ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport

Similar documents
SECTION CANOPIES. Display hidden notes to specifier. (Don't know how? Click Here) Copyright ARCAT, Inc. - All rights reserved

Main Building Auditorium

ST. JOHNS COUNTY ARCH. PROJ. NO SECTION PREFABRICATED ALUMINUM CANOPIES PART 1 - GENERAL 1.1 RELATED DOCUMENTS

A. The extent of extruded aluminum walkway covers is shown on the Drawings and as specified herein.

Corium Brick Rainscreen System Specifications

Louis Armstrong New Orleans International Airport NOAB Project # North Terminal Development Program Phase 1

SECTION TURBINE VENTILATORS

GUIDE SPECIFICATIONS CURA ADJUSTABLE REROOF FRAMING SYSTEMS SECTION REROOFING ADJUSTABLE FRAMING SYSTEM

BID PROPOSAL. For the Construction of: JEMEZ SPRINGS WATER TANK REHABILITATION TABLE OF ARTICLES. Page Article 1 Bid Recipient...

Specifications for FL-100 Soffit Panel

SECTION EXPANSION CONTROL

SECTION PANEL AND POST AND PYLON SIGNAGE. 1. Non-illuminated Panel and Post signs. 2. Internal illumination Pylon (Cabinet and Post) signs.

Finance & Technology Administrator (815) ext 223

SECTION METAL ROOF PANELS

SECTION PRE-ENGINEERED MEMBRANE STRUCTURE

SECTION BASIC ELECTRICAL MATERIALS AND METHODS

SPECIFICATION SECTION 05515: LADDERS O Keeffe s Aluminum Ladders

DUGOUT MODEL (4 POST) 10 x 24 SPECIFICATIONS

SECTION HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS

SECTION LAGUNA SERIES TOP HUNG SLIDING DOOR SYSTEM

City of Port Orange Adult Activity Center Remodeling SSA Project No Volusia County, Florida October 8, 2009

SECTION MANUFACTURED ROOF EXPANSION JOINTS

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

SECTION ORNAMENTAL ALUMINUM RAILING. ** NOTE TO SPECIFIER ** Superior Aluminum Products, Inc.; Ornamental aluminum railing products.

STATE UNIVERSITY CONSTRUCTION FUND. UNIVERSITY CON DIRECTIVE 5-1 Issue date: October 2014

PIPE AND TUBE RAILINGS

SECTION [ ] COILING COUNTER DOORS. Display hidden notes to specifier. (Don't know how? Click Here)

Quality Control and Quality Assurance for Installation of Steel Deck

SIERRA MODEL 12 X 24 SPECIFICATIONS

PRESTON HEALTH SERVICES ARCHITECT'S NO. 2700

Highlands Housing Authority


SECTION CRL50 AND CRL51 HEAVY GLASS TOP HUNG SLIDING DOOR SYSTEMS

A. Drawings and general provisions of the Contract, including General Conditions Specification Sections, apply to this section.

SECTION STRUCTURAL RETROFIT ROOF SUB-FRAMING SYSTEM

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

PRE-ENGINEERED METAL BUILDING SYSTEM

SECTION EXTERIOR GRILLS AND SCREENS

A. Access doors and frames are part of an access door and frame allowance.

SECTION MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS

SECTION COMPOSITE METAL WALL PANEL SYSTEM (Accu-Trac Low Profile DS)

SECTION FIBERGLASS REINFORCED POLYMER (FRP) PANELS

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

SECTION CLIMBING WALLS

DBI-SALA Uni 8 Overhead Horizontal Lifeline Cable System SECTION HORIZONTAL FALL PROTECTION - OVERHEAD CABLE

SECTION RADIO FREQUENCY SHIELDING ENCLOSURE RF Welded System

02800 SHADE STRUCTURES

SECTION SLOPED TRANSLUCENT METAL SKYLIGHT SYSTEM

Signature Series 5 Lap SECTION ALUMINUM WINDOWS

A. Types of lightgauge metal framing units include the following: 1. C-shaped structural steel studs Uniform Building Code.

SECTION ALUMINUM WINDOWS

SECTION ACOUSTICAL PANEL CEILINGS PART 1 - GENERAL

SECTION CONCRETE ROOF TILE

SECTION ACOUSTICAL PANEL CEILINGS

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

BEARING METAL STUD FRAMING

CANTILEVER RACK SPECIFICATIONS PART 1 GENERAL 1.1 SCOPE 1.2 APPROVED MANUFACTURER 1.3 REGULATORY ORGANIZATIONS AND GROUPS 1.4 QUALITY ASSURANCE

Project Address: Name of Person Completing Form:

1. Decks, balconies, and sun porches 2. Walkways, ramps, and stairways 3. Patios and courtyards

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom

INVITATION TO BID CITY OF HOPKINSVILLE

SECTION GUTTERS AND DOWNSPOUTS

SECTION ROOF PEDESTAL PAVER SYSTEM

SECTION THERMOPLASTIC POLYOLEFIN (TPO) ROOFING PART 1 - GENERAL 1.1 RELATED DOCUMENTS

Addendum No. 1 Page 1 of 2

Scott Eagle Attack Thermal Imaging Camera

SPECIFICATIONS SECTION FLOOD CONTROL GATES. A. ASTM C 39 - Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens.

This guide can be used to prepare a specification for incorporating free standing jib cranes into a competitively bid construction project.

SECTION PREFABRICATED PIPE BRIDGE(s)

May 8, 2017 ADDENDUM #1. IFB Resin Floor System For Highway Department Central District Building

Scope of Work Bid Package C-3 - West Precast Concrete

SECTION HVAC GRAVITY VENTILATORS

March 6, Subject: Addendum No. 2 Invitation for Bid No Toyota Park Transit Center Phase II. Ladies and Gentlemen:

Guideline Specifications

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

Specifiers: Click on the icon in the WORD toolbar to reveal detailed instructions

ADDENDUM No. 6. ITB No. 4424: W.R. Wheeler (Swift Run) Service Center PUD Non-motorized Improvements Phase 1

GUIDE SPECIFICATION EXETER SECURITY SHIELD SECURITY WINDOW BARRIER SYSTEM

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

COMPLETE REVISION June Process Industry Practices Architectural. PIP ARS08390 Blast Resistant Doors, Frames, and Related Hardware Specification

A. Submit the following in addition to the standard requirements.

Attachment A-Flagpole(s) Specifications

SL150 Guide Specification

SECTION COPPER WALL PANELS. ***This section has been updated to IBC. Verify for specific project conditions.***

ACOUSTICAL WALL TREATMENT SECTION 09840

Series - 1

SECTION ELEVATED BLEACHERS (Angle Frame Semi-Closed Deck)

SECTION RADIATION SHIELDING ENCLOSURE Low Intensity Radiation Protection

UNIVERSITY SERVICES ANNEX James Madison University Harrisonburg, Virginia State Project Code: Architect s Project Number:

ALL-ALUMINUM DOOR & WINDOW FRAMING

WALL MOUNTED ARTICULATING JIB CRANE

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

B. Polyethylene samples shall be submitted for Owner approval of color and quality.

A. Product Data: For each type of deck, accessory, and product indicated.

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

B. Shop Drawings: For metal lockers. Include plans, elevations, sections, details, and attachments to other work.

A. Section Metal Decking. (05300 in MF95) B. Section Cold Formed Metal Framing. (05400 in MF95)

Page 1 of 5

Transcription:

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS Replace Aboveground Fuel Tanks Saint Clair County MidAmerica Saint Louis Airport DATE: August 26, 2015 BIDS CLOSE: September 14, 2015, at 2:30 p.m., Local Time TO ALL BIDDERS BIDDING ON THE ABOVE PROJECT: The Project Manual of Replace Aboveground Fuel Tanks, Solicitation Number 2015-12 is revised as follows. Addendum No. 1 becomes a part of the Contract Document. The General Table of Contents is revised to represent the changes below and is attached to this Addendum. Due to the addition of the additive alternate, Contractors are permitted an additional site visit. Contact Alice Tejada at 618.566.5321 or alice.tejada@flymidamerica.com to schedule the site visit. I. The following are revisions to the Advertisement to Bid: 1. Page AB-1, Paragraph entitled "TIME AND PLACE OF BID OPENING", delete the words "1 st day of September 2015," and replace with the words, "14 th day of September 2015". II. The following are revisions to the Bid Form: 1. Delete "BID FORM" in its entirety and replace with the "BID FORM" attached to this Addendum. III. The following are revisions to the Agreement: 1. Page 3, Article 2, delete the words Fifty-six (56) calendar days and replace with the words Seventy (70) calendar days. IV. The following are revisions to the Specifications: 1. Add the attached SECTION 01230 ALTERNATE BID ITEMS, as a new section to the Specifications. 2. Add the attached SECTION 10538 PRE-ENGINEERED FREE STANDING CANOPY, as a new section to the Specifications. 3. The following revisions shall be made to SECTION 11500 FUEL STORAGE AND DISPENSING UNITS: A. Page 11500-2, Subparagraph 1.06.A, add the following sentence: "The entire system shall be warranted for no less than one year from the date of substantial completion." B. Page 11500-2, Subparagraph 2.02.A, add the following as subparagraph 2.02, A, 14: Tanks shall be shop coated with no less than one coat of primer and one coat of enamel paint. Coatings shall be resistant to the contents of the tanks. V. The following are revisions to the Drawings: 1. None. Replace Aboveground Fuel Tanks ADD 1-1 MidAmerica St Louis Airport

VI. The following are revisions to the Appendix: 1. None. VII. Any revisions to any of the Contract Documents made by this Addendum shall be considered as the same revision to any and all related areas of the Contract Documents not specifically called out in this Addendum. VIII. The Bidder shall acknowledge receipt of this Addendum by inserting the date and number in the spaces provided in the BID FORM. MidAmerica St Louis Airport Department of Engineering & Planning 9768 Airport Blvd Mascoutah, IL 62258-5500 Phone: 618.566.5321 Fax: 618.566.5324 END OF ADDENDUM NO. 1 Replace Aboveground Fuel Tanks ADD 1-2 MidAmerica St Louis Airport

GENERAL TABLE OF CONTENTS SECTION PAGE NO. DIVISION 0 - BIDDING AND CONTRACT REQUIREMENTS ADVERTISEMENT TO BID... AB-1 to AB-1 INSTRUCTIONS TO BIDDERS... IB-1 to IB-4 BID FORM... B-1 to B-3 AGREEMENT & GENERAL CONDITIONS (AIA DOCUMENT A105)... 1 to 10 SUPPLEMENTARY CONDITIONS... SC-1 to SC-5 DIVISION 1 - GENERAL REQUIREMENTS SECTION 01110 SUMMARY OF WORK... 01110-1 to 01110-4 SECTION 01230 ALTERNATE ITEMS... 01230-1 to 01230-1 SECTION 01340 SUBMITTALS... 01340-1 to 01340-5 SECTION 01788 PROJECT RECORD DOCUMENTS... 01788-1 to 01788-2 DIVISION 2 - SITEWORK SECTION 02222 DEMOLITION... 02222-1 to 02222-2 DIVISION 10 - SPECIALTIES SECTION 11500 PRE-ENGINEERED FREE STANDING CANOPY... 10538-1 to 10538-4 DIVISION 11 - EQUIPMENT SECTION 11500 FUEL STORAGE AND DISPENSING UNITS... 11500-1 to 11500-5 APPENDIX APPENDIX A STANDARD INSURANCE CERTIFICATE REQUIREMENTS... App A-1 to App A-2 APPENDIX B SUBCONTRACTORS LIST... App B-1 to App B-1 DRAWINGS See cover sheet. SOLICITATION NO 2015-12 A1- TABLE OF CONTENTS

BID FORM BIDS TO BE OPENED: 2:30 p.m. (local time), September 14, 2015 PROJECT IDENTIFICATION: MidAmerica St. Louis Airport Saint Clair County, Illinois Solicitation No 2015-12 Name of Bidder THIS BID IS SUBMITTED TO: County of St. Clair, Illinois MidAmerica St. Louis Airport Department of Engineering & Planning 9768 Airport Blvd Mascoutah, IL 62258 (hereinafter called OWNER) 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents to complete all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Bid and in accordance with the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Advertisement to Bid and the Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. This Bid will not be withdrawn for the period of time specified in the Advertisement to Bid after the day of Bid opening. The Bidder will sign the Agreement within 10 days after the date of OWNER'S Notice of Award and submit the Bonds and other documents required by the Contract Documents. 3. In submitting this Bid, the Bidder represents, as more fully set forth in the Agreement, that: a. The Bidder has examined copies of all the Bidding Documents and hereby acknowledges receipt of all which is hereby listed: Date Number b. Bidder has examined the site and locality where the Work is to be performed, the legal requirements (federal, state and local laws, ordinances, rules, and regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations as a reasonable and prudent Bidder deems necessary; c. This Bid is genuine and not made in the interest or on behalf of any undisclosed person, firm or corporation; and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; the Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; the Bidder has not solicited or induced any person, firm or a corporation to refrain from Bidding; and the Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER; and DIVISION 0 SOLICITATION NO 2015-12 A1-B-1

d. Bidder is not barred from bidding on the contract as a result of a conviction for either bid-rigging or bid rotating under the provisions contained in Sections 33 E-3, 33 E-4, and 33 E-11 of the Criminal Code of 1961 and Section E-4 of the Illinois Revised Statutes. 4. Bidder will complete the Work for the following price(s): LUMP SUM CONTRACT PRICE (Written) Dollars ($ ). (Figures) ALTERNATES - Include the following alternates as described in Section 01230: Alternate 1 Add For Free Standing Canopy Add (Written) Dollars ($ ). (Figures) 5. Bidder agrees that the Work on this Contract will begin as set forth in the Agreement and be substantially completed within 70 calendar days after the date when the Contract Time commences to run and completed and ready for final payment in accordance with Paragraph 12.6 of the General Conditions on or before the time set forth in the Certificate of Substantial Completion. The Bidder accepts the provisions of the Supplementary Conditions as to liquidated damages in the event of failure to complete the Work on time. OWNER reserves the right to reject any Bid for Contract in which all of the items in the Bid are not properly completed. 6. The following documents are attached to and made a condition of this Bid: a. Provide basic information on the proposed manufacturer and model of the free standing canopy. Information not to exceed 5 pages. 7. Communications to the Contractor concerning this Bid shall be addressed to the Bidder as indicated below: Name of Individual: Address: State: Telephone No.: E-mail Address: 8. The terms used in this Bid are defined in the General Conditions. SUBMITTED on, 20. CONTRACTOR'S LICENSE NO. (If required by state or municipal law) DIVISION 0 SOLICITATION NO 2015-12 A1-B-2

I hereby certify that as Bidder I/we have examined and carefully prepared this Bid from the Bidding Documents and have checked the same in detail before submitting this Bid, and that all statements herein are made on behalf of: An Individual: By (Written) doing business as Business address: (Individual's Name) (Firm Name) Phone No.: A Partnership: By (Firm Name) By (Written) Business address: (General Partner) A Corporation: By Phone No.: By (Written) (Title) Attest (Written) Business address: (Corporation Name) (State of Incorporation) (Name of Person Authorized to Sign) (Corporate Seal) (Secretary) Phone No.: A Joint Venture: By (Written) By (Written) (Name) (Address) (Name) (Address) (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above). Sworn and subscribed to before me this day of, 20. Notary or other officer authorized to administer oaths My commission expires: (Bidders shall not add any conditions or qualifying statements to this Bid as Bid may be declared irregular as being not responsive to the advertisement. BIDDERS SHALL USE THIS BID FORM IN SUBMITTING THEIR BIDS. DIVISION 0 SOLICITATION NO 2015-12 A1-B-3

SECTION 01230 ALTERNATE BID ITEMS PART 1 - GENERAL 1.01 SUMMARY A. This section includes administrative and procedural requirements governing Alternates. 1.02 DEFINITIONS A. Alternate is amount proposed by Bidder and stated on Bid Form for certain work defined in Bidding Requirements that may be added to or deducted from Contract Price if OWNER decides to accept corresponding change in either amount of construction to be completed, or in materials, equipment, or installation methods described in Contract Documents. B. Cost or credit for each alternate is net addition or deduction from Contract price to incorporate Alternate into Work. No other adjustments will be made to Contract Price. 1.03 PROCEDURES A. Coordination: 1. Modify or adjust affected adjacent work as necessary to completely and fully integrate work of Alternate into Project. 2. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for complete installation whether or not indicated as part of Alternate. B. Execute accepted alternates under same conditions as other work of Contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.01 DESCRIPTION OF ALTERNATES A. Alternate 1: Free Standing Canopy 1. Add for furnishing and installing a pre-engineered free standing canopy to protect the new tanks as specified in Section 10538. 2. The canopy must include any necessary adjustments to the tanks (venting, etc) to provide a complete and usable facility. 3. As noted on the bid form, bidder to supply basic information on the proposed manufacturer and model of the free standing canopy with their bid. Information not to exceed 5 pages. * * * END OF SECTION * * * SOLICITATION NO. 2015-12 A1-01230-1 SPECIFICATIONS DIVISION 1- GENERAL REQUIREMENTS

SECTION 10538 PRE-ENGINEERED FREE STANDING CANOPY PART 1 - GENERAL 1.01 SUMMARY A. This section includes all labor, equipment, and materials to furnish and install a freestanding, preengineered metal canopy. B. Work includes demolition, concrete foundations, steel framing, metal roof, roof drains and leaders, fascia components, and metal ceiling and accessories. C. The purpose of the pre-engineered free standing canopy is to protect the new tanks. D. The canopy must be of a dimension no less than that required to cover both fuel tanks, dispensers, etc. and height must be that as necessary to allow filling of the tanks and meet all codes. Contractor to determine canopy dimensions based on proposed tank layout and dimensions. It is assumed a canopy would be approximately 50 x 20. E. Price for the canopy must include any necessary demolition as well as adjustments to the tanks (venting, etc) to provide a complete and usable facility. F. Canopy may be designed to match roof pitch of existing vehicle shed such that canopy drains away from the parking lot. If so, gutters and downspouts may be avoided. 1.02 CODE A. The codes and specifications listed below will be referenced in the design and fabrication of the canopy system. 1. Saint Clair County Building Code 2. International Building Code (IBC), 2003 3. American Institute of Steel Construction, Inc. (AISC): AISC 360 - Specification for Structural Steel Buildings (copyrighted by AISC, ANSI approved). 4. American Society of Civil Engineers (ASCE): ASCE 7 - Minimum Design Loads for Buildings and Other Structures (copyrighted by ASCE, ANSI approved). 5. American Welding Society (AWS): AWS D1.1 - Structural Welding Code - Steel (copyrighted by AWS, ANSI approved). 6. ASTM International (ASTM): a. ASTM A 36/A 36M - Standard Specification for Structural Steel. 7. National Association of Architectural Metal Manufacturers (NAAMM): NAAMM MFM - Metal Finishes Manual. 8. National Fire Protection Association (NFPA): NFPA 70 - National Electrical Code (copyrighted by NFPA, ANSI approved) - hereinafter referred to as NEC. 1.03 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide pre-engineered canopies capable of withstanding the effects of gravity loads and the following loads and stresses within limits and under conditions indicated for the specific location where Canopy will be installed: 1. Uniform pressure as indicated on drawings - minimum design wind load per ASCE 7, CH. 6. B. Thermal Movements: Provide pre-engineered canopies that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing SOLICITATION NO. 2015-12 A1-10538-1 SPECIFICATIONS DIVISION 10- SPECIALTIES

buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change (Range): 120 degrees F (67 degrees C), ambient; 180 degrees F (100 degrees C), material surfaces. 1.04 SUBMITTALS A. General: Submit under provisions of Section 01340 - Submittal Procedures. B. Product Data: Submit manufacturer's data sheets on each product to be used, including: 1. Construction details, material descriptions, dimensions of individual components and profiles, and finishes. C. Shop Drawings: Submit shop drawings. Include plans, elevations, sections, details, and attachments to other work. Canopy supplier shall furnish complete canopy drawings signed and sealed by a professional engineer licensed in the state where the canopy shall be installed. D. Foundation Shop Drawings: Submit shop drawings indicating foundation design. Contractor shall furnish complete foundation drawings signed and sealed by a professional engineer licensed in the state where the canopy shall be installed. E. Samples: 1. Submit samples for initial color selection. Submit samples of each specified finish. Submit samples in form of manufacturer's color charts showing full range of colors and finishes available. Where finishes involve normal color variations, include samples showing the full, range of variations expected. F. Certificates: Submit product certificates signed by the manufacturer certifying material compliance with specified performance characteristics and criteria, and physical requirements. G. Warranty Data: Submit warranty documents specified herein. 1.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Company specializing in engineering and manufacturing pre-engineered canopies with a minimum documented experience of twenty years. B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NEC, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use. C. Source Limitations: Obtain pre-engineered metal canopy through one source from a single manufacturer who shall manufacture and install the canopy. 1.06 DELIVERY, STORAGE, AND HANDLING A. Protect components and accessories from corrosion, deformation, damage, and deterioration when stored at job site. Keep materials free from dirt and foreign matter. 1.07 PROJECT CONDITIONS A. Field Measurements: The Contractor shall verify location and elevation of footings relative to finished grade, columns, and other construction contiguous with pre-engineered metal canopies by field measurements before fabrication and indicate measurements on shop drawings. 1. Established Dimensions: The Contractor shall, where field measurements cannot be made without delaying the work, establish dimensions and proceed with fabricating metal canopies without field measurements. Contractor is responsible to coordinate footer locations and elevations with any interferences with or attachments to abutting structures. SOLICITATION NO. 2015-12 A1-10538-2 SPECIFICATIONS DIVISION 10- SPECIALTIES

1.08 WARRANTY A. The canopy shall be warranted to be free of defects in materials, leaks, and workmanship for 1 year from date of substantial completion. 1. The canopy shall also include a 20-year limited warranty against peeling, flaking, chipping of canopy deck. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. Manufacturer must have over 20 years experience in the manufacture of pre-engineered canopies of the type specified for the use specified. 2.02 MATERIALS A. Structural Steel: 1. Material and work shall conform to the latest AISC 360. B. Structural steel shall be painted with a rust inhibitive (red oxide) primer (std). C. Sheet Metal: 1. Decking: 3 inch by 16 inch by 20 gage smooth white, ASTM A 653/A 653M GR40, Fy = 40 ksi, galvanized steel with baked enamel finish. 2. Center and Tapered Gutter: 24 gage hot-dip galvanized steel baked enamel finish. 3. Perimeter Gutter: 20 gage hot-dip galvanized steel baked enamel finish. 4. Internal Downspout: 3 inch diameter PVC. 5. External Downspouts: 3 inch by 4 inch by 24 gage hot-dip galvanized steel with baked enamel finish. 2.03 PRE-ENGINEERED METAL CANOPY A. General: Provide a complete, integrated set of manufacturer's standard design canopy components using a flexible frame with fixed base. These mutually dependent components form a pre-engineered canopy, ready for construction on project site. Said pre-engineered metal canopy will be designed to meet all site structural wind, snow and seismic requirements. B. Canopy Fascia: 1. Aluminum Composite Panel (ACM): Available with a fluorocarbon paint finish, masked on one side. Shall be warranted for 10 or 20 years depending on color and finish. C. Canopy Finishes: Comply with NAAMM MFM for recommendations for applying and designating finishes. D. Fabrication: Fabricate pre-engineered canopies completely in factory. PART 3 - EXECUTION 3.01 EXAMINATION A. Verification of Conditions: Examine areas and conditions under which the work is to be installed, and notify the Contractor in writing, with a copy to the Owner and the Architect, of any conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected. 1. Construct and examine supporting foundations for compliance with manufacturer's requirements, SOLICITATION NO. 2015-12 A1-10538-3 SPECIFICATIONS DIVISION 10- SPECIALTIES

including installation tolerances and other conditions affecting performance of supporting members. 2. Verify the rough-in of required mechanical and electrical services prior to placement of the structure. 3.02 PREPARATION A. Clean surfaces thoroughly prior to installation. B. Prepare surfaces using the methods recommended by the manufacturer for achieving the best result for the substrate under the project conditions. C. Demolish pavement as necessary to construct foundations. Pour foundations flush with surrounding pavement and install self-leveling silicone sealants between existing pavement and new foundations as necessary. 3.03 INSTALLATION A. Set pre-engineered metal canopy plumb and aligned. Level base plates true to plane with full bearing on concrete bases. B. Fasten pre-engineered metal canopy columns to anchor bolts and/or foundation bolts. C. Provide and install anchor bolts per manufacturer s recommendations. D. Provide and install bolted connections per manufacturer s recommendations. E. Provide and install screws per manufacturer s recommendations F. Provide pedestrian protection and warnings during construction which comply with local, Federal, and OSHA codes. G. All anchor bolts and/or leveling plates shall be set within 1/4 inch tolerance on layout and grade level. 3.04 ADJUSTING AND CLEANING A. After completing installation, inspect exposed finishes and repair damaged finishes. 3.05 PROTECTION A. Protect installed products until completion of project. B. Touch-up, repair, or replace damaged products before Substantial Completion. * * * END OF SECTION * * * SOLICITATION NO. 2015-12 A1-10538-4 SPECIFICATIONS DIVISION 10- SPECIALTIES