Loading...
HomeMy WebLinkAboutContract 49321 THIS C0101i: OR.� t CITY SECRETARY ---- CONTRACTOR CONTRACT NO. ✓� CITY SECRETARY SPONSORING DEPT PROJECT MANAGER PMD FILE COPY THE CITY OF FORT WORTH, TEXAS COWTOWN COLISEUM HVAC RENOVATION PMD2015-14 CITY PROJECT #100153 & #100593 FORTWORTH, BETSY PRICE DAVID COOKE MAYOR CITY MANAGER Steve Cooke _ Director, Property Management Department Kirk N. Slaughter Director, Public Events Department Summit Consultants, Inc. _ 88 �o une 2017 �>> OFFICIAL RSCOM Cl,ry$11c 'AR CERTIFICATE OF INTERESTED PARTIES FORM 1295 1nf1 Complete Nos,1-4 and 6 if there are interested parties, OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 it there are no interested parties, CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-211850 DMI Corp,dba Decker Mechanical Cedar Hill,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/23/2017 being filed. City of Fort Worth Date Acknowledged: _ 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,aid provide a description of the services,goods,or other property to be provided under the contract. PMD2015-14 i Cowtown Coliseum HVAC Renovations 4 Nature of interest Name of interested Party City,State,Country(place of business) (check applicable) Controlling intermediary Decker,Wade Cedar Hill,TX United States X i i i i 'I I I I I 5 Check only if there is NO Interested Party. 6 AFFIDAVIT I swear,or affirm,under penalty of perju ,'tl;-a�the above disclosure is true and correct. Signature df autt rized agent of contracting business entity AFFIX NOTARY STAMP I SEAL ABOVE Sworn to and subscribed before me,by the said Wade Decker this the 23rd day of MaV �.rrrrrrr..wr 2017 to certify which,witness my hand and seal of office. ;q- CAROLYN B%V" MY COMMISSION EXPIRES March 1,2018 �i Carolyn Bohanon Notar Signahjr4 of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www,ethics.state.tx.us Version V1.0.883 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 6/20/2017 DATE: Tuesday, June 20, 2017 REFERENCE NO.: C-28295 LOG NAME: 21COV TOWN COLISEUM HVAC RENOVATION SUBJECT: Authorize Execution of a Construction Contract with DMI, Corp. d/b/a Decker Mechanical, in an Amount Not to Exceed $3,071,143.00, Which Includes 7.5 Percent for the Owner's Construction Allowance, for the Cowtown Coliseum HVAC Renovation and the Fire Alarm Replacement, for a Total Anticipated Project Cost of$3,276,765.00 (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council authorize execution of a construction contract with DMI, Corp. d/b/a Decker Mechanical, in an amount Not to Exceed $3,071,143.00 which includes 7.5 percent for the Owner's Construction Allowance, for the Cowtown Coliseum HVAC Renovation and Fire Alarm .� Replacement, for a total anticipated project cost of$3,276,765.00. DISCUSSION: The Cowtown Coliseum (Coliseum) is an approximately 3,400 seat multi-purpose arena constructed in 1908 and refurbished in 1986. The facility is owned by the City. The City Council authorized a Lease Agreement with Rodeo Plaza, Inc., for the use, management and operation of the Cowtown Coliseum Mayor and Council Communication (M&C) L-15972. The lease obligates the City to pay for all Heating, Ventilating and Air Conditioning (HVAC) repairs that exceed $3,000.00 per incident or$12,000.00 per year. Due to mechanical failures of the Coliseum's chilled and heating water plant, the City executed an Agreement on October 25, 2011 with Elements of Architecture, Inc., in the amount of$40,842.00, to .. prepare a facility assessment report for the Coliseum, including mechanical systems. The assessment included an evaluation of the plant design and conditions, recommendations for repair or replacement and opinions on probable costs. The assessment determined that the existing HVAC equipment was not economically feasible to repair and recommended replacement with new equipment. Based on the assessment, the City Council executed an Agreement (M&C C-27697) on May 3, 2016 with Summit Consultants, Inc. in the amount of$87,600.00, including up to $600.00 in reimbursable expenses, to provide engineering design, construction documents and construction contract administration services for the replacement of the existing Coliseum HVAC system and upgrades to ancillary electrical and plumbing systems to accommodate the new HVAC system. The City issued a Request for Proposals (RFP) on February 9, 2017 and received five proposals for the renovation project from general construction contractors. These firms were: - DMI, Corp. d/b/a Decker Mechanical - Infinity Contractors International, Ltd. „ • TDR Contractors, Inc. • Freer Mechanical Contractors, Inc. Logname: 21COWTOWN COLISEUM HVAC RENOVATION Page I of 3 -• • METCO Engineering, Inc. .. Two of these firms provided the Post Proposal—Pre Award Submittals to be further evaluated by the City. These complete proposals were reviewed by members of the Public Events Department, Office of Business Diversity and the Property Management Department and were evaluated for best value based .. on the criteria set forth in the Request for Proposals. The selection team recommends award of the construction contract to DMI, Corp. d/b/a Decker Mechanical. Criteria DMI, Corp. d/b/a y Infinity Contractors FlDecker Mechanical International, Ltd. Proposed Price �— 60 F_ 54 M/WBE F 6 F 5 Proposed Schedule 16 F 8 .. Reputation/Experience 1 9 �y 8� Past Relationship with City of 5 5 Fort Worth I TOTAL F 88 r 82 The original cost estimate for the project was $2.9 million for the HVAC and $276,000.00 for the Fire Alarm Replacement in FY2016 and FY2017 Culture and Tourism Capital Plans, respectively. Due to an increased cost of$100,765.00, staff is reallocating existing capital project appropriation from the DFW Revenue Share to increase available resources to $3,276,765.00. This action will result in the reduction of reserved capital funding for Public Events and will be replenished in the FY2018 capital plan. �. The overall project costs are expected to be as described in the table below: u Cowtown Coliseum HVAC Renovation TOTALS Engineering Design Services F $88,200.00 Project Management, Bid Advertisement, etc. [ _�13,000.00 Design Phase Total $101,200.00 Construction Contract (including 7.5 percent of Base Bid as Owner's $3,071,143.00 Construction Allowance) Project Administration Cost: Project Management, Materials Testing, $104,422.00 Contingency, Etc. Construction Phase Total $3,175,565.00 PROJECT TOTAL $3,276,765.00 Building and Trade Permit Fees are waived for this project. M/WBE OFFICE - DMI Corp. d/b/a Decker Mechanical is in compliance with the City's BDE Ordinance by •• committing to 12 percent MBE participation on the base bid. The City's MBE goal on this project base bid contract is 12 percent. The Cowtown Coliseum is located in COUNCIL DISTRICT 2, but serves all Fort Worth residents in ALL COUNCIL DISTRICTS. Logname: 21COWTOWN COLISEUM HVAC RENOVATION Page 2 of 3 FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendation funds are available in the Culture &Tourism Capital Project Fund and the DFW Revenue Share Capital Project Fund. Prior to an expenditure being incurred, the participating department has the responsibility to verify the availability of funds. FUND IDENTIFIERS (FIDs): TO Fund Department ccountl Project Program ctivity Budget Reference # moun ID ID Year Chartfield 2 FROM Fund Department Accoun Project Program ctivity Budget Reference # moun ID ID Year Chartfield 2 CERTIFICATIONS: Submitted for City Manager's Office by: Jay Chapa (5804) Originating Department Head: Steve Cooke (5118) Additional Information Contact: Brian Glass (8088) ATTACHMENTS 1. 170525 PMD2015-14 DMI ComplianceMemo.pdf (CFW Internal) 2. COWTOWN COLISEUM (A).pdf (Public) 3. Decker 1295.pdf (Public) 4. SAM DMI Corp Decker Mechanical.pd (CFW Internal) d Logname: 21COWTOWN COLISEUM HVAC RENOVATION Page 3 of 3 COWTOWN COLISEUM _ l X~ ,' N STCCKYARDS�O AV 26TH Q .i MO " r 6 ! ,4 `ate E- uQ.�,.,,�_ e _ •r afar: I ,r 4 ,Yk- S Pi fi 24TH ( — —' w uj * �� 5 •,� � ° Y"-'}�� �2� � Vit, r� $. � �tk - �� t '�a: i �'` ::1 • fit � k , FORTWORTH 0 0 0 0o c Oo 000 O ro Cd o 0 0 c E N cn cco 0 r m �rn o a co �aN a Mn Co N LU I � E U M0 W0 di di o o p o y U O n O O O U tD Y1 m N C >t0 X CN IG N f�0 V O N n LL u ei 01 V d%N O N M O❑_ jp G J me� ❑ QI Q1 mf�V V u c E�'-p E m p p .� vlr^m z r rn3°0^ o u y �o m rn rL LL c C C d d v LL ui ui +A w 000 0 o p o 0 0 O NO O O O O n N O O O n C Nco M Tn U Z W O m m '` ��yy�1 ` a W U C m Cl � U �E$ � LLI (7 Lo d CO O W -r 0 {.L Q 60 w +A w w w Z {HL ~ O o o O o V c E.0 LLI u00i O uni Wm c m c N n La 41 = Q oO � z a` m w m v ZU N IY�O J Nr 00 N O 0 M Yip mmnwC M OD o O O oHmm c4 N m9� m pp (n U N W d9 w C Z Z LU co �3wn W ~ ❑ C nd+ NC m� Q V a Q Y (+ L V M M 4A /R 4a tD d A E U O O O O O _ E vi V d E v C ($(pp m o n c cL J W 9 V X U N o O N M .M 9 d C 00 N fp N v H Q �nonLL W 3 mrnm m M ❑ y Y N 9 O ❑ Q] '� r V YF-m-. N GI p ON ❑ o=n N N Z O m Cl) O U O U N ❑ .n en vi w.n O w Zc � w o y U 013 m Q a o N r9 T r c O Q d 0 0 = r Z�p c N OZZ d N T W Z W N W N O o of 7 V H N m m 79 Fa a .5 a c z � cc W Q t0' L o N Z an d to �- �a o m rn a ® � � M n ,� ( v L o c LLI 0Z2 ' o °' oN° = ao av > > Z = O N m O U Q d d 3 X M Q o❑ 0W3v) QX: i 3 W w NO L m c m a LU L d LL p Y �O �a °' � 0 0 ® # O w N d o a ❑ d LLI 0 J Id 6. a m 4 Q U . PAGE LEFT BLANK INTENTIONALLY �I FORTWORTH© CITY OF FORT WORTH PROPERTY MANAGEMENT DEPARTMENT ADDENDUM NO. 1 s COWTOWN COLISEUM HVAC RENOVATIONS Request for Proposals Submittal Date: March 16, 2017 (CHANGED) The Request for Proposals for the above project is hereby revised and amended as follows: 1. The Pre-Proposal Conference was held at 10:00 AM, Wednesday, February 22, 2017 at the Cowtown Coliseum, 121 East Exchange Ave. Refer to enclosed Pre-Proposal Attendees List. (Attachment No. 1) 2. The following paragraphs of the "NOTICE TO OFFERORS"are revised as noted: "Proposals for the Cowtown Coliseum HVAC Renovation located at 121 East Exchange Ave in Fort Worth Texas will be received at the Purchasing Office, City of Fort Worth, 200 Texas Street, �- Fort Worth, 76102, until 1:30 P.M on Thursday, March 16, 2017, and will be opened and publicly read aloud approximately thirty minutes later in the Council Chambers." "All questions will be answered by Addenda. The last day for questions from prospective Offerors is at 5:00 PM on Wednesday, March 8,2017." 3. The following paragraph of the "NOTICE TO OFFERORS" is revised to include the correct login Link: "General Contractors and Suppliers may make copies of the Instructions to Offerors, General Conditions, Drawings, and Specifications through their printer. The construction documents are not available at the —` City but may be viewed and printed on-line by logging on to hftps:Hproiectr)oint.buzzsaw.com/fortworthgov/PMD%20Proiects/Cowtown%2OColiseum%20HVAC?public Contact the Project Manager, Alfonso Meza, at (817) 392-8274 or email Alfonso.MezaC@fortworthtexas.gov for assistance. For additional information contact the Project Engineer, Garrett Brown, Summit Consultants, Inc., at(817) 878-4242 or email asbC_summitmep.com ." 4. Refer to enclosed revised "PROPOSAL (Rev. March 2, 2017)"which is revised to include Add Alternate No. 1 items that are noted on construction drawings. (Attachment No.2) 5. Section, 1A. SELECTION OF CONTRACTOR, Item Nos — 1, 3 and 5. of the "INSTRUCTIONS TO OFFERORS"are revised as noted: 1. Proposed Price (60%) —The lowest priced responsive Proposal will receive 60 points for this rating criteria. Higher priced proposals will receive proportionally lower — scores. When compared to the lowest price, the higher priced proposal will have its score reduced by one point (1) for every percent it is higher than the lowest price. The score will be rounded to the nearest whole number. 3. Proposed project schedule (10%) — The shortest duration schedule will receive 10 points for this rating criteria. Longer schedules will receive proportionally lower scores. Addendum No.1 Page 1 of 2 Cowtown Coliseum HVAC Renovation(March 2017) FORT WORTH, 5. Past relationship with the City (10%) —Offeror's past relationship with the City of Fort s, Worth for "vertical" facilities projects shall receive up to 10 points for this rating criteria. If the Offeror does not have a past relationship with the City of Fort Worth, the Offeror will receive 5 points for this rating criteria. Acknowledge the receipt of this Addendum No. 1 on your Proposal. Steve Cook Director, Property Management Department By: Alfonso Meza Project Manager, Architectural Services PMD, Facilities Division 817-392-8274, FAX 817-392-8488 Alfonso.MezaOfortworthtexas.gov RELEASE DATE: March 2, 2017 Addendum No.1 Page 2 of 2 Cowtown Coliseum HVAC Renovation(March 2017) J I 1 i i 1 �1 J 1 1 1 1 �1 1 11 1 I 1 C-4 CV I ���1MMI � �I 1 SLI •'� 1 I v, 41 `�1 1 1 1 1 N Q1 It 1.41 ,u 1 i 1 � , I I 1 1 1 I r/ ; � �I J 1 •Jj 11 1 1 1 ICU ri 1 I A 1 Zti 6 '; Up; (�Q ..�•� nh!��•1 \ ' I 1„I ' I t� , CJ i !� �r 1•(\1�'`U{i'I ((�`�))1 '`(l�9{���1� C�i .=� ��.; ; �; i i ; i�� t i i _ jiV` •�10 a 1 I 1 I 1 /.4L'1I I 42 ; �1 �; i 1 i It 1 �i `1' i 1 �i i i CLi I Midi ...,,� Llit�i (�1 aA i It �.✓i ^J7 �i �i i Si i IC_,; �; , �i �i �"'""�i �i i i i 1 �1 1 O.I 1 t I 1 r 11 1�1 I 1 1 1 O t✓~""1 t lP I 1 1 1 1 1 1 I I 1 1 1 1 1 1 t 1 1 1 1 1 1 I 1 I 1 1 I I 1 1 1 1 1 I 1 1 I 1 1 I I 1 I i i i fi i i l 1I -''�1 1 It ID i 7�!y � �./V i 1 �I �I � ^"•-'j I I t{'I 1 I 1 1 1 �I 1 I ' 1 I .�I/� I •�� V 7� ' 1 1 1 I , 1 ; .1; cl I 1 1 (V, �A I I t iF�.1 F;1 all ol tIt It W7 I CIL ; il 04 It NI I 1 �. ��(', O ; ; Vv i "moi fQi 40-4 T All L i ' i ii• i l( 1i i i t ' ; i ',`�,�J? Ail ", t 1 1 1 1 t 1 psi L i i i i i�i i i i ��I►t , I i i ; locl Srl +�1 I 1 1 1 1 1 I ®i Vlh PROPOSAL(Rev. March 2, 2017) T0: MR. DAVID COOKE CITY MANAGER ATTN: PURCHASING OFFICE 200 TEXAS STREET CITY OF FORT WORTH,TEXAS FOR: Cowtown Coliseum HVAC Renovations 121 E. Exchange Ave. Fort Worth, Texas 76107 Project PMD2015-14 Pursuant to the foregoing "Instructions to Offerors," the undersigned has thoroughly examined the plans, specifications and the site, understands the amount of work to be done, and hereby proposes to do all the work and furnish all labor, equipment and materials necessary to fully complete all the work as provided in the plans and specifications, and subject to the inspection and approval of the Director of Transportation and Public Works of the City of Fort Worth. Upon acceptance of this Proposal by the City Council,the bidder is bound to execute a contract and, if the contract amount exceeds $25,000.00, furnish acceptable Performance and/or Payment Bonds approved by the City of Fort Worth for performing and completing the Work within the time stated and for the following sum,to wit: DESCRIPTION OF ITEMS Base Proposal Calendar Days $ Owner's General Contingency Allowance (7.5%) added to Base Proposal (This Allowance amount is not included in the Base Proposal but is added to the Base Proposal. Only the Owner will approve the use of this Allowance during construction. Any Allowance remaining at the end of construction will be retained by the City of Fort Worth). $ Base Proposal plus Owner's General Contingency Allowance ALTERNATES— Add LTERNATES—Add Alternate No. 1 —In lieu of floor mounted HVAC system, provide a ceiling suspended HVAC system including electrical and structural systems to support the ceiling hung HVAC units: a. Structural System Proposal b. Mechanical System Proposal c. Electrical System Proposal Add Alternate#1 TOTAL UNIT PRICES—N/A Instruction to Offerors Page 9 of 28 Cowtown Coliseum HVAC Renovation(February 2017) The undersigned agrees to complete the Work within the calendar days specified above after the date of Notice to Proceed. A Project Schedule will be submitted as required in the Instructions to Offeror. The City reserves the right to accept or reject any and all bids or any combination thereof proposed for the above work. The undersigned assures that its employees and applicants for employment and those of any labor organization, subcontractors or employment agency in either furnishing or referring employee applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance 7278 as amended by City Ordinance 7400 (Fort Worth City Code Section 13A-21 through 13A-29). r Residency of Offerors: The 1985 Session of the Texas Legislature passed house Bill 620 relative to the award of contracts to non-resident bidders. The law provides that, in order to be awarded a contract as low bidder, non-resident bidders(out of state contractors whose corporate offices or principal place of business are outside of the State of Texas) that bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that Texas resident bidder would be required to underbid a non-resident bidder in order to obtain a comparable contract in the state in which the non-resident's principal place of business is located. The appropriate blanks in Section A must be filled out by all non-resident bidders in order for your bid to meet specifications. The failure of out of state or non-resident bidders to complete the forms may disqualify that bidder. Resident bidders must check the box in Section B. A. I_1 Non-resident vendors in (give state), our principal place of business, are required to be percent lower than resident bidders by state law. 1_1 Non-resident vendors in (give state), are not required to underbid resident bidders. B. LI Our principal place of business or corporate offices are in the State of Texas. Within ten (10) days of receipt of notice of acceptance of this bid, the successful bidder will execute the �. formal contract and will deliver approved Performance and Payment Bonds for the faithful performance of this contact. The attached deposit check in the sum of Dollars ($ ) is to become the property of the City of Fort Worth, Texas, or the attached Bidder's Bond is to be forfeited in the event the contract and bonds are not executed within the time set forth, as liquidated damages for delay and additional work caused thereby. MINORITY BUSINESS ENTERPRISE (MBE): (For Proposals in excess of$50,000) 1 am aware that I must submit information to the Director, Property Management Department, concerning the MBE participation within FIVE BUSINESS DAYS of submittal of this Proposal in order to be considered RESPONSIVE. Respectfully submitted, Company Name By: _. Signature Printed Name of Principal Title Instruction to Offerors Page 10 of 28 Cowtown Coliseum HVAC Renovation(February 2017) Address: Street City Zip Phone: Fax: Email: Receipt is acknowledged of the following addenda: Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Addendum No. 5: Addendum No. 6: Addendum No. 7: Addendum No. 8: Addendum No. 9: Addendum No. 10: Instruction to Offerors Page 11 of 28 Cowtown Coliseum HVAC Renovation(February 2017) i i i PAGE LEFT BLANK INTENTIONALLY FORTWORTHO CITY OF FORT WORTH PROPERTY MANAGEMENT DEPARTMENT ADDENDUM NO. 2 COWTOWN COLISEUM HVAC RENOVATIONS Request for Proposals Submittal Date: March 16, 2017 (NO CHANGE) The Request for Proposals for the above project is hereby revised and amended as follows: 1. Summit Consultants, Inc. Addendum No.2 cover letter dated March 1, 2017 with attached revised drawing and specifications. (Attachment No.1) Acknowledge the receipt of this Addendum No. 2 on your Proposal. Steve Cook Director, Property Management Department By: — Alfonso Meza Project Manager, Architectural Services PMD, Facilities Division 817-392-8274, FAX 817-392-8488 Alfonso.Mezat7a fortworthtexas.gov RELEASE DATE: March 7, 2017 Addendum No.2 Page 1 of 1 Cowtown Coliseum HVAC Renovation(March 2017) PAGE LEFT BLANK INTENTIONALLY i ASUMMIAt CONSULTANTS , INC . CITY OF FORT WORTH COWTOWN COLISEUM HVAC RENOVATIONS March 7, 2017 Addendum 2: A. Revised/Added sheets: a. M4.01 B. Revised/Added Specifications a. 011100—Summary of Work b. 012600—Contract Modification Procedures c. 013000—Administrative Requirements d. 0 13 100—Project Management and Coordination e. 013300—Submittal Requirements f. 014000—Quality Requirements g. 014200—References h. 015000—Temporary Facilities and Controls i. 016000—Product Requirements j. 017000—Execution and Closeout Procedures k. 017500—Starting and Adjusting .w i i PAGE LEFT BLANK INTENTIONALLY w !|| }} _ i§ — ; , @ � � � ! . 0. ! — � ;;§ . • � / » d • . , . ( ) § � / § . ,.\!! (| . ■ |, — � � , � Egg .! FORT WORTH AS■mm■ coWTo&N COLISEUM Hv C RENOVATIONS ,__ - A PAGE LEFT BLANK INTENTIONALLY r. FWCC COWTOWN COLISEUM JAN 2017 SECTION 011100 SUMMARY OF WORK PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections,apply to work of this section. 1.2 REQUIREMENTS INCLUDED _ A. Summary of Work B. Contract Description C. Work by Owner 1.3 WORK SYNOPSIS A. Consistent with the requirements of the balance of the contract documents, this descriptive synopsis of the work is intended only to present the contract document package in an abbreviated form in order to provide prospective bidders a quick overview of the projects major requirements. 1. This synopsis is not intended to, nor does it in any way limit, modify or otherwise change any of the requirements of the contract documents B. In general, the work of this Contract comprises general, plumbing, mechanical and electrical demolition and construction work of the following: 1. Replacement of chillers, cooling towers, boilers, air handlers, insulation, piping and other accessories. 2. Electrical, Plumbing, Structural, and Architectural work is included to provide support for the mechanical replacement work. 3. The overall design intent is to replace aging mechanical equipment/systems with new. 1.4 CONTRACT DESCRIPTION A. Refer to the City of Fort Worth's website for contract related information and conditions. _ B. Construct work under a single lump sum contract. C. AIA Document A101 latest version shall be utilized for Contract. 1.5 CONTRACTOR USE OF SITE A. Limit use of site to allow: 1. Confine operations at the site to the areas permitted under the contractor submitted plan. END OF SECTION SUMMARY OF WORK 011100 - 1 PAGE LEFT BLANK INTENTIONALLY FWCC COWTOWN COLISEUM JAN 2017 SECTION 012600 CONTRACT MODIFICATION PROCEDURES PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to the work of this section. 1.2 REQUIREMENTS INCLUDED 4 A. Contingency Allowance B. Schedule of Values C. Application for Payment. D. Change Procedures 1.3 RELATED SECTIONS A. Section 01 11 00—Summary of Work. B. Section 01 60 00— Product Requirements. _ 1.4 SCHEDULE OF VALUES A. Submit Schedule of Values in duplicate within ten (10) working days after Notice of Award of Contract. B. Submit a typed schedule on AIA Form G703 — Application and Certificate for Payment Continuation Sheet. C. Format: Utilize the Table of Contents of this Project Manual. Identify each line item with number and title of the major specification section. Identify site mobilization, bonds, insurance, and General Conditions. Include line item for allowances. D. Include within each line item, a direct proportional amount of Contractor's overhead and profit. E. Revise schedule to list approved change orders with each Application for Payment. F. Along with the Schedule of Values Contractor will be requested to itemize and submit approximate value of each building and site work resulting in total contract cost. _ 1.5 APPLICATIONS FOR PAYMENT A. Submit four (4) copies of each application on AIA Form G702 —Application and Certificate for Payment and AIA G703—Continuation Sheet. B. Content and Format: Utilize Schedule of Values for listing items in Application for Payment. CONTRACT MODIFICATION PROCEDURES 012600 - 1 FWCC COWTOWN COLISEUM JAN 2017 C. Payment Period: Monthly, due by the 1 St day of each month. r D. Include the following with the application: 1. Payment Application, signed by the design professional. 2. MBE Utilization Report(both hard copy and online). 3. Project Status Report 4. Supporting backup, as applicable a. Partial release of liens. b. Current and updated construction progress schedule. c. Request for time extension for period of Pay Application if applicable. d. Proof of current and updated record drawings. 1.6 GENERAL CHANGE PROCEDURES A. The Engineer will advise of minor changes in the work not involving an adjustment to contract sum or contract time as authorized by AIA A201, Latest Edition, Paragraph 7.4 by issuing supplemental instructions on AIA Form G710. 1.7 CITY OF FORT WORTH INITIATED CHANGE PROCEDURE A. The Engineer may issue a Proposal Request in response to a Request For Proposal(RFP) from the City of Fort Worth Project Manager which includes a detailed description of a proposed change with supplementary or revised drawings and specifications, a change in contract time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will be considered valid. Contractor will prepare and submit an estimate within ten (10)days. 1.8 CMAR OR CONTRACTOR INITIATED CHANGE PROCEDURE A. The Contractor may propose changes by submitting a request for change to the Architect/Engineer, describing the proposed change and its full effect on the work. Include a statement describing the reason for the change, and the effect on the contract sum and contract time with full documentation and a statement describing the effect on work by separate or other contractors. B. Stipulated Sum/Change Order: Based on Proposal Request and Contractor's fixed price quotation. C. Construction Change Directive: Architect/Engineer may issue a directive, on AIA _ Form G713 Construction Change Directive signed by the Owner, instructing the Contractor to proceed with a change in the work, for subsequent inclusion in a change order. Document will describe changes in the work, and designate method of determining any change in contract sum or contract time. Promptly execute the change. D. Time and Material Change Order: Submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the contract. Architect will determine the change allowable in contract sum and contract time as provided in the contract — documents. E. Maintain detailed records of work done on Time and Material basis. Provide full CONTRACT MODIFICATION PROCEDURES 012600 - 2 FWCC COWTOWN COLISEUM JAN 2017 A information required to evaluate proposed changes, and to substantiate costs for changes in the work. F. Change Order Forms: AIA G701 Change Order. PART PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION CONTRACT MODIFICATION PROCEDURES 012600 -3 - - - PAGE LEFT BLANK INTENTIONALLY - - a FWCC COWTOWN COLISEUM JAN 2017 SECTION 013000 ADMINISTRATIVE REQUIREMENTS PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to the work of this section. 1.2 REQUIREMENTS INCLUDED A. Summary of the Work B. Contract Method C. Signed Drawings and Specifications. D. Watertight-Weathertight 1.3 SUMMARY OF THE WORK A. Occupancy Prior To Completion: It is the general intent of the Owner to accept the project in its entirety and not as substantially completed. The owner shall have the right to occupy the site that is substantially completed on or �. after the specified completion date(even though the Contractor may not have completed the entire Project). Such occupancy by the owner will not release the Contractor or his bonding agency from any warranties or guarantees and final completion of work in accordance with the Contract Documents. B. Contractor Use of Premises: The Contractor shall limit the storage of materials and equipment to the areas approved by the Owner At no time during the work under the Contract shall the Contractor place, or cause to be placed, any material or equipment, etc., at any location that would impede or impair traffic, safety or security. The Contractor shall cooperate with the Owner and the Engineer to the fullest extent in providing pedestrian and vehicle traffic control during course of construction. The Contractor shall send proper notices, make all necessary arrangements, and perform all services required in the care and maintenance of all private and public utilities. The Contractor shall, during the construction period and until final acceptance of the work as a whole by the Owner, assume all responsibility concerning the same for which the Owner may be liable. C. Disposition of Utilities: Observe rules and regulations governing the respective utilities in executing all work under this ADMINISTRATIVE REQUIREMENTS 013000 - 1 FWCC COWTOWN COLISEUM JAN 2017 heading. Adequately protect active utilities from damage, and remove or relocate only as _ indicated or specified. Remove, plug or cap inactive and abandoned utilities encountered during the work. If there are no specific requirements, plug or cap such utility lines at least 3 feet outside of new building walls or as required by local regulations. D. Contractor's License Law: Contractor shall comply with, and require all Subcontractors to comply with, State and City Contractor's license laws and be duly registered and licensed thereunder. E. Approved Applicators: Where specific instructions in these specifications require that a particular product and/or material(s) be installed and/or applied by an approved applicator of the manufacturer, it shall be the Contractor's responsibility to ensure that any Subcontractors used for such Work be approved applicators. Contractor shall provide written "proof' of same when requested by the Architect or Owner. F. Safety Requirements: These Construction Documents, and the joint and several phases of construction hereby contemplated are to be governed, at all times, by applicable provisions of the federal laws, including but not limited to, the latest amendments of the following: Williams-Steiger Occupational Safety& Health Act of 1970, Public Law, 91-596. Part 1910 - Occupational Safety and Health Standards, Chapter XVII of Title 29, Code of Federal Regulations. Part 1518 - Safety and Health Regulations for Construction, Chapter XIII of Title 29, Code of Federal Regulations. G. Coordination: Coordinate work of the various Sections of Specifications to assure efficient and orderly sequence of installation of construction elements, with provisions for accommodating items installed later. Verify characteristics of elements of interrelated operating equipment are compatible; coordinate work of Sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. Coordinate space requirements and installation of mechanical and electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduits, as closely as practicable; make runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations,for maintenance, and for repairs. In finished areas(except as otherwise shown,)conceal pipes, ducts, and wiring in the construction. Coordinate locations of fixtures and outlets with finish elements. Execute cutting and patching to integrate elements of Work, uncover ill-timed, defective, and non- conforming work, provide openings for penetrations of existing surfaces, and provide samples for ADMINISTRATIVE REQUIREMENTS 013000 - 2 FWCC COWTOWN COLISEUM JAN 2017 testing. Seal penetrations through floors, walls, and ceilings. H. Field Engineering: Provide field engineering services; establish grades, lines, and levels, by use of recognized engineering survey practices. Control datum for survey is that shown on Drawings. Locate and protect control and reference points. I. Reference Standards: For products specified by association or trade standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. The date of the standard is that in effect as of the date of the Contract Documents, except when a specific date is specified. 1.4 CONTRACT METHOD A. Construct work under a single lump sum contract. B. Refer to City of Fort Worth "Request for Sealed Proposal (CSP)" for contract information. 1.5 SIGNED"FOR CONSTRUCTION" DRAWINGS AND SPECIFICATIONS The Contractor shall sign a designated number of complete sets of Drawings and Project Manuals (for Project Manual, the Owner Contractor Agreement will be signed by the Contractor) as additional evidence of his understanding of the work called for with such Amendments as specifically mentioned in the Agreement. Submit all sets to the Owner for contract execution and distribution. The Owner will distribute executed documents. Contractor to keep one signed set at the job site at all times during the progress of the work. The job site set shall be Contractor's copy. 1.6 WATERTIGHT- WEATHERTIGHT Anything in the Contract Documents not withstanding,the Contractor accepts the responsibility of constructing a watertight and weathertight project. END OF SECTION ADMINISTRATIVE REQUIREMENTS 013000 - 3 i i r! i PAGE LEFT BLANK INTENTIONALLY i i Ai �e �1 } FWCC COWTOWN COLISEUM JAN 2017 SECTION 013100 PROJECT MANAGEMENT AND COORDINATION PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to the work of this section. 1.2 REQUIREMENTS INCLUDED A. Pre-construction meeting. B. Site mobilization meeting. C. Progress meetings. D. Pre-installation meetings. 1.3 RELATED REQUIREMENTS: A. Section 014200—References. B. Section 013300—Submittal Requirements. C. Section 014000—Quality Requirements. D. Individual Specifications sections: Pre-installation conferences. 1.4 PRECONSTRUCTION MEETINGS A. The Owner will schedule a pre-construction meeting within 10 days after Notice of Award of Contract. B. City of Fort Worth Project Manager will administer the pre-construction meeting. D. Proposed Agenda: 1. Contract and Notice to Proceed. 2. Review of executed bonds. 3. Submission of insurance certificates. 4. Review of ROCIP and safety program. 5. Distribution of Contract Documents. 6. Submission of schedule of values and progress schedule. 7. Designation of personnel representing the parties in Contract and the Architect. 8. Procedures and processing of requests for information, field decisions, submittals Architects Supplemental Instructions, applications for payments, proposal requests, changes orders, and contract closeout procedures. 9. Site mobilization meeting. 10. Scheduling 11. Progress meeting. PROJECT MANAGEMENT AND COORDINATION 013100 - 1 FWCC COWTOWN COLISEUM JAN 2017 12. Environmental procedures. 13. Construction facilities and temporary controls. 14. Coordination of existing conditions and other work. 15. Notice to proceed. 16. Testing and balancing. 17. Permits, inspections and occupancy. 18. "As-built"and "Record" drawings. E. City of Fort Worth Project Manager shall record minutes and distribute copies to participants for their review and approval within 5 days after meeting. 1.5 CONSTRUCTION"KICK-OFF"MEETING A. The City of Fort Worth Project Manager will schedule a meeting at the project site _ prior to contractor occupancy. B. Attendance Required: City of Fort Worth Project Manager, Owner, Architect/Engineer, Contractor, Contractor's Superintendent, and major Subcontractors. C. Proposed Agenda: 1. Use of premises by Owner and Contractor. 2. Owner's requirements and partial occupancy. 3. Construction facilities and controls provided by Owner. 4. Temporary utilities provided by Owner. 5. Survey and building layout. 6. Security and housekeeping procedures. 7. Schedules. 8. Application for payment procedures. 9. Procedures for testing. 10. Procedures for maintaining record documents. 11. Requirements for start-up of equipment. 12. Inspection and acceptance of equipment put into service during construction period. �- D. Contractor shall record minutes and distribute copies within 3 days after meeting to participants and those affected by decisions made. 1.6 PROGRESS MEETINGS: A. Contractor to schedule and administer meetings throughout the work at maximum monthly intervals. B. Make physical arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: City of Fort Worth Project Manager, Job superintendent, major �- subcontractors and suppliers; Owner/Architect/Engineer as appropriate to agenda topics for each meeting. D. Proposed Agenda: 1. Review minutes of previous meetings. 2. Review of work progress. PROJECT MANAGEMENT AND COORDINATION 013100 - 2 FWCC COWTOWN COLISEUM JAN 2017 3. Field observations, problems, and decisions. 4. Identification of problems that impede planned progress. 5. Review of submittals schedule and status of submittals. 6. Review of off-site fabrication and delivery schedules. 7. Maintenance of progress schedule. 8. Corrective measures to regain projected schedules. 9. Planned progress during succeeding work period 10. Coordination of projected progress. 11. Maintenance of quality and work standards. 12. Effect of proposed changes on progress schedule and coordination. 13. Review environmental procedures, waste management, and site management. 14. Other business relating to work. 1.7 PRE-INSTALLATION MEETING A. When required in individual specification on sections, the Contractor shall convene a pre-installation meeting at the site prior to commencing work of the section. B. Require attendance of parties directly affecting, or affected by, work of the specific section. C. Notify City of Fort Worth Project Manager and Architect/Engineer four days in advance of meeting date and time. D. Prepare agenda and preside at meeting. 1. Review conditions of installation, preparation and installation procedures. 2. Review coordination with related work. E. The Contractor shall record minutes and distribute copies to participants within 3 days after the meeting. PART PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION PROJECT MANAGEMENT AND COORDINATION 013100 - 3 FWCC COWTOWN COLISEUM JAN 2017 ! SECTION 013300 SUBMITTAL REQUIREMENTS PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to work of this section. 1.2 REQUIREMENTS INCLUDED _ A. Procedures. B. Construction Progress Schedules. C. Schedule of Values. D. Shop Drawings. E. Product Data. F. Samples G. Manufacturer's Instructions H. Manufacturer's Certificates I. Contractor's Review and Approval J. Architect/Engineer's Action 1.3 RELATED REQUIREMENTS A. Section 013000-Administrative Requirements: Applications for Payment. B. Section 016000—Product Requirements: Contractor's list of Products. 1.4 PROCEDURES A. Deliver submittals to Engineer at 1300 Summit Ave., Fort Worth,Texas 76102 B. Submit initial progress schedules and schedule of values in duplicate within 15 working days after date of Notice of Award of Contract. After review by the Owner and Architect/ Engineer, revise and resubmit as required. Submit revised schedules with each Application for Payment, reflecting changes since previous submittal. C. Coordination: Coordinate the preparation and processing of submittals with the performance of the Work. Coordinate each separate submittal with other submittals and related activities such as testing, purchasing, fabrication, delivery and similar activities that require SUBMITTAL REQUIREMENTS 013300 - 1 FWCC COWTOWN COLISEUM JAN 2017 sequential activity. 1. Coordinate the submittal of different units of interrelated work so that one submittal will not be delayed by the Architect / Engineer's need to review a related submittal. The Architect/Engineer reserves the right to withhold action on any submittal requiring coordination with other submittals until related submittals are forthcoming. a. Prepare and transmit each submittal to the Architect / Engineer sufficiently in advance of the scheduled performance of related work and other applicable activities. Transmit different kinds of submittals for the same unit of work, so that processing will not be delayed by the Architect / Engineers need to review submittals concurrently for coordination. D. Review Time: Allow sufficient time so that the installation will not be delayed as a result of the time required to properly process submittals, including time for re-submittal, if necessary. Advise the Architect/Engineer on each submittal, as to whether processing time is critical to the progress of the work, and if the work would be expedited if processing time could be shortened. 1. Allow 14 calendar days for the Architect / Engineer's initial processing of each submittal. Allow a longer time period where processing must be delayed for coordination with subsequent submittals. The Architect / Engineer will advise the Contractor promptly when it is determined that a submittal being processed must be delayed for coordination. 2. Allow 14 calendar days for reprocessing each submittal. 3. No extension of time will be authorized because of the Contractor's failure to transmit submittals to the Architect/Engineer sufficiently in advance of the work. E. After Architect / Engineer review of submittal, revise and resubmit as required, identifying changes made since previous submittal. F. Distribute copies of reviewed submittals to concerned persons. Instruct recipients to promptly report any inability to comply with provisions. G. Transmit each item under the attached form, Submittal Transmittal. Identify Project, Contractor, subcontractor, and major supplier; identify pertinent Drawing sheet and detail number, and Specification section number, as appropriate. Contractor shall identify deviations from Contract documents. If deviations are not identified, Architect / Engineer's review, if so, will be voided. Provide space for Contractor and Architect/Engineer review stamps. H. The Architect / Engineer will make available, upon request, CADD / BIM file documents for use by contractors and/or sub-contractor as backgrounds for shop drawing and/or record set documentation only, as referenced herein. Exchange of subject information in no way relieves any party of responsibilities as defined under the Terms of Agreement. A $250.00 processing fee will be charged for each request. 1.5 CONSTRUCTION PROGRESS SCHEDULES A. Within 15 working days, after Notice of Award of Contract, submit horizontal bar — chart with separate bar for each major trade or operation identifying first work day of each week. 1. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction. 2. Identify each item by specification section number. 3. Identify work of separate stages and other logically grouped activities. 4. Provide sub-schedules for each stage of work identified in Section 01010. SUBMITTAL REQUIREMENTS 013300 -2 FWCC COWTOWN COLISEUM JAN 2017 5. Provide sub-schedules to define critical portions of the entire schedule. 6. Include conferences and meetings in schedule. 7. Show accumulated percentage of completion of each item, and total percentage of work completed, as of the first day of each month. 8. Provide separate schedule of submittal dates for shop drawings, product data, and samples, including Owner-furnished products and items identified under Allowances, and dates reviewed submittal will be required from Architect/ Engineer. Indicate decision dates for selection of finishes. 9. Indicate delivery dates for Owner-furnished products. 10. Coordinate content with schedule of values specified in Section 01 30 00. B. REVISIONS TO SCHEDULES 1. Indicate progress of each activity to date of submittal, and projected completion date of each activity. 2. Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. 3. Provide narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect including the effect of changes on schedules of separate contractors. C. Show complete sequence of construction by activity, identifying work of separate stages and other logically grouped activities. Show projected percentage of completion for each item of Work as of time of each Application for Progress Payment. D. Show submittal dates required for shop drawings, product data, and samples, and product delivery dates. 1.6 SHOP DRAWINGS A. For Plumbing, HVAC, Electrical and Security work: 1. Submit in the form of one original and three opaque reproductions. 2. Distribution: a. Original returned to Contractor. b. Two copies retained by Engineer. B. For work under all other Divisions: 1. Submit in the form of one original and three opaque reproductions. 2. Distribution: a. Original returned by Contractor. b. Two copies retained by Engineer C. Provide and distribute additional copies of reviewed and processed shop drawings to concerned persons. C. After review, reproduce and distribute in accordance with the requirements in article on Procedures, above. 1.7 PRODUCT DATA A. Mark each copy to identify applicable products, models, options, and other data; supplement manufacturers'standard data to provide information unique to the work. B. Manufacturer's Certificates: When required by individual specification sections, SUBMITTAL REQUIREMENTS 013300 - 3 FWCC COWTOWN COLISEUM JAN 2017 submit six manufacturer's certificates that products meet or exceed specified requirements. 1.8 MISCELLANEOUS SUBMITTALS A. Manufacturer's Instructions: When required by individual specification sections, submit copies of manufacturer's instructions for delivery, storage, assembly installation, start-up, adjusting, and finished, in quantities specified for product data. B. Manufacturer's Certificates: When required by individual specification sections, submit six manufacturer's certificates that products meet or exceed specified requirements. 1.9 SAMPLES A. Submit full range of manufacturers' standard colors, textures, and patterns for Architect / Engineer's selection. Submit samples for selection of finishes within 45 days after date of Notice to Proceed. B. Submit samples to illustrate functional characteristics of the product, with integral parts and attachment devices. Coordinate submittal of different categories for interfacing work. C. Include identification on each sample, giving full information. D. Submit the number specified in the respective Specification section. 1.10 FIELD SAMPLES A. Provide mock-up at Project as required by individual Specifications section. Install sample complete and finished. 1.11 CONTRACTORS REVIEW AND APPROVAL A. Contractor's stamp of approval on each Shop Drawing, Product Data or Sample shall constitute a representation to Owner and Architect / Engineer that Contractor has either determined and verified all quantities, dimensions, field construction criteria, materials, catalog numbers, and similar data or assumes full responsibility for doing so, and that Contractor has reviewed or coordinated each Shop Drawing or Sample with the requirements of the Work and the Contract Documents. B. Submittals received by Architect / Engineer without Contractor's stamp of approval will be returned to the Contractor without Architect/Engineer's action. C. Submittal received which obviously has not been reviewed but does have Contractor's stamp of approval,will be returned to the Contractor without Architect/Engineer's action. •- 1.12 ARCHITECT/ENGINEER'S ACTION A. The Architect/Engineer process will be to mark one or more copies of submittals with one of the following actions listed below and transmit the required copies to the Contractor: 1. Returned without comment: The Architect/Engineer has reviewed the SUBMITTAL REQUIREMENTS 013300 -4 FWCC COWTOWN COLISEUM JAN 2017 _ submittal and found no issues with the submitted data. 2. Returned with comment: The Architect/Engineer has reviewed the submittal and found issues requiring commentary. The contractor shall review said submittal comments and take the appropriate action to correct or satisfy the issues. 3. Revise and resubmit: The Architect/Engineer has determined the submittal to be insufficient to proceed with installing the subject product. The contractor shall make the appropriate corrections and resubmit a complete package. .. 4. Submit specific item: The Architect/Engineer has determined the contractor is required to submit specific missing or additional information to complete the review of the submittal package. 5. Not Subiect to Review: The Architect/Engineer has determined that the information submitted is not required to be reviewed and will be returned or filed with no action taken. B. Architect / Engineer will take action on maximum of two submittals for each Shop Drawing, Product Data or Sample of the same item. In the event a third submittal is required, Contractor shall bear cost of processing by the Architect/Engineer. Cost shall be determined on the basis of the agreed fees for additional services of the contract between the Architect/ .. Engineer. PART PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION SUBMITTAL REQUIREMENTS 013300 - 5 FWCC COWTOWN COLISEUM JAN 2017 SECTION 014000 QUALITY REQUIREMENTS PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to work of this section. 1.2 REQUIREMENTS INCLUDED A. General Quality Control. B. Workmanship. C. Manufacturer's Instructions. D. Manufacturer's Certificates. E. Manufacturer's field services. F. Mockups. 1.3 RELATED REQUIREMENTS A. General conditions: Inspection and testing required by governing authorities. B. Section 011100—Summary of Work. C. Section 012600—Contract Modification Procedures. ., D. Section 013300—Submittals. E. Section 014523—Testing Laboratory Services. F. Section 016000—Product Requirements. 1.4 QUALITY CONTROL, GENERAL A. Maintain quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. 1.5 WORKMANSHIP A. Comply with industry standards except when more restrictive tolerances specified requirements indicate more rigid standards or more precise workmanship. B. Perform work by persons qualified to produce workmanship of specified quality. �. QUALITY REQUIREMENTS 014000 - 1 FWCC COWTOWN COLISEUM JAN 2017 r C. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, and racking. D. Monitor fabrication and installation tolerances control of products to produce acceptable work. 1.6 MANUFACTURERS'INSTRUCTIONS A. Comply with instructions in full detail, including each step in sequence. Should i instructions conflict with Contract Documents, request clarification from Architect before proceeding. B. Comply with Manufacturer's tolerances. Should conflicts with Contract Documents occur, request clarification from Architect before proceeding. C. Adjust products to appropriate dimensions; position properly before securing products in place. 1.7 MANUFACTURERS'CERTIFICATES A. When required by individual Specifications Section, submit manufacturer's certificate, in duplicate, that products meet or exceed specified requirements. 1.8 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment as applicable, and to initiate instructions when necessary. B. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers'written instructions. C. Refer to Section 013300—SUBMITTALS 1.9 MOCKUPS A. When required by individual Specifications Section, erect complete, full-scale mockup of assembly at Project site. B. Tests will be performed under provisions identified in this section and identified in the respective product specification sections. C. Assemble and erect specified items with specified attachment and anchorage devices, �- flashings, seals, and finishes. D. Accepted mock-ups shall be a comparison standard for the remaining work. E. Where mock-up has been accepted by Architect/Engineer and is specified in product specification sections to be removed; remove mock-up and clear area when directed to do so. QUALITY REQUIREMENTS 014000 - 2 FWCC COWTOWN COLISEUM JAN 2017 PART PRODUCTS NOT USED PART 3 EXECUTION 3.1 EXAMINATION T A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Beginning new work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Verify that utility services are available, of the correct characteristics, and in the correct locations. 3.2 PREPARATION 'F A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. END OF SECTION QUALITY REQUIREMENTS 014000 - 3 FWCC COWTOWN COLISEUM JAN 2017 SECTION 014200 REFERENCES PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to work of this section. 1.2 REQUIREMENTS INCLUDED A. Project coordination. B. Project Conditions. C. Reference standards. D. Schedule of Abbreviations. a E. Alteration project procedures. 1.3 RELATED SECTIONS A. Section 011100—Summary of Work. B. Section 015000—Temporary Facilities and Controls. C. Section 016000—Product Requirements. D. Maintain a complete and accurate log of control and survey work as it progresses. 1.4 COORDINATION AND PROJECT CONDITIONS A. Coordinate scheduling, submittals, and work of the various sections of the project manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Verify utility requirements and characteristics of operating equipment are compatible with building utilities prior to submitting or ordering such equipment. Coordinate work of various sections having interdependent responsibilities for installing, connecting to, and placing in service, such equipment. C. Coordinate space requirements, supports, and installation of mechanical and electrical work that are indicated diagrammatically on the drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations,for maintenance, and for repairs. D. In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. REFERENCES 014200 - 1 FWCC COWTOWN COLISEUM JAN 2017 E. Coordinate completion and clean-up of work of separate sections in preparation for Substantial Completion and for portions of work designated for Owner's partial occupancy. F. After Owner occupancy of premises, coordinate access to site for correction of defective work and work not in accordance with contract documents,to minimize disruption of Owner's activities. 1.5 PROJECT CONDITIONS = A. Contractor's License Law: Contractor shall comply with, and require all subcontractors to comply with, State and City contractor's license laws and be duly registered and licensed thereunder. B. Approved Applicators: Where specific instructions in these specifications require that a particular product and/or material(s) be installed and/or applied by an approved applicator of the manufacturer, it shall be —• the contractor's responsibility to ensure that any subcontractors used for such work be approved applicators. Contractor shall provide written "proof' of same when requested by the Architect or Owner. C. Safety Requirements: These Construction Documents, and the joint and several phases of construction hereby contemplated are to be governed, at all times, by applicable provisions of the federal laws, including but not limited to, the latest amendments of the following: 1. Williams-Steiger Occupational Safety& Health Act of 1970, Public Law, 91-596. _ 2. Part 1910— Occupational Safety and Health Standards, Chapter XVII of Title 29, Code of Federal Regulations. 3. Part 1518—Safety and Health Regulations for Construction, Chapter X111 of Title 29, Code of Federal Regulations. 1.6 REFERENCE STANDARDS A. Various sections of specifications contain references to specific standards. Applicable portions of standards listed that are not in conflict with specification requirements are hereby made a part of the Contract Documents. — B. For products or workmanship specified by association, trade, or other consensus standard, except when more rigid requirements are specified or are required by applicable codes. C. Modifications and exceptions to standards shall be considered as amendments and unmodified portions shall remain in effect. D. In case of conflict between standards, or between specifications and standards, most stringent requirement shall govern. E. Editions of standards shall be the latest edition at the time of contract award, including any supplements or amendments thereto. F. Maintain copies of standards at the project site during submittals, planning, and = progress of the specific work, until substantial completion. REFERENCES 014200 - 2 FWCC COWTOWN COLISEUM JAN 2017 G. Neither the contractual relationship, duties, and responsibilities of the parties in the contract nor those of the Architect / Engineer shall be altered by the contract documents by mention or inference otherwise in any reference documents. 1.7 SCHEDULE OF ABBREVIATIONS A. Reference standards are listed in various sections using abbreviations contained below. B. The following schedule is partial; additional abbreviations and standards may appear in various sections and all abbreviations and standards may not appear. AA Aluminum Association FGMA Flat Glass Marketing Association AASHO Hardwood Plywood American Association of State HPMA MFG.Association — Highway&Transportation Officials Military Specification ACI American Concrete Institute MIL National Association of ADA American with Disabilities Act NAAMM Architectural Metal Manufacturers National Concrete AIA American Institute of Architects NCMA Masonry Association National Electrical Mfg.Association AISC American Institute of Steel NEMA Construction National Fire Protection Association AISI American Iron and Steel Institute NFPA National Precast AITC American Institute of Timber NPCA Concrete Association Construction National Ready-Mix ANSI American National Standards Institute NRMCA Cement Association National Roofing .�. APA American Plywood Association NRCA Contractors Association Occupational Safety&Health Act APA Architectural Precast Association OSHA Portland Cement Association ASHRAE American Society of Heating, PCA Refrigeration &Air Conditioning Engineers Precast Concrete Institute ASTM American Society for Testing& PCI Materials U.S. Product Standard AWS American Welding Society PS Sheet Metal&Air Conditioning AWPA American Wood Preservers Association Contractors National Association SMACNA Southern Forest Products Association AAMA Architectural Aluminum Mfg. SFPA Association Southern Pine Inspection Bureau AWI Architectural Woodwork Institute SPIB Steel Deck Institute BIA Brick Institute of America SDI .� Steel Joist Institute BHMA Builders Hardware Manufacturers SJI Assoc. CPSC Consumer Product Safety Commission SSPC CRA California Redwood REFERENCES 014200 - 3 FWCC COWTOWN COLISEUM JAN 2017 Association TAS Steel Structures Painting Council CRSI Concrete Reinforcing Steel Institute TCA Texas Accessibility Standards CTI Ceramic Tile Institute THD Tile Council of America CLFMA Chain Link Fence Mfg.Association UL Texas Highway Department FM Factory Mutual System WCLIB Underwriters Laboratories FS Federal Specification WWPA West Coast Lumber Inspection Bureau Western Wood Products Association REFERENCES 014200 -4 ` FWCC COWTOWN COLISEUM JAN 2017 C. General Specification Abbreviations Cubic Foot cu.ft. Degree deg. Diameter dia. Feet or Foot ft. Inch in. Inside Diameter W. Miles Per Hour mph Millimeter mm Ounce o.d. Pound Ib. Pounds per Cubic Foot pcf Pounds per Square Foot psf Pounds per Square Inch psi ` Square Foot sq. ft. Square Inch sq. in. D. The General Contractor shall be responsible for reporting any abbreviations on the drawings that are not listed and not understood, to the Architect/Engineer for clarification at least 7 days prior to bid openings. Additional costs will not be allowed for clarification of abbreviations after bid opening as it will be assumed that the Contractor understood the abbreviation at the time the bid was submitted. END OF SECTION REFERENCES 014200 - 5 PAGE LEFT BLANK INTENTIONALLY r. FWCC COWTOWN COLISEUM JAN 2017 SECTION 015000 TEMPORARY FACILITIES AND CONTROLS PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to work of this section. 1.2 REQUIREMENTS INCLUDED A. Electricity, Lighting. B. Heat, Ventilation. C. Telephone Service. D. Water. E. Sanitary Facilities. F. Barriers. G. Enclosures. s H. Protection of Installed Work. 1. Water Control. —° J. Cleaning During Construction. K. Noise and Dust Control. L. Project Identification. M. Field Offices and Sheds. N. Fire Protection. O. Interim Life Safety Measures. P. Access Roads and Parking Areas. 1.3 RELATED REQUIREMENTS A. Section 011100—Summary of Work. 1.4 QUALITY CONTROL TEMPORARY FACILITIES AND CONTROLS 015000 - 1 FWCC COWTOWN COLISEUM JAN 2017 — A. Regulations: 1. Comply with governing regulations for the installation and use of temporary construction facilities, and operation of security and protection facilities, including health and safety regulations. 2. Comply with pollution, environmental protection, and conservation regulations for — the use of water and energy, and for the control of dust, air pollution, noise, trash and similar nuisances. B. Contractor shall assign responsibilities for installation and maintenance of temporary — facilities, security and protection, and compliance with regulations. C. Job Conditions. 1. Scheduled Uses: Provide temporary construction facilities and temporary controls at the time first needed to avoid delays in the performance of the work. Maintain, expand, and modify as needed through the progress of work. 2. Condition of Use: Operate, maintain, control, and protect temporary construction facilities and temporary controls in a manner which will prevent over-loading, freezing, pollution, contamination of water source, flooding, unsanitary conditions, hazardous exposure, fire, disease, erosion of site, damage or deterioration of — completed work, public nuisances, trash and similar deleterious effects. 1.5 ELECTRICITY, LIGHTING — A. Provide service required for construction operations, with branch wiring and distribution boxes located to allow service and lighting by means of construction-type power cords. Comply with applicable codes. B. Provide lighting for construction operations which shall be adequate to permit workmen to properly perform their work. Comply with applicable codes. r C. Permanent lighting may be used during construction provided contractor assumes full responsibility for the system. Maintain lighting and make routine repairs. D. Installation shall be in accordance with temporary power requirements of National Electrical Code. 1.6 HEAT, VENTILATION A. Provide as required to maintain specified conditions for construction operations, to protect materials and finishes from damage due to temperature or humidity. B. Prior to operation of permanent facilities for temporary purposes, verify that installation is approved for operation, and that filters are in place. C. Provide ventilation of enclosed areas to cure materials, to disperse humidity, and to — prevent accumulations of dust, fumes, vapors, or gases. 1.7 TELEPHONE SERVICE A. Provide telephone service to field office as required by Contractor and per 1.17 Field Office and Sheds. TEMPORARY FACILITIES AND CONTROLS 015000 - 2 no no FWCC COWTOWN COLISEUM JAN 2017 B. Contractor shall pay for all long distance calls and charges. 1.8 WATER A. Provide service required for construction operations. Extend branch piping with outlets located so that water is available by use of hoses. B. Contractor shall make the necessary arrangements with the Water District and pay all .r charges for the equipment, the installation and the cost of water consumed. C. Permanent water system may be used as a source of water supply for construction purposes provided Contractor assumes full responsibility for the maintenance of the system, and pays for the cost of water consumed. .r 1.9 SANITARY FACILITIES A. Provide and maintain required toilet facilities and enclosures for the use of all workmen. 1.10 BARRIERS A. Provide as required to prevent unauthorized entry to construction areas, to allow for Owner's use of site and to protect existing facilities and adjacent properties from damage from construction operations. B. Provide minimum 6 foot high fence around construction site; equip with vehicular and pedestrian gates with locks. Construction: Commercial grade chain link fence. C. Provide barricades and covered walkways required by governing authorities for public rights-of-way and for access to existing building by public and city personnel. D. Provide protection for plants to remain. E. Protect non-owned vehicular traffic from damage. 1.11 ENCLOSURES A. Provide temporary weather-tight closure of openings in exterior surfaces to provide .. acceptable working conditions and protection for materials, to allow for temporary heating, and to prevent entry of unauthorized persons. Provide doors with self-closing hardware and locks. 1.12 PROTECTION OF INSTALLED WORK A. Protect installed work. B. Provide temporary protection for installed products. Control traffic in immediate area to minimize damage. C. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. = TEMPORARY FACILITIES AND CONTROLS 015000 - 3 FWCC COWTOWN COLISEUM JAN 2017 Protect finished floors and stairs and other surfaces from traffic, dirt, damage and wear and movement of heavy objects. D. Prohibit traffic and storage on lawn and landscaped areas. E. Provide and maintain pumping facilities, including power, for keeping the site, excavations and structure free from accumulations of water at all times, whether from underground seepage, rainfall,drainage or broken lines. F. Prohibit traffic or storage upon waterproofed or roofed surfaces. G. Provide security and facilities to protect work and existing facility and Owner's operations from unauthorized entry, vandalism or theft. H. Coordinate with Owner's security program. 1.13 CLEANING DURING CONSTRUCTION A. Maintain areas free of waste materials and rubbish; periodically dispose of off-site. _ B. Maintain site in a clean and orderly condition. C. Clean interior areas prior to start of finish work, maintain areas free of dust and other contaminants during finishing operations. 1.14 NOISE AND DUST CONTROL A. Exercise all possible care to control excessive noise and dust during the construction to keep these problems to a minimum. Traffic or construction areas shall be sprinkled with water or chemicals as required and in accordance with applicable county requirements. 1.15 FIRE PROTECTION A. Comply with the city ordinances for fire protection. Maintain access to fire hydrants. B. Provide adequate fire extinguishers on the premises during the course of construction, of the type and sizes recommended by the NFPA to control fires resulting from the particular work being performed, Instruct employees in their use. Place extinguishers in the immediate vicinity of the work being performed, ready for instant use. In the use of especially hazardous types of equipment, such as acetylene torches, welding equipment, tar pots, kettles, etc., no work shall be commenced or equipment used unless fire extinguishers of an approved type and capacity are placed in the working area and available for immediate use by the workmen using the above-mentioned equipment. C. Fire extinguishers shall be maintained throughout all accessible areas. Provide one approved 2-1/2 gallon foam type extinguisher in the construction shed and also in the space where paint or oil, etc., is stored. Other special features of hazard shall be provided with special extinguisher protection as may be warranted. I TEMPORARY FACILITIES AND CONTROLS 015000 -4 w FWCC COWTOWN COLISEUM JAN 2017 w D. Store combustible materials in fire-safe locations and containers. 1.16 CONTRACTOR LIFE SAFETY MEASURES A. The Contractor is required to follow strict guidelines for compliance with licensing regulations where construction occurs adjacent to existing facilities. These life safety w measures apply to safety, separations, and means of egress around and within the construction area. The Contractor is required to monitor and enforce compliance with these measures. Specific requirements will be reviewed at monthly meetings with Contractors,the Owner, and the w Architect/Engineer. 1.17 ACCESS ROADS AND PARKING AREAS A. Construct and maintain temporary roads accessing public thoroughfares to serve construction area. w B. Extend and relocate as work progress requires. Provide detours necessary for unimpeded traffic flow. C. Provide and maintain access to fire hydrants,free of obstructions. D. Provide means of removing mud from vehicle wheels before entering streets. E. Parking: Provide temporary parking areas to accommodate construction personnel. Coordinate location with owner. 1. When site space is not adequate, provide additional off-site parking. 2. Do not allow vehicle parking on existing pavement. 1.18 SECURITY A. Provide security program to protect work from unauthorized entry, vandalism and theft during construction of work. PART PRODUCTS NOT USED PART 3 EXECUTION 3.1 REMOVAL A. Remove temporary materials, equipment, services, and construction prior to Substantial Completion inspection. END OF SECTION TEMPORARY FACILITIES AND CONTROLS 015000 - 5 PAGE LEFT BLANK INTENTIONALLY 'e FWCC COWTOWN COLISEUM JAN 2017 SECTION 016000 PRODUCT REQUIREMENTS PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to work of this section. 1.2 REQUIREMENTS INCLUDED = A. Products. B. Transportation and Handling. C. Storage and Protection. D. Product Options. E. Product List. F. Substitutions. 1.3 RELATED REQUIREMENTS A. Section 011100—Summary of Work. B. Section 013300—Submittals. C. Section 014000—Quality Control. 1.4 PRODUCTS A. Products include material,equipment, and systems. B. Comply with Specifications and referenced standards as minimum requirements. C. Components required to be supplied in quantity within a Specification section shall be the same, and shall be interchangeable. 1.5 TRANSPORTATION AND HANDLING A. Transport and handle products in accordance with Manufacturer's instructions. B. Transport products by methods to avoid product damage; deliver in undamaged condition in manufacturer's unopened containers or packaging, dry. C. Provide equipment and personnel to handle products by methods to prevent soiling or damage. -, PRODUCT REQUIREMENTS 016000 - 1 FWCC COWTOWN COLISEUM JAN 2017 D. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 1.6 STORAGE AND PROTECTION �. A. Store products in accordance with manufacturer's instructions, with seals and labels intact and legible. Store sensitive products in weather-tight enclosures; maintain within temperature and humidity ranges required by manufacturer's instructions. B. For exterior storage of fabricated products, place on sloped supports above ground. Cover products subject to deterioration with impervious sheet covering; provide ventilation to avoid condensation. C. Store loose granular materials on solid surfaces in a well-drained area; prevent mixing with foreign matter. D. Arrange storage to provide access for inspection. Periodically inspect to assure products are undamaged, and are maintained under required conditions. 1.7 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Any product meeting those standards. B. Products Specified by Naming One of More Manufacturers with a Provision for Substitutes: Submit a request for substitution for any manufacturer not specifically named. C. Products Specified by Naming Several Manufacturers: Products of name manufacturers meeting specifications; no options, no substitutions allowed. D. Products Specified by Naming Only One Manufacturer: No options, no substitutions allowed. 1.8 PRODUCTS LIST A. Within 45 days after date of Notice to Proceed, submit complete list of major products proposed for use, with name of manufacturer,trade name, and model number of each product. 1.9 SUBSTITUTIONS A. After the pre-bid conference, the Architect / Engineer will not consider formal requests from Contractors for substitutions. Subsequently, substitutions will be considered only when a product becomes unavailable due to no fault of Contractor. B. Any request for substitution shall be transmitted to the Architect / Engineer on the enclosed form, Contractor's Substitution Request. C. By making requests for substitutions the Contractor: 1. Represents that the Contractor has personally investigated the proposed substitute product and determined that it is equal or superior in all respects to that specified. 2. Represents that the Contractor will provide the same warranty for the substitution .- PRODUCT REQUIREMENTS 016000 - 2 FWCC COWTOWN COLISEUM JAN 2017 that the Contractor would for that specified. 3. Certifies that the cost data presented is complete and includes all related costs under this Contract except the Architect / Engineer's redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent. 4. Represents that the Contractor shall pay all costs of architectural and engineering redesign required by reason of acceptance of a substitution. Redesign costs shall be determined on the basis of the fees for additional services in the Owner/Architect - Engineer Contract. 5. Will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. 6. Waves claims for additional costs or time extension as a result of substitution. D. The materials, products and equipment described in the Bidding Documents established a standard of required function, dimension, appearance and quality to be met by any proposed substitution. E. Each substitution request shall include the name of the material or equipment for which it is to be substituted and a complete description of the proposed substitute including drawings, cut sheets, performance and test data and any other information necessary for an evaluation. A statement setting forth any changes in other materials, equipment or other Work that incorporation of the substitute would require shall be included. F. The burden of proof of the merit of the proposed substitute is upon the proposer. G. The Architect/ Engineer's decision of approval or disapproval of a proposed substitution shall be final. s 1.10 SURPLUS A. For general finishes used on the project including ceiling tiles, floor tiles, paint, and vinyl, the Contractor shall at the completion of the project, furnish to the owner, not less than 2 percent of the total used for the entire project, unless indicated otherwise in the specific sections. Surplus materials to be furnished in new, unused, unopened cartons and containers. PART PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION PRODUCT REQUIREMENTS 016000 - 3 "* PROJECT: City of Fort Worth Cowtown Coliseum HVAC Job No. Renovations .� TO: Summit Consultants,Inc. Request No. 1300 Summit Avenue, Suite 500 Date: Fort Worth,TX 76102 Phone: (817) 7878-4242 Fax: (817) 878-4240 r ps in lw we PAGE LEFT BLANK INTENTIONALLY w ATTN: CONTRACTOR: SPECIFIED ITEM: Section: Page: Paragraph: Description: ® Drawing Number(s): Detail Number(s): The undersigned request consideration of the following, PROPOSED SUBSTITUTION: REASON FOR NOT GIVING PRIORITY TO SPECIFIED ITEMS: SAVINGS or CREDIT for ACCEPTING SUBSTITUTE: $ Attached data includes description, specifications, drawings,photographs, performance and test data ade-quate for evaluation of request; applicable portions of data are clearly identified. Attached data also includes a description of changes to contract documents that proposed substitution will require for its proper installation. �• The undersigned certifies that the following paragraphs,unless modified by attachments,are correct: 1. Proposed Substitution has been fully checked and coordinated with Contract do Documents. 2. Proposed Substitution does not affect dimensions shown on drawings. 3. Proposed Substitution does not require revisions to mechanical or electrical work. 4. The undersigned will pay for changes to building design, including Architectural and Engi-neering design, detailing,and construction costs caused by requested Substitution. .. 5. Proposed Substitution will have no adverse affect on other trades, construction schedule, or specified warranty requirements. 6. Maintenance and service parts will be locally available for proposed substitution. The undersigned further states that the function, appearance, and quality of proposed Substitution are equivalent or superior to specified item. Attachments: The attached data is furnished herewith for evaluation of the proposed substitution. [ ]Catalog [ ]Drawings [ ] Samples [ ]Reports [ ] Tests [ ] Other Submitted by: (Firm) (Authorized legal signature) (Address) (Telephone) For use by: [ ] Approved [ ]Approved as noted [ ]Not Approved [ ]Received too late Date: BY: (Authorized legal signature) Remarks: END OF SUBSTITUTION REQUEST FORM i i FWCC COWTOWN COLISEUM JAN 2017 SECTION 017000 EXECUTION AND CLOSEOUT PROCEDURES PART1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification sections, apply to work of this section. 1.2 REQUIREMENTS INCLUDED A. Closeout Procedures. B. Final Cleaning. C. Project Record Documents. D. Operation and Maintenance Data. E. Warranties. F. Maintenance Service. 1.3 RELATED REQUIREMENTS A. General: Fiscal provisions, legal submittals, and other administrative requirements. B. Section 011100—Summary of Work. i C. Section 015000—Temporary Facilities and Controls: Cleaning during construction. i D. Section 017500—Starting and Adjusting. 1.4 CLOSEOUT PROCEDURES A. Comply with procedures stated in General Conditions of the Contract for issuance of Certificate of Substantial Completion. B. Owner will occupy designated portion of Project for the purpose of installation of equipment, and conduct of business, under provision stated in Certificate of Substantial Completion. C. When Contractor considers Work has reached final completion, submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Architect / Engineer inspection. D. In addition to submittals required by the conditions of the Contract, provide submittals i required by governing authorities. EXECUTION AND CLOSEOUT PROCEDURES 017000 - 1 FWCC COWTOWN COLISEUM JAN 2017 E. Resubmit a final statement of accounting giving total adjusted Contract Sum, previous payments, and sum remaining due. F. Architect/ Engineer will issue a final Change Order as required reflecting approved adjustments to Contract Sum not previously made by Change Order. G. If, because of acts or omissions of the Contractor, the Architect/ Engineer is required to conduct more than one substantial completion inspection or final inspection of the Project, he will enter into a separate agreement with the Owner for the additional services required and such costs will be deducted from the money still due the Contractor. H. Final Checkout of Structure with Owner: Before acceptance and final payment, at a time arrived at with the Owner, a complete checkout and test shall be made of all architectural and structural devices, etc., with the Owner. For this purpose, each trade concerned shall provide a skilled operating engineer or technician for a period, of at least one day. This person, together with selected operating personnel, shall test all systems and devices and demonstrate the complete operation and required maintenance of each. I. The Contractor shall coordinate with the Owner's testing and balancing consultant and comply with all systems test requirements. Adjustments and remedial action recommended by Owner's testing and balancing consultant shall be the responsibility of the Contractor. 1.5 FINAL CLEANING A. Execute final cleaning prior to final project inspection. B. Clean interior and exterior surfaces, remove temporary labels, stains and foreign substances, polish transparent and glossy surfaces. Leave concrete floors broom clean. Vacuum carpet surfaces. Clean floors, equipment and fixtures to a sanitary condition. Clean drainage systems. Replace filters of mechanical equipment.. C. Clean non-occupied spaces and limited-access spaces, such as plenums, shafts, equipment vaults, attics, and similar spaces, broom clean and free of surface dust. D. Clean equipment and fixtures to sanitary conditions with cleaning materials appropriate to the surface and material being cleaned. E. Clean site, sweep paved areas, rake clean other surfaces. Legally dispose of all trash and waste. F. Remove waste and surplus materials, rubbish, and construction facilities from the Project and from the site. G. Clean and polish woodwork and hardware. H. Clean debris from roofs, gutters, downspouts and drainage systems. 1.6 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 1.7 PROJECT RECORD DOCUMENTS -- EXECUTION AND CLOSEOUT PROCEDURES 017000 -2 FWCC COWTOWN COLISEUM JAN 2017 A. Maintain one set of complete record documents on site. Contractor shall post required updates weekly. At the time of each pay application, the Contractor shall have the contract record documents available for review by the Owner, the Program Manager and the Architect / Engineer. B. Maintain on site one set of reviewed shop drawings, product data, samples, manufacturer's instruction for assembly, installation and adjusting. C. Store documents separate from those used for construction. .�. D. Keep documents legible and current with construction progress; do not permanently conceal any work until required information has been recorded. E. Documents shall be available for inspection and use by the Owner, the Program Manager and Architect/Engineer at all times. F. Contractor's Record Document Drawings. 1. Legibly record all information on one full size set of bond paper print drawings during construction. 2. Prepare separate record drawings for Architectural, HVAC, Plumbing and Electrical work. -} 3. Legibly mark each item to record actual construction, including: a. Measured depths of elements of foundation in relation to finish first floor datum. b. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. C. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of construction. d. Field changes of dimension and detail. e. Changes made by modifications. t f. Changes by Addendum, Architect / Engineers Supplemental Instructions and Requests for Information. g. Details not on original contract documents. h. References to related shop drawings modifications. 4. Mechanical and Electrical Record Drawings shall indicate exact routing of all piping, duct work, power and control wiring, etc., location and function of all controls and whether manual or automatic, normal amperage readings for all motors taken at the equipment under normal load conditions, final air quantities at each air outlet and at each air return. 5. Record Drawings shall contain the names, addresses and phone number of Subcontractors and shall be signed by the Contractor. G. Contractor's Record Document Specifications: 1. Legibly mark and record at each product section description of actual products installed, including the following: a. Manufacturer's name and product model and number. b. Product substitutions or alternates utilized. C. Changes made by addenda and modifications. H. Upon notice of Substantial Completion of the Project work, submit the Contractor's Record Drawings and Specifications to the Architect / Engineer. The Architect / Engineer will transfer .. the annotations from the Contractor's Record Drawings and Specifications to the Architect / Engineer's electronic media and produce the Final Record Documents. At completion of the Final Record Documents the Architect / Engineer will deliver the Contractor's Record Drawings and Specifications together with two sets of Final Record Documents prints and electronic files to the Program Manager. EXECUTION AND CLOSEOUT PROCEDURES 017000 - 3 FWCC COWTOWN COLISEUM JAN 2017 t 1.8 OPERATION AND MAINTENANCE MANUALS A. Coordinate requirements and conditions of Commissioning Consultant and provide all such items in the Operations and Maintenance Manuals. B. Submit data bound in 8-1/2 x 11 inch text pages, three ring binders with durable plastic covers. C. Prepare binder cover with printed title"OPERATION AND MAINTENANCE INSTRUCTIONS", title of project, and subject matter of binder when 'multiple binders are required. D. Internally subdivide the binder contents with permanent page dividers, logically organized as described below; with tab tilting clearly printed under reinforced laminated plastic tabs. E. Contents: Prepare a Table of Contents for each volume, with each product or system description identified, printed on 20 pound white paper, in three parts as follows. 1. Part 1: Directory, listing names, addresses, and telephone numbers of Architect/Engineer, Contractor, Subcontractors, and major equipment suppliers. 2. Part 2: Operation and maintenance instructions arranged by system and subdivided by specification section. For each category, identify names, addresses, and telephone numbers of subcontractors and suppliers. Identify the following: a. Significant design criteria. b. List of equipment. C. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for special finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. 3. Part 3: Project documents and certificates, including the following: a. Shop drawings and product data. b. Certificates. C. Original of warranties and bonds. 1.9 WARRANTIES A. Provide table of contents and assemble in 3-ring binder with durable plastic cover. B. Provide duplicate, notarized copies. Execute Contractor's submittals and assemble documents executed by subcontractors, suppliers,and manufacturers. C. Submit material prior to final application for payment. For equipment put into use with Owner's permission during construction, submit within 10 days after first operation. For items of work delayed materially beyond Date of Substantial Completion, provide updated submittal within 10 days after acceptance, listing date of acceptance as start of warranty period. D. The Contractor shall warranty all work to the Owner for a period of one year from the date of Certificate of Substantial Completion unless required for a longer period. In the case of work performed by a subcontractor the Contractor shall warranty the work to and in favor of the Owner. Each subcontractor shall warranty their work for a period of one year or as otherwise EXECUTION AND CLOSEOUT PROCEDURES 017000 -4 FWCC COWTOWN COLISEUM JAN 2017 noted, after the date of Certificate of Substantial Completion. Work that proves to be defective in workmanship and/or materials shall be repaired without expense whatsoever to the Owner. 1.10 MAINTENANCE SERVICE A. Coordinate requirements and conditions of Commissioning Consultant and provide all such Maintenance Service work as indicated. B. Furnish service and maintenance of components indicated in specification sections "® for one (1)year from date of Substantial Completion. C. Examine system components at a frequency consistent with reliable operation. Clean, adjust, and lubricate as required. D. Include systematic examination, adjustment, and lubrication of components. Repair or replace parts whenever required. Use parts produced by the manufacturer of the original component. E. Maintenance service shall not be assigned or transferred to any agent or subcontractor without prior written consent of the owner. PART 2 PRODUCTS NOT USED PART 3 EXECUTION NOT USED END OF SECTION EXECUTION AND CLOSEOUT PROCEDURES 017000 - 5