESSED AS HOURLY WAGE RATES
The OWNER shall require, whenever the minimum wage rate prescribed in the
Contract for a class of laborers or mechanics includes a fringe benefit which is
not expressed as an hourly wage rate and the CONTRACTOR is obligated to pay
cash equivalent of such a fringe benefit, an hourly cash equivalent thereof to be
established.
60. POSTING WAGE DETERMINATION DECISIONS AND AUTHORIZED WAGE
DEDUCTIONS
The applicable wage poster and the applicable wage determination decisions,
with respect to the various classification of laborers and mechanics employed
and to be employed upon the work covered by this Contract, and a statement
showing all deductions, if any, in accordance with the provisions of this Contract,
to be made from wages actually earned by persons so employed or to be
employed in such classifications, shall be posted at appropriate conspicuous
points at the site of the work.
61. COMPLAINTS, PROCEEDINGS OR TESTIMONY BY EMPLOYEES
No laborer or mechanic to whom the wage, salary or other labor standards
provisions of this Contract are applicable shall be discharged or in any other
manner discriminated against by the CONTRACTOR or any Subcontractor
because such employee has filed any complaint or instituted or caused to be
instituted any proceeding or has testified or is about to testify in any proceeding
under or relating to the labor standards applicable under this Contract to his
employer.
62. CLAIMS AND DISPUTES PERTAINING TO WAGE RATES
Claims and disputes pertaining to wage rates or to classifications of laborers and
mechanics employed upon the work covered by this Contract shall be promptly
reported by the CONTRACTOR in writing to the OWNER for referral by the latter.
F-19
63. PAYROLLS AND BASIC PAYROLL RECORDS OF CONTRACTOR AND
SUBCONTRACTORS
The CONTRACTOR and each Subcontractor shall prepare his payrolls on forms
satisfactory to and in accordance with instructions to be furnished by the
OWNER. The payrolls and basic payroll records of the CONTRACTOR and each
Subcontractor covering all laborers and mechanics employed upon the work
covered by this Contract shall be maintained during the course of the work and
preserved for a period of three (3) years thereafter. Such payrolls and basic
payroll records shall contain the name and address of each employee, his correct
classification, rate of pay (including rates of contributions or costs anticipated of
the types described in Section 1 (b) (2) of the Davis-Bacon Act), daily and weekly
number of hours worked, deductions made and actual wages paid. The
CONTRACTOR and each Subcontractor shall make his employment records, with
respect to persons employed by him upon the work covered by this Contract,
available for inspection by authorized representatives of the OWNER. Such
representative shall be permitted to interview employees of the CONTRACTOR
of any Subcontractors during working hours on the job.
64. SPECIFIC COVERAGE OF CERTAIN TYPES OF WORK BY EMPLOYEES
The transporting of material and supplies to or from the site of the project or
program to which the Contract pertains by the employees of the CONTRACTOR
or of any Subcontractor and the manufacturing or furnishing of materials,
articles, supplies or equipment on the site of the project or program to which this
Contract pertains by persons employed by the CONTRACTOR or by an
Subcontractor, shall, for the purposes of this Contract, and without limiting the
generality of the foregoing provisions of this Contract, shall be deemed to be
work to which the wage provisions of this Contract are applicable.
65. INELIGIBLE SUBCONTRACTORS
The CONTRACTOR shall not subcontract any part of the work covered by this
Contract or permit subcontracted work to be further subcontracted without the
OWNER'S prior written approval of the Subcontractor.
66. PROVISIONS TO BE INCLUDED IN CERTAIN SUBCONTRACTS
The CONTRACTOR shall include or cause to be included in each subcontract
covering any of the work covered by this Contract, provisions which are
consistent with these wage provisions and also a clause requiring the
Subcontractors to include such provisions in any lower tier Subcontractors which
they may enter into,together with a clause requiring such insertion in any further
Subcontracts that may in turn be made.
67. BREACH OF FOREGOING WAGE STANDARDS AND RATES PROVISIONS
In addition to the causes for termination of this Contract as herein elsewhere set
forth, the OWNER reserves the right to terminate this Contract if the
CONTRACTOR or any Subcontractor, whose Subcontractor covers any of the
F-20
work covered by this Contract, shall breach any of these wage standards and
rates provisions.
68. EQUAL EMPLOYMENT OPPORTUNITY
During the performance of this Contract,the CONTRACTOR agrees as follows:
(a) The CONTRACTOR shall not discriminate against any employee or applicant
for employment because of race, color, religion, sex or national origin. The
CONTRACTOR shall take affirmative action to ensure that applicants for
employment are employed and that employees are treated during
employment without regard to their race, color, religion, sex or national
origin. Such action shall include, but not be limited to, the following:
employment, upgrading, demotion or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship. The
CONTRACTOR agrees to post in conspicuous places available to employees
and applicant for employment, notices to be provided setting forth the
provisions of this nondiscrimination clause.
(b) The CONTRACTOR will, in all solicitations or advertisements for employees
placed by or on behalf of the CONTRACTOR, state that all qualified
applicants will receive consideration for employment without regard to race,
religion,sex,color or national origin.
(c) The CONTRACTOR will send to each labor union or representative of workers
with which he has a collective bargaining agreement or other Contract or
understanding, a notice to be provided advising the labor union or workers
representative of the CONTRACTOR'S commitments under Section 202 of
Executive Order No. 11246 of September 24, 1965, and shall post copies of
the notice in conspicuous places available to employees and applicants for
employment.
(d) The CONTRACTOR will comply with all provisions of Executive Order No.
11246 of September 24, 1965, and of the rules and regulations and relevant
orders of the Secretary of Labor.
(e) The CONTRACTOR will furnish all information and reports required by
Executive Order No. 11246 of September 24, 1965, and by the rules,
regulations and orders of the Secretary of Labor, or pursuant thereto, and will
permit access to his books, records, and accounts by the Department of
Housing and Urban Development and the Secretary of Labor for purposes of
investigation to ascertain compliance with such rules, regulations and orders.
(f) In the event of the CONTRACTOR'S noncompliance with the
nondiscrimination clauses of this Contract or with any of such rules,
regulations or orders, this Contract may be cancelled, terminated or
suspended in whole or in part, and the CONTRACTOR may be declared
ineligible for further government Contracts or federally-assisted
construction Contracts, in accordance with procedures authorized in
Executive Order No. 11246 of September 24, 1965, and such other sanctions
may be imposed and remedies invoked as provided in Executive Order No.
F-2 1
11246 of September 24, 1965, or by rule, regulation or order of the Secretary
of Labor or as otherwise provided by law.
(g) The CONTRACTOR will include the provisions or Paragraphs (a) through (g)
in every Subcontract or purchase order unless exempted by rules, regulations
or orders of the Secretary of Labor issued pursuant to Section 204 of
Executive Order No. 11246 of September 24, 1965, so that such provisions will
be binding upon each Subcontractor or purchase order as the Department
of Housing and Urban Development may direct as a means of enforcing such
provisions, including sanctions for non-compliance: provided, however, that
in the event the CONTRACTOR becomes involved in, or is threatened with,
litigation with a Subcontractor or vendor as a result of such direction by the
Department of Housing and Urban Development, the CONTRACTOR may
request the United States to enter into litigation to protect the interests of
the United States.
69. CIVIL RIGHTS ACT OF 1964
Under Chapter 106 of the Civil Practice & Remedies Code of the Revised Civil
Statues of Texas, no person shall,on the ground of race, color, national origin,sex,
age or handicap, be excluded from participation in, be denied the benefits of or
be subjected to discrimination under any program or activity of the City.
70. CONFLICTING CONDITIONS IN CONTRACT DOCUMENTS
The Contract Documents are complementary and what is called for by one shall
be as binding as if called for by all. In case of a conflict between any of the
Contract Documents, priority of interpretation shall be in the following order:
Signed Agreement (including General Conditions), Performance Bond, Payment
Bond, special Bonds (if any), Proposal, Special Conditions (including Information
to Bidders), Advertisements for Bids, Detailed Drawings, Technical Specifications,
General Drawings (Plans) and Supplemental General Conditions.
71. INDEMNIFICATION
The CONTRACTOR shall defend, indemnify, and hold harmless the OWNER and
the Engineer and their respective officers, agents, and employees, from and
against all damages, claims, losses, demands, suits, judgements, and costs,
including reasonable attorney's fees and expenses arising out of or resulting from
the performance of the work, provided that any such damages, claim, loss,
demand,suit,judgement,cost or expense:
(a) Is attributable to bodily injury, sickness, disease, or death or to injury to or
destruction of tangible property (other than the work itself) including the
loss of use resulting therefrom; and,
(b) Is caused in whole or in part by any negligent act or omission of the
CONTRACTOR, or Subcontractor, anyone directly or indirectly employed by
anyone of them for whose acts any of them may be liable, regardless of
whether or not it is caused in part by a party indemnified hereunder.
F-22
The obligation of the CONTRACTOR under this Paragraph shall not extend to the
liability of the Engineer, his agents or employees arising out of the preparation or
approval of maps, drawings, reports, surveys, Change Orders, designs or
Specifications, or the giving of or the failure to give directions or instructions by
the Engineer, his agents or employees, provided such giving or failure to give is
the primary cause of the injury or damage.
72. A.I.A. GENERAL CONDITIONS
The General Conditions of the Contract for Construction, A.I.A. Document A201,
1987 Edition, as amended by current edition, of the American Institute of
Architects, consisting of fourteen (14) Articles, Pages numbered 1 through 19, is
hereby made a part of the Contract Documents of this project.
Such A.I.A. General Conditions are cumulative to these General Conditions, but
where any provision of said A.I.A. General Conditions are inconsistent or in
conflict with these General Conditions, then these General Conditions shall
prevail.
All references to arbitration in said A.I.A. General Conditions are deleted and of
no force and effect for purposes of this Contract. Further, Subdivisions 2.2.3 and
2.2.4 of said A.I.A. General Conditions are deleted and of no force and effect for
purposes of this Contract.
Article 1.3 (Ownership and Use of Documents) of the A.I.A. General Conditions is
hereby deleted.
73. DELAYS
The CONTRACTOR shall receive no compensation for delays or hindrances to the
work, except when direct and unavoidable extra cost to the CONTRACTOR is
caused by the failure of the CITY to provide information or material, if any, which
is to be furnished by the CITY OF PORT ARTHUR,When such extra compensation
is claimed, a written statement thereof shall be presented by the CONTRACTOR
to the Engineer and, if by him found correct, shall be approved and referred by
him to the Council for final approval or disapproval; and the action thereon by
the Council shall be final and binding. If delay is caused by specific orders given
by the Engineers to stop work, or by the performance of extra work, or by the
failure of the CITY OF PORT ARTHUR, to provide material or necessary
instructions for carrying on the work, then such delay will entitle the
CONTRACTOR to an equivalent extension of time, his application for which shall,
however, be subject to the approval of the CITY OF PORT ARTHUR; and no such
extension of time shall release the CONTRACTOR or the Surety on his
performance bond from all his obligations hereunder which shall remain in full
force until the discharge of the Contract.
74. MAINTENANCE OF WORK
If, after approval of final payment and prior to expiration of one (1) year after
date of Substantial Completion or such longer period as may be prescribed by
F-23
law or by any applicable special guarantee required by the Contract Documents,
and work is found to be defective, CONTRACTOR shall promptly, without cost to
OWNER and in accordance with the OWNER'S written instructions, correct such
defective work. If CONTRACTOR does not promptly comply with such
instructions, OWNER may have such defective work corrected and all direct and
indirect costs of such removal and replacement, including compensation for
additional professional services,shall be paid by CONTRACTOR. The provisions of
this paragraph shall not limit the obligation of CONTRACTOR under Paragraph 15
(Guarantee of Work) in any respect whatsoever, including the time period of
such Guarantee of Work provision in Paragraph 15 as will arise under the laws of
the State of Texas and such Paragraph 15 and without regard to the provisions of
this Paragraph (Maintenance of Work), nor shall this Paragraph (Maintenance of
Work) be construed to establish any period of limitations for any cause of action
against CONTRACTOR under the obligations of Paragraph 15.
75. ANTITRUST
CONTRACTOR hereby assigns to OWNER any and all claims for overcharges
associated with this Contract which arises under the antitrust laws of the United
States,15 U.S.C.A. Sec. 1, et seq. (1973).
F-24
SECTION G
TECHNICAL SPECIFICATIONS
Bids and Construction
Public Works Operations Building
Interior Renovations
for the
City of Port Arthur
Port Arthur, Texas
LO \ G
755 S. 11th Street, Suite 255 I Beaumont, Texas 77701
BIDS AND CONSTRUCTION SPECIFICATION MANUAL FOR
PUBLIC WORKS OPERATIONS BUILDING INTERIOR RENOVATIONS
FOR THE CITY OF PORT ARTHUR IN PORT ARTHUR,TEXAS
ARCHITECT: Long Architecture
Cade Spell,A.I.A.
755 S. 11th Street,Suite 255
Beaumont,Texas 77701
(409)866-3443 ph
cspell long-arch.com
MEP ENGINEER: Novus Consulting
Kris Marlitz,PE
9212 Fry Road, Suite 105,#204
Cypress,Texas 77433
(805)890-8578 ph
mep novusgroupconsulting.com
STRUCTURAL
ENGINEER: Fittz& Shipman,Inc.
Terry Glen Shipman,PE
1405 Cornerstone Court
Beaumont,Texas 77706
(409) 832-7238 ph
tshipman@fittzshipman.com
Public Works Operations Building
Interior Renovation
for the
City of Port Arthur
ci,,ED Ai ..
E L. SAF 4,,Z64
P 'u UP J 4 ,c
T214i
J
1Z OF
TWLY 2Z1 ZvL'
Cade L. Spell,A.I.A.
Long Architecture
PROJECT MANUAL INDEX
DIVISIONS PAGES
1. GENERAL REQUIREMENTS 1 -25
2. EXISTING CONDITIONS 1 -30
3. CONCRETE 1 - 12
4. MASONRY 1 - 6
5. METALS 1 - 7
6. WOOD AND PLASTICS 1 - 4
7. THERMAL AND MOISTURE PROTECTION 1 - 4
8. DOORS AND WINDOWS 1- 22
9. FINISHES 1 - 14
10. SPECIALTIES 1 -14
11. EQUIPMENT 1- 1
DIVISIONS
Public Works Operations Building Interior Renovation
Bids and Construction
DIVISION 01-GENERAL REQUIREMENTS
SECTION 010000-GENERAL REQUIREMENTS
111000-SUMMARY OF WORK
1.1 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.
011113-WORK COVERED BY CONTRACT DOCUMENTS
1.1 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.
011116-WORK BY OWNER
1.1 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.
011119-PURCHASE CONTRACTS
1.1 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.
011120-LIQUIDATED DAMAGES
1.1 It is understood and agreed between the parties hereto,that time is of the essence in this contract,
and in case the Contractor shall fail to fully, entirely and in conformity with the provisions of this
contract, perform and substantially complete said work within the time frame stated in the
Specification, the Architect shall compute the number of days of delinquency until such time as
the project is complete. It is hereby acknowledged by the Contractor that such delinquency will
cause additional costs and expenses to the Owner from the incomplete work, and that the said
delinquency is a damage to the Owner caused through the fault of the Contractor.
It is hereby agreed between the Contractor and the Owner,that the amount of said damages are
here ascertained and liquidated at the rate of FIVE HUNDRED DOLLARS($500.00)per
calendar day of delay. The Contractor hereby agrees to pay the stated sum to the Owner for each
and every day of delinquency.
END OF SECTION
DIVISION 01-GENERAL REQUIREMENTS-Page 1
Public Works Operations Building Interior Renovation
Bids and Construction
SECTION 012000-PRICE AND PAYMENT PROCEDURES
012200-UNIT PRICES
012100-Allowances
1.1 A. Following is a list of items and allowance amounts for this project:
1. Ceramic Wall tile- 9.00/sq.ft.materials only. Reference Division 9.
2. Porcelain Floor Tile- 9.00/sq.ft.materials only. Reference Division 9
3. Interior Panel Signage- 8,000.00.Reference Division 10
012213-Unit Price Measurement
1.1 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 Architect 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 Architect.
012983-Payment Procedure for Testing Laboratory Services
1.1 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.
END OF SECTION
DIVISION 01-GENERAL REQUIREMENTS-Page 2
Public Works Operations Building Interior Renovation
Bids and Construction
SECTION 013000-ADMINISTRATIVE REQUIREMENTS
013100-PROJECT MANAGEMENT AND COORDINATION
013113-Project Coordination
1.1 A. Notice to Proceed must be issued by Architect before work may begin. The following
documents must be submitted to the Architect prior to the Architect'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
013119-Project Meetings
013119.13-Precontruction Meetings
1.1 A. This 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. Construction schedules are specified in Section 013300.
1.2 A. 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.
B. Attendees: The Owner,Architect 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.
C. 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.
DIVISION 01-GENERAL REQUIREMENTS-Page 3
Public Works Operations Building Interior Renovation
Bids and Construction
16. Working hours.
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.
013119.16-Site Mobilization Meetings
1.1 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.
013119.23-Progress Meetings
1.1 A. Conduct progress meetings at the Project site once every two weeks. Notify the Owner and
Architect of scheduled meeting dates. Coordinate dates of meeting with preparation of the
payment request.
B. Attendees: In addition to representatives of the Owner and Architect, 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
n. Documentation of information for payment requests
DIVISION 01-GENERAL REQUIREMENTS-Page 4
Public Works Operations Building Interior Renovation
Bids and Construction
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.
013119.33-Pre-Installation Meetings
1.1 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 Architect 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 Architect.
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.
END OF SECTION
DIVISION 01-GENERAL REQUIREMENTS-Page 5
Public Works Operations Building Interior Renovation
Bids and Construction
SECTION 013200-CONSTRUCTION PROGRESS DOCUMENTATION
013219-CONSTRUCTION SCHEDULE
1.1 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 Architect. Additionally,the Contractor must submit two-week and
four-week workload projection schedules at the same time for review by the Owner and
Architect.
013219-SUBMITTAL SCHEDULE
1.1 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 Architect.
013226-CONSTRUCTION PROGRESS REPORTING
1.1 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.
013300—SUBMITTAL PROCEDURES
1.1 A. Related Documents:
1. Drawings and general provisions of Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections,apply to this section.
1.2 A. Summary:
1. This Section specifies administrative and procedural requirements for submittals required
for performance of the Work,including:
a. Contractor's construction schedule.
b. Submittal schedule.
c. Daily construction reports.
d. Shop Drawings.
e. Product Data.
f. Samples.
g. 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:
a. Permits.
b. Applications for payment.
c. Performance and Payment bonds.
d. Insurance certificates.
e. 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".
DIVISION 01-GENERAL REQUIREMENTS-Page 6
Public Works Operations Building Interior Renovation
Bids and Construction
1.3 A. Submittal Procedures:
1. General: Electronic copies of CAD Drawings of the Contract Drawings will not be
provided by Architect for Contractor's use in preparing submittals.
2. Submit to the Architect for review three(3)copies of checked shop drawings for all items
as required in later sections of these specifications.
3. The Architect 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.
4. Resubmit all shop drawings promptly which are returned for correction. Fabrication shall
be started only after receipt of drawings requiring no further re-submittals.
5. Review of shop drawings will in no event constitute a waiver of detailed and/or specified
requirements unless so stated in writing by the Architect.
6. Samples to be submitted to Architect as required in later sections of these specifications.
B. Coordination: 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.
1. Coordinate each submittal with fabrication,purchasing,testing, delivery,other submittals
and related activities that require sequential activity.
2. Coordinate transmittal of different types of submittals for related elements of the Work so
processing will not be delayed by the need to review submittals concurrently for
coordination.
a. The Architect reserves the right to withhold action on a submittal requiring
coordination with other submittals until related submittals are received.
3. 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.
4. Allow two weeks for initial review. Allow additional time if processing must be delayed
to permit coordination with subsequent submittals. The Architect will promptly advise
the Contractor when a submittal being processed must be delayed for coordination.
a. If an intermediate submittal is necessary,process the same as the initial submittal.
5. Allow two weeks for reprocessing each submittal.
a. No extension of Contract Time will be authorized because of failure to transmit
submittals to the Architect sufficiently in advance of the Work to permit processing.
6. The Contractor shall check all submittals BEFORE submitting them to the Architect,
noting thereon all errors detected.
C. Submittal Preparation: 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.
1. 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.
a. Project name.
b. Date.
c. Name and address of Architect.
d. Name and address of Contractor.
e. Name and address of subcontractor.
f. Name and address of supplier.
g. Name of manufacturer.
DIVISION 01-GENERAL REQUIREMENTS-Page 7
Public Works Operations Building Interior Renovation
Bids and Construction
h. Number and title of appropriate Specification Section.
1. Drawing number and detail reference,as appropriate.
D. Submittal Transmittal: Package each submittal appropriately for transmittal and handling.
Transmit each submittal from Contractor to Architect 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.
1.4 A. Contractor's Construction Schedule
1. Bar-Chart Schedule: Prepare a fully developed, horizontal bar-chart type Contractor's
construction schedule. Submit within 30 days of the date established for
"Commencement of the Work".
a. 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".
b. 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.
c. 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.
d. Coordinate the Contractor's construction schedule with the schedule of values, list of
subcontractors, submittal schedule, progress reports, payment requests, and other
schedules.
e. Indicate completion in advance of the date established for Substantial Completion.
Indicate Substantial Completion on the schedule to allow time for the Architect's
procedures necessary for certification of Substantial Completion.
B. Work Stages: Indicate important stages of construction for each major portion of the
Work,including testing and installation.
C. Distribution: Following response to the initial submittal,print and distribute copies to the
Architect,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.
D. Schedule Updating: Revise the schedule as needed. Issue the updated schedule
concurrently with report of each meeting.
1.5 A. Submittal Schedule:
1. 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.
a. Coordinate submittal schedule with the list of subcontracts, schedule of values and
the list of products as well as the Contractor's construction schedule.
I
DIVISION 01-GENERAL REQUIREMENTS-Page 8
Public Works Operations Building Interior Renovation
Bids and Construction
b. Prepare the schedule in chronological order; include submittals required during the
first 90 days of construction. Provide the following information:
1. Scheduled date for the first submittal.
2. Related Section number.
3. Submittal category.
4. Name of subcontractor.
5. Description of the part of the Work covered.
6. Scheduled date for resubmittal.
a. Scheduled date the Architect's final release or approval.
B. Distribution: Following response to initial submittal, print and distribute copies to the
Architect, 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.
C. Schedule Updating: 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.
1.6 A. Daily Construction Reports
1. Prepare a daily construction report, recording the following information concerning
events at the site;make report available to the Architect and Owner at the Project site:
a. List of subcontractors at the site.
b. Approximate count of personnel at the site.
c. General weather conditions.
d. Accidents and unusual events.
e. Meetings and significant decisions.
f. Stoppages delays,shortages, losses.
g. Orders and requests of governing authorities.
h. Services connected,disconnected.
i. Equipment or system tests and start-ups.
j. Partial Completions,occupancies.
k. Substantial Completions authorized.
1.7 A. Shop Drawings
1. 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
Architect,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 Architect's
review. The print will be returned.
DIVISION 01-GENERAL REQUIREMENTS-Page 9
Public Works Operations Building Interior Renovation
Bids and Construction
E. Final Submittal: Submit three blue-or black-line prints for the Architect'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 Architect.
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. Masonry ties and reinforcing.
2. Miscellaneous steel.
3. Insulation
4. Sealant
5. Water proofing/damp proofing materials.
6. Paint
7 . All mechanical,electrical,plumbing items
1.8 A. Product Data
1. 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 b 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.
DIVISION 01-GENERAL REQUIREMENTS-Page 10
Fi
Public Works Operations Building Interior Renovation
Bids and Construction
E. Submittals: Submit three (3) copies of each required MEP submittal; submit three (3)
Architectural submittals and submit four (4) where required for maintenance manuals. The
Architect 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.
1.9 A. Samples
1. 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.
a. Mount, display, or package Samples in the manner specified to facilitate review of
qualities indicated. Prepare Samples to match the Architect's Sample. Include the
following:
1. Generic description of the Sample.
2. Sample source.
3. Product name or name of manufacturer.
4. Compliance with recognized standards.
a)Availability and delivery time.
b. 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.
c. 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.
d. Refer to other Specification Sections for requirements for Samples that illustrate
workmanship and fabrication techniques, details of assembly, connections, operation
and similar construction characteristics.
e. 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 Architect'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.
DIVISION 01-GENERAL REQUIREMENTS-Page 11
Public Works Operations Building Interior Renovation
Bids and 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.
1.10 A. Architect's Action: Except for submittals for record, information or similar purposes where
action and return is required or requested, the Architect will review each architectural
submittals,mark to indicate action taken,and return promptly.
1. Compliance with specified characteristics is the Contractor's responsibility.
B. Submit to the Architect for review three (3) copies of checked shop drawings for all items as
required in later sections of these specifications.
C. The Architect 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.
D. Action Stamp: The Architect will stamp each submittal with a uniform, self-explanatory
action stamp. The stamp will be appropriately marked as follows, to indicate the action
taken:
E. 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.
F. 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; fmal acceptance will depend on that compliance.
G. 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.
1. Do not permit submittals marked"Revise and Resubmit"to be used at the Project site, or
elsewhere where Work is in progress.
H. Other Action: Where submittal is primarily for information or record purposes, special
processing or other activity,the submittal will be returned,marked"No Exceptions".
1.11 A. Request for Interpretation: 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 Architect shall review the Contractor's "Request for Interpretation"
form for acceptance,if requested for use.
END OF SECTION
DIVISION 01-GENERAL REQUIREMENTS-Page 12
Public Works Operations Building Interior Renovation
Bids and Construction
REQUEST FOR INTERPRETATION (R.F.I)
Project Name: Public Works Operations Building Interior Renovation
Date Submitted:
Contractor: RFI#:
Architect: Long Architecture
This is a field and/or office request for interpretation to supplement the design data depicted on the
drawings or in the specifications. Changes to the Contract Documents, the Contract Sum, or the Time
for Contract Performance that may result from the replay to the RFI shall be processed in accordance
with the changes clause of the Contract, if appropriate.
Question Submitted by:
Proposed or Suggested Solution from: Date:
Attached Drawing/Specification referenced:
DEVELOPMENT SERVICES BUILDING OFFICE USE ONLY:
RFI response issued to following on-Date:
DIVISION 01-GENERAL REQUIREMENTS-Page 13
Public Works Operations Building Interior Renovation
Bids and Construction
SECTION 014000-QUALITY REQUIREMENTS
GENERAL
1.1 A. Related Documents
1. Drawings and general provisions of Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections,apply to this Section.
1.2 A. Summary: 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 Architect.
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
Architect, Owner, or authorities having jurisdiction are not limited by provisions of this
Section.
1.3 A. Responsibilities
1. 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.
a. 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.
b. 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.
1. 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.
c. 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.
1. Cost of retesting construction revised or replaced by the Contractor is the
Contractor's responsibility, where required tests were performed on original
construction.
DIVISION 01-GENERAL REQUIREMENTS-Page 14
Public Works Operations Building Interior Renovation
Bids and Construction
d. 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:
1. Providing access to the Work and furnishing incidental labor and facilities
necessary to facilitate inspections and tests.
2. Taking adequate quantities of representative samples of materials that require
testing or assisting the agency in taking samples.
3. Providing facilities for storage and curing of test samples, and delivery of
samples to testing laboratories.
4. Providing the agency with a preliminary design mix proposed for use for
materials mixes that require control by the testing agency.
5. Security and protection of samples and test equipment at the Project site.
e. The Contractor will, at all times, be responsible for notifying the testing laboratory
well in advance on their required services.
f. Payment Management and Issuance of Progress Payment Applications:
1. Reference Division 1, Section 012900-PAYMENT PROCEDURES,012976-
Progress Payments Procedure, 1.2.
2. 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.
a. 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.
3. 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 Architect and Contractor in performance
of its duties, and shall provide qualified personnel to perform required inspections and
tests.
a. The agency shall notify the Architect and Contractor promptly of irregularities or
deficiencies observed in the Work during performance of its services.
b. 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.
c. The agency shall not perform any duties of the Contractor.
d. All testing laboratory reports must be sent to the Architect and Owner directly
from the testing laboratory.
4. 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.
a. The Contractor is responsible for scheduling times for inspections, tests, taking
samples,and similar activities.
b. 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.
DIVISION 01-GENERAL REQUIREMENTS-Page 15
Public Works Operations Building Interior Renovation
Bids and Construction
1.4 A. Submittals: 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 A. Quality Assurance:
1. 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)
PART 3-EXECUTION
3.1 A. Repair and Protection: 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.
C. Repair and protection is the Contractor's responsibility, regardless of the assignment of
responsibility for inspection,testing or similar services.
DIVISION 01-GENERAL REQUIREMENTS-Page 16
Public Works Operations Building Interior Renovation
Bids and Construction
014100-REGULATORY REQUIREMENTS
014113-Codes
1.1 A. All work must conform to the following Codes,with current amendments as adopted by the
City.
1. 2021 International Building Code
2. 2021 International Fire Code
3. 2021 International Existing Building Code
4. 2021 International Mechanical Code
5. 2021 International Energy Conservation Code
6. 2021 International Fuel Gas Code
7. 2020 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.
014126-Permits
1.1 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.
END OF SECTION
I
DIVISION 01-GENERAL REQUIREMENTS-Page 17
Public Works Operations Building Renovations
Bids and Construction
SECTION 014200-REFERENCES
014216-DEFINITONS
1.1 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 Architect's action on the
Contractor's submittals, applications, and requests, is limited to the Architect'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 Architect.
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 18
Public Works Operations Building Renovations
Bids and Construction
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 Architect,requested by the Architect,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:
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.
DIVISION 01-GENERAL REQUIREMENTS-Page 19
Public Works Operations Building Renovations
Bids and Construction
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 Architect or 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 Architect and Engineer, and who shall supervise and
direct the construction.
SUPPLEMENTAL AGREEMENT:
A written agreement between the Contractor and the Owner covering:
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.
DIVISION 01-GENERAL REQUIREMENTS-Page 20
Public Works Operations Building Renovations
Bids and Construction
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
tradesperson 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.
014500-QUALITY CONTROL
014529-Testing Laboratory Services
1.1 All testing laboratory reports must be sent to the Architect and Owner directly from the testing
laboratory.
1.2 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.
1.3 The Owner will obtain, and pay directly for, the services of a testing laboratory,approved by the
Architect, 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.
1.4 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 Architect or
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.
1.5 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.
1.6 Duties of the Testing Agency: As specified in Section 014000 Quality Requirement,
1.3 Responsibilities
END OF SECTION
DIVISION 01-GENERAL REQUIREMENTS-Page 21
Public Works Operations Building Renovations
Bids and Construction
SECTION 015000-TEMPORARY FACILITIES AND CONTROLS
GENERAL
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 A. Access to the Site:
1. Access to the site will be made available by the Owner,and will be specifically addressed
at the pre-construction conference.
2. 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, Architect, and Contractor,
and will be provided free of charge by the Owner.
1.3 A. Temporary Controls: 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.
015100-TEMPORARY UTILITIES
1.1 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.
END OF SECTION
DIVISION 01-GENERAL REQUIREMENTS-Page 22
I
Public Works Operations Building Renovations
Bids and Construction
015200-CONSTRUCTION FACILITIES
015213-Field Offices and Sheds
1.1 A. Temporary Office:
1. The Contractor must provide a job site office. It's location must be coordinated with the
Architect and Owner.
2. 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.
3. Computer, Internet, and Telephone Service: The Contractor shall provide or arrange for
a computer with Microsoft Word (2007 or later version); Adobe Acrobat Reader DC
(current version), internet, standard 8.5 x 11 printer, fax and telephone at the job for the
use of all of his subcontractors, the Owner, and the Architect at the job trailer. The
Contractor shall pay for the installation, maintenance, removal and charges for use of
these services.
B. 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.
C. 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.
015219-Sanitary Facilities
1.1 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.
B. The Contractor shall provide men's and women's toilet trailers for use by the City until
construction is completed,at which time, contractor shall remove them from the job site,leaving
the locations clean and in a sanitary condition. Trailers shall have a minimum of 2 toilets and 4
lavatories for women, 4 urinals and 3 lavatories for men, and must be ADA compliant.
Coordinate location with Owner.
015600-TEMPORARY BARRIERS AND ENCLOSURES
1.1 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 construction located outside of the construction area.
015800-PROJECT IDENTIFICATION
015813-Temporary Project Signage
1.1 A. Contractor shall provide one(1)8'x 8'job sign per jobsite located as indicated by the Architect
and constructed as detailed by the Architect and approved by the Owner. The job signs shall be
constructed and installed immediately after the construction commences and will remain in place
until fmal completion or by instruction of the Owner. The job sign will include the job name,
name and address of the Architect, name and address of the Contractor,names of the engineers,
and names of Owner and will be according to the design prepared by the Architect.
B. Signs or advertisements other than the job sign are not permitted to be displayed without the
Owner's approval.
END OF SECTION
DIVISION 01-GENERAL REQUIREMENTS-Page 23
Public Works Operations Building Renovations
Bids and Construction
SECTION 017000—EXECUTION AND CLOSEOUT REQUIREMENTS
GENERAL
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
017400-CLEANING AND WASTE MANAGEMENT
017413-Progress Cleaning
1.1 The Contractor and his Subcontractors, at all times, shall keep the premises free from accumulation
of waste materials or rubbish caused by his operations.
017423-Final Cleaning
1.1 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.
017800-CLOSEOUT SUBMITTALS
017823-Operation and Maintenance Data
1.1 A. At the termination of the work,but prior to final payment,the Contractor will deliver to
the Architect 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.
B. The installation and spare parts manuals must be delivered as soon as possible for use by the
Owner prior to completion of the project.
C. The Contractor is to make them available at the job trailer.
017836-Warranties
1.1 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 engineer. The engineer must be selected within(2)weeks after
signing of the contract for construction. The engineer's name and address will be given to
the Architect and Owner at that time.
DIVISION 01-GENERAL REQUIREMENTS-Page 24
Public Works Operations Building Renovations
Bids and Construction
017839-Project Record Documents
1.1 A. AFFIDAVITS: The Contractor will completely execute the Contractor Affidavit of Release
of Liens Forms GC-Al, SC-A2, and MS-A3 in triplicate and furnish the Architect with two
(2)executed forms.
017853-Sustainable Design Closeout Documentation
1.1 A. The Contractor will provide the Architect with two complete sets of reproducible record
drawings indicating any,and all, changes to the design drawings that occurred during the
course of construction. These sets will be delivered to the Architect for review. Final
payment will not be made until the Architect has received and reviewed the record drawings
for completeness and accuracy,and they have subsequently been delivered to the Owner.
END OF SECTION
DIVISION 01-GENERAL REQUIREMENTS-Page 25
DIVISION 2- EXISTING CONDITIONS
Structural Engineering
Structural Observation Report
Fittz&Shipman
INC.
Consulting Engineers and Land Surveyors
Ronald D.Fittz,P.E.,R.P.L.S.(1948-1987) Daniel A Dotson,P.E.,President/Tresurer
Terry G.Shipman,P.E.,Senior Consultant Donald R.King,P.E.,Vice-President/Secretary
Bernardino D.Tristan, P.E.,CEO Mitch Brackin,R.P.L.S.
August 14, 2023
Mr. Cade Spell, AIA
Long Architecture
755 S. 11`h St. Suite 255 ' iy •
Beaumont, TX 77701
RE: STRUCTURAL ENGINEERING SERVICES
STRUCTURAL OBSERVATION
Public works Building,
111 H O Mills Blvd.
Port Arthur, Texas
Project No. 23098
SUMMARY
The property, once renovated, should provide many years of good structural service. The
structural "bones" of the property are in good condition with the exception of a few
locations. Recommendations for repair of those few locations are noted in the body of this
report.
Dear Mr. Spell:
Per your request, we made a visual observation of the referenced property. The following is a report of
my observations, conclusions, and recommendations.
LEVEL OF LEVEL: This project is limited to a Level A Observation. This level of
OBSERVATION observation is a report of first impression and includes but is not limited to
the following:
1. Interview of the occupant, owner and/or client, if possible,
regarding the history and performance of the structure.
2. Request from the client documents regarding the foundation, such
1405 Cornerstone Court • Beaumont, Texas 77706 • (409) 832-7238•fax (409) 832-7303
T.B.P.E. Firm #1160 • T.X.L.S. Firm #700786
Mr.Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 2 111 H 0 Mills Blvd., Port Arthur
Project No.23098
as construction drawings, geotechnical reports, previous testing
and inspection reports, and previous repair information. All
provided documents will be reviewed.
3. Make visual observations during a site visit walk-through/around
of the property. Our attention/focus during the site visit will be on
factors that might influence the foundations performance and on
signs of post initial construction differential foundation movement.
4. Preparation of a written report detailing Scope of Observation,
Type of Construction, Estimated Age, Observations, Conclusions,
Background Information, Recommendations, and Foundation
Maintenance suggestions.
SCOPE OF SCOPE: The purpose of this observation was to observe the structural
OBSERVATION condition of the property and make repair recommendations, if warranted.
After completing the site observation, we were to provide a report
outlining our observations, conclusions, and recommendations.
Our quoted fee is for our initial site visit and report only. There will be an
additional fee for follow-up site visits and reports unless the follow-up site
visit and report is for clarification of our original report.
TYPE OF TYPE OF CONSTRUCTION: The property is a single-story, cast-in-place
CONSTRUCTION concrete framed building with brick for exterior walls. The roof framing
consists of pre-cast double tees. The roof is a low slope flat roof and the
roof membrane was replaced in 2022. The floor consists of concrete
slab-on-grade with perimeter beams and foundation support of drilled and
under reamed concrete footings.
ESTIMATED AGE ESTIMATED AGE: The property was constructed in 1965 making the
building approximately fifty-eight (58) years old.
OBSERVATIONS OBSERVATIONS: We observed interior and exterior, structural and non-
structural items at exposed conditions. From this, We made the following
observations :
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 3 111 H 0 Mills Blvd., Port Arthur
Project No.23098
1. See Photograph No. 1 for front/back view of the property.
2. There is spalled concrete on the underside of double tees,
exposed delaminated rebar. This is present repeatedly throughout
the structure. See Photographs No. 2, 3, and 4 for example.
3. Crack in concrete column by the office room entrances.See
Photographs No. 5 and 6.
4. Spalled concrete on the stems of double tees, exposed rebar. This
is present at multiple locations throughout the building. See
Photographs No. 7, 8, and 9 for example.
5. Roof drain insert cap is missing. See Photograph No. 10
6. Spalled concrete, delaminated rebar exposed and double tee joint
separations are observed. This is present in few locations. See
Photographs No. 11 & 12.
7. Ponding and some vegetation around the roof drains is observed.
See Photograph No.13
8. Crack in Concrete beams and Joint separation observed. See
Photographs No. 14 and 15.
9. Severely spalled concrete columns and exposed delaminated
reinforcing steel result of improper concrete cover and concrete
crack with water penetration. Several columns facing the highway
have these conditions. See Photograph No. 16, 17, 18, 19, and
20.
10. Paving and sidewalk surface cracks are observed at few locations
around the building. See photographs No. 21 and 22 for example.
11. Drywall cracks were observed in storage room and recess/kitchen
area. See Photographs No. 23, 24, and 25.
12. Interior wall appeared to settle showing separation/crack between
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 4 111 H 0 Mills Blvd., Port Arthur
Project No. 23098
wall and double tee panels. See Photograph No. 26.
13. Clay Wall cracks are observed in the men's restroom. See
Photographs No. 27 and 28.
14. Paint peeled off in restroom area due to moisture. This situation is
present in both restrooms. See Photograph No. 29.
15. Existing duct holes in the restroom area have been closed with
metal plate and roof installed over it. Roof fasteners are visible.
See Photograph No. 30.
16. Water stains have been observed on the ceiling tiles in office area.
At this time it is unclear where the water is coming. It could be due
to roof leaks or condensation from the AC units. Since the roof
membrane is new no water leakage from roof should happen, as
the units appeared to be right above the stained tiles we assume
the stains are due to condensation from the AC units, However
this has to be monitored and reported if the stains re-appear after
the ceiling tiles are replaced. See Photographs No. 31 and 32.
17. Spalled concrete and roof fasteners on the underside of the
double tees was observed above the ceiling tiles in the office
rooms. This situation is observed all through the building. See
Photographs No. 33 and 34.
18. Underside of the double tees panels have been patched where
they are exposed or have no dropped ceilings. See Photographs
No. 35 and 36.
19. Holes appeared to be left unfilled after pre-stressing the double
tees in one or two locations. See Photograph No. 37.
INTRODUCTION INTRODUCTION: Fittz & Shipman staff visited the site on two occasions.
On the first site visit, Friday, July 7, 2023, we examined the roof, exterior
walls and the interior of the building. The roof was not examined from the
Fittz&Shipman, Inc.
Mr.Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14,2023 STRUCTURAL OBSERVATION
Page 5 111 H O Mills Blvd., Port Arthur
Project No.23098
roof level because it was recently re-roofed. There was no destructive
examination of the property.
DISCUSSION/ DISCUSSION/CONCLUSIONS/RECOMMENDATIONS:
CONCLUSIONS/
RECOMMENDATIONS Exterior Concrete Column: There are multiple exterior columns that
exhibit cracking and spalling and warrant corrective action. The columns
are shown in Photographs No. 16, 17, 18, 19, 20, and 21. The damage is
limited to the exterior face of the column. There are sections of loose
concrete on the exterior face of the column that could become dislodged
and fall. There are sections on the ground that have previously fallen.
The condition is the result of moisture penetration through the concrete
and rusting the reinforcing steel. The steel delaminated, expanded, and
caused the concrete to crack and spall. There are some columns with
less serious damage but should be repaired at the same time as the ones
mentioned above. The columns are shown in Photographs No. 5 and 6.
Recommendation: Where the damage on the concrete panels is severe
the panels should be repaired as follows:
• Chip away all loose concrete.
• Clean the surface of exposed reinforcing steel removing all rust.
• Apply an epoxy based bonding coat to the surface of existing
concrete.
• Repair the sections of spalled concrete with epoxy grout. If
necessary, use temporary forms to retain the grout until set up.
• To protect the repaired members from further attack by water
apply a final coat of waterproof paint to the surface.
Exterior Walls: The exterior walls are single wythes of brick/clay. The
brick walls are non-load bearing, therefore not structural except for
resisting lateral loads (wind). Any brick cracks will allow moisture
penetration of the walls, and water running down the inside of the walls
Fittz&Shipman, Inc.
Mr.Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 6 111 H 0 Mills Blvd., Port Arthur
Project No.23098
can and has damaged the concrete lintels over windows and doors.
Recommendations: Tuck Point the brick cracks.
Beams and Infill cracks: Some beams and the infill walls between the
concrete beams and the double tee panels exhibit some cracking. Cracks
might be due to water leakage or impact. See Photographs No. 14 and
15. Those locations should be repaired by epoxy injection.
Recommendation: Epoxy inject the cracks.
Interior Walls:
There are some drywall cracks due to wear and tear and are not of a
structural concern. See Photographs No. 23, 24, and 25.
Recommendation: Scrape, re-tape, float, and paint.
Clay tiles/brick in the restroom area have some cracks, not of a structural
concern. Building has subjected to multiple hurricanes and probably
caused the walls to move causing the cracks and separation at mortar
joints between the walls and panels. These are non-load bearing and not
structural walls .See photographs No. 26, 27 and 28.
Recommendation: Tuck Point the cracks.
Roof Ponding: Water and vegetation is observed around one the roof
drain. Water draining from the RTU due to condensation is collecting
around the roof drain as the drain pipes are not connected to the drain
properly causing the water to pond around the drain. See Photograph No.
13.
Recommendation: Connect the pipes directly to roof drain.
Double Tee's: The reinforcing steel in the panels is exposed in several
locations due to inadequate concrete cover. Typically pre-cast concrete
panels have less concrete cover compared to cast in place concrete. See
Fittz&Shipman, Inc.
Mr.Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 7 111 H 0 Mills Blvd., Port Arthur
Project No.23098
Photographs No. 2, 3, 4, 7, 8, 9, 11, and 12. The current conditions do
not seriously impact the structural integrity of the framing system but
should be repaired.
One of the stem on the double tee seems to have holes that were left
unfilled after pre-stress and need to be re-grouted. See Photograph No.
37.
Roof drain penetration in the panel. The plate insert cover is missing. See
Photograph No. 10.
Recommendation:
• Where the damage on the concrete panels is severe the panels
should be repaired in the same manner as mentioned above for
repairing the concrete columns.
• Where there is minor damage with exposed rebar, it is not
beneficial to make any repairs. The delaminated rebar should be
cleaned and panel may be painted to prevent it from rusting in the
future.
• Double tee stem with the holes shall be re-grouted.
• Re-install the insert cover.
Panel Cracking with Water Leakage: There are few locations where
the panels are cracked with water leakage. The cracks are small and not
structural in nature (shrinkage cracks). See Photographs No. 8, 9, and
36. Since the roof membrane is new and there are no signs of new water
leakage, no action is warranted.
Slab Cracking with Water Leakage: There are several locations where
the paving or floor slab is cracked with water leakage. The cracks are
small and are not structural in nature (shrinkage cracks). See
Photographs No. 21 and 22. There is no evidence of structural failure but
the cracks could worsen with time. Out of an abundance of caution,
cracks should be epoxy injected.
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 8 111 H 0 Mills Blvd., Port Arthur
Project No. 23098
Scaling of Concrete Surface: The surface of the concrete is scaling.
This is a non-structural issue. This occurs when the surface of the
concrete is overworked and too much bleed water migrates to the
surface. Depending on the floor covering used, a skim coat in the area
might be required to prevent the floor covering from deforming.
Recommendation: Apply skim coat is warranted.
The property, once renovated, should provide many years of good structural service. The structural
"bones" of the property are in good condition with the exception of a few locations. Recommendations
for repair of those few locations are noted in the body of this report. We appreciate the opportunity to
be of service to you. If you have any question, please do not hesitate to call.
Sincerely,
Fittz &Shipman, Inc.
�
�•ce O F TFl,tI2
7 1 I am a Registered Professional Engineer in the
61�NIEL A DOTSON r State of Texas. This seal does not guarantee the
9. 109833 •'Q existing conditions. See the Statement of
l 0 4/ ENS�O•''•�',�^r' Limitations in the body of the report
by: Daniel D. Dotson, P.E., '� ' •
For the Firm ltt %t ,vti,\�~~
8//y/a.3
4rru.0 vIc,rUir-A-r(J
by: Girish Vadakapurapu, Graduate Engineer
TGS/GV/blp
Email: csoell(a�lona-arch.com
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 9 111 H 0 Mills Blvd., Port Arthur
Project No.23098
Photograph No. 1
111 H 0 Mills Blvd.
Port Arthur, Texas
Photograph No.2
Exposed delaminated rebar underside of double
tees
(present regularly through out the structure)
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 10 111 H 0 Mills Blvd., Port Arthur
Project No.23098
•
smsizrma
Photograph No. 3
Exposed delaminated rebar underside of double
tees
(present regularly through out the structure)
Photograph No.4
Exposed delaminated rebar underside of double
tees
(present regularly through out the structure)
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 11 111 H O Mills Blvd., Port Arthur
Project No.23098
: ff..47- i,...
_
V ,
1 Of i -_ _ N
Photograph No. 5
Crack in concrete column
sr t_i
®Try-,-.•..:
Photograph No. 6
Spelling and cracks in concerete column
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 12 111 H 0 Mills Blvd., Port Arthur
Project No. 23098
,..74p,
Photograph No. 7
Spalled concrete at the edges of stem of double
tees, exposed rebar
I
''
6t
Photograph No. 8
Spalled concrete at the edges of stem of double
tees, exposed rebar
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 13 111 H O Mills Blvd., Port Arthur
Project No.23098
Photograph No. 9
Spalled concrete at the edges of stem of double
tees, exposed rebar
Photograph No. 10
Roof Drain Insert Cap Missing
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 14 111 H 0 Mills Blvd., Port Arthur
Project No.23098
Photograph No. 11
Spalled Concrete with exposed rebar and double
tee Joint Separations
.w
Photograph No. 12
Spalled Concrete with exposed rebar and double
tee Joint Separations
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 15 111 H 0 Mills Blvd., Port Arthur
Project No. 23098
- ;
•
Photograph No. 13
Ponding and Vegetation around roof drain
- 1
Photograph No. 14
Beam cracks and mortar joint separation
Fittz&Shipman, Inc.
Mr.Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 16 111 H O Mills Blvd., Port Arthur
Project No.23098
t , `
---
it
Irifilinnig
u.
Photograph No. 15
Beam cracks and motar joint separation
r '. . t il
Photograph No. 16
Cracked concrete columns
Fittz&Shipman, Inc.
Mr.Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14,2023 STRUCTURAL OBSERVATION
Page 17 111 H 0 Mills Blvd., Port Arthur
Project No.23098
4, * "'. 9-a0e.. 4,•A _ `/l' 3 iA
.`k. �_ ` lat--.4.- fi i -
„, s t _.
5
Photograph No. 17
Spalled conrete column with exposed rebar
-,r, : tris-lifi ilyi•I't 'ft-,t, .Tte ,
iii
ki: . 1.2 ..,:ii, t x._,-- --;'
d2. v
Photograph No. 18
Spalled conrete column with exposed rebar
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 18 111 H O Mills Blvd., Port Arthur
Project No.23098
isivarja : f,,,0
, ,...
Vallanialialli
►i r i 8
MIIMIIMIIIIIIMIPMPIIIIIN ' r jr
Ft1MS3 \ r
i. ,\ 1 a - 1
Photograph No. 19
Spelled and cracked concrete column
reellumW Iiiii, i : , illMiamoraffriga
Mamma i
11,14,41H111111114 ! . A. 41111"
ma *oft ,Plk f:,...RINENInsairil
3 s ~cs. ;
ti
Photograph No. 20
Concrete Column Cracks and exposed rebar
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 19 111 H O Mills Blvd., Port Arthur
Project No.23098
e
P,1 i t , 4,
i..E '` ft
i
Photograph No.21
Paving/Sidewalk Cracks
1,
Photograph No. 22
Sidewalk Cracks
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 20 111 H 0 Mills Blvd., Port Arthur
Project No.23098
c 9 .
Photograph No. 23
Drywall Cracks in Storage Room
rr7t ..23
Photograph No. 24
Cracked Drywall
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 21 111 H 0 Mills Blvd., Port Arthur
Project No.23098
Photograph No. 25
Drywall and motar Cracks
Photograph No. 26
Wall settlement
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 22 111 H O Mills Blvd., Port Arthur
Project No.23098
Photograph No. 27
Clay tile Cracks in men's restroom
Photograph No. 28
Clay tile Cracks
Fittz&Shipman, Inc.
Mr.Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 23 111 H 0 Mills Blvd., Port Arthur
Project No.23098
Photograph No. 29
Paint peeled off due to moisture
Photograph No. 30
Existing duct openings
Fittz&Shipman, Inc.
Mr.Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 24 111 H O Mills Blvd., Port Arthur
Project No. 23098
Photograph No. 31
Stained Ceiling Tiles
L .
�_<..
_ _ „.._,
--..,
___ 4.
‘,.
. -
_ , 1 _,...._
111.111111
Photograph No. 32
RTU Above Stained Ceiling Tiles
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 25 111 H 0 Mills Blvd., Port Arthur
Project No.23098
Photograph No. 33
Spalled Concrete due to penetrating fasteners
O
Silk
Photograph No. 34
Spalled Concrete due to penetrating fasteners
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 26 111 H 0 Mills Blvd., Port Arthur
Project No.23098
Photograph No. 35
Patched panels
Photograph No. 36
Patched Panels
Fittz&Shipman, Inc.
Mr. Cade Spell STRUCTURAL ENGINEERING SERVICES
August 14, 2023 STRUCTURAL OBSERVATION
Page 27 111 H 0 Mills Blvd., Port Arthur
Project No.23098
j r �
a •
s .� I
Photograph No. 37
Holes in Stem of Double Tee
Fittz&Shipman, Inc.
Public Works Operations Building Interior Renovations
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.
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. Per Section 013119.13 a 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 Architect and 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 Architect's
acceptance.
c. Straight sided grade beams are designed for separate or monolithic pours. They shall
not be poured in earth forms without the Architect'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 Architect. 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.
DIVISION 03-CONCRETE-Page 1
Public Works Operations Building Interior Renovations
Bids and Construction Documents
3. Fiber Carton Forms
a. Form material shall be placed in accordance with the Geotechnical Soils Report
located in Section 023213.
b. Form material will be wax impregnated,corrugated, fiber carton forms. Beam forms
shall be 4" deep and shall be 2"less than the beam width.
c. Install forms in bottom of all grade beams as indicated on structural drawings.
Excavate beams 6"additional to allow for fiber forms. Forms shall be centered in
beam bottoms and secured in place with stakes while pouring non structural concrete
topping.
d. Provide 1"minimum topping of non structural concrete on top and edge of forms to
protect before placement of final structural concrete for beams.
e. Approved Carton Form Manufacturers:
Harris Packaging Corporation Jayhawk Fiber Fiberguard Form Company
P. O.Box 14437 Lawrence,Kansas
Halton City,Texas 76117 Alton Box Board Company,
Alton,Illinois
END OF SECTION
DIVISION 03-CONCRETE-Page 2
Public Works Operations Building Interior Renovations
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 or Architect. 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 Architect/Engineer AT LEAST 24 HOURS NOTICE in
advance with sufficient time allowed for the Architect'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. 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
Public Works Operations Building Interior Renovations
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 Architect/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
Architect/Engineer for review and approval prior to ordering.
DIVISION 03-CONCRETE-Page 4
Public Works Operations Building Interior Renovations
Bids and Construction Documents
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 Architect/Engineer 14 days for review and approval.
END OF SECTION
DIVISION 03-CONCRETE-Page 5
Public Works Operations Building Interior Renovations
Bids and Construction Documents
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 Architect 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 Architect'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 Architect.
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
Architect.
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.
DIVISION 03-CONCRETE-Page 6
Public Works Operations Building Interior Renovations
Bids and Construction Documents
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
in dry 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 Architect'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
Architect 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 Architect'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 Architect'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.
DIVISION 03-CONCRETE-Page 7
Public Works Operations Building Interior Renovations
Bids and Construction Documents
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 Architect/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.
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".
DIVISION 03-CONCRETE-Page 8
Public Works Operations Building Interior Renovations
Bids and Construction Documents
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.
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. Manufactured by Heckman Building Products,
Keyhold,Inc., Superior Concrete Accessories.
DIVISION 03-CONCRETE-Page 9
Public Works Operations Building Interior Renovations
Bids and Construction Documents
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 ❑" below the concrete surface. Completely fill ❑" space
with Sonneborn horizontal joint sealant. .
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 matts 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 EF.
2. Those not classified by ASTM will not be permitted.
3. Application: In strict accordance with manufacturers printed specifications.
DIVISION 03-CONCRETE-Page 10
Public Works Operations Building Interior Renovations
Bids and Construction Documents
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 ❑" below concrete surface.
❑" space is to be filled with Sonneborn horizontal joint sealant.
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 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.
033500-CONCRETE FINISHING
033516-Heavy-Duty Concrete Floor Finishing
1.1 A. General:
1. Spreading dry cement for fmishing not permitted.
2. Finish all edges of slabs and joints with edging tools.
1.2 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 11
Public Works Operations Building Interior Renovations
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 12
Public Works Operations Building Interior Renovations
Bids and Construction Documents
DIVISION 04-MASONRY
SECTION 040000-MASONRY
040500-COMMON WORK RESULTS FOR MASONRY
040513- Masonry Mortaring
1.1 A. Mortar is to be used at all masonry work.
B. Color is to be selected by the Architect
C. The masonry Subcontractor shall provide(minimum)4 x 6 masonry panels of each masonry
configuration,pattern,condition for review and approval by the Architect.
1.2 A. MATERIAL AND PRODUCTS:
1. Cements:
a. Masonry Cement: Magnolia mix cement to conform to ASTM C91-64 Type II,Latest
Revision,as manufactured by Southern Cement Company,Trinity,or Ideal.
b. Portland Cement: ASTM C150 Type I.
2. Admixture: Mort-R Fat as manufactured by A. E.Gibco Corp.,Tulsa,Okla.,or J-50
Miraclefoam as manufactured by DSG Chemical,Sycamore,Ill. Calcium chloride or
admixtures containing calcium chloride shall not be used.
3. Mason's Sand: Clean, sharp,hard,siliceous, free from loam, silt or other impurities.
4. Water: Fresh,clean,and free from acid,alkalies,sewage,or organic matter.
5. Mortar:
a. Type: Use Type S (Modified by use of admixture).
b. Proportions:
1). 1 cu. ft. cement(94 lbs.)
2). 3 ounces of Mort-R Fat
3). 38-360 lbs. sand
4). 3280 PSI in 28 days required
5). Mortar color to be selected by Architect.
c. Include integral water repellent agent: A. C.Horn's Hydratite-Plus Powder,Two
pounds per sack of cement.
1.3 A. Installation:
1. Mixing:
a. Thoroughly mix mortar ingredients in strict accordance with admixture manufacturer's
specifications and in accordance with ASTM C270.
b. Mix only sufficient mortar to supply immediate requirements.
c. Mix by mechanical means,if possible.
d. Keep proportions constant.
e. Achieve uniformly damp sand immediately before mixing process.
f. Add mortar color to achieve uniformity of mix and colorant. Limit mineral-oxide
pigments to no more than 10 percent of cement content by weight.
g. Add water repellent admixture to mortar used for bedding decorative concrete masonry
units containing integral water repellent.
h. Re-temper only within two hours of mixing.
I
DIVISION 04-MASONRY-Page 1
I
Public Works Operations Building Interior Renovations
Bids and Construction Documents
1.4 Field Quality Control
A. Section 014000-Quality Requirements: Field inspecting,testing,adjusting,and balancing.
B. Testing Frequency:
1. One set of prism tests for every 5,000 sf of completed wall area.
2. One set of mortar tests in accordance with ASTM C780 for aggregate ratio and water
content,consistency,and compressive strength,for every 25 cy mortar.
3. One set of grout tests in accordance with ASTM C780 for compressive strength and
slump,for every 25 cy grout.
C. Per Section 013119.13-Preconstruction Meetings are to be held no earlier than two(2)weeks
prior to and before masonry subcontractor's mobilize on the job site.
040523-MASONRY ACCESSORIES
1.1 A. Joint Reinforcement:
1. Wall Ties:
a. At all double wythe masonry walls, provide the following: Wirebond Truss-type
Series 300 3-wire masonry wall reinforcing with 9 gauge longitudinal wires welded
not more than 16" o.c. to a 9 gauge diagonal cross wire. Out-to-out spacing of
longitudinal wires shall be approximately 2 inches less than the nominal thickness of
the wall. Supply complete with corners, tees, and splices. Provide radiused truss at
all curved masonry walls. Hot-dipped galvanized after fabrication.
b. At all single wythe masonry walls, provide Wirebond Truss-type Series 300 2-wire
masonry wall reinforcing. Out-to-out spacing of longitudinal wires shall be
approximately 2" less than the nominal thickness of the block. Mill galvanized
finish.
c. At all masonry walls with a structural steel backup, provide Wirebond 1001, Type II
anchors.
d. At all masonry walls with a metal stud backup or a reverse rolled metal wall panel
backup,provide Wirebond 2501 22 gauge hot-dipped galvanized 1 1/4" wide veneer
anchors. Attach to metal studs at 15" o.c. vertically and 16"o.c. horizontally for face
brick and 16" o.c. vertically and 16" o.c. horizontally for concrete masonry. Attach
to studs by using stainless steel bolts and nuts and stainless steel washers. Sheet
metal screws are not acceptable.
e. Corners and tees shall be used at all corners and wall intersections.
f. Installation: Place wire into a bed of mortar and seat in the mortar bed by frequent
lifting of the cross rod. Each should be centered approximately 1" within both
interior and exterior wall edges. All masonry wall reinforcing shall be installed at
15" or 16"o.c.maximum vertically,and continuously horizontally.
g. Manufacturers: Masonry Reinforcing Corporation of America, A.A. Wire Products
Co.,Dur-O-Wall Products,Heckmann Building Products,Inc.,Wirebond.
2. Mortar Netting:
a. At all exterior double wythe masonry walls,all exterior masonry walls with metal
stud backup wall,all exterior masonry walls with metal panel backup wall,and all
other exterior masonry walls with a cavity behind the exterior wythe,install 2"wide,
10"high Mortar Net on top of the flashing inside the wall cavity.
b. Use 2"x 10" Mortar Net as manufactured by Wirebond,Memphis,Tennessee, 1-800-
441-8359.
c. Any proposed substitutions must be submitted to the Architect for review and
possible approval of both the manufacturer and the specific product.
DIVISION 04-MASONRY-Page 2
Public Works Operations Building Interior Renovations
Bids and Construction Documents
3. Weep Holes:
a. Provide mortar net weep vents of size to fit head joints in brickwork or
blockwork.
b. Plug anchorage by use of wood or plastic is prohibited.
END OF SECTION
DIVISION 04-MASONRY-Page 6
Public Works Operations Building Interior Renovations
Bids and Construction Documents
SECTION 042000-UNIT MASONRY
042200-CONCRETE UNIT MASONRY
1.1 A. General:
1. Provide thoroughly competent foreman.
2. Provide necessary scaffolding,adequate and safe in accordance with all local laws and
ordinances. Maintain during construction and remove after completion.
3. During erection,keep exposed walls dry by covering at the end of each day or shutdown
period with canvas or waterproof paper and boards.
4. All masonry units shall be stacked on raised pallets on platforms so that they will not be
in contact with the ground. While stacked on the job,masonry units shall be covered and
protected with a waterproof covering.
5. Do not lay masonry in temperatures below 36[F or when the temperature is predicted to
go below 36[T within 24 hours.
6. Final selection of all types of masonry units shall be made by the Architect and Owner.
7. All exposed cmu exterior corners located inside the buildings shall be bullnosed.
1.2 A. Materials and Products:
1. Gray Smooth Concrete Masonry Units:
a. Solid non-load-bearing and load-bearing smooth face units. All exposed-to-view
exterior surfaces to be integral CMU color. Reference drawings for locations of
all integral colored cmu and locations of different colors. Provide end and
corner units etc.,as required,with exact color match,to complete walls as drawn.
b. At areas where the interior smooth face non-load-bearing and load-bearing units
are exposed,fill and paint as noted on the drawings.
c. ASTM C-90,Grade N, Type 1
d. Comply with ASTM C 129 for non-load bearing Concrete Masonry Units. Units
shall be made of aggregate conforming to ASTM-C-33 or ASTM-C-331.
e. Finished and installed Units shall be 11-5/8"Lx5" Hx3-5/8"D. Cut standard
manufacturer stone as necessary. -Reference Drawings.
f. Units shall be well graded, lightweight expanded clay or expanded shale
aggregate and Portland Cement.
g. Only units of first quality appearance shall be used, with any damaged units
culled.
h. Manufactured by IPC Building Products.
2.1 A. Installation:
1. Lay all exterior and interior wythes of concrete masonry units in a running bond, or as
specifically noted on the elevations and details. Lay the number of courses and vertical
dimensions as detailed.
2. Provide approximately 3/8" wide tooled hard joints of uniform width in all masonry
units.
3. Provide full mortar bed smooth or slightly furrowed. Butter end of units with sufficient
mortar to completely fill head joints.
4. Lay no units when the temperature is below 36[IF or when the temperature is predicted to
go below 3613 within 24 hours.
5. All masonry work shall be laid true to dimension, plumb, square and in bond, and
properly anchored with vertical joints in line plumb and true.
6. No exposed broken,chipped,or cracked units will be allowed.
DIVISION 04-MASONRY-Page 6
Public Works Operations Building Interior Renovations
Bids and Construction Documents
7. Build in ground conduits, switch boxes, anchors, and nailing blocks as required and
where directed. Cut openings for electrical devices no larger than can be covered by a
standard size plate. Replace unit masonry in which larger than necessary openings are
cut rather than patch openings with mortar or other materials.
8. Form chases,slots,etc.,and patch masonry work as required for all trades.
9. Bond all intersections of walls and partitions.
10. Provide weep holes approximately 30" apart at the bottom of all walls and at all shelf
plates and lintels.
11. Take care to wipe masonry work with rough cloth or brush as work progresses to prevent
unsightly and unnecessary mortar stains. No mortar stains will be accepted on the final
wall.
12. Metal flashing will be furnished by the sheet metal section, unless otherwise noted, and
placed by this section where it is to be built into the masonry.
13. Provide solid masonry at door and window jambs and at the end of exterior masonry
walls.
14. In laying masonry, avoid over plumbing and pounding of corners and jambs to fit
stretcher units after being set in position. Where an adjustment must be made after the
mortar has started to set,the mortar shall be removed and replaced with fresh mortar.
15. Do all cutting with a Carborundum type saw.
16. Expansion joints to be plumb and uniform and a maximum of 30'on center. See exterior
elevation drawings for locations, or get final layout from the Architect. Caulk per
Division 7.
17. Ridges at horizontal and vertical intersections of joints will not be acceptable and must be
smoothed out.
18. Install control joint material at all control joints.
19. Install all masonry reinforcing as shown on the drawings and as specified elsewhere.
20. Final selection of all types and colors of masonry units shall be made by the Architect.
B. Cleaning and Pointing:
1. At the completion of the work, all exposed masonry, both interior and exterior, shall be
thoroughly cleaned of dirt,mortar and stains by washing and brushing.
2. Do not use wire brushes, acid or other solutions which will cause discoloration.
Thoroughly clean using stiff brushes and clear water.
3. Examine all joints carefully. Rake out all defective joints to a depth of at least 3/4".
Remove all loose mortar and dust, and fill solid with the same mortar used for laying the
block, and tool the joints to a solid dense surface same as the other fmished joints. Wet
the block before pointing. All excess mortar streaks,etc.,shall be removed. If necessary,
the block work shall again be cleaned down. After cleaning,rinse thoroughly with clean
water.
4. At the completion of the work, all holes in mortar joints of exposed masonry shall be
pointed and all defective joints shall be cut out and repointed.
5. Exposed masonry shall be protected against staining from any other sources and
excess mortar shall be wiped off the surface as the work progresses.
C. Sealing:
1. At new exterior masonry walls apply 2 coats of Prime-A-Pell 200 Masonry Sealer,
applied according to the manufacturer's specifications and recommendations, and as
specified in Section 04215. Flood coat wall starting at top and working down to ground
line.
D. Insulation:
1. Install Perlite insulation board, Polyiso insulation, ASTM C 1289-03 Type III between
CMU and brick.
DIVISION 04-MASONRY-Page 6
Public Works Operations Building Interior Renovations
Bids and Construction Documents
2. Perlite face is to be installed towards the CMU wall and asphalt saturated face towards
brick.
END OF SECTION
DIVISION 04-MASONRY-Page 6
Public Works Operations Building Interior Renovations
Bids and Construction Documents
SECTION 048000-MASONRY WATER REPELLENTS
1.1 A. General:
This section covers the preparation, materials, services, and equipment required in
conjunction with the application of a clear water repellent on all above grade, vertical and
horizontal,exterior exposed surfaces of masonry.
1.2 A. Material and Products:
1. PRIME A PELL 200,solvent based siloxane.
2. Manufacturer:
Chemprobe Technologies,Inc.
2805 Industrial Lane
Garland,Texas 75041
PH: 800-760-6776
3. All products shall contain siloxane. No fillers,sterates,or paraffins. Products containing
siloxane only shall have a range of three (3) to seven(7)percent solids. Silane-siloxane
blend products shall contain a minimum of fifteen(15)percent solids.
1.3 A. Examination:
The Contractor shall verify the following requirements have been met PRIOR TO the
installation of water repellents specified herein:
1. The joint sealants have been installed.
2. New masonry and mortar has cured a minimum of twenty one(21)days.
3. The surface(s)to be treated is clean,dry and contains no frozen water.
4. Environmental conditions are appropriate for application.
5. The Architect must inspect all finished masonry surfaces for adequate removal of mortar,
etc. prior to proceeding.
1.4 A. Preparation:
1. Special precautions should be taken to avoid vapor transmission (fumes) from entering
the building being treated. Ventilation systems and fresh air intakes should be turned off
and closed.
2. Protect shrubs, metal, wood trim, glass, asphalt and other building hardware during
application from overspray.
3. Do not permit spray mist or liquid to drift onto surrounding properties or parking lots.
1.5 A. Application:
1. Apply water repellents in accordance with the manufacturer's written application
instructions.
2. Material must be applied using low pressure application equipment designed for water
repellent application.
3. Apply material as shipped by the manufacturer. Do not dilute.
4. Apply treatment evenly until surface is totally saturated. Coverage rates are dependent
on substrate material. Only one saturation coat is required.
2.1 A. Field Quality Control:
1. The architect shall be contacted 48 hours prior to application so as to provide supervision.
The architect or the architect's representative shall inspect the progress as the work
proceeds. Do not apply any water repellent that is not specified by the architect.
DIVISION 04-MASONRY-Page 6
Public Works Operations Building Interior Renovations
Bids and Construction Documents
2. After water repellent has cured for 24 hours at low humidity and temperatures between
70 C490 IF or 48 hours at high humidity and temperatures between 50 069❑F, all surfaces
shall be tested with a water spray. Recoat any area that indicates water absorption.
2.2 A. Cleaning:
At completion, remove from the job site all excess material, debris, and waste resulting from
this work. Dispose of water repellent containers according to state and local environmental
regulations.
2.3 A. Submittals:
1. Product Specification Data: Submit manufacturer's technical literature, specifications,
and application instructions for the specified clear water repellent material.
2. Obtain samples of water repellent for sample application as outlined in Qualification
Assurance.
3. Applicator Qualifications:Applicator must have a minimum of three(3)years experience
using the specified product. A list of several of the most recently completed projects
where the specified material was used may be requested. Include the project name,
location,architect and method of application.
4. Environmental Regulations: Submit certification stating the water repellent material to be
applied is in compliance with federal, state and local environmental Volatile Organic
Compounds(VOC)regulations.
2.4 A. Quality Assurance:
1. Manufacturer: A firm with no less than ten (10) years experience in manufacturing the
products specified in this section.
2. Applicator Qualification: a firm with no less than three (3) years experience in the
application of the products specified in this section. In addition,applicator must state the
intended use of the proper application equipment and that it has been well maintained.
3. Mock-up:
a. Apply water repellent per manufacturer's application instructions as directed by the
Architect to substrate material which matches actual job conditions. Determine the
acceptability of appearance and optimum coverage rate for application.
b. After sample treatment has cured in accordance with manufacturer's
recommendations, water test to verify that the substrate is coated with sufficient
water repellent to effectively repel liquid water from the surface.
c. Obtain Architect's approval prior to full scale application of water repellents.
4. Pre-application Meeting: Convene a pre-application meeting prior to the start of
application of the specified material. Attendance by a representative of each of the
following organisations is requested; the application firm, the architectural firm, and the
water repellent manufacturer. Notify each of the attendees at least three (3) days prior to
the meeting time.
2.5 A. Product Delivery:
1. Material Delivery: Deliver materials to the job site in original sealed containers, clearly
marked with the manufacturer's name, and type of material. Verify the product matches
that of the original sample applied on the mock-up wall.
2. Storage Protection: Store materials inside if possible, away from sparks and open
flame. Store in a secure area to avoid tampering and contamination. Water based
materials must be kept from freezing. Store and handle in accordance with the
manufacturer's written instructions.
DIVISION 04-MASONRY-Page 6
Public Works Operations Building Interior Renovations
Bids and Construction Documents
2.6 A. Project Conditions:
1. Surface Preparation: Surface must be free of cracks,dirt,oils,paint or other contaminants
which may affect the appearance or performance of the water repellent material.
2. Environmental Requirements:
a. Air and substrate temperature must be above 40❑F (5 EC) or below 95❑F (35❑C)
unless otherwise specified by the manufacturer.
b. Do not proceed with application if the substrate is wet or contains frozen water.
c. Do not apply material when rain is predicted within 48 hours; or earlier than five(5)
days after the substrate became wet.
d. Do not apply materials in high or gusty winds.
3. Protection:
a. Special precautions should be taken to avoid vapor transmission (fumes) from
entering the building being treated. Ventilation systems and fresh air intakes should
be turned off and closed.
b. Protect shrubs, metal, wood trim, glass, asphalt and other building hardware during
application from over-spray.
c. Do not permit spray mist or liquid to drift onto surrounding properties.
2.7 A. Scheduling:
1. The Architect shall be notified not less than 48 hours before each application of water
repellent is scheduled.
2.8 A. Warranty:
1. The Contractor and applicator shall jointly and severally warrant water repellent material
against failure in material and workmanship for a period of five(5)years from the date of
application
2. Submit completed manufacturer's written "Request for Warranty From" to the
manufacturer ten(10)days prior to application.
3. After substantial completion of the project, submit the manufacturer's written "5 Year
Warranty Application"to the manufacturer for processing. Upon receiving the validated
warranty,submit three(3)copies to the Architect for the Owner.
END OF SECTION
DIVISION 04-MASONRY-Page 6
Public Works Operations Building Interior Renovations
Bids and Construction Documents
DIVISION 05-METALS
SECTION 054000-COLD-FORMED METAL FRAMING
PART 1- GENERAL
1.01 GENERAL
A. This section includes non-load-bearing cold-formed metal framing.
B. Related Sections include the following:
1. Division 9 Section"Gypsum Board Assemblies" for interior non-load-bearing,metal-stud
framing and ceiling-suspension assemblies.
2. Division 6 Section"Miscellaneous Carpentry"for gypsum board sheathing.
3. Division 7 Section 074210.31- Continuous Insulation (CI) with Composite Framing
Support System(CFS)as a Weather Resistant Barrier(WB)
4. Division 7 Section 074243-Composite Wall Panels.
1.02 PERFORMANCE REQUIREMENTS
A. Structural Performance: Provide cold-formed metal framing capable of withstanding design
loads within limits and under conditions indicated.
1. Design Loads: As indicated.
2. Deflection Limits: Design framing systems to withstand design loads without deflections
greater than the following:
a. Exterior Non-Load-Bearing Framing: Horizontal deflection of 1/720 of the wall
height.
b. Design framing systems to provide for movement of framing members without
damage or overstressing, sheathing failure,connection failure,undue strain on
fasteners and anchors,or other detrimental effects when subject to a maximum
ambient temperature change of 120°F.
c. Design framing system to maintain clearances at openings,to allow for construction
tolerances,and to accommodate live load deflection of primary building structure as
follows:
1). Upward and downward movement of 3/4 inch.
B. Cold-Formed Steel Framing,General: Design according to AISI's"Standard for Cold-
Formed Steel Framing-General Provisions."
1. Design exterior non-load-bearing wall framing to accommodate horizontal deflection
without regard for contribution of sheathing materials.
1.03 SUBMITTALS
A. Product Data. Submit manufacturer's product information on cold-formed framing and
accessories,including other data as may be required to certify compliance with performance
requirements specified herein.
B. Shop Drawings. Submit detail drawings for special components and installations not fully
dimensioned or detailed in manufacturer's product data.
1. Submit complete structural calculations for the steel framing system,sealed by a
structural engineer registered in Texas. Calculations shall cover all studs,jamb studs,
runner track,bracing,attachment of cold-formed framing to cold-formed framing,and
attachment of cold-formed framing to concrete or structural steel.
2. Detail drawings for steel framing system shall show the type and spacing of all members.
All attachments shall be clearly detailed. Indicate supplemental strapping,bracing,clips
and other accessories required for proper installation.
C. Material Certification. Submit certification of materials from the manufacturer to show
compliance with these specifications and related drawings.
DIVISION 05-METALS-Page 1
Public Works Operations Building Interior Renovations
Bids and Construction Documents
D. Coordination Drawings: Submit scaled exterior elevations that provide the following items in
coordination with each other and with input from installers of these items:
1. CFS system attachment methods and required fasteners
2. Sub-framing
3. Continuous insulation support system attachment methods and required fasteners
4. Wall-mounted items including doors,windows,louvers,and lighting fixtures
5. Wall penetrations including pipes,electrical fixtures, and any other utilities
1.04 QUALITY ASSURANCE
A. Manufacturer Qualifications: Company specializing in manufacturing products specified in
this section with at least three years of documented experience.
B. Installer: Company specializing in performing work of this section and the following:
1. Install system in strict compliance with manufacturer's installation instructions.
2. Have not less than three years of documented experience.
3. Factory trained and approved by CFMF system manufacturer.
C. Design Engineer's Qualifications: Design structural supports and anchorages under direct
supervision of a licensed Structural Engineer experienced in design for this type of Work and
licensed in State that Project is located.
D. Installer for this product should also be installing products in Section 074210.31 Continuous
Insulation with Composite Framing Support System as a Weather Resistive Barrier) and
Section 074243-Composite Wall Panels.
PART 2-PRODUCTS
2.01 MANUFACTURERS
A. Available Manufacturers: Subject to compliance with requirements,manufacturers offering
cold-formed metal framing that may be incorporated into the Work include,but are not
limited to,the following:
1. Mustang.
2. Clark Steel Framing.
3. Dale/Incor.
4. Dietrich Metal Framing; a Worthington Industries Company.
5. MarinoWare; a division of Ware Industries.
6. Unimast Incorporated.
2.02 MATERIALS
A. Steel Sheet: ASTM A 1003/A 1003M, Structural Grade,Type H, metallic coated, of grade
and coating weight as follows:
1. Grade: As required by structural performance
2. Coating: G90(Z275)
B. Steel Sheet for Vertical Deflection Clips: ASTM A 653/A 653M, structural steel,zinc
coated,of grade and coating as follows:
1. Grade: As required by structural performance.
2. Coating: G90(Z275).
DIVISION 05-METALS-Page 2
Public Works Operations Building Interior Renovations
Bids and Construction Documents
2.03 EXTERIOR NON-LOAD-BEARING WALL FRAMING
A. Steel Studs: Manufacturer's standard C-shaped steel studs,of web depths indicated,punched,
with stiffened flanges,and as follows:
1. Minimum Base-Metal Thickness: 0.0428 inch(1.09 mm).
2. Flange Width: 1-5/8 inches(41 mm).
B. Steel Track: Manufacturer's standard U-shaped steel track,of web depths indicated,
unpunched,with unstiffened flanges,and as follows:
1. Minimum Base-Metal Thickness: Matching steel studs.
2. Flange Width: 1-1/4 inches(32 mm).
C. Vertical Deflection Clips: Manufacturer's standard clips,capable of accommodating upward
and downward vertical displacement of primary structure through positive mechanical
attachment to stud web.
2.04 FRAMING ACCESSORIES
A. Fabricate steel-framing accessories from steel sheet,ASTM A 1003/A 1003M, Structural
Grade,Type H,metallic coated,of same grade and coating weight used for framing members.
Provide accessories of manufacturer's standard thickness and configuration.
2.05 ANCHORS,CLIPS,AND FASTENERS
A. Steel Shapes and Clips: ASTM A 36/A 36M,zinc coated by hot-dip process according to
ASTM A 123/A 123M.
B. Expansion Anchors: Fabricated from corrosion-resistant materials,with capability to sustain,
without failure,a load equal to 5 times design load,as determined by testing per
ASTM E 488 conducted by a qualified independent testing agency.
C. Power-Actuated Anchors: Fastener system of type suitable for application indicated,
fabricated from corrosion-resistant materials,with capability to sustain,without failure,a
load equal to 10 times design load,as determined by testing per ASTM E 1190 conducted by
a qualified independent testing agency.
D. Mechanical Fasteners: ASTM C 1513,corrosion-resistant-coated,self-drilling,self-tapping
steel drill screws.
1. Head Type: Low-profile head beneath sheathing,manufacturer's standard elsewhere.
E. Welding Electrodes: Comply with AWS standards.
2.06 MISCELLANEOUS MATERIALS
A. Galvanizing Repair Paint: SSPC-Paint 20 or DOD-P-21035.
PART 3-EXECUTION
3.01 EXAMINATION
A. Examine supporting substrates and abutting structural framing for compliance with
requirements for installation tolerances and other conditions affecting performance. Proceed
with installation only after unsatisfactory conditions have been corrected.
3.02 INSTALLATION
A. Install cold-formed metal framing according to AISI's "Standard for Cold-Formed Steel
Framing-General Provisions" and to manufacturer's written instructions unless more
stringent requirements are indicated.
B. Install cold-formed metal framing and accessories plumb, square,and true to line,and with
connections securely fastened.
1. Cut framing members by sawing or shearing;do not torch cut.
2. Fasten cold-formed metal framing members by welding, screw fastening,clinch
fastening,or riveting. Wire tying of framing members is not permitted.
DIVISION 05-METALS-Page 3
Public Works Operations Building Interior Renovations
Bids and Construction Documents
a. Comply with AWS D1.3 requirements and procedures for welding,appearance and
quality of welds,and methods used in correcting welding work.
b. Locate mechanical fasteners and install according to Shop Drawings,and complying
with requirements for spacing, edge distances,and screw penetration.
3. Install framing members in one-piece lengths unless splice connections are indicated for
track or tension members.
C. Install temporary bracing and supports to secure framing and support loads comparable in
intensity to those for which structure was designed. Maintain braces and supports in place,
undisturbed,until entire integrated supporting structure has been completed and permanent
connections to framing are secured.
D. Do not bridge building expansion and control joints with cold-formed metal framing.
Independently frame both sides of joints.
E. Install insulation,specified in Division 7,in built-up exterior framing members,such as
headers,sills,boxed joists,and multiple studs at openings,that are inaccessible on
completion of framing work.
F. Fasten hole reinforcing plate over web penetrations that exceed size of manufacturer's
standard punched openings.
G. Erection Tolerances: Install cold-formed metal framing level,plumb,and true to line to a
maximum allowable tolerance variation of 1/8 inch in 10 feet(1:960)and as follows:
1. Space individual framing members no more than plus or minus 1/8 inch(3 mm)from
plan location. Cumulative error shall not exceed minimum fastening requirements of
sheathing or other finishing materials.
2. Double studs spaced at 17- 7/8" o.c. are required for composite framing support system
and composite wall panel system attachment. Coordinate stud spacing with Section
074210.31 and Section 074243 shop drawings.
3. Stud spacing within 8'-0"horizontally from building corners shall not exceed 8"o.c.
3.03 EXTERIOR NON-LOAD-BEARING WALL INSTALLATION
A. Install continuous tracks sized to match studs. Align tracks accurately and securely anchor to
supporting structure as indicated.
B. Fasten both flanges of studs to top and bottom track,unless otherwise indicated. Space studs
as indicated.
C. Set studs plumb,except as needed for diagonal bracing or required for non-plumb walls or
warped surfaces and similar requirements.
D. Isolate non-load-bearing steel framing from building structure to prevent transfer of vertical
loads while providing lateral support.
1. Connect vertical deflection clips to bypassing studs and anchor to building structure.
2. Connect drift clips to cold formed metal framing and anchor to building structure.
E. Install horizontal bridging in wall studs,spaced in rows indicated on Shop Drawings but not
more than 48 inches(1220 mm)apart. Fasten at each stud intersection.
1. Bridging: Proprietary bridging bars installed according to manufacturer's written
instructions.
F. Install miscellaneous framing and connections,including stud kickers,web stiffeners,clip
angles,continuous angles,anchors,fasteners,and stud girts,to provide a complete and stable
wall-framing system.
DIVISION 05-METALS-Page 4
Public Works Operations Building Interior Renovations
Bids and Construction Documents
3.04 FIELD QUALITY CONTROL
A. Field and shop welds will be subject to testing and inspecting.
3.05 REPAIRS AND PROTECTION
A. Galvanizing Repairs: Prepare and repair damaged galvanized coatings on fabricated and
installed cold-formed metal framing with galvanized repair paint according to ASTM A 780
and manufacturer's written instructions.
B. Provide final protection and maintain conditions,in a manner acceptable to manufacturer and
Installer,that ensure that cold-formed metal framing is without damage or deterioration at
time of Substantial Completion.
END OF SECTION
DIVISION 05-METALS-Page 5
Public Works Operations Building Interior Renovations
Bids and Construction Documents
SECTION 055000-METAL FABRICATIONS
055133-Metal Ladders
PART 1-GENERAL
1.1 A. Section Included:
1. Fixed aluminum wall ladders.
1.2 A. Related Sections:
1. Section 055000-Metal Fabrications.
2. Section 061000 - Rough Carpentry: Blocking in metal wall studs and partitions for
anchorage of access ladders
1.3 A. References:
1. ANSI A14.3 -American National Standard for Ladders --Fixed -- Safety Requirements;
1992.
2. ASTM B 209 - Standard Specification for Aluminum and Aluminum-Alloy Sheet and
Plate; 2001.
3. ASTM B 209M - Standard Specification for Aluminum and Aluminum-Alloy Sheet and
Plate(Metric);2001.
4. ASTM B 210 - Standard Specification for Aluminum and Aluminum-Alloy Drawn
Seamless Tubes;2002.
5. ASTM B 221 - Standard Specification for Aluminum and Aluminum-Alloy Extruded
Bars,Rods,Wire,Profiles,and Tubes; 2000.
6. ASTM B 221M - Standard Specification for Aluminum and Aluminum-Alloy Extruded
Bars,Rods,Wire,Profiles,and Tubes(Metric);2000.
7. ASTM B 308 - Standard Specification for Aluminum - Alloy T6061-T6 Standard
Structural; 2002
8. ASTM B 308M - Standard Specification for Aluminum - Alloy T6061-T6 Standard
Structural; 2002
9. OSHA 29 CFR Standard 1910.27 - Fixed ladders; Occupational Safety and Health
Standards;current edition
1.4 A. Submittals:
1. Submit under provisions of Section 013000.
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.
3. Shop Drawings: Detailed drawings showing complete dimensions, all materials,
mounting attachments,and fabrication details.
1.5 A. Quality Assurance:
1. Manufacturer Qualifications: Company specializing in the engineering and
manufacturing of metal ladders,with not less than fifty years of experience.
1.6 A. Warranty:
1. See Section 01780-Closeout Submittals,for additional warranty requirements.
2. Provide manufacturer's standard limited five-year warranty against defects in materials
and workmanship.
DIVISION 05-METALS-Page 6
Public Works Operations Building Interior Renovations
Bids and Construction Documents
PART 2 PRODUCTS
2.1 A. Manufacturers:
1. Acceptable Manufacturer: ALACO Ladder Co., which is located at: 5167 G St. ; Chino,
CA 91710-5143; Toll Free Tel: 888-310-7040; Tel: 909-591-7561; Email: request info
(sales alacoladder.com);Web:www.alacoladder.com
2.2 A. Materials:
1. Extruded Aluminum Profiles: ASTM B 221/B 221M, ASTM B 210, ASTM B 308/B
308M,Alloy 6061-T6;standard mill finish.
2. Aluminum Sheet and Plate: STM B 209/B 209M,Alloy 6061-T6; standard mill finish.
3. Fasteners:Aluminum solid aircraft rivets rated at 300 lbs(1335 N)shear strength.
4. Cast fittings,connectors and rung ends: Cast Aluminum alloy 356
2.3 A. Ladders:
1. Ladders-General: Comply with ANSI A14.3 and OSHA regulations.
2. Fixed Wall Ladders: Extruded aluminum; serrated rungs 1-1/8 inches (29 mm) in
diameter, connected to 2-7/8 inch (73 mm) side rail channels with cast aluminum rung
connectors,each secured to rails by means of four solid aircraft rivets.
3. Cage: Aluminum hoops 1/4 by 2 inches (6 by 51 mm) and seven aluminum vertical bars
3/16 by 1-1/2 inches(5 by 38 mm)riveted rigidly together.
PART 3 EXECUTION
3.1 A. Examination:
1. Do not begin installation until substrates have been properly prepared.
2. If substrate preparation is the responsibility of another installer, notify Architect of
unsatisfactory preparation before proceeding.
3.2 A. Installation:
1. Install in accordance with manufacturer's instructions and approved shop drawings, and
in compliance with ANSI A14.3 and OSHA 1910.27.
3.3 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 05-METALS-Page 7
Public Works Operations Building Interior Renovations
Bids and Construction Documents
DIVISION 06-WOOD,PLASTICS,AND COMPOSITES
SECTION 061000- ROUGH CARPENTRY
1.1 A. General:
1. Furnish and install wood framing, blocking, roughbucks and built-in blocking where
called for on the drawings, all provided with incidentals necessary to make floors, roof,
walls,ceilings,and hardware ready for installation and finishes.
2. Work Not Included: Priming and back-painting. Refer to Division 9.
1.2 A. Materials and Installation:
1. General:
a. Provide best quality of its respective grades and kind.
b. Grades specified conform to the most recent grading rules of the Southern Pine
Association, The West Coast Lumberman's Association, Douglas Fir Plywood
Association or Lumber Manufacturing Association under whose rules the lumber is
produced.
c. Lumber air or kiln dried and well seasoned with moisture content not to exceed 19%
at the time it is permanently incorporated into the building.
d. Lumber to be properly grade marked by Producing Association.
e. All wood in contact with masonry or with concrete to be pressurized preservative
treated lumber per Section 060573.
f. All roof blocking, all wood on an exterior wall, and all wood in moist locations to be
pressurized preservative treated lumber per Section 060573.
g. Use only fire-retardant treated wood for wood used for unexposed blocking.
h. Back prime all wood where dampness or warping is expected.
i. All pressure treated wood to meet AWPS standards.
2. Nailers,Blocks and Miscellaneous Blocking: No.2 S.Y.P.
3. Furring Strips: No.2 S.Y.P.
4. Bridging and Stripping; No. 2 S.Y.P.
5. Sizes and Applications:
a. General Framing:
1). Refer to drawings for sizes and details. •
2). Nailing and fastening shall be done using proper size nails and fasteners.
3). Provide blocking,bucks,and framing as necessary and for other trades as
required.
4). Where finish trim is applied directly to framing members or blocking, such
framing members or blocking will be perfectly straight, clear, and well
seasoned. Warp or other poor characteristics will not be allowed.
5). The contractor shall examine the architectural and mechanical drawings for
required openings as he shall provide for all openings whether shown on
these drawings or not, and shall verify size and location of all openings with
mechanical drawings. Openings requiring heading of joists shall be referred
to the Architect for framing.
6). Framing shall be accurately cut and fitted, true to line and level, avoiding
shims and wedges.
7). Framing for locations not detailed shall be provided as required with
supporting members in general 1-1/2" thick and spaced not more than 16"
o.c. All framing to be No.2 Southern Yellow Pine.
DIVISION 06-WOOD PLASTICS,AND COMPOSITES-Page 1
Public Works Operations Building Interior Renovations
Bids and Construction Documents
8). Exterior wall sheathing:
a. Fire-shield 2'x8' U-tongue on long edges treated gypsum board exterior
sheathing to meet F.S. SS-L-30D, Type II and ASTM C-79 as
manufactured by National Gypsum Co., Georgia Pacific, Celotex Corp.,
or other approved manufacturer.
b. Panel edges shall bear on framing members and butt along their center
lines. Back block panel edges which do not bear on framing members.
c. Place nails not less than 3/8" in from edge and 4" o.c. along intermediate
supports.
d. Stagger panel and joints. Tape all joints or paint with waterproof
asphaltic solution.
e. Install work plumb,level,to line and securely anchored.
6. Rough Hardware: Provide all necessary nails, screws,bolts, anchors, etc. All to be
galvanized.
END OF SECTION
DIVISION 06-WOOD PLASTICS,AND COMPOSITES-Page 2
Public Works Operations Building Interior Renovations
Bids and Construction Documents
SECTION 061053-WOOD NAILERS AND BLOCKING
PART 1-GENERAL
1.1 A. Quality Assurance:
1. Mill and Producer's Stamp: Each piece of lumber shall bear a stamp indicating type,
grade,mill,and grading agency.
a. Pressure treated wood shall bear a stamp or tag indicating the name of the treating
company,year treated,preservative used,the level of treatment,intended use
(appropriate AWPA Standard),and logo of inspecting company.
1.2 A. Storage:
1. Store lumber a minimum of 6 inches off the ground, in a dry, well-ventilated place,
protected from the weather.
PART 2-PRODUCTS
2.1 A. Materials:
1. Lumber: "Standard"Grade Douglas Fir, Hem-Fir,White Pine, Southern Pine, or Spruce-
Pine-Fir pressure preservative treated in accordance with the American Wood Preservers
Association (AWPA) Standard U1, Commodity Specification A for the requirements
listed under Use Category UC2 and kiln dried to 19 percent moisture content after
treatment.
a. Use Category UCFA and UCFB: Wood nailers and blocking intended for fire
protection and is used in either interior weather protected (UCFA) or exterior
construction,exposed to weather(UCFB).
2. Nails, Screws, and Bolts: ASTM A653 Class G185 hot dipped galvanized, zinc or
cadmium plated, or silicon bronze.
a. Screws and Bolts for fastening to Aluminum: Stainless steel,Type 304 or 316.
3. Expansion Anchors: G185 Hot dipped galvanized steel wedge anchors, FS FF-S-325,
Group II,Type 4, Class 1.
4. Toggle Bolts: Cadmium or zinc plated tumble-wing type;FS FF-B-588.
5. Self Threading Masonry Screws: Zinc Plated; "Tapcon" by Elco Industries, Inc., 1111
Samuelson Rd.,PO Box 7009,Rockford,IL 61125-7009,(815)397-5151.
6. Separation Membrane For Aluminum Metals: Self adhering, self sealing, rubberized
asphalt sheet membrane.
a. Physical Properties:
1). Thickness: 40 mils minimum ASTM D 3767 Method A.
2). Tensil strength: 250 psi ASTM D 412.
3). Elongation(ultimate failure of the rubberized asphalt)250%ASTM D
412 Die C Modified).
4). Permeance: 0.05 Perms max.)ASTM E 96.
b. "Ice And Water Shield"by W.R. Grace Co.,62 Whittemore Ave.,Cambridge,MA
02140, (800) 354-5414; "Deck Guard" by Polyguard Products Inc., P.O. Box 755,
Ennis, TX 75120, (800) 541-4994; "MetalSeal" by NEI Advanced Composite
Technology,50 Pine Road,Brentwood,NH, (800)9984634.
DIVISION 06-WOOD PLASTICS,AND COMPOSITES-Page 3
Public Works Operations Building Interior Renovations
Bids and Construction Documents
PART 3-EXECUTION
3.1 A. Installation:
1. Install nailers and blocking true to line and plane within a tolerance of 1/8 inch in 10 feet.
2. Fit joints neatly with no more than 1/16 inch space between abutting members.
3. Do not install nailers or blocking across bonding expansion joints.
4. Attach nailers and blocking securely to properly support the items that will be attached to
them.
5. Space fasteners equally at not more than 16 inches on center and 4 inches from each end
of each member, unless noted otherwise. Secure the nailers and blocking with the
following types of fasteners:
a. To Cast-In-Place Concrete, Solid Concrete Masonry Units, and Brick: Use
expansion anchors or self-threading masonry screws.
b. To Faces of Hollow Concrete Masonry Units: Use toggle bolts.
c. To Tops of Hollow Concrete Masonry Units: Use anchor bolts extending to
course
below,embedded in 3000 psi concrete filled cores.
d. To Wood: Use nails or screws.
e. To Metal: Use bolts or self-tapping screws.
6. Countersink fasteners if they interfere with the proper installation of items to be attached
to the nailers and blocking.
3.2 A. Application of Separation Membrane:
1. Installing Separation Membrane:
a. Install 1 ply of underlayment over the entire horizontal and vertical surface of
pressure treated wood nailers and blocking lapping each ply 2 inches over the
preceding ply so that no metal,including but not limited to aluminum,iron,steel,etc.
material comes in contact with pressure treated wood.
2. All fasteners anchors connectors etc.to be directly attached to pressure treated wood.
Shall be hot dipped galvanized(per ASTM International A 153)or stainless steel.
END OF SECTION
DIVISION 06-WOOD PLASTICS,AND COMPOSITES-Page 4
Public Works Operations Building Interior Renovations
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.,or Ludlow Papers,Inc.
b. Jointing Tape: Richlite Tape -#90-1 as mfg. by Richkraft Corp., or T-90 as mfg. by
Arno Tape and Adhesive Co.,or similar tape mfg.by Minnesota Mining.
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 IF.
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.
d. Brick Sealing: See Division 4 for exterior brick sealer.
END OF SECTION
DIVISION 07-THERMAL MOISTURE PROTECTION-Page 1
Public Works Operations Building Interior Renovations
Bids and Construction Documents
SECTION 072000—THERMAL PROTECTON
072100-THERMAL INSULATION
1.1 MATERIALS
A. Materials:
1. New Interior Wall Cavities: 3 ''A", 6", and 8" thick insulation to completely fill the wall
cavities.
2. Above Gypsum Board/lay-in ceilings: 6" nominal thickness non-faced, R-19 batt
insulation.
1.2 INSTALLATION
A. Installation:
1. Batt Insulation:
a. Install batt insulation above all lay-in ceiling tiles. Make all joints between batts
tight. Do not leave air spaces between batts.
END OF SECTION
DIVISION 07-THERMAL MOISTURE PROTECTION-Page 2
Public Works Operations Building Interior Renovations
Bids and Construction Documents
SECTION 072500-WEATHER BARRIERS
1.1 A. General:
1. Section Includes: Grace Ice and Water Shield self-adhering membrane as a sloped roof
underlayment.
2. References:
a. D421-Standard Test Methods for Vulcanized Rubber and Elastomeric Tension
b. D461-Standard Test Methods for Felt
c. D903-Test Methods for Peel or Stripping Strength of Adhesive Bonds
d. D1970- Standard Specification for Self-Adhering Polymer Modified Bituminous
Sheet Materials Used as Steep Roofing Underlayment for Ice Dam Protection
e. D3767-Standard Practice for Rubber-Measurement of Dimensions
f. E96-Standard Test Methods for Water Vapor Transmission of Materials
3. Submittals:
a. Manufacturer's product data sheet and product samples.
4. Quality Assurance:
a. Manufacturer Qualifications: Self-adhesive membrane roofing underlayment shall be
manufactured and marketed by W. R. Grace Co., Conn., Grace Construction
Products, Cambridge, Ma or a firm with a minimum of 25 years experience in the
production and sales of self-adhered membrane roofing underlayments as an
approved equal.
5. Delivery, Storage,and Handling:
a. The membrane and accessory products must be handled properly. Read all product
labels and Material Safety Data Sheets (MSDS's) 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.
1.2 A. PRODUCTS:
1. Manufacturers and Products:
a. Acceptable Products and Manufacturers: Grace Ice and Water Shield manufactured
by W. R.Grace Co.,—Conn.,Grace Construction Products,Cambridge,Ma.
2. Materials: Grace Ice 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 Water Shield is interwound with a disposable silicone-
coated release sheet. Membrane shall conform to the physical properties as listed below:
Property Value Test Method
Color Gray-black
Thickness,membrane 40 mil ASTM D3767 procedure A
Tensile Strength,membrane 250 psi ASTM D412(Die C modified)
Elongation,membrane 250% ASTM D412(Die C modified)
Low temperature Flexibility unaffected -20 Li F ASTM D 1970
Adhesion to plywood 3.0 lbs/in.width ASTM D903
Permeance(max) 0.05 Perms ASTM E96
Material weight installed 0.3 lb/ft2 ASTM D461
3. Accessories: Accessory Products: Perm-A-.Barrier WB Primer
DIVISION 07-THERMAL MOISTURE PROTECTION-Page 3
Public Works Operations Building Interior Renovations
Bids and Construction Documents
1.3 A. Execution:
1. Preparation:
a. 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 mails 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/
b. Prime concrete, masonry surfaces and DensDeck with Perma-A-Barrier WB Primer
at a ratio of 250-350 ft2/gal. Prime wood composition and gypsum sheathing with
Perm-A-Barrier WB Primer if adhesion is found to be marginal. Apply at same rate.
c. Priming is not required for other suitable surfaced provided that they are clean and
dry.
2. Installation:
Install in strict accordance with manufacturer's printed application procedures,
precautions,and limitations.
END OF SECTION
DIVISION 07-THERMAL MOISTURE PROTECTION-Page 4
Public Works Operations Building Interior Renovations
Bids and Construction Documents
DIVISION 08-OPENINGS
SECTION 081000-DOORS AND FRAMES
081100-METAL DOORS AND FRAMES
081330-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.
1.2 A. Material:
1. Steel Exterior and Interior Insulated Doors where scheduled: Republic DE Series flush
panel and 6-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: ME Series Mitered Frames shall be as manufactured or
furnished by Republic Builders Products, McKenzie, Tennessee 38201. 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- ❑" x 4- ❑"
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,A 115.1 or ANSI,A 115.2 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 IT wider than standard to allow
for application of standard size door with surface applied hinges.
DIVISION 08-DOORS AND WINDOWS-Page 1
Public Works Operations Building Interior Renovations
Bids and Construction Documents
1.3 C. 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. Paint Coats: Reference 09900.
3. Shop Drawings: As per General Conditions.
4. 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.
5. 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.
6. 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.
7. Installation of Doors: Hollow Metal Doors shall be installed by the General Contractor.
Doors shall be hung with all clearances accurately maintained.
8. Provide weatherstripping as scheduled for all exterior doors.
9. Manufacturers: Republic Builders Products, Houston, Texas, or approved equivalent as
determined by Architect at time of bidding.
DIVISION 08-DOORS AND WINDOWS-Page 30
Public Works Operations Building Interior Renovations
Bids and Construction Documents
081416—Flush Wood Doors
PART 1-GENERAL
1.1 A. General:
1. Flush wood doors with wood veneer faces.
2. Factory finishing of wood veneer doors.
1.2 A. References:
1. ASTM International:
a. ASTM E4.13-Standard Classification for Rating Sound Insulation.
2. Architectural Woodwork Institute:
a. AWI-Quality Standards Illustrated.
3. Intertek Testing Services(Warnock Hersey Listed):
a. WH-Certification Listings.
4. National Fire Protection Association:
a. NFPA 80-Standard for Fire Doors,Fire Windows.
b. MFPA 252-Standard Methods of Fire Tests of Door Assemblies.
5. Underwriters Laboratories Inc.:
a. UL-Building Materials Directory.
b. UL l OB-Fire Tests of Door Assemblies.
1.3 A. Submittals:
1. Shop drawings: Illustrate door opening criteria, elevations, sizes, types, swings,
undercuts required, special beveling, special blocking for hardware, factory machining
criteria,factory finishing criteria,identify cutouts for glazing and louvers.
2. Product Data: Submit information on door core materials and construction, and on
veneer species,type and characteristics.
3. Samples:
a. Submit (2) two samples of door construction, 12 x 12 inch in size, cut from tope
corner of door.
b. Submit (2) two samples of door veneer, 12 x 12 inch in size, illustrating wood
grain,stain,color,and finish.
c. Submit (2) two samples of lite opening frames, 6 inches long, for each material,
type,and finish required.
4. Manufacturer's Installation Instructions: Submit Special installation instructions.
1.4 A. Quality Assurance:
1. Perform Work in accordance with AWI Quality Standard Section 1300,Custom Grade.
2. Finish doors in accordance with AWI Quality Standard Section 1500.
3. Fire Rated Door Construction: Conform to MFPA 252 and positive pressure
requirements of UBC 7-2-1997 for Category A fire doors.
4. Attach label from agency approved by authority having jurisdiction to identify each fire
rated door.
DIVISION 08-DOORS AND WINDOWS-Page 3
Public Works Operations Building Interior Renovations
Bids and Construction Documents
1.5 A. Qualifications:
1. Manufacturer: Company specializing in manufacturing products specified in this
section with minimum three years experience.
1.6 A. Delivery, Storage,and Handling:
1. Package,deliver,and store doors in accordance with AWI Section 1300.
2. Accept doors on site in manufacturer's packaging. Inspect for damage
a. Break seal on site to permit ventilation.
1.7 A. Project Conditions:
1. Do not deliver or install doors until building is enclosed, wet work is complete, and
HVAC system is operating and will maintain temperature and relative humidity at
occupancy levels during the remainder of the construction period.
1.8 A. Coordination:
1. Coordinate work with door opening construction, door frame and door hardware
installation.
1.9 A. Warranty:
1. Include coverage for delamination of veneer, warping beyond specified installation
tolerances,defective materials,and telegraphing core construction.
2. Furnish manufacturer's"Life of Installation"warranty for interior doors.
PART 2-PRODUCTIONS
2.1 A. Flush Wood Doors:
1. Product Description: solid core flush wood doors; 1 ❑ inches thick, five ply
construction, wood veneer facing material; fire and acoustic rated as indicated on
drawings;shop finished.
2.2 A. Components:
1. Wood Veneer Doors: AWI Section 1300,5-ply construction,core as follows:
a. Non-Rated: Structural composite lumber core.
b. 20-and 45-Minute Rating: Structural composite lumber core.
c. 60-Minute Rating: Agri-fiber core
d. 90-Minute Rating: Mineral core.
2. Special Construction for Mineral core Fire Doors:
a. Blocking: Provide composite blocking with improved screw-holding capability
approved for use in door of fire ratings indicated as follows:
1). 5-inch top-rail blocking.
2). 5-inch bottom-rail blocking,in doors indicated to have protective plates.
3). 5-inch midrail blocking,in doors indicated to have armor plates.
4). 5-inch midrail blocking,in doors indicated to have exit devices.
DIVISION 08-DOORS AND WINDOWS-Page 4
Public Works Operations Building Interior Renovations
Bids and Construction Documents
b. Edge Construction: At hinge stiles, provide manufacturer's standard laminated-
edge construction with improved screw-holding capability and split resistance and
with outer stile matching face veneer.
3. Pairs: Provide fire-rated pairs with fire-retardant stiles matching face veneer that are
labeled and listed for kinds of applications indicated without formed-steel edges and
astragals.
4. Acoustical Doors: AWI Section 1300,Type SR-Sound Retardant(Acoustical)
5. Veneer Facing (Interior): AWI Custom quality wood with center and balanced match
grain, for transparent finish.
a. Species: to match existing
b. Cut: Plain sliced.
c. Furnish veneer with uniformity of color and grain.
6. Facing Adhesive: Type II-water resistant.
2.3 A. Accessories:
1. Glazing Stops: Wood, of same species as door facing for unrated doors; rolled steel,
factory primed frames for fire rated doors.
2.4 A. Fabrication:
1. Fabricated doors in accordance with AWI Quality Standards requirements.
2. Sound Rating for Single Door Leaf and Frame Assembly: ASTM E413, minimum
STC 50.
3. Furnish lock blocks at lock edge and top of door for hardware reinforcement.
4. Vertical Exposed Edge of Stiles: Of same species as facing for veneer doors.
5. Bond edge banding to cores. Factory machine doors for finish hardware in accordance
with hardware requirements and dimensions. Do not machine for surface hardware.
Furnish solid blocking for through bolted hardware.
6. Factory fit doors for frame opening dimensions identified on shop drawings.
7. Provide edge clearances in accordance with AWI 1300.
2.5 A. Shop Finishing:
1. Finish wood veneer doors in accordance with AWI-Section 1500 Factory Finishing:
Custom Quality; Stained Transparent Type:
a. Finish: Catalyzed Polyurethane
b. Stain: match existing on site
c. Sheen: Satin
PART 3-EXECUTION
3.1 A. Examination:
1. Verify opening sizes and tolerances are acceptable.
2. Do not install doors in frame openings that are not plumb or are out-of-tolerance for
size or alignment.
DIVISION 08-DOORS AND WINDOWS-Page 5
Public Works Operations Building Interior Renovations
Bids and Construction Documents
3.2 A. Installation:
1. Install doors in accordance with AWI Quality Standards requirements.
2. Trim non-rated door width by cutting equally on both jamb edges.
3. Trim door height by cutting bottom edges to maximum of❑ inch.
a. Trim fire door height at bottom edge only, in accordance with fire rating
requirements.
4. Machine cut doors for hardware installation.
5. Coordinate installation of doors with installation of frames specified in Sections 81113
and hardware specified.
6. Coordinate installation of glass and glazing specified.
3.3 A. Install Tolerances:
1. Conform to AWI requirements for fit and clearance.
2. Conform to AWI Section 1300 requirements for maximum diagonal distortion.
3.4 A. Adjusting:
1. Adjust door for smooth and balanced door movement.
2. Adjust closer for full closure.
081713-INTEGRATED METAL DOOR OPENING ASSEMBLIES
PART 1-GENERAL
1.1 A. General Conditions:
1. The General Conditions, Supplementary General Conditions, and Division 1 -General
Requirements are hereby made a part of this Section as fully as if repeated herein.
1.2 A. Summary:
1. Section Includes
2. Integrated metal door systems with doors, operating hardware, accessories, and
installation for a complete assembly.
1.3 A. Related Sections:
3. Section 013000, Submittal Procedures.
2. Section 016300,Product Substitution Procedures.
3. Section 087100, Door Hardware.
1.4 A. References:
1. ANSIBHMA A156.3 -Exit Devices,American National Standards Institute/Building
Hardware Manufacturers Association,2001.
2. ANSIBHMA A156.4 - Closers, American National Standards Institute/ Building
Hardware Manufacturers Association,2000.
3. ANSIBHMA A156.13 - Mortise Locks/Latches, American National Standards
Institute/Building Hardware Manufacturers Association,2002.
4. ANSIBHMA A156.26 - Continuous Hinges, American National Standards Institute/
Building Hardware Manufacturers Association,2000.
DIVISION 08-DOORS AND WINDOWS-Page 6
Public Works Operations Building Interior Renovations
Bids and Construction Documents
5. ANSI/SDI - A250.8 Recommended Specifications for Standard Steel Doors and
Frames,American National Standards Institute/Steel Door Institute,2003.
6. ANSI/UL 10C -- Positive Pressure Fire Tests of Door Assemblies, American National
Standards Institute/Underwriters Laboratories,2001.
7. ASTM A1008 - Standard Specification for Steel, Sheet, Cold-Rolled, Carbon,
Structural, High-Strength Low-Alloy and High-Strength Low-Alloy with Improved
Formability,American Society of Testing and Materials; 2004a.
8. ANSI Z97.1 - Standard for Safety Glazing Materials Used in Buildings, Safety
Performance Specifications and Methods of Test, American National Standards
Institute, 1984 (R1994).
9. ASTM E2010 - Standard Test Method for Positive Pressure Fire Tests of Window
Assemblies,American Society of Testing and Materials,2001.
10. CPSC 16 CFR 1201 - Safety Standard for Architectural Glazing Materials - codified at
Title 16, Part 1201 of the Code of Federal Regulations, Consumer Products Safety
Commission, 1977.
11. ASTM E2074 - Standard Test Method for Fire Tests of Door Assemblies, Including
Positive Pressure Testing of Side-Hinged and Pivoted Swinging Door Assemblies,
American Society of Testing and Materials,2000.
12. AWI AWQS - Architectural Woodwork Quality Standards P-208; The Architectural
Woodwork Institute; 8th Edition.
13. NFPA 101 -Life Safety Code,National Fire Protection Association,2003.
14. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies, National Fire
Protection Association,2003.
15. SDI 111 A-Recommended Steel Door Frame Details, Steel Door Institute; 2002.
16. SDI 112 - Zinc-Coated (Galvanized/Galvannealed) Standard Steel Doors and Frames,
Steel Door Institute, 1997.
17. UL 10C - Positive Pressure Fire Tests of Door Assemblies, Underwriters Laboratories
Inc., 2001.
18. UL 305 -Standard for Panic Hardware,Underwriters Laboratories Inc., 1997.
1.5 A. Performance Requirements
1. Integrated metal door opening assemblies: Exceed minimum performance standards.
a. Steel Doors: In accordance with ANSI/SDI A250.8, Grade 1, but not less than
5,000,000 cycles.
b. Exit Devices: In accordance with ANSI/BHMA A156.3, Grade 1,but not less than
5,000,000 cycles.
c. Closers: In accordance with ANSI/BHMA A156.4, Grade 1.
d. Mortise Locks/Latches: In accordance with ANSI/BHMA A156.13, Grade 1, but
not less than 5,000,000 cycles.
e. Full-height Hinges: In accordance with ANSI/ BHMA A156.26, Grade 1, but not
less than 5,000,000 cycles.
1.6 A. Submittals:
1. Shop Drawings
a. In accordance with Section 01300.
b. Indicate each door and frame condition; frame type, profile and installation detail;
items of finish hardware, finishes and electrical rough-in requirements.
2. Samples
a. In accordance with Section 01300.
DIVISION 08-DOORS AND WINDOWS-Page 7
Public Works Operations Building Interior Renovations
Bids and Construction Documents
1.7 A. Quality Assurance:
1. Qualifications
a. Manufacturer: Firm with not less than 5 years successful experience in fabrication
of integrated metal door opening assemblies with full-height latch/lock and full-
height hinge.
b. Supplier: Authorized distributor of manufacturer.
c. Installer: Manufacturer certified, employed by supplier.
2. Regulatory Requirements
a. Rated door assemblies shall have been tested to meet conditions of NFPA 252 as
required by NFPA 101 section 6-2.3.3.
b. Temperature rise door assemblies shall meet requirements for 250 degree rating.
1.8 A. Delivery, Storage,and Handling:
1. Packaging: Polyvinyl wrapped,palette by floor,and clearly marked for each opening.
2. Delivery: Deliver to site in original unopened containers and pallets bearing system
manufacturers name,and brand.
3. Store: Horizontally on level surface, not less than 2 inches off floor in a clean, dry
well-ventilated area protected from sunlight, extreme heat,dryness and moisture.
4. Receiving, off loading, and site distribution should be handled by an authorized Total
Door Distributor unless otherwise stipulated by contract. If the G.C. or other
entity handles all or any portion of the receiving, off loading, and site distribution,they
are held responsible for any and all damages that may result from potential miss
handling of the product.
1.9 A. Project Conditions:
1. Do not bring door systems to site until building temperature and humidity ranges are
compatible with recommended values for preservation of wood moisture content as
listed by AWI AWQS. Building shall be stabilized at 30 to 60 percent humidity.
1.10 A. Warranty:
1. Integrated metal door opening assembly: Manufacturer's standard 2 year warranty
against defects in material and workmanship.
2. Locksets, hanger rods, and panic exit devices: Manufacturer's lifetime limited
warranty against defects in material and workmanship.
3. Unfinished wood veneers on metal doors are subject to atmospheric changes and
moisture collection, and shall be finished within 10 days from factory ship date or
warranty on lamination is made void.
4. Store doors in a clear, dry ventilated space having controlled temperature and a relative
humidity range between 30 and 60 percent. Stack doors flat and off the floor to prevent
warpage.
PART 2-PRODUCTS
2.1 A. Manufacturers:
1. Integrated metal door systems
Total Door: www.totaldoor.com, or approved equivalent as determined by Architect at
time of bidding.
B. Hardware
1. Total Door: www.totaldoor.com.
2.
DIVISION 08-DOORS AND WINDOWS-Page 8
Public Works Operations Building Interior Renovations
Bids and Construction Documents
2.2 A. Materials:
1. Frames
3. In accordance with ANSUSDI A250.8, SDI 11 1A,and SDI 112.
4. Construction: All-welded unit type.
5. Material: Steel, cold rolled,ASTM A1008, 16 gauge.
6. Fire Resistance Rating: Where indicated in Contract Documents for doors.
7. Spreader Bar: Removable,at sill.
B. Frame Anchorage Devices
1. To securely fasten to wall construction without distortion or stress.
2. In accordance with fire resistance rating indicated in Contract Documents.
C. Door Systems
1. In accordance with ANSUSDI A250.8.
2. Fire Rated
a. Stiles: Steel,galvannealed, 16 gauge,MIG spot welded.
b. Top and Bottom Rails: Based on fire label.
c. Cores
1) Solid polystyrene continuously bonded to faces.
2) At temperature rise doors: Mineral core.
d. Thickness: 1-3/4 inches.
e. Faces
1) Material: Steel, stretcher leveled, without seams or spot welds, galvannealed
and bonderized.
3. Abuse Resistant
a. Cores: High strength solid polystyrene continuously bonded to faces.
b. Weld pattern: Enhanced in accordance with manufacturer's standard details.
4. Accessories
a. Gasketing
1) U.L. approved for fire doors.
2) Jambs: Factory applied to latch/locking and full-height hinge channels.
3) Head:Nylon thermal brush,shipped loose for field application.
4) Floor: Factory applied sweep.
5) Locations at doors indicated as Exterior Doors, Fire Rated Doors. Reference
Door Schedule.
D. System Hardware
1. Full-height Hinge
a. Full-height, semi-concealed.
b. Acceptable products:
1) Total Door: H-13.
2. Full-height Latching/Locking Channel
a. Full-height.
b. Acceptable products:
1) Total Door: L-11.
2.3 A. Finishes:
1. Frames: Factory prime painted for field-applied finish.
2. Hinge and Locking Channel
a. Finish: 2 part infrared baked polyurethane paint.
b. Color: Selected from manufacturer's standard colors by Architect.
DIVISION 08-DOORS AND WINDOWS-Page 9
Public Works Operations Building Interior Renovations
Bids and Construction Documents
B. Door Faces:
1. High pressure Plastic Laminate (HPL) Applied over steel faces: Colors as selected by
Architect.
2.4 A. Fabrication:
1. Unless modified by Contract Documents, construct integrated metal door opening
assemblies in accordance with manufacturer's published specifications and applicable
Code requirements.
2. Factory assemble with full-height hinges and latching/locking channels, locksets, exit
devices,closers,lite kits,glazing,kickplates,stretcher plates,and armor plates.
PART 3-EXECUTION
3.1 A. Examination:
1. Field Conditions
1. Prior to commencing installation, examine parts of building structure, which are to
receive door systems and component parts.
2. Report, in writing, conditions which would prevent proper execution or endanger
permanency of the work to the Architect.
B. Field Dimensions
1. Where possible,verify frame tolerances before fabrication of door systems.
2. Notify Architect of variances with reviewed shop drawings.
C. Corrective measures, when necessary, shall be determined and approved prior to
commencing fabrication.
D. Coordinate door opening assembly details with adjacent work to assure proper attachments,
clean junctions,etc.
3.2 A. Installation:
1. Install work in accordance with Contract Documents and reviewed shop drawings.
a. Install door systems and hardware according to Manufacturer's recommendations.
2. Frames
a. Set plumb and square in accordance with DHI standards.
b. Out-of-square at frame head: Not to exceed 1/16 inch.
c. Out-of-plumb for each frame jamb: Not to exceed 1/16 inch.
d. Out-of-alignment for each side in plan: Not to exceed 1/16 inch.
e. Twist dimension: Not to exceed 1/16 inch.
3. Brace until adjacent wall is constructed.
4. Securely anchor to adjacent wall.
5. Furnish and install clips, fastenings, and anchorages and conceal unless otherwise
noted.
B. Door systems
1. Hang to maintain manufacturer's installation tolerances.
2. Adjust to freely swing without binding, sticking,or sagging,and to eliminate excessive
clearances.
C. Hardware: When installation is otherwise complete, adjust hardware for proper operation
and function.
END OF SECTION
DIVISION 08-DOORS AND WINDOWS-Page 10
Public Works Operations Building Interior Renovations
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 TYPES
A. Types of finish hardware required include,but is not necessarily limited to,the following:
1. Pivot sets and intermediate pivots.
2. Hinges.
3. Lock cylinders.
4. Keys,keying,and key control.
5. Locksets,latchsets,and privacy sets.
6. Exit devices.
7. Closers.
8. Mullions.
9. Overhead,wall,and floor stops.
10. Protection plates.
11. Gasketing for exterior and interior doors,as required.
12. Door holders.
13. Door bottoms.
14. Thresholds.
15. Silencers.
B. Requirements for design, grade, function, finish, size and other distinctive qualities of each
type of door hardware is indicated elsewhere in this section or in the Door Hardware
Schedule at the end of this section. Refer to Part 2 Products for Manufacturer's
identification and allowable substitutions.
DIVISION 08-DOORS AND WINDOWS-Page 11
Public Works Operations Building Interior Renovations
Bids and Construction Documents
1.4 SUBMITTALS
A. Under provisions of Section 01 34 00, submit the following:
1. Product information:Manufacturer's published technical product data for all specified
door hardware items indicating compliance with the requirements.
2. Hardware Schedule:
a. Hardware schedules are intended for the Contractor's coordination of the work.
Review and acceptance by the Architect or Owner does not relieve the Contractor
of his exclusive responsibility to fulfill the requirements as shown and specified.
b. Submit hardware schedule in the manner and format as specified, complying with
the actual construction progress schedule requirements for each draft. Include the
following information:
1) Explanation of all abbreviations, symbols, codes, at the like, including door
handing.
2) Type,style,function,size,and finish of each hardware item.
3) Door and frame sizes and materials cross referenced to the Architect's marks in
the door schedule.
4) Room identification (name and number) on each side of door opening as
indicated on the drawings.
5) Product name, model number, description, and name of manufacturer of each
item.
6) Fastenings and other pertinent information.
7) Locations of hardware cross referenced to architectural floor plans and door
schedules.
8) Mounting heights and locations of each type of hardware.
3. Key Schedule:
a. Require a qualified representative of the hardware supplier to personally meet with
the Owner and Architect to obtain the Owner's written key requirements.
b. Include a separate key schedule, showing clearly how the Owner's instructions on
keying of locks has been fulfilled.
4. Samples: Upon request, submit actual material samples of items indicated as for color
selection.
5. Templates: Hardware supplier will furnish hardware templates to the Contractor for
each fabricator of doors, frames, and other work to be shop prepared or factory
prepared for the installation of hardware. Upon request check shop drawings of such
other work, to conform that adequate provisions are made for proper location and
installation of hardware.
6. Provide electrical operation technical sheets including product schematics, point to
point diagrams, and electrical requirements of all electrified hardware. Completely
coordinate with the general contractor, electrical engineer, electrician, security access
subcontractor and the installer. Operational descriptions are for demonstration only —
verify operational intent with the owner,architect and electrical engineer.
7. Best Wi-Q proximity card access system will be incorporated. Provide complete
indoctrination and education for the owner and the owner's representative regarding
operation, programming, software requirements, maintenance and any other
requirements
of this system.
DIVISION 08-DOORS AND WINDOWS-Page 12
Public Works Operations Building Interior Renovations
Bids and Construction Documents
B. Under provisions of Section 017000,submit the following:
1. Product information.
2. Hardware schedule.
3. Manufacturer's published operation and maintenance data. Include data on operating
hardware, lubrication requirements, and inspection procedures related to preventative
maintenance.
4. Tools and extra materials as required.
5. Manufacturer's warranties, revise to meet criteria as established within this section.
Warranty periods shall commence upon acceptance of the building by the owner.
Where warranties listed exceed the manufacturer's standard warranty,obtain in writing
an extended warranty to meet the requirements above and as noted. If the manufacturer
will not meet these requirements, and another approved manufacturer will comply,
supply the alternate approved manufacturer.
1.5 QUALITY ASSURANCE
A. Acceptable Designs:
1. Items specified in this section are products which are of acceptable design.
2. Do not substitute products without Architect's written prior approval per Division 1.
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 named in Part 2 of this section 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, Architect 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.
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.
DIVISION 08-DOORS AND WINDOWS-Page 13
Public Works Operations Building Interior Renovations
Bids and Construction Documents
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).
1.6 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.
1.7 SEQUENCING AND SCHEDULING
A. Coordinate work of this section with the work of other sections of work under provisions of
Section 01 04 00
B. Furnish hardware templates to each fabricator of doors, frames, and other work to be shop
or factory prepared for the installation of hardware.
C. Verify completeness and suitability of door hardware with the hardware supplier and the
hardware installer.
1.8 MAINTENANCE MATERIALS
A. Under provisions of Section 01 70 00, furnish to Owner a complete set of special wrenches
and tools applicable to each different or special hardware component as needed for Owner's
continued adjustment,maintenance,removal,and replacement of door hardware.
B. Special tools and accessories shall be supplied by the hardware component manufacturer.
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.
DIVISION 08-DOORS AND WINDOWS-Page 14
Public Works Operations Building Interior Renovations
Bids and Construction Documents
4. Provide miscellaneous hardware as listed in hardware groups.
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 UL or FM labels and as otherwise acceptable to
the Architect. 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.
2.2 HINGES
A. Manufacturer:
1. Listed in Door Hardware Schedule: Stanley
2. Approved Substitutions: Bommer, McKinney and any other product approved
equivalent by Architect at time of bidding.
B. Templates: Except for hinges and pivots to be installed entirely (both leaves) into wood
doors and frames,provide only template produced units.
C. Screws: Furnish Phillips flat head or machine screws for installation of units,except furnish
Phillips flat head or wood screws for installation of units into wood. Finish screw heads to
match surface of hinges.
D. Hinge Pins: Except as otherwise indicated,provide hinge pins as follows:
1. Steel Hinges: Steel pins.
2. Non-ferrous Hinges: Stainless steel pins.
3. Exterior doors:Non-removable pins.
4. Reverse bevel interior doors(lockable):Non-removable pins.
5. Interior doors:Non-rising pins.
E. Pin Tips: Flat button and matching plug,finished to match leaves.
F. Number of Hinges: Provide number of hinges indicated,but not less than 3 hinges per door
leaf for doors 90" or less in height and one additional hinge for each 30" of additional
height.
DIVISION 08-DOORS AND WINDOWS-Page 15
Public Works Operations Building Interior Renovations
Bids and Construction Documents
G. Butt type hinges and continuous hinges are to be warranted for a period of two years.Pivots
shall be warranted for a period of two years.
2.3 LOCK CYLINDERS
A. Manufacturer:
1. Listed in Door Hardware Schedule:Best Cormax Patented
2. Other products as approved equivalent by Architect at time of bidding.
B. Equip locks with 7-pin cylinders for small format interchangeable core pin tumbler inserts,
Cormax patented key system, with brass construction cores for use during the construction
phases. Temporary construction cores shall be removed upon installation of the permanent
key system by the owner and returned to the hardware supplier.
C. Construct lock cylinder parts from brass/bronze, stainless steel,or nickel silver.
2.4 KEYS,KEYING,AND KEY CONTROL
A. Keys:
1. Material: Provide keys of nickel silver only.
2. Quantities: These quantities are to establish a maximum allowable quantity of cut keys
to service the project and may not necessarily be assigned as noted. A lesser quantity
of cut keys required will not result in any credits, nor a quantity of uncut keys to be
issued unless noted otherwise.
a. 3 change keys per each cylinder unit.
b. 5 master keys per master.
c. 2 Construction Control Keys
d. 2 Permanent Control Keys
e. 10 construction keys.
3. Deliver keys to the Owner's representative: Send masterkeys to Owner via U.S.
registered mail direct from hardware supplier.
B. Keying:
1. Comply with Owner's written instructions for masterkeying and, except as otherwise
indicated, provide individual change keys for each lock which is not designated to be
keyed alike with a group of related locks.
2. Grandmaster key all cylinder items to coordinate with the Owner's instructions.
Permanently inscribe each key with the notation"DO NOT DUPLICATE".
C. Key Control:
1. Provide a key control system including envelopes, labels, tags with self locking key
clips, receipt forms, 3-way visible card index, temporary markers,permanent markers,
and standard metal cabinet, all as recommended by the system manufacturer, with
capacity for 150%of the number of locks required for the project.
2. Provide a hinged panel type cabinet,for wall mounting,Telkee AWC-150S or equal.
3. Provide cylinder units with concealed key control and keys with visual key control.
2.5 LOCKSETS,LATCHSETS,AND PRIVACY SETS:
A. Manufacturer:
1. Listed in Door Hardware Schedule: Best
2. Other products as approved equivalent by Architect at time of bidding.
3. Card reader locksets are Best Wi-Q.
B. Types:Locksets,latchsets,and privacy sets as indicated in Door Hardware Schedule.
DIVISION 08-DOORS AND WINDOWS-Page 16
Public Works Operations Building Interior Renovations
Bids and Construction Documents
C. Strikes: Provide manufacturer's standard wrought box strike for each latch or lock bolt.
Provide dust-proof strikes for foot bolts, except where not available. At these locations,
provide manufacturer's standard recessed strike. Provide roller type strikes where
recommended by lock, latch or bolt manufacturer. If aluminum frames are specified,
confirm with the aluminum frame supplier that the standard lock strikes will function.
Provide the manufacturer's standard extended lip strikes if required.
D. Lock Throw: Provide 3/4" minimum throw of mortise type latches and deadbolts used.
Cylindrical latches will be 1/2" minimum. Comply with UL requirements for throw of
bolts and latch bolts on rated fire openings.
E. Locks and latches shall be warranted for a period of five years.
2.6 EXIT DEVICES AND MULLIONS
A. Manufacturer:
1. Listed in Door Hardware Schedule: Precision
2. Approved Substitutions: Dorma, Sargent. Other products as approved equivalent by
Architect at time of bidding.
B. Provide risers,as needed,to prevent interference with door glazing kits.
C. Provide spacers as needed for proper application of removable mullions on narrow stop
type frames.
D. Exit devices and related hardware shall be warranted for a period of five years.
2.7 CLOSERS:
A. Manufacturer:
1. Listed in Door Hardware Schedule: Stanley QDC1 Series
2. Approved Substitutions: Sargent 351, Dorma TS Series. Other products as approved
equivalent by Architect at time of bidding.
B. Size of Units: Except as otherwise specifically indicated, comply with the manufacturer's
recommendations for size of door control unit, depending on the size of the door, exposure
to weather and anticipated frequency of use.
C. Provide manufacturer's standard through bolt attachment where door construction is not
adequate for support.
D. Arms:
1. Provide parallel arms for all overhead closers, except as otherwise indicated. Provide
drop plates as needed to prevent glazing interference.
E. Mount all closers to the maximum allowable degree of opening by the closer
manufacturer's template. Where closer arms incorporate dead stop features, mount closers
to the maximum degree of opening available before conflict with adjacent structures. If not
apparent on the contract documents, verify the use of open space with the Architect or
Owner's Representative to determine the maximum allowable degree of opening.
F. Access Free Manual Closers: Where manual closers are indicated for doors required to be
accessible to the physically handicapped, provide adjustable units complying with ANSI
A117.1 provisions for door opening force. Fire protection has precedence over handicap
compatibility,check with local jurisdiction.
G. Where not standard,supply the manufacturer's optional full cover(FC)for all closers.
H. Door closers and related hardware shall be warranted for a minimum period of twenty-five
years. Electronic closers shall be warranted for a period of two years.
DIVISION 08-DOORS AND WINDOWS-Page 17
Public Works Operations Building Interior Renovations
Bids and Construction Documents
2.8 OVERHEAD STOPS
A. Manufacturer:
1. Listed in Door Hardware Schedule:Architectural Builders Hardware
2. Approved Substitutions: Rixson. Other products as approved equivalent by Architect
at time of bidding.
B. Mount stops to the maximum degree of opening available before conflict with adjacent
structures, or, if adjacent structures are not considered, to the maximum allowable by stop
manufacturer's template.
C. If not apparent on the contract documents, verify the use of open space with the Architect
or Owner's Representative to determine the maximum allowable degree of opening.
D. Overhead stops in exterior doors must be manufactured from stainless steel,US32D finish.
E. Overhead stops shall be warranted for a period of two years.
2.9 WALL AND FLOOR STOPS
A. Manufacturers:
1. Listed in Door Hardware Schedule: Trimco
2. Approved Substitutions: Hager,Rockwood. Other products as approved equivalent by
Architect at time of bidding.
B. General: Except as otherwise indicated,provide stops (wall, floor or overhead) at each leaf
of every swinging door leaf.
2.10 PROTECTION PLATES
A. Manufacturers:
1. Listed in Door Hardware Schedule:Trimco
2. Approved Substitutions: Hager, Rockwood. Other products as approved equivalent by
Architect at time of bidding.
B. Types:Armor Plates,Kick Plates,Mop Plates
C. Fasteners: Provide manufacturer's standard exposed Phillips head fasteners for door trim
units; either machine screws or self tapping sheet metal type screws per manufacturer's
recommendations for application to the specified door construction.
D. Sizes: Fabricate protection plates (armor, kick or mop) not more than 2" less than door
width on stop side and not more than 1" less than door width on pull side, x the height
indicated.
E. Metal Plates: Stainless Steel, 18 gauge (0.050) thick. Satin finish, US32D (630), beveled
four edges(B4E).
2.11 GASKETS AND SWEEPS
A. Manufacturer:
1. Listed in Door Hardware Schedule:National Guard Products(NGP)
2. Approved Substitutions: Zero,Pemko. Other products as approved equivalent by
Architect at time of bidding.
B. General: Except as otherwise indicated, provide continuous weatherstripping at each edge
of every exterior door leaf. Provide type, sizes and profiles indicated as drawn or
scheduled.
C. Fasteners: Provide non-corrosive fasteners as recommended by the manufacturer for
applications indicated.
D. Replaceable seal strips: Provide only those units where resilient or flexible seal strip is
easily replaceable and readily available from stocks maintained by the manufacturer.
E. Perimeter weatherstripping: Flexible, hollow neoprene bulb or loop insert, conforming to
MIL R 6055,Class II,Grade 40.
DIVISION 08-DOORS AND WINDOWS-Page 18
Public Works Operations Building Interior Renovations
Bids and Construction Documents
F. Weatherstripping at Door Bottoms: Provide door bottoms consisting of contact type
resilient insert and metal housing of design and size indicated.
G. Hot smoke seal, if required by IBC and subsequent UL testing procedures,will be supplied
as an integral part of the door assembly by the door manufacturer.
H. Gaskets and sweeps shall be warranted for a period of three years.
2.12 THRESHOLDS
A. Manufacturer:
1. Listed in Door Hardware Schedule:National Guard Products(NGP)
2. Approved Substitutions: Zero, Pemko. Other products as approved equivalent by
Architect at time of bidding.
B. Except as otherwise indicated provide standard metal threshold unit of type, size and
profile as detailed or scheduled.
C. Where there is conflict between scheduled thresholds and details, details shall have
precedence. Revise details only if necessary to comply with handicap accessibility
requirements. Notify the Architect of such required modifications.
D. Thresholds and related items shall be warranted for a period of three years, abrasive
coatings shall be warranted for a period of ten years.
2.13 SILENCERS
A. Manufacturers:
1. Listed in Door Hardware Schedule: Trimco
2. Approved Substitutions: Hager, Rockwood. Other products as approved equivalent by
Architect at time of bidding.
2.14 FINISHES
A. Exposed surfaces of hardware shall be Brushed Chrome (US26D, 626), unless otherwise
indicated. Items specified in Satin Stainless Steel (US32D, 630) shall be supplied in
stainless steel with no exceptions.
B. The designations used in the schedule and elsewhere to indicate hardware finishes are the
industry recognized standard commercial finishes common to the product's manufacturer
listed.
PART 3-EXECUTION
3.1 EXAMINATION
A. Under provisions of Section 01 04 00, 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 Architect.
DIVISION 08-DOORS AND WINDOWS-Page 19
Public Works Operations Building Interior Renovations
Bids and Construction Documents
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 Architect.
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.
DIVISION 08-DOORS AND WINDOWS-Page 20
Public Works Operations Building Interior Renovations
Bids and Construction Documents
3.5 CLEANING AND DEBRIS
A. Cleaning:
1. Clean work under provisions of Division 1
2. Clean adjacent surfaces soiled by work of this section.
B. Debris: Under provisions of Division 1,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 Architect.
3.7 PROTECTION
Under provisions of Division 1, protect work of this section as required so that work will be
without damage or deterioration at the time of completion and acceptance by the Owner.
END OF SECTION
DIVISION 08-DOORS AND WINDOWS-Page 21
Public Works Operations Building Interior Renovations
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.
2. Prepare shop drawings and/or samples in accordance with the General Conditions for all
sections of Division 8.
1.2 A. Material:
1. Interior Glass: 1/4"thick tempered clear by PPG Glass at all interior window frames
and all non-fire rated doors.
3. Mirror Glass:
a. Where shown on the drawings,and to sizes shown on the drawings.
b. Mirrors shall be manufactured units as specified in Section 102813.
c. Mirrors shall be warranted for two years against silver spoilage.
d. Mirrors with blemishes or other defects will be rejected.
4. 20-45 Minute Fire Resistive Glazing: SuperLite II-XL 45 with Starphire Ultra-Clear
glass by PPG.
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 08-DOORS AND WINDOWS-Page 22
Public Works Operations Building Interior Renovations
Bids and Construction Documents
DIVISION 09-FINISHES
SECTION 092000-PLASTER AND GYPSUM
092116-Gypsum Board Systems
PART 1 GENERAL
1.1 A. Approved Manufacturers:
1. United States Gypsum Company
2. National Gypsum Company
3. Georgia-Pacific Gypsum,LLC
4. Certainteed Gypsum,Inc.
1.2 A. Submittals
1. Product Data: Catalog sheets, specifications, and installation instructions for each item
specified.
2. Samples:
a. Gypsum Board: 12 inches square,each type specified.
b. Fasteners: 10 each type specified.
c. Adhesive: 1 pint.
1.3 A. Quality Assurance
1. Fire Resistance Rated Applications: Provide UL listed or ASTM E 119 tested materials,
accessories, and application procedures to comply with the rating, UL Design Number,
or Gypsum Association File Number indicated. Reference Appendix C for Fire-
Resistance rated assembly designs as referenced on drawings.
1.4 A. Delivery, Storage,and Handling
1. Deliver materials in original packages, containers, or bundles bearing brand name and
identification of manufacturer.
2. Store materials inside under cover and keep them dry and protected against damage
from weather, direct sunlight, surface contamination,corrosion, construction traffic, and
other causes. Stack gypsum panels flat to prevent sagging.
1.5 A. Project Conditions
1. Environmental Requirements: Comply with gypsum board manufacturer's printed
temperature and ventilation requirements during application and finishing. Ventilate
installation areas to relieve excess moisture.
PART 2-PRODUCTS
2.1 A. Framing
1. Reference"Rough Carpentry 061000".
2.2 A. Gypsum Board
1. Standard Gypsum Board: ASTM C 1396;long edges as follows:
a. Long Edges: Tapered.
b. Long Edges: Tapered with beveled or rounded edges.
DIVISION 09-FINISHES—Page 1
Public Works Operations Building Interior Renovations
Bids and Construction Documents
2.3 A. Fasteners
1. Sheet rock screws of sufficient length to allow a minimum 5/8" penetration of framing
members.
2.4 A. Trim
1. Interior Trim: ASTM C 1047.
a. Material: Galvanized steel.
b. Shapes:
1. Comerbead: Use at outside corners.
2. Bullnose Bead: Use where indicated.
3. LC-Bead: J-Shaped, exposed long flange receives joint compound. Use at
exposed panel edges.
4. L-Bead: L-shaped, exposed long leg receives joint compound with tear away
bead. Use where gypsum board abuts or intersects dissimilar material.
5. U-Bead: J-shaped, exposed short flange does not receive joint compound. Use
where indicated.
6. Expansion(Control)Joint: Use where indicated.
2. Exterior Trim: ASTM C 1047.
a. Materials: Hot-dip galvanized steel.
b. Shapes:
1. Cornerbead: Use at outside corners.
2. LC-Bead: J-shaped, exposed long flange receives joint compound. Use at
exposed panel edges.
3. Expansion(Control) Joint: One-piece, with V-shaped slot and removable strip
covering slot opening.
2.5 A. Joint Treatment Materials
1. Joint Tapes: ASTM C 475;plain or perforated.
2. Joint Compound: ASTM C 475; gypsum board manufacturer's recommended dry
powder or ready-mixed,either of the following:
a. One Compound Treatment: One compound for both bedding and finishing joints.
b. Two Compound Treatment: Compatible joint compounds; one compound for
bedding and the other compound for finishing joints.
3. Special Edged Gypsum Board: Gypsum board manufacturer's special joint treatment
materials.
PART 3-EXECUTION
3.1 A. Examination
1. Examine substrates to which gypsum board system attaches or abuts, with installer
present for compliance with requirements for installation tolerances and other conditions
affecting performance of gypsum board system construction. Do not proceed with
installation until unsatisfactory conditions have been corrected.
3.2 A. Construction Tolerances
1. Do not exceed 1/8 inch in 8 feet variation from plumb or level in any exposed line or
surface, except at joints between boards do not exceed 1/16- inch variation between
planes or abutting edges or ends. Shim to comply with specified tolerances.
3.3 A. Gypsum Board Installation
DIVISION 09-FINISHES—Page 2
Public Works Operations Building Interior Renovations
Bids and Construction Documents
1. Install gypsum board in the most economical direction, of maximum lengths to
minimize end butt joints. Where unavoidable, locate end butt joints as far from center of
walls or ceilings as possible.
2. Install gypsum board with face side out. Butt boards together at edges and ends over
firm bearing with not more than 1/16 inch of open space between boards. Do not force
into place.
3. Fasteners: Fasten gypsum board to supports and furring with sheetrock screws of
required size and spacing as recommended by the gypsum board manufacturer.
a. Multiple-layer Work:
1. Mechanically fasten both layers.
2. Stagger vertical joints in multiple layer Work. Offset joints not less than 10
inches.
4. Provide additional framing and blocking required to support gypsum board at openings
and cutouts.
5. Form control joints in gypsum board where indicated. Allow -inch continuous
opening between boards to allow for insertion of control joint trim.
6. Reinforce joints formed by tapered edges,butt edges,and interior corners or angles with
joint tape.
3.7 A. Trim Installation
1. Coordinate installation of trim progressively with gypsum board installation where trim
is of type required to be installed prior to, or progressively with installation of gypsum
board.
2. Securely fasten trim pieces in accordance with manufacturer's printed instructions.
3. Install cornerbeads at external corners. Install LC-Bead (J-Bead) beads at unprotected
(exposed) edges and where gypsum board abuts dissimilar materials. Use single
unjointed lengths unless otherwise approved by the Director.
a. Miter corners of semi-finishing type casing and trim beads.
4. Install control joint trim in accordance with ASTM C 840,where indicated.
5. Comply with joint compound manufacturer's recommended drying time for the relative
humidity and temperature at time of application. Allow minimum of 24 hours drying
time between applications of joint compound.
3.8 A. Levels of Gypsum Board Finish
1. General: Finish panels to levels indicated below, in accordance with ASTM C 840, for
locations indicated.
2. Level 4 Finish: Joints and angles, provide tape embedded in joint compound and
provide three separate coats of joint compound over all joints, angles, and fastener
heads. Accessories to be covered with three separate coats of joint compound. Joint
compounds to be smooth and free of tool marks and ridges. Cover the prepared surface
with a drywall primer prior to the application of the final decoration.
END OF SECTION
DIVISION 09-FINISHES—Page 3
Public Works Operations Building Interior Renovations
Bids and Construction Documents
SECTION 093000-TILING
1.1 A. General:
1. Provide all material,equipment,labor,and incidentals as required to install tile as
recommended by the manufacturer.
2. Deliver all products to the job site in the manufacturer's unopened containers with grade
seals unbroken and labels intact.
3. Keep all cartons dry.
4. Supply extra 5%of each tile used,in clean,unopened,marked cartons for the Owner's use.
5. Any substitution must be approved by the Architect prior to bid date.
6. All tile must conform to the recommendations of the Tile Council of America(TCA).
1.2 A. Installation:
1. Surface Preparation: All surfaces to receive tile shall be sound,plumb,level and true,free
from dust,dirt,grease,calcimine,water or other foreign matter.
2. Thin Set Tile Installation:
a. According to tile and setting bed manufacturer's specifications.
b. Use"thin-set"method and apply organic adhesive with flat side of trowel,using
sufficient pressure to obtain mechanical bond,after which strike with 1/4 x 3/8"
notched trowel to regulate thickness of float coat.
c. Allow tile to set at least 2 hours before wetting and removing paper back. Use
minimum amount of water.
3. Install specified fittings using bullnose at all outside corners and concave units at inside
corners with other fittings as required.
4. Grouting:
a. According to manufacturers specifications.
b. Allow walls to set two(2)hours before grouting.
c. Protect for at least 48 hours to keep dirt and foreign matter from being ground into
joints.
5. Cleaning:
a. Remove all traces of bonding material on all surfaces.
b. Tile work shall be completed in a good and workmanlike manner and premises cleared
of all debris,rubbish,etc.
c. Upon completion,clean all ceramic tile thoroughly, leaving each tile 100%exposed
and perfectly clean.
d. Take extra caution in applying grout. Clean as quickly as grout is installed.
6. Lay tile sheets to straight edges with joints between sheets same as joint between tiles on
sheets. Reference Drawings for field pattern and verify pattern with Architect.
7. Replace cut tile or damaged tile misfits.
8. Expansion joints: 1/4"vertical and horizontal joints at locations and frequencies in
accordance with Tile Council of America 1988 Handbook,Method EJ 171-88.
9. All tile joints must line up from floor to base tile and fittings in all directions. No fittings
or tile joint will terminate except at another adjoining joint.
10. Do not perform work of this section unless the temperature of areas in which work occurs
is 49 T.and rising.
11. Protection:
a. Protect all tile from damage during construction.
b. Remove cracked,broken,or damaged tiles,replace with new.
1.4 A. Shop Drawings and Samples: Reference Division 1-Submittals.
DIVISION 09-FINISHES—Page 4
Public Works Operations Building Interior Renovations
Bids and Construction Documents
093013-Ceramic Tiling
1.1 A. Materials:
1. Ceramic Wall Tile:
a. Allowance 9.00/sq.ft. materials only. Color and size to be determined by Architect.
Reference drawings for locations.
b. Use cove base, bullnose cap trim, coved base corners (inside and outside corners) and
other special pieces as required.
2. Organic Adhesives:Mapei-Keraflex Super
3. Grouting:. Ultracolor Plus Fa Sanded Grout. Color as selected by Architect.
a. Floors-Kerapoxy CQ Sanded Grout. Color ss selected by Architect
093024-Porcelain Tile
1.1 A. Materials:
1. Porcelain floor tile:
a. Allowance- 9.00/sq.ft.material only. Size to be 12"x 24"with 3/16" grout joint set
on a 1/3 or straight joint-no 1/2"joint allowed,color to be selected by Architect.
Reference drawings for location.
b. Use cove base,bullnose cap trim,coved base corners(inside and outside corners)and
other special pieces as required.
2. Grouting: Kerapoxy CQ Sanded Grout. Color as selected by Architect.
3. Organic Adhesives: Mapei-Keraflex Super Per manufacturer recommendations.
093050-Tile Setting Material and Accessories
PART 1 GENERAL
1.1 A. Section Includes:
1. Waterproofing Membrane.
2. Floor drain,with integrated bonding flange.
3. Setting materials: adhesives,mortars,grouts,and sealants.
1.2 A. Related Sections
A. Section 03 30 00-Cast-in-Place Concrete.
B. Section 06 10 00-Rough Carpentry.
C. Section 07 90 00-Joint Protection.
D. Section 09 29 00-Gypsum Board.
E. Section 09 30 00-Tiling.
F. Section 09307 - Tile Shower Components and Waterproofing Membrane. Shower trays,
curbs, ramps, bench, niche, sealing compound, waterproofing membrane, drainage panels,
drainage membrane compatible with floor drains.
G. Section 22 30 00-Plumbing Equipment.
1.3 A. References
1. CSA B79-08: Floor,Area,and Shower Drains,and Cleanouts for Residential Construction.
2. IAPMO IGC 195: Interim Guide Criteria for Floor Drain with Integrated Bonding Flange.
3. Tile Council of North America(TCNA)Handbook for Ceramic Tile Installation.
4. Terrazzo, Tile and Marble Association of Canada (TTMAC) Specification Guide 09300
Tile Installation Manual.
5. American National Standard Specifications for the installation of ceramic tile A108/A118
/A136.1.
DIVISION 09-FINISHES—Page 5
Public Works Operations Building Interior Renovations
Bids and Construction Documents
1.4 A. Submittals
1. Submit under provisions of Section 01 30 00.
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.
3. Verification Samples: For each finish product specified, two samples, minimum size 6
inches(150 mm)long,representing actual product,color,and finish.
4. Manufacturer's Certificates: Certify products meet or exceed specified requirements.
1.5 A. Quality Assurance
1. Installer Qualifications: Company specializing in performing the work of this section with
minimum five years experience.
2. Source Limitations for Setting Materials and Accessories: Obtain product of a uniform
quality for each application condition from a single manufacturer.
3. Mock-Up: Provide a mock-up for evaluation of surface preparation techniques and
application workmanship.
a. Finish areas designated by Architect.
b. Do not proceed with remaining work until workmanship, color, and sheen are approved
by Architect.
c. Refinish mock-up area as required to produce acceptable work.
4. Preinstallation Conference: Conduct conference at the Project site.
a. Convene one week prior to commencing work of this section.
b. Require attendance of installation material manufacturer, tile supplier,tile installer and
installers of related work. Review installation procedures and coordination required
with related work.
c. Meeting agenda includes but is not limited to:
i. Surface preparation.
ii. Tile and installation material compatibility.
iii. Edge protection,transition and pre-fabricated movement joint profiles.
iv. Waterproofing techniques.
v. Crack isolation techniques.
1.6 A. Delivery, Storage,and Handling
1. Store products in manufacturer's unopened packaging until ready for installation.
2. Protect materials from exposure to moisture. Do not deliver until after wet work is
complete and dry.
3. Store materials in a dry,warm,ventilated weathertight location.
1.7 A. Project Conditions
1. Maintain environmental conditions (temperature, humidity, and ventilation) within limits
recommended by manufacturer for optimum results. Do not install products under
environmental conditions outside manufacturer's absolute limits.
1.8 A. Coordination
1. Coordinate Work with other operations and installation of floor finish materials to avoid
damage to installed materials.
DIVISION 09-FINISHES—Page 6
Public Works Operations Building Interior Renovations
Bids and Construction Documents
PART 2 PRODUCTS
2.1 A. Manufacturers
1. Basis of Design: Schluter Systems, L.P., 194 Pleasant Ridge Road, Plattsburgh, NY
12901-5841. ASD. Tel: (800) 472-4588. Fax (800) 477-9783. E-
mail:specassist schluter.com. Web:www.schluter.com. Local representative contact: Josie
Janssen,A+D Manager, South Texas,Tel: 512-230-7953 E-Mail:jjanssen schluter.com
B. Substitutions as determined by Architect at time of bidding.
2.2 A. Waterproof Membrane
1. Schluter-KERDI
a. Description: 0.008 inch (0.2 mm) thick, orange polyethylene membrane, with
polypropylene fleece laminated on both sides, which is listed by cUPC to meet or
exceed requirements of the"American national standard specifications for load bearing,
bonded, waterproof membranes for thin-set ceramic tile and dimension stone
installation A118.10 and is listed by cUPC, and is evaluated by ICC-ES (see Report
No. ESR-2467).
2. Schluter-KERDI-BAND
a. Description: Seams and Corners material 0.004 inch (0.1 mm) thick, orange
polyethylene membrane,with polypropylene fleece laminated on both sides.
b. Width: Width as required.
2.3 A. Floor Drain with Integrated Bonding Flange
1. Schluter-KERDI-LINE DRAIN,Brushed Stainless Steel:
a. Description:
Linear floor drain consisting of a formed stainless steel channel body and grate
assembly that can be seamlessly adjusted to tile or stone covering thickness from 1/8
inch (3 mm)to 1 inch(25 mm). The channel body features a 2-1/4 inch(57 mm)wide
trough, a 2 inch (50 mm) no-hub outlet and a 7/8 inch (22 mm) wide bonding flange
laminated with a collar made of the Schluter-KERDI waterproofing membrane. Drain
type as referenced in methods B422 and B422 STONE in the Tile Council of North
America Handbook for Ceramic,Glass,and Stone Tile Installation.
b. Channel Body Material:
Stainless Steel 304(1.4301 V2A).
2.4 A. Prefabricated Shower Components
1. Schluter-KERDI-SHOWER-T/-TS/-TT
a. Description: Trapezoid-imprinted,prefabricated, sloped tiled shower tray base,made of
lightweight, self-extinguishing(HF-1 rating per UL-94)expanded polystyrene (PS 40),
with 12-5/16 inch(313 mm) diameter removable recessed section and bonded Schluter
KERDI Membrane 0.008 inch(0.2 mm)thick, which meet or exceed the requirements
of the American National Standard Specifications for load bearing,bonded, waterproof
membranes for thin-set ceramic tile and dimension stone installation A118.10, and is
listed by cUPC, and is evaluated by ICC-ES (see Report No. ESR-2467). Meeting
ANSI A118.10 as detail as referenced in method B422 of the Tile Council of North
America Handbook for Ceramic Tile Installation.
b. Thin Tray:
1. KST-965NABF-38 inch by 38 inch by 1 1/32 inch Neo Angle Off Center(97 cm
by 97 cm by 26 mm).
DIVISION 09-FINISHES—Page 7
Public Works Operations Building Interior Renovations
Bids and Construction Documents
2.5 A. Setting Materials
1. Schluter-ALL SET Modified Thin Set Mortar.
a. Description: specialized sag-resistant modified thin-set mortar specifically formulated
for use with Schluter membranes and boards. It is engineered for use both under and
over all DITRA and KERDI products. ALL-SET is suitable for use with ceramic,
porcelain, and stone tile, including large and heavy tile, in conjunction with Schluter-
Systems' uncoupling and waterproofing membranes. Meets the requirements of ANSI
A118.4T,A118.11,and A118.15T.
PART 3 EXECUTION
3.1 A. Examination
1. Do not begin installation until substrates have been properly prepared.
2. If substrate 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. 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.
3.4 A. Protection
1. Protect installed products until completion of project.
2. Touch-up,repair or replace damaged products before Substantial Completion.
END OF SECTION
4
DIVISION 09-FINISHES—Page 8
_
Public Works Operations Building Interior Renovations
Bids and Construction Documents
AECTION 095000-CEILINGS
095100-ACOUSTICAL CEILINGS
095123-Acoustical Tile Ceilings
1.1 A. Materials:
1. Ceiling Tile:
a. Armstrong #1713, 24" x 24" x 3/4." School Zone Fine Fissured square lay-in panels
with Humiguard Plus and BioBlock.
b. All ceiling tile to be white.
2. Ceiling Suspension System: Armstrong 15/16" White Prelude Exposed Tee grid at all
locations. Hang all suspension systems directly from the building structure.
3. Hanger Clips: Appropriate prefabricated metal clamps if required by supporting structure.
4. Hanger Wire: 12 gauge annealed steel wire.
5. Tie Wire: 18 gauge galvanized annealed steel wire.
6. Color of tile to be white. Color of grid to be white.
7. Manufacturer: Armstrong World Industries,Inc.,or approved equivalent as determined
by Architect at time of bidding.
8. Provide 5%extra tiles,to the Owner for their use. Provide them in undamaged condition,
and in clean,marked factory packaging.
1.3 A. Samples:
Submit samples of suspension system members and acoustical ceiling material to the Architect
for approval. Identify each item with manufacturer's number and descriptive data.
1.4 A. Delivery:
Do not deliver acoustical material to site or begin installation until wet type construction work
within the building is completed and thoroughly dry, exterior doors are in place, and the
temperature and humidity conditions within the building are and thereafter will be
approximately those maintained after acceptance and occupancy.
1.5 A. Installation:
1. Ceiling panels to be installed only after all work, including telephone and communication
wiring,has been completed above the ceiling.
2. Only experienced installers approved by acoustical material manufacturer will be
considered. Install suspension system in conformance with applicable provisions of ASTM
C-636.
3. Securely attach wire hangers directly to building structure. Space wire hangers along lines
of main runners of exposed ceiling suspension system at not more than 4'-0" centers.
Where light fixtures are supported by suspension system hangers are to be installed at each
corner of the fixture. Space runners to conform with reflected ceiling drawings.
4. Install main runners in straight level runs spacing them at uniform 4'-0" centers and wiring
them securely to bottoms of hanger wires. Stagger end splices of main runners. Install
structural and standard cross runners as required, locking or crimping ends into slots of
main runners and spacing them at uniform centers so as to form 2'-0" x 2'-0"grid system.
Provide angles at perimeter walls. Install acoustical material within the grid formed by
main runners, cross runners and wall angles. Pop rivet every other main runner or cross tie
to wall angle with pop rivets factory finished to match system.
5. Coordinate acoustical ceiling installation with that of anemostats, lighting fixtures,
insulation,and other items in the finished ceilings. Scribe acoustical material neatly.
6. Clean soiled or discolored unit surfaces after installation. Touch up scratches, abrasions,
voids and other defects in painted surfaces. Remove and replace damaged, or improperly
installed units.
DIVISION 09-FINISHES-Page 9
Public Works Operations Building Interior Renovations
Bids and Construction Documents
1.6 A. Deflection:
The entire ceiling system including light fixtures, insulation and other items shown and noted
shall be designed and erected in such a manner that deflection of any span shall not exceed
1/360 of span.
END OF SECTION
I
DIVISION 09-FINISHES—Page 10
Public Works Operations Building Interior Renovations
Bids and Construction Documents
SECTION 096000-FLOORING
096519—Resilient Tile Flooring
1.01 SCOPE
A. General:
1. Furnish materials and work required for installation of floor tile,base,feature and edging
strips complete with all incidentals necessary to complete the work of this section.
2. Reference Floor Finish Plans for specific patterns and colors.
3. Provide extra material equal to 5%of the installed material in clean,unopened,marked
cartons.
1.02 MATERIAL
A. Materials:
1. Rubber Cove Base:
Basis of Design-Johnsonite-Other products approved as equivalent by Architect at time
of Bidding.
a. Johnsonite Duracove Thermoplastic Rubber(TP)4". Color as selected by Owner
b. All cove base shall be 1/8"thick x 4"or 4 '''A"high,in lengths of 120".
c. Location: Reference drawings.
d. Adhesives: As recommended by product manufacturer.
e. Installation:Follow manufacturer's instructions for installation of all products. If
contractor wants to vary from manufacturer's recommendations,they must have prior
written approval from Architect and/or Manufacturer.
END OF SECTION
DIVISION 09-FINISHES—Page 11
Public Works Operations Building Interior Renovations
Bids and Construction Documents
SECTION 099000-PAINTING AND COATING
099100—PAINTING
1.1 A. Material:
1. Manufacturer: Basis of Design-PPG contact Waylon Whitley,telephone- 1-281-960-9031,
email-wwhitley ppg.com
2. Quality:
a. Certain specified manufacturer's products are specified herein not with intent to limit
competition, but to simplify description of type and quality of fmish desired.
Contractor may submit products of other manufacturers, which will be considered, but
written approval of the Architect will be required.
b. Paint thinners and reducers shall be of best quality.
c. Deliver unadulterated products to building site in unbroken packages.
3. Colors:
a. Colors to be selected by the Architect or as noted on the drawings.
b. Submit manufacturer's color charts in duplicate as soon as possible after the award of
the contract together with a list of all manufacturers, whose products are to be used.
Notify the Architect when ready to apply color coats and a tentative selection of color
will be made. Final selection for fmish coat will be made after study of 2nd coat.
(Prepare primer and paint color samples on the material being used, in order to ensure
proper color selection).
4. Finish Samples: Prepare samples to the satisfaction of the Architect, on samples of
materials to be used in the buildings.
1.2 A. Preparation of Surfaces: All substrates need to be free of dirt,dust,mildew,and loose
material.
1. Metal Work:
a. Remove rust,dirt,grease and clean thoroughly.
b. Touch up welds,cuts,and scratch marks,and paint with SW Kem Bond Primer.
2. Galvanized Iron: Thoroughly wash all surfaces with M.E.K. (Methyl Ethel Ketone).
3. Gypsum Board:
a. Tape all joints with perforated tape and super joint cement.
b. Install per-a-bead#100 to all external corners and float joints,nail heads, etc.,with
super joint cement.
c. Install #400 series metal trim to all sheet rock terminating with other material and
as shown and noted.
d. Sand floated areas flush and smooth.
4. Glazed Cement Block—Sand with 80-100 grit sandpaper to rough the surface for proper
adhesion. Clean before application.
5. Wood Work:
a. Putty all nail holes with white lead putty and bring surfaces smooth(putty tinted to
finish).
b. Fill open grain woods with paste wood filler.
c. Touch up knots resinous spots, etc., with shellac before applying primer coat of
paint.
d. Apply one coat Thompson's Waterseal to all plywood sheets both sides and edges
prior to installation.
e. Back prime unexposed backs of cases,cabinets,and millwork prior to installation.
f. All wood to receive prime coat plus 2 finish coats.
g. Existing wood paneling: Clean and sand existing paneling. Fill all holes with putty
and touch-up knots. Finish as indicated below under interior stain grade wood.
DIVISION 09-FINISHES—Page 12
Public Works Operations Building Interior Renovations
Bids and Construction Documents
6. Concrete Floor:
a. Use mechanical grinder to remove all existing material and clean the surface.
7. Lockers Rocket:
a. Sand blast to remove all existing paint and rust. Clean surface.
099113-Painting
1.1 A. Exterior Painting: (Reference drawings for colors.)
1. Exposed steel and ferrous metals:
a. First Coat—Pitt-Tech Industrial DTM primer
b. Second Coat—Pitt-Tech❑ Int./Ext.High Gloss DTM Industrial Enamels 90-374 Series
c. Third Coat-. Pitt-Tech❑ Int./Ext. High Gloss DTM Industrial Enamels 90-374 Series
2. Galvanized Iron or Zinc Coatings:
a. First Coat-Pitt-Tech Plus EP Primer,90-1908 Red Oxide/1909 Gray/1912 White
b. Second Coat-Pitt-Tech Plus EP DTM
c. Third Coat—Pitt-Tech Plus EP DTM
3. Wood:
a. Prime Coat—Seal Grip 17-921XI
b. Second Coat—Speedhide 6-610XI Series
c. Third Coat—Speedhide 6-610XI Series
1.2 A. Interior Painting: (Reference drawings for colors.)
1. Galvanized Iron:
a. First Coat-.Pitt-Tech Plus EP Primer,90-1908 Red Oxide/1909 Gray/1912 White
b. Second Coat—Pitt-Tech Plus EP DTM
2. Steel Surfaces(including doors,frames,exposed roof deck,joists,and conduit):
a. First Coat—Pitt-Tech Industrial DTM primer 90-712 Series
b. Second Coat-Speedhide Interior/Exterior WB Alkyd Semi-Gloss 6-1510XI
c. Third Coat-. Speedhide Interior/Exterior WB Alkyd Semi-Gloss 6-1510XI
3. Gypsum Board Walls:
a. First Coat—Speedhide Interior Quick-Drying Latex Sealer 6-2
b. Second Coat—Speedhide Int 6-411
c. Third Coat—Speedhide Int 6-411
4. Cement Ceiling&Precast Cement Double"T":
a. First Coat—Perma-Crete Interior/Exterior Alkali Resistant Primer,4-603 Series
b. Second Coat—Speedhide Int Flat 6-70
c. Third Coat—Speedhide Int Flat 6-70
5. Paint Grade Wood:
a. First Coat - Seal Grip Interior/Exterior Acrylic Universal Primer/Sealer 17-921
primer sealer
b. Second Coat—Speedhide Interior/Exterior WB Alkyd Semi-Gloss 6-1510XI
c. Third Coat—Speedhide Interior/Exterior WB Alkyd Semi-Gloss 6-1510XI
6. Glazed Block Walls:
a. First Coat- Seal Grip Gripper Universal Interior/Exterior Latex Primer 17-921XI
b. Second Coat-PITT-GLAZE I WB EPXY SG NEU 16-540C 16-540C
7. Non-Glazed Block Walls:
a. First Coat-Seal Grip Gripper Universal Interior/Exterior Latex Primer 17-921XI
b. Second Coat-PITT-GLAZE I WB EPXY SG NEU 16-540C 16-540C
4 DIVISION 09-FINISHES—Page 13
Public Works Operations Building Interior Renovations
Bids and Construction Documents
8. Epoxy Floor: (color to be selected by Architect or referenced on the drawings)
a. First Coat-Amerlock Sealer
b. Second Coat-Pitthane Ultra(color coat with complete coverage of broadcast flakes
-color to be selected by Architect)
c. Third Coat-Pitthane Ultra(Clear Coat)
d. Fourth Coat-Pitthane Ultra(Clear Coat)
1.3 A. Workmanship:
1. The best workmanship will be required with all materials spread and smoothly flowed on
without runs,streaks,sags,brush marks,unfinished patches or other blemishes.
2. Employ only skilled laborers.
3. Perform all work under favorable weather conditions.
4. Commencing work will be construed as acceptance of preceding work performed under
other sections of the specifications to receive work specified in this section.
5. BEFORE PAINTING - REMOVE ALL FINISH HARDWARE NOT PRIMED FOR
PAINTING.
6. Protect work during progress against damage.
7. Apply coats of materials in strict accordance with manufacturer's recommendations unless
otherwise specified.
8. ALLOW ALL PAINTS TO DRY 48 HOURS BETWEEN COATS.
9. Back-prime all interior wood finish, trim, and cabinets against masonry and all concealed
surfaces.
10. Remove all finish hardware not primed for painting before painting.
11. First coat shall be tinted toward final color.
12. Paint all sight exposed galvanized iron, cast iron, steel and insulated pipe after all
mechanical work and tests have been completed.
13. Sand lightly between all coats of paint.
END OF SECTION
•
DIVISION 09-FINISHES—Page 14
Public Works Operations Building Interior Renovations
Bids and Construction Documents
DIVISION 10-SPECIALTIES
SECTION 101400-SIGNAGE
PART 1 -GENERAL
1.1 SUMMARY
A. This Section includes the following types of signs:
1. Panel Signs
1.2 SUBMITTALS
A. General: Submit the following according to the Conditions of the Contract and
Division 1 Specification Sections.
1. Product data for each type of sign specified,including details of construction relative to
materials,dimensions of individual components,profiles,and finishes.
2. Shop drawings showing fabrication and erection of signs. Include plans, elevations,
and large-scale sections of typical members and other components. Show anchors,
grounds,layout,reinforcement,accessories,and installation details.
3. Provide message list for each sign required, including large-scale details of wording and
lettering layout.
4. For signs supported by or anchored to permanent construction,provide setting drawings,
templates, and directions for installation of anchor bolts and other anchors to be
installed as a unit of Work in other Sections.
B. Templates: Furnish full-size spacing templates for individually mounted dimensional
letters and numbers.
1. Furnish full-size rubbings for metal plaques.
C. Samples: Provide the following samples of each sign component for initial selection of
color,pattern and surface texture as required and for verification of compliance with
requirements indicated.
1. Samples for initial selection of color,pattern,and texture:
a. Cast Acrylic Sheet and Plastic Laminate: Manufacturer's color charts consisting of
actual sections of material including the full range of colors available for
each material required.
2. Samples for verification of color,pattern,and texture selected and compliance
with requirements indicated:
a. Cast Acrylic Sheet and Plastic Laminate: Provide a sample panel not less than 8-
1/2 inches by 11 inches for each material, color, texture, and pattern required.
On each panel include a representative sample of the graphic image process
required, showing graphic style,and colors and finishes of letters, numbers, and
other graphic devices.
D. Dimensional Letters: Provide full-size representative samples of each dimensional
letter type required, showing letter style, color, and material finish and method of
attachment.
1.3 QUALITY ASSURANCE
A. Sign Fabricator Qualifications: Firm experienced in producing signs similar to those
indicated for this Project, with a record of successful in-service performance, and
sufficient production capacity to produce sign units required without causing delay in
the Work.
B. Single-Source Responsibility: For each separate sign type required, obtain signs
from one source of a single manufacturer.
DIVISION 10-SPECIALTIES-Page 1
Public Works Operations Building Interior Renovations
Bids and Construction Documents
C. Design Concept: The Drawings indicate sizes, profiles, and dimensional requirements
of signs and are based on the specific types and models indicated. Sign units by other
manufacturers may be considered provided deviations in dimensions and profiles do
not change the design concept as judged by the Architect. The burden of proof of
equality is on the proposer.
D. Regulatory Requirements: Comply with the Americans with Disabilities Act(ADA)
and with code provisions as adopted by authorities having jurisdiction.
1.4 PROJECT CONDITIONS
A. Field Measurements: Take field measurements prior to preparation of shop
drawings and fabrication to ensure proper fitting. Show recorded measurements
on final shop drawings. Coordinate fabrication schedule with construction
progress to avoid delay.
PART 2-PRODUCTS
2.1 MATERIALS
A. Cast Acrylic Sheet: Provide cast (not extruded or continuous cast) methyl methacrylate
monomer plastic sheet, in sizes and thicknesses indicated, with a minimum flexural
strength of
16,000 psi when tested according to ASTM D 790, with a minimum allowable continuous
service temperature of 176 deg F(80 deg C),and of the following general types:
1. Transparent Sheet:Where sheet material is indicated as"clear,"provide colorless sheet in
matte finish,with light transmittance of 92 percent,when tested according to the
requirements of ASTM D 1003.
2. Opaque Sheet:Where sheet material is indicated as"opaque,"provide colored opaque
acrylic sheet in colors and finishes as selected from the manufacturer's standards.
B. Fasteners: Use concealed fasteners fabricated from metals that are not corrosive to the sign
material and mounting surface.
C. Anchors and Inserts: Use nonferrous metal or hot-dipped galvanized anchors and inserts for
exterior installations and elsewhere as required for corrosion resistance. Use toothed steel or
lead expansion bolt devices for drilled-in-place anchors. Furnish inserts,as required,to be set
into concrete or masonry work.
D. Colored Coatings for Acrylic Plastic Sheet: Use colored coatings, including inks and
paints for copy and background colors, that are recommended by acrylic
manufacturers for optimum adherence to acrylic surface and are nonfading for the
application intended.
2.2 PANEL SIGNS
A. Provide 8,000.00 allowance for the purchase and installation of engraved interior signage
and graphics. Comply with requirements indicated for materials,thicknesses,finishes,
colors,designs, shapes, sizes,and details of construction.
DIVISION 10-SPECIALTIES-Page 2
Public Works Operations Building Interior Renovations
Bids and Construction Documents
2.3 FINISHES
A. Colors and Surface Textures: For exposed sign material that requires selection of materials
with integral or applied colors, surface textures or other characteristics related to
appearance,provide color matches indicated,or if not indicated,as selected by the Architect
from the manufacturer's standards.
PART 3 -EXECUTION
3.1 INSTALLATION
A General: Locate sign units and accessories where indicated,using mounting methods of
the type described and in compliance with the manufacturer's instructions.
1. Install signs level,plumb,and at the height indicated,with sign surfaces free from
distortion or other defects in appearance.
B. Wall-Mounted Panel Signs: Attach panel signs to wall surfaces using the methods
indicated below:
1. Vinyl-Tape Mounting: Use double-sided foam tape to mount signs to smooth,
nonporous surfaces. Do not use this method for vinyl-covered or rough surfaces.
2. Silicone-Adhesive Mounting: Use liquid silicone adhesive recommended by the sign
manufacturer to attach sign units to irregular, porous, or vinyl-covered surfaces. Use
double-sided vinyl tape where recommended by the sign manufacturer to hold the sign in
place until the adhesive has fully cured.
3. Shim Plate Mounting: Provide 1/8-inch-thick concealed aluminum shim plates with
predrilled and countersunk holes,at locations indicated,and where other mounting methods
are not practicable. Attach the plate with fasteners and anchors suitable for secure
attachment to the substrate. Attach panel sign units to the plate using the method specified
above.
3.2 CLEANING AND PROTECTION
A. After installation,clean soiled sign surfaces according to the manufacturer's instructions.
Protect units from damage until acceptance by the Owner.
END OF SECTION
DIVISION 10-SPECIALTIES-Page 3
Public Works Operations Building Interior Renovations
Bids and Construction Documents
SECTION 102000-INTERIOR SPECIALTIES
102800-TOILET,BATH AND LAUNDRY ACCESSORIES
102813-Toilet Accessories
1.1 A. Materials:
1. Grab Bars:
a. B-6806.99 Grab Bar in lengths 42" and 36" long at all accessible toilet rooms as
shown on the drawings.
b. B-6861 Horizontal Two Wall Bar-Shower Stall
2. B-5181 Reversible Folding Shower Seat
3. Bobrick B-2013 Automatic Wall Mounted foam soap dispenser
4. Bobrick B-262 Surface Mounted Paper Towel Dispenser
5. Scott/Kimberly Clark Surface Mounted Toilet Tissue Dispenser 09601 JRT Bath Tissue
Dispenser.
6. Mirrors: (reference drawings for locations)
a. Type A-Bobrick B-1652448 24"x 48"one-piece channel frame mirrors with
tempered glass.
7. Bobrick B-677 Bright Finish Towel Pin
8. B-207 x 72 Shower Curtain Rod with Concealed Mounting
9. Bobrick-204-1 Shower Curtain Hook
10. Bobrick-204-3 Shower Curtain
1.2 A. Installation:
1. Concealed mountings shall be used where possible. Provide solid in wall blocking at all
mounting locations
2. Units are to be mounted on wood stud and gypsum board partitions. Manufacturer shall
furnish matching bolts,screws,nuts,and other installation devices with theft-proof heads.
All exposed items shall be stainless.
3. Installation shall be in accordance with manufacturer's printed instructions.
END OF SECTION
DIVISION 10-SPECIALTIES-Page 4
Public Works Operations Building Interior Renovations
Bids and Construction Documents
SECTION 102000-INTERIOR SPECIALTIES
102100-COMPARTMENTS AND CUBICLES
102113-Toilet Compartments
PART 1 -GENERAL
1.1 A. Section Includes:
1. Floor-mounted overhead-braced solid plastic toilet compartments, urinal and privacy
screens.
1.2 A. Related Sections:
1. Section 055000 - Metal Fabrications: Structural support ceiling beam for ceiling hung
partitions provided as Work of Section 055000;Unistrut channels not acceptable.
2. Section 061000-Rough Carpentry: Anchorage/blocking for attachment of partitions.
1.3 A. References:
1. ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building
Materials.
1.4 A. Submittals:
1. Submit under provisions of Section 01300.
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.
3. Shop Drawings: Provide layout drawings and installation details with location and type of
hardware required.
4. Selection Samples: For each finish product specified, two complete sets of color chips
representing manufacturer's full range of available colors and patterns.
5. Verification Samples: For each finish product specified,two samples representing actual
product,color,and patterns.
1.5 A. Quality Assurance:
1. Manufacturer Qualifications: A company regularly engaged in manufacture of products
specified in this section, and whose products have been in satisfactory use under similar
service conditions for not less than 5 years.
2. Installer Qualifications: A company regularly engaged in installation of products
specified in this Section,with a minimum of 5 years experience.
3. Materials: Doors, panels and pilasters shall be constructed from High Density
Polyethylene (HDPE) resins. Partitions shall be fabricated from polymer resins
compounded under high pressure, forming a single component which is waterproof,
nonabsorbent and has a self-lubricating surface that resists marks from pens, pencils,
markers and other writing instruments. All plastic components shall be covered with a
protective plastic masking.
4. Performance Requirements:
a. Fire Resistance: Partition materials shall comply with the following requirements,
when tested in accordance with the ASTM E 84: Standard Test Method for Surface
Burning Characteristics of Building Materials:
1. Smoke Developed Index:Not to exceed 450.
2. Flame Spread Index:Not to exceed 75.
DIVISION 10-SPECIALTIES-Page 5
Public Works Operations Building Interior Renovations
Bids and Construction Documents
b. Material Fire Ratings:
1. National Fire Protection Association(NFPA): Class B.
2. International Code Council(ICC): Class B.
1.6 A. Delivery, Storage,and Handling:
1. Store products in manufacturer's unopened packaging until ready for installation.
1.7 A. Project Conditions:
1. 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.
2. Warranty:
a. Manufacturer guarantees its plastic against breakage, corrosion, and delamination
under normal conditions for 25 years from the date of receipt by the customer. If
materials are found to be defective during that period for reasons listed above, the
materials will be replaced free of charge. (Labor not included in warranty.)
PART 2-PRODUCTS
2.1 A. Manufacturers:
1. Acceptable Manufacturer: Scranton Products, which is located at: 801 E. Corey St.,
Scranton, PA 18507; Toll Free Tel: 800-445-5148; Email: request info
(info scrantonproducts.com);Web: www.scrantonproducts.com
a. Fabricator: Santana Products/Hiny Hiders Toilet Partitions.
2. Requests for substitutions will be considered in accordance with provisions of Division
1.
2.2 A. Floor-Mounted Overhead-Braced Solid Plastic Toilet Compartments
1. Doors f panels 1 land pilasters shall be 1 inch (25 mm) thick with all edges rounded to a
radius. Doors and dividing panels shall be 55 inches (1397 mm)high and mounted at 14
inches (356 mm) above the finished floor. Color as selected by Architect from
manufacturer's full line of current colors.
2. Headrail shall be made of heavy-duty extruded aluminum (6463-T5 alloy) with anti-grip
design and integrated curtain track. The headrail shall have a clear anodized finish and
shall be fastened to the headrail bracket by a stainless steel tamper resistant Torx head
sex bolt f Ind fastened at the top of the pilaster with stainless steel tamper resistant Torx
head screws.
3. Headrail brackets shall be 20 gauge stainless steel with a satin finish and secured to the
wall with a stainless steel tamper resistant Torx head screws.
4. Pilaster Shoes:
a. Stainless Steel Shoes: Pilaster shoes shall be 3 inches (76 mm) high (type 304 720
gauge) stainless steel. Pilaster shoes shall be secured to the pilaster with a stainless
steel tamper resistant Torx head sex bolt.
5. Wall Brackets:
a. Aluminum Brackets: Wall brackets shall be 1-1/2 inches (38 mm) stirrup type made
of heavy-duty aluminum (6463-T5 alloy) with a bright dip anodized finish. Stirrup
brackets shall be fastened to pilasters and panels with stainless steel tamper resistant
Torx head sex bolts.
DIVISION 10-SPECIALTIES-Page 6
Public Works Operations Building Interior Renovations
Bids and Construction Documents
6. Door Hardware:
a. Integral Hinges: Hinges shall be integral[fabricated in the door and pilaster with no
exposed metal parts. Hinges operate with field adjustable nylon cams. Cams can be
field adjusted to any degree.
b. Door strike/keeper shall be 6 inches (152 mm)long and made of heavy-duty extruded
aluminum (6436-T5 alloy) with a bright dip anodized finish and secured to the
pilasters with stainless steel tamper resistant Torx head sex bolts. Bumper shall be
made of extruded black vinyl.
c. Latch and housing shall be made of heavy-duty extruded aluminum(6463-T5 alloy).
The latch housing shall have a bright dip anodized finish L nd the slide bolt and button
shall have a black anodized finish.
d. Each door shall be supplied with one coat hook/bumper and door pull made of chrome
plated Zamak.
PART 3 -EXECUTION
3.1 A. Examination:
1. Do not begin installation until substrates have been properly prepared.
2. If substrate 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. Prepare surfaces using the methods recommended by the manufacturer for achieving the
best result for the substrate under the project conditions.
3. Examine areas to receive toilet partitions, screens, and shower compartments for correct
height and spacing of anchorage/blocking and plumbing fixtures that affect installation of
partitions.Report discrepancies to the architect.
3.3 A. Installation:
1. Install in accordance with manufacturer's instructions.
2. Install partitions rigid, straight,plumb,and level manor,with plastic laid out as shown on
shop drawings.
3. Clearance at vertical edges of doors shall be uniform top to bottom and shall not exceed
3/8 inch(9.5 mm).
4. No evidence of cutting,drilling,and/or patching shall be visible on the finished
work.
5. Finished surfaces shall be cleaned after installation and be left free of imperfections.
3.4 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 10-SPECIALTIES-Page 7
Public Works Operations Building Interior Renovations
Bids and Construction Documents
SECTION 10436 PANEL AND POST AND PYLON SIGNAGE
PART 1 -GENERAL
1.1 A. SUMMARY
1. Internal illumination Pylon Post signs.
1.2 A. PERFORMANCE REQUIREMENTS
1. Structural Performance: Provide panel and post pylon signs capable of withstanding
wind loads of 130 miles per hour.
2. Thermal Movements: Provide panel and post pylon signs that allow for thermal
movements resulting from the following maximum change(range)in ambient and
surface temperatures by preventing buckling,opening of joints,overstressing of
components,failure of connections, and other detrimental effects.Base engineering
calculation on surface temperatures of materials due to both solar heat gain and
nighttime-sky heat loss.
a. Temperature Change(Range): 120 degrees F,ambient; 180 degrees F,material
surfaces.
1.3 A. DEFINITIONS
1. ADA and ABA Accessibility Guidelines:U.S.Architectural Transportation Barriers
Compliance Board's "Americans with Disabilities Act"(ADA)2010 ADA Standards for
Accessible Design,Title II; and"Architectural Barriers Act"(ABA)Accessibility
Guidelines."
1.4 A. SUBMITTALS
1. Product Data: For each type of product indicated in Plans.
2. Shop Drawings: Show fabrication and installation details for panel and post and pylon
signage.
a. Include plans,elevations,sections,details,and attachments to other work.
b. Show locations of electrical service connections and shut-off switch for internally
illuminated pylon signs.
d. For installed products indicated to comply with design loads, include structural
analysis data signed and sealed by the qualified professional engineer responsible for
their preparation.
3. Samples for Verification: For each of the following:
a. Provide two color samples for every color, minimum 4" square, on the same
aluminum sign face material to be used for full size fabrication, including clear coat
finish. One set of samples to be kept by the Architect and one set to be kept by the
contractor.
4. Maintenance Data: For all signs—to be included in maintenance manuals.
5. Warranty:Manufacturer's warranty.
1.5 A. QUALITY ASSURANCE
1. Regulatory Requirements: Comply with applicable provisions in ADA and ABA
Accessibility Guidelines and ICC(International Code Council)A1171.1.
2. Electrical Components, Devices, and Accessories: Comply with Underwriters
Laboratories (UL) listing and labeling in accordance with, and acceptable to, authorities
having jurisdiction.
3. Fabricator Qualifications: Shop that employs skilled workers who custom-fabricate
products similar to those required for this Project and whose products have a record of
successful in-service performance.
DIVISION 10-SPECIALTIES-Page 8
Public Works Operations Building Interior Renovations
Bids and Construction Documents
1.6 A. PROJECT CONDITIONS
1. Weather Limitations: Proceed with installation only when existing and forecasted
weather conditions permit installation of signs to be performed according to
manufacturers'written instructions and warranty requirements.
2. Field Measurements: Indicate measurements on Shop Drawings.
1.7 A. COORDINATION
1. Coordinate installation of anchorages for panel and post pylon signage. Furnish setting
drawings, templates, and directions for installing anchorages and other items that are to
be embedded in concrete.
1.8 A. WARRANTY
1. Warranty: Manufacturer's standard form in which manufacturer agrees to repair or
replace components of panel and post pylon signs that fail in materials or workmanship
within specified warranty period.
a. Failures include,but are not limited to,the following:
1. Deterioration of metal finishes beyond normal weathering.
2. Deterioration of acrylic finishes beyond normal weathering.
3. Deterioration of vinyl graphic images, symbols, logos, text, colors and
laminations beyond normal weathering.
2. Warranty Period: Five years following the date of Final Acceptance.
PART 2-PRODUCTS
2.1 A. MATERIALS
1. Cabinet and Post Signs:
a. Translucent White 2-mil graphic film.
b. Print image at 300 dpi at 100%with solvent-based inks.
c. Over-laminate for ultraviolet and physical protection.
d. Dimensions- 14' W x 4'-9"H x 32"D
5. Paint: Acrylic polyurethane; vandal-resistant automotive-grade paint with UV protection.
a. Undercoats: Types recommended by paint manufacturer.
b. Color Coats:Acrylic polyurethane; see Color Schedule in the Plans.
c. Top Coats: Acrylic polyurethane satin clear with UV protection as prescribed by
paint manufacturer.Apply on top of all painted surfaces and vinyl graphics.
d. Color to be selected by Architect
6. Pylons
a. Double post to be 24' tall
b. Contractor to provide drawing details for structural support system and concrete pile
foundation information to architect prior to installation.
2.2 A. INTERNALLY ILLUMINATED PYLON(CABINET AND POST) SIGNS
1. Provide smooth sign panel surfaces constructed to remain flat under installed conditions
within a tolerance of plus or minus 1/16 inch measured diagonally from corner to corner.
a. Continuously weld joints and seams unless other methods are indicated; grind, fill,
and dress welds and seams to produce smooth, flush, exposed surfaces with welds
minimally visible after final finishing.
. b. Edge Condition: Square
c. Corner Condition: Square
d. Mitered
e. Concealed anchors,bolts and screws.
DIVISION 10-SPECIALTIES-Page 9
Public Works Operations Building Interior Renovations
Bids and Construction Documents
f. Illumination: Even illumination without hot spots or dark areas is required. T-5
Slimline fluorescent tube lighting — 6" on-center, is required unless otherwise
approved. Include transformers, insulators and other UL approved components as
needed. Make provisions for servicing and concealing connections to electrical
supply.
g. Provide shut-off switch for servicing concealed within frame
h. Provide full size example of UL listing label.Minimum size required.
2.4 A. POSTS FOR ALL PANEL PYLON SIGNS
1. General: Fabricate posts to lengths required for mounting method indicated.
a. Baseplate Method: Provide posts with baseplates welded to the bottom of posts.
1). Provide anchor bolts of size required for connecting posts to concrete
foundations.
2). Provide plate cover as indicated on Plans
2. Aluminum Posts: All posts are to be Round, standard ❑ inch thick extruded- aluminum
tubing.Include post caps,top and bottom.
a. Post Finish: Painted.
1). Post Color: Color to be selected by Architect.
2.6 A. FABRICATION
1. General:
a. Welded Connections: Comply with AWS standards for recommended practices in
shop welding. Provide welds behind finished surfaces as needed without distortion or
discoloration of exposed side. Clean exposed welded surfaces of welding flux and
dress exposed and contact surfaces.
b. Mill joints to tight, hairline fit. Form joints exposed to weather to exclude water
penetration.
c. Conceal fasteners if possible; otherwise, locate fasteners where they will be
inconspicuous,unless part of the design aesthetic.
PART 3-EXECUTION
3.1 A. EXAMINATION
1. Examine finished signs and posts, landscape conditions and architectural conditions with
Installer present for compliance with requirements for installation tolerances and other
conditions affecting performance of work, especially when signs are installed on
architectural platforms with other trades present.
2. Verify that footers are sized and located properly to accommodate signs.
3. Verify that electrical power is located properly for illuminated pylons.
4. Verify that architectural conditions are suitable prior to installation to avoid damage by
other trades after installation has been completed.
5. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 A. INSTALLATION
1. Pre-placement Inspection: Before placing concrete, inspect and complete formwork
installation, reinforcing steel, and items to be embedded or cast-in. Notify other trades
sufficiently in advance,to permit installation of their work,cooperate with other trades in
setting such work.All aforementioned work must be completed and the Architect notified
at least 24 hours prior to concrete placement to allow time for adequate inspection.
Moisten wood forms immediately before placing concrete where form coating is not
used.
DIVISION 10-SPECIALTIES-Page 10
Public Works Operations Building Interior Renovations
Bids and Construction Documents
3.3 A. CLEANING AND PROTECTION
1. After installation, clean soiled sign surfaces according to manufacturer's written
instructions.Protect signs from damage until acceptance by the Engineer.
3.4 A. CLEAN-UP
1. Remove from time to time, as directed, all rubbish and debris resulting from the Work
and upon completion of the Work remove all unused materials, equipment and similar
construction-related items, and perform such final cleaning services as may be necessary
to leave the completed Work in a condition acceptable to the Engineer.
END OF SECTION
DIVISION 10-SPECIALTIES-Page 11
Public Works Operations Building Interior Renovations
Bids and Construction Documents
SECTION 105116-LOCKERS AND BENCHES
1.1 A. Section Includes
1. Locker benches.
1.2 A. References
1. NFPA 286 - Standard Methods of Fire Tests for Evaluating Contribution of Wall and
Ceiling Interior Finish to Room Fire Growth.
1.3 A. Submittals
1. Submit under provisions of Division 1.
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.
3. Shop Drawings: Drawings shall be submitted showing individual locker size and overall
dimensions.
1.4 A. Quality Assurance
1. Manufacturer Qualifications: A company regularly engaged in manufacture of products
specified in this section, and whose products have been in satisfactory use under similar
service conditions for not less than 5 years.
2. Installer Qualifications: A company regularly engaged in installation of products
specified in this Section,with a minimum of 5 years experience.
1.5 A. Delivery, Storage,and Handling
1. Store products in manufacturer's unopened packaging until ready for installation.
2. Locker components shall be stored flat until assembly. All finishes shall be protected
from soiling and damage during handling.
1.6 A. Project Conditions
1. 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 recommended limits.
1.7 A. Warranty: Manufacturer guarantees its plastic against breakage,corrosion,and delamination
under normal conditions for 25 years from the date of receipt by the customer. If materials are
found to be defective during that period for reasons listed above,the materials will be
replaced free of charge. (Labor not included in warranty).
PART 2-PRODUCTS
2.1 A. Manufacturers
1. Acceptable Manufacturer: Scranton Products,which is located at: 801 E. Corey St.;
Scranton, PA 18505; Toll Free Tel: 800-445-5148; Fax: 855-376-6161; Email: request
info (info scrantonproducts.com); Web:http://www.scrantonproducts.com
2. Substitutions: Not permitted.
DIVISION 10-SPECIALTIES-Page 12
Public Works Operations Building Interior Renovations
Bids and Construction Documents
2.2 A. Materials
1. Lockers benches shall be constructed from High Density Polyethylene(HDPE)resins.
Material shall be fabricated from polymer resins compounded under high pressure,
forming a single component which is waterproof,nonabsorbent and has a self-lubricating
surface that resists marks from pens,pencils,markers and other writing instruments.
2. Plastic components shall resist deterioration and discoloration when subjected to any of
the following: acetic acid 80%,acetone,ammonia 12%,ammonium phosphate,bleach
12%,borax,brine,caustic soda,chlorine water,citric acid,copper chloride,core oils,
hydrochloric acid 40%,hydrogen peroxide 30%,isopropyl alcohol,lactic acid 25%,lime
sulfur,nicotine,potassium bromide; soaps,sodium bicarbonate,trisodium phosphate,
urea,urine and vinegar.(Testing in accordance with corrosion testing procedure
established by the United States Plastic Corporation.)
3. HDPE components shall have a smooth"orange peel"finish.Locker doors and door
frames shall be the same color.
a. Color: As selected from manufacturer's standard colors.
2.5 A. Benches
1. Bench tops shall be 1-1/2 inches(38 mm)thick with all edges rounded to a 1/4 inch(6
mm)radius. Bench top size is 24 inches wide by inches 42 inches long for one single
piece.
2. Steel pedestals shall be 16-1/4 inches(413 mm)high,secured to bench tops with stainless
steel tamper resistant Torx head screws and secured to the floor using lead expansion
shields with 2 inches(51 mm)stainless steel Phillips head machine bolts.
a. Bench Top Color:As selected from manufacturer's standard colors.
PART 3-EXECUTION
3.1 A. Examination
1. Do not begin installation until substrates have been properly prepared.
2. If substrate 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. Prepare surfaces using the methods recommended by the manufacturer for achieving the
best result for the substrate under the project conditions.
3. Report discrepancies to the architect.
3.3 A. Installation
1. Install in accordance with manufacturer's instructions.
3.4 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 10-SPECIALTIES-Page 13
Public Works Operations Building Interior Renovations
Bids and Construction Documents
DIVISION 11-EQUIPMENT
SECTION 113000- RESIDENTIAL EQUIPMENT
113100-RESIDENTIAL APPLIANCES
1.1 A. Products:
1. Ice Cube Machine-Basis of Design-Manufacturer: Manitowoc, Model: IDT 1900N
2. Vertical Discharge Remote Condenser- Basis of Design- Manufacturer: Manitowoc,
Model:JCT1500
a. Remote Tubing Kit with 20 ft of tubing-Model RL20R410A
3. Upright Large Capacity Ice Storage: Basis of Design-Manufacturer: Manitowoc, Model:
LB 1760
a. Ice Deflector Model K0034900
4. Multi-Mount External Scoop Holder- Basis of Design- Manufacturer: Manitowoc,
Model:K00461.
1.2 A. Quality Assurance
1. In addition to complying with applicable laws, statutes, building codes and
regulations of public authorities,comply with the following:
a. National Sanitation Foundation(all equipment to bear label).
b. National Electric Code.
c. Underwriters' Laboratories,Inc.
d. American Gas Association Laboratories.
e. National Fire Protection Association.
f. Americans with Disabilities Act
g. Food and Drug Administration NAACP Guidelines.
1.3 A. Warranty
1. Provide a written warranty for a period of one year from the date of Substantial
Completion,including extended four-year replacement warranty on compressor bodies.
2. Components of equipment subject to replacement prior to one-year's use (such as
refrigerator door gaskets) and those items which may fail due to improper or inadequate
periodic maintenance by the Owner/Operator (such as an uncleaned refrigeration
system condenser)are not intended to be included within the scope of the Warranty.
3. Refrigeration Systems/Equipment: one year free service available within twenty- four
hours of notification.
4. Furnish three copies of a list of all equipment and their respective local service agencies,
indicating the address, telephone number and name of person to contact. Whenever
possible, the service agencies selected shall be factory-authorized for the equipment
assigned.
END OF SECTION
DIVISION 11-EQUIPMENT-Page 1
SECTION H
PAYMENT BOND
PAYMENT BOND
STATE OF TEXAS
KNOW ALL MEN BY THESE PRESENTS:
COUNTY OF JEFFERSON
THAT we , of the
of County of
, and State of , as Principal, and
, as Surety, authorized under the laws of the State
of Texas to act as Surety on bonds for principals are held and firmly bound unto the
CITY OF PORT ARTHUR, Texas, and to all Subcontractors, workmen, laborers, mechanics
and furnishers of material, and any other claimant, as their interest may appear, all of
whom shall have the right to sue upon their bond, in the penal sum of
Dollars ($ ), lawful currency of the United States
of America, for the payment of which, well and truly to be made, we do hereby bind
ourselves, our heirs, executors, administrators and successors, jointly and severally and
firmly by these presents:
The condition of this Bond is such that, whereas, the above bounden Principal as
prime contractor has on the day of 20_, entered into
a formal contract with the CITY OF PORT ARTHUR for , 20
which is hereby referred to and made part hereof as if fully written herein.
NOW, THEREFORE, if the above bounden Principal shall protect all claimants
supplying labor and material as provided for in Section 1 of Chapter 93 of the Acts of
the 56th Regular Session of the Legislature of Texas (compiled as Article 5160 of
Vernon's Texas Civil Statutes, as amended) and shall pay and perform any and every
obligation that of such principal is required or provided for in such law, this bond being
solely for the protection of all such claimants and being for the use of each such
claimant,then this obligation shall be null and void, otherwise it shall remain in full force
and effect.
It is stipulated and agreed that no change, extension of time, addition to or
modification of the Contract or work performed thereunder, shall in anywise affect the
obligation of this bond, and surety expressly waives notice of any such change,
extension of time, addition or modification.
I-1
di
IN WITNESS WHEREOF, the said Principal has caused these presents to be
executed, and the said surety has caused these presents to be executed, each by its
duly authorized agent and officer, and its corporate seal to be affixed at
on this the day of
,A.D., 20v
CONTRACTOR
ATTEST: BY:
TITLE:
SURETY
ATTEST: BY:
TITLE:
NOTE: Date of Bond must not be prior to date of Contract. If CONTRACTOR is
Partnership, all partners shall execute Bond. Surety companies executing
bonds must appear on Treasury Department's most current list (Circular 570
as amended) and be authorized to transact business in Texas.
I-2
SECTION I
PERFORMANCE BOND
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: THAT
(Name of Contractor)
(Address of Contractor)
a , hereinafter called Principal, and
(Name of Surety)
(Address of Surety)
hereinafter called Surety, are held and firmly bound unto
(Name of Owner)
(Address of Owner)
hereinafter called OWNER, in the penal sum of
Dollars, $( )
in lawful money of the United States, for the payment of which sum well and truly to be
made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these
presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into
a certain Contract with the OWNER, dated the day of
, 2000, a copy of which is hereto attached and made a
part hereof for the construction of:
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all
the undertakings, covenants, terms, conditions, and agreements of said contract during
the original term thereof, and any extensions thereof which may be granted by the
OWNER, with or without notice to the Surety and during the one year guaranty period,
and if he shall satisfy all claims and demands incurred under such contract, and shall
fully indemnify and save harmless the OWNER from all costs and damages which it may
suffer by reason of failure to do so, and shall reimburse and repay the OWNER all outlay
and expense which the OWNER may incur in making good any default, then this
J-1
obligation shall be void; otherwise to remain in full force and effect. Provided, that this
bond is executed pursuant to Article 5160 of the Revised Civil Statutes of Texas as
amended and all liabilities on this bond shall be determined in accordance therewith.
PROVIDED, FURTHER, that the said surety, for value received hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the
contract or to WORK to be performed thereunder or the SPECIFICATIONS
accompanying the same shall in any wise affect its obligation on this BOND, and it does
hereby waive notice of any such change, extension of time, alteration or addition to the
terms of the contract or to the WORK or the SPECIFICATIONS.
PROVIDED, FURTHER, that no final settlement between the OWNER and the
CONTRACTOR shall abridge the right of any beneficiary hereunder,whose claim may be
unsatisfied.
IN WITNESS WHEREOF, this instrument is executed in counterparts, each one
of which shall be deemed an original, this the day of
, 20 .
ATTEST:
Principal
BY: (s)
(Principal) Secretary
[SEAL]
(Witness as to Principal) (Address)
Address
Surety
ATTEST:
BY:
Witness as to Surety Attorney-in-Fact
Address Address
NOTE: DATE OF BOND must not be prior to date of Contract. IF CONTRACTOR
is Partnership, all partners should execute BOND.
J-2
IMPORTANT: Surety companies executing BONDS must appear on the Treasury
Department's most current list (Circular 570 as amended) and be
authorized to transact business in the state where the PROJECT is
located.
J-3
SECTION J
NOTICE OF AWARD
THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM
TIFFANY L.HAMILTON EVERFIELD CITY MANAGER
MAYOR PRO TEM
City of
COUNCIL MEMBERS: 1 SHERRI BELLARD,TRMC
WILLIE BAE LEWIS,JR. c CITY SECRETARY
DONEANE BECKCOM o r t r t h u
HAROLD L.DOUCET,SR. JAMES M.BLACK
THOMAS KINLAW,III Tet us INTERIM CITY ATTORNEY
DONALD FRANK,SR.
NOTICE OF AWARD
Date
Contractor Name
Attn:
Address
City, State Zip
Re: Public Works Opeation Center Renovation
You are notified that on , 2024, the City of Port Arthur City Council awarded
above referenced contract.
Within ten(10)days after you comply with the conditions listed below,the Purchasing Manager will issue
to you a written Notice to Proceed and Purchase Order. Work must not begin until these documents have
been issued to you.
Two (2) original Contract Documents and one (1) copy of Resolution No. accompany this
Notice of Award.
You must comply with the following conditions precedent within ten (10) days of the date of this Notice
of Award that is by or by the first working day thereafter. You must deliver to the Purchasing
Manager:
1. One (1) fully executed Contract.
2. One (1) signed, original Notice of Award.
3. One (1) original Certificate of Insurance, naming the Owner (City of Port Arthur) and their
respective agents and employees, to be expressly named as additional insurers, in accordance
with the General Conditions.
4. One (1) HB 1295 Form filled out completely. For more information go to the following
website. https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm.
5. Payment and Performance Bonds.
Please return all requested documents to:
City of Port Arthur, TX
Attn: Clifton Williams, Purchasing Manager
P.O. Box 1089
Port Arthur, TX 77641 Page 1 of 2
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
THURMAN BILL BARTIE,MAYOR /// RONALD BURTON,CPM
TIFFANY L.HAMILTON EVERFIELD CITY MANAGER
MAYOR PRO TEM Enewe s
City n% Gery
COUNCIL MEMBERS: )k� SHERRI BELLARD,TRMC
WILLIE BAE LEWIS,JR. _ CITY SECRETARY
DONEANE BECKCOM o r t r t h u r
HAROLD L.DOUCET,SR. JAMES M.BLACK
THOMAS KINLAW,III Texas INTERIM CITY ATTORNEY
DONALD FRANK,SR.
NOTICE OF AWARD
Contractor Name
Date
Page 2
Failure to comply with these conditions within the time specified will entitle Owner to consider your bid
in default and to annul this Notice of Award.
OWNER: CITY OF PORT ARTHUR,TEXAS
BY:
Clifton Williams, CPPB, Purchasing Manager
ACCEPTANCE OF AWARD:
Contractor:
Signature:
Print:
Title:
Date:
CC: Darlene Thomas-Pierre, Code compliance Manager
Page 2 of 2
Purchasing Division/Finance Department Purchasing Manager,Clifton Williams,CPPB
P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291
SECTION K
NOTICE TO PROCEED
THURMAN BILL BARTIE,MAYOR RONALD BURTON,CPM
TIFFANY L.HAMILTON EVERFIELD CITY MANAGER
MAYOR PRO TEM
COUNCIL MEMBERS: City of �\ )4l SHERRI BELLARD,TRMC
WILLIE BAE LEWIS,JR. Ii CITY SECRETARY
DONEANE BECKCOM �
HAROLD L.DOUCET,SR. n r t r t h u r
THOMAS KINLAW III Teiu, JAMES M.BLACK
DONALD FRANK,SR. INTERIM CITY ATTORNEY
NOTICE TO PROCEED
Date
Contractor Name
Attn:
Address
City, State Zip
Re: Public Works Opeation Center Renovation
You are notified that the Contract Times under the above contract will begin to run on by
that date,you are to start performing your obligations under the Contract Documents The date of Contract
Termination will be . It is the responsibility of the contractor to meet the schedule as
set forth and in accordance with the terms and conditions of the contract.
Before you may start any work, you must deliver to the Purchasing Manager all required documents as
listed in your Notice of Award and a signed original of this Notice to Proceed.
Invoices for payment must be submitted to PO Box 1089, Attn: Accounting, Port Arthur, TX 77641.
Contract# must appear on all related invoices.
Should you have any questions regarding this project, you may contact me at 409.983.8160 or
thank you for partnering with the City of Port Arthur.
Respectfully, ACCEPTANCE OF NOTICE TO PROCEED
Company:
Clifton Williams Signature:
Purchasing Manager
Print:
Title:
Date:
CC:
Purchasing Division/Finance Department I Purchasing Manager,Clifton Williams
P.O.Box 10891444 4th Street I Port Arthur,Texas 77641 1409.983.8160 I Fax 409.983.8291
SECTION L
INSURANCE
AC CERTIFICATE OF LIABILITY INSURANCE DATE (MM(DD YYYY)
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:
PHONE FAX(NC,
IAIC,No.Ext):
E-MAIL
ADDRESS:
INSURER(S)AFFORDING COVERAGE NAIC#
INSURER A:
INSURED
INSURER B:
INSURERC:
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.
INSR ADDL SUBR POLICY EFF POLICY EXP
LTR TYPE OF INSURANCE INSR WVD POLICYNUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMBS
GENERAL LIABILITY EACH OCCURRENCE $
DAMAGE TO RENTED
COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $
CLAIMS-MADE OCCUR MED EXP(Any one person) $
PERSONAL&ADV INJURY $
GENERAL AGGREGATE $
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $
7 POLICY PST LOC $
AUTOMOBILE LABILITY COMBINED SINGLE LIMIT
(Ea accident) $
ANY AUTO BODILY INJURY(Per person) $
ALL OWNED SCHEDULE BODILY INJURY(Per accident) $
AUTOS D AUTOS
HIRED AUTOS NON-OWNED PROPERTY DAMAGE $
AUTOS (Per accident)
UMBRELLA LIAB OCCUR EACH OCCURRENCE $
EXCESS LIAB CLAIMS-MADE AGGREGATE $
DED RETENTION$ $
WORKERS COMPENSATION WC STATU- OTH-
AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER
ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $
OFFICER/MEMBER EXCLUDED? N/A
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $
If yes,describe under
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $
DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if 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.
AUTHORIZED REPRESENTATIVE
©1988-2010 ACORD CORPORATION. All rights reserved.
ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD
SECTION M
QUALIFICATION STATEMENT
QUALIFICATION STATEMENT
SUBMITTED TO City of Port Arthur, TX
BY Daniels Building & Construction, Inc.
[Corporation,Co-Partnership,An Individual]
PRINCIPAL OFFICE 2898 West Cedar St., Beaumont, TX 77702
The signatory of this questionnaire guarantees the truth and accuracy of all
statements and of all answers to interrogatories hereinafter made.
1. How many years has your organization been in business as a general
contractor under your present business name: 48 years
2. How many years' experience in this type of construction work has your
organization had?
(a) As a general contractor 67 years
(b) As a sub-contractor
3. What projects has your organization completed?
Contract Class of When Name and Address
Amount Work Completed of Owner
See attached list of completed projects.
0-i
4. Have you ever failed to complete any work awarded to you? No
If so,where and why?
5. In what manner have you inspected this proposed work? Explain in detail.
Per plans and specifications.
b. Explain your plan or layout for performing the proposed work:
We plan to execute the project and deliver within specified timeframe as
noted in specifications.
7. The work, if awarded to you,will have the personal supervision of whom?
(a) For administrative management? Tony Goss
(b) For resident construction superintendence? Jeff Shepherd
(c) What experience in this type of work is enjoyed by the superintendent
designated under (b) above?
See attached resumes for Project Manager, General Superintendent, and
Project Superintendent.
0-2
8. What portions of the work do you intend to sub-let?
95%
9. What equipment do you own that is available for the proposed work?
Description,Size Years of Present
Qty. Item Capacity,Etc. Condition Service Location
See attached list of equipment.
10. Have you received firm offers for all major items of equipment within prices
used in preparing your proposal? Yes
NA
0-3
11. List the construction projects your organization has underway on this date:
Contract Class of Percent Name and Address of Owner
Amount Work Complete or Contracting Officer
See attached list of current projects.
Dated at Beaumont, TX this 18th day of September
2024.
BY:
Janet Daniels
TITLE: President
0-4
I II N.. o
~W Tr M M M ern N N N N N 0 0 0
iN
N N N1-1
In
ui
N N eV
ONOr \O NN \N NO O O MO 0 N \O \O 0 N O N O 0
Q.0 8
W M
N co NN co N N N N N O O N O O 01
cc N NN~ N N N N
QQ M \, W \,•1 N N \V1NW \m an C \e � O �
F, C
in N O N O O o O O O O O O O O O o
W
E
' a E
I- E `
o
W i
o Uo1E,
I
o u u E
U
N
.caa o y
u yaii
re I°a C C oU U a
W Z
W t0 2 N C N C C N -,5 ct 10 0 N C OC 0 M 0 0 ,..i C 0 10au yn; LgmO m10 O+l N c v cc a Cc < C T LV H n N M p �
o m y m .-i t 0 00 no0 3 m
Ev E o wn n Nn n ^' p' `mom E c n y01 n 00N E « mC
1- . tt0 mN010 yN W a) 0N0 A N C CNN Nb CA N0 C A 0 0 V N Ny N 01 'yO l0 ,; 2; % 1p N
S CO CO CO m = N 2Nc2 N V mym NpZcomQ. Nu03LN coan N MZ u, .$V .COZ z N C ac Ol C 8 C q o1 C 38 L M L LMLLMNa8NrNOnO CcO2•MaS0aNOcg, o< ZC a O n, o. Y iif a Ya1 0 a ;5, O co O m O m 0 ap � 2 y �a il R Yy m a V c, O a � Zin 6- Yyto QN
O
a
01 0
F = = = N
lJ ai ai 0 < ai VV
W C g g N 01 N C C C C «
�\ t A a m `O m • t
N = a a 0 0 o 0 0 ¢ 01 ¢ ¢ w
L C m c c m c io C7 io c ll a
Q ° .m .m w a .0 .0 „, m ° g i m o
W W E £ £ 01
C W al y W 3
` „ E N O O O �. Al! C �. y
E E L `To `To > 6 an E o < £
LC) z < °✓-0 ° Z" u 0 Li < Z a` CO` 5 < Z in W
r
CO W O
,N > Y 108.
L6Ea °f Esc EcQ PQ md 105.
• 5E
�. L c
NZ yOyN paN N0N0 L C 3 OUy cn
C
W V r LO
p y a
m v3 0 aIli
.10
NU 1 °' -8a Ca • 5 u `oW G a Vl ,n = 0 > O a N OO C Mm p a a d V M aE aE QE « a gMCNyn O • N y C a a N ya 0! n E 10 pV `W EM E V- M N JM OM GO0a L o tn 3 N 1p y t`,E.' 7 ^ O uC VMl c L O r2 0 C O y O E p Y0l L MN O tM '°d 0OV . - y 1e 0 aT r11 T n m y c rl c mn c r%1 N oo c 2 a m f u E a! d ` nl + L yt o c u N c o o
3 ,n. in jCOQam O N N N 4 O - O N 0. O U M a M 0 0 N a) V nn O a., 0 N 010 CO 0 01 CT CTm � = NV n CO m 00ON a NQ CmmCA m 0 O d ` C n V UCt ma:, mCi ooaEo E • o • o 5 O L T C L o C L o C o d � NM u ol Eo EN 01 C o N > o L i o y o 2
ss O 0 • a) a • 8 - 1n a 2, ZIP oe aaH N2mEc ' 0 ` m a 2• -vw < o V a mC a
Cl
W O L d
L_ O O
L L p C N X p
W u n T _
.J y y a a N an.
m
a a E E o
^ O O 8,'
C X W O.
Li W S Su q Y N O
5 Z O Oa w W 5• I
O
C) v _ _ _ = 8 oan if E u o
c M U V > o 0 o m tea' = A w 0 a o
oi a
5,'t an a a 0 a a a N -o-''2' W n 2 V C W
z oo m E E E i w a s 5 —'
u = = O - � U _ ,n = 0 LA < 0i co
IAA l7
u z
O c Iet
a
E u u o t c
a to u
w O O > Q C « o.
O W
cc
a E °c 2 m 'o c O0
�. O O t' A d0' 0$f N C Nit
W y a m o7J p Q w c n E m
a G2 w m W
O u O o a. v .n n 0
cc o r s v a °o a1 o m' E o
d g E vl an' v L c G c a " °o ^'
a o o a o N ▪ c
A
EE c w ' E o wu an A .5 c a m ° � >
_ wcc EW Ew c ^ o° o z
rcof° o F o o at
°y ov .caS ° w c E • 41
m °
on o ,, c a> t ? z a m• v
w E u wo 'c u al m_ = • o >y Ev aw oao ai m w a= > a 9 - mu co cc z f a u ? a 2 z r ,n
ti To
LA O 01 N O 0 N 0 01 N N an
M co co In
u, N o ,n M O V1 O N 01 O M 10 V 10 10
01 O coN O 01 N a 01 Ll n N n N 10 0
J ri O O1 n n LA LA N i O In - V1 10 1C 1G
an anO1 M N M 01 M 0 it T n a a O n n
Q n O 1D R 1D 01 CO N 0 O M en an.
M O 10
O m O LA O N M N
1, N N N N N
N Z
O
J o 0 0 0 0 en m m a, m
W F \ N N N N \ ., N ," e,
���IIII z F
o 0 0 0 0 0 o 0 0 0 0
C H N o � °'i m m co ,-1
Q v ry rn m ,n n - ,n u�i m
N a o 0 o O 0 0 O 0 0 0 0
w
H
Zo
co cei
m Uva U J
cc «
E
a
co ` U U
L O a NC N Rcn
c, V
W wO — m O N E nE 0 L .0y — a M 0 R q F -
6NL vb ` 4, L_ Ln g-co - a .0za, 3co Soo u
Q V N U z z z V a U o < 00 ° z (.3 a z l7 0
C C
C G a
GC O O
w — C l7
in 2
L. H H Q ¢
RIR Q W LCt
Y « L L
d r U .04
Q ♦d A a,
▪ Q
f, < < < L m ¢ L ¢ L
It) z z z ¢` a z ~ z ~
4.0
CA w
Rf
~ d 1,-;
F `p c o c
Z E c ° •
CO c c 1'6
vWi E - ° .6 L I— WO R C CU z U CC NOONORNW w °o E °' w m E m ° oa' N co R tp « N - W .a, C t ao ' t,, N N L aC3 CO m m W L V N Ln R a ID t N N L > In V o V ap a R N O ,1�, NOZ E O „', , L �', R a ,,, 0 0 a1 N as 'j t e, R A n m ao mt J O a LV N II P C NC Y O, N E H N O .1, C N L al c, • w RO, L N 0, E R ao !, W W dto O, tO 00 " � N Nu cn Y in N aaoa W « W d° D cn R y a, U = a, N ��,,,N H a, 0 '^ a, 0 y a, 4, 9 p, 0 >,a, 0 E 2 a:D a,CL � o 0foEt0oLc° 0000 E oa`c2o E00 5 o0 Eo 3o
in
W
c
w L
a
J
W O V =
li Z E L
3
O ° _ vi L _ c
C.,) W A • —y • C —
V e, to G wia ob N w F 0
N Li At¢ o `waE E
0 -oy °0 1- Z 0 a S v >
U
v
c
0
O
as
G1
L _ y
D K C C
° i
0a G 2 i
v _
V a > N G O
C C a, O
W e ` N V m >
° C cc i `O a) a al O a,o o E Do
)73
za L v v v cc
N v) v v, °' o E w `° aci
> o A
m - 3 ° > c o- az
w w 2
y m v c - a, E - m c d
,� v ^ 5 v o w . a' U E co_
N m Li. C q it SS
Y > N K O
'� d q cif A o 0 CU
` C
- a0 a m ,+, 00 A - a o
LU rn
,0 rn 0 W a m ,Nl, " N t VD cn l0 ta0 .N-t
jva N - a - t0 N a0 O tO co' N
Q a tail oo
en V Ln
N ON1 en n.
DD O
N n N
1"
RESUME
DANIELS
BUILDING & CONSTRUCTION, INC.
Tony Goss - Project Manager
27 years in Commercial Construction
With Daniels since 2024
RELATIVE PROJECTS
Corporate Office
National Tank&4Horn
$10,564,000
Tilt Wall Retail Center
CREDENTIALS La-Z Boy Home Furnishings&Decor
$2,417,566
Proficient in MS Office,PlanSwift,FastTrak
Scheduling,&Vector Works Drafting Cancer Center Remodel
US Oncology
$1,162,510
OSHA 30 Trained
Bone&Joint Replacement Renovation 6th Floor
Christus St.Elizabeth
JOB DUTIES $1,558,377
► Project Management Trades,Ag,& Field Enhancements
► Project Development Jasper Independent School District
$3,185,000
► Estimating
► Scheduling Multi Purpose Facility
► Draw Requests City of Lumberton
$4,127,531
► Assists with Budget&Buyout
► Maintains Liaison with Owner and
Corporate Office
Architect for Entire Project Second Chances Recovery
$3,496,523
► Coordinates Final Close Out Information
Emergency Room Additions
Memorial Hermann Baptist-Orange
$2,458,994
2898 W. CEDAR ST. • BEAUMONT,TX 77702 • PH: (409) 838-3006 • EMAIL: DANIELS@DANIELSINC.COM
•
RESUME
AK.
DANIELS
BUILDING &CONSTRUCTION, INC.
Clayton Ard - General Superintendent & Safety
36 Years Supervisory Experience
With Daniels since 1991
Ens RELATIVE PROJECTS COMPLETED AS PROJECT SUPERINTENDENT PRIOR TO
'44t BECOMING GENERAL SUPERINTENDENT INCLUDE:
New Intermediate School Addition&Renovation (CMAR)
Lumberton Independent School District
CREDENTIALS $27,837,956
OSHA 30 Certified Little Cypress-Mauriceville High School (CMAR)
Little Cypress-Mauriceville C.I.S.D.
$26,455,581
JOB DUTIES
Caldwood Elementary School (CMAR)
► Coordinates all manpower and equipment on Beaumont Independent School District
all construction sites $15,374,161
► Assists the project superintendents with 7th&8th Grade Facility/Multi-Purpose Building (CMAR)
quality control and safety Kountze Independent School District
$11,614,894
► Attends a portion of the construction
meetings to ensure good relations with the Beaumont Spindletop Housing
owner and architectural representatives Spindletop Center
$1,653,364
New Office Facility
Script Care,Ltd.
$2,179,138
New Elementary School
West Orange-Cove C.I.S.D.
$34,214,425
PO BOX 20878 • BEAUMONT,TX 77720 • PH: (409) 838-3006 • EMAIL: DANIELS@DANIELSINC.COM
•
RESUME
A&.
DANIELS
mn BUILDING & CONSTRUCTION, INC.
Jeffrey Shepherd - Project Superintendent
A&K 40 years experience as a Project Superintendent
With Daniels since 2017
DANIELS
BUILDING&CONSTRUCTION,INC. RELATIVE PROJECTS
S #we'1957
New Multipurpose Facility
City of Lumberton
$4,268,325
CREDENTIALS
New Middle School/CTE/Band Hall Renovations (CMAR)
OSHA 10 Certified Assistant Superintendent
Lumberton Independent School District
$26,635,410
JOB DUTIES
New Tiltwall Warehouse Buildings (3)
► Accomplishes duties,responsibilities,goals Lakeview Business Park
and objectives established for the project $9,394,525
► Develops daily work schedules of project East Belt Phase 2 New Tiltwall Buildings (2)
employees Tramwell Crow Company
$5,685,175
► Coordinates the work scheduling of all
subcontractors,materials, equipment usage, Air Cargo Center New 2 Story Tiltwall Building
inspections, quality control,security and Tramwell Crow Company
safety $3,344,475
► Coordinates with any customer rep,owner or Cold Store Facility-32,000 sf Buildout
architect to assure good relations Port of Freeport
$5,634,996
► Responsible for timely completion of the
project per the approved plans,specifications
and government codes or regulations within
the cost estimate established
PO BOX 20878 • BEAUMONT,TX 77720 • PH: (409) 838-3006 • EMAIL: DANIELS@DANIELSINC.COM
D
DANIELS
EQUIPMENT AVAILABLE FOR PROJECT
MAJOR EQUIPMENT (Owned by Firm):
1 — MF 250 Tractor
2 — Case 580 Backhoe with Front End Loaders
1 — Kubota Mini-Excavator
1 — Forklift
1 — Scissor Lift
8 — Pick-up Trucks
6 — Misc. Trailers
9 — Office Trailers
1 —Welding Machine
5 — Generators
1 —Air Compressor
1 — Lot Misc. Air Tools
Wood Shop with tools
Metal Shop with tools
Other equipment rented as needed, at prevailing rates
5/9/24
d
•
12
J o c O
.
II'�I'I
W- G N N N N N
z. O co
~ O Lo
.0-1 O .N-i
Q= a
I a fp
u
W CC I_ Tr m m m tV
Q N N N N N N
Q m N W W 0\1 1J
H in O O O 0 O 0
E
> i
oC? C Eo
G ~ UO E yf6Q E Uo
NW lC= W O U m N 5'VH t0 9U m ld .0 p Y l0 .a)ccW 01 L ra O .0 a ' m F.', 01
Q d '-' E c N c6 O n _N - m p O co, N ;: o
d' 'UJ o Ol 'y 00 0 t0 LE O L n W a c Y co
a0 C1 00 y t I. ` en co c V > ° Do
fo C C Ol = Ol Ql O E N N f6
N a . . a 'O 0_ a Z U a U V 0 . a 2
U 6
C c
t c al al U
— c i c
W
c v co
I— r
N IIJ Q
V C N U1 ry
Ct CO J .. r J
Q w d L 2-,)
O c QE
Q
m ` m Q to
C O U
W Vl Q 2 Z - Y Q
V W
W P
ct U IllccD
O Z in y c ai C
E O
O �p
CC WI
.c Ovi p U •O
d y O 7
Om W >, Ig as N _y
d. c m 5 2 CO .C O N 2 C O m m N C ' Y
t' N y 0 Y h.m -. C m N NL1l1Wcy C L!1 Cym .-. L!1 0. lID 4- C O m fAZ3 LA l0 4; r_iry 4. ry In 2 a' ,� m .� �, m 01 mW p a m E N E c, C `n `o ° C cO1a`ovo0N m _ o rn o > m m C is m o c mo O > m >LL o o ';� o a, oo .c m o t m Co > o dN d E o a �n y o c E o a' o. v o
x Co
Y Q.
V ro J
y 111ro
CC VI Vi ro
Zre
CU
WQ CCdCO
m _
to to o
g
o. a a u va) C o
2 1- o_ O u
i
c m o a = c
U 2 Z u, w u
W
'O Ol .••I N V N
W J tr, lmll M CO O N
Jm Oi I: n .•-i O C
Q m 7 .ry-1 t^il O Oo t0
> t Lt..; a m / c a an. o N 1-1N c
2
SECTION N
NON-COLLUSION AFFIDAVIT
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:
Janet Daniels
Title: President
Company: Daniels Building & Construction, Inc.
Date: September 18, 2024
� Janet
Daniels Bu UB CRIBED and sworn to before me the undersigned authority by Daniels the Presidentof,
Construction. Inc. on behalf of said bidder.
Not Public in and for e
o ®y STEPHANIE L STAUDENMIER State of Texas
►. �, Notary Public,State of Texas
tv:1Y- Comm.Expires 09-19-2024 1
91f°Fit'. Notary lD#756909-9 1 My commission expires: 09/19/2024
SECTION 0
AFFIDAVIT
AFFIDAVIT
All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly
authorized officer of the company whose signature is binding.
The undersigned offers and agrees to one of the following:
'/ I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further
agree to pay succeeding debts as they become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to
pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they
become due.
I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to
enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as
they become due.
Daniels Building & Construction, Inc. September 18, 2024
Firm Name Date
`
President
Auth ><zed Signature Title
Janet Daniels (409) 838-3006
Name (please print) Telephone
daniels@danielsinc.com
Email
STATE: Texas
COUNTY: Jefferson
SUBSCRIBED AND SWORN to before me by the above named Janet Daniels
on this the 18th day of September , 20 24
a a 1, -*-40-suitiAN-ur•
,„,pi,. STEPHANIE L STAUDENMIER I N q y ublic
a =!�►► Notary Public,State of Texas a
1 iat iTi; Comm.Expires 09-19-2024 a
I 14 Notary ID#756909-9
ITETUIrrTHIS-XIITTDATTTAS PART OF THE BID PROPOSAL
SECTION P
CONFLICT OF INTEREST
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor doing business with local governmental entity
This quesbdmnaire reflects changes made to the taw by tiB.23.84th Leg., Regular Session. OFRCE USE ONLY
This Questionnaire is bane-'ed in accordance with Chapter 176.Local Gcaemmant Coda by a vendor etrc Date o.wred
nas a business relabans7.: ::s defined by Section t76.QO1+:1-a with a Fc a governmental entity and the
vendor meets r egu r rr<,, -'user Sec6 a1 176.006 a4.
By law this cuescob- : .sr be filed with the records administrator of the loo.al govemranrai anr.iy not later
than the 7th business day alter the date the vendor becomes aware of facts that reoire the statement to be
filed. See Section 176 00 la-11. Local Goverrvnent Code.
A vendor commits an offense if the vendee knowingly violates Section 17ti tom.Local Government Code.An
offense:.order this sector is a misdernearecr
y 1 Name of vendor who has a business relationship with local go r ernmental entity.
Daniels Building & Construction, Inc.
J ri
Check this box;(you are ft, .lovely filed questionnaire.irThe law requires Mat you fig an updated
completed questionnaire v. a.t°.c. <not iater than the 7t t siness day aster the date on which
you became aware that the originally fired questionnake was incom,pete r=:inac-u.ate.
J Name of local government officer about whom the information is being disclosed.
NA
Name of Cdficer
J Describe each employment or other business relationship with the local government officer;or a family member of the
ofiicer,as described by Section 176.003(aX2)(A). Also descaie 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;oval government officer or a family member of the officer receiving or t;kefy to receive taxable income,
other than investment income.from the vendor?
Yes No
B. Is the vendor receiving or Gkefy to receive taxable income,other than'nvestment income,from or at the direction
of the local government officer or a family member of tine officer AND the taxable income is not received from the
local governmental entity?
Yes n No
Describe each employment or business relationship that the vendor named in Section-I 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.
J
Check this tcx if the vendor has given the oral government officer or afamity member of v _..e r more gifts
1 I as described in Section 176.O03 akr2f;B,. excluding gifts described in Section 176.00E .-
September 18, 2024
-at r of vendor doing bp-siness with'he govemrrental entity
tine antes. crest ent
r_ m provided by Texas Ethos Come iss n www.ethics.state.tx.us wised 11302015
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor doing business with local governmental entity
Acomplete copy of Chapter 176 of the Local Government Code may be found at http://www.statutes.legis.state.tx.us/
Docs/LG/htm/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 fee regulation by a federal,state,or local governmental entity or an
agency of a federal,state,or local governmental entity;
(B) a transaction conducted at a price and subject to terms available to the public;or
(C) a purchase or lease of goods or services from a person that is chartered by a state 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;
or
(ii) the local governmental entity is considering entering into a contract with the
vendor;
(B) has given to the local government officer or a family member of the officer one or more gifts
that have an aggregate value of more than$100 in the 12-month period preceding the date the
officer becomes aware that:
(i) a contract between the local governmental entity and vendor has been executed;or
(ii) the local governmental entity is considering entering into a contract with the vendor.
Local Government Code§176.006(a)and(a-1)
(a) A vendor shall file a completed conflict of interest questionnaire if the vendor has a business relationship
with a local governmental entity and:
(1) has an employment or other business relationship with a local government officer of that local
governmental entity,or a family member of the officer,described by Section 176.003(a)(2)(A);
(2) has given a local government officer of that local governmental entity,or a family member of the
officer,one or more gifts with the aggregate value specified by Section 176.003(a)(2)(B),excluding any
gift described by Section 176.003(a-1);or
(3) has a family relationship with a local government officer of that local governmental entity.
(a-1) The completed conflict of interest questionnaire must be filed with the appropriate records administrator
not later than the seventh business day after the later of:
(1) the date that the vendor:
(A) begins discussions or negotiations to enter into a contract with the local governmental
entity;or
(B) submits to the local governmental entity an application,response to a request for proposals
or bids, correspondence, or another writing related to a potential contract with the local
governmental entity;or
(2) the date the vendor becomes aware:
(A) of an employment or other business relationship with a local government officer,or a
family member of the officer,described by Subsection(a);
(B) that the vendor has given one 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 Revised 11/30'2015
SECTION Q
SB 252 CHAPTER 2252 CERTIFICATION
SB 252
CHAPTER 2252 CERTIFICATION
I, Janet Daniels , the undersigned and representative
of Daniels Building & Construction, Inc.
(Company or Business Name)
being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code,
Chapter 2252,Section 2252.152 and Section 2252.153,certify that the company named above is not
listed on the website of the Comptroller of the State of Texas concerning the listing of companies
that are identified under Section 806.051,Section 807.051 or Section 2253.153. I further certify that
should the above-named company enter into a contract that is on said listing of companies on the
website of the Comptroller of the State of Texas which do business with Iran, Sudan or any
Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing
Department.
Janet Daniels, President
Name of Company Representative (Print)
Signat of Company Representative
September 18, 2024
Date
SECTION R
IHOUSE BILL 89 VERIFICATION
House Bill 89 Verification
I, Janet Daniels (Person name), the undersigned
representative (hereafter referred to as "Representative") of
Daniels Building & Construction, Inc.
(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
18th day of September , 20 24 .
MIER
�Qy`Po Notary Public,State of Texas 8
peg; Notary
t :. Comm.Expires 09-19-2024
• 4.0F0 Notary ID#756909-9 a
Notary Public
SECTION S
SUPPLEMENTAL GENERAL CONDITIONS
SUPPLEMENTAL CONDITIONS OF THE AGREEMENT- PART A
A. NAME AND LOCATION OF PROJECT.
Work covered by these TECHNICAL SPECIFICATIONS is entitled Public Works
Operation Center Interior Renovations
B. DESCRIPTION OF WORK.
The contractor shall furnish all materials, appliances, tools, equipment, transportation,
services, and all labor and superintendence necessary for the construction of work as
described in these TECHNICAL SPECIFICATIONS and as shown on the PLANS. Work,
in general, consists of the construction of drainage improvements. The completed
installation shall not lack any part which can be reasonably implied as necessary to its proper
functioning or any subsidiary item which is customarily furnished, and the Contractor shall
deliver the installation to the OWNER in operating condition.
C. PLANS.
City of Port Arthur
Public Works Operation Center Interior Renovations Drawings dated September 19,2024
D. BASIS OF PAYMENT. All work outlined in Paragraph A above, and shown on PLANS
listed in Paragraph B above, is included in items of BID for which unit prices are shown,
and these prices shall be the basis of payment.
E. OTHER CONTRACTS. Other construction may be underway concurrently in this area.
The contractor shall afford utility companies and other Contractors reasonable opportunity
to introduce and store their material and execute their work. All work under this Contract must
be properly connected and coordinated with that constructed by others.
F. SEQUENCE OF WORK. The city reserves the right to schedule the sequence of construction.
G. SPECIAL PROVISIONS. Basic TECHNICAL SPECIFICATIONS Items that follow
describe general requirements. When necessary, Special Provisions are inserted to describe
additional requirements applicable to this Contract. Special Provisions are to be used in
conjunction with basic TECHNICAL SPECIFICATION Items. In the event of a conflict
between the requirements of the Special Provisions and the basic TECHNICAL
SPECIFICATION Item,the requirements as outlined in the Special Provisions shall govern.
H. SUPPLEMENTAL PAY ITEMS. Approximate Quantity and a minimum Unit Price have
been established for Supplemental Items shown in SECTION D —BID SCHEDULE. The
Contractor may not bid a unit price less than the minimum value;however,he may increase
the minimum unit price. The minimum unit prices shown shall apply if no entry is made in the
spaces provided. These items are included to facilitate payment for charges and alterations that
H-1A
may be required to complete work. The actual work as provided by the GENERAL and
SPECIAL CONDITIONS OF THE AGREEMENT and TECHNICAL SPECIFICATIONS
and shown on PLANS is described in PROPOSAL items other than Supplemental Pay Items.
When work covered by Supplemental Items is requested by the Contractor and approved by
the Engineer,payment will be based on the quantity actually constructed and Unit Prices bid
in BID SCHEDULE.
I. AS-BUILT DIMENSIONS. Contractor to make daily measurements of facilities
constructed and keep accurate records of location (horizontal and vertical) of all facilities.
On completion of job, Contractor to furnish Owner with one (1) set of direct prints marked
with red ink to show as-built dimensions and location of all work constructed.
J. SURVEY MONUMENTS. Contractor is to protect existing survey monuments consisting
of right-of-way markers and horizontal and vertical control monuments in the vicinity of the
project. All monuments destroyed during construction shall be replaced by the Owner and
the Contractor shall pay all costs involved in re-staking.
H-2A
SUPPLEMENTAL GENERAL CONDITIONS - PART B
A. TECHNICAL SPECIFICATIONS
1. TECHNICAL SPECIFICATIONS are of the abbreviated, simplified, or streamlined
type and include incomplete sentences. The omission of words or phrases such as
"Contractor shall", "in conformity therewith", "shall be", "as noted on PLANS",
"according to PLANS", "a", "an", "the", and "all", are intentional. Omitted words or
phrases shall be supplied by inference in same matter as they are when a"note" occurs
on PLANS.
2. The TECHNICAL SPECIFICATIONS are interpreted to require that Contractor shall
provide all items, articles, materials, operation or methods listed, mentioned, or
scheduled either on PLANS or specified herein,or both,including all labor,materials,
equipment, and incidentals necessary or required for their completion.
3. Whenever the words "approved", "satisfactory", "designated", "submitted",
"observed", or similar words or phrases are used, it shall be assumed that the word
"Engineer" follows the verb as the object of the clause, such as "approved by
Engineer".
4. All references to standard TECHNICAL SPECIFICATIONS or manufacturer's
installation directions shall mean the latest edition thereof
5. Referenced to technical society, organization, or body is made in TECHNICAL
SPECIFICATIONS in accordance with following abbreviations:
AASHTO American Association of State Highway and Transportation Officials
ACI American Concrete Institute
ASTM American Society for Testing and Materials
AWWA American Waterworks Association
FS Federal Specifications
PCA Portland Cement Association
IEEE Institute of Electrical and Electronic Engineers
NEC National Electric Code
UL Underwriters' Laboratories
AISI American Iron and Steel Institute
API American Petroleum Institute
IPCEA Insulated Power Cable Engineers Association
NEMA National Electrical Manufacturers Association
AWS American Welding Society
H-1B
PCI Prestressed Concrete Institute
AISC American Institute of Steel Construction
ANSI American National Standards Institute (Formerly ASA)
6. Some TECHNICAL SPECIFICATIONS items cover construction requirements and
materials in comprehensive manner, and only pertinent portions of these items apply.
B. LANDS FOR WORK. Owner provides, as indicated on PLANS, land upon which work
is to be done, rights-of-way for access to same, and such other lands which are designated
for use by Contractor. Contractor provides, at his expense and without liability of Owner,
any additional land and access thereto that may be required for his construction operations,
temporary construction facilities, or for storage of materials.
C. LINES AND GRADES. From benchmarks and horizontal control references established
by Engineer, stake out work, establish elevations, and assume responsibility for correctness
of installation as to location and grade. Engineer will establish benchmarks and references
for horizontal control on various projects as follows:
1. One Structure at Site. Benchmark and reference hubs at two corners of structure.
2. Two or More Structures. Benchmark and base line at site.
3. Sewer Lines. Benchmarks at intervals not exceeding 2,000 feet and reference hubs at
manholes and on line at intervals not exceeding 200 feet.
4. Waterlines. Reference hubs at turns in line,valves, and fire hydrants,and benchmarks
at intervals not exceeding 2,000 feet.
5. Pavements and Ditches. Reference hubs on centerline or one right-of-way line at the
P.C., P.I., and P.T. of curves and on tangents at intervals not exceeding 200 feet.
Benchmarks at intervals not exceeding 2,000 feet.
6. Engineer will set stakes one time only. Contractor must satisfy himself, before
commencing work, as to meaning or correctness of all stakes or marks, and no claim
will be entertained for or on account of any alleged inaccuracies, or for alterations
subsequently rendered necessary on account of such alleged inaccuracies, unless
Contractor notifies Engineer in writing before commencing to work thereon.
Contractor is to protect stakes and pay all costs involved in any restaking. Stakes, as
described above, will be furnished as required by Contractor within 48 hours after
written notification to Engineer by Contractor on stake-out request forms provided
by Engineer. Contractor to have a representative on job at time field party begins
work.
H-2B
D. UTILITY SERVICES FOR CONSTRUCTION. Contractor will provide all utilities
necessary for construction at no additional cost to Owner unless otherwise specified in
preceding Special Provision.
E. MATERIALS TESTING. All materials, equipment, etc., per scope of work, used in the
construction of the project shall be subject to adequate inspection and testing in accordance
with accepted standards and frequency, or as required by the contract documents. The
CONTRACTOR shall make all arrangements for such tests and inspections with a local
independent testing laboratory acceptable to the OWNER, and the CONTRACTOR shall
bear all related costs of tests and inspections. If such procedures for testing and inspection
reveal failure to comply with accepted standards or with requirements established by the
contract documents, all re-testing and re-inspection costs made necessary by such failure,
including those of related procedures, shall also be at CONTRACTOR'S expense.
If the ENGINEER and/or OWNER determines that portions of the project requires
additional testing or inspection not included in CONTRACTOR'S original bid, the
ENGINEER shall, upon written authorization from the OWNER, instruct the
CONTRACTOR to make arrangements for additional testing and inspection. The costs for
such additional testing and inspection shall be at OWNER'S expense.
The CONTRACTOR'S independent testing laboratory shall give timely notice to the
CONTRACTOR and the ENGINEER of when and where tests and inspections are to be
made so that the CONTRACTOR and the ENGINEER may be present for such procedures.
If the ENGINEER is to observe tests and inspections,the ENGINEER will do so promptly
and, where practical, at the normal pace of testing. Tests and inspections shall be made
promptly to avoid unreasonable delays on the project.
Required certificates and/or reports of all test and inspections shall, unless otherwise
required by the contract documents, be promptly delivered by the independent testing
laboratory to the CONTRACTOR, the ENGINEER, and the OWNER.
F. VARIATIONS DUE TO EOUIPMENT. Foundations, structural supports, electrical
work, and piping shown on PLANS for items of equipment may be changed if necessary to
accommodate equipment furnished. Every effort has been made to design foundations,
structural supports, electrical work, and piping to that no changes will be necessary;
however, exact dimensions and size of subject foundations and structural supports and
exact electrical and piping installations cannot be finally determined until various items of
equipment are purchased and manufacturer's certified shop drawings are secured. Make
changes, after prior consultation with Engineer, at no cost to Owner.
H-3B
If substitute items of equipment are authorized which vary materially from those shown on
PLANS, prepare equipment data and detailed drawings covering necessary modifications
and submit to Engineer for approval. Make drawings same size as Contract PLANS and of
comparable quality. Make payment of charges resulting from modifications, including
engineering charges for checking modifications.
G. ALTERNATE DESIGNS. If alternate design features are proposed for convenience of
Contractor,submit design calculations and detail drawings covering proposed changes and
related modifications of Contract PLANS to Engineer for review. Make drawings same
size as Contract PLANS and of comparable quality. Make payment of charges resulting
from modifications, including engineering charges for checking such designs.
H. SHOP DRAWINGS. Furnish engineer six (6) copies of shop and erection drawings,
schedules, and data sheets covering items of construction and equipment listed below:
1. Structural and miscellaneous steel and steel tanks.
2. Architectural products.
3. Reinforcing steel
4. Pre-stressed reinforced concrete members.
5. Reinforced concrete pressure pipe.
6. Mechanical equipment, including valves and sluice gates.
7. Electrical equipment, including instruments.
8. Special items, as directed.
Contractor will check and approve shop drawings for compliance with requirements of
Contract and will so certify by stamp on each drawing prior to submittal to Engineer. Any
drawings submitted without Contractor's stamp of approval will not be considered and will
be returned to him for proper submission.
Engineer will pass promptly upon drawings submitted, noting necessary corrections or
revisions. If Engineer rejects drawings, resubmit corrected drawings until drawings are
acceptable to Engineer as being in conformance with design concept of project and for
compliance with information given in the Contract Documents. Such procedure shall not
be considered cause for delay. Acceptance of drawings by Engineer does not relieve
Contractor of any requirements of terms of Contract.
OPERATION AND MAINTENANCE MANUALS. Operation and maintenance
manuals are to be provided where required by Specification Item.
H-4B
1. Contractor to be responsible for obtaining installation, operation, and maintenance
manuals from manufacturers and suppliers for equipment furnished under the
contract. Submit three (3) copies of each complete manual to the Engineer within
ninety(90) days after approval of shop drawings, product data, and samples, and not
later than the date of shipment of each item of equipment to the project site or storage
location.
2. Operations and maintenance manuals specified hereinafter are in addition to any
operation, maintenance, or installation instructions required by the Contractor to
install, test, and start up equipment.
3. Each manual to be bound in a folder and labeled to identify the contents and project
to which it applies.
4. The manual is to contain the following:
(a) An 8'/2-inch x 11-inch typewritten sheet listing the manufacturer's
identification, including order number, model, and serial number and location
of parts and service centers.
(b) A separate 8'/z-inch x 11-inch typewritten list of recommended stock of parts,
including part number and quantity.
(c) Complete replacement parts list.
(d) Performance data and rating tables.
(e) Specific instructions for installation, operation, adjustment, and maintenance.
J. COST BREAKDOWN. Within fifteen (15) days after execution of Contract, submit, in
acceptable form,schedule showing subdivision of Contract into various items of permanent
construction, stating quantities and prices, as basis for computing value to Owner of
permanent usable parts of facility to be paid for on monthly estimates. No payment will be
made to Contractor until such schedule has been submitted and approved.
K. PROGRESS SCHEDULE. Within fifteen (15) days after execution of Contract, submit
in acceptable form, anticipated progress schedule covering work to be performed.
L. GUARANTEES. Guarantee work, including equipment installed, to be free from defects
due to faulty workmanship or materials for period of one year from date of issue of
Certificate of Acceptance. Upon notice from Owner, repair defects in all construction
which develop during specified period at no cost to Owner. Neither final acceptance nor
final payment nor any provision in Contract Documents relieves Contractor of above
H-5B
guarantee.Notice of observed defects will be given with reasonable promptness. Failure to
repair or replace defect upon notice entitles Owner to repair or replace same and recover
reasonable cost thereof from Contractor and/or his Surety.
M. SITE MAINTENANCE AND CLEAN-UP. Maintain sites of work during construction
to keep them reasonably neat and free of trash, rubbish, and other debris. In clean-up
operations, remove from sites of work and from public and private property, temporary
structures, rubbish, and waste materials. Dispose of excavated materials beyond that
needed to bring site to elevations shown. During final clean-up, any road constructed by
Contractor for access to construction site to be leveled and ruts filled so that natural surface
drainage is not hindered.
N. MATERIALS AND EOUIPMENT. Incorporate into work only new materials and
equipment of domestic manufacture unless otherwise designated. Store these materials and
equipment in manner to protect them from damages. Manner of protection subject to
specific approval of Engineer. Pipe, fittings, equipment, and other serviceable materials
found on site of work, or dismantled by reason of construction, remain property of Owner.
Remove and deliver materials to Owner at designated points. Pay, at prevailing market
price, for usable materials that are damaged through negligence.
O. SUBSURFACE EXPLORATION. It is not represented that PLANS show all existing
storm sewer, sanitary sewer, water, gas, telephone, and electrical facilities, and other
underground structures. Determine location of these installations in way of construction by
referring to available records, consulting appropriate municipal departments and utility
owners, and by making necessary exploration and excavations.
P. DEVIATIONS OCCASIONED BY UTILITY STRUCTURES. Whenever existing
utilities, not indicated on PLANS, present obstructions to grade and alignment of pipe,
immediately notify Engineer, who without delay, will determine whenever existing
improvements are to be relocated, or grade and alignment of pipe changed. Where
necessary to move services, poles, guy wires, pipelines, or other obstructions, make
arrangements with owners of utilities. Owner will not be liable for damages on account of
delays due to changes made by owners of privately owned utilities which hinder progress
of work.
Q. PROTECTION AND REPLACEMENT OF PROPERTY. In addition to requirements
of Paragraph 56 of GENERAL CONDITIONS OF AGREEMENT, the following applies:
"Where necessary to take down fences, signs, or other obstructions,replace in their original
condition and restore damaged property or make satisfactory restitution, at no cost to
Owner."
H-6B
R. INTERRUPTION OF UTILITY SERVICES. Operate no valve or other control on
existing systems. Exercise care in performing work so as not to interrupt service. Locate
and uncover existing utilities ahead of heavy excavation equipment. At house connections,
either lift trenching machine over lines or cut and reconnect with minimum service
interruption, as approved.
S. PROTECTIVE MEASURES. Where construction creates a hazard to traffic or public
safety, furnish and maintain suitable barricades, warning signs, and lights. Remove same
when no longer necessary.
T. USE OF STREETS.
I. Remove accumulated rubbish as soon as practicable and open each block for public
use. Use of any portion of the street shall not constitute acceptance of any portion of
the work. Backfill and shape trenches across street intersections or driveways for safe
traffic at night or, where permitted, span open trenches with wooden mats or bridges
to permit traffic flow. When driveways are cut, immediate placement of mats for
vehicle ingress or egress may be directed if undue hardship to the property owner
would otherwise result.
2. Except where approved otherwise, do not hinder or inconvenience travel on streets
or intersecting alleys for more than two blocks at any time. Whenever the street is
closed, place a properly worded sign announcing the fact to the public, with proper
barricades at the nearest street corners, on both sides of obstruction. Leave no street
or driveway blocked at night.
3. When the street is closed, notify the Fire Department and Police Department.
4. Do not block ditches, inlets, fire hydrants, etc., and, where necessary, provide
temporary drainage.
H-7B
U. FINAL INSPECTION. When construction is substantially
complete as determined and approved by the City Engineer, the
Contractor, and City of Port Arthur representatives will walk
through the project from start to end limits to develop a punch
list that notes and marks on-site work deficiencies. This punch
list of work deficiencies will be rectified and completed within
thirty (30) calendar days from when the contractor receives the
formal written Punch List notice. Failure to repair deficiencies
or replace defective materials after thirty 30 calendar days
entitles the Owner to repair or replace same and recover
reasonable cost thereof from Contractor and/or his Retainage.
Retainage Payment will only be released when the following are
submitted and complied with for Closing out of the Project:
1. Completion of Punch List.
2. As-built drawings submittal.
3. Substantial Completion Letter from
contractor and Approved by City
Engineer.
4. Affidavit of all Labors Paid.
5. Affidavit of all Materials Paid.
6. Certificate of Warranty— City of Port Arthur form signed by
Contractor.
7. Contractor's Certificate and Release - City of
Port Arthur form signed by Contractor.
8. Engineer's Certificate of Acceptance - City of Port Arthur
Engineer.
H-8B
[ ..,:zr-i- -1,-..c.z...: .>
b :•Y..i:- . Capin—a i ;;�3f11D31IHDbb z
C) N01 ....,,„.,
Si"-
MON Cea((Sb%3 'LfHNV 121Od d A19$111wOH 153M OL
SVX31'8truad1210d d0 u10
3N110!
NOIIVAON3b S011131N1 i r01 6€7g a ; a s
Iiiiith
" JNI4f9 SNO1a83dO S)aOM O19fd g :i€ _ I
.a
x
—
° a pill
• •w••••• .• • ••• KO •••
wo
w
K. f 5
3Rg
'' r
L_
o !II VA IR
< Q <o
s g14,1,4 e$ oi iio
H a F _ o a i
01 _ sa wV ��� w '»o
O O dv 4 17i I I $
; nI
N 0
r.
• Z
CVCh N
X .'4
Qw NI Et
m Z r A
Will FFZr ♦ f—r ~Z \ . A E �X
. 555 g
3. gggUUZ OQ q,
2 ce 4 W
L— W W i Q — z € E�
0 I— e m�
Li)
Y
f.:.S..
�/ '1) O at
— L
z >0— o
Cami) F-
1 'if Cs / o _
w s .
oes =
.....- w . ,
CV r"-' F
♦ ) 02
CCI 54j
• 4
ii
X Y
_gyp
°gip
i
.. `G.
l
INN-
01,9LL SHX3I'anHlav1HOd I 'OA19 S111W'O'H 1SHM IOZ t
SVX31 8AH18d lbOd dO ul0 i'� sp
3anlD3ilHDbd !r PP..ri 3tutioa °�e€� § m co,^ p aV°°—°Z
0 N 0164 n m— '% NOI1VAON3a MINIM = I� �d� �r o , o 4 1 106i
0
SnnoN '`r 9NI41U19 SNOI1d83dO S)IbOM JI19tld 1 11:3� 11 W i ~ <�
€E F vi'iiiiiii
� Q 1� i3 i '% E51` i y; 0° ye1¢ ' i i? a el x. br 11; sae. iQ:r 1 i i11 -Diii91 lb i _i 3 ° �� LI ft f E; der7Qi �� prp `-w`gb � a,.' ticIH
b59 € fI§ § E l ° iiiitil a of Yiv ieie¢ ! a ¢ e* � �� R aY 'isss5:[ ; ,1 ..•aa it ,tY !i 9 ¢ �� p¢ x°� iYi1IIsp'1s4 1 a• ° 11ii ye 1 t3! es p; Y_�` 4• 6 E€Yiii §i6 i 9a Yz aTYgI 1 [! ilL • r9 ' 1110: i b 1; 3) sy 1 III i I 6 .i I.' � ' ` � 5tl4i9a a ��i� ��r g a� 6 � liaE '¢ aintiti9i °eggg1� 1 p YY i3,�Isla , "� ° it II F ¢ #1 Y Fri £� i} Q1 IR [0
L�3 °- fi e� d iiy � � 3 g9C� � t't " gi 9 ! g�r �.�� �ii 'ri� a �bsfs r 1 i EiG E¢ E - ,° i i fa 7I�\ rr a ve E ° r I+i IB a g 9I¢3i gg b¢➢ i li i = 4, I,. �' L4i;a• .=i if / 1_
i i ¢ 9w3 I1t�3 /i/ Uii3}• I� i !i €t - ag, a :` a I ,.I/1 / 5 i•;S 1 ! i
�0 ¢ dp I s�Gggi ij a tleieP �a !!i PSe- ni[ �� !a 8i li aiz/ all !seg �° Q §§5Q o€ !fie3! 14 !lig11 111:11.1
� ltl � �yl&�i6! 5 �eQ
ill i iii iYI [e ia3 9 i ip� ii.
g li Y ! n ; F ; i ai[ i a 8 9 i War S y 15 �� s g i ¢ 3: g.E€any 33 9 a ` War 1
° K rx¢ a i of ' 3 i :10 E. 1v1i3 i d :i ° I ieaii"' ` l
a i i Eii. e 1 I t 1P, CE P 1 R 1.It 01! 9' i g e b i i1E ! ' iF
i 1' 0 1 N 1 e ! -* i IF 1 ' I' hi. ° __ `�1I iil 1 6 6�. i 8 3 Ee110 1 ; a I i Q
Ei g r i w a Ei£. 1 i ,# € : lQ g II! 1 I/. ---, i.._; , !ii6 i W; 1 $ Cal5. l3 a ._1
5 w y qp p �b i it 1-61
Q-3 ib a f' a° p °(( 1 ,bl yi � i i�ySS ° g¢ � it aa� i. � i- V � �1� li "e F� � 3i � aEi'' ¢a]9 - im2151ipiE• 7i.;. a aE - 6 E i e�i ' i1 ;:y i i lird is ; ;pip 1 4 IliI11; ii 1 !3:3/ +G g y g��t i € 3 E� FF� a e 5 ��
i sI P ii w 1: [� y i r €aG r. Q`' I 7- i 1901 i C :; 3p' S fi iea; ffi gEippp v a@ i 9 gQ ii != �iis@s �r3r �Q ! !OP` 1; a 1E. ice I€ i ib `
•1 y y3IW @ a I y i i i Y 9 a- e I 034 PI M,°F . 1 g E s I i i€ 4
ai p h^ (yq: II 5W S sJ ! €ili! ]; i l ' � ¢ .apyC ■p a pra; $ CQ pg Ei a E� a ill j
1
9 as Ya C! a ro 'J : iC. �■ ill
1 sS a: ^ (= � 1 EyV¢ i C ?i{E6 ¢2 5e fa; .tF ya !pl.�, 3
ppi 4`4pp H i (; f a €° I;• i E. i�j 5 ;! 6 33g aaY Fi F�F
1 3i 15' r i 111 i6i' 14 0 11611 li 1it51 :y1; : l riQ �i ' I �' Q� pill i `a !
i i ii i. 1 0 g. - i i5 i i$ i i ii ia.i a iiiEir i. ii is it g9 Pat
r b F Q} qq 5 t[
9-----Y i�r .v, ' a ¢iyr illp i Ri `Y E c re
g p� p: g4° ar1F e Y
Ir t °i ° i i98e ri W 5 ill 51,1 i rs8€i 5 [i 1_ I
i 6 -® i &.p 5 a51 i
alb , .'14� r 4R" '� 9s '§I rll " ;fig a�=° $a p6 ' °_ _ 3
IT 1 1 i n 13 l iol i6 .:,, I €;a Ii i I Irk a44 f _ 9 b rier r ! 3e 1
5 a § i 6 �p' 1 ,gg[pe r ?' ! y `-, rfir ; gr« 1 /111 1141 11 ' I 1 ! i 1"' it- VL jIO! Wham 1 ;11i ; .", 11aigl r .....
1i Ili9g , ' F 51�¢ , `1E " erg!' e, ��,� � ; ¢ 1'1r1 rMi 04 i.:i
, fe 'g ig ! IT II q". 1 13! lisp: 1 yg$ ri s° 1
,9e l�1 iY �`¢ �9i9' [a ai
qe16t¢ r 141
I .IsgE0;10 ! eSig
bgi '! 'yiB9 ¢a 111 iligi 'i t9
:,5 !ill li ii
! 'I�i ,a 3 °ib �'_r� Iar �Y1�
i .i ib [i i i#3 [ Fia¢ i iesg it 1. i.
i ♦3 F i E ig a iY 9¢ ii ' W, r; 1' f ill¢I¢r 'i
g Q 1la. p
Bi ap I 1 t 1 !.4 i 1 11 a! g i iya5,5 ` lE i E p¢ab 3
9 EY�5 i 3 5 H 86 i 3i It g i iii a � ` Q�S gi
I i, 1 Ili 1 ! i 1 PI
y¢g a 6` 1 . - 11 9 ill = Z 5b5r�Q 3
u.,l s' g1 6 Ei "- Y ` F Y Y �]1_ ;g 3 1101 it p 11■il' al 11 ! 4 —, ;NI C
L 0S[a € i ' g e } ° 3 P ' ib Q$ IQ i u e ei �S p¢i�;6 °
i Y 9> 14
I II i I g .¢1 pa R I : 1
Qa ! ii Af'` 1is [ rpg n
45 lit ¢ ii g'al .... ! u.x €r ?8 [1 1 a 1 ; I;[d ¢i24 Y IR 3S i E i78 r a 1 ..s ill!`;
i1gE yto 1 ,i 1 1"g1 8l; 1 patt i1 =f 1 3°fp[ iii :ii Qr-:i 11 .11! i OP.!.
t
.Wn i H1JI
H
ib ¢i f I! 1111it ES fGi i
14 r rii . d 1 ' 1P; 1 a Ire 1'li r 1ge€ 1 !1 ilri¢¢ipi ii i of i iAi it i'!Ili i i i s it i1Y1;i!r i i ili mist,!
c I t
g ! 55,11 Eel i g jsi°5 E ! a
3 ' 3 i it P /af S i ii 1 C 1 1 ; 0;11 ! i li
i i �g2 ¢'ga 1, 1 [1 g 9 e ; C! ai1.1 y a ! e y y�R as
1 B? �t Q 5 i 7 5 Fri r 9 5 _,_.,� f i [ [ e ` a
aipi 9 i° e 9 i R i• c i 5 p . ii !Ph _� „t a c y� f I i E;
gIii jFig jL� i i 1; i Ii t' 1 - Q1. .Je !8 ia !06 1j �1"--r e1pi - y3vaQ I7I a 9} ¢
OJ I ii i'1 80 3 ear V ` i I 91 i a °i ; i ig !g.ii aG I f ek 1 e 1 39 I i p 4114 ¢ C` '�
!I 8 '-Y lbe i ig , F I ¢f i I< `Y . r i 5@ s q° i_i� 1 _ • 3 1 bE 1 ! a err a s e5
oae 3Y le /114 5. Q / li a i Fy . ‘ p!G yr' ' 2.11 F v a.ros T t Il f''t 11 ee ?3 3 j I Ii ie
EG d t Phil �. ��e� {µ "-�-I ' h R .� 1 i=\`'x3 E 3 i fL E [� ;��� °� 3 � e Y} r e �g ap
m ¢i iIy E9 5" - 'e I i' - 5 i �i" ie 5 a r 'i ; fi
9 a•
fv 1: ' JI
d jiil1 !r 1bgl a° r ; E
!g a ii - is it al i it i ili iil i b., !i ii
Uig [i ie YE i i i [f g_ i. ip
7"""==''' Ol9LL SVX3l'8(IH18V 1NOd I '0A19 S111W.O.H 1S3M IQ' 111
"�!""°�, , svxal�MflHlav laOd dO All3 i! F, Cl .o
3bf11�311HDbb / _ e 1H110Y o f ilf:i( m . - a l m a
o•p 1 IP:Y°1 zp o 9x Z
0 N O 1 :� � NOuvnONaa aOlaalNl ° iikg o $ rr-- e u
ri1nOM9 9NI41If19 SNOI1vlIadO S)IdOM D119(ld pp i �ii.li8 i 1 a a a
; " J
igi I.ii Y i 1 l i'i $ 1 gie Pia $ ( k ! ; 3 e IIi " i
�' ii! g ; ii" ii '� II,i F13
iea II i ; ' '' i? 11 ( 2 ill e i 11 '' 1 ' . i - 1 [� i l tl ! ` i
o is gi a � gi �� a = r i, 1g �3 i �k i�b 'if
* ;� 1 � ; � 1 � 1 i ��: li i I
66 a 31 ii 1g P. 8e i 1 ; g 41111i ill k11 gl 5 ! 1 g ° 6iI i W ( 12 '° ,i 1
1 1 ii ki, a 11; @° 1 i 8 i a ° li '1 sil k il _1�° p 1 ' i 1 1 i i keg :i i
B ie ip a `gkf - ° 1 iiE6ARa@ii8 as o / 1 E k g �1 i1F b f ':
1 W igi 1y-.i i W 1 8 °g i k' gg". i ! l ! f IIi € -- 1R
i ai I° k kg; iii ' i g` f 1 ` i 1` g. 8 3 • i 1 II i g g $ d1 4 !'—
ai .. ii 1i ik6iiI.€ pr. Zia l IIii ' i11- P, - i i ( I : g: p g '11 iii4 �� 1'
II p �� �.� ,�� 7 p R =�� I �I��¢. rli1. ig � ail �7 g( Q g: IpiY � t �y� @i a � � � � g�; Yg ; �F� qa 4�3a lig A -_�a
e , h ,97 €,d g - ; pi9 / r ii gg ' 6 g! S r O i p p i4 F1pt Ai li 1 I. r- 11l r_ F.a g14 II; !i% Y��� '
i e e ids ill i1;1 1/ 1 i1 is Ii 'if it iia ii ii ill gig ii i i i i ii ii ill i i igi 6.°..
°i [ai 3 a ° ° t i iII i a j 9 1 8
iA1 11 i ; i i i iII rrri i i ( 6 i 8 (K
iY a i`qi3 i n E 9(}e €1s p ii '° gi 1 ! = ii g°
Ile! A Ii ; e . Y i i; Yiii; Ii nT- I E �' 5511aii1i " 1Hii ° IF ' i ! ii
t, 11! i gelsqi1 i@ I1i'1I
III11 l3 I 1.4l ;i1 ;: i iidi I € ` {i1i
i1 ill aI ' 1 Y J` R l iti� 11 ' 1i ° 11 ii i 1 1i! ; le Ei r r t 1 pi r�r I i 2 i S 8 !k i^ is i i [ 8
'e II i 2 ( Il: 56 1 F F S ig i k 11 !Qq !: 11. E 51
it ; 1 i (i
qy 11/
e
. 7 11 !i 5 R
I �!° /41 35 i 1 i A 1 n Nil
1 111
= i �� `j 8 e Y 4 i 8 <7
4G _ 5
e14 '4 g ki c 8i" 3rE g4 1 a1 g ' 9 gsr i. 1 g pp 5 11
I s€i lie 1111° ' Y !Y k r I r i ill Y I I t 1 i S II PI 0 '' i liii.1 ' I " gi Q 6i is •3
i
i 11° ill.,
' iqE P II {{I } t l➢4 11e ii D E,' } r1i' a ypp°[ ] i {fl 8id8i6g ��� ° t� � .E p_a �33, II .� "� Ililt
R•.` C E' �g 1 � 1�28 �� Q i 1D � �� �g gF �,�
gl ! � kC� i € i �W Y ea Y Y 1 5 9 $ iY 3 I g i S 6
1si8 ikii1 [ 1pIHaai1 t '1 `11 s i i; g k• ';: g I-igs kig11 iIsii `1:
i i 6� s ki I?!i' !� �i � g m i E iI ,11 ii is. 1 '�€ i i6 g 1, iU g �1
el € p i € _ ¢ ini Y iyYY 5 s ,qi ii '11k Y " 11 e
t
Ii
( . 1 i F s i € e !/ , 51 t 1 g � ° 1 i ' 1 111g . 1 i 11' ;1 g .i Iii 1 3 5 i ` 3 "� 9 b11 1 II i1 ; >'.3 l! 2 'e i ; 51l: ! i ! € k Ifk ii._ EE(iC Q r• II gY I Y 6 = Y ��S fi� 6 Ili 3 = YI°�' �_ ! i ! 8 t 1 1 E8� i E.- -
9 f' i gb i * l= t p $ p e 1! II i i $i1 Y(` p ° e {$ kepi e ' ygy J9 q i k !g1 1 gig C€'' i 54 §y.
i4! ae ° il lY 1 g 5 � i 1 p4 � ; � i�i he 1iI� � B , pl.�"i�i � � d i �PyY � ° y i � �`g� � II Y MYI i i 181 i Wa i s i ni6i aIa ii4 p i' iii" 1 e el'�y-- i W 6 s ,. 8 1" Yc i5 g i k ki i° Ili i8i i I Pi iq ` Yi14 a ' ! 1 _ 1l15 pie i € igi i ° 1 P e3 ii@ @i bi
i i g k i Al i'i. ( : ii g (° ii'1 a( 4 }3° @•�i i1 l:1 �. *i°" i°'�. � iII° F i II; 5g ij1i1 !. Ye €i * 1a aiYi 6 aY Y i �: ii � i 1 ' @ � i !: 4 t! iii � @ 5 p-1 8 fE hi. € @ 8i 8 9� 18
! a l Y a i' si 3 l" gip i it ai le Ili i 8i^ NI a ii i k { Y
i3 i 1i �R- R : ! 4 ie.s i8< � rS- i 3 5 o� °, i Hi ! � ii ih
" z i I I1 ki 1 1i i i [i i $-s iH� el ks 3i° ci 55A g"; I li
'J -i g i i e i° Q i g l g "sag q flid i i i i i H i a i ¢ 8 :Mg 8 ill 8 k 8 gip
Y i i k i g i i t
a ! g 11 e 3 g!n a !` kt a si piII ig p! ii .iiag p H 1 ivagg ..iie's9 i . , i 1 . ,,� ii Y.� gi ii
k € r = g ii ak • Ig ! kgV 41% ii II iid ,i88 1 }ggli 8 oi! ikI `i [gp 'a E ' y i gifg -. g5 ! 3r aPH
lg i ig iS i i ii it i ili ^ i. i i4. i"a" igi 11 i! i i i i i i i4 i 18 i!i II
11
el
n [ I Ei ( it a Q(• ai&Sq`i A WO,
i511i
1 i. C 31 ``9`!i""i! !
i ii �g i e 1; i §g2 a°i'lii g e rg.i€ygl
nl CI gi. Y5 i 4 Y i ai i Yag tiA°i a'm €=l.9S.
1- E�� igi .s 5 a ill f g p ) is k' i lig €g g3a1 N glg ki
it NI pp e
€ - 111X� [ V:1 f e g Y 1404
f1__ae
lYI i Ili
ppp Ele
1 ill �a!J : Al ..56 �� a Y 2fy
31 IN I 'p p13 1 a i ils W��', S * !F3 ! f3i Ai S'
iy iEay7 i p!i Y 'M/ i f!11 Y Y121 : , •, 1 t i /11l'Ya 1 EESq' l'i
, c: 1 Y1 l 3� a IN f( E A i°! ga E.: I i hi, ` 1111 li /E
a R i i5 i r i gl li 15 11• ii �^ d l elIIl 3pY'W f
i!, �i 1 ec2: e e 9; - g/i1 g1 I/ E'eel-
; "�iag
ai it
il Ili ii it I1.�5 i 9g5 11 a8g9 woo Yj1 lgg3;E;
is. 1:n iig ui iiii I ill ifig isr3ii:i 'Him
gY l[Y!' k i NI i i k g E ° i 9 ei ! I € i 1 Y'i 3 t i Cp 5
¢ i. p 3 i ti la ! ° c f II II i i1 a II el i i p s !
° 1 HI! {Y s ii@ 6i i ° g@i Pi i ( 3 i1 Y i 5 g`X ; ip ! 1, ! ! 1
a g g 1:11 11g ri 1 e a ISI 14 1 c di Ii i i /e i ! ii iI
1 i r 1 1 ii IItli i i g °r
? °gg aisiW lgIIgg 11 1 Ili ie 1s^ i18 i, w C i Y$ !-5 °i Fl i p g. p i it i e I Y ' y 1 i 0 (_ a ii
Y f F6 i• il.1i[ A I $ q 1 hi L ii !.! i. F 4i ' 1 1Y• Y 4---- q : Y 1e € Pi= l i4 Igi
iii FgF g: iigii 31'ig-el8i� 24 ii i1Eic s `ii al i e aia i ii i C i ig k @€ .e ii gi i; i f 1 E I Y a p 0 s air( g5 14 1!i
of 29 a 1 4; Nig s ,C.1 ii 1 qg Pi 1 i +F ii HI ii 2n ig i 4.g i 1 9 i 6 " 19 i — i i i I $ §a 3 ■ ig ii
q' ii° PI 14 Il° yy1 1 f Y l• 1 ai 1 =y 1186 i d 9 g1 1 i=1 i p 1 € € € [1§ 1 1Y3g' $= T i1'
i•1 ° 1 6i'6 !Win;[ ' 1r i'p !€ ap 1 Ili yy 5`=° p p a. 9 I 1 ig If S Y Tr'
g 2� '� iilQ° "�ivE�ei- $ € !gilt I'd � 1 al i i� (" 7 e _i i p� g ;i i} g a i E y tt1 [i a i8 i papip l
!-g °, e � 3 g Will;2 a2- [i y s i n ii 5 B E p i i. ( 1: 5 1° i s^ € ii 1 'I i 3" i i° �f.
' i ' 1^ic g i @ ' i ie G is i. iA i i 4 1E1 is Pi ki a 8cn 1 -;6 gi 1 i¢ I �—t E 3 v i; [ g i 1 a nl
!6i Ri f¢ 110 1 $E.r1i 3 ill 1 WI igi l g i a. 8 l a 1 !o -g e g 3 ,g1, 9 i.l' f i i p 8 1 = 8c i g gl i i"iIIe
s e 1 11_ r SA i?ga 5 gg 92 @ai igi a i€ s g li �v€ i i .. 1 ,i ? !!c Y1 S ; ---,—,(1 1 a 3 $ 11 °5g5 i q ppa
gas g 9? gH�". i ii � i3� i ei ' iI! i� I[ JFB g!k is gi i "1 i !ia� f ii g t^ si [� I g ii p t� g ;� °p< ge s€IIYI �i ..i4iSi9j
e< is p i ip 114104 a e ii 't 1 g � i; i ,j i i -Y 1 .11 p i €i . i j .1 E11 ➢2d
iiII it i yt€ iage@9 �s s io � 6: Pi
l g io 6i ii°Y i 9 I 1 i I g i i i iiii iii 1 �p i i ! i h g""' ii P41 11 liiiii`'x'
iie ti ieii i`sa eh_ iii Pil i is ii ill i3 i i i i is is i i5_ i i- i is i s ii ii
IMF
OPSL SVX3.1'anHiev 1210d 1 'OA19 S111W'O'H 1.S3M 10Z I:1 oil
,
6'
..,
ONSVXN1OIILIVnAHOinNv3 211111010d1 13O1 NA11 10
11D11HON
7o<,1 o,_st1 H
e N 0 1 icni monond ;' n-
r
I 1.1 : , ic, . il 11 11 19 Pi ;IP Xi! i MT
qii 1 ir 1 i i . i 11 1 q il 6401 HA gip! N I PIO
gidlit PO i tit ig g 01 4
1
!III 110 ' ig 0 1 1; nit ii
g, gs”11 Wig ili 1 41111
i el ss ig 4 Pi ip. ilD, , ii 12hil ' !II
P 1 itI h 1. iy l' 3 7 iligg 1;'' 3 gi Ellet 1 7!E F.1[11 I ill 1 Hi! allikit li i
711 n il 11 gii411;1 i1 1 ;-11g 17
i 41! ilg 1/ 71 1 i1 1747giii 1,1 P ii.! gine ,
! g1 1,_ i i sg E 171 !figg„ - E Rh 1 dile 1!1
! ij! gli e P el --] EH i di gip i ill i ill 1; "I''"' l•i
p .i .,
Es h i iflii WM. I, if I; !iiitif;!;1 '1 lt, 1 lig qiiii t,' ' 6.' 1 II° 1'"1 ' ' 1 41 1 141"1
j
g, 11
11 g 14 701 1
--I 11111i itlq 4/ ii Pi, igillilli 11. j‘ i 14 1;42 ‘i---'' il 1 iiil iiiii
1 _1; t i• -- '' !. 1141 iiii iq 11 5q :i bilillil! ix lk i‘ isi PIP: i r 1YP lig Oen! il Of i i el ' 1171 ail ih 'd ptililisi il i 91 liliri 1 r 1 ill 11 i
I !PI PIN i" li 11411 41 1 egi Ililli . i q alm
li i 1111
ligqi 0 PE .-q IV 11 I !VI 1 .- lik 10154 14 . d
rrlq in Fli Phi g 111 i 8j iii Ili IZIK.S 1,g 11011
511/ h 11111.-.4 ,11 .:1 .,§..
ig iikl in ii iir 1E2
i
i 11
1173, go 1 q 0 1
L° s 1., g27 f 17 1W ;1 i 11 iPli HI Wil 11 i i liql
I P 1 4; P 1 ii I g 5g1:1 ; 11
OP F - , Id
- • ,,
7 p. 1; ,Ii ; I! /1trli 11
i;g1g; if ; 51 41 iii MI ii i I li! 1 ii
iii! g 1 is pPP i 'I.- rigy I; f 1; 10 -1 gig; '1 0 g Is 1 - g 1 • !.; ;
! IN I 'i i 1,1 iii 1 gi ig•s‹g -..•
I spg1g :i 1 P -I g g 'I i '111 I Se s 4g• 1_ i 1 !s, ' g g ii
• J: i ;(, i 1 s; ;Ii g 1 ii 7 "Wit -„
; b Fib 1P; igg,7 03 i g gi1111 ' rilli49. tg 4111g 1 ti
14111 h i 1 le ig Ili 0 4 1 i ph cA. il'ix\ 41-1i L_TJ, r ! es igil 1 1. '4,n7r Hliq/ 11 i g II WI '11 Inq 1. 1 1 ,11.04 s F 11
1 y§1, 'I\ il i i 11 1 IL Hi 1 i 'ill P I 11111111 il I i !li 114'! ylhi ill! 11 i r;rill ' N‘Itl lil i ! !li
i ;;It. r . 4 5 11. 41 1 § J i 11.1;1; ;0 1 II 11 IP Iv ril 111 ''o I- W.Eil • iii
PI--, i 5. 11 i 1P1 Iv g i gi
Y-ilii ii" i ii illzi0P gri 14 " PP Yalif= i -
a-g ''' r: ' PI li• ' i 11 II g 1 i 3; 8 l'Iiil 1 /. 1111 " 1.1''1 h ill
NI i 5 0; l
ON iii 1 gi, ish 1 11 igi 1;1101 Ili I 0: li Ii !Ys; 441121 i ib"/iii i ii iii !hit% ishr ii 1 2 iIiii ii i 1 1 i ifs is i;. ii
WI 2 *g i V W11
gII' E
i 1/11 I 1 11 il
i VI q 5 • ti 1.11 LK
i i 1 :, i PI q
LI
4.4 14 ii i 1! i! ! I 1 11 i oP!
, :r1i .- a i 1 g 141 • gg -E. rg 1 ill
I id: ip :1: i 1 ii iii . 7 i 7
1 94 1 01 7 11 I i 111
1 gi i gi °I 1 hi 7 f 1. li
E ; P; 141 1 Ira il le I 1 ii ri11 1 ge si 41, 01 , i
I rpl; ; ! 1i ?, 1 i; g 01 gl' gi• pq ; -1 gliA, 1 1 1 -1 11 9 ri 1, • 1 ill
1 el ‘t i Itgoli 112 ill - 1 1 ig i
i -IP
: iiiii " 1 P 1; i ig as 11 :0_,,\-m ii .; la !il Pi i i 11 01 1 ias ii!!iil; 141 1 ['Ili
i iiVg I 11 ;t i 11 li im ilig \- 11; Mr; I /1 1: 1 :; Ili .; WI ii 11,igilli g011iiii I 1 11 iii 11 I 11. hild; Ogg 0;1
I WI! i le pl I Pi 19 11 IVA
ii , • l• .1. IS gig I: 1•• P grgss;
IIin Lies
nil HI gag gig gg i 0 gigg si Hifi 1 i ;II i" 41 .11 ; 11 1 iii i ;P
ii iFF .P. i
IF ii v/ - i -,! li ! pi .1 i. 5 I
i°
I ' I 14 ti 11 ii !
Lij " Pi IP 12 1
- it 13 g 11 2f Iti 73 li
2 i P . 16 g 71
g i 11 ii3 13% il '—"' ig 4-110 il i i , i 1E1 IF 7 if,' 1111 9 11 11 g t 1 1‘ I 3,i 1 21 g71 t
3 17i 0 i 0 1:i PP I gg i g v g pi P ga4 a
F1P " 1 11 P'''""' —— 1 11 17 1. I : Et
F, 1 il, Fig 111 !I
I ' 1 si:. i • gri 1/ :s 11 i / !I; iMi 1 iir I Sui 1 iii ; a
! N §li .! i il $ 1 li iii I ' ' Mi,
g il ill h! 111 0 :1:1) i Itl " 1 ii k_, I i I !, 1 bl. iii i'd li ilq 111 i ii 0 1 k
2 ISE • ., p. EN EV
'6" 11 ilb 1 s'i ir _.!
”ii I I / Iii N at li 101 ad II i! 6i i ! i ; Ili Pi i dih t 111 1 I
';' !II III liM WO 55;
01 , iri! i lit 1 tP
iii ilidli i't 11 W a i 1 lei rr I iP 1.7' isE 11 h 1°P I it 1 i
,.!• .. ..p.„ s.; 3 3 g37 11 ED •s!. .g ;:g .
8 III ih . ill ill ii il i UP, 01 ii ifli ih ii it ill ii ii i
-, iggP 11i I.,
.c3it 737E i 1 1 ! : 11i1 " 11" 1 III
,E .11 . 1 I illi i i ,E Flo 1 ! ! 11 I ' 1 I i h PO Hi HHili ;1 ..--z, • ;
7 VW p i i '7' 4 I itP. F :f ; 1 ' I ii i - i ! I
1' " '''. I ' i I ' id 1 ' ii 111 1 p ! ii 1 1. ! 0 p, 1 ! il i :- i i li i 13 11 \ I
. - ill ii 1 hg ! 1! ;.gi. . g isigoi . in... 0 I , I. ! 4i ; 15gogiggg ,
il ! ! i. i i t4; !, i bkiqi ihIgliiii 1:,. ! 1 i i I rg g p ; 1.4 II 4 g
PPP eg : I 1 Phi I .-.- 1' I ;2 t- 11 i' ;! ii ' ! ''' • 1 1 - II i li F, ,, g Mi F.2 g:. 1 !
li 1 ill ! Ilr Ti 'lliie41 ;: iill' 5 " 1 1 2 i : li ! 4; ' Eir e . 12:21_
i
1
1 p. t 1 13; g. i t 31 3121 11 0 ; i .. 12 1 1 3 1 1 1 7 X P1 1 t71 F ; .2 1 234 gi
F 1 i1 It 11 E ' Eg; i g P IP 7 sg ; gf ! 11 31 7 11 1 7
II41 2 " i 7 g g i '7 71 1 /le il iii ig I li De ig i li 1 11 d g! g g 1 1 1 1 il t 11,1 i 1 1! 1 114 li
15 ' H 3c0 1 7 7 '• I g n i! ',Ii= g! 1 st fil "PI IP i 4 1 I 11 g Pi 1 ;i I, 11 '- ilf: I 1 il 119 11
A --- i I li i I li li 11 ig) ii 1 ii lei .i 12 I e g Hi 1 0 g il
ii i ii il 1 ilfi i i lig i HIP
li i A I h ! 1 It16 li a
i P i i ii i 1 g ii Piing if if igii a 17 i it i I. IS1 17 1 ii
1
. .::, .: ONLL SVX31'anH1HV 1710d I 'MN S111W'O'H ISM IOZ sp .i
SVx31' flH1tlY 1MOd dO A110 ill;1g pi 3
3bf11D311HDW m_ ,.. �`� Siff Dil VOA g F1�ilfli �p m y' v 7 no
`
0 0 1 Iffl „;_ • - ,i NOIIVAON311 aO1131N1 ° E3�py o el td.
N S^^ON� eW DNI41If19 SNOI1V113dO S)IMOM 0119ld ILI t ll § a g
�+ Ygg E ; ; % £ 1ci lic � b
%! fliiB b IYi€ 111i1g IA dii $
01 € ili
th I 611n e i I 1 lR �; iii
! d!!1
i !� € YF I
I1�1 !fflkltL
gyFi �q � 340 �1€ % ri (� {§ 'st'� :qR�� 1 1� •� I
��Ea�; iq � i f ° a Si f 'g 11 :IN 1 1eI i1 i1 1 i i 3. III i 43 jt
e
3I6 R€ Fel ill i ; ' 11 gill 1 k€1 1Y'--�+I€i j�` €k i I ii I I WIT!'- 'I1 . % 1 1 lI sIi OI!
1Ikik 'I
S IXs %% hi g 9�9 it 3 16 i p,. 46E y 1, % I/ III ; QIR 1 I Ili
i l��i� �6•$ E II
ie' 1 F a ppv i e9Y pn. ° !] 1 ! Yi" III
Y1 {R =�° � iv
d� '111 1i /1111111g 1I ' E b 11111a silii l; I1
i1 .i B ill1
nin5 ! 1.. Q% Sel3liiY.' II i1/ I. € @I % !H T!, IC ixi1 ptlp 1 1 e �1:.
11■85i1 � tfia Ip €i 1 1 ) 1gay 11 iiwk liIY 1 fiyi °% 1lille 1111 E1e11 `III
iiiiip II§ 1 I i5 Li ilnilis i% i iii III E EIS i1 iili Iniir 911
63 li IIisQ ; 111 fs tsla
113i1 11I1i°1
i13i1 ii !� i I.1i I-Igill
> > it €` 1 r: Yb ! Y e 1
1� iI#1 Fi- F i � i E@ Fg 1i
@€ii! °i3 1 ) f S°! Eli ce i i'1? F yelil i illbl� 1 IT - 1 !1
r11 €11ii . 1 !•1 xi g` !21 I i��Ei �� 1 RWF i 4.
€ i1 F ie I iNii €'i,i i F iIi F iF. Iv i 1 iv 1� ► _I: 41411 1i .11 11!' . >I°- :i itgflit!
.3 %� e{! ai %li4Qg� 11 _ ■t1 II%ia ii I Iiil i ' °i1!K 1 ! '?111Ili r■,ElYfp ... 1y I, i ; i aII-iiie-i° 1 F i i
g 4 Q c y p 1`li � i Y iS•111iik : i1 ;pH
ii' Q !Ili ➢ 1 Q 3 i 3ie 1 Id'' MUM
1.° € ii -• € mmi gv-° !1
lip;i@ .. P! 1 I.ii! it 1 !if i i 1 i. III 4 i; II
S II 1�, i i iil F ii_ • i a!g i 3 . 111 I FagIvi Iv zi I Illiii1: I El .11 1 =it
ili e i 1.1 1 1 , i i Iib i I°€g1 Piro A
ieRP111i F ! .i a i1 I ei 1 Ik Felg1 piFe 1i11°3 tt
Il� sii
_. � : iIli'liIaan i� . I 1 11e01ippl pii1 ii1.€ nn i€ii I i£3il i MI E ifikiii
d Pi gip @[Qe ii 1 iiq 41Y 1: Iii i3
1 II, 1 �r i eD(r Hs! p9pdl B rf'6: !ii i� Il° F;l' .3
'r� I i liri bil 4 I € c I Sit• ;i on1 .� 1Ff '33iS
{ ! i1 ill! Idgg i 1 i pl;e it 111 1iI
s fl
!n E I ring i 1 i I
I1 I . I9J
�■ t■ Is
-
i_ I •11 11b Qij d../.. 1 . { 1 1g4 10 i d' !p' 1 i ° pi I 1
i €!e I i f'" ip 1�Iiia !`" c1 Y' 11iiii ; i 5 i R' Ib i ' i 11-41 i 4.►� m iR1 - s F ; 1 F•"
!€€ i i.119 I6G € .s i 1p¢1 1= li F Igo €3g lid /di ril i( Iiy! 1 1(•,i l
?g i Img I i!i `l it v �I Iii ii I!i F$ E it � RI s'Ii 11 FI` y l If� 1!
e 1 I1 11 1 i c P ' F
€1 it 1 gli ii1.ipp 111; lI! li F p E 3i F Ili
i V e% 1118
1' I ! iEE1 iYl i1 EI° !1 EN I 1 % ' EMI
111!
li ii El3F Ilon a 19 € � Y €- -I �iad I I��ii i s E i fi3 Lil ii I. is IY{1i i€/I i
Q @ @i 4 ; [ % 1 o is ii11 ! @ ie- , i iiir o $ @lii s
I Q iF I hii#11 . 1 II1 4 p pFp ps is %I� 4g {'a`1 { ! % hill! $ Big1 i t;, '' - in R
F % Ic a k n e€ 1 F Cg Oil @ i1 ni. 1ilSifil 1 i Y ;ii; 9 e 111g i '• TiRI`1 °
A e 3. i 4 Ei•■ g @pYp 1
ii 16 's9e1bi ei. 's{ 1 8in W; i 1€1 i _ 1141iI 11 a g it 1 l! e ° IV iY! i 1" 1 it b ! .t
1 �• 1 R e 1 ii IF i fii 1 % i
° �ik E- �i i e 11.1,i � 1€i 3 @ s ; 11'p
I, _1 1 i @ 1 i. ci 1 i . H ti pi E it i i �i I i i 1 1 1 1 1la
i bill 1
e s s 143 ii �1`bi�• ' �- Y Y pps l i i k`> i s i i °R%1 9 f � S p
e1 € l ! i• Ii Yi.QIiY¢� iil r % i1 3R I i1� i ll
Q 1 1 ��p 1 Ii ; '� ; _ Its! it
8 1 i -I Ip %dill%§ 1 1 K.; ill I 1i Q1 % n g1 Ie- c € �: fitl%1% r s fi1FR 'i . . 'Q IIFi% zi
° i b i 1 ii I i % i%i I i 1 -! % #`. it i 11 Bile Q- i@iY i; a i@ili Yi
i_ t I i 14 i sQ a 11 .Ik II: 1 ¢Q �'._g g i n 6' $! liPii ei id , . !
•I. 1'- I< A % F i e@ � f� 3p %1 e`Y Pit � i��e F 1 I!1 -.: i 1 €1 9 !; ii i $��1 Ih
'l i °' 1i i 4ii .1 ei1 s i 14 ik1 1-i ei ig 34 's11R - is! i ile I 1 :i iy € i ii@ its 1 e '
I °Y 8 �%n :i R5 Q l QI bb i iI g 9 i QQ g .R1�,3 i I rii Qi Y�ylii� � 1;11 �� � � I �� iil�. ��
fi . iV b [Y � Ii I"-11 p II; i p 1 11' 14 ;law S1: gel i 1eli
19 i?r1 ° @@ i yel Ri . ?ril e 1 ! e ee < iiiP-i g• i` \ \ 1.1- is
11 Is pi I! €# €p1ii 11( 1i In €iIIIP 1@ Idio iii 1101;iiig €iali ,I l' 11lli
�E �a - i1 �' �� i 1 11 ���e 6 1 3' k..l-Y E.� i i.1 f' � ii ibRg`@'SP ° i L � ii ii 1:
a i- 4 's € Ilia r i1i iil MIMg g s 9;I 1 i ie pi 11 411 i` li € ii 11 I ' I ➢ ! 1
i€ i4 i Iil it is . 1. ilp i i1i$1 i i Y I:ii it i 11 i1 i3 i 1:° i1
i i_ f=@y p3 LI.
i, is ; i is5 i II 1 i1-e�i ie VP/
51 1.1
i lli 5 1 fiI;y F II E 3 i ±? ii 1 iii'p a Riii e1i tin
Ibi186;€ sei i1 a i i-i 1 I ' E-i`f'1 e1i1`i 11 4I I'i i-i
iii:lia 1 € i` 1 3 • I i' a i I n1 pill 1i Ig I i i 1 it
e b y i"«i F e ION g b 1 F
i g the I i iP `11;! CO I _{ It 1 'i i'ii i 11 i iieiNil IO ip i IE bpi wit ., i;
ii ° 1-. l 1 1 i d € lii p l° b ti i ip i gikE II `i i t
5 �; 1 I e 1 Ir pQ 4! 3 ill !. = lb i -'31€'S' gl.!,1€ i i! ' lei "4: 1 1il
i1I11e1ie � g a % i i!iP hi k i iegn r E YI li plum
i eye ii1Y i Ye i ii•i s iii T
° i 4 ! illy F:Fs1 - i E1; I li 1iis Ci' i.i.g.1 P !i5° i! 1: i 11 1 Fel
11'i.Pi i� ' n !' ebi I.,i ai@ i i> b R & i i Egg isY i 1.
III 1i1i 1 , WA lilg; igi I 1° ' tt).Th
1 10 I
i WI 1 l Eiiik i.1i1' I °=I
5 1i1e b Y Y b 1 '1 ;V E .1 8 sp n i t 1s
1 k W e i wa i eio i it iF b B 1! i € s11
llh
e @I€ YE 1 1 /1/11 i1. '1( t ! 1 =II i-F i 11 111i1 i� i 1€I c !(EI .4 ;VA
g 1III H i €
i It
s1ii '� ! i g� R-e e ; e1 ii= � i c s 1g1y1sI i 1fililii 1• h Sit l ! plc 1 i' qh. & 1. B 11 s p e ptin!°i1i i 1 i : 111 "Yi e 1ie i ii1 !arinkyeeQi=` illFll i !!igliIIiiIsrl Y e € bi % i IQp48 1 .i14c" i{ iig
i�1 1116 Fir Hill l 1I, 311 E IN I I* Will i1 i III r it I 11111;1i I b € Ib€a 1iiIR I I-I
iii i i i'Iir si i 1 Y 1 1 ( i1 g If ! i➢i Ie.i1 !p
Ii yIIP , QI I ° 1 I li /I 11 fill„ ii $%i II @ 9l'i I11 I1; l ib6 I'�
Both! it iliii 1iq.€ id ii a1 ii il€ ii its i.1 igmi.fi i 1C i iars ii kil i i i Ai
IMPIPPROMMIIIMiniiir
dam..-- __ OY9LL SVX 1'EnH1°V 1Nod I 'aA1e Si11W'o-H 1S3M IOL of ■�,__ SVx31`anHlav land iO Au13 1i1 gm §1 o
3bf 1D311HD V -:$.." 3H1°01 1p *PH 14 o mmr
J N O 1 � � - NOIIVAON3a a01a31N1 MD fbit o it Q ` 1-u a
�Huxrnro� i s q $ i; ~' <y SMON9 °mauls SNOUVa3d0 SNSOM OI19nd f 96
[31 p 1 11 148 rr si 119 aiit I r
ril P a ii iFii Ra a•t 15 r 1a a _.
81! R> i6e ire
Ix `e4 '�S i '¢ri 94
ail — q a Q �:r @ E■: y phi ■ •
1 A
e 1 a11I g i; 1 e 1 1I iie4 <.'.,_ i liii m•._ i Ili E 1Fr
s ■ �r 1�, 11rs Ili 1ciit �.� c 5,■. 3 i ■� ■ ijwinc erpC1! i 1 I $ 8 rj{! 4! Iii !=` R ill!
'—.�` = li et:1 '�_. I iQhl ._::�� 1 y1 Sill
;3g18 11 ta] nF.� II aye .F� �^ ; � Ir �, �i i ;N y 1
si r 1 r 4y i °i 14 L . 11. l i �� i ' i$4 i kb
�\�,I 9 .9j � E 9 i .n: \���-• r 1 0� J@` !1i i, , ` , ik
E g �, 3� p � ,1iipl \, i8 ;fi st I i he r ite fill; : !
ii■ ii i ii ii9 is i ithi ill t:111- ie ihal i MO i1 i
i ■ " ■ ! 1 ■° ° II
` ;E 1 ! i
i i ii I
E ■ ; P
�€ . y 4 i l i p r, IE S _ G5Q g yE41 °, Iii; 1491 3l1s � 1PPi ; 'g IS o . .1
II
■ ■ h i 1 a k ie ■15 I r 5 r p PI" ■ . .. i 11i E i 1 P 11 $' • 3 q I
e�y1 iI I ° i 1 1 9c I pi ilgpoe1 p1 i wi -g4 b 1III ii 1 i i Fij$ @ if; i i Pl lg./ ! i 111 It 14 E d 0. 1 ii
Sr 1 ^ ° 11 i 1r•€'1J 1Q i.f i ii 3g alp a `, a e f j a 51 i 4e l'ii i s 6 1 ri 9 a 1' s € 4
iiig k 1 s Y i■ �E � CIr C 1 i� 1' � @ 5 3 ; � � ■ � ��
! pip° ° 1i t t 4R R ¢ip§i I
ol 1111 i1 11 /g 11+ i 1k s 1l i ti; i ii I;ii e � i $ i1; f, 4 '1 i1 ii
li 1 11 # 1. Y k1 1 i11.11r1 a 1 °" i p € Y ,@ is iqi !€ is 9i ° r•4 �$ i° @@Ii?, ° ERfc s_R e# eh 6 ii E'Y i ti s �44 �4 rhr14 S � 4 � i r9 ��s;; �� �� Ip s 4�
11i 1! EE i° hk4ii A@iia -141i@I1 1 i iia1ip@ s E @" gC 3� Rp MI " 1 if1 91r c !i °eE 1
61 :il I. gi ii 11111 li 1s KA 11as14i 9i 6I 1qiq tp 1[i/g i eig. ? !°E l@ 11! i li it I ° ia i i" i it I 14 a Ili 4 1 isp#g
a do tl a EE ii E,i p aima 13i �s1:'r! i Nig I iv i ill ill g ii i 1 it I ie 1 it gi. it1'5 tip i li 14i
it
c a ei A1a 1 s f i Y q4e4 3 � } eii ' Ki 8ip 1 # @ ;� i[4 f i i Y I 119 ig 88i ,ilto Kt i 5 r ie 13 ii i 1 iii1 ih iIli
y1 $ 1 t` i i1a € E a QIIi aq Y ■ e tr 1 *l it Ei i K i .� @ 1; i:, i ��
la hI 3k i r� ! 1 vi E Ir I 1 le p i i ill ;
a i jj44 `-a°o`�4 i
�j i III !III s 1 i E � � �e � 1 ��1 E �i 3a i On f
it it ...... i i !i i 111 I`'ll 1 4 14 tI @ i I II R R R 4 ii! ■kh 1 g Ie it q h i1 1 '' 5' pi i
. i :il' ill ;i i Ili ii s r i it 11 E i at e 1 ig 1�' ! 6i r 1 i i h i iiiii h ill of ii. ■ /qi i 1
g l; 4-w, _ 1� li g bye will 1 li li ii i i l ii 1 ' 1G 21! ; € 91 1 gR ;II i Ili 1 13
{{ n 11 R I: r V
4" i m 3 1 V 1 Fij i tEi 1 4 ii ! a ii� a+pp Ea+ ° ;�� i �i 4 i 4■f 1i k 1r!I! gg511ilaa i' '1 41 o9 iis Eqi ° 1 1 "y!" is ''- ; 11 if 4 it. 4 fl 1 3 ss ■, @i' g i ei i3 i a i 4199°° Yi .i 4�s �; 4
ti 1 i1 tiy lit !-2:1 4e iEi .ad fEfEi 1 i l e p h i E 1 i1 i1 4 iF s i 114 f4 3tlq 1 1= 1; T 1e
,! i ` is i i it i is F ;!s li i 1;1 1i h e1 li a R1. li 1, irril i 5 'has IT
Ei K !' 1 i-
i. i i f a i; h Ifni i ii i I z w i 1 11 i i 1 i•l i s'f t t i_ :in t i i t l a 1113 i i m i i 4 ii t:l le i s
Ill •ai R1i e I h.". E ea ➢11 1 e
Hi `+ i 'sir 1 i..18.pP. a ipi
F4 e1i e 4 p s9a. GpiYeg r41i4► i1@ii
i Y ; S.4eY- Co7 ■ ' RY Y p°ai ifi f lf 3- iiYF e i.�Ri:lm41 �m i 1 i C Dy ..0 14i1.; 1 ii 1 h
HI:i i i g ■� -It. 3 ! 1Ig1°,rI ° ii t R g ji 4i - �io� iiil -i's'!i i i■ P
1 NI a ;i jig /1 i iy; 1 s ii$h g j gxri1i4 xpq 57 II ip J €8 i1 s i4 ig 111 i 11 i; .,� @ ,=i
i@ 1 i i i i i I Q 3 14 3i4 r ,,;: 1 if h 6 ! .;,ol'o,1 �_1yi i° 4' y i 4 t g i �,Y 'q6 � 1� �q `gsp� !� �� i e3 ii
a _ i i 6y ire i t R sl - Ilii 1 1 i ! Y rE ii =X 4 1r i- II t `1 I 11 1 es i 1
y t 1' p.E i '! i 1 iiya . @ ar a 6 1 e 1 ,g i r 1
i it i �r � �i M ikk•�I• i it a ig I �1a r ,i' 41ig8•i1 t i e s l i lee r° i 1 i3 Ro a ,e IQ e6 n �
ifsg 1';Ni i' 6 Ir 1 f 4a 01 1 ?i2 ° rS i14 4e ■ E i i i4 Y is ■ gl l i'ialf'filf sli�if 1 i si
qi@ i i lOP 1 1, i■ rip Y 4 11 e1 s1 i Ii d n 1 Ey i1a1Yp I1e:a1,1111 i1 41 . p
[ w a's eja i rill 3 1 4 ! !I
� e � 'C44�i 4 �i6 i �o � Rai4 C p Iri s i 1 1fl
t g�s
Ira`` E Q 4 1 E 1@ 4 I $° CiIY IB �3i1 i1p 1 Y E ig�iaE� i � �i � '� ■�5 i rs.1�iE Yoliitl ; € ii y 1 7 '1 =9 Yiii; � a1a sig11g 55 511 it x 1E I i ll i i t Of to
f fi 1 1 1 i w la 1' €i ° r$ 1 g ° °°
ai 3 ! 1 � � i ts$■ 1 a $ hl 14i iX #
tint ii i° 1 4! 9� i z ° °p 11p a yy; I! 1
iIPi;
4BIi1 1 ■ti; 1 I i €e i gq9;_iEya ig
i' �... i ei @ a g i ! i 411 i t
14:V s�ip ol. 4 Id i 51 g F : i e. . 3 e1 l i . e■ t ma is if i i r tie }
@'leii f E', 5 i i i1 4 r i sl s 1 W 1 -E$ e y iyi si d y ■1 Re si rv. t ■ 14.1I1 h1 1
1 i [ r i _ I 1 1i r le 1i E4 @ 1i■i r
: 1 ;111;i 1 11` F i i i 11 i t ii p i iR`irrc ii ill i s i si iI ° e ii;l#i�° i s
1 a1; hn a " i °r F! i a i l i F i ° i:1n 1 i 1 i i 4 1i 1 i l
1.i °l i o■ if
ip y31 $ 6 Ira.,r . . i• g II @- `'1 i i, €• a1 1
i 114;1 3f. 1id & i' 4 1 i ' [1 it 1 i 1[ [ aW1 li .1; gi i r 1. 8i f ;y° i r� 1/� ! G
! 1ii1 "0 I e 1 !; 1s IIii 1� J g 0 w § a E 110 :1 hi Ii t { 16 b ii iE 4 lr ip 1° l oi.
i ti i1 1@ si p1 �y ?i o i� ] i44 i i41 i a g E p1` 1@ a @. k i i_ i
dggaf @@ CE i1 pE $1yi 4 it i4 4e 8 rer1E , 1 p i }R 5F I=4 w� 4 11@ilrli 1
i 1 °i 3 1 3 i If ■ 4 it .1 € 6i @ b ii ■ 11 g1 111 1
ri131 1. ;ii I aE ppi Ii r �jI i p1 Iig 1 Yi 1
1:ii I1•1I IJ1i4°ri 11r11isa e 11i4 i11 1911 ! 1iii101I 11 la1ait141141i'- r 3i =.t1 :. E4d E Eii Ei it :1 U Eiriillg Rlpra 10 i i Alilr i a i i`f iri iR_ E
a
^' :'::,--I OP9LL SVX31'M(1H1MV IHOd I 'On19 Sll O H 1S3M IOL =p [4�
-"� rn SVX31'M(IH1MV IdOd dO Ally �` Sig - P `C =o
3bf11D311HDb`b" IW++Mr i ,;r I,uw1 s oy 11F16 Ng m vs - 4 mo
0 N 01 \-Y"^`c' 4 NOILVAON3d MOIb31N1 1111a 1 p o -1 1 ' e�v y
ONI110 scA ...�>.,„,:-` 9NI41If19 SNOUV83dO SUBOM 3119ld I il: i § ` c
snnoN� s t g !°.l: � � g
Bo` € � � i I
i waw;. gw 1 1 w q$33 7. I Pi s� $a� iP i °p 4 si 3° Qg w f a i ww =e
! { i! €k ; � M iiig i ; 6l. 7° Y w i 1. gng@i F°1 ii BR i 11 i 6 ll e w R4 Ri! 3F e€ i !hi Ii ' i € .egi ei ;g! 11' °R ! i4 18 iii i 9 ii I is ! !;w 4 a i Q i °� ! a! 1Q1 zq !a w Qi:li 1 Ilii i E a I $Iie i [ e ! 4 vii�'i i 4gii 1 Ig li i ! !ia 1g i' ig ! B iW
isii 'i ilf4 ! 41 ! 'l W ! ! w 1 i ; 1 iQ11 ii ! B, i/ a; 14 Rse ; i i If i 1! sq 1e a 11 g 1 ,Q ya [q i
II-€ 1 is i lie
! ii!,E, 1 i' 1 w a% i i ig ' iaii!! ' 1fk Y 4g. fw g a ! @ a a ii 81 ii
"gi ai iil� ie ; ;Qs" i' !di' ! i 1 4 illi it 1 i ;ill gj g41g i is i'' _e i ii! i! Iv. 1a €1 ;l l il :i1 1i g it iai i !
R• ! 3 1i LL 4 ! ! '
_ [ ! a i
!° . E a- o !! k ! Pi! S 3 Q° 66 Y a e �i7 t5 d 4 ! !! 14 i
!RI k�pp !� [! ! � ! ! SF K w- i .� �� a p i,_[ i ! 4� I "i ! $ �° 1 ! �- r<� ..i dl
aw{i � a¢!4 � i � � a �"�'� [ i i' Qse g! � � s� ! 1 � c!! �=! i �8 i $ � �!# i '$ a ill
g iw
gl3i I. i [ / i �' i° i ` aia 2 1 G h1' 9d a . !a` q ! 1 11 i 4 4 I 14 li i1 1: a ,t
i i ! 1 i!Se a i q,g1i i 1 g 1$ i@i4 1tl¢°¢ w e. Q i lii4 I i l°gwW $ 1. a igi $ I` wl al Of
4-Il w � � tpj to C JI
�1g' l iw °4 q !1i ; $3 9 w ll 7 ' ii 4r� i i i! - S i!! i i t g 11 fi� �° 1 1h
i �� °wail [ei � .i �!g �l` �pi i � �'�$ !! H
S' �i !! f°'. i-p !"p �'ii Fi ai iQ � iQ �iI i w1 ! ii W. i Y4 IP iai lsili i !'l ! l wi3 i Yq A° w ii wi s 4G i^ 4- i p E f "ww a 1 ! i 1 ` i/ � 4 • i+ li g' S' i Is. Ili ! !I! 11-1 1RY ! $ a E �i ! 4 i 1 ! °Q !i !1 '# �I i ! I id if ii/� gii i ii it ii 11, 11g1 1 k ,!. 111 1:1 n li 1; !ll ii 111 !.! 1a4 the!! ii ii gli i fit
11 i R ' -i t
i R I! i 1 ii° t
a w i i r! g ' i 5 d }}i. Q4 , 'i I ■w ! I# ' ! lh
_ 11.4
z
11 i v Y I e i ! if 'g ti [ ! R 1€ ill 4 68 a I fit
w i i 1g[
}G $ ' B ii lei ii !I li fii i ;ii
/ I !i i
v !. i R ! S ! 4 1 #ii q ' . I w 1 _ a g1 q
! 9 y i• i w i +9 4 iii z�jJ..i,i w R e i i i 6 [ 3
i1 i ! a i z i 4 ei i li !4 Pi la i I 'm ++ it i +i6 q° ;°!1° !
i � E ! i W I. I k1 lw �' I Ii °i !,� 4gei i a 5�� � ° li � i. g ! e! ii ii;
� � e
i i ! I $ l pRI° p I k a1 4 . iii¢ I 1 I
119 ,, 3 l l a a ! f w ii 1 i q! ii !ii It. 1g i f €1 lir 1 ig int €e 3! °I i 1 iii ° 44Q;a i
i! ' B z ii y B wR I! i `� i[ i- .. R i! I e 4 Ia 3` /I.
r yy g
@b i III
:II i ! i i ! 11 i€ 1 i i ' 11! lii. i4 ! ii 'i i 4I. I.i i4 lia it II 1 ! 1 41 1 4a 1411
d[ ii 6 i 1 a� !i i 6i ! cif Nil e! i i i' lwi i ii rt R I!a 4 i ! ii ! 4 Ii 111'1 1
!=a 3 ! !°_ �T., 11 4i 1i 1Y A31 III °F 1w /I 1 i !'i 4pi111 g Hi iq ;¢ !! 13 l !i iy41 WI; ry i
E-[ - Ba 1 Oh
"R , tG !1 i i q3 i of i !ie a 1iigi ii # i ai 1 q^5 w 4B
ii1 11 li ii it i 5 i[@ t1 1<w ii i1 14we I_ �i E. i_ ii t4 ii li3 !i ail Iw9 1 f iRi i9 1it
7 '* i `iii 41 i3 °aig Bw. piy 9k i ti e4 ! 4kg iil a H. a wit
p i @g ! q i € i big Si i s g RI i i -i- 4• ii ; 1 ir
Pt' , JO. if i ' ;I4 ° Ili gli II Ii b ie i 14p 1!Ili fir§ i� IS:
iw 4 gi 4 € 4 i ;IX
@ Ili ai f B #! i w ! ;a S`F i €i i e, ! g!
11 dq € ' i 'g i gii I i i ! €g 11g 6 i a9 !MI a 1!I 1° i1i
!I $i li i a '9 i41 F i i iii ii all i8 # i s PI e f i i� i i; ,ii i � 6 � i
CI' !k P ii 'I! ! i ! !e I$ ! i 11 1ii Ig 3r i i' i i !le i1 : 11! ! !i eypi $.1l; w ill 'e :'
I ii ! ' w i i F i i r ! I E. a ai d 4 . €! i a '
! II ic ! f I i : q a i Y set ii 9 i ! a 11 1$ ik 1 I g .. `1 G' i ei.
!i al !1 ! - i ii ! w i i ! g i *° �` kl ii i B Inl rit 1 i is i ie _i.i a i6! @! i4 ii €Q!
! !ii 1 �Qgi 4g s€ 12 a s 1 i ! !R, !R i i 'S! !![ II' 1° ! ' 14! a i`i ° Iw! i' q
i i 1 I ! ( i!i i i° i. . g is"R aii: II i I
Y e E 14i.[ isfi a k w- «ee 6! 44 p 9 1 i 4e } 1 i i, i 5 i a -
4 ill
91 NO T.
Q . ! ll i4° I ke 2! }. i !1 i g. ig! @'!i' w -! 1S h
$ a is T ! ppeI
I ! 4 ! w@ f
ig; Q ppI
Gi
� fl[ i �sa � 1F ' e i - i ii Ri Ri `o ! [ wigi i la w i g 8 S ! w 14;a g€i i ! i[f g 1 I t i i li` ! a ais ! i i O'i�I i � I" L_ i !;11 igi • 3 i 3 ! ! II i! €'pi l ! Iii i6 Io,. -1 I,�^€!19y II: 1i41i il i ! ii ii i ii1 _ iL. i!i ii i I id I ° ii i Ilg 'dial gi El11 I. i8§i
w. ;la M, pc i k pe OM
g a e i�p!'•iR_ i w4 i° k 4 g °1 VI i' i' 6 °y` 1 iyii ; 9 !I
i! gi i w wB 4 1 ! p`1 i i Orr 5 I i P° iy i 1 1 1' 1 Fii f 1 l if 1 g : .- i @: !4
€ R4 il[ 1i ii 4. a6^lia Y6! i s e i ik4i! ! i R qk i i ii a $i'c lq 3„i w q` 4 i q g
w! l 1 si !1 Nil I : ! Phil
i i i i e i 1 qi € wl Ili 1 ! i 1 i !i! 4 B i 96
i 9° w Q# ! 1 ee ! � i I. iS' g & � [ iv! i _
! it i 11 a rill 1 °g ie Ylalwi a ! 1 ' 1 /II/ i i ! €i II/ € /1 6 ! 4 eli4 i! ! i 1ff wii 9 i t4i P € i!i
w ! /! wi� ai ag i iii a Ili .1 @ 1 i I I e 3 M YG i1 F ?!w i w i! i e t6 F
e i ii r g ga g iw I. is Gil .. i w ! i°p!p I 1 . d !i !4 IN •! 6 i 11 II g e i6 ! 1 ii1s! eg 11!!
Y i i" g 11 1 ! e' i i !'` iwi !i ! i Bg I w"l ' !II
E ! ! I qF II'
aw! 1"p !I i i!1 i YQ €iw Fig ' R ! g 1,ligi " e s S wF! 11 'R 3p w 1yw2 ! 2 P? @5 i ! i s ! S4gi i 1" 1, Y4
! !gF II' ! i4 ! 4 I! 1' ',i
OW
6 ��i i !„ i frgllQe i i i l g! E€! a !i � ! i Ii 1 G4°� �" !!k !i F €e i i E � I� i; !G�w!
s i yy4 wF i 1 QI a k' 3f' i k is aSi 3 a
1 !! q BG is. I ill ! E :1• k€e it i, 1y1 ( i ip '!i Gi ! °1. !- ! I wa . i ! €R• i 4 li I iB' w 'Iii li li t 1
! 4 cilg GPI Q !" I ii @ pile •w[i!°i F1 ¢ ! I. G a3��la i � ! � w Rii i �! gi ! � ii nil g i!� !� i ! i � e �atliw ' !aS }@ Id$
I ! tl i ii! it F 'i Se4 !li i> e5' !.g ! @i! M p3! ! 9 I si pppi6 ii ! ! e!o �M tt Qp !. yi g i Ia[! i! i ggi;ii
s °i l!i i / 'i. + ilau a � l�le ire s ! i4i_ w Mr g.p II p� ! i �G I Riwx �PI �cP as � p� ! i ��- i7-i4
4 is u" i. i i. a oil
i �+i ; I i 3 1°° !E li g ' ! $f" Y Si Ii i$gag i iell
�e4 3S1 �"� i � �1 -04 �b1� ! 3!! ii do Y 0 3 y!T 4y X�� [ y 4 CI ' � � ;
I a'! ! n" ae it ilie 4 E 2 i 1' I I l 0, !F 19 !IF !" q 3 !! ij_, yri I6 !6w1 i
y Ei wi 2! i °i i $ ! ' w i ii i- i ! r 1i" f- qs i ! iS !' ![ � w„ a tl �K i ! �R 6i ;ag ie !€ A �" i 4
i io i1 i4 w Rg / Qi . its 1 ! i1 i Iiiio a a" l 3- f,1e s! ! Q iI !1R k alias l' k Y v [ a ! SBIi ill i !°p^
! _ lwaw ii ! ¢ 9 ii 1i! ib e, wb !: 1 w- i !: k B? e- F & i Of i ' �4`_°' � E :
55 S j 11 g ! Eiii a @@wg w- t a 141 i 6 EB 1 3 ° @ Q g "'P v 1 !e il; 51q`q ii fg! 1 71i ii 1i a1lg iiae d ii . @° i!e ig 'r . 0°a- ! ii ,, {i �a !i C_! .ii .° ii 3 it ,i . ilpi i1 i`So i:g
i Hi iN Rie9 i! 1gig I ii H. Hilo& Igii i Il I ii Ibi.l1 —i i! '. i iggi ol! i ii i! �1 ill ^Ri I 1 i'. iiI is I IY&-61 1! 1.6 i!IE€
gg @ i PI
p i Qw" ! R. a d
ag6h I f 56e6@ h
i l $ Ii PI 3i ii F@igi pi ! 4 w 4 ii i l B hi ll!i 1 4 :kg
:4 Q i 'y ! Q i ! !g 11 i i i !q e i il4R E #4g46 si
iiE 4 I l^li is I, eC. Iisq 6 ! i li 1 1 9gS R . I g 1 gl ii4i i[
! i
i ip9 rT iEJiiI
111h
1 ! ikitik ag; la ® a 4!
€ I
l lii
a w w II - � a QI g iig w G g ae !t i ill P" S i" ! '1 i a ! g a . fart' g �■, 3 !4i 4 y ! 9 !° i q ii4 i9 ga !e 6 ?wi ga
[ i ! f pi i a= i ! 141 y.i! q i a II! ;g1 i![ 4i! i 41
s i !I & ! ill Pi-ill i [ @ ll §
qi i ! ! it i lswi 2G -, ' MI O O i wgi 18i iil !gi i! i if w 4 i i I ! i ii+! iall i le e1 i k1oiP - 9tl
4 £III I g. . $5i i 5- g.. R i p p 64 i iR, ws i!w 17q 3 6 gI i g ° l!i qq} 55 �1 a•il 'i [ iS 5 6i yE
ig i ? Y 1 i a !' gi ligi4 r i 3 - 'li iQ ii IX i 1 a g 3 gii le ! i 3Ili; iI i i 1l=l! a !i= !g i! I. ii ! . i 1 4 Id g ai n � i- i ! Qi �$! z� �' i [ � ! #. (° i ite 3 � e
i ! i.Ca !a != Q !! �S B="i !ip ' ii: wgtl O o gl ii ' a: I is°iw l f zigei 'Va
ikf y t` y piR1 ii wR ai +ee ! R R !I!}i. i i4 i i gg ! l is ii gg k @!
F l [ Re= Ph
g6v l� Qii `€6i g:aii 4! g 1 i i!$ I !: ge IV i �a 3 �he'^ i
i8 ! '§ / ki I'll ' ° b- Ibii d it s 9 ..ME , �a! , � $I1% s ww l
i, tl i I.I i I R w 7 w
i, i - i if i fa i it ilii_ iwi Hi ii,1! Ie iii is i Of I in 101 I ![ ii i Ill e g
•--r":4:7 OP9 L SVx312111Hlavlaoa I .GA19S11ar'O'H1S2M IOL lip eip N
▪ ' �'t SVX31'8f1H1MV 1110d dO AID i 1!a 8 1� 22
33f11D311HJbb� !+o5gi gi 221201 6 Zsieiilt� E4 m 141 4 "0
J N O 1 NOIIVAON3a aOIU1Nl 1Y€1ei iy o . 0 F i e,
P, t
SA O smiths SNOI1VII3d0 SN OM 0119f1d hil .11�1 � § a ^
A' 111 g Sta" a i• lli'9= . 21
nt ` i E a1 n i nii i II a e51` i ,
i g � � s �!1 1!. 1.8
I° g n k
ii3I � i" c 1 l � i 1 =i : i Iiil i ' 5 i g lti 'li tail1 .i e. i qie it1 ail I ii 11!
�¢{' i °I: ! 1i• �111 eii! 1I EE i € iiii Ei! .�� ! r _ 1! y l:i lit Iq 1 i ; fl 3x4 I I gg •0'
I9 a �i`i9 la Ii @i 511t a i a1.I II 1 I 1 ! a ii.Y a - �I •4
a Y ie; � �s� cy(i�gp �;�� 3 � III
II 33 1
li? 115 fA !iii' li tI EE.C RaEp ill 1 �E 1 1 1 .. Y 5q 1 PI 1 1 5 •!,
1^1 i g 1! 111R 1e 111 i11is1140 11151r —> itps 1 ��dgppppei 1557
yi
i ; t €° 5111 51 date 22
Iy iii li 5 41FIi i ill
i i spa@ 1 Ili li 4¢! e 9 i aSi1 pR li
11 e
1 7Q (1 S �Y? 11 1;� 1 C32lY d 4; 5li
li i 9@ t
1 li 9 •� i ,f- l I! e i f 1r. 4Fi !,11 a i 11 4
gY
Q g . 1 " ii ! g y 1 t ! 1l llS Al i ! 1 1 11 7Y 814 €
F 5 / !�I si I li 11 a i I ! IEi l ii I ii I i g 11 it 1 liii ! l i I ill If td 1 !, t
E ! p nQ @ g �' i 1111 i ' ggg y' i=
I i d t II 11.. F/ 11 l 1 e9l III I 6 11 9a i ]! i 11 Pl/ 5 1111 �-WV I ill 1 ; [IP s 11 d
Y I II i 4i yi i I I . 4Y "a 1 i I "! a.A Sig y
I El, 1
' i - e �1t I ! ! qa p9'' i ' 6 - it311 i1 ''' 1� 1 © i11' , I - Yigi119 i
i l ! 311 !i a 19 1 i i 23i Y1i lag g ! i i 1 •• PI Ili i alii 1 13 ill 1 3 ! l t II
El 111 i 1 11' i Ii1 i 1i ! @ El III! ggl illg 0ej 0 iyi €.1 s!
!i ` i€ 11 Is iI i I OF i, ilt 1 I @ i SiIRi 81a i g1 eli i ss Iii a
11I !fl i! ! el �Ii 9 14 IP1F 1! iih lie1l e.kii1� ie ii 1ill
!•12 1 it i! in it iiii Isi ii ! i i ig f 111$ ii1€t iilii tl i$
s Y ggt !l0 1 Y i 91 @ g i eI; iY ! Y5' Y I `s i 9 IN °l+ e @ 1 g tit i is
ie l9 @ i�a @ i1 i a IT i ;a a • s — a.,
ii i 111
Yp5 1 151
1 i ' 1 i 1 1 Ei "s t 1 a E € e .' 1 '18 1 @F 1s iY € 1iill
iiBisi��� �� i 9 � ! �i � l i ��� iil ! �bY � !� � ! 1111 � i �� i i p It i it rr
i 1 1iI ill Ili,i, @ �! e 1 /:1 P"9 " ;5i a ii ! - it !! i € P Q' ; i r iii� I =al 11
Y g p
111 1 i 'a @ €lY !a ii i • °i 1 III i 1 illii ii 1 I i' 1 115 1 1a Y 1 YI Iili 5 UD: ! !
��o 11 I @' 1 g ' i y i I :Ii ' 1 qi ii gg i i l i .� i Ii II gg 5 it Ise s i .@1
1 1ill e€ i 1 i I i ii: YII kit
i 1 Y� it at i ai ie 1' Q i ° i Y.
Ergo
1 i 0 5 I I i i t " a! @ o io a a i' @. `i 1' ii t0 i !! is !i 1 �� �� 4° f �� a � ! � �- a� i;� i �� 1 1 3' a� �` �� li i•r � ii iiii' 1i �1aieia@ bigai1' 1 1 i'1Ii gi! 1•1111i! i 9 1y ° it1 iit1I ! ' 3MI 1 l � ����_l� �{�i Ii �l �i � ���`1 �i � 1:i y�yd�y{ �Sa°�i�1il° ' l� i; � ��a ��°ll� �� !�� °� i� �° 1 ��F�
�i5 I B i �j /l n Y9 1. 1'e. lie Y' f i� + 11 li E ay1/ i 1f
Y! Y 1' E °9 11 n a ai E 9 ! �f ,I la 1I ii if @
i• i i ° i 8� 1 4!4 l . �� 3;Pill li 1� S x Ip i ti ! 1: Yli � IA i� a � @" 3 l3 HI
` 5.
j e l 7 ¢ iE F if ii f! II 1i� 3 li �e .I 2 O i ieieie fi �i ii i Iii- 1 11 �i i �'9 tei d, i
,� ! i
I. Ig;i it! i g 1i II ii. ii li killls.i I 111 Ii 1. is ii - :1t 11 is I;Ia ii! iti• it its Wei i1 ii
VI i t a i e I l911 IAia a ¢ i g' o e! i { cf ylq
/ u�w09 / i3 1 t zY 1 i a 3 i ! i Eii ! i:I. i @i1i II a '` 1 9; 1 0 A ! B 1 i i
_ Se 5 1 i fll . 1 ;p ill 2 iia1 q y1 a1 1'(a 1 jl
�, 1 i ii Ytlflar• �_ !f 11 2 � ° � i3�i � �� - iI. lI, i 1 3 _ li III 9 1 s4 ii. ig 1 ' i ! Ii 1 id r'�5 i i I111
.
g 3 ! 1 es 5 9 • ei 6. . i E a.f
▪1 Ng E I 16 I-81 : 1511/ ii °! iE :1 1 ii�p 5{ la!! di i 0 01 11 15 1l II i 11 €i,1
ip
moms 1!s i , II 1i li ; 1 !6 14 • al SII 41 ltll K� I, a ..yi i i MI
Yi I a €; li E 17t rnij! ,, a6 I ay i
!t'- Y la p r ii r !i ii'' 1, P I
� E !r i gg ii Inpi 5 i MI S! 11 ag tt_E� 1,, i 'ill 1 i ae gl 5l 1 si si : y Ile �i1g. ii IiDi
M t ! eh
he 55 °i ° i u■ • 3 a % Ili ° l 'id@1 11V psi �€ he: a � Il 9 ie ails si° 3 P it ii i i its i y 5•g' @ @ �� i;
1i- i I lli v , I .l 8 p 1 a �fi4 d Milo fl t e a p i itg ! ay
!� a i' i Ijl i It v Y5 a , 5 6 li i 1 f i 1 11
�. I ` I 1 �� -a a id i f:R i Y g 391, i 15 i=i
BE
z R1'/ 1 1 sil ,9 121 . I`Fiia 1 11 a1 IN
1 ii@ iI IIiY a i {1` l� li ii i#� 1 °i i
a Y;iy 9i h111 1 ii IEE'M8 111 is I i i' a i1 19 145 11 a i i 1 II la
IIEfl3i 0;1 1 iS ii1l
€iii if i is iy ii i! MI Wig if i 111 i i IIi ii sii �;t5.11i1l 1 iib F€ i.
y e� ne i Y aY 1 a • 6e @i E 515 a15 r lE'a li €Ii I ,y
g 1 15i li I to ! §, €lip Ie-'t t �.a-I` a $ AI " y
▪ 13 i 1 {{ 4 - ,ii, �� "°° a e �
fY 9Y Pi 9 Y l 1Y If aY' l _,. 5 rgn ili
pp ax fI .11! 5 5}° �� j
1 li iii e Y aka y 11 15 1 812 11' �_ i 5 15 1!1 �i
Y .i ag ai i /y{9 ph F E Ei ai a le li
i Oil R• = i li 1- I �� !
i al 11!
s a i 1[yI ill ii t @E t @il 1 i a5=1; = !° ,a ��
5 i g ii ;ii i i it II '. # its 31 iio {ii I i t 1 iiii ° 1 C=
€5 [' l 1 yp5 1y , C „i 51! a ,g5? iai lay8a ! fL� 1 MI 1 I. 1Ie1 II!
1` 1
i 1 5 11 4iif 3e a' ° 5 i1. R15 1pitfthi 1 i— !f S S @ " 1 ip} "99 !II ti_
.p �! �j t` i I, lir 1_ i 13C= igi t� !i
1 Ili ��t11is i 1 �E lie i 5,s efle Fos ii I L �' p it i o "i iti' i
i ei ai Ilie 1l5 : li ii a e: pli = Iil 14A ili ii �� ! ' @ b i! 1Ip: YI2 1 i' -v mil 1
s r: ! 5 woo�j1 dY a 4 Y p �5 Ylt Y @1€n — i
I1 . �1: II ➢ii ieiI III e91 'i 'ii 111 l' i. ilk ;1111 i'E = 1 ll i 4i• 11 1I .� iE E is ii 9 �� Ii qli ° ik1i@911 11:t51ii i Ii11959i @ 9Ii• iiy a ,„, ' `a ' fig!
s R
1 ; st sia tl�i=e rip!
il Ilili IlY1 _l,@AIIip' �as ..; ee
i � i ' ! i! :.find is �F�. 5i of i s5�'sogii:aads ii � kh ,
"•'""" OWLL St001'anHlar land I 'aA19511IW'O'H IS3M IOZ 91
,,....., ....,,.. ,..,,. :� SVX31'8f1H18V 180d 40 A110 ill 5yr ° �_
3af11D311H)?JV w,�� z`^'d 1xltio1 11 !IIa m t%�9 e v"o
o N O 1 ".,:trn°" �. NOIlVAON3a aOla3lNl �� pr o
O i-Vic OJS •._ maws SNOI1V33d0 smsom 3n nd I i 1 p g `�
snnoN
SS [3 3 2^ /1111tl { �� " 11
fig
=o ii
Ii'; i 46 a I1ci[ @F Q 7I Qh J yk
p i F Ili S I♦ M1111 8 1
_-"., g �€y� !� 1 1 � ii ! � is t i e�e;� `� � � � � �� �� €
m rit' = I 1 5 R ] i; _g-ij i Iiii F9a t i q^ 4
I pQlg q 1 ii, 3 y; i e i � i li.Iiiil a y I g .# li 1
"Erl'"""Mr. 069LL SVX31•21fHTNV 1MOd 1 'CA19 S1liW.O.H IS3M 106 1zl e9
SVX31'amHlaw 110d 10 A110 a€� ig
3321111D31IHD21b _ MAW 3s 9`'-39 m VI' 2a
.J N O 161 .."" •J' NOUVAON3a a0Ia31Nl � k€� y o u w H f g o
P <
SnAON� 9NIO1Ifl SNOUVa3d0 S)IaOM 0f19f1d xl o ilii 6
ici
3 i
a A r is 1
•=.6..a`° ' i ED
J1 it did!i E ii
1 gy!i $
Y. 1 xy i
§• 1�d O= °I ' fad 4 �Y
iriti
cc
Zr
a
k g 4 z a 8 w
I 1 YL,..H C.)
W
IX
U
Z
O
S S S S U
J
OH
s — f
0
w
si p
3m 0W na Oy K`ZJ
N
a 2 >0 O i m j ao wa e
r O W W W 0 0 yWW .j00
a S WUju - < -r 0
°w ° i 1 w = 6W a s 0 w
r Z Z r ° r wp w— 0
V O m z s W w > U w E F W m
2 m W N y O < U < ZO a O w Q O
o � rc
a i¢ E4 m mi o p g a n wa a
Qy O rt w,fQ v O J 5`( g 0 p g U Y
C '< Z- i C 3a m � '.L a EO 6'y N
m 0 <p 2 W Z J O K 4 1; J Q O K
O mW 3,T, w Zw =_ _ = 3. wa LLW 0y m
< UJW SD NH Zy 3 y= �_ �W Om= Ovi
0 ra ZO 'Z yW y < Wy 410 =j Way Kg
F.
zr y 0 W 0 p r 0 y 0 y Z y 1 y F
F. Sm� 1 92 �� UW U U wvi Ol pw mor Eo
Z m 0 Z' 0 g`F 0� 0 0 Y w H W QV y 0, EH
p W
d OW dm Wp r< Wp WW y> �H QZ Qp GamZ H�
Y ag Y Y q 2 W �0 q j a m y r 0 a U<3 y'E
U W a U U O = Z i' a m 0 W Z U Z 0 Z-O O
rU O JO wW << <0 m 00 Oo O2S rU
ink =y � Qm mn QQ <? QO SE Ur Um U(/�ly m�
u0
O� tV � Y u� ro n a0 O� '. m � W Z
mQ
.,_ OY9LL SVX31'afHlaVlhOd I .GA19Sillw.O'H ISM IOL i1 Ili N p
i O
,.,,,e,,...,.,. ....,,. 4.,,,,,., R s'jo" 4+: SVX3l'aniu.aV 1210d dO Alp !6 b e.o ra
u.wd14Q�1W �� It{p ! Z"'
3bf11D311HDNV 3 �to.d 31ulod 4 leQldYele4 ., 1- m 4R9 II <o
..J N O 16, ,.rR:,.;am �5 ;• y NOI1VAON311 SOISENI 1 1ei fps o ' 2 Q t =.2
OM11"'eO'� ONI41Il9 SNOI1Ve3dO S)18OM 0119f1d I
Sf1AONill: 11I a g
1i 111! !i eI illeei Oh! 1 II( le' III i 1 1 !III ° P
iII i J' c1'I ilii 1 I I. I:I III,1 1 I 111.l=I �,eelllPl � I [ ° I i ! 1 Q II {I � � !. I z 11�jyI h
1 1 1 1°1'1 11, ,I 1, ,i i 1.1 I1a1 O II11! elylf 1 a I i I! 1 f i !e Ie! 1!t 8. .i!i i e ii i' 1It
ill
II ° I !!I�` EI iil i 1,III! I i �!I1. t I III II l et it,fl IIII I ;eglt I��° n1il�{t1. y I I s i6 T1° ifi i l,0iii1 I 1 I i! h ,e PiiI,E FI ,1, I ( t 111 Il !i[Iil EI9 I 11!E
/ i1 III I i 11!Il II 1 09' iIlll 1 iliel I Ili I l II1,!I! "O"Oil 1{EI;1 1 l .
'' \ 'Iu' i1 il'II °1 1E111
411 11 I CIl ! 1 f1 414i 1e 11 i 11 IIi 1 I !!4 1di
1,Ii! I� 1 I !,-III IIII1 1i{1.1! I IIiIiI i1II11!II i• , ? 1.1 1 i
IE 1' I`I IEt 1I:¢'! pool II til{I111!lull,�11111 IIi lI 11 eI: _..,ell I I I I,I III III'I
y k- 1 hi III it liF 11'11!), 1i9!Lod! 111 1i1! 1! !cel{of !� 1 1 "1._ i 1
�! , I [ i !,1 , [ !) iI 1 1I. I 1! II I! l § 1 1i .,aii°l .. ! I III II Ill;
1 h 1 1I II I !r eI!.!II Ii IIPI{II 1 . . . • !7I{I,[II I i ii LL a o© 1
I _In I IA. III III Olt
€'tluII do llrim !E•l1I11i� II11111II1 11 11I I11 I Ip 1 Ili I 1 !p1 ! 11 I1 y l l' 11,1 1 1 1=P1i 1, •
i! E I 1 y e t i I I1 P ° ! F i1 l ill 1^"
11l[i1 1! ii! II l[1i1.1!{I1111p � �elp In !1 nE �1 ! 1 I I I�I e 3 I i 1! i! � I �I I :e 7 S �. _-
y !1 I Ii II i'I"1! °IIl 'II I It 11II1111 1 I II l a k i 1 1 [ i 1 [I { 111 '. ,
lP{l'l I IIi 1t I It I I 1111,11i i1, n lt i II 1 1 I rP !1 IIII
I I!{111 {•! !li ! ,[ ' ! !t I I 11 ( t q I . It !E !i[ ,n11Q1I°I,I1111t IIII�tl !ll In IIi 111 1 111 li 11 � 1 l 11{ 1 i iii 1 Il 1I li 11 II II!ill 1�111 ill 111i$III Iltel i ii!! ' I !I ( I = ! '' 1 !! 1' 1 1), 1 i'we eeerel,x,e°ec,;e!
I [ ei w i I' 1
11141' ii 1 , i EI 1i , !!111, I I1 l 1 1 l „ I I. I I III ni. 1 II al 1 111 g 1
Ek it° {IIl111lIlIt1 ttIlI Ill Ili !l Itl I 1 !' Z I I I II iti w 11il Lill lI i- 1[,. ,'i
�I I { Ii[ It.,I Ii lll, I iii P, �Ii ti iI 111 11! Q (((1 1 i [a Is "d Ii; [lily It1 ill 11Ii1�I i1•III,I Il riiil:11. Ile II I!I 1 It iiI 7F 111 1' i 11 1'1 I!,1!11 { 1 r i i III I I I
�i Q i° i iI� I! 1lltlt. it 1 ,i iiI II
iiI O II 1i I II 3 ii I f 1 E°i 1 t i! 4 e i � i I'. 111 ',i
IIIIiI,91 1I1I1 i1i111ii1 II IIIII�Ii�itlltllllll Ii.II 11 lit!EE?II sQ it!1 2 I!1{II III!i iII II III!l III 11 IE 1 w`I � I1111it11i1ItII'';IIIlIE11Ii{I
t r pp 11t..I
I3°'tI 1
1! 11 11ell-ri F I ° ii
I I11 1 1( IP 11911 i I I it 1 I l:1{{II liilii I( a 'I i ;Elf 11 i I IIIi 1 R11 Ii/11111 ll li !Ph IN1II II la i1i.Illi e11 i,Y!1lili IIi 1111E il'sP1E?t:
'I , } 1
��, ° i 11;1 1 1 I
fI� a II1
P \ I� o r� .II-I� du Hi
C , +,1 �ia-� r„3 L 1.,I1
yls _1© c 1 0 � 0 1 ,EE
t JrY _ !, Pal I v 1 i!
1 pi
111{l e I 1113E it P:! It lii
!ill �� tlsi Ii1I1 i1I1iI Oil lii{F il1 c =
hill 104 i` lllli WI �p111111 li!! sII C _ 1 Ills
•C _ — , II I MI 7 lllll! !I '1 • €II
I �\e 1 o o f l.' ! i ill.
111111 [i ilP 11I11 'gill 1� 1 l ".7
1111Ei� �.Q I11 IIIPIi III1lI�i1P � o 51E
____i
a 131I� �`��Z2II11ieIIIIII�Illiloll�. - 1'_ I
i111�� lll-Iii!fofII;g lll�I1IIIti fi.` :: 1I E
• i� Iii;1 ELI
i�iF
!{iI tg 1{I,1 Ileet !
I I l ^i ',, i
Hi, 1 ' - _7_ -.11.11- HO rZ i il 101+ = I' :iI-H 1+ , !{Ili ��!�� II'= �I Ii
IMP _ ���' 1 sI II !1 i'''l�illl
IIIIII �� , 1 tiiliIII4
IIlim Ohl! it •
I.l 11 ,I1-
III
Ohl! ,Ili 'i li-'
Ilit°i tiQ rhif t f nth 1 _r°= I;11
iP wili t'' I im Eitilr I Ilii
fIA ,_ i in: i i j i�
t` ' II1
i t ii1 . 1'.•i1 I!1 !HMI
it HI III ilQlill lid lig.
tg o i�
00 _ 1
r P 1pt:
1E 0 g
id! N p 'E41 1,tI 1111111i;;1 _ _ 0 t
�16 W i�I dviI Illlllill,If r61
N
O O
O 9LL SYX31'anHUWV ltOd I 'GAM MN"O H L53M tOZ of° € 0 4
' •�,t S+e SVX31'Mf1Nl71V 1 Od dO A180 1 46 7 8 6
H 11D311HDb.V AAI.. . t:a 3H1108 6 ro 111 i! is ,, o Nz pO�z
'D N O 1 ::,,e ,; NOIIVAON3a aOla3lNl p �€ $ a �O 5
0N117NOi ' ONIi]1If19 SNOI1V83d0 SV1OM 0118ld t
SAAON € >t : 3 m a o
Eck 1E�II i� f 8
Hkiii, I itr r 11 iA ®�E' � I W
— - l�i�r ' E7�eE ®I�' I� N
0 Ail11 r4 I'llii:I ION k e II g
rc E. .ate ° z
® m i fe E IEi88 F{jl r ~ °: •
co
It JIt�E, f1 r,;1 k
f �figIE! 4 ., LII
i t1 i
hiIIIk
NI i( I j�l=j. t 4 O hi IE, I.IM ° . z 4 t
_ 1 Co i d81t�pp girl9flglil€ _ - I a
w ° fjr aq 1 ily EFgi111 g t ti ° rc
4p9 ,_ q U
i EEEIii Eq° ue II 6!hIIilh Ii i .-1 L
0 E1 al °l° fq9! qiE e I° �-- Ka
E
Ili El! hi III E .. in f q!1 11 �' r Cl .L �g
IF ill ;,rL"! i• 1 f_' i' I ��r t y�f EBfEE IBM "l-� 91"
f : 11 L J I 'a' ii.
Iq b ' flFl 111
;Igllil /fill di
kI t—r 1 --:m F Il9 iiiiiE I'b q° , aflg€
F ,-r,^=-* 1 L E HaiE ,) I11* q of16
EIIIII Eigis
3i 1 S _ N g'M Diligip,__( . Al hiil vI IE„' . co
is1 i ti l o t y
fIEi 9 'TAZZ iE ° Z
fII� V ,, 11 i ii ®` it1111 4r., a l' r
io
.. II .!i• ° 61 1 - It;
S 8 l'E l' ID a;
6 1f ,ii --4 1 y ilE ilE Pi I o
I sill 8: I I g e
II q1 9I1 ° s 5'5 iI 7Yys }Q 9qE {i{tZ1
dill qil Ell II IIlfE1 a:- qi III
!11# )i •' N' `d 8 le' ° Z
i flit = —_ If t11 (,
q f 8 - 1 ai I ff NI f „
1 I
fF�i i ire •' a 5_ 'g% 1q e Z
li ° I Q f -, 6f ' ° ill 3 O
11
,am
il°E ,II g ;E€I ,,
J _._ i f;fili IN ' .. I fE1r€q;el! [ w ( t -may
6- 1
Q ± .� 3 flt,iq ° 1 6 ° w
L ° \ f i ii g}f110g _a l 1SlI 0 4 I I 1i ;� t H
i q1 F E11E1If° ill f a s al MI MI Ig1 5 .if k 6
Q IIi II id pl . i 1 i€,l 11�1 f3F €,i . lull W IE 11
y F BE �tf F i i II !4i18 ' ,� e o E ,. III wc�4
z � 1 ;i qi \ r I., ,,,
m -- ii• 1111 flf
a. III Iti
MI
I F Ii F ar e.i1' igt i6 ill z
g ° i 17 q Ili
• i .g
F ?€ 6 b 1�'- ,g g il ;1 °o
g.
L I 3 _:.III iti A `'ft ,.,,�, iFq Q2 1 I- fl ° IN w
q! ;.a-i--4 fl w f '- '.: 'P C I t '
6 � pg ,? o� 4� 1i.h, ! 'Ili'
w_pax• *I 1 fri \ r p t 1 t ,8itv0 I 9�ige I. ;'°,, :€I If! ,T, 1Pi `.i. Rij. 9 i 27lei I A M AA�� ia1 ff �Iiiii _ "�
Id ,F Is qii r III'
,t il s tl Il § Iil��1 o Y
„
f I f,f. lgglf -
W _ ill
E U U.
II! II '5 8
ice, ,,,,,18v 180J I Q",,6 5, I. a $
m � S`dX31'bf1H1NV 18Od dO AID s sA p w
0 N O� /' �Nlllf15N0� a c =K o O
q NOIIVAON3a 1101831Ni s, c W 0�
a a ail$n/��N` �' '° JNIOIIns SNOI1V83d0 MOM onsnd ;mom N ��g. _' w W
st 20
� � g d i g g 1:o
g Y g Y co : a ii 0 ie 1a �1 g itl t $i i"Ws I e li i "sag
m a s a a a R F e p in ` � �° 5 g S1 Q s l;a& i
Z 2 q In I ; 111111 •x a 1 : i iy ! g°° °.ii:° 1§ a Bgpo $ o. a! m W 8
5g° � aW g ge �� gg � _ �.
d Ss= g W � $ w g' aa3iagkgk g a &:Yg C 10 g I.
O o g s .e = s p W A of g'',h 8sgaay 3 "6 '. p gie Ei
2 e ?`s u m l ga u !E rg g� . s 3i a li i !.§3!ia&; ii laY it
or-
Pi or
rir
(1) I .; Liii 2 HI i 111 fb tige egv, 3 /N.wttathi vr:g* g,i04060*.* pl LE
' kIIhIdi d o Aiig!ii !ii ; IUkh ig
Og s s g g g `s
Z Zg gas33glg % g g g gg ga yy
1.11 w $ ? 4 b' i 3 P # ; 8 g 0 4 - i f t € 3 ! ; ., 4 4 3 R € 4 3 d 3 4
i
-I q I
C■ ' a „1 , , , B ° < c e 'e, i ; s 8 T a o = u $ 0 Q I i g W 4 g •o•e�c y fz� e
Z o
CO m € �^ g8 @� �g �A " "s ,oY € s, .4 g c g € s,- g a g a
m� 1 . g v. g ; gli 2 ' EgI` Fog
a ': 12.0 1-.;_Sg. g. � 4 egg1 1- g a-8t G a 5s Eg�1 s=-$g € i a 1 =_�s gawo ;
(n O i' tE lig g844 1 i Y 1'33 IIa gs x• r_' s = g e g x
Q z FaM s 4§€� $ ° a55 � as ��; Pill s } g � gas �� °"ax s' s "�
J X g : 1 11` g `:1111 i8i 11 i°gai ° i' g ill 1 & y /W eigi a I. igd p;Fl°.¢.!5i ;_
b ? gaYg.�t = e � a ; 4 � :� E� g g AAA Yam gE =,"' i9 °� €��fi W 4" YgWg
w8 � , s Fat" =Y=V` gW g`�g g= i; aa$ ° 8 gg?i 'aka= air 3 g`sfg g'a
W 00I5.f g g $a a 7 ail y igiAl 3 i I? 1a1 . io &` 5 k°$^.af. a g = egl g a o
W 101i g ,q gi 1ac•e sg g�' Wt a W d$ g i G
5E = 4i " � g g� ��gsd�G E 3G °`� � �Fg �` � g � b ° � � iq.+
D ° @ ge- i a°R' f °� Q 888 m = h. a g a; w: 4� a € W g ++ i- P3' Es a
CO 1 10a" W w-, f.§Wo'i �! 5 - ..4=8 app-JiIQ d A s & ;a Y Igg-2. s W VWlg .°-1 G= pg
° 40�;3"§"' r! r` lig"''FFFFS s {� � ago �' �W w & 3 € g c8'g° ag s g 83,3�Va.k g , R, a s� ��4
t— gs h Hill g Ita /[,4 hiee s'§givV,0 ,%plEli2r, Bs` g0 g geg : vtvg i a§.,g,§GSA
� � �� ta� �a <i-Y� � g � g Yr�gy�, g� i=gqg 3g�go ���. � �8° �qi gig � � �e;�isoloirrufprivoioplipol
,g �s° g�gG p� � g
a
O ° ! fag sg
> G € sg 2 51 ig id W %gig gl € sp a gyisws,
(n W g 1/ ? RI °YI 5 g �y454 il 4E Ill
4 i_ N �[ 2 i_ if Iflig3 so i g y'';
I— J C �p E e l 6 s4 2' .Yy A 6W . e w 1..(E.g.x 11.EA. :31/
C°F Y f by g E W 2g2u 8
g s1 �g 4 � �$ e i �gg egg sg,3
o 2 i2 W a g;; ' " i ¢l � k 1 kW i i i4 4
I..L = w , g ii. . . 9 Q .i.,g i g 2 a 01 s - , § 8 3 £se-s g g:WMt4gs
W w w i ii B i i i g g3 WM d 11 Pi, i 1a i5 g g 1 w rl iAlg li
n p ' J22 »F d a 6 ► D ► p r LL gFf<ad`a $8d3g8
O O < tl u e
ui Mfg 8 + 41g
CO o
4O _ 2 Iu Y Pig 8Ig111 `ig 11;
. ®�.W} ® 7 a - g P $ Y4E . c r &"
Yk35apk i 12* 83: LU g
U " z _ S g :d 8 4s I
ri
2 B 4E y g G ° i a° e w "4 e g p e 5 d
g g 'Fog§. H a ! V p glogg / o a 8q a *.i - yagg OW g CO Y,GgSg_.: ' 3 grg�' i g �' , gee°s b �>
z , a.°8I!Wo°` i g a € i z 4 ss. $ Mfg
I
IEt, �w QSly6 14 gihi!
C ullI! hP ! i 4 4g � g31ffi O
� li
< < : < `/ ` z' ^~ Rx ¥2a&U/^^ /\ E
\ »\ � __. we S\%R : \) ©_ e
� —��o ) \ | ��InN o�� Nl � \\/• ! ©` ( 2 : t
� ' 0 1 snAoN ® . � ONmms�#a»osa, o amQ \/\/ ! \\ !
6o ..l , �s § Ill
E, .
. §14
/kh | ih1©|i ! _ §!§|§|
.
§tp n/A
` \ )
iml
.:\ z E
• _. z p
. R
\ .% a . .
k_ § ® " �
z§
2 z
E
X .
\
2 2
^ 2
2 2
2
j
. ^ » / ® ! § E El
2 2 z
1
0
)
/�
Fi
no uu osxmnorwvnOraiv "L c'r. 1 i id 1'd d OA1E S1 wY.l-i iii ,�i e 6
"� SVX31'8flH1NV 1aOd AO A110
'Tl % f k' en.,
�i ' owinsnmeoawx�u SE ' 3H1 tlOd t�� O. WW
[� O I'I ONIMSNO31, i; NO111IAON38 801831N1 a M
.J I 1v ' 0 2 owa
SMON` �'v NI011f18 SN011'd83dO S)IdOM 0119fid 5X`5 + ;- .512 lgi
N E
Asa € _F :� s W.
a,v
1 _1 : nh'
0111
LU
111 in
p g,g , (,)_ , ga44 - <,,'',
0 9
g1 lig 8 N
< s li
c W x i anH.av iaoe I ania n +0 ti v 0
tm��..°x.omralena x t t o
_ //�' SVX3111f1HI V 18Od 10 AID ' q
{. - °t°1O°ti.w m.m ue a5�, I a 3H1iOd t-S y 8 m C U
n N O l/' oNuinsmoo \` 1 j
NOIIVAON3a 801a31N1 F,n }
.J I SWAN ,g. _ .: : ;
ON1411f19 SNOI1V83d0 S980M J119f1d i a.l Y Wig,2 �
o ,s.:a :: o t x m
0 a$
8 e R E A .14g1
w E. 101
45 rt A yq ,.a,2 - .g 8g-.� � %LA
a_8 m` .$n iE�!! o 1 y i, oas .,nu;SEEm g Li 1 q i
g a $ 1 %l8 '..1a1 i1 .01 414 .Yg�$a8 F '^'E z d" W
'° €7� 3 1Ee2' o Y 3 "8 YiN ¢z€e � Illg
m jj
s E p.c 3 Ea€ in: s $_ ; I €-k phi];
tii € i� si
a E"g18 EA -¢$� IF; o 5 38E 8xv yspa pmx^u oP S v� Y _ gl
g E < a it o .a 2 1 . "@0.� mii3_c 2 �� it.
:�� 8�6.= s NI g�" __ E E.. �� sL8z a Sa
�1 t;Ip. ,t9 NI xaim E o i s E E' 1_ a $- _ "
_I9`E-! €y lgopiig�a �r 8 £ gliiil s aI 116 611 s e!
ga �m-i€2g gg 031, �a 0E s E5Oi 1st -„124 Eg E'cm ,3
5l. a . g --,, ...!,.1 yy / B Fi €a: i E E E ` e1i
EEiai" g 1 2.m.E1 E 48 $ E:1 TeJ R1 /210A=E coo ,le._ a oli
SEE �6§" eE eg o F4i°°■�; �EE.E o1i_ ia�xpg 1 m,cE i ��=
yza; xq; .' sE ll9 x E EEP= S jyi ._ S"� g`- 0, of
6 wgw q5 •�'L Y Ec ���� ��iy Ea Ea-a B 50 �F � a
<.. .wI a$ 4 It'illiq L1gi' HIP;
7rtt °� >. n= i mlg ZEE^ `c I80
21I a a1! F EF7` - a3E-_g -- y1g LS Eb 1 0pi Og ta2-5 ' es
gig ram E Ez8 �3LL WWI
��d dez 1P88 ot'iya ggg z- �._ � i�m�
GS m &a Neil!
El3F� E7 !sees mi o='ilp;i sai =111 § agI
Zw d'e OE_ V$ $-44jj!! iflw YF € `es hand i! $an0 pE
o as !9 OK'i aaZWA <Uii� � E'T w�- °� 17 - ni i 2E;
ig
° 0 8= 8 E. i 0 9: 4 r¢ F ! ;!ii
w. s$ z a 25 s ^^ =3` It 1 s 4! <
LE a s ; g4 1 s$ 34i31 I tt _"'^ s 11 y$il aA m E 13 : is1r3 hi F IN 1
i c FE� E ! a u f� 3Y y CS f
' el`" 9g b II !`a iq V .<.v gE Ey me 1 V 0 a g G S J f° cCIwE $
zit E 1! C £«f@ a sl go EE'Y°ca SE 2 -! E N i " ��._ S EES o
if E g E$i € Ea i e a6 iligy €n ce i"s iii 8 sa Hs �gaYe E m .-1 -
$ ^I1 1E Ya ` o %F i 4- is'm - 8 NII O. € Y ig - i jd _a• fin: $ I
E F g E = 5 n Y SO =_ g Pita .'2 L - se o 'g: a-". �E
8E F E.z: B . 1 t1 pig!' tag aA 2- 0 2401i =a .� - 9iEEs; . Em S 111 i
€i of g s pig!'
Y i a 4J
! vgy ER"� - .41 ' 9 .. se o- 2- F'. 0 o Y E8! a p.8 Sx"E . g pbE EE$ S°$ �€ `E ga € ws �oa1�: � g E 4a a€ ms$ aE E E ° ! Eee � 4 o s E bag €<§ 01 t i
2x2 : ! t12 h F h 'a .gP1. : 141 . aiw- i .1F EE t,Fg i z1 1i .0,,s. 2g. gI EIp. 2g
4 s g tel
og 5 %f Ig g ei?" a yy� 48 E; '-y5 �i a�€gi mg 2E1 iy° s2 WI 2 ag Ke g$ `a R
lit i $ fig :t zEF gS if Nip$ ti8 Fig..! YS y$£yp g3 lee E 33P21 F 2E 8EF11 E <7- 4 W £ t
E .. rgi
g E i 0s 1 ■E€ y li L'52no_ '" g p E$€} _Ey Si tl <y °
� P Sba $ c Ew SF 2 i� I 5.. y_< g'ryl `-�_ hi °.�w E"EF kL G rcZ Ec gQ, � �y °u �E
,° ' 1? € BD , F2 10 eE 3a'�"33 gp_ 85'; it ' Y tit a :2a S°1y1is sg=4sr• a 2, ,E, eoa
< _� E tie 1A E E EI W a €,,- .8, a i- F. .!Y c
11 2 711 o3 a� sE P 2 5 £ :1: ., ,,, .fie s 0a2,1 Y w�c
'u�_ . oa ;fit hem o� Y_n �� „�� € Y�1�b a3i aE „_:�a. a° ��3`[e 1m .00s€
z 2 I
$$ 3F. yam• ofl E 2 ° in }4§� ¢ t` g _
n i. i 6 f g° b bS 1E1112 I ' 0 iS cySE/, Itil dk Et ° 1 p e
A ig r-e y_ag' IyE$ E g` a a E!It S ` 3 a €1'=
S"Ill FE ELsE €F EFil1t l a tq f 21. 1EE IF 2n g 3 .9 ELE
910 lia. iabEl f12I iii Ni e v �E g !B;m �i rf 1 l i;sY
b €yi ! E1 111a4$ a€ E° EEE iaY a 11fl° E E 1ao� 5� ;l i y' yycc 9r�
E E2.Ey 2 Es.g lE fi
ani L) :iiii1Ii
J }!;
a a; a x &Si E ;2$ 2s; Et l a E`s 5` 13-!y; ^ sa:Iaa 2�o4iE =a ;! s sg 21 ms Ili'
nE ae`a n Yr -Eg&i '�"^fl £". EE $" "€g eSn 1 -E w 11
i-ri5<. 61g.i vIgigg t1b0 On4q Sta1 so !M lygm its tq 4 s ry !_PF
s1 I.; �a1-Eaa titi .€i § 1w tali a gala ev a `ee;gal =or em it a11 a �1
1,-@n$�E? 111 art; Ag�1i 1 Ea 1E; Ee 117Ei.E i1211 n ka_5 .a =E ° f:a1
;;110 8€ ti$a11EDgsgF 1aE�s m 2 EiE11Ea1;g, lsa m ^; °oa§ eyS € g! 11
2.1ta;q"s a8Ya$3€85Eu aid yy-_i1 38$Esfi$g ie Y4 81 = s= o'°a =4 =s9 ^' (( 4 1a
yE g s 29E8P Y:<t2[BSg ia! Eas: E! G Mai E E! E c i c
o �� F E F >e 1 3 � � 9 3n i gE a Eas �=g E � � 4, i
:iE i E 1132 ems€ si'.$€ 0,: a E 0 .a _ sa a 1;sm4 i; 3�� fie. l g i_s
€, 1 �€= gb- a" a_ i.aa �. a� o�E n_y E: a �o r
�_g?€��E'sE9 a4arliii!II€ TSi 1 - g El;!N li t €a. i4 SE Pi=E
w �t� e83 a;ae'a2el ig.s: 4=�8 £EEEE'2 a°aE5a€ 9P os a � g€a ' a w E di :oay
a cbc$ laiilEnng._e¢ E iifla°:�$y. liii 4 11.10 a V �'c° i°° o•o ~E = o i�1
Y !Ea dig GE`ptgq _ it [ °1� . 8 q.It=EYs2_ s<fiia€ tail. 8aEQ ..f. . g ^mu go lid
gilt,° E'gial. sSHeisEa"wa"waaat,Y a<°.t8aa..aa a�e�.8_ a .-.- ._._ a ww s_
2 E 8 E 4 13
„e° gta Ill; ' 12 d2 p age if 2g g En . I: o
a > €B 2 1 01 111 is o;a xlilag?asil g% Esa£em 2 2 itFPI t7:ZE ap 0ma °
i yy :I - 4'. `- o ' 0 14; !' ^ "a cab 2 11D mE
I i € Y� i a g o ga 3E 3lig 1EE5ge-0. 3 Eg `sa;la �vE1 1 's1 so1!°° a1 af:o .£.
a ai E E ,I e4s! €l 1m;fE r-i;eiaSE€°s a € i1_�? lioa= Itt;netts Y 1 1.4 o!
� w 2 8 EBE ill
-�4 e- 4111.111E42
g15S� E Y1 F nib! aY � `g a EY aF, a -
°u z 1 mi 4 [ A gad E Bi°o 3g F"1E 2 so`1Y 6 & gfrs 6ilF E ` s� as`
i w a ° g 114411E iy9 " -o =1esEo ilil YE ge5$5 �1 gig e`s gEsTNt 1 46a sad
w w g R $ €:aye- 8 €s91 E" E -a4 Flaly aw,�3E€aai!-YF E Ili . mow
p `� 4 1 ' .4`sp ; asE1 m"gas=iy`a"=E E gs}f1 y[•E1� f gm a€I€$1Ew g li i-i
w S ` �° b5E5la. aL ES Zia d11,1 T�-s � i!S"t= "ia !
i W;° g 18 lit
8s`1Emg die s' 1 .1sS3 o :a6a IlS 'i'e=3 g=S"fuFsi9b• an Ea 10 aaa
i W nu' $ 0 ail 11! a"§ 'Z V ar 0 ii"o3e€oiii 8=Ie3 018 E $rasaj¢lslig P`°°g'gis.
1a
`a bg= f... .;a3= atE E2s Y.2'i 8a11F. ° 2,1
w i 2.. W 1izk` 51 1"El F""asb F:'_ sopgr $L.1,�9gePa' � Yes ELoa�F.illtIa5
E Al ' €9b �e $=aEEai Ewgo �E€1 $E$121 Y=a ^EI&1ryytSaa = ioi1_;345ab9 sEE¢1�$a
ala EEo1 a `'EF-} ig S'u° boiEnci i- C3£! leh51, 1°�I;.a 8 11.5,c Y53. SS
�' � E�� RI a2i E S ET:�E� EE abi
w F Ea•ca `. a $aEt E.o-eeiEBafi_aa�`. E°-;pEB° ""gi £5$ y_Ba- E. 2°1a
@ 3. � ..a a r� g xt s�iEEEe-"EE'ga1
'';Yw °=8'e ith Ei. 1B e E ya°y _it 5 /1EsE i1EEVEE tliiI a a& €!
� E""[ �E s`-a "F33 ys � �z ai � t3- °E
g k P wN f€'>EE'.w1g p41 0. a1ea.!E§Sb 8w„., 1E - �01 Ey�,.30 )72° 4�=sal=ag€Y Ei
a 0. i..4a n prgs Ec �� E•°1 ^`°Eno i5t tt i' Y
' '� .� 1 g 'l' s _ �PLL1° ; %§1Y�83•'T ;-Et .t $YlE= E= y1s €3.
wok !1iiI€` a1z!E`0,2 'sr 'e}sBs1` ,:Fo iia ri DTg i 1 tiz s"EAa
J1 �E.8- @. ..F.; Ed _ y i 5- $1 0- l2g� 1. p1-a8
S • r:EfB�" 3pp E g •eoa .s s$o�_>_ s�po fire o._
1 P, .r.:411EN1.1 Nga PNFtlIzag zih aN_ YL zili PyPP hll21-1 o1pApa lil lg
! 0. . . R2RFS RE&_Ai3 R i€ii8 lrhig h§les ie211Ra'9"RnRw 8RR1_E E.Rti910 212gE2 AEE.,Nn E.'.'Rb2
.. -•- ,ifit V ACM I CAN SllIV O F I,,,, 07
occecoggva�" g SVX31'ifiH1 V R10,110 A113 N
d l_'1IIH `l'% c ,cmm°tl) % 0 3N d 4iii :^ - �£N �, O Ug
N I �wnnsNo� 99Y�� NOI1tlAON3i1 801a31N1 € z W re ce
9NI41If19 SNOI1tlM3d0 SiNOM onsnd > 'Y=t ;a# - oY1O d JJ
W IL
' P J I P ibI
0. k.ae i/ '' to og llfi
ki c g ail iavg $!: 12 m es
� �£ $g OAii
4
i
e
11 6-
6 6
s LJ.11
=1
E [� -
A3
' bei.dbeb,
RP R9R Ir.
g
z
6
o- <
.0..
i , c,
o c
U. OJ
2 IL
H
J d
U V
H 1-
0§ W§
W— 7 LY—
N •--)
nDoauvnuoomnwn'uox0er+ QPYLL Sb%3J.a0H1av land OA19 S111 N'01,S3M. 1,OS, g f'
owe
J%`p SVX31'afH1aY 1aOd dO AID °
Lli
3d111 21IH>;'b' Ar, ou ca�,W,z,w � i$i&` a 3H1a0a ..o sg ° 41£ o M rSE
0 N oil
I ownnsNoo \ g -); o NOIIVAON3a aOla3lNl �w a W Q W
$n/��N` `` 9NIQ11119 SNOI1Va3d0 SMOM 0119nd `8 ,,F l- o a C I
boy.da'YH::a. ,0 oz..o n W°cn
0 xi
m'm^Rpxamgaxmasv
F iii
129
2E
wit
9lai a
1 III'
ii g I1 a a
Iff.
41111 Hq4,4mgmvolviii.t;;Rxxx"RxxRIRRI�'P. RR, `
ill 1 gg
iRI�
t22223233O33332 Rdx233'r a!!
-J
Z
a
W
t.
, - 4
V
C
CO
B"Idlillgiht
4 1 1i:I-1=1; -i����",' , iN lid d #
6
€ m� OP _ s a3�z
IC 1
s urc J g 1
f. a'6nw�
I It',Pr
a E=x-
NW ;WE
F a[. e F2 R R= iEH
R
a ga
!,
uj
W p�— ��`z y�irLL�
Q'CO
w w rc �3 w =
8 r J 'sN� '4��po
H i . 3.E] Y I-1 Rw -'uRAa W
K 0 w i 3 s-o gq we ir.w i
LL - o a 4,E rya° ° = ni!
n
Zw u� ' <i: rc3o Hw
F-8 3 L Z6
0 o O o
Jg 22
J
a
- W
5 6
III11 !
ga• ® •[ ! © 1§ 0.
o 0
Vg
L)
w
i'NONA ia,' 0,1 I -OA-19511 ,0 H iSly.00
0
-L. .--..• ,f<-,.,.. , .• ...."1•=1;',..,,,, • '., g. SVX3.1 li num 1IOd dO A113
ix • -At / waronspioo enodosne. ;....k‘ r,,.', Ei
M401 Zr2Arr7i7. % ,,,o . er ' RE 9 N 0 i Lir 91•11.1.111511034 .4,,,Y.'7•P1 ...::, L-f. NOLLVAON311 11011131Ni
SnAON%. -.A od ' ONIG11119 SNOUVH3.10 SMOM onand
. :.,.
z 0.. ,,..1! / , ig g !I 1 NJ 4 I. i ri. l• 1 • ; k 1• .,..& .
tie 1 i r
.. 1 nit, trA Ili flit. f,.. , t f -1!, II -I pl" 2 Fti 1 i ''V'' 6.' 411 !Ili I !VI. 11; ..li 1111:10,1' i il; Ili it 11.F,1
1 ri in! ell 111 Pj r I! diliii 11:1 III riVIIPI 1 ii!1 SI '111 111'
Ph/-
11 illi; q '.1 '1! i:i 11'1 g piitil 41U 01! .1qiii1i,i; Ili lill I; i;'' -ilil
7'4' ;111 hi !gli! Ili' i 11111 041 '11! 111.1111P"; 11 IT; i!::1 f!I lili.: /IPA 7f1/1!
li II. 1)1!1 riA liti tip/ 1111 1. 111,& ill:- Ti 11111110P i ill it" ri 1112° lit: 11 tit 111i1 tit! 'Fit '141 1111 t! 1191,1 114 illi Icv;i11;110 tl 1111 1111 .i1 ,11t1 11f./
! 11, hi 14 ill' 1;;; 1111 ;41 li .1110:, MI -III 1P1101'1111. ii 1111 tit: IP 11/11 1;lit
t1,1 .1. . p :III! tht .1 1,/-111 111; LI' t,1111rii1q, il tAl i'lL !;1 111! II ,iliti ail ki.! 1 rt. 104 1p 14Eiiri 14, ir,1 ii!/€1,1/tli ; 1,1 1
!II 11; idol irt. int loft viii! 111 oft,;1 121. 1411 W111.1=1;11 rt hit 1101 1.1 11.1; ialti
'11 Y 1191 ;tilt '111 '111 1"4 Iii "11911 'ill I:11' 1111111111it 11 ..1 1111 ., i .till T11
A 11" 11- -I" ." Allt w A 41witt g It Aw i! gliti1i1.tilw gwlf g .. a A ttr 1 hi i gi t g e ilism 0 eo 0. . . .. o - _ .0
: 4 II 11114 Afflii 0011.1101 III iiii ii 14 -- 11 ' 101' .'
i !ff..; i . Ewa!
ii i !; . 7 i , ,
1, I, ,. -; iv 1! 4.'1 11';111 Of i i ;At ;"31 I' i it 2:,, . a il , ,,ii, ii t
.0. ..iii. !I ! l 0
.1!illi*'''11 i ilighill . , kki i • • p , Pfi P , li i 11! f 'I. F.; I tilt; ,IN_ II . 411 Is /t
;011 =11iii! iiit1' 1 11110iibli Tr ni.i.isi. 1111 illtt rift IP ;,,,,t. i1.1 -. 01 ' 14' 11 11
1011.'1;1;111 11i4 i iii11111iv 1,111 111ilitit/ i;1' ! diti /till 11 ' It! •,1 11! 11:011' Oil ;""' rii: 4 11'1 i 11,)1111111iiill 01111 A liltlilli;i1 !Ili! if:1;4111 NI 1 !;11 f0;11 p11 1 ::I 1111I 1 t,111!" lc- - Ai ! t11 1 tit
1/ 11flitl'fi *II' ° ill11!;03 ilill 11'1'1+1 !pt. g 11'1" 'lilt l'w ; 11* f i ....111',1 !I :F1 k ;Pi gl VI
1 .1 i ,g g " 2 .. Ft! 1..lei ,ig 1 11 i,..1q1. IL,•22.2. gi F .. I gi ! 1,.; li li!
• iiiiiliNgi iiii1111 rifilgiud'i -11litgliNifil '111 I ;ill- 11.1- ;ii : 4 . 11-11 !Willi' ;lit "4"' :PI lk itl. .1 It;
Ilt/=...iiii; if iiirl 11121:qf'11 ;Is/ii "' " fil; i 111.i 1110 j!' : ;41 0-11i 11 2A1Ai, 11 - pil w1 11-11 I; .111
'!i11111 11111 11111; ' ifil"1151 '1'112 i i 1 !if! I pit .1211 61 1 ;11; ei;fil tv:Air II Ili' ti v. 11 ,....] 1
'11'111 11 ' 11111 4 111 1'11'11' 311"i il 1 ' i'll 1"'"'lli./ l' Ill q! i &111 nil' 1 '':1.11 ill' ;my. ;!!! 311111. 11 11.1
51';11'1' 11121 111./1 114 IT1'! -till mtit 1 • 1 IP- 111;• 3 t 11. 11=3. wi ' - ;"R iiviliiii :11
Oliiiiill 114 ll :.1 11 111 Viii %O. 11'4 5 ! :/1 lv !!!!!i!!' 11111 lip 1 e142;1111 1/1A-11 ' 'I; „„i rib miltrto ;,!
:ItIt11;;J!,=1111111111 flai..i111;1 AliPili! ! ',' 1 illi 1 '- "111i; 1.1111 i; i i 4111../p1 .1t,114. „1,1 ;tnil ,j/ ;10,/,.. ,11
2111t1t1f10111/1a1,131/ .01flititi IJ _ 1 •! '" ; fl 1 ILar ilf A IAA 4 r. i aa-F. a as • • s;Ts ,j; !,;..4,-.,; t . _ .e .. .1
i 1p 1 , II. I13.is i 11 t gig ili i•la.11
•%es /el. / gii 1 r if g et gIli w 4 1 " n -- " 1 te; i ir•! /T
111 "11111iliT TA; L //itt • .1 el, ill ;t1i; it 1 11 .1: r a 'I . ;4..2,
11;0,1110 41; 1it tt,H I, 1,1114 ,,i ;II.; 1 i. . I A: i ! , '; 4 i PlgiV,,....:,,.
t i a it 3 tr.bg.,,im13.;,
,'21141111ift ii.i Ail iftlf 11 0:1„it 111 ;f111 I I; 1 1 ;1! 1 1 , ; 1 otipuliolliii
iiii .1,11,„ 10, 11, .00 n .111111 ili 11;11 1 ;1 1 flfql II 1 [11111i11111111
11..111,11-!t .11i ' 1 '1*0 A' Iv.' f4 IF 11'1' A '" 1 ' 510* § ' ' ; - . ;;1110p4112111 Iiii 50 Ye il Will .1! 2410 2 11 3 1 till i i I.! :11 1! 1 111111101=1
11111fl'I'll' iil ill 1 41 11 '1141 i 1;; "API -i il i 1 .1515 . I 1 !! 1„.; ;1! 1.1 il , .,,itipowitlt!11,1wit , . thit Mild, iti 'id/ -! -.' It "i;141' i ; it ''''' 3!L4p It 1. 11;111 1111 liti
1; 1111 14111. 111; .11 ifiq 11 fl1.1,11. 0 11.11 .1 1A 11111,111W t 1 I 11'111 II ff r•i! j11.•;:gti 1,If,1111.1, th:Iii :ID li Fil;If ;3 /111.10 1- 1,441, i it Iwtitt=4,1;. 1 f , . 14,0 II . N-1 ;11/1tItt *;!
If 0..;1 ft' ii 41 i ;!..' •IIL:111%11 .. ; 0 [AEI , ..:,._, . $4 li .ig: g. .4,..
V!iiiil!hif 14;1, ill iTtli il !iii1/11 74 iii/li ^' ii riiiITWA " ""' N;iIh I- 9 011111I-1111 '111i
114110A;1,111 HIM T NMI II 11/11111 11141 11111411.14011 ! .-- IlihiP II li .11.11qiiiii ij"
Iii1111111ifill HIM 111 1,1111,1 .t tiliwill twItti1,11 114111; A; 1111; A fin! w1.2Lw1 15 ii HolLit.31.1. ..11 i 1 1
•- 4 , sig i 1 „III .1 1i ! 11 E. 1 ..fltr
Li 1 3 •,. _ I e 101!
i.owlwi . tgii to.t. r 1 '1101 . th • .gwiti .11 t 1.. , it
11 i L !J. 11 Wri.1 ;1110403!ill j pi/ sIll, i hill, ! ;If 1 1";11!:1811111tEirl!: •1 f ;I !Will; ' P.IIII1'
i l' II" 4!ii r ;11;1! 31110,441011 i ill, wt 1 1 if itlidi ighl ! plipildlimoili :I i li Egifk,l'i 1 illiai
0 Hi; IIII 11 fi•it: 1.0iii1111k11;1 ? 11;1 filili • f; 1 Wit riw2. Ii 11*A011:11111111t1! LI A ill qiiiiii f ill'i'11;,
i 1: 111.11!!°1 Al 411111 ' 111T1t41111eii 1 '111 .111,1; 111r411/klij 4111 ; ;11101=t111111"91! il i !1..t-il I-1 1 WO?!1 " 1111111' '14 1111; . 1411111!1W1- ; 111' 11-iii :lociff 4 tili i pitillisil 1/..;11'1; .11 1 ',111'1.gi.1/, i 1901 ii
i' 11 iiii1111 1/1 i11'11 b114;1111i11111 1 1111 111111 1P11!11111 '11!; 1- 21/111I1110110901/ 11 il aNlillfli 1 t!les1!"1
1; 11111'10 Ti TIIP1 ;214r1; ;!11"iii 1111141,11 0.411%11iluf'. 11 :11.21!iii!i,:1 01111 li 11 1P4:!=tiiiiiin i li'11111:
I .11 ttiltigil ill 11!111 !!it111114Pli111 I rhtitlit.; Itilfr/111.1111111! = 1.4111111i:!!!!,1110 '; li -11111dhii ! I PIT!
' I 4"4111111 l'-q 'It'l 1;11111111111149 ' iihti;!111 wiltr1111111.111 Tititz7f1110iI1411111 0 rillitipt 1 !1;ftlit.f
: itilihiw ji !il 10/1, i/ifti s: ili:,', !E.1.111111Wit 14 II; if11.4111111/11 i1,1..11101q Itt"41 i';' 1;LI.19..illf 1 1)11i1131:
' i iilii111114 1;1 ;110 ::1!"11P111!iiI11111;1410111 01'11!11"1,P1111P'111tI1111;1;1111,!1AWIIIP Illifittlifi i 1,1411,''l
1 11;11t;i0 I Fil 111 111 11111111!1„11P1,11!1111tiffitta 0,1111141,11440111t ;11;11;11;1;lowt.1,0 git:„Ifal;t1t!iirt,I111
1 1. IgNittblit liti tiiilL Witil.;;Iittiltilintl1i1.11 OW IdIritillt1,11-1 Ii11/11ttimtli,t1311/11 i A.Ii „ 5 1 111:1 I
i •! li 11ill 111511 !I li 14 f;ifilgi;
41 IIIIII"Iill /f.111 W Il I i 110's A 1 PlIfilq;1! 1.41i t% i lil!ll 11 4 f ft '''' '
ill IIIIIIZIIII
'24111.1 f•11.2 ..1 T. 1 r Iwitfr : t 031011u0 141 ji . t4.11:1 /1 law 1.. I' '
All tp111$1.1t; -011i '18 11 14.8 .- I '81lig si 4: g! g 1 ill wit=i;iiil
f 1t1 leli.111ili fii=°4 111 11 i 1 111'n 1 h /4=140111 1=4! il 1 11i1!1.1 il Ii! 4 li r v. !Pg1;131 -
1$ !; 410 4114 Pp 11 r 1;4-Jii li ii4 i• :2 I Iti 111!1;11"11;
; 4; 11141P:i; !F!,I 111 1 t I 11.114. !t a 4.ww'llIi°1 1 - I*P Pet., i ..; ti lw ; ill ,ippotir
' II' '11T1'1"11 ""11 1f1 11 1 1 A1411 11 11 fA/f*I 1101 1; i Iii .11,et; i! Me. 11 ! III it;1§Ifliff
'4 ii; 71114r2011; illiti I*1 it A 1 :14 .1 If 11 411111wilii lilt III. -541111 !I 3P-10 k i '4.1 11'°1•;iflt
g A I If!' 11110r 11.12f Ali if 11 * 11411 ;1 iir 111'11"--'!1'"I' "11 Itlq" AT !i1F.1 r, i w 11; 111111We'12 'Nil q°11 1041 liNtit !i#1;111111,11114 f, i,;311
3 Ili .1,1 Will! Tilli; ill! 1 1130!. il 10 ligidilliiiiill lirra -111pit 11 ifill! Ili
III 14t1-!ii.il !;,!ii .fiii !II WI I. lit,-;10 i! Ili TIfliiii!inElli 1:Ai qi.11.1 ILI Hi ,I1 0111,1 lip itaiqp.,
1 1 1
10 111111,41ln -i:tir. Wit 1111 11 ti :1111;1 111 :1; 01111111;11!1;1 :';1 ..11.11p 111,111,1 Oil 11111=4 IthIjilfliPqj
! 111 ligIftlif1111 1111/1 EMI N11 ti Ai flAiiii lit gl .TTillaTilf11.1 allh „wmtd el. ,,.;
L_
0>9f, 'N 11AY 140d C6 :N.
monuvvvw "rJBw3
SVX31 V1bOd dO A110 -a
4'oars ` in
N d--. -- -
zRRdi iti.o /' °"'""'" k 3H190 O� ;NAS �) NOIVAON3111101831N1
9N1f9 SNOI1Va3dO SISOM 011911d gRpl ; o
6112.
O.
LL
o 11
ioNgpo hit
iD
o =6 § g ! thb
gg s Si VI"Pi
o M fg 21 4§1 14 Qg td“Riv§ fig,"
Q II
Di
..o
oc
O
LL
m
2§
J•'
O.-
.
imrowr.sxmraaxNaxo�a -- ,:':-NM-118tl010d 1 0A1 S1FM( 1,30;07
. r<
[� i SVX31"8f1H1 V 1MOd AO A110 17 ��
.J I N 0 i l Sn^ON C . 11 3xl aoa g. q o M CD-I
NOIIVAON3N aOla3lNl a f1 2 W
ONIa11f19 SNOI1VS3d0 S)I?!OM 0119I1d &,� D i n
awk
o si
I I to "W
Pll OM
1 _ i ;iil 3gd �,
d
gg g , i III■5� 00. 1 i I-
I I I I F
iWi 1-ace If n i kW N 1 g1llio l ;i vg n' �' = og
F �V# (
U � 1
dz u13 3 3F
i 8i 1 I. i', �. F.
IA ttig It II 5
!t tiE W
ci
W) re
; Id::h
u.
0
gw
=g
r))
;q w
wa n
1 '1 i _
_�NI% hi of ah
j B
I
1,1111111 ICE" , _1
ci liiii ff o
;I\I■\ Q
=E111T -1 1�ai_i■i=iii-iIu=ui,-iW v'
be
1 V
v
��„w0
� a .1, a hs' :aoa amesniw rn,. E i
maxi 96..10.0 SVX31'bf1HI V 1111Od dO AMID
1 fli;�I H7t b, 1 aw aoa s N g G 0Qff
0 N 0 �I SnAON A NOI1VAON3a SOIW 1Nl ' y „x. o r. i LL w
oZinstioo�V , t1 �5o
9N101If19 SNOI1V1i38O S)I OM 0119ftd sk�L ESipz^ 1 �� 3 a N
IF,
1. 20f
at
e
f ° awl
f.© AMIEWri. m m 8
k./� /' - I
NAMI
Lan I
1 0
17 il
- \
-1
a.
.lgF° oY azac4c h� t .° ` f—S
,447.0
0 9 ; � aa ra .,usea s ;b > { � €
€P < €y
s JIMPi, €s 1 .' t
sgI8a°ffi Ed = sT Z
w' �w "G85 pp$ E m
Zit 14'14MitI1 1Y 8 5l is 2
ifr i5g.€_E II 0 P a_ 8ta.
J
?a 8ilia 8t i /m 1€
JE sgbn8v 2° !tl$2a
a� °x s, p 3qq
q. `pE0s ° 1.- '"'a kk
R
ig2aa221 iiI,Ei is 0 j 11 II is B I s p 1 a' s Ili E` E.
tie; g ! e4�oo-� o& II: E i. 01 1•gt t c E $ g .i° aS r � m E 2i
q! - 1E� ;f1g. =e „s_E E °I sEt i-21 11g a E_ t € it" 2 g€r
.;,. t In _ga8.8t,.5111 mq $ET 8 . g 8:,g 08 « FF tic : ., gl
Sa
E 8 a si i LL 1 r f a € 3 8 r i24 8 €m e° try i INu B
8as ; i iS fg ffi a§ ale 1 ,/ . l x„ € - 50 a a gg
e 4b °i 3 g E g -g 2' °3i a Eg040021
F: 0 0 21 v !jfli
!° EFR1 _� 12 gpol
ti I3tE OF l.gl ix= LLYa1214! ing;'• ,g- ia�.c- �o �.YNs ! ;° !! ag g� ar EFT EDO �
Eligg 8g1WSen.' msa'u ic..lit e . mfx « a$c£a�� gW0.9 g°Ea A ix �yi
d pd°eEe Be H on=rc3�� iSai `�Ygb2"°=_8d p : Am''-` �a9°,vLL� [$ s _§
-CITY OF PORT ARTHU I';, TEXAS
ADDENDUM NO. ONE (1)
August 9,2024
BID FOR: PUBLIC WORKS OPERATION CENTER INTERIOR RENOVATIONS
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 :MID.
Addendum as follows addressing questions asked
1. DEADLINE: Sealed Bid submittal must be received and time stamped by 3:00 p.m., Central Standard
Time, Wednesday, September 4, 2024. (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, September 4, 2024 in
the City Council Chambers, City Hall, 5th Floor,Port Arthur, TX. You are invited to attend.
2. Last day for questions -Thursday,August 29, 2024 @ 10:00 a.m.
3. Non-Mandatory Pre-Bid meeting is scheduled for Tuesday, August 27, 2024 AT 11:00 A.M. at the
Operation Center Located at 201 West H. 0 Mills Road, Port Arthur, Texas.
4. Another Addendum will follow with specification revisions.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
CliftgS Williams
Purchasing Manager
September 18, 2024
Signa e of Proposer Date
Daniels Building & Construction, Inc.
Company Vendor Name
SIGN-IN SHEET FOR PRE-BID MEETING
Public Works Operation Center Interior Renovations
August 7, 2024 (cI 11 A.M.
PLEASE PRINT CLEARLY
1) Name: 5vs Car 66 Phone: ��y' Zv' �37O
Address: 5Slu C3()C MN,. Fax:
City/State/Zip: iGwn o(+4 - 1)C 77 7% Cell:
Company:
C�(�j� Email:vesys.c@U Gh'►USe m(.()r
s.
2)Name: la' 6 v SS Phone: 110 rC �� �D1
Address: Fax:
City/State/Zip: Cell:
Company: -,,�,�.lst J . - wC- Email: �;4o$5 �` e,.v�.cls/in�,G IIti
3)Name:
r u� Phone: IA cc/) '�r 6 77(
�I�QIS y
Address: — Fax:
r PvvLR z
City/State/Zip: // Cell:
Company: ------ , Email: ---
Avie(5 DV-4w4li e'(-4"&
4)Name:--�o1 1 Lk: A Phone: G,-Q o_ 9111_3
Address: t .)y , c , 6s:t: 6 e--44 L n Fax:
City/State/Zip: Cell: (,is,S-- 6 3\4 _ 1-70
Company:1_1.? * S�ntii.Avv•\ Email: ,, c.c ov-Rodk, Lew%
5) Name: mc Phone: cfa? 5 5 `! 7 i 7
Address: Fax:
2 99 � 6q 50,44l,
City/State/Zip: L r L Tx 776.S
7 6 S 7 Cell:
Company: py� � Email: 9 y + s 4)6,irix.(01.,,
CI`� FIG„ � +. � f,'vr
6) Name:f.- yt rG Phone: UOcl- -0-4 SD
Address: .3 t SSit . Fax:
�„
City/State/Zip: , Cell:
Company: Email: 'c 1�t �•�o.�A ,,.�,.1 � d
Wage
SIGN—IN SHEET FOR PRE-BID MEETING
Public Works Operation Center Interior Renovations
August 7, 2024 (1 11 A.M.
PLEASE PRINT CLEARLY
7)Name: V)( 5kiime(f32. Phone: 113—ti9g- `ko
Address: [(ems( q00 1" Q6E2 'D41- Fax:
City/State/Zip: Settrti,j10 'GY �J�2� Cell:Company: litjiMyArl IWA4-61 1 llbrJ Email:CIVA4Polli
G1'io►4dh/i ort 9WG;/
8) Name: / Phone: ��S �7T s�s't(
Address: /d 7v �'�crr��.,. ( rz_ . Fax:
City/State/Zip: ' d. .`<c�ti� —r-x 7?a s--- Cell:
Company: .5 : (s.
9) Name: Phone:
Address: Fax:
7.1.lt-1 64-17' s! a Sc"-.
City/State/Zip: Cell:
1-) -71-)
Company: Email: 2 • Cary-,c,t ur
L. 6 �N-> �/A../, L., co G1..0
10) Name: Phone:
Address: Fax:
City/State/Zip: Cell:
Company: Email:
11) Name: Phone:
Address: Fax:
City/State/Zip: Cell:
Company: Email:
12) Name: Phone:
Address: Fax:
City/State/Zip: Cell:
Company: Email:
Wage
a
-CITY OF PORT ARTHUR, TEXAS
"-- - ADDENDUM NO. TWO (2)
ort rthur
August 26,2024
BID FOR: PUBLIC WORKS OPERATION CENTER INTERIOR RENOVATIONS
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 i.ID.
Addendum as follows addressing questions asked
1. Attached is addendum# 2 from Long Architecture.
2. Attached is the revised Bid Sheet.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
Cli o!n Williams
Purchasing Manager
September 18, 2024
Signatu of Proposer Date
Daniels Building & Construction, Inc.
Company Vendor Name
I:I/ LONG
ARCHITECTURE
ADDENDUM NO. TWO (2)
Public Works Operations Building Interior Renovations Project in Port Arthur,Texas
Subcontractors submitting bids for the Public Works Operations Building Interior Renovations Project for The
City of Port Arthur in Port Arthur, Texas, will note the following changes, additions, and clarifications to the
Construction Documents,and will acknowledge receipt of this Addendum in the place provided on the bid form.
Failure to do so may subject proposer to disqualification. This addendum forms part of the bid documents and
modifies them as follows:
BID ALTERNATE#1:
1. As an addition to the Construction Documents, a bid alternate scope of work has been provided for the
refurbishment,removal,hauling, and installation of an existing 700 KW diesel generator(currently stored on
the Port Arthur City Hall grounds)to serve the operations building. The work also includes the demolition of
an existing concrete mechanical slab and roof structure,the construction of a new elevated concrete mechanical
slab with stairs and metal railing,all repair and restoration work required for the generator to operate properly,
and all necessary repairs to the existing generator enclosure. This alternate scope of work is detailed and
described on drawing sheets ALT-1, S2, and E201 issued with this addendum. Remove and replace drawing
sheet E201 and add sheets ALT-1 and S2 to the Construction Documents.
ARCHITECTURAL:
2. As a clarification to the Construction Documents, on page 18 of the specification in Section, "TIME OF
COMPLETION AND LIQUIDATED DAMAGES:", disregard the 90 day completion date. The completion
date will be determined based on construction days proposed by the selected contractor.
3. As a clarification to the Specifications, Division 7, Section 071000- DAMPROOFING AND
WATERPROOFING was included in the event any concrete repairs needed to be made to the flooring. There
is no specific reference to this in the drawings,however,this is a renovation project and may be needed during
construction.
4. As a clarification to the Specifications, Division 7, Section 071000- DAMPROOFING AND
WATERPROOFING, 1.2 A., 2., d. is to be removed from the specification. There should be no replacement
of exterior brick for this project.
5. As a clarification to the Drawings and Specifications, the glazed block and the unglazed block used to patch
and in-fill block walls will receive an epoxy topcoat. All exposed block wall surfaces in the following rooms
shall be coated as specified: Men's Shower Room (119), Men's Drying Room (120), Men's Locker Room
(122), and Men's Restroom (123). All other existing interior masonry walls that are currently painted
throughout the building shall be cleaned and painted as specified. All other(currently unpainted)masonry or
tile walls identified with "Floor Plan Key Notes" 01 and 02 on floor plans 02/A2.01, 01/A2.41, & 02/A2.41
shall be only cleaned and sealed as specified.
6. As a clarification to the Specifications, the contractor will be responsible for the purchase and installation of
the equipment referenced in Division 11.
7. As a clarification to the Specifications, the basis of design for the cage ladder is to be Alaco Ladder Model
562-C.
8. As a clarification to the Construction Documents, on sheet A2.01, the area where Meeting Room 102 meets
Corridor 112 is open to structure,so there is no need for a furrdown to be added as there is no transition to a
different type of ceiling in this location.
9. As an addition to the Construction Documents, add Division 32-EXTERIOR IMPROVEMENTS in its
entirety to the specifications. (see attached)
Public Works Operations Building Interior Renovations
Page 1 of 2
1:1/ LONG
ARCHITECTURE
MEP:
10. As a clarification to the Construction Documents, the tankless water heater is existing to remain. Note has
been added to plumbing floor plan on Sheet P201 for clarity. Please remove and replace drawing sheet P201.
11. As a clarification to the Construction Documents, please see the updated lighting fixture schedule on Sheet
E301. Note that a vanity fixture was not selected. Please remove and replace drawing sheet E301.
12. As a clarification to the Construction Documents,upon completion of the project, the fire alarm system shall
be in as good or better condition as what is currently existing.Any work done that requires temporary removal
of fire alarm devices shall repair/replace said devices prior to completion of the work. No new fire alarm
scope has been added at this time. See note"A"of the"Fire Alarm General Notes"on sheet MEP000.
13. As an addition to the Construction Documents, information pertaining to Bid Alternate#1 has been provided
on sheet E201 and is clouded and labeled with delta-2. All work required for the refurbishment, removal,
hauling, and installation of the existing 700 KW diesel generator shall be included in Bid Alternate #1 only
and shall not be part of the Base Bid. Please remove and replace drawing sheet E201.
14. As an addition to the Construction Documents,new light fixtures,including all necessary replacement wiring,
have been added to the following rooms on Sheet E201: Janitor 124(one light fixture)and Corridor 125 (two
light fixtures). Please remove and replace drawing sheet E201.
up
AUGUST 23, 2024
Cade L. Spell AIA,President
Long Architecture
Attachments:
Specifications Division 32-EXTERIOR IMPROVEMENTS
Drawing Sheets ALT-1, S2, MEP000, E201, E301,and P201
The Texas Board of Architectural Examiners has jurisdiction over complaints regarding the professional practices of persons registered as architects in Texas.
TBAE contact information: 505 E.Huntland Drive,Suite 350, Austin,Texas 78752,(512)301-9000 tel.
Public Works Operations Building Interior Renovations
Page 2 of 2
Public Works Operation Building Interior Renovations
Bids and Construction Documents
DIVISION 32-EXTERIOR IMPROVEMENTS
SECTION 323100-FENCES AND GATES
323113-Chainlink Fences and Gates
1.1 A. Materials
1. Chainlink Fencing:
a. All material shall be heavily galvanized after fabrication by hot-dip process. Secure
certification from manufacturer that galvanizing was performed after fabrication.
b. Fabric: Steel chain link wire, #9 gauge,woven in a 2" mesh,top and bottom selvage
to have a barbed finish. The wire pickets shall stand a minimum tensile strength of
80,000 psi based on cross sectional area of wire. The chain line wire shall be
galvanized after weaving. Galvanizing shall be 2 oz.per sq. ft. of area in accordance
with ASTM A392 Class II.
c. Bottom Tension Wire: No 7 gauge coated spring coil tension wire, fastened to chain
link fabric with#11 gauge hog rings on 24" centers.
d. Top Rail: 1 5/8"O.D. Schedule 40 pipe.
e. Post Bracing: Galvanized Hi-Carbon 2-1/2"OD(Sch.40)pipe spaced on centers not
to exceed 10 feet. Posts equipped with#6 gauge galvanized clips on 14" centers.
f. Gate Posts: Galvanized 3"OD Schedule 40 pipe.
g. Tension Bars: For attaching fabric to posts shall be 1/4" x 3/4" high carbon steel
attached to post by means of beveled edge bands. Use at areas of fencing as noted on
the drawings.
h. Fittings: All fittings shall be malleable iron,pressed steel,hot-dip galvanized.
i. Use 1.6 oz.per square foot galvanizing on posts and rails.
j. Provide corner bracing as required.
k. Fence height to be 10'tall.
2. Chainlink Swinging Gate:
a. At single gate,provide gate stops of mushroom-type or flush plate with anchors. Set
in concrete to engage the center drop rod or plunger bar. Provide locking device with
padlock eyes as integral part of the latch, requiring one padlock for locking both gate
leaves.
b. Gate frames shall be fabricated from galvanized pipe with all joints strongly and neatly
welded. Top of gate posts and frames shall be provided with caps tack welded in place.
Fabric panel shall be the same as for fence.
c. Provide and install all fittings required for the proper installation and operation of the
gates.
d. Reference drawings for sizes of gates.
3. Barbed Wire:
a. Provide(Type I)three strand outrigger arm 45 degrees(from the vertical plane)on top
of all fencing and gates.Outrigger arm shall be angled to the outside of the fenced area.
Barbed wire outrigger arms shall be in compliance with ASTM F626, pressed steel,
hot dip galvanized after fabrication,minimum zinc coating of 1.20 oz./ft2(366 g/m2),
capable of supporting a vertical 113 kg(250 lb)load.
b. Provide three (3) strands of Zinc-Coated Steel Barbed Wire at the top of all fencing
and gates, complying with ASTM A121. Barbed wire shall be Standard Size and
Construction: 2.51 mm (0.099 inch) diameter line wire with 2.03 mm (0.080 inch)
diameter,4-point round barbs(or 2-point,if 4-point is not locally available)spaced not
more than 5 inches(127mm)O.C.
Division 32-EXTERIOR IMPROVEMENTS-Page 1
Public Works Operation Building Interior Renovations
Bids and Construction Documents
B. Concrete Work:
1. All concrete work for post footings,etc., shall be a minium of 2500 psi concrete. Fencing
and gates shall be installed by skilled and experienced fence erectors. All posts to be set
in concrete foundations a minimum of 10" diameter and 3'deep. Posts to be a minimum
of 30"into concrete.
Part 2-EXECUTION
2.1 A. Preparation
1. Verify the layout information for chain-link fences and gates shown on Shop Drawings in
relation to property survey and existing structures. Verify dimensions by field
measurements.
2. Stake locations of fence lines, gates, and terminal posts. Do not exceed intervals of 150
meters (500 feet) or line of sight between stakes. Indicate locations of any known
underground structures,benchmarks,and property monuments.
3. Clear, grub, and grade fence line, removing debris and providing a 1-meter clear area on
either side of the fence. Indicate in the Shop Drawings the extent of the area to be cleared
and grubbed.
B. Framework Installation
1. Posts:All Posts shall be set plumb in concrete footings in accordance with ASTM F567.
Minimum footing depth shall be per manufacturer's recommendations,but no less than 1
meter. Minimum footing diameter shall be per manufacturer's recommendations, but no
less than 300 mm(12 in.). For swing gate posts,the foundation diameter shall be not less
than 450 mm (18 in.). Top of concrete footing shall be at grade, crowned to shed water
away from the post.
2. Fabric shall not be attached to posts until the concrete footings have cured for at least five
days.
3. Tension wire: Shall be installed 100 mm (4 in.)up from the bottom of the fabric and 100
mm (4 in.) down from the top of the fabric. Tension wire shall be stretched taut,
independently and prior to the fabric, between the terminal posts and secured to the
terminal post using a brace band. Secure the tension wire to each line post with a tie wire.
4. Post Bracing Assemblies: Install according to ASTM F 567, maintaining plumb position
and alignment of fencing. Install braces at end and gate posts and at both sides of corner
and pull posts. Locate horizontal braces at two-thirds fabric height on fences without top
rail.Install so posts are plumb when diagonal rod is under proper tension.
C. Chain Link Fabric Installation
1. Chain Link Fabric: Install fabric to outside of the framework.Attach fabric to the terminal
post by threading the tension bar through the fabric; secure the tension bar to the terminal
post with tension bands and 7.94 mm(5/16 in.)carriage bolts spaced no greater than 305
mm(12 in.)O.C.Chain link fabric shall be free of sag,and secured to the line post with tie
wires spaced no greater than 300 mm(12 in.)O.C. Secure fabric to the tension wire with
hog rings spaced no greater than 450 mm(18 in.)O.C.
2. Fabric shall be pulled tight so that the maximum deflection of the fabric is 50 mm (2 in)
when a 22.5 kilograms(50 pounds)pull is exerted perpendicular to the center of the panel.
3. Tie wire shall be wrapped 360 degrees around the post or rail and the two ends twisted
together three full turns.Excess wire shall be cut off and bent over to prevent injury.
4. The bottom of the fence fabric shall meet the finished grade such that it prevents
surreptitious human entry.
Division 32-EXTERIOR IMPROVEMENTS-Page 2
Public Works Operation Building Interior Renovations
Bids and Construction Documents
D. Barbed Wire Installation
1. Barbed Wire: Stretched taut, free of sag,between terminal posts and secured in the slots
provided on the line post barb arms.Attach each strand of barbed wire to the terminal post
using a brace band.
E. Gate Installation
1. Swing Gate:Installation of swing gate shall be in compliance with ASTM F 567.Direction
of swing shall be inward. Gates shall be plumb in the closed position having a bottom
clearance of 75 mm(3 in.)above grade.The ground under the swing arc shall be graded to
allow for operation.
F. Nuts and Bolts
1. Bolts: Carriage bolts used for fittings shall be installed with the head on the secure side of
the fence.All bolts shall be peened over to prevent removal of the nut.
2.2 A. Clean Up
1. Clean Up:The area of the fence line shall be left neat and free of any debris caused by the
installation of the fence.
END OF SECTION
Division 32-EXTERIOR IMPROVEMENTS-Page 3
LOLLL XL 'luo 8 990998'604 ouogd 049LL SVX31"8f1H1MV18Od I '0119S11IW'OHISOM[CZ F Vb,16 y
8 I SSZ 81!n "1S 41LL 'S SSL ak
]e1111D]1IHD V SVX31 "dflHlbd 1bOd JO A1I0 U
a N o NOI1VAON3b bOIb31Nl g FL,w
WLan
i = %N ( 8 SNOI1Vd d0 NdOM O18fd ii "
1
63 ai u z a os goo w s a
?i S g-{gg IV
MkiWE C T Wr Pt ''� F Kdg UZ
g
Z iffy ;' ' 2m*w F- p7g 2. `24. ono Nil!!
Z .0 w ' giig 013 " tiS � w is !li Ms'
z
C:z5 < J1. >w o t 7,1111011MLS'd3L1
9,202
W ❑ Eg"ooit o s rcw ¢ aE Wwi "� "' ,
�swk's �$ o> �o ��rc
$ixas a= a.-eyw = gig
I;V oV°w gE WPC E- Q 8Furc1 ii a 0 i ?ig Ss u�5 dli
yw WW` ZpZ l¢p�j� pgj =WH 0 ,1/ OF zgZsrJ € jig n u 2ia Fw WiZ orc a o
Q W w iowgg e.o �o�1Q z 2dg ETE 0=,'39�a,LT, .B50 o f
❑ Z of RoZww g o iW�i--{{ox wu QQ "e25iodo 'P-
/Wn S- 4 boo urea cetitO< s7 r�dd �w`d ��a uood:'SW �Eteg O"O6 .0 r.I .Ul r.l
m 0 . ry n a u u n ' oHiwt z g .Zlll .ULl
ag012
5 _
O ____k_ O
O 2 O 1 _
Ill ' , A W
Z 8„ LLo
W ;F W
W LLI
lL -- LL
f1' z 4W z
•-----® O z , O z
g L!j g U
l x W a W a
t o ❑ of
O O
crclrAcrDu
qII o
1 el 3 '<F$ a8 °
2 zw 83 a'.
a0 q' lig6
ya o
qgpii
ghrs
_ IAdw3 J
_ \I
� j - —1_7 =- — �u T
D
I m! I
y t? I NM . NM I
� I J rll i 1 NM .°'
V im' _ -- 6% 0 LL L f J--a.- Q
�g i f
ww k Z
rrr--�---"' 3 e5'I\ I I f—
pp pp pp x Q I Q
� 11 11 If ,� I ��� —_J� U
CO
?U 0.>.of sZtV +\PI N 0 I 7 gg8gz�o I-
Pq°4 ON I N •
J >g— uzLiiw iF
0 -1`�, t r)% 1- r 2 0 �S�iaF aWw W w
LLJ
b
v> C9
irl (Y)
.3.... Iwl
I___I o
v.=1":`.7. 079LL SYX31•dfH1av 1aod I CAN 1Iw o H 1SIM IOi y
_ sdx31 bnHlnv nod io MIO :' bs;
3bf11D311HJbbw F''..�....,, eueol a g�: g rq N' o
�J I V O l o.,,,"_ -Ti '-_P7: Q i .t Y6iII E
i NOLLdAON3b 1OI131N1 .�fpfS o � 1, in w°MI1lI1SMO�e•i1e ;,h
DONS ONI41IM SNOLLV13dO S)18OM DIlflfld ! i ? 9 E i u
in; r f 1�+ ° 0. T
a F a )!i 3 N..1 II
; E °i
q�9 'ggpL ° . 1 rF -' 'f E 9'
W Q. i Fi a it ——. J e fr
Zp' A'1i' °
( =3iago e
• y 'fa l
w §s,i�
�s 'b.l� 'A-.I ki / ..12
>. fig
14
in
w @;Y@Y
r 1 , if 1 i it 1 /
c.sion
' Icn
ie / 3
.12� 1 ' P fi
r y i
s
A !1
e 0
g
"< as
ii a 1 h.
_ I _
4
A'. !!j m
vJ f - e79 a [[ !ys (_ s- s of I Ed }I
WEmm f' W,1 o of i !RJE II41.P ! i iY l • S S
@_ a
Z ;se 1;i! lij iii; i 4 i lip
p'9: 3!.ill'g j s p43 S 11 a ! r ',,� e 4(
9 D .; Ci ; i a i E 1.•. t ii
r @',1 0 1i s 6 e E99 ' .11 iii eE; a 311' ' I Mi
,.•I
9p€ �� y iirlaft 35f Orin gib,pe�9 :5g K ai9a� ad p
Z i i 4151 5§ w 33+ € 'FY1eie ia•`46 3` it!a g!gki!5 e;l 4 t —,-- •
1 �I.
rw 1 fiif a;y i�Yi; i3 31 I g ti 2ii dl"P_€ii i MI ea lief[!= U
F'p= g3 gp ' - 14i@E x;. :si'egl6 ; €B1ya 11Fig as i 1 ; il! t'oli 1, 4- P [. b eit eyg ! 1 id 3i 'e; 1v ieEiie9 a ,_ I0 a jit lit ? 1 ill mlAit 1UL:ii? 53.5� gt :1 4 ii al
;i Q
moeuzcvv°vvw°Orwa F.: Hf1I-d/_/2d I C,/lG SP ^I-lCs'
'D' QQ K"'�"" Svx31'8flH n laod 10 ADD. ..... °w Wr �a micas a ;. PA EN
5 ., £ �.i c >
'�NI1�f15N0� - 1 u '' o d p
0 NOIIV�ON3N 801831N1 W' o w
N O /' Sn/�ON�' 0NI071(19 SNOIld83d0 S�80M DI19fld ` G 3 � ^€ 2 w=
o Ag
FT., 1
a y a y 2 agla° ` eW a 1iFgs " eLLi
SYR : Q p [ yg$ 3 .W 1g 41 RRiRR R R qp bW 1 g-8 4 g. 'wEi §` ! Y"b/ 1 e' Y9 gt,�zo t mS x ! = ca gEgl/6 0 .4 g g'aCa se4 O" G 11M
d
z 4 W m . 6 ^ a` 9g55gF ow. !gg"sgF $ �`�sWm € s
ds c W z r � �sy r1#g W � p Wg i:4 : € 3 F g g a • I
O p 2 l W M /9F W 3 11,m a � ' g➢< -I.
e
g Y m 8 27s LiIh I YY Y a E a: FFtl}g6 AW �m4 � 3 f� Wmll
O 2 UHu
gz zg g s g fg � rii . 53 Je 18 . 7 W ; 1 eW ff i e $ Yl8 2 SE Y y@i .isS S F a F d
!L.►` ap
i
n d ., m 8 ° ' S i 'e . 4� § : i a 9 = u 0 0 Q I l i m _ x `0�e-1�[tZ'2 ED
7v it
` o `
r` W s Y gl W g�§ �! ! ga "5'y 5 t •
. F gay W 3i3 gg g59 sus ie £ 'xr, - ll r g am W pql Ogo gi !' gig€ i b" s 0 Wm " r;g a g l YFWI W 1
p nE F 3m mg5 5 ii_5.1 gm° E Is4 y hi ..1% b: Ew I i r as g '- s °° 2„12 .
� z � � � i! a WgY g �'� S°.KSx g as Ir4 3 yyI? a� p� � fm a� �. � `�¢
Q a1gg1� ;4 lIligymin
l & 8 o� a{ & a. C 1d3a4° pa , ma4D5 1s41S: Gt "WJ X / a oa f i T' y . igg gi m 5 Q4< ° !II fi! �€ W E g WF 'g tla N"4tl '<5r iW
w lu 3 i Oaf W -, 4g a e 1§e $ i p$ , Ya WS 1 a• ,'� 33 ° a
_ �SR�r°„� �' g �i i�� g� g�°mg ="sh � r�< � l° as g� F�'" s g° �;g�� Y�„ �ia�;. aq
� cf �sz is gg t. � � i �� a€ a� ��e�� ����° ��,.a @ a aE���''�'��!'�� � aa g a�� �a � �"a ai i � �'�� _��
; pppy�,0a giaSW s li° . tows 4-.I. by 44 01gg 3Aa o.i , _ oaf" °2W".es sli g°E>$s 5g EW
' I S WW C2EWF4g gg s��°15glagg4i 9�i a € fga18'° 1- y g $ g eg' ' Wa gal ; rR2l$ a goy
00 u 1E0 0.I�4.ighly§.4i 5 m Olio ga"Qo-Fp,,F g laa iEE;NE mg4: olhopivol0xm g.e g ii
ri
�^ Q ca rigtr q14 g$g o35„-! �3i>lis,iNtr, ,ss a.sig yei s ;qas a 8 4r41.. t'o5€g h 11415 ior! 0
W
7 m o W u
O o ° l}E k. 5. 1 ill 4 s (0 Y hIll v8 & W s 1g
C 3f5 �m k'° 7 yl Z 3 t 3 E� t
cn w a a . v ` i s! Vd :N G 3 a g z, gr 4 . ' Iy •Li j (Po'ig
ca 5CC yWy a iX -"I—s t3 W Lj 0 avp g E g i s. !: yyy33{{ p
�/ J ; i i N i d a a 4 3 G 1 w RO °Will
grit
i � a b
e ss e h
°W 3 5! it s k Y1$ $ e � 1111111hilighlriiiiii
Wb93g: 11i : haW1 lWCit
O (
I < 1 u o
N
p ; O_ 81�135Y g i ; F .1: I
w d . p �'e° a s 1 o ; gg1 "l 5 y< 5 EPi g!g 0:211- i
o , 6 E r ' . ` g 3 Y a „ 3y !; 1 a 3°. W .
fl! u 3 3 f 3 f 11ygidE Wg ; igg8a 8g3f ag g8g *1F
—`® } ® u c P m 3 SOfl ii%: i w AII ! IIbañ
12 i 4igea a gog i g/1 i1§ i m 114° lig E i g5 s g" ip
• gesg W'gq 6 I u s'° ' g '
z g li eiBr,gn4 s ` i F a Pni i ,'L ! ! 'E 8i"• ask
m u, ! cri4Pagogf Nfing i.�g w' g & MeVil ia °§2ie-91 Tiw0gmz a� Fg : m!S" p g @ ��� r g �; 'k1g°s' i r, $yW 'y<8 g
if
z W-Y. ¢ : pi
! a! e ; i . $� g l'
�a4�€ g5 3 �w��a� �ag r� �aa �aa= ���°e ���° �eJ�
1 x '"2 :a i"eUgh11aWg ' a Y : 11"a i = an gd 1 sai g ga ! NY
6cg gig iil:4 ~ aga ', 6
1 x�eg tt !anal d g i o 3 J da ®"s ®s
ui 1V JW)d I CA1Q 5' F' C
: SVX31'>ifH18V 111Od dO A110 'i a
3Hi eoe m O c�a
E�NLLlf15N07, N' �K
J N O l'' NOIIVAON3d aOla3lNl ;; W 8
S(1A0N '' 9Nlallfl8 SNOI1V83d0 SN80M 0118(Idri' mw J J
zis P P t E ,g gW § 0
V s3 .d _§dog ' ��W g,tin, Ip ,4' ,%Pgqq . �) ~ 1!
ry .., ., . e e m
S
b
e
•
z sb
s
II
e c
m m
io
El g
121
a.
0 id 4 . 91 et
U.
o
z IL
ce
Ix
0 o
j a
a 0
U
2 CK
I—
W W§
-IJ h
W= W-
N
V
(}v9LL SVX31'anC1aV 1210d I -OMP STI444^4 _
roo�u QsKes aax0e�3 aQ co
_ WX31"811H1dY laOd dO AID m c
d . ' orumwano Aua i,zc b 3N1a0d - J
ONIIVISNO0 i - O M' , 'Ell p
9 N 0 =' NOILVAON3N 801M31NI W /5—
snnoN , , L '� ths ' W 1
9NIQ11f18 SNO11V83dO S�80M 0118f1d .o r' . _ Maa i a w o w
er I)\ a '
l
z= f
1§§ J I 4
mx
8 } a aa y `
FS 2 W
1 1111 9iN )
ea
`' 7i
gN
SRRIRIRRiRR RRRRRRiRRIRIRRRRI
#ja
SRRRRRRRRRRRRRRRRRRRR' S gig 1.
! 6l-�^ln^P__i-ICI^_:RIR�R�RRF�R: ] I nil I ( I<
4
1 3
° t m/-3ga Y €'
sg -8 e
2m -0 4; <..',-`gaWi
4 a E .W
c W a
11
IZ NM
a .Bl ZV
F wpm Qzza13
F 7
a ° Z ® 1i q °A L
!1-1.
�0 .4i
0 = a =w `"5 ° 's.< ! Asir 2
Z.
ir H
F
Nr ®
J
a
W
G
!II, g g
• ® ,EO" 5 a
a
w rb „
Ug
MOD r".ioa�owsr✓.oxsesr3 - S X1 'H(w t 14Cnd I CAi'Si'.'.V Pl-i's+. 0% w lA
cuaaawWd
m m SVX31'bf1H1MV 180d JO AID r \' Z
'.. .. -:- o,mwm wain S1411
3HIEN v" ' O z a
ONinnsNOD^ NOIIVAON3a b01M31N1 LL N m
ONO 1' SnAON� i, , rf,= a
`. 9N1411f19 SNOLLV113d0 SNHOM 0119nd >o arts -• " ,9s a
u 11
A rpl
w of � Ping Fi`g ,.6g§02 s11 , s
l n g ig sow t,ii m Pp'gopgiplodgfillImilpo Nia
ININHOHIIIMAIM
2
E C,
; v
i
ig n'
9 E I; Ill
1
E
0
t
z
a
a
O
O
J
U.
z_
m
2§
7
J.
O.
(;)
CITY OF PORT ARTHUR,TEXAS
BID SHEET
BID FOR: PUBLIC WORKS OPERATION CENTER INTERIOR REPAIRS
BID DUE DATE: SEPTEMBER 4, 2024
ITEM # DESCRIPTION NUMBER OF DAYS TOTAL COST
PUBLIC WORKS OPERATION
1 CENTER INTERIOR REPAIRS $
ALTERNATE#1
MOVE GENERATOR&INSTALL
2 AT OPERATION CENTER $
3 TOTAL $
COMPANY NAME STREET ADDRESS
SIGNATURE OF BIDDER P.O.BOX
PRINT OR TYPE NAME CITY STATE ZIP
TITLE AREA CODE TELEPHONE NO
EMAIL FAX NO.
•
•
-CITY OF PORT ARTHUR, TEXAS
nt,;,-- ADDENDUM NO. THREE (3)
August 30, 2024
CD FOR: PUBLIC WORKS OPERATION CENTER INTERIOR RENOVATIONS
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
UDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
Addendum as follows addressing questions asked
1. DEADLINE: Sealed Bid submittal must be received and time stamped by 3:00 p.m., Central Standard
Time, Wednesday, September 11, 2024. (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, September 11,2024 in
the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
Clifton Williams
Purchasing Manager
September 18, 2024
Signatur of Proposer Date
Daniels Building & Construction, Inc.
Company Vendor Name
-CITY OF PORT Ai'THUR, TEXAS
- - ADDENDUM NO.FOUR(3)
vtiiJ r! r?ll fir
August 30,2024
BID FOR: PUBLIC WORKS OPERATION CENTER INTERIOR RENOVATIONS
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 addressing questions asked
1. Attached is the addendum items from Long Architecture
2. Attached is the revised bid sheet. Please submit the City's Bid Sheet and Long Architecture Bid
Schedule.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
Clifton Williams
Purchasing Manager
�_ .�, %1 September 18, 2024
Signat.re of Proposer Date
Daniels Building &Construction, Inc.
Company Vendor Name
LONG
ARCHITECTURE
ADDENDUM NO. FOUR (4)
Public Works Operations Building Interior Renovations Project in Port Arthur,Texas
Subcontractors submitting bids for the Public Works Operations Building Interior Renovations Project for The
City of Port Arthur in Port Arthur, Texas,will note the following changes, additions,and clarifications to the
Construction Documents,and will acknowledge receipt of this Addendum in the place provided on the bid form.
Failure to do so may subject proposer to disqualification. This addendum forms part of the bid documents and
modifies them as follows:
BID ALTERNATE#2:
1. As an addition to the Construction Documents,a bid alternate scope of work has been provided for the
removal and replacement of the existing metal lockers in Men's Locker Room(122)and Women's Restroom
(126)with new HDPE lockers of similar size,configuration,features,and accessories. Tufftec Lockers,as
manufactured by Scranton Products,have been selected as the basis of design for the Bid Alternate#2 HDPE
lockers;however,the Contractor may submit products of other manufacturers for consideration,but the
Architect's written approval will be required before any alternate products may be purchased or installed on
this project.
• In Men's Locker Room(122),provide one hundred fifty-one(151) 12"W x 12"D x 60"H, 1-tier,
HDPE Tufftec Lockers with full lattice vented mesh doors,flat tops,ergonomic handles,padlock locking
capabilities,one(1)adjustable shelf,heavy duty extruded aluminum hinges with corrosion-free
stainless-steel pins(allow for silver or black),and one(1)double-prong black coat hook. Install on
existing concrete curbs. Provide locker manufacturer's ADA compliant conversion kits with ADA
plaques,adjustable shelves,and clips at a minimum of 5%of the lockers in the locations identified on
Renovation Floor Plan 02/A2.01.
• In Women's Restroom(126),provide fifteen(15) 12"W x 12"D x 60"H, 1-tier,HDPE Tufftec Lockers
with full lattice vented mesh doors,sloped tops,ergonomic handles,padlock locking capabilities,one(1)
adjustable shelf,heavy duty extruded aluminum hinges with corrosion-free stainless-steel pins(allow for
silver or black),and one(1)double-prong black coat hook. Provide and install lockers on
manufacturer's 4"high black locker bases.
• Provide locker manufacturer's ADA compliant conversion kits with ADA plaques,adjustable shelves,
and clips at a minimum of 5%of the lockers in the locations identified on Renovation Floor Plan
02/A2.01 (in both rooms).
• Attach lockers to floor,walls,and other lockers in accordance with the manufacturer's written
instructions,and provide filler panels as required for a complete installation.
• Locker color shall be selected by the Architect from the manufacturer's 10 standard color options.
OWNER'S CONTINGENCY:
2. As an addition to the Construction Documents,an Owner's Contingency Allowance of eighty-thousand dollars
($80,000.00)shall be included in the base bid and acknowledged on the Bid Form. The Owner's Contingency
shall be provided to cover any reasonable unforeseen costs for additional work that is unknown at bid time but
is determined by the Architect and Owner to be necessary for the completion of the scope of work expressed
in the Contract Documents. No claim for extra work or cost where the Owner's Contingency is to be applied
shall be allowed unless the same was done pursuant to a written order of the Architect approved by the Owner,
and the claim presented with the first estimate after the changed or extra work is done. When work is
performed under the terms of Subparagraph 49(C) of the General Conditions, the Contractor shall furnish
satisfactory bills,payrolls,and vouchers covering all items of cost and when requested by the Owner,give the
Owner access to accounts relating thereto.
Public Works Operations Building Interior Renovations
Page 1 of 4
C5 LONG
ARCHITECTURE
BID SCHEDULE(UNIT COSTS):
3. As an addition to the Construction Documents, the attached Bid Schedule shall be completed and submitted
with the Bid Form. In the event a greater or lesser amount of work is done,the unit prices provided on the Bid
Schedule will apply.Unit prices cover the cost of work and materials complete in place, including materials,
equipment,labor,installation,delivery,taxes,overhead,profit,maintenance,and guarantee required to render
complete.
ARCHITECTURAL:
4. As a clarification to the Construction Documents,the Contractor shall facilitate the inspection of the existing
roof curbs,flashings,and roof penetrations by the Owner's roof warranty provider to identify leaks and other
problems that have manifested since the building's re-roof project was completed (on November 16, 2022).
The roofing installer was Rooftonnect Logistics,Inc.,and the warranty provider is Tadco Roofing(warranty
#700434658, project#3963112). The roof is a Firestone (now Elevate)Modified Bitumen Roofing System
and is covered by an Elevate Red Shield—SBS—20 Year—55 mph warranty. An allowance of$25,000 shall
be provided by the Contractor to cover any necessary repairs of the roof-mounted equipment,vents,or flashing
that may not be covered by the Owner's roof warranty.
5. As an addition to the Construction Documents,please reference the attached Asbestos Inspection Report that
was provided by Honesty Environmental Services,Inc.to the City of Port Arthur for the Operations Building.
6. As a clarification to the Construction Documents,the individual offices within the building will be occupied
and will continue daily operations during construction; therefore, when work is required in the individual
offices,a group of no more than three offices will be provided to the Contractor at a time,and requests to begin
work in a group of offices shall be provided to the Owner a minimum of two weeks before the work is
scheduled to begin.
7. As a clarification to the Construction Documents, in reference to the Alaco roof ladder, there is no parapet,
and the contractor is to field verify the existing roof height and required ladder length. Ladder shall include a
Model H300-72 security door.
8. As a clarification to the Construction Document,the shower compartments provided in Men's Shower Room
(119) shall be constructed as roll-in type shower compartments in accordance with Sections 608.2.2 and
608.2.3 of the 2012 Texas Accessibility Standards (TAS); therefore, grab bars shall be provided on the side
and back walls of each compartment,6"maximum from adjacent walls per TAS Figures 608.3.2 and 608.3.3.
Reference sheet TAS-4 of the Drawings. Non-standard grab bar lengths are necessary in some locations to
meet these requirements.
9. As a clarification to the Construction Documents, the new shower partition walls in Men's Shower Room
(119) shall be framed with 16-gauge metal studs @ 8" O.C. and shall be anchored to the floor and existing
masonry walls with bolts at 12"O.C.min.
10. As a clarification to the Construction Documents, the new plumbing chase walls in Men's Restroom (123)
extend full height to bottom of roof deck. Reference interior elevations 07&08 on sheet A2.41.
11. As a clarification to the Construction Documents,wood blocking for grab bars and other toilet accessories is
required in new metal stud framed walls/partitions. Wood blocking should not be necessary at the existing
masonry walls unless furring is installed.
12. As a clarification to the Construction Documents, all existing undamaged lay-in acoustical ceiling tiles shall
remain and only the broken,missing,and damaged ceiling tiles shall be replaced with new.
13. As a clarification to the Construction Documents, new above-ceiling batt insulation shall be installed where
the existing above-ceiling batt insulation is missing or damaged,and all debris on top of the suspended ceilings
(from previous roof repair work,etc.)shall be removed.
14. As a revision to the Construction Documents, LED 21-volt tubes shall be provided for illumination of the
lighted sign cabinet of the pylon sign instead of the T-5 Slimline fluorescent tubes that are specified in Division
10, Section 10436-Panel and Post and Pylon Signage,Part 2-Products,2.2,A, 1,f.-Illumination.
15. As a clarification to the Construction Documents,the new pylon sign assembly and installation shall meet or
exceed the minimum Windstorm requirements adopted by the authorities having jurisdiction.
Public Works Operations Building Interior Renovations
Page 2 of 4
LONG
ARCHITECTURE
16. As a clarification to the Construction Documents, the Owner shall be responsible for the removal and
temporary relocation of all electronic office equipment such as computers, monitors, phones, and
printers/copiers, and the Contractor shall be responsible for the temporary removal and storage of existing
wall-mounted items such as marker boards,artwork, etc. and for the temporary removal and storage(on site)
of furniture and appliances as is necessary for the work to be carried out. Once the work in an affected area is
complete,all items previously moved or relocated shall be returned or reinstalled by the entity responsible for
their removal and relocation.
17. As a clarification to the Construction Documents, the "REF. MEP DRAWINGS FOR HVAC LOUVER
ADDITIONS"note shown in File/Storage room 109 on detail 02 on sheet A2.01 shall be deleted as the MEP
drawings do not show new louvers in the indicated locations.
18. As an addition to the Construction Documents,Citadel Floor Finishing Systems PLE-100 Quartz/Flake System
is an approved equivalent product for the epoxy flooring.
19. As an addition to the Construction Documents, in specification Division 9, Section 093050-Tile Setting
Material and Accessories,Part 2-Products,add in its entirety 2.6 and 2.7.(Ref. attached)
20. As a clarification to the Construction Documents,per Section 405.8 of the 2012 Texas Accessibility Standards
(TAS),handrails are not required at the new ramp in Men's Drying Room(120)because the new ramp's rise
will not exceed 6". In accordance with TAS Sections 405.9,Exception 1 and 406.3,the new 4"porcelain tile
curb shown to be installed along the side of the new ramp for edge protection may be omitted, and a new
porcelain tile floor flared ramp side with 1:10 max.slope may be installed in its place. See sheet TAS-2 of the
Drawings.
21. As an addition to the Construction Documents,provide nine(9)new heavy duty touch latch access door panels
in the new walls in Men's Restroom(123)as follows: Install one(1) 10"x10"access door below each urinal
(in 5 locations), install one (1) 10x 10" access door between the toilets (in 3 locations), and install one (1)
20"x20"access door at the end wall of the plumbing chase(wall opposite the lavatories). Access doors shall
be recessed 5/8", constructed of lightweight welded aluminum, equipped with a concealed hinge, provided
with a fully detachable door with continuous felt gasket,equipped with a touch latch mechanism(s),equipped
with keyed cylinder lock(s),and intended for a tile wall application. Model WB DWAL 414 as manufactured
by The Williams Bros. Corporation of America has been selected as the basis of design tile wall access door
product; however, the Contractor may submit products of other manufacturers for consideration, but the
Architect's written approval will be required before any alternate products may be purchased or installed on
this project.
MEP:
22. As a clarification to the Construction Documents, the routing of plumbing supply and drain piping is
diagrammatic for the purpose of drawing clarity, and the actual locations of piping may vary based on the
existing conditions. The new or modified water supply lines in Men's Shower Room(119)shall be installed
along the existing walls in the current locations and shall be concealed inside the new shower partition walls.
The design intent is for any exposed piping installed in Men's Shower Room (119) to be neat and orderly.
Installations of exposed piping,conduit,or other components of the MEP systems deemed by the Owner to be
sloppy or inadequate (based on accepted industry standards and practices) will be rejected and shall be
reinstalled to the Owner's satisfaction at the Contractor's expense.
23. As a clarification to the Construction Documents,accessible(ADA-compliant)lavatories are required in three
locations as indicated on the Drawings,and the intent is for the existing lavatories to be reused if they can be
made compliant pursuant to Section 606 of the 2012 Texas Accessibility Standards (Reference sheet TAS-4
of the Drawings) and the details provided on sheet A2.41 of the Drawings. If the existing lavatories can not
be reused or reconfigured to be made fully accessible, they shall be replaced with new, ADA-compliant
lavatories of similar design,style,and color to match the existing lavatories being replaced.
Public Works Operations Building Interior Renovations
Page 3 of 4
IV LONG
ARCHITECTURE
24. As a clarification to the Construction Documents, the Owner has provided the following specifications
information for the existing generator in Bid Alternate#:
700KW, 1996,MFR: FG Wilson,MDL: P880E, V12 Perkins/60Hz/208-120V/ 16,312 hours.
The accuracy of these specifications shall be verified by the Contractor before any work on the generator is
performed.
25. As a clarification to the Construction Documents, provide pricing for labor and materials for the installation
of a CDVI access control system for one(1) door location at door#001 on Renovation Floor Plan 02/A2.01.
CDVI access control system shall be compatible with the City of Port Arthur's existing systems.
The necessary materials per door are as follows:
• 1 qty. CDVI A22 Controller
• 2 qty. RP40 Card Reader
• 1 qty.RCI 8310 Mag Lock
• 1 qty. Bosch DS150i Motion Sensor
• 1 qty. Pneumatic Press to Exit Button
• 1 qty. Altronix 12V Power Supply w/4 Inputs
• 1 qty. Set of Security Screws
• 2 qty. Armored 24"Door Loops
• 2 qty. 1-gang 4"x4"metal conduit box with 1"conduit holes and cover plates
• 2 qty. 1-gang 4"x2"metal conduit box with 1"conduit holes and cover plates
• 30' 3/4"EMT Conduit
• 6 qty. 3/4"EMT Compression Coupler Panels
• 6 qty. 3/4"EMT Terminal Adapters
• 12 qty. 3/4"EMT Conduit Stand Off Straps
• 1 qty. Deep Surface Mount Box for Card Reader-Ivory
• 6 qty. 3/4"Nipples
• 1 qty. 10' Power Cable
• 500' All-In-One Access Control Cable
• 1 qty. Data Drop with RJ45 Modular Plugs
�� D•A�C4,si) ,14
Cade L. Spell AIA,President i Wf? cT • c n i
Long Architecture ' � "{
i
•, /f,.:,► k s
1� 2$
Attachments: �i,�9r 'V
Bid Schedule(Unit Costs)Form I'‘ , OF .......
Specifications section 093050,Part 2,2.6 and 2.7
Owner's Asbestos Inspection Report SEPTEMBER 04, 2024
The Texas Board of Architectural Examiners has jurisdiction over complaints regarding the professional practices of persons registered as architects in Texas.
TBAE contact information: 505 E.Huntland Drive,Suite 350, Austin,Texas 78752,(512)301-9000 tel.
Public Works Operations Building Interior Renovations
Page 4 of 4
« » co R 2 2 ƒ ? Cl) CO m Cl) 0 $ q ƒ m k - - / =
CDio 0 / / / / \ ] m / f / 0 § B o c n
O 2 ® / 0 ) / \ 3 t d = / a .' ° 3 §. ƒ \ >
< m > = J 2 3' ° e ® — m CO Cl) CS 0
O a E 0 ° T m m < 0_ ] m O 2 \ _ = 2 2 -
in / / / ( — 0- go o a ° 0 a_ la o ~ = m - 0
0 _
O — 0 = E R ƒ m 0 2 \ ® O E D / \ \
c 3 / & \ ± / e = I 8 c / /. 5 # m
g 5 = & = Co = & c _
z % ƒ 2 / ƒ ƒ c E \ ® §
> \ > / ° o Z 9 = 2 7 \ 3 m %.
7 / 0 (0 / \ / / a a = / o k o _
X 2 0 a ° -, -0 =
O % \ k [ / k o k \' _, o -o
e co co = o_ I g J o_
ƒ % \ / 0 0 9 cu / ƒ =
a 7 = c E 0 -.-
= / / _, m -
% d * ? = / / R
$ 0 -. 0. # 2 0 k 9 E C g
I- / f 0 - < 0 = / § 0 m
< 13 f n o
= / / / Sr 7 C < CD 0
* \ ) p � k @ 7 §.
£ 0 7 R C @ £
2 M 9 ƒ 3 0 -
o 3 .0 5 / c 3
cv cc_
k 2 0 ° •
E / = / 0
J / t * 2 T- 0
tri ) $ . m
CC) CO d $ = <
/ E CD = ] =
2 ? a o = _
= 0_ ® i. / -
E 0- &. c
= m _ m
- o � 3 o /
0E ] 0
0 §_ C °
/ / 5 '
E
@
= CU
0 0
C J
/ — /
I- m I- I- 2 2 2 2 2 m Cl) m 2 r- I- Z ° C k /
T > T T -n T T T T > T > T 2 T -I / 5 \
cc
E
0 c' /
0 §
K 0 ƒ k ,0
* * * * * * * 0 2 E Co j
O m 7 6
-I a ° 0 71 /
§ _
73 . - \ / a / o Cn = CD ( 0 L / ƒ E LA/ \
73 \ ƒ \ - m CD g. \ \. d 5. _ @ o % E 7 ®
9 9 / / / / / 0 J 3 / 2 o 7 2 m % /
c E % M 9 ■ -I co \ % % & mco
& § 2 $ a
E . , ' a 5' e , E - 5• 0 @ f
q % ? \ / k / J - ? « © /
C / / _ x o 9 \ ¢ / $ / §
] - m #
/ CD 2 / / ? - — 7 2 13 / f 2 &
Z m o 0 0 0 2 / x = ® C
D $ 9 a z 2 2 \ \ 2 \ § a &
T T -n 3 2 o a
/ \ \ 03
a) 2 / / 0 -1 $ / f
0 ] m g D m E@ CO m = -g
cn 2 a 3 CD n 2 o@
= n C — - n
0 ƒ ƒ ¢ 3 § 2 8 & q 7
- § ƒ § / 7 w / / g ƒ - E
\ = B — \ / __/ o T1
o ° Fli I ) § ƒ /
\ * J - / E k 2 a
7 / » \ / \ § CD \
0 §s. m § /
R /
g @ \ & / a o / \
a" / 2 o EI) G) / 2 CD
/ / / / / \ C -0 0
2 / s w CD $ \ /
9 § \ a CO x -o
o ƒ > J d \ o /
8 ® Ed a • 2 E
Ln T § _ o a) 0_ C D
] - B °
-0 E Cfl ? a
§ ] -'
_ / 2 -
o __
2 R
% co / o
m Cl) o
x - ƒ
/ co
-0
LC / CD
\2
= 0
2
/
3
m m m m m @ 2 S E r— 2 E E 2 2 CD
> > > > > -n -n T T m T m T T T 3
3
n
41. 2 (
CO _1 70
\ * * * \ * » » - _ ro
o
\
* @ ( # 2 — 2r
2 F # 2 m & / 2 2 71 ® r-0 o 7 % o g ED m Em o o
' 7 ƒ 2 o - S I' 8 �/ / / m _, / f ° ƒ /
< a E m o E 0 $ \ 0_ - __. 2 a' 2. CA 2 C)
c \ I I 7 k < o J = 0 0 - - e § 7
@ 7 < E 0 CD -n
m 5 v a e /
O E > _ - @ 0 2 /
Eu $
C % % / d / / / / / / - / / }
0 f / ) CD CD . $ co / ) CO CO e #
Z 0 0 f % ( 0 ° m . 0 = = k
> ® @ m73 « 7 7
o k % $ 0 =0. f / f / E
73 0 f f -ED
5 5 C r %
m m $ co • 2 / SU
0 0 o E _ -0 / 9° Cn _ _ =
7 ƒ = 0 C A co 0
A -0 \ d ° k
2 = ^ 2
= = d co CO
cn
= _ ƒ § = o
CD / _. f k 0
R CO 0 = o /
E _ a 3 ® _
0- U 3 = J =
CO o
o = 7 CO
Q c 8
/ ƒ k 2
2 C A a) E
0
w -0 0
0 j. }
Lri
2 0
\ }
-a /
e. -a
_
o_ n=
�
0
ƒ
0
\
\
0
_
\
&
E m m m m m m 2 2 2 0) 2 r— S 2 2 CD
T m > > » > > T T m T m T T m T 2
�
CD
2 2 » o A NJ / -
7 @ CO OD Q b w .01 = 3
/ / S k k * * o * & » c c 7 j
o =
j §
® 3 9 E � / / M — # \ m > 2 > > > / E
/ 2 = q \ / / 3 Cl) / / ° / / / /
co en = 2 = §. 0 / % 0 0 0 s 3 >
el. Crg
2 / D- / 5 k / / g ƒ - E / 3 m 3 3 3 / %
R 7 » \ - 0 I I ( 5 u) 5 A # ro
-
0 / 2 ƒ / / $ 2 / § / / / o c
C o ° / / / f i 9 m - / $ $ R m
Z / F = 5.• / / / / / / / co T Do #
> ƒ a ED 7' 7' D = 5 / \ .S ƒ
2 A ^ 5' 5 2 m 2 7 2
7 k d kco co d C 5 O / a I
3' S % \ <O = E A
Q m 6
f / c / /
\ / _ ° 2 \
E 20 / J
* > ƒ \ >
m
= 0 k
\ Cl) &
J f =
CD c (
0 R U)
2 / x
/
-P. 0 0
% > /
0 =
co
= \
2
_
0
C
9 cr
F
$
0
ƒ
0
\
\
0
_
/
a)
&
> > m m m m m m m m m m > m m > f
3
CD
Q & 5.
a Q e co
- 0..) A A 0 ¢ 7 0 0 0 e » _ \
* * LaA 7 0 0 0 0 9 0 9 rD
0 0 0 0 0 0 0 0 0 0 k / k e o
0 .
§ R
Z 71 _ « [ # / ƒ # N. & m / E
73 2 E 2 2 < k / _ / / % k 0 R
2 ƒ co
a G) $ — m m ƒ ] >
- o Cl) & e E c n n / O O ° / /
� / k 0 ® CD k o o = 2 / \
% _ § \ �• k 5 © c
CD / G
cn / c k k 7 ' 0 #
0 n - E m - 0 # # k / °
Z / / = — - c =
k / \ q Q CD
k co § 3 0 \ \ M 0_
= /k / / -ƒ C Cl)q CO I ° o § a
e 2 m I 0 » - 3
0 F 0_ 2 (7 � ® R E
/ \ / / -h E
CO0 ° 2 0 \
. cu i » > R.
R.
* - 0 § k J E.
\ > 0 E a)
/ / '- \N 0
En cft ® < <
/ U > = a
C k / § j
- _ _
2 / ƒ / n n
© s = Cl) _
° J 2 § §
� / \ \ / 2 Cl)
§ k /CL k
0_ J \
/ < 0
§. B. s
7 $
® 0 /
Cl) E n
/ / ,
_. 3 ƒ
5' "0
_ CD
/ /
5
co )
/
&
> > > r— m m 71 m m m co
,
CD
5
\
* * * * * * * * * * 2 §
0 cu
_
] §
Public Works Operation Building Interior Renovations
Bids and Construction Documents
Addendum#3
093050-Tile Setting Material and Accessories
PART 2 PRODUCTS
2.6 A. Finishing and Edge-Protection Profiles for Walls and Countertops
1. Schluter❑-JOLLY
a. Description: L-shaped profile with 1/8"(3.2 mm)wide top section and vertical wall
section that together form the visible surface,integrated trapezoid-perforated anchoring
leg,and integrated grout joint spacer.
b. Anchoring Leg:
1) Provide with straight anchoring leg
2) Provide with special radius anchoring leg for radius applications
c. Material and Finish: EB(Brushed Stainless Steel)
d. Height: Contractor to field verify height as required.
2. SchluterE-QUADEC
a. Description: Profile with square visible surface, integrated trapezoid perforated
anchoring leg,and integrated grout joint spacer.
b. Corners:
1) Provide with matching inside corners
2) Provide with matching outside corners
3) Provide with internal connectors
c. Material and Finish: EB(Brushed Stainless Steel)
d. Height: Contractor to field verify height as required.
2.7 A. Movement Joints and Cove-Shaped Profiles
1. Schluter❑-DILEX-AHK
a. Description: anodized aluminum profile with integrated trapezoid perforated anchoring
leg, connected at a 90-degree angle by a coveshaped section with 3/8" (10 mm) radius
that forms the visible surface.
b. Corners:
1) Provide with matching inside corners
2) Provide with matching outside corners
3) Provide with matching end caps
4) Provide with matching connectors
c. Material and Finish: EB(Brushed Stainless Steel)
d. Height: Contractor to field verify height as required.
Honesty Environmental Services, Inc.
www.honestyenvironmental.com
August 28, 2024
City of Port Arthur
PO Box 1089
Port Arthur, Texas 77641
Attn: Ms. Flozelle Roberts
Email: flozelle.robertsportarthurtx.gov
Office: 409-983-8140
RE: ASBESTOS INSPECTION REPORT
City of Port Arthur— Operations Building
Men's & Women's Locker Room/Restrooms/Shower Areas
201 West H. O. Mills
Port Arthur, Texas 77640
HES Project No.: 24B-2093-15
Honesty Environmental Services, Inc. (HES)performed an inspection for suspect asbestos-
containing materials (ACM) at the City of Port Arthur— Operations Building located at 201
West H.O. Mills in Port Arthur, Texas. The asbestos inspection covered the areas
scheduled for disturbance in the upcoming renovation activities.
Ms. Charisse Crochet conducted the asbestos inspection on August 28, 2024. Ms. Crochet
is a state-licensed Asbestos Inspector, and her Texas Department of State Health Services
(DSHS) (License #60-3246). HES is a DSHS-Licensed Asbestos Consultant Agency
(License #10-0182).
Our services included the investigation for possible suspect asbestos-containing materials
(ACM) and, if applicable, subsequent collection of bulk material samples and the
corresponding evaluation of the material(s). No suspect materials were found at the
Operations Building — Men's & Women's Locker Room/Restrooms/Shower Areas
located at 201 West H.O. Mills in Port Arthur, Texas; therefore, no samples were
collected.
HES appreciates the opportunity to provide our asbestos consulting services to you.
Should you have any questions, please contact me at (409) 632-2601.
Sincerely,
Honesty Environmental Services, Inc.
Daniel R. Ward Charisse Crochet
Vice President Asbestos Inspector
DSHS Consultant License No.: 10-5479 DSHS Inspector License No.: 60-3246
14420 West Sylvanfield Drive, Suite 200 2300 Highway 365, Suite 450
Houston, Texas 77014flE0 Nederland, Texas 77627
Phone: (713) 856-5354 Phone: (409) 632-2601
www.honestyenviron me nta l.com
. .
r) -CITY OF PO II T Ai',THUR, TEXAS
r g- _ ADDENDUM NO.FIVE (5)
rur
ititrii,.-
September 9,2024
BID FOR: PUBLIC WORKS OPERATION CENTER INTERIOR RENOVATIONS
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.
1. DEADLINE: Sealed Bid submittals must be received and time stamped by 3:00 p.m., Central Standard
Time, Wednesday, September 18, 2024. (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, September 18, 2024 in
the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. You are invited to attend.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH Y•UR BID
DOCUMENTS.
Clindn Williams
Purchasing Manager
i
September 18, 2024
Signat re of Proposer Date
Daniels Building & Construction, Inc.
I Company Vendor Name
i
0 -CITY OF PORT ARTHUR, TEXAS
trireF r ADDENDUM NO. SIX (6)
:t+iar
September 13, 2024
BID FOR: PUBLIC WORKS OPERATION CENTER INTERIOR RENOVATIONS
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
iIIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF
THEIR BID.
1. Attached is addendum # 6 from Long Architecture.
NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID
DOCUMENTS.
Clifton Williams
Purchasing Manager
September 18, 2024
Signature of Proposer Date
Daniels Building & Construction, Inc.
Company Vendor Name
IV LONG
ARCHITECTURE
ADDENDUM NO. SIX (6)
Public Works Operations Building Interior Renovations Project in Port Arthur,Texas
Subcontractors submitting bids for the Public Works Operations Building Interior Renovations Project for The
City of Port Arthur in Port Arthur, Texas, will note the following changes, additions, and clarifications to the
Construction Documents,and will acknowledge receipt of this Addendum in the place provided on the bid form.
Failure to do so may subject proposer to disqualification. This addendum forms part of the bid documents and
modifies them as follows:
ARCHITECTURAL:
1. As a clarification to the Construction Documents, the existing pylon sign(including the steel pylon structure,
sign cabinet, concrete bases, and electrical components) shall be removed in its entirety and replaced with a
new pylon sign structure with lighted cabinet as specified. The overall height of the existing pylon sign to be
removed is approximately 24'-0". The existing sign cabinet to be removed is approximately 17'-0" x 4'-6".
The existing columns appear to be W8x28 (or similar) steel wide flange beams bolted to concrete bases. The
depth of the existing concrete structural base is unknown, and the existing piers/foundation cannot be reused.
A new sign permit will be required for the new sign. A 24'-0"wide concrete drive is located approximately
22'-0" from the existing pylon sign. The existing concrete bases shall be demolished and removed from the
site. Existing overhead electrical lines are located within the vicinity of the pylon sign work area, and the
Contractor shall take all necessary precautions and seek all necessary permits/approvals before commencing
the sign demolition and installation work. The new sign shall have one cabinet with two signs (one on each
side of cabinet). A FlexFace cabinet may be installed. Both sign faces shall be illuminated (from behind,
inside cabinet) with LED lighting (per Addendum #4, Item #14). Photos of the existing sign structure are
provided(attached)for Bidders' reference.
2. As an addition to the Construction Documents,install two(2)new accessible parking stalls with painted access
aisle striping, new curb ramp, sidewalk/landing addition, wheelstops, parking signage, and painted
international symbol of accessibility. Sawcut and remove the existing paving and curb ramp as required. This
scope of work is shown on Drawing SK-1 and CSK-1, added to the Construction Documents with this
addendum.
3. As a clarification to the Construction Documents, PolyLife HDPE lockers and benches, manufactured by
PSiSC Columbia Lockers are equivalent products approved for use on this project per Section 105116 of the
Specifications and Bid Alternate#2.
Cade L. Spell AIA,President •4C? UP ��� V211
,
Long Architecture � v•
Attachments: +,4 49T
Photos of Existing Sign Structure to be Demolished 1�%`F O F �.
Drawing Sheet SK-1 SEPTEMBER 11, 2024
Drawing Sheet CSK-1
The Texas Board of Architectural Examiners has jurisdiction over complaints regarding the professional practices of persons registered as architects in Texas.
TBAE contact information: 505 E.Huntland Drive,Suite 350, Austin,Texas 78752,(512)301-9000 tel.
Public Works Operations Building Interior Renovations
Page 1 of 1
T.
1
II. -___ - ';.-1;1 -7:11.,: ::'
- rt.r
4 1
t "'S<
to.,. fit 7...................i....„
,- .
,....,... „ mi
::....,
vt4ei b,r : .......
0 014
1; N
43
� , sy CO
O.
o y
C 'O . `A .
0 �� ,-
C N .b. ; lI
:° X 4.0
1
°' II
,_
m . �� i
c -_- { •_ I
O L .r
� < N
L
x
y. , w.
1- >, MI ':*'--`.',•-::'.it-t''.,::.i4,,i„.„, ''-'4',-; •;;,,,...,,.:.„ ,.„., 4
0 :. 4— �� � ' �r -� �4.7 '�cam`= I
cI N •
ti i" C " '%, I ,i
.' .-‘,...,i1/!,!. tf
8
I •
,, y r
F M1.;
,i
. �
'ill ..: : --..-„:„,,
b '":,,_!. ::‘,,,1.4, _,,i,,,,-, `4
.
.:'
N
p I O
N
x � `.; d
0 _ ,y xT t•y: ✓ j✓ 6 k b ,y 47, ^i„3 ,v s ,4 .., Q�
EL
CO
f e f AiK 1 ti x # E
'fffr
C wry
L.
F mot'. n
i i/ €ic ei Y fats $,. , ' t,"
fl
I2ITj
,
•
r ,L sN
.0
. ' ' • . '.
L
V
V t . "
' a a �°
EPPE'998'609 :eu04d 049LL SVX3l'Mf1H1aV18Od I '0A19S11IW H'O' 1S3MIOZ 0 ag"q z
IOLLL XI 'luownee8 I SSZ el!nS "1S 411‘ 'S SSL 5 ,, .[a 8 ,7,
]el(1lI1lIHJel`d — SVX31 'dAH1dV IdOd AO A1I031-11.301 11111 i
x$ . ° W<
NOIldAON3b dOIb31Nl Et vili f < o 2 Y w
W ` N
0 N 011JNIa1Ifl8 SNOI1Vb3dO SN OM OI18fld i _ H E o� d
.0-Z , 'WIN.o-9 111.N.0-1 /'NIw ' 1 € iy,61.i I w
.8-.1 t o a< r�i V� O F Q c�
2
�g';y
< �N OUKw W1wg NVa
§} /I o 1 1 w 1=u£1;fig °Ww
•
HP
_l e if pgi,i1:r_'
a a F'
9_ 6 _1I W
� Ub
g ' Z i I Lu a , u
Y dd
r„ Pj!L>� i w Z_ u
Uo�w2 Zm Q�rc F 'J =$ox�UxwgaNzo� < p� ' wwG U Q U
UV �< gw Oa 15S Z p <mpa$§ p
m��� w iv Tire � �FS C 3z ��mimz� s za�i3 r� co
X1 s Lyay an
Z]�• ;%gg '<SzE4a eia<gm __ aZpuZp ow N M
�A�<�i O b4Kd aV��6 � U a !Uwma O *. _.�_ .s-t -. - 0
Y
�ga z
gW P fili h'e L:t
z IN
c e g"x we z 7p,,gu i s 0 .qo
m ogl Q§ ° « $ag� l e;:�' §tm ill h Ems
ett
f �-----,„_ 1 b ,
•
•
lin
<ygW
,.._____J ii
z
F wa,T,Wa »v
O . %"ON Mg;
�p
F Oafi � o wN? Wd!
_ bVa uwKpwiF uoXVW ZFt NM00
dWVL 3dOlS W ra QyW x5x5 QQ KjKj 2 KqKq
/ i�C 66KU��ZLL�
r
I 'a • &aw k= a J 1 -
wi/77
3a" g
y
L - :� ° s
rcw li
aw w��� °AIR'K �a <�ag `N�
__---- pi ' ,,
RI 1
w . < f N w Oh
mw
F Zsy 0E O t � !;1I
,1 d
w 1 u a %' Q
w
o ui��ixz ----
o a J
3 �3z N_,y tY..- a --- -
�a0� F. W
r aram j
Q
- o.0 o-s -, - o.0 - - 0
w
CT N �Orc w w aoo E m awa3 gE ,,Y o .u= g= hh�! Q�6 Ili;
o W
U3i, N O ig'� s ihi!
w °�ew � �ilHd
5 00 QQ t ZE�yt=C rVw Ta u UiJai zow- .., w rli -
-. - - 3AMO ONIISD(3 1....
0
W.00LO..J'ClX1 4C...i 3'. • m F y
~ -ia:...-- NOILVAON3l1 g= o a
" MZMrr' ,aa 9079 SNO1lVH3dO '°
OM
;yi
."•.., _u , UellUdiq c'z;;1A S"IIIOM angina .. a i J n w Q U
uw w,mrai._. oh
t y qb kk p 1 PN W
� I_ is , � P@1 .
� z Ogg!
i i i il ; !lie
ii tie 02 51 ebb q i ii i *Ili ii:heed !!1911i 1
1= ! 1 li 1 lii :11!?P :1 1 I I ib p i 11 ;A dry 1E141 gi 1
1 11 r g : !pi !!j
�, �@ !ji 81 in ell! Q o14 it itriti i
z: 1
1; 11 1 1 1511 ililtil $ iill ii 11 1"/ E 4 14 2b0g1101linglg8 ?47,
41 i ! IA P Ofil g1 1 6.Alf e- 11 qb 1 4I I gi 1106 og illa 0
q it i g' 11 :10 II i Te 5iii it 1.1. 1 ig t ;s 4 ill Iv i PP g
1! iz : 11 V 61111 11§1 W I i Pp PI 1 1 1: 1 11 4z Ill gli I * ei
0 111 il 4 P ii ik:1! iill 1 ' III ri 11 ik i° 11 Bi c' 1151 ii I. 1 r . i qi 1 e
9 iiiii " 411 1 0 g' 4 1 02 i n I 1 I
bPil ii li ill 1/il illiIl e 11 ill ii 1 11 111 li 11 " 111h' 1 12 8h °
U - N . . . a A i
it 7i ..,�h
W'. S
•
7Z1-- —;--- i ra tig Ilill 've. 1 ...-6:::-
- i 04 h I PP i 1111, (I)
11
- z 1 ri 5 Ilt 61> gh . i g
- _ -- 1 1 .5 a \ \ �
1' icl 1 !N
cosy
II '
,V -` g , I-
11MR R
N
si
r '' 2 - -"''''' le 1 m 4 " ail ; 1 ii4 :1:1
trtg
• �j o ,at: 11;\, i
4;4 '°4 U :, . g �, U
0,,o Lilo,, iiii k IP
,.,
zloi
� - --I i
zF � U
S�, m
L YI 17S
...•u.nor.as mvuo-y-s of o-..0 .mom moon...e.w w,...••••ow ore wen..°c✓.
P. R.24048
Exhibit
C
111cD ;
CS •' _
a
wi
.*:
CC
to
'V ti W N "'
Cr a 0 K > F 'O
soO L cr
et is
et
so C _• z H
et
A —i •C-1 U .O n =
.
b
-.I.
A
Y Dy
0A0 �t
0 o Ts 0
;IC m co ~o
ps
R (: N 5 f9 A Q•
c x EG U 0 o eD ^ E. X
.Mr C
a o A .4 .. _
''''a; 0. _. 3 1:1 0611
g 3 0° "1 yiXt
IN X
O et
\ CA
A y O, A C.
<
col
c `f `s3 C _
C/i f J ¢ y
l `sr ,� .
DCFir°
nn so
c c .* o
=
A
O•
O
i
1
P. R.24048
E h • b • t
?`sL
ti
DANIELS
BUILDING & CONSTRUCTION, INC.
P.O. BOX 20878 - BEAUMONT, TEXAS 77720-0878 - PHONE (409) 838-3006 - FAX(409) 838-9006
October 14, 2024
City Of Port Arthur
444 4th Street
Port Arthur, Tx 77640
Attn: Clifton Williams
Re: Public Works Operation Center Interior Repairs
Per your request, we are pleased to provide value engineered options for this project.
VE Options:
1. Delete Work in Tool Room: <$ 4,276.00>
2. Painting of lockers in lieu of new phenolic: <$56,370.00>
3. USG 2210 ceiling tile in lieu of specified, Insulation to remain for NRC: <$ 4,680.00>
5. Unobstructed access to entire building, providing office trailer and toilets: <$95,443.00>
Total Deductive: <$160,769.00>
Alternate budget to install new 200KW generator, transfer switch &
stand & remove existing roof to set on existing pad ADD: $143,550.00 to $158,950.00
Previous VE Options:
Delete replacing the Sign: <$25,386.00>
Delete Painting of Rocket: <$11,000.00>
Clarifications:
• If option two is chosen, calendar days will be 126 days in lieu of 182.
• 10' X 60' Office trailer layout is attached.
• The toilet trailer will have 12 stalls.
• IT and computers, by owner.
• Moving furniture as needed for flooring by Daniels.
• The Generator Budget is Budget only and we will follow up with final. Lead Time is typically
18 weeks, but this could change due to the Florida hurricane damage.
Thank you for the opportunity to quote VE option to you, if you have any questions please contact
me. The above pricing is good for 30 days from the date of quote.
Sincerely,
Tony Goss
Project Manager
Cell: 409-284-2010
Phone:409-838-0006
2898 W.Cedar Street
DANIELS Beaumont,TX 77702
M Of.,I CO'A I.VCfl)1 tK
Sincol9S! www.danielsinc.com
1
r"-
A R
N
n
i', HVAC w _ -
F.
.. _ -•./ =' -_✓emu
T
- x O 0
3 `(/3/
/j• i[ '`
C a $ iK( S 7 fir y.
mm ' _ n ` /
.,nu : 1
E
O
O1 7
y i C
to O ix= V = i V
G7 _ O
�+ F- >
r
cu � c�i .3N � c
WK MI m g_ i r=1.—.-..=ri:-. -
, C Q O C m t 10== 4 �'
liguill M Q H m ( t a a 5
� 3 — � c i in � ' a� � U -ice=
c
r = 3 c x I i bi I!_
�~ H EN U • iv o
_ h- .
tC
tV ® 7 i; 0
i 0 a 1 Ei. ,,..m.1
s - -i1 !• =_ ali
1 ---- ----! ER 11.4 1,..___El lit
. - [.....) 1 h r-Zdillla 0 1 - .. _---= ,
F = 1i CAB
o E. E _
N Cj. a
•
'Sc
N
i
b U
O
c -1
L.
U '7 O 0Ol
Cp✓ 000 ° 13 00 C^ -0 - o .c c o
03 :B AC 0t0 . a
CO j � `n - 3 a. :i o c
y VJ O N
, i
_ Y
O O ,•-, ,--. m o ca c y Ca
a.
j O N 3 o 'y C Q o U CA pp E d .� Q y N .o O
O � e c X spc0 - VU ¢ 3 0 .5 ct g, C' `o o c d =
= d LL ' to d o 5 T.°� U y x U N = 3 x >
c Xv = U. 0F E o oa 5 o eu - 5 y
CE c g/iA o •.. 3 � 00
.°� aoi 3 ,� 0 a,>' y ._ ` V o •- E `° '« 0. 'b U `o o X _X _Xo
d o ,o iii e'vU C C T is _c " E m & - E o 'C d o E a 5Co Co Co
v) * * * o*o ,5 i * *7 x F. * * .T. GU i [- * W * * Lxc. � 7' * * *