TOWN OF SHARON · Web viewD. American Welding Society (AWS): AWS D1.1 – Structural Welding Codes...

74
TOWN OF SHARON MASSACHUSETTS M.G.L. Chapter 30§39M INVITATION FOR BIDS FORMS FOR BID AGREEMENT AND BONDS AND SPECIFICATIONS FOR Sharon Department of Public Works Refueling Area Canopy Project Town Hall Roof System

Transcript of TOWN OF SHARON · Web viewD. American Welding Society (AWS): AWS D1.1 – Structural Welding Codes...

TOWN OF SHARON

MASSACHUSETTS

M.G.L. Chapter 30§39MINVITATION FOR BIDS

FORMS FOR BIDAGREEMENT AND BONDS

AND SPECIFICATIONS

FOR

Sharon Department of Public WorksRefueling Area Canopy Project

Bid # 2018-12MARCH 2018

Town Hall Roof System

TABLE OF CONTENTS

NOTICE TO BIDDERS 1

INSTRUCTION TO BIDDERS 2

BID 6

SUMMARY SHEET – SCHEDULE OF PRICES 8

BID BOND 14

CERTIFICATE OF NON-COLLUSION 16

NOTICE OF AWARD 17

AGREEMENT 18

PERFORMANCE BOND 23

LABOR AND MATERIALS BOND 24

INSURANCE REQUIREMENTS 27

AFFIDAVIT OF COMPLIANCE 29

CERTIFICATE OF AUTHORITY 30

STATEMENT OF WAGE RATES COMPLIANCE 31

STATEMENT OF INDEPENDENT CERTIFIED 32PUBLIC ACCOUNTANT

CONTRACTOR’S CERTIFICATION 33

NOTICE TO PROCEED 34

TECHNICAL SPECIFICATIONS APPENDIX A

PREVAILING WAGE INFORMATION APPENDIX B

- 2 -

TOWN OF SHARONDEPARTMENT OF PUBLIC WORKS

NOTICE TO BIDDERS

Sealed Bids under M.G.L. c. 30§39M for the Department of Public Works Refueling Area Canopy Project will be received by the Department of Public Works, 217 Rear South Main Street, Sharon, Massachusetts 02067, during business hours 8:00 a.m. to 5:00 p.m. Bids must be submitted in triplicate (3) and enclosed in a sealed envelope addressed to Superintendent of Public Works at the above address, until the date and time stated below when bids will be opened and publicly read by the Superintendent of Public Works or his duly authorized representative, at the Town of Sharon Department of Public Works Offices. Under M.G.L. c. 30§39M, prevailing wage (see Appendix B) rate and equal employment opportunity hiring and bidding is required.

DCAM certification is desired but not required.

BID AVAILABLE: March 26, 2018

PRE-BID SITE WALK: The site may be visited from 8:00 am – 5:00 pm weekdays without an appointment. If you have any questions, contact Matt Baldassari Facilities Manager, (781) 784-1525, ext 2325.

BID OPENING DATE: Bids are due Thursday, May 3, 2018 at 1:00 pm at the Sharon Department of Public Works located at 217 Rear South Main Street, Sharon, MA 02067.

PART 1 - GENERAL

The proposed project will consist of the construction of a steel gas area canopy the Sharon Department of Public Works. Bidders should bid on the project as outlined in the Specifications listed in “Appendix A. The work for the project will not commence until May 2018, so bids must be provided reflecting possible cost increases that may occur during the 2018 summer construction season. The project must be bid a Massachusetts prevailing wage – see prevailing wage sheets in the Appendix. The All contractors must be bonded, as per Massachuetts purchasing laws and insured as per the bid requirements. MGL 30§39M requires a 50% payment bond for all bids over $25,000. Bids over $50,000 require a 5% bid bond as well.

The Bid Guaranty may be in the form of a Bid Bond or Bank Cashier Check made payable to the Town of Sharon.

All bids must be requested electronically by e-mail to Lance Delpriore [email protected]. No paper copies of the bid are available from the Town of Sharon.

- 1 -

The winning contractor must complete all work by September 1, 2018.

Project information is available at the Town of Sharon Department of Public Works Office, 217 Rear South Main Street, Sharon, MA 02067.

An award will not be made to a Contractor who is not properly equipped to undertake and complete the work. Bids, which do not include a properly completed “Affidavit” pertaining to Non-Collusion, etc., will be declared informal. The Right to waive any informality and to reject any and all Bids is reserved.

Prevailing wage rates for this project have also been established.

INSTRUCTION TO BIDDERS

Sealed Bids for the Sharon Department of Public Works Refueling Area Canopy Project in the Town of Sharon, Massachusetts, acting by its Board of Selectmen (hereinafter called the Owner,) prepared in accordance with these instructions and other provisions of the contract Documents, will be received by the Owner at the Office of the Department of Public Works, 217 Rear South Main Street, Sharon MA 02067, until 1:00 P.M. on May 3, 2018. The bids will then be publicly opened and read aloud.

The Town of Sharon is exempt from payment of the Massachusetts Sales Tax. Therefore, Bidders shall make no allowance for said Sales Tax in the prices bid. NOTE: this bid is a prevailing wage job. All bids should be based on the prevailing wage numbers included in Appendix B at the back of this bid document. The winning bidder will be responsible for submitting weekly payroll sheets required as part of any prevailing wage project.

All Bids submissions shall be made as follows:

1. Fill in the total lump sum bid price in the “Schedule of Prices in the Bid”. The winning bidder will be the General Contractor for the project and is responsible for bidding the entire project in a lump sum amount. The bid lump sum amount must be held until September 1, 2018 or completion of the project.

2. Fill in the Number of Addenda, if any. (See Pages 7 and 8)

3. Submit to the Town of Sharon as bid deposit a bid bond (if bid amount is in excess of $50,000) in cash, certified check, treasurer’s check or cashier’s check in the amount 5% of the total bid price. All bonds must be submitted prior to signature of Agreement by the Town of Sharon.

4. Fill in blank spaces and sign certificate of non-collusion on page 16.

5. Fill out pages 10-13 completely and submit with bid package.

- 2 -

6. A 50% payment bond (for entire project cost) will be required from the winning bidder for bids over $25,000. The bond will be due following acceptance of the “Notice of Award” by the winning Bidder.

7. Include change order hourly rate on the “Summary Sheet - Schedule of Prices” page. The Owner will assume 20 hours of change orders for the purposes of the bid award, so the lump sum price and the change order rate will be combined to determine the winning bidder.

Checks shall be made payable to “Town of Sharon”. The bid deposit shall not be enclosed in the sealed envelope containing the Bid.

Checks will be returned to all except the three lowest formal Bidders within five days (Saturdays, Sundays and legal holidays excluded) after the opening of the Bids, and the remaining deposits will be returned to the three lowest Bidders within 48 hours after the awarding of Contract, or if no Contract is awarded within 30 days (not including Saturday, Sunday and legal holidays), after the date of opening bids, then upon demand of the Bidder, at any time thereafter so long as he has not been notified of the acceptance of his/her Bid. The successful Bidder will be notified by registered mail of the acceptance of his/her Bid.

If a bid bond is used as bid security, it shall be prepared in the Form of Bid Bond attached hereto each duly executed by the Bidder as Principal and having as Security thereon a surety company approved by the Owner. A copy of the Form of Bid Bond will be furnished to the Bidder by the Engineer upon request.

A 5% Bid Bond and a 50% Labor and Materials Payment Bond by a company satisfactory to the Owner, will be required from the successful Bidder for the faithful performance of the Contract and as security for payment of all persons performing labor and furnishing materials in connection with this Contract. The bonds shall be in accordance with the forms attached to the Contract Documents.

No Bidder may withdraw his Bid for a period of thirty (150) days (not including Saturdays, Sundays and legal holidays), after the date set for the opening of the Bids.

In the case of each Bid, the Owner reserves the right to satisfy itself as to the complete responsibility of the Bidder, toward which objective every Bidder is required to furnish all information requested in the Bid.

Notice of the acceptance of his/her Bid will be given to the successful Bidder by the Owner by posting a registered letter to the Bidder’s address stated in said Bid. If, within five (5) days, Saturdays, Sundays, and legal holidays excluded, immediately after the receipt of Notice of Award, the successful Bidder shall fail to deliver his bonds properly executed and his Contract duly signed, in consideration of such failure the Bid and acceptance, at the option of the Owner, may become null and void and the bid security

- 3 -

accompanying his Bid shall become the property of the Owner, which may proceed to accept another Bid.

The contractor shall start work under this Contract and shall continue it to completion with all practical dispatch and regularity; the work shall be started and completed within the times required by the Contract.

The contractor shall deliver to the Town as built drawings, operation/maintenance manuals, warranties and the like, prior to completion of the project, as applicable.

The sum of Five Hundred Dollars ($500.00) per day is to be agreed upon as liquidated damages, and shall be paid by the Contractor to the Owner for each and every calendar day in which any work of the Contract is incomplete after the times stipulated for such completion, and the prices bid shall be fixed with regard to this provision. Deductions for liquidated damages will be made from payments owed to the Contractor. In the event that unforeseen issues arise, the owner may provide an extension to the deadline but the decision will be made, in writing, at the sole discretion of the Owner.

Workmen’s Compensation, Property Damage, Public Liability, Owner’s Protective Liability, and fire and Builders’ Risk Insurance requirements are set forth in detail in the Selectmen’s Policy Number 11, General Conditions III. Massachusetts Wage Rates as established pursuant to the provisions of M.G.L. c 30§39M, apply to this project. The Massachusetts Wage Determination is attached to these Specifications. It is the responsibility of the Contractor, before bid opening, to require, if necessary, any additional information on Massachusetts Wage Rates for those trades people who are not covered by the applicable Massachusetts Wage Rates Decision, but who may be employed for the proposed work under this contract. Certified Payroll Sheets may be sent to Lance DelPriore – Assistant Town Engineer at 217 Rear South Main Street, Sharon, MA 02067.

The Contractor shall keep himself/herself informed fully of, and comply with, all Laws, Ordinances, and Regulations of the Federal, State or Municipal Governments, which may be in forced during the life of the Contract, in any manner affecting his employed in the work.

Any request from a prospective Bidder for the interpretation of meaning of the Specifications or other Contract Documents shall be made in writing to Lance DelPriore, Assistant Town Engineer, 217 Rear South Main Street, Sharon, MA. 02067 and to be given consideration must be received at least seven (7) days prior to Bid deadline, Interpretations will be made by the Superintendent of Public Works and or Town Engineer as requested, and all interpretations will be made in the form of written Addenda to the Contract Documents, which Addenda will become a part of the Contract. Not later than three (3) days prior to the date fixed for the opening of Bids, the Addenda will be faxed to all persons who Advertisement for Bids. Failure of any bidder to receive any such Addenda shall not relieve any Bidder from any obligation under his Bid as submitted.

- 4 -

At the date fixed for the opening of Bids, it will be presumed that each Bidder has made an examination of the locations and sites of the work to be done under the contract, has satisfied as to the actual conditions, requirements and quantities of work, and has read and become thoroughly familiar with the Contract documents, including the specifications, and all Addenda to them, if any. All bidders are encouraged to visit the site in order to bid on the project with accuracy.

Contracts for work under this Bid will obligate the Contractors and Subcontractors not to discriminate in employment practices.

The failure or omission of any Bidder to receive or examine any form, instrument or document shall in no way relieve the bidder of any obligation in respect to his/her Bid.

The Owner reserves the right to waive any informality in the Bids, to reject any or all Bids if it be in the public interest so to do. The Contract will be awarded to the lowest responsible and eligible Bidder possessing the skill, ability and integrity necessary to the faithful performance of the work and who shall certify that he/she is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the project.

Massachusetts General Laws, Chapter 30, Sections 39F, 39G, 39N, 39O, 39P and 39R are quoted in the General and Supplementary Conditions.

Town of Sharon, Massachusetts

By Eric R. HooperSuperintendent of the Department of Public Works

______________________ Eric R. Hooper

BID

- 5 -

To the Town of Sharon, Massachusetts, acting by its Board of Selectmen, hereinafter called the Owner:

A. The undersigned proposes to furnish all labor and materials required for the Sharon Department of Public Works Refueling Area Canopy Project in Sharon, Massachusetts, in accordance with the accompanying Specifications, the Instructions to Bidders, and other Contract Documents bound herewith prepared by Engineering Division Town of Sharon for the Estimated Total Contract Price specified in the Schedule of provided for in the contract.

The undersigned, declares: that the only persons interested in this Bid as principals are named herein as such; that no official of the Owner and no person acting for or employed by the Owner is interested directly or indirectly in this Bid, or in any contract which may be made under it, or in any expected profits to arise therefrom; that this Bid is made in good faith, without fraud, collusion or connection with any other person bidding or refraining from bidding for the same work; that he has examined carefully the said instructions and all other documents bound herewith, and the Drawing relating to the contract covered by this Bid and hereby makes them part of this Bid; that he/she has informed himself/herself fully in regard to all conditions pertaining to the work and the place where it is to be done; and that he/she has made his/her own examination and estimates of cost and from them makes this Bid.

The undersigned proposes and agrees that, if within thirty (30) days (Saturdays, Sundays and legal holidays excluded) after the date named in the Instructions to Bidders as that for submitting this Bid to the Owner, notice that this Bid has been accepted by the Owner shall be mailed to him/her at the business address given herein, he/she will, on some one of the five (5) days, (Saturdays Sundays and legal holidays excluded), immediately following receipt of such Notice of Acceptance of this Bid, appear at the office of the Town Engineer and deliver to the properly accredited representative of the Owner a contract, a Labor and Material Payment Bond furnished by a company satisfactory to the Owner, which contract and bonds shall be executed in the forms annexed hereto, and which contract shall provide that the Owner, as full compensation for doing and completing the work of carrying out the requirements of the Agreement, General Conditions, supplementary Conditions, Specifications and Drawings, shall pay the Contractor the unit prices and lump sums which he has recorded in the Bid, or such unit prices and lump sums increased or decreased in a manner as provided for in the contract.

The undersigned also agrees that the bid security which, as called for in the Instructions to Bidders, accompanies this Bid shall become the property of the Owner as compensation for damage suffered by said Owner should the undersigned fail to execute the said contract and bonds if notified, as specified above, that this Bid has been accepted. But if this Bid is not accepted by the Owner, as specified above, within (30) days of the date set for the submission of the Bid, (not including Saturdays Sundays and legal holidays), or if the Notice of Acceptance is received by the undersigned and he/she complies with the requirements as to execution of the contract and bonds, then the bid security referred to will be returned to him/her.

- 6 -

The undersigned understands that it is the intention of the Owner not to award a contract for this work under this or any other Bid if the Bidder cannot furnish satisfactory evidence that he/she has the ability and experience to perform this class of work and that he/she has sufficient capital and equipment to enable him/her to prosecute the work successfully and to complete it within the time named in the contract, and that the Owner reserves the right to reject this or any other Bid or to award the contract as is deemed to be to the best interest of the Owner. The undersigned understands further that the quantities given in the Schedule of Prices in this Bid are approximate only and are given as a basis for the comparison of Bids, that the Owner does not agree, expressly or by implication, that the actual amount of work will correspond even approximately therewith but reserves the right to increase or decrease the amount of any item of the work listed as may be found desirable or necessary during the carrying out of the construction work; and that the unit prices quoted in the Schedule of Prices shall apply without change to such variation in the quantity of each or all items.

The undersigned further agrees that he/she will, upon request, furnish in confidence such information as will enable the Owner to judge of the financial responsibility of himself/herself and his/her proposed Subcontractors.

That the Contractor shall give to the Owner, as liquidated damages, for each calendar day lost by the Contractor in the completion of the contract after the time herein stipulated, the sum of Five Hundred and Fifty Dollars ($500) per day.

INDEMNIFICATION

The Contractor shall defend, indemnify and hold harmless the Town from and against any and all claims, liability, loss, damages, costs or expenses for personal injury or damage to real or tangible personal property which the Town may sustain, incur or be required to pay, arising out of or in connection with services performed under this Contract or by reason of any negligent action/inaction or willful misconduct of the Contractor, its agent(s) or person(s) employed by the Contractor, any of its subcontractors or other entities for which the Contractor is legally responsible, to the fullest extent allowed by law.

B. This Bid includes Addenda numbered _____.

C. The Schedule of Prices referred to herein is as follows:

(SEE SUMMARY SHEET).

SUMMARY SHEET -SCHEDULE OF PRICES

- 7 -

Sharon Community Center Gateway Project.

(Total Bid Price) ($ )

(Total Bid Price in writing) ($ )

(Change order hourly rate – assume 20 hours for bid purposes:___

_______________)

(Change order hourly rate in writing – assume 20 hours for bid

purposes_______________________________)

CHANGE ORDERS: The contractor may not proceed with ANY work that adds cost

above the amount bid without the written approval of the Owner. The bidder will

provide the Owner with a written lump sum fixed estimate for the work to be performed.

In the event that the Owner finds that the work is more than what is found to be fair (by

obtaining quotes from other contractors) the Owner has the right and duty to hire an

outside contractor to provide services. By accepting an award from the Owner for the

Sharon Town Hall and fire station Window Replacement Project, the winning bidder

accepts all the conditions of the bid document.

This Bid Acknowledges addenda:

Addenda # _ ________ Signature:________________

Addenda # _ ________ Signature:________________

Addenda # _ ________ Signature:________________

Addenda # _ ________ Signature:_________ _______

Addenda # _ ________ Signature:________________

Addenda # _ ________ Signature:________________

The undersigned hereby certifies that he/she is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work.

- 8 -

The undersigned offers the following information as evidence of his qualifications to perform the work as bid upon according to all the requirements of the Drawings and Specifications:

The names and addresses of all persons and parties interested in this Bid as principals are as follows:

Note: give the first and last names in full. In case of a corporation, give names of officers and directors; in case of a partnership, give names of all partners.

The undersigned also agrees that all work to be performed by subcontractors is as follows:

Description of Name and AddressSubcontract work of Subcontractor

- 9 -

The undersigned submits answers to the following questions to enable the Owner to judge of his/her experience and ability in, and facilities for the work proposed to be done.

1. The work, if awarded to you, will have the resident personal supervision of whom? State his or her special qualifications.

2. Describe equipment you propose to furnish.(A) Your own (B) Rented:

(A)

(B)

3. How many years has your organization been in business as a General contractor under the name in which you propose?

- 10 -

4. List all projects that your present organization completed of character similar to that proposed for the past 5 years (2008-2018). Give the information indicated by the following tabulation:

Name and Work Done Description Approx. Approx.Address as Contractor of work Amt. Of Dateof Owner /Subcontractor Contract Was Done

5. Has your present organization ever failed to complete any work awarded to it? If so, state when, where, and why.

- 11 -

6. Give the name of one or more banks which have information that would enable them to advise regarding the financial ability of your company.

Name of Bank Address Telephone No.

Signature of Bidder:

By:

Title:

Date

Address of permanent place of business to which notices may be sent:

zip code telephone no. fax no.

IMPORTANT: Execute acknowledgment of officer or agent who signs this document and attach certificate of clerk authorizing bid and execution of signing officers. (Use proper form on next page.)

- 12 -

At a meeting of the Board of Directors of the

held on

at which all the Directors were present or waived notice, it was

or

At a regularly called meeting of the Board of Directors of the

held on at which a quorum was present., it was

voted, that of this

company, be and he hereby is authorized to execute contracts and bonds in the name and

behalf of said company, and affix its corporate seal thereto; and such execution of any

contract or obligation in this company’s name on its behalf by such

under seal of this company shall be valid and binding upon this company.

A true copyATTEST:

Clerk

Place of business

Date of contract

I hereby certify that I am the clerk of the

is duly elected

of said company, and that the above vote has not been amended or rescinded and remains

in full force and as of this date.

Clerk Corporate Seal

- 13 -

BID BOND

KNOW ALL MEN BY THESE PRESENTS, that we the undersigned

, as Principal, and(insert name of bidder)

, as Surety, are hereby held(insert name of surety)

and firmly bound unto the Town of Sharon, MA, in the sum of $ as liquidated damages for payment of which, will and truly to be made, we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors, and assigns.

The condition of this obligation is such that whereas the Principal has submitted to the Town of Sharon, MA a certain Bid attached hereto and hereby made a part hereof, to enter into a contract in writing, hereinafter referred to as the “AGREEMENT” and/or “CONTRACT,”

NOW THEREFORE

(a) If said BID shall be rejected or withdrawn as provided in the INFORMATION FOR BIDDERS attached hereto or, in the alternative,

(b) If said BID shall be accepted and the Principal shall duly execute and deliver the form of AGREEMENT attached hereto and shall furnish the specified bonds for the faithful performance of the AGREEMENT and/or Contract and for the payment for labor and materials furnished for the performance of the AGREEMENT and/or contract,

then this obligation shall be void, otherwise it shall remain in full force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims there under in no event shall exceed the amount of this obligation.

The Surety, for value received, hereby agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extensions of the time within which such BID may be accepted, and said Surety does hereby waive notice of any such extensions.

- 14 -

IN WITNESS WHERE OF, the parties hereto have duly executed this bond on the day of ,20 .

(SEAL) BY: L. S.

( Name of Surety )

BY:

Sealed and delivered in the presence of:

- 15 -

CERTIFICATE OF NON-COLLUSION

The undersigned certifies under penalties of perjury that this bid is in all respects bonafide, fair and made without collusion or fraud with any other person. As used in this section the word ‘person’ shall mean any natural person, joint venture, partnership, corporation, or other business or legal entity.

Authorized Signature Date

Social Security Number or FederalIdentification Number

Legal Name or Business Entity (Please Print of Type)

Address:

Corporate Seal Here (if applicable)

- 16 -

TOWN OF SHARON, MASSACHUSETTS

Sharon Department of Public Works Refueling Area Canopy Project

NOTICE OF AWARD

TO: ___________________________________________________________________ _____________________________________________________________

The OWNER has considered the BID submitted by you for the above-described WORK in response to its Advertisement for Bids dated and Invitation for Bidders.

You are hereby notified that your BID has been accepted for items in the amount of You are required by the Invitation for Bidders to execute the Agreement and furnish the required CONTRACTOR’S PAYMENT BOND, and CERTIFICATES OF INSURANCE ten (5) calendar days from the date of this Notice to you.

If you fail to execute said Agreement and to furnish said BONDS within ten (5) days from the date on this Notice, said OWNER will be entitled to consider all your rights arising out of the OWNER’S acceptance of your BID as abandoned and as a forfeiture of your BID SECURITY. The OWNER will be entitled to such other rights as may be granted by law.

You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER.Dated this day of , 2018 .

c/o Department of Public WorksTown of Sharon, Massachusetts

Owner

By Title Chairman, Board of Selectmen

ACCEPTANCE OF NOTICEReceipt of the above NOTICE OF AWARD is hereby acknowledged

BY: this the day of , 2018 BY: Title

- 17 -

AGREEMENT

Sharon Department of Public Works Refueling Area Canopy Project

This Agreement, made and executed this _______ day of _________ in the year 2018 by and between the Town of Sharon, MA, a municipality located within the County of Norfolk in the Commonwealth of MA, by its Board of Selectmen, duly constituted, and without personal liability for the individuals signatory hereto, said Town of Sharon being herein termed the Owner, party of the first part, and.__________________________________________________ ___________hereinafter termed the Contractor, party of the second part: Witness that the parties to this Agreement each in consideration of the agreements on the part of the other herein contained have agreed, and by these presents do hereby agree, the Owner for itself, and the Contractor for himself and his heirs, executors, administrators, successors and assigns as follows:

That the Contract Documents consisting of this Agreement, together with the Information for Bidders, Instructions to Bidders, Bids, Bonds, General Conditions, Supplementary Conditions, and Specifications hereto attached, the Drawings referred to herein and in the Specifications, and any Addenda issued before execution of the Agreement, form the Contract:

That the Contractor has informed himself/herself fully in regard to all conditions pertaining to the place where the work is to be done and other circumstances affecting the work:

That the Contractor has obtained all the information he/she needs to enable him/her to estimate fully and fairly the costs of the work herein contemplated:

That the Contractor agrees to perform the work for a total of The Contractor shall furnish all labor, materials, supplies, tools, equipment and other facilities and things necessary or proper for, or incidental to, the completion of the Sharon Department of Public Works Refueling Area Canopy Project, for the party of the first part in accordance with this Contract. The Contractor shall complete everything required of him/her under this Contract no later than the time stated in the Contract: Prior to execution of a construction contract, the Contractor and filed sub-bidder(s) (where applicable) shall submit for review by the Owner, documentation to establish the markup percentage(s) for direct labor costs.

That the Owner shall pay and the Contractor shall receive as full compensation for invoices submitted to the Town after the work has been inspected and approved by the Assistant Town Engineer, Superintendent of Public Works or the Building Inspector of the Town of Sharon.

Project cost will not exceed the $_________________ amount agreed to by the Contractor for all work delineated in the project bid package.

- 18 -

The sum of two hundred and fifty ($500.00) dollars is to be agreed upon as liquidated damages, and shall be paid by the Contractor to the Owner for each and every calendar day in which any work of this contract is uncompleted after the times stipulated for such completion, and the prices bid shall be fixed with regard to this provision, reductions for liquidated damages will by made from payments due the Contractor.

All work shall be completed before September 1, 2018

Signed, sealed, and delivered in quadruplicate the day and year first above written

Town of Sharon, Massachusetts, Board of Selectmen

BY: (Selectman)

Walter B. Roach: _____

John McGrath:

William Heiten, Chair: ______

BY: (Contractor)

Approved as to form

Town Counsel

Certification of Appropriation

By: Town Accountant

IMPORTANT - Execute acknowledgment of officer or agent who signs this document.

- 19 -

ACKNOWLEDGMENT OF PRINCIPAL, IF A CORPORATION

State of

County of

On this day of ,2018

before me personally came and appeared to me known,

who, being duly sworn, did depose and say that he/she

resides at

that he/she is the

of the corporation described in

and which executed the foregoing instrument; that he knows the seal of said corporation;

that one of the impressions affixed to said instrument is an impressions affixed to said

instrument is an impression of such seal; that it was so affixed by order of the Directors

of said corporation, and that he/she signed his/her name thereto by like order.

(SEAL)

(Notary Public)

My commission expires:

- 20 -

ACKNOWLEDGMENT OF PRINCIPAL, IF A PARTNERSHIP

State of

County of

On this day of , 2018

before me personally came and appeared

to me known and known to me to be one of the members of the firm of

described in and who executed the foregoing instrument and he

acknowledged to me that he executed the same as and for the act and deed of said firm.

(SEAL)

(Notary Public)

My Commission expires:

- 21 -

ACKNOWLEDGMENT OF PRINCIPAL, IF AN INDIVIDUAL

State Of

County of

On this day of , 2018

before me personally came and appeared

to me know and know to me to be the person described in and who executed the

foregoing instrument and acknowledged that he executed the same.

(SEAL)

(NOTARY PUBLIC)

My Commission expires:

- 22 -

PERFORMANCE BOND – Not Applicable for this Project

Know all men by these presents, that (hereinafter called the principal) as principal, and a corporation organized and existing under the laws of the with its principal office , (hereinafter called the surety) as surety, are held and firmly bound unto (Awarding Authority), (hereinafter called the oblige), in the just and full sum of dollars and to the payment of which sum, well and truly to be made, the said principal and surety bind themselves, and their respective heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. Whereas, the principal has entered into a certain written contract of 2014 for the in the Town of Sharon, Sharon, Massachusetts, as outlined in the specifications, which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied a length herein. Now therefore, the condition of this obligation is such that if the said principal shall well and truly perform and fulfill all the undertaking, covenants, terms, conditions, and agreements of said contract during the original term of said contract and any extensions thereof that may be granted by the oblige with or without notice to the surety, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions, and agreements of any and all duly authorized modifications of said contract that may hereinafter be made, notice of which modifications of said contract that may hereinafter be made, notice of which modifications to the surety being to remain in full force and virtue. Provided, however, it shall be a condition precedent to any right of recovery here under that the oblige, upon discovery of any default on the part of the principal, shall within a reasonable time deliver to the surety by registered mail at its office at a written statement substantially setting forth the nature of such default. And provided further that no action, suit, or proceeding shall be had or maintained against the surety of this instrument unless the same be brought or instituted and process served upon the surety within three years after completion of the work mentioned in said contract, whether such work be completed by the principal, surety or oblige, but if there is any maintenance period provided in the contract for which said surety is liable, an action for maintenance may be brought within three years from the expiration of the maintenance period, but not afterwards.

In witness whereof, the said principal and surety have signed and sealed this instrument this day of 2018

By: (Principal)

By: (Surety Company)

- 23 -

LABOR AND MATERIALS BOND

KNOW ALL MEN BY THESE PRESENTS: That we, trading under the firm name of of the city county of State of as PRINCIPAL, and the a corporation organized and existing under the laws of the State of , as Surety, are held and firmly bound unto the Town of Sharon, Sharon, Massachusetts, in the sum of lawful money of the United States of America, to the payment of which sum, well and truly to be made and done, we do bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.

DATED this day of A. D., 2018

WHEREAS: The above bounden Principal has entered into a contract with the Town of Sharon, dated day of A. D., 2018 for

NOW THEREFORE, THE CONDITION of this obligation is such, that if the Principal shall promptly make payments to all claimants as hereinafter defined, for all labor performed of furnished and for all materials and equipment furnished for or used in or in connection with the work called for by said AGREEMENT and/or contract and any modifications thereof, including lumber used but not incorporated in said work, and for the rental or hire of vehicles, tools and other appliances and equipment furnished for our used in connection with said work, this obligation shall be void; otherwise it shall remain in full force and effect, subject however, to the following conditions:

1. A claimant is defined as one having a direct contract with the Principal or with a subcontractor of the Principal for labor, materials and/or equipment used or reasonably required for use in the performance of the said work, labor and materials being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the said AGREEMENT and/or Contract and any modifications thereof.

- 24 -

2. The above named Principal and Surety hereby jointly and severally agree with the Awarding Authority that every claimant as herein defined, who has not been paid in full before the expiration of a period of sixty (65) days after the date on which the last of such claimant’s work or labor was done or performed or materials or equipment were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due the claimant, and have execution thereon. The Awarding Authority shall not be liable for the payment of any costs or expenses of any such suit.

No suit or action shall be commenced here under by any claimant.

1. Unless claimant, other than one having a direct contract with the principal, shall have given written notice to any two of the following; The principal, the Awarding Authority, or the Surety above named, within sixty-five (65) days after such claimant did or performed the last of the work of labor, or furnished the last of the materials or equipment for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials or equipment were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Awarding Authority or Surety at any manner in which the said Work is located, save that such a service need not be made by a public officer:

2. After the expiration of one (1) year following the date on which the Principal ceased work on said AGREEMENT and/or Contract and any modifications thereof, it being understood, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof, such limitation shall be demeaned to be amended so as to be equal to the minimum period of limitation permitted by law.

3. Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the said work, or any part thereof, is situated, or in the United States district court for the district in which the said work, or any part thereof, is situated and not elsewhere.

The amount of this bond shall be reduced by and to extent of any payment of payments made in good faith here under, inclusive of the payment by Surety of mechanics; liens which may be filed or record against AGREEMENT and/or contract of said Work, whether or not claim for the amount of such lien be presented under and against this bond.

The surety, for value received, agrees further that not changes in, omissions from, or alterations, modifications or additions to the terms and provisions of said AGREEMENT and/or Contract or the Work to be performed there under, and that no extensions of time given or changes made in the manner or time of making payments there under, shall in any way affect the Surety’s obligations on this Bond, and the surety hereby waives notice of any changes, omissions, alterations, modifications, additions or extensions

- 25 -

IN TESTIMONY WHEREOF and said PRINCIPAL AND SURETY had hereunto set their hands and seals and caused these presents to be duly executed the day and year above written.

(Principal)

By: (Surety)

By:

- 26 -

Board of SelectmenPolicy Number Eleven

Insurance Requirements for Independent Contractors

I. PURPOSE:

To establish criteria regarding the satisfaction of insurance requirements for independent contractors. In the past and in the absence of insurance requirements, the Town has been held liable for the workers’ compensation insurance requirements and has been assessed a premium for this coverage. This policy has been exposed to risk from the actions of independent contractors. This policy will alleviate the exposure from this risk.

II. STATUTORY BACKROUND:

Mass. General Laws, Chapter 152, provides the statutory requirements for compliance to the Commonwealth’s workers’ compensation.

1. Commercial General Liability including Products/Completed Operations, with no exclusion for explosion, collapse and underground damage (xcu) and including Contractual Liability to support indemnification clause in this contract.

Combined Single Limit for Bodily Injury and Property Damage$1,000,000 Each Occurrence$2,000,000 Annual Aggregate

2. Automobile Liability (owned, non-owned and hired)$1,000,000 Each Occurrence

3. Umbrella Liability - The Board of Selectman reserves the right to waive or otherwise modify this requirement.

$1,000,000 Each Occurrence$1,000,000 Annual Aggregate

4. Workers Compensation Insurance including Waiver of SubrogationStatutory Benefits-State of HireEmployers Liability$500,000 Each Person for Injury by Disease$500,000 Policy Limit for Injury by Disease$500,000 Each Person for Injury by Accident

6. Coverage must be written with carriers rated as A or better by Best’s Rating Service or equivalent.

- 27 -

7. The certificate should name the Town of Sharon as additional insured for General Liability with respect to claims resulting from work performed by the contractor. The certificate should also indicate that in the event of cancellation of any of the policies, 30 days prior written notice of cancellation will be given to the Town of Sharon

D. Indemnity insurance

See page 7 of this bid regarding indemnification.

- 28 -

AFFIDAVIT OF COMPLIANCE

MASSACHUSETTS BUSINESS CORPORATION FOREIGN (non-Massachusetts)

CORPORATION

NON-PROFIT CORPORATION

I, , President Clerk of Name of Corporation

whose principal office is located

do hereby certify that the above named corporation has filed with the State Secretary all certificates and annual reports required by Chapter 156B, Section 109 (business corporation), by Chapter 181, Section 4 (foreign corporation), or by Chapter 180, Section 26A, (non-profit corporation) of the Massachusetts General Laws.

SIGNED UNDER THE PAINS AND PENALTIES OF PERJURY THIS day of , 2018 .

Signature of Responsible Corporate Officer

- 29 -

CERTIFICATE OF AUTHORITY(For Corporations Only)

, 2018 (current date)

At a meeting of the Directors of the duly called and(name of corporation)

held at on the day of

,20 , at which a quorum was present and acting, it was

VOTED, that the(name)

of this corporation, is hereby authorized and empowered to(office)

make, enter into, sign, seal and deliver in behalf of this corporation a contract for

(describe service)

with the Town of Sharon, and a performance bond and labor and materials bond in connection with said contract.

I do hereby certify that the above is a true and correct copy of the record, that said

vote has not been amended or replaced and is in full force and effect as of this date, and

that is the duly elected of(name) (office)

this corporation.

Attest:

(Affix Corporate Seal Here) Clerk (Secretary) of the Corporation

- 30 -

STATEMENT OF WAGE RATE COMPLIANCE

2018,

I, (Name of signatory party) (Title)

do hereby state:

That I pay or supervise the payment of the persons employed by

on the(contractors, subcontractors of public body)

(Building or Project)

and that all mechanics and apprentices, teamsters, chauffeurs and laborers employed on said project shall be paid in accordance with wages determined under the provision of (30§39M) of the General Laws.

Signature

Title

(Signed under penalties of perjury as provided for under Chapter 30§39M, General Laws)

Note: Statement to be completed by Contractor on Contractor’s letterhead.

- 31 -

STATEMENT OF INDEPENDENT CERTIFIEDPUBLIC ACCOUNTANT - (g. l. C. 30 39’R(C))

I, , an independent certified public accountant state that I have examined the statement of management of

on internal accounting controls, and express the following opinion.

1. The representations of management in response to the requirement of G. L. c 30, 39R paragraph (c) are consistent with the result of management’s evaluation of the system of internal account controls; and

2. Such representations of management are, in addition, reasonable with respect to transactions and assets in amounts which would be material when measured in relation to the applicant’s financial statements.

Signed:

Title:

Dated:

- 32 -

CONTRACTOR’S CERTIFICATION AS TO INTERNALACCOUNT CONTROLS (G. L. c. 30, 39R(c))

I, do hereby state:(name of signatory party) (title)

The system of internal accounting controls of this company and its subsidiaries reasonably assure the following:

1. transactions are executed in accordance with management’s general and specific authorization:

2. transactions are recorded as necessary

i. to permit preparation of financial statements in conformity with generallyaccepted accounting principals, and

ii. to maintain accountability for assets;

3. access to assets is permitted only in accordance with management’s general of specific authorization; and

4. the recorded accountability for assets is compared with the existing assets at reasonable intervals and appropriate action was taken with respect to any difference.

Signature

Title

Dated:

- 33 -

TOWN OF SHARON, MASSACHUSETTSDEPARTMENT of PUBLIC WORKS

Sharon Department of Public Works Refueling Area Canopy Project

NOTICE TO PROCEED

TO: DATE:

You are hereby notified to commence Work in accordance with the Agreement dated

, 2018 , on or before.

OWNER: Town of Sharon, MA

Department of Public Works:

BY:

TITLE:

ACCEPTANCE OF NOTICE

Receipt of the above Notice To Proceed

is hereby acknowledged by

this the day of , 2018

BY:

TITLE:

- 34 -

APPENDIX A:

TECHNICAL SPECIFICATIONS

SHARON DEPARTMENT OF PUBLIC WORKS REFUELING AREA CANOPY PROJECT

- 35 -

PROJECT DESCRIPTION

The canopy over the existing refueling area, at the Town of Sharon Department of Public Works site, was recently damaged in a motor vehicle collision. The existing canopy columns and overhead structure was damaged. The existing overhead structure has already been removed but the existing columns have not. The existing electrical connections have been deactivated and the only drainage was a gutter downspout connected to the existing columns. Downspouts have been removed from the existing columns as well.

The winning bidder will be responsible for removal of the existing columns and associated footings from the existing concrete gas pad area and the design, installation and construction oversight of new footings, columns and overhead canopy structure, as shown on attached plans. In the event that notes on the plans conflict with the bid document, the bid document will be the controlling document language to be utilized by the bidder.

The winning bidder will perform the following tasks:

1) Read and complete items in “Instructions to bidders” on page 2. Review plans and Prevailing Wage documents prior to bidding.

2) Remove existing columns and footings from the concrete refueling island

3) Bidders will have a Structural Engineer Registered in the State of Massachusetts design the footings and a Refueling Area Canopy in the configuration shown on the attached plans. The winning bidder may utilize the attached plans and verify the design or design their own plans, while maintaining the visual appearance and configuration. The winning bidder’s submitted plans shall be compliant with the Building, NFPA and other applicable local State and Federal codes. A Building Permit will be filed at no cost to the applicant with the Sharon Building Inspector and Deputy Fire Chief for approval.

4) The winning bidder will act as project manager and contractor or will hire a contractor and project manager for all footing and canopy construction/installation work.

5) Lighting and wiring will be the responsibility of the owner.

6) Canopy drainage downspouts or other above-ground drainage chosen must be incorporated in the design of the canopy.

7) The Town of Sharon reserves the right to reject any design it believes does not meet the building code requirements or does meet the quality level indicated on the attached plans.

8) The winning bidder is responsible for all aspects of footing and canopy design, installation and construction. All required hardware, fire extinguishers, concrete, footing forms and all other necessary components of construction of the footings, drainage and canopy are included in the lump sum price.

- 36 -

9) Bidders will assume 20 hours of change orders for a change order hourly rate. That rate times twenty hours will be added to the lump sum bid price in order to determine the low-bidder for the project.

PROJECT TECHNICAL SPECIFICATIONS FOR TFC OR EQUAL CANOPY

NOTE: The applicant may use any other vendor desired that meets the overall design and applicable local, state and federal code requirements for the structure and footing. The winning bidder will utilize the manufacturer’s installation requirements for the canopy they are specifying. The minimum specifications for the TFC canopy are listed below for comparison and as a minimum standard.

Pre-Engineered Structure TFC Canopy - A division of Centurion Industries, Inc. 1107 North Taylor Road; Garrett, IN 46738; (800)

832-3212; [email protected] ; www.TFCCanopy.com

METAL CANOPY SYSTEMS

PART 1 - GENERAL

1.1 SECTION INCLUDESA. Freestanding, pre-engineered metal canopies including structural steel framing, metal roof

panels, metal soffit deck panels, aluminum composite fascia panels, accessories and trim, and concrete foundation design.

1.3 REFERENCESA. ASTM International (ASTM)

1. ASTM E2950 – 14 – Standard Specification for Metal Canopy Systems2. ASTM A36/A36M – Specification for Carbon Structural Steel3. ASTM A325/A325M – Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength

B. American Institute of Steel Construction, Inc. (AISC): AISC 303 – Code of Standard Practice for Steel Buildings and Bridges.

C. American Society of Civil Engineers (ASCE): ASCE 7 – Minimum Design Loads for Buildings and Other Structures

D. American Welding Society (AWS): AWS D1.1 – Structural Welding Codes

E. American Concrete Institute (ACI): ACI 318 – Building Code Requirements for Structural Concrete and Commentary.

1.4 SYSTEM PERFORMANCE REQUIREMENTS

A. General: Provide a complete metal overhead canopy system, manufacturer's standard mutually dependent components and assemblies that form a metal overhead canopy system. The metal overhead canopy system must be capable of withstanding structural and other loads, thermally induced movement, and exposure to weather without failure. Include primary and secondary framing, roof and

- 37 -

wall panels, and accessories complying with requirements indicated, including those in this Article. Provide the design for concrete foundations to be installed by the General Contractor.

1. Nonmetallic, Shrinkage-Resistant Grout: Premixed, nonmetallic, noncorrosive, nonstaining grout containing selected silica sands, portland cement, shrinkage compensating agents, plasticizing and water-reducing agents, complying with ASTM C 1107, of consistency suitable for application, and with a 30-minute working time. Shrinkage-Resistant Grout to be provided and installed by the General Contractor.

B. Metal Overhead Canopy System Design: Of size, spacing, slope, and spans indicated, and as follows:1. Frame Type: Fixed Base Cantilevered Steel Tube Columns2. Clear Height: as indicated by nominal height on Drawings.3. Support Locations: as indicated on drawings.4. Roof System: Manufacturer's standard lap-seam roof panels.5. Secondary Frame Type: Manufacturer's standard.

C. Structural Performance: Provide metal canopy systems capable of withstanding the effects ofgravity loads and the following loads and stresses within limits and under conditions indicated:

6. Design Loads: As indicated on the drawings.7. Live Loads: See drawings8. Wind Loads: Include horizontal loads induced by a basic wind speed as required for the location of the project and per building code in effect for the project.9. Collateral Loads: Include additional dead loads other than the weight of overhead canopy system for permanent items.10.Load Combinations: Design metal canopy systems to withstand the most critical effects of load factors and load combinations.11.Deflection Limits: Based on Manufacturer standards

D. Seismic Performance: Design and engineer metal canopy systems capable of withstanding the effects of earthquake motions determined according to the building code in effect for this Project.

1.5 SUBMITTALS

A. Product Data: Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for each type of the following metal canopy system components:

12.Structural-framing system.13.Roof panels.14.Fascia panels15.Drainage System

B. Shop Drawings: For the following overhead canopy system components. Include plans, elevations, sections and details.

16.For installed components indicated to comply with design loads, include structural analysis data signed and sealed by the qualified professional engineer responsible for their preparation.17.Anchor-Bolt Plans: Include location, diameter, and projection of anchor bolts required to attach metal canopy to foundation.18.Structural-Framing Drawings: Show complete fabrication of primary and secondary framing. Indicate welds and bolted connections, distinguishing between shop and field applications. Include transverse cross-sections.

- 38 -

19.Roof Layout Drawings: Show layouts of panels on support framing, details of edge conditions, joints, panel profiles, corners, custom profiles, supports, anchorages, trim, flashings, closures, and special details. Distinguish between factory- and field-assembled work.20.Concrete footing details.

C. Samples for Initial Selection: Manufacturer's color charts showing the full range of colorsavailable for each type of the following products with factory-applied color finishes:Deck panels.

4. Fascia Panels

D. Product Certificates: Signed by manufacturers of metal canopy systems certifying that products furnished comply with requirements.

1. Letter of Design Certification: Signed and sealed by a qualified professional engineer. Include the following:

a. Name and location of Project.b. Name of manufacturer.c. Overhead Canopy dimensions, including width, length, and height.d. Indicate compliance with AISC standards for hot-rolled steel and AISI standards for cold-rolled steel, including edition dates of each standard.e. Governing building code and year of edition.f. Design Loads: Include dead load, roof live load, roof snow load, wind loads/speeds and exposure and seismic design category.g. Building-Use Category: Indicate category of building use and its effect on load importance factors.

E. Qualification Data: For firms and persons specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include lists of completed projects with project names and addresses, names and addresses of architects and owners, must have an annual audit and review of their quality assurance program, and other information specified.

F. Warranties: Submit warranty documents specified herein.

1.6 QUALITY ASSURANCE

A. Erector Qualifications: An erector with a minimum of five years of experienced who has specialized in erecting and installing work similar in material, design, and extent to that indicated for this Project and who is acceptable to manufacturer.

B. Professional Engineer Qualifications: A professional engineer who is legally qualified to practice in jurisdiction where Project is located and who is experienced in providing engineering services of the kind indicated. Engineering services are defined as those performed for installations of metal canopy systems that are similar to those indicated for this Project in material, design, and extent.

C. Manufacturer Qualifications: A minimum of twenty five years of experienced in manufacturing overhead canopy systems similar to those indicated for this Project and with a record of successful in-service performance.

5. Manufacturer to have an annual audit of its quality assurance program.6. Engineering Responsibility: Engineering analysis by a qualified professional engineer.

D. Welding: Qualified procedures and certified welding personnel according to the following:

7. Welding shall be in accordance to AWS D1.1, "Structural Welding Code Steel".

- 39 -

8. Steel Shop connections shall be welded and field connections shall be bolted (Unless otherwise noted in the drawings). Shop welds may be changed to field welds with the approval of the project engineer.9. Slag shall be cleaned from welds and prime painted with rust-inhibitive primer.

E. Source Limitations: Obtain pre-engineered metal canopy through one source from a single manufacturer who shall manufacture and install the canopy.

1.7 DELIVERY, STORAGE, AND HANDLING

C. Deliver components, sheets, panels, and other manufactured items so as not to be damaged or deformed. Package roof and wall panels for protection during transportation and handling.

D. Handling: Unload, store, and erect roof and wall panels to prevent bending, warping, twisting, and surface damage.

E. Stack materials on platforms or pallets, covered with tarpaulins or other suitable weather tight and ventilated covering. Store roof and wall panels to ensure dryness. Do not store panels in contact with other materials that might cause staining, denting, or other surface damage.

1.8 PROJECT CONDITIONS

A. Weather Limitations: Proceed with installation only when weather conditions permit roof and fascia panel installation to be performed according to manufacturer's written instructions and warranty requirements.

B. Coordinate size and location of concrete foundations and casting of anchor-bolt inserts into foundation walls and footings. Concrete, reinforcement, and formwork requirements are specified in Division 3 Section "Cast-in-Place Concrete."

C. Field Measurements: The Contractor shall verify locations and elevations of footings relative to finish grade prior to fabrication of columns and other canopy components.

1. Established Dimensions: The Contractor will, where field measurements cannot be made, establish dimensions and proceed with fabrications of metal canopy without field measurements. Contractor is responsible to coordinate footer locations and elevations with any interferences with or attachments to abutting structures.

D. Site Conditions: Must meet manufacturer’s Required Job Site Conditions for Installation.

10. Anchor bolts must be installed per erection drawings. Footings need to be free of debris and anchor bolt threads undamaged11. All work surfaces must be even with no exposed product lines.

1 . 9 W A RRA NT Y

F. General Warranty: Special warranties specified in this Article shall not deprive Owner of other rights. Owner may have under other provisions of the Contract Documents and shall be in addition to, and run concurrent with, other warranties made by Contractor under requirements of the Contract Documents.

1. Warranty Period: One year from date of Substantial Completion.

G. Special Warranty on Panels: Written warranty, executed by manufacturer agreeing to repair or replace roof and fascia panels that fail in materials or workmanship within specified warranty period.

1. Warranty Period: One year from date of Substantial Completion.H. Special Warranty on Panel Finishes: Written warranty, signed by manufacturer agreeing to repair finish or replace metal panels that show evidence of deterioration of factory-applied finishes within

- 40 -

specified warranty period. Deterioration of finish includes, but is not limited to, color fade, chalking, cracking peeling, and loss of film integrity.

1. Warranty Period for Roof Panels: 10 years from date of Substantial

Completion. PART 2 – PRODUCTS

2.1 MANUFACTURERS OR EQUAL

A. Available Manufacturer’s: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

1. TFC Canopy - A division of Centurion Industries, Inc. 1107 North Taylor Road; Garrett, IN 46738; (800) 832-3212; [email protected] ; www.TFCCanopy.com

2.2 MATERIALS

B. Structural-Steel Shapes: ASTM A 992/A 992M 50.0 ksi minimum yield strength.

C. Steel Plate, Bar, or Strip: ASTM A 529/A 529M; 50.0 ksi minimum yield strength.

D. Structural square HSS tube steel: A500 grade B; 46.0 ksi minimum yield strength.

E. Structural round HSS tube steel: A500 grade B; 42.0 ksi minimum yield strength

F. Zinc-Coated (Galvanized) Steel Sheet: ASTM A 653/A 653M, Grade 40, with G60 (Z180) coating designation.

G. Metallic-Coated Steel Sheet Pre-painted with Coil Coating: Steel sheet metallic coated by the hot dip process and pre-painted by the coil-coating process to comply with ASTM A 755/A 755M and the following requirements:

1. Zinc-Coated (Galvanized) Steel Sheet: ASTM A 653/A 653M, Grade 40, with G60 (Z180) coating designation.

H. High-Strength bolt assemblies: ASTM A 325/ASTM A 325M, Type 1. 1.

Finish: Uncoated.

I. Anchor Rod assemblies: ASTM F1554, Grade 55.

1. Finish: Uncoated.

J. Primers: As selected by manufacturer for resistance to normal atmospheric corrosion, compatibility with finish paint systems, capability to provide a sound foundation for field-applied topcoats as follows:

1. Primer: Manufacturer's standard, lead- and chromate-free, non-photochemically reactive, rust-inhibiting primer.

2.3 DECK MATERIALS

A. Metallic-Coated Steel Sheet Pre-painted with Coil Coating: Steel sheet metallic coated by the hot dip process and pre-painted with polyester paint and compatable primer on the face side

- 41 -

and wash coat on the back side by the coil-coating process to comply with ASTM A 755/A 755M and the following requirements:

12. Zinc-Coated (Galvanized) Steel Sheet: ASTM A 653/A 653M, G60 (Z180) coating designation; Grade 50.13. Surface: Smooth, flat, mill finish.

2.4 FABRICATION, GENERAL

A. General: Design components and field connections required for erection to permit easy assembly and disassembly.

14. Mark each piece and part of the assembly to correspond with previously prepared erection drawings, diagrams, and instruction manuals.15. Fabricate framing to produce clean, smooth cuts and bends. Punch holes of proper size, shape, and location. Cold-formed members shall be free of cracks, tears, and ruptures.

B. Primary Framing: Shop-fabricate framing components to indicated size and section with base plates, bearing plates, stiffeners, and other items required for erection welded into place. Cut, form, punch, drill, and weld framing for bolted field assembly.

16. Make shop connections by welding or by using high-strength bolts.17. Brace compression flange of primary framing by angles connected between frame web and purlin or girt, so flange compressive strength is within allowable limits for any combination of loadings.18. Shop Priming: Prepare surfaces for shop priming according to SSPC-SP 2. Shop prime primary structural members with specified primer after fabrication.

C. Secondary Framing: Shop-fabricate framing components to indicated size and section by roll forming or break-forming, with base plates, bearing plates, stiffeners, and other plates required for erection welded into place. Cut, form, punch, drill, and weld secondary framing for bolted field connections to primary framing.

19. Make shop connections by welding or by using non-high-strength bolts.20. Shop Priming: Prepare surfaces for shop priming according to SSPC-SP 2. Shop prime secondary structural members with specified primer after fabrication.

2.6 STRUCTURAL FRAMING

I. Canopy Framing: Manufacturer’s standard structural-framing system, designed to withstand required loads, fabricated from shop-welded, built-up steel plates or structural-steel shapes. Provide frames with attachment plates and splice members, factory drilled for field-bolted assembly.

J. Bracing: Provide lateral bracing as follows:

1. Fixed-Base Columns: Fabricate from shop-welded, built-up steel plates or structural-steel shapes to match primary framing; of size required to withstand design loads.

2.7 ROOF PANELS

K. 20 gauge x 16” wide x 3” smooth or embossed steel panels.

L. Roof Panel Accessories: Provide components required for a complete roof panel assembly including trim, coping, corner units, clips, seam covers, battens, flashings, gutters, sealants,

fillers, closure strips, and similar items. Match materials and finishes of roof panels, unless otherwise indicated.

- 42 -

C. Panels shall have a finish side coated with a full coat of Silicone Modified Polyester (SMP) paint baked on over a polyester primer. Reverse side shall be protected by a white wash coat baked on over a polyester primer.

2.8 COMPOSITE METAL FASCIA PANELS

M. Manufacturer: Mitsubishi Chemical America, Inc., Composite Materials Division.

1. Contact: 401 Volvo Parkway, Chesapeake, VA 23320; Telephone (800)422-7270; Fax: (757) 436-1896; E-mail: [email protected]; www.Alpolic-usa.com .

N. Proprietary Product: ALPOLIC Composite Metal Panels.

1. Standard Core ALPOLIC Composite Metal Panels.

O. Substitutions: No substitutions permitted.

P. Composite metal fascia panel materials.

1. Composite Metal Panels:

a. Core: Thermoplastic material that meets performance characteristics specified when fabricated into composite assembly.

b. Face Sheets: Aluminum alloy 3105 H14, 0.020 inch (0.51mm) thick and as follows: [Choose coil or spray as applicable to quantity].

i. Coil coated with a fluropolmer paint finish that meets or exceeds values expressed in AAMA 2605 where relevant to coil coatings.

c. Bond Integrity: Tested for resistance to delamination as follows:

i. Bond Strength (ASTM C297): 1500 psi (10.3 MPa) Minimum.ii. Peel Strength (ASTM D1781): 22 in-lb/in (100 N-m/m) Minimum.iii. No degradation in bond performance after 8 hours of submersion in boiling water and after 21 days of immersion in water at 70 degrees F (21 degrees C).

d. Fire Performance:

iv. Flame spread (ASTM E84): 5 Maximum.v. Smoke Developed (ASTM E84): 15 Maximum.vi. Comply with UL 879vii. V-O Rating: Comply with UL94.

2. Production Tolerances:

a. Width: +/- 0.04 inch/3 feet (1mm/m).b. Length: +/- 0.04 inch/3 feet (1mm/m).c. Thickness 3mm panel: +/- 0.008 inch (0.2mm).d. Bow: Maximum 0.5% Length or width.e. Squareness: Maximum 0.2 inch (5.1mm).f. Edges of sheets shall be square and trimmed with no displacement of aluminum sheets or protrusion of core material.

- 43 -

3. Panel Thickness: 3mm

E. Composite metal fascia panels accessories

21. General: Provide fabricator’s standard accessories, including fasteners, clips, anchorage devices and attachments.22. Attach fascia panel to structural frame with a cold formed channel.

PART 3 - EXECUTION

3.1 PREPARATION

Q. Clean substrates of substances, including oil, grease, rolling compounds, incompatible primers, and loose mill scale that impair bond of erection materials.

R. Surface Preparation: Clean and prepare surfaces to be painted according to manufacturer's written instructions for each particular substrate condition and as specified.

3.2 ERECTION OF STRUCTURAL STEEL

A. Erect metal canopy system according to manufacturer's written instructions and erection drawings.

B. Do not field cut, drill, or alter structural members without written approval from metal canopy system manufacturer's professional engineer.

C. Set structural framing in locations and to elevations indicated and according to AISC specifications referenced in this Section. Maintain structural stability of frame during erection.

D. Base plates and Bearing Plates: Clean concrete and masonry bearing surfaces of bond-reducing materials and roughen surfaces before setting base plates and bearing plates. Clean bottom surface of base plates and bearing plates.

23. Set base plates and bearing plates for structural members on leveling nuts.24. Tighten anchor bolts after supported members have been positioned and plumbed.25. Pack grout solidly between bearing surfaces and plates so no voids remain. Finish exposed surfaces, protect installed materials, and allow to cure. Shrinkage-Resistant Grout to be provided and installed by the General Contractor.

a. Comply with manufacturer's written instructions for proprietary grout materials.

E. Align and adjust framing members before permanently fastening. Before assembly, clean bearing surfaces and other surfaces that will be in permanent contact. Make adjustments to compensate for discrepancies in elevations and alignment.

26. Level and plumb individual members of structure.27. Establish required leveling and plumbing measurements on mean operating temperature of structure. Make allowances for difference between temperature at time of erection and mean temperature at which structure will be when completed and in service.

F. Primary Framing: Erect framing true to line, level, plumb, rigid, and secure. Level base plates to a true even plane with full bearing to supporting structures, set with double-nutted anchor bolts. Use grout to obtain uniform bearing and to maintain a level base-line elevation.

1. Make field connections using high-strength bolts. Tighten bolts by turn-of-the-nut method.

- 44 -

G. Secondary Framing: Erect framing true to line, level, plumb, rigid, and secure. Fasten secondary framing to primary framing using clips, non-high-strength bolts, and or screws as indicated on manufacturers erection drawings.

A. Bracing: Install bracing in roof where indicated on manufacturers erection drawings. 3.3

ROOF PANEL INSTALLATION

A. General: Provide roof panels of full length when possible.

1. Field cutting by torch is not permitted.2. Rigidly fasten eave end of roof panels and allow ridge end free movement due to thermal expansion and contraction.3. Flash and seal roof panels with weather closures at eaves, rakes, and at perimeter of all openings. Fasten with self-drilling and tapping screws.4. Install screw fasteners with power tools having controlled torque adjusted to tighten without damaging screw threads, or panels.5. Use manufacturer supplied fasteners for exterior applications6. Locate and space fastenings in true vertical and horizontal alignment.

B. Deck Panels: Fasten roof panels to purlins with clip system that requires no “Thru Panel” fasteners.1. “Deck Clips” must be tested and rated to meet the most critical effects of load factors

and load combinations.

3.4 ACCESSORY INSTALLATION

B. General: Install gutters, downspouts, and other accessories according to manufacturer's written instructions, with positive anchorage and weather tight mounting. Coordinate installation with flashings and other components.

C. Flashing and Trim: Comply with performance requirements, manufacturer's written installation instructions. Provide for thermal expansion of metal units; conceal fasteners where possible, and set units true to line and level as indicated. Install work with laps, joints, and seams that will be permanently watertight and weather resistant.

7. Install exposed flashing and trim that is true to line and levels indicated, with exposed edges folded back to form hems. Install sheet metal flashing and trim to fit substrates resulting in waterproof and weather-resistant performance.

8. Separations: Separate metal from incompatible metal or corrosive substrates by coating concealed surfaces, at locations of contact, with asphalt mastic or other permanent separation as recommended by manufacturer.

3.5 COMPOSITE METAL FASCIA PANELS INSTALLATION

A. General: Install aluminum composite panels, and other accessories according to manufacturer’s written instructions.

1. Install panels plumb, level and true, in compliance with fabricator’s recommendations.2. Anchor panels securely in place, in accordance with fabricator’s approved shop drawings.3. Comply with fabricator’s instructions for installation of concealed fasteners and with provisions of Section 07900 for installation of joint sealants.

4. Installation Tolerances: Maximum deviation from horizontal and vertical alignment of installed panels: .025 inch in 20 feet (6.4mm in 6.1m), noncumulative.

3.6 ERECTION AND LOCATION TOLERANCES

A. Structural-Steel Erection Tolerances: Comply with erection tolerance limits of AISC 303-05, "Code of Standard Practice for Steel Buildings and Bridges."

3.7 CLEANING AND PROTECTION

A. Touchup Painting: Immediately after erection, clean, prepare, and prime or re-prime welds, bolted connections, and abraded surfaces of prime-painted primary and secondary framing, accessories, and bearing plates.

21.Clean and prepare surfaces by hand-tool cleaning, SSPC-SP 2, or power-tool cleaning, SSPC-SP 3.22.Apply compatible primer of same type as shop primer used on adjacent surfaces.

B. Touchup Painting: Cleaning and touchup painting of field welds, bolted connections, and abraded surfaces of shop-painted primary and secondary framing, accessories, and bearing plates are included in Division 9 Section "Painting."

C. Roof and Wall Panels: Remove temporary protective coverings and strippable films, if any, as soon as each panel is installed. On completion of panel installation, clean finished surfaces as recommended by panel manufacturer and maintain in a clean condition during construction.

1. Replace panels that have been damaged or have deteriorated beyond successful repair by finish touchup or similar minor repair procedures.

END OF SECTION

- 2 -

AERIAL VIEW OF CANOPY AREA

- 3 -

- 4 -

EXISTING REFUELING AREA

- 5 -

APPENDIX BPREVAILING WAGE SHEETS

FOR DEPARTMENT OF PUBLIC WORKS REFUELING

AREA CANOPY PROJECT

(See separate electronic file)

- 6 -