Addendum Number 1


Addendum Number 1 - Rackcdn.com000417b6df56f4ae5bbf-f6bd2cfeac0f4625637eac684e9e6a05.r25.cf1.rackcdn.com/...

4 downloads 238 Views 1MB Size

ADDENDUM NO. 1 Date:

5/13/2013

Project Number: 6587.03

Project:

Chattanooga / Hamilton County Firearms Training Facility

These amendments and /or revisions to the previously issued Drawings, Specifications and other Construction Documents, dated May 6, 2013, hereby become part of the Contract Documents and supersede portions of the previously issued Documents. Portions of the Contract Documents not amended or revised by this Addendum No. 1 remain as part of the Contract Documents. 1

ADDENDUM 1

05/13/2013

Announcements: th

1. The date of the pre-bid meeting has changed to 3 PM, May 22 , 2013. The location of the Pre-Bid th meeting is City Hall, 101 East 11 Street, Chattanooga, TN 37402, Suite G13, Purchasing Department conference room. th

2. The date of the bid has changed to 2 PM, May 29 , 2013. The location of bid opening is City Hall, 101 th East 11 Street, Chattanooga, TN 37402, Suite G13, Purchasing Department conference room.

Specifications: 3. 00 30 00, Bid Form – Delete in entirety and replace with attached. 4. 01 23 05, Alternates – Added Section.

(End of Addendum No. 1)

Project No. 6587.03 Addendum No. 1

Page 1 of 1

BID FORM FIRING RANGE EQUIPMENT CHATTANOOGA FIREARMS TRAINING FACILITY SECTION 00 41 15 To The City of Chattanooga, Tennessee: Ladies and Gentlemen: 1. Having carefully examined the site, all documents issued by the City of Chattanooga Purchasing Department, and all documents issued by Franklin Associates Architects, Inc. for Firing Range Equipment at the Chattanooga - Hamilton County Law Enforcement Firearms Training Facility, 740 East 12th Street, Chattanooga, Tennessee 37403, for City of Chattanooga and Hamilton County, Job No. 6587.03, dated May 6, 2013, and all Addenda, prepared by Franklin Associates, Architects, Inc., 142 North Market St., Chattanooga, Tennessee, the undersigned Bidder proposes to provide all labor, materials, and equipment required to furnish and install all items of Firing Range Equipment and execute all other Work in accordance therewith, complete in every respect for the following monetary amounts, stated in words and figures: A. Bullet Trap (base bid): __________________________________________________________ Dollars & __________ Cents ($ ______________________________________ )

A-1. If Alternate Bid #1 is accepted, the amount added to the base bid for the Alternate #1 Bullet Trap package is: __________________________________________________________ Dollars & __________ Cents ($ ______________________________________ )

B. Ceiling Baffles (base bid): __________________________________________________________ Dollars & __________ Cents ($ ______________________________________ )

B-1. If Alternate Bid #1 is accepted, the amount added to the base bid for the Alternate Bid #1 Ceiling Baffle package is: __________________________________________________________ Dollars & __________ Cents ($ ______________________________________ )

Job No. 6587.03

00 41 15 - 1

C. Wall Protection (base bid): __________________________________________________________ Dollars & _________ Cents ($ ______________________________________ )

C-1.

If Alternate Bid #1 is accepted, the amount added to the base bid for the for the Alternate Bid #1 Wall Protection package is: __________________________________________________________ Dollars & __________ Cents ($ ______________________________________ )

D. Target Systems & Controls (base bid): __________________________________________________________ Dollars & __________ Cents ($ ______________________________________ )

D-1. If Alternate Bid #1 is accepted, the amount added to the base bid for the Alternate Bid #1 Target Systems & Controls package is: __________________________________________________________ Dollars & __________ Cents ($ ______________________________________ )

E. Wall & Ceiling Acoustical Treatment (base bid): __________________________________________________________ Dollars & __________ Cents ($ ______________________________________ )

E-1. If Alternate Bid #1 is accepted, the amount added to the base bid for the Alternate Bid #1 Wall & Ceiling Acoustical Treatment package is: __________________________________________________________ Dollars & __________ Cents ($ ______________________________________ )

Job No. 6587.03

00 41 15 - 2

F. For the Base Bid, all other costs, if any, not included in Items A, B, C, D, and E (base bid): __________________________________________________________ Dollars & __________ Cents ($ ______________________________________ )

F-1. If Alternate Bid #1 is accepted, all other costs, if any, not included in Items A-1, B-1, C-1, D-1 and E1: __________________________________________________________ Dollars & __________ Cents ($ ______________________________________ )

G. TOTAL BASE BID (must equal the total monetary amount of Items A, B, C, D, E and F above): __________________________________________________________ Dollars & __________ Cents ($ ________________________________________________________ )

G-1. TOTAL OF BASE BID PLUS ALTERNATE #1 BID (must equal the total monetary amount of all Items A through F-1 above): __________________________________________________________ Dollars & __________ Cents ($ ________________________________________________________ )

2. The Bidder acknowledges in submitting this Bid that: A. This Bidder has received, read and understands the Bidding Documents and this bid is made in accordance therewith. B. This Bidder has visited the site and become familiar with the local conditions under which the work is to be performed, and has correlated all observations with the requirements of the Bidding Documents. C. The required Bid Security, in the amount of five percent (5%) of the Lump Sum Base Bid for All Work, is attached hereto. D. The person who signs this Bid on behalf of the Bidder is required to be legally empowered to bind the Bidder to a Contract. E. Failure to complete this Bid Form or to provide required attachments may be cause for rejection of the Bid. F. Each item of the Bid Form (Items A through F and the TOTAL BID, Item G) includes all supervision, all labor, all material, all other Work, and all taxes such as sales, use, excise, licenses, etc., now or hereafter imposed by federal, state, or other government agencies upon the equipment, labor and materials specified, and that all said taxes shall be paid by the Contractor. G. Bidder is a licensed Contractor in the State of Tennessee, will be the Prime Contractor for this Work, and will enter into subcontracts as necessary for the purchasing and installation of Firing Range Equipment complying with the specifications and with the manufacturer’s and Owner’s installation requirements within a structure to be constructed by other Contractors under separate contract with the Owner. Job No. 6587.03

00 41 15 - 3

H. He must order, make payment for, receive the equipment, and provide storage, protection and insurance for the equipment until after all equipment has been installed and accepted by the Owner. 3. This Bidder agrees to the following: A. Honor this Bid for a period of sixty (60) calendar days following the date of the scheduled opening of bids (as originally advertised or as revised by addendum). B. Enter into and execute a contract, if presented on the basis of this Bid, and to furnish the bond(s) and certificates(s) of insurance as required. C. Accomplish the work in accordance with the Contract Documents. D. A Notice to Proceed for Ordering Firing Range Equipment and a Purchase Order (or multiple Purchase Orders) for all items of Firing Range Equipment will be executed prior to being authorized to begin installation of the equipment, because the funding sources for the equipment have expiration dates, and the structure for housing the equipment has not been constructed as of the date of receipt of bids; and Bidder agrees that the Total Duration of the Project (the Contract Time) may be as long as two-hundred and forty days (240) calendar days after the Bid Date. E. Place all Orders, make payment for and receive the Firing Range Equipment within sixty (60) calendar days after the date of beginning stipulated in the Purchase Order and Notice to Proceed for Ordering Equipment. F. A Notice to Proceed for Installation of Firing Range Equipment will be executed separate from the Purchase Order and Notice to Proceed for Ordering Firing Range Equipment and prior to being authorized to begin installation of the Firing Range Equipment, because the structure for housing the Firing Range Equipment has not been constructed as of the date of receipt of bids; and Bidder agrees that the Total Duration of the Project (the Contract Time) may be as long as two-hundred and forty days (240) calendar days after the Bid Date. G. Achieve Substantial Completion of the entire Project two-hundred and forty (240) calendar days after the Bid Date. 4. The undersigned Bidder acknowledges receipt of all Documents, acknowledges receipt of Addenda Nos. _______ through _______ and acknowledges that the Contractor’s proposed Bid accounts for information contained therein. This Bidder has received the following addenda: Addendum No. _______ dated __________. Addendum No. _______ dated __________. Addendum No. _______ dated __________. Addendum No. _______ dated __________. Addendum No. _______ dated __________. Addendum No. _______ dated __________. 5. The City Bid Form (filled in and signed by the Bidder) and the Contractor's Qualification Statement (filled in and signed by the Bidder), as required by Supplementary Instructions to Bidders, are attached to this Form of Proposal. 6. The undersigned Bidder acknowledges that the Owner intends to award the Contract to the Bidder who proposes the lowest and best bid, in the sole opinion of the Owner; and that alternate Bids will be accepted or rejected by the owner for all Alternates. 7. If awarded a Contract for this Project, the undersigned Bidder acknowledges and accepts the City of Chattanooga Addendum to AIA Document A101 as found in Specification Section 00 52 10.

Job No. 6587.03

00 41 15 - 4

This bid is submitted by: Authorized Signature: _______________________________________________________________ By (Bid Form must be signed in blue or red ink) Date: _______________ Type or Print Name and Title: _____________________________________________________________________ On Behalf of (Name of Bidder):

______________________________________________________________

Bidder’s Address:

______________________________________________________________ ______________________________________________________________

Bidder’s Telephone Number:

_______________________ END OF SECTION 00 41 15

Job No. 6587.03

00 41 15 - 5

ALTERNATES SECTION 01 23 05 PART ONE - ALTERNATES 1.01

WORK INCLUDED: The work and items included in this Section shall be exercised at the option of the Owner. Under this section, only the general items are covered; see other Sections of the Specifications and the Drawings for additional information.

1.02

QUOTATIONS FOR ALTERNATES: Quotations for alternates shall include prices for complete work involved for Bidders and all of the subcontractors involved in the Work of the Alternates, including supervision, material, labor, electrical, profit, overhead, fringe benefits, waste, contractor mark-up and any other costs necessary to achieve the Work of the alternates. The Owner may choose to accept or reject each of the Alternate Proposals.

1.03

BASE BID: The Base Bid includes all work shown on the Drawings and described in the Specifications not specifically covered under the Alternates listed below.

1.04

SCHEDULED ALTERNATES: Alternate Proposals shall be submitted by the Contractor for the following:

A. ALTERNATE #1 – The additive price to install ceiling baffles in an arrangement that will allow a 10’-0” clear head height from the rear wall of the range to the 15 yard firing line as shown on Sheet A3, Bid Alternate #1. Dated March 13, 2013. Included in this alternate is the cost to provide and install additional materials as necessary to all the defined elements of this Range Equipment Package (including modifications to the Bullet Trap, Wall Protection, Acoustic Panels, and Target systems to support this additional height requirement).

PART TWO - PRODUCTS 2.01

PRODUCTS: For each Alternate Proposal accepted by the Owner, furnish approved products and materials in compliance with the affected Specification sections.

PART THREE - EXECUTION 3.01

INSTALLATION: For each Alternate Proposal accepted by the Owner, install approved products and materials in compliance with the affected Specification sections.

END OF SECTION 01 23 05

Job No. 6587.03 Alt No 1

01 23 05 - 1

30'-0"

DUST COLLECTION UNIT

32'-0" CONTAINMENT TRAP

WALL BAFFLES

1

DECELERATION CHAMBER

TARGET LINE

3 YD. FIRING LINE

5 YD. FIRING LINE

(8'-0" MIN.) 7 YD. FIRING LINE

HEIGHT VARIES

WALL BAFFLES

8'-0" MIN. CLEAR OVERHEAD

10'-0"

10'-0" MIN. CLEAR OVERHEAD

15 YD. FIRING LINE

TO STEEL

10'-3"

TO STEEL

12'-3 3/8"

ANGLED CEILING BAFFLES

FIRING LINE

TO STEEL

10'-3"

12'-0"

FLAT CEILING BAFFLE

SCREW CONVEYOR

Alternate Firing Range Section SCALE: 1/8" = 1'-0"

13 MAY 2013 COPYRIGHT © 2013 FRANKLIN ASSOCIATES ARCHITECTS, INC.

City of Chattanooga / Hamilton County

Firearms Training Facility

Bid Alternate #1

A3

franklin

| architects

SPECIFICATIONS FOR PHASE THREE – FIRING RANGE EQUIPMENT PACKAGE FOR CHATTANOOGA – HAMILTON COUNTY LAW ENFORCEMENT FIREARMS TRAINING FACILITY 740 EAST 12TH STREET CHATTANOOGA, TENNESSEE 37403 FOR CITY OF CHATTANOOGA AND HAMILTON COUNTY

JOB NO. 6587.03

MAY 6, 2013

FRANKLIN ASSOCIATES, ARCHITECTS, INC. PO BOX 4048 142 NORTH MARKET STREET CHATTANOOGA, TENNESSEE 37405

TABLE OF CONTENTS SECTION 00 01 10 SECTION

TITLE

PAGES

DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 00 01 00 00 01 01 00 01 10 00 01 15 00 21 13 00 22 13 00 22 15 00 41 13 00 52 10

00 70 00

Cover Page Title and Seal Page Table of Contents List of Drawings Information for Bidders Supplementary Instructions to Bidders City of Chattanooga Bidding and Contract Requirements Bid Form – Stipulated Sum City of Chattanooga Addendum to AIA Document A101 Standard Form of Agreement Between Owner and Contractor 2007 Edition General and Supplementary Conditions (2007 – A201)

1 1 1 1 1 1-2 1-7 1-4

1-2 1–9

DIVISION 01 - GENERAL REQUIREMENTS 01 00 05 01 10 00 01 33 00 01 73 29 01 77 00

Electronic Media Request Form Summary of Work Submittals Cutting and Patching Project Closeout

1-2 1-4 1-4 1-2 1

DIVISION 11 – EQUIPMENT 11 67 23 11 67 24 11 67 25

Job No. 6587.03

Bullet Trap and Containment System Baffle and Safety Ceiling Systems Target Systems and Control, Wall Protections and Acoustic Treatment

Page 1 of 1

1-5 1–4 1-4

Section 00 01 10

INFORMATION FOR BIDDERS SECTION 00 21 13 Advertisement for Bids either has been or will be placed in the local Chattanooga newspaper by the City of Chattanooga Purchasing Department; it is not included in the Specifications. Sealed lump sum bids are solicited in the Ad for Bids for providing full time supervision and all other labor, materials and equipment required to execute the Work described in the Drawings and Specifications entitled “Phase Three – Firing Range Equipment Package for Chattanooga - Hamilton County Law Enforcement Firearms Training Facility, 740 East 12th Street, Chattanooga, Tennessee 37403, for City of Chattanooga and Hamilton County”, Job No. 6587, dated May 6, 2013, prepared by Franklin Associates, Architects, Inc., 142 North Market Street, P.O. Box 4048, Chattanooga, Tennessee 37405 and by their Engineering Consultants. If the Prime Contractor’s bid is less than $25,000, the bidding entity does not have to be a Tennessee licensed Contractor, but must have City of Chattanooga business license. If the Prime Contractor’s bid is $25,000 or more, the bidding entity must be a Tennessee licensed Contractor and must have City of Chattanooga business license. The Owner is the City of Chattanooga and Hamilton County, Tennessee. The Architect is Franklin Associates, Architects, Inc. Bids will be received at the Purchasing Department, Room G13, City Hall, 101 East 11th Street, Chattanooga, TN 37402 until time and date listed in the Advertisement for Bids, at which time bids will be opened publicly and read aloud. The Owner reserves the right to reject any or all bids and to waive all informalities therewith. The Bidder who submits the lowest and best bid, in the sole opinion of the Owner, will be selected by the Owner to perform the Work. Pre-Bid Conference will be held at time, date and place listed in the Ad for Bids. Sets of Drawings and Specifications along with various other documents and information will be issued to the bidders by the City of Chattanooga Purchasing Department, under the terms and conditions stated in the Ad for Bids. The successful bidder will be issued a total of five (5) sets of Drawings and Specifications at no charge. Any additional documents requested by the successful bidder will be charged at actual cost of reproduction. No bid may be withdrawn for a period of sixty (60) calendar days from the date bids are opened. Bid Bond or Cashier's check equal to five percent of the Base Bid amount is required. 100% Performance Bond and 100% Payment Bond are required. The Contract Form will be AIA Document A101 as issued by the American Institute of Architects, edition appropriate for use with the 2007 AIA A-201 General Conditions. Additional Information for Bidders is contained in the Supplementary Instructions for Bidders, the Architect's Specifications, and other documents issued by the City of Chattanooga Purchasing Department. AN EQUAL OPPORTUNITY EMPLOYER END OF SECTION 00 21 13

Job No. 6587.03

00 21 13 - 1

CITY OF CHATTANOOGA INSTRUCTIONS TO BIDDERS FOR CONSTRUCTION BIDS

Requirements for Insurance Coverage The Contractor shall not commence work under these Contract Documents until he has obtained all insurance required herein nor shall the Contractor allow any Subcontractor to commence work on his subcontract until similar insurance required of the Subcontractor has been obtained by the Subcontractor. Insurance shall be placed by the Contractor with one or more insurance carriers licensed to do business in the State of Tennessee. Each insurance policy shall be renewed ten (10) days before the expiration date of the policy. Certificates of insurance shall be filed with the City prior to commencement of the work. These certificates shall contain a provision that coverage’s afforded under the policies will not be changed or canceled unless at least fifteen (15) days’ written notice has been given to the City. The Contract shall not be binding upon the City until the insurance coverage required herein has been obtained and certificates have been filed with the City. Adequate insurance coverage shall be maintained by the Contractor at all times. Failure to maintain adequate coverage shall not relieve the Contractor of any responsibilities or obligations under these Contract Documents. In the event any insurance coverage is canceled or allowed to lapse, the Contractor will not be permitted to prosecute the work until adequate and satisfactory insurance has been obtained and certificates of insurance furnished to the City. Failure to keep insurance policies in effect will not be cause for any claims for extension of time under these Contract Documents. All such policies shall be subject to approval by the City Attorney. Should the City Attorney at any time in his sole discretion determine that the insurance policies and certificate provided may not be sufficient to protect the interests of the City because of the insolvency of the insurance company or otherwise, the Contractor shall replace such policies with policies meeting his approval. The Contractor shall procure and maintain at his own expense, during the Contract Time, insurance as hereinafter specified: Workmen’s Compensation Insurance that shall protect the Contractor against all claims under applicable state workmen’s compensation laws shall be maintained. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen’s compensation law. This policy shall also include an endorsement providing coverage in all states in which work is performed. The Contractor shall require all the Subcontractors to provide similar Workmen’s Compensation Insurance for the entire Subcontractors’ employees on the work unless such employees are covered by the protection afforded by the Contractor. The liability limits shall not be less than that required by the statute.

SECTION 00 22 12

General Public Liability and Property Damage Insurance that shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries including death, to members of the Public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees, or Subcontractors. In addition, this policy shall specifically insure the contractual liability assumed by the successful bidder to defend and indemnify the City of Chattanooga against such claims or suits. To the extent that the work may require blasting, explosive conditions or underground operation, the comprehensive general public liability and property damage coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property. The comprehensive general public liability and property damage coverage shall also protect the Contractor against all claims resulting form damage to: 1. Private driveways, walks, shrubbery, and plantings 2. Public utility facilities 3. United States Government monuments The liability limits shall not be less than: Bodily Injury

$ 500,000 each person $1,000,000 each occurrence

Property Damage

$ 250,000 each occurrence $ 500,000 aggregate

The general public liability and property damage insurance shall carry an endorsement in form satisfactory to the City to the effect that the Contractor shall save harmless the City from any claims and damage whatsoever, including patent infringement. General public liability and property damage insurance shall be kept in force at all times during the course of the work until such time as the work covered by these Contract Documents has been completed and accepted by the City. Comprehensive Motor Vehicle Liability and Property Damage Insurance that shall be written in comprehensive from and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising form the use of motor vehicles, and shall cover operation on or off the site of all motor vehicles licensed for highway use, whether they are owned, non-owned, or hired. The liability limits shall not be less than: Bodily Injury

$ 250,000 each person $ 500,000 each occurrence

Property Damage

$ 100,000 each occurrence

SECTION 00 22 12

The Contractor (not the Owner) shall purchase and maintain until Substantial Completion Builder’s Risk Insurance (not All Risk Insurance) in the amount of the initial Contract Sum plus any amounts added by Change Order. The insurance shall list and include as named insured the City of Chattanooga, the Contractor, and all Subcontractors A.T.I.M.A. The deductible amount shall be $1,000.00 for each occurrence, which shall be paid by the Contractor. The Builder’s Risk Insurance shall also provide coverage for portions of the work in transit and for temporary storage of portions of the work to the value approved by the City in the Certificate for Payment.

SECTION 00 22 12

Affirmative Action Plan For (Invitation or RFP No.)

___________________________________________________________ (Name of Contractor) The above named Contractor is an equal opportunity employer and during the performance of this contract, the Contractor agrees to abide by the Affirmative Action Plan of the City of Chattanooga as follows: 1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, or handicap. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, national origin, or handicap. Such action shall include, but not be limited to, the following: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay, or other forms of compensation, and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. 2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin, or handicap. 3. The Contractor will send to each labor union or representative of workers with which he/she has a collective bargaining agreement or other contract or understanding, a notice advising the said labor union or workers’ representatives of the Contractor’s commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. During the term of this contract the following non-discriminatory hiring practices shall be employed to provide employment opportunities for minorities and women: a. All help wanted ads placed in newspapers or other publications shall contain the phrase “Equal Employment Opportunity Employer”. b. Seek and maintain contracts with minority groups and human relations organizations as available. c. Encourage present employees to refer qualified minority group female applicants for employment opportunities. d. Use only recruitment sources which state in writing that they practice equal opportunity. Advise all recruitment sources that qualified minority group members and women will be sought for consideration for all positions when vacancies occur. SECTION 00 22 12

5. Minority statistics are subject to audit by City of Chattanooga staff or other governmental agency. 6. The Contractor agrees to notify the City of Chattanooga of any claim or investigation by State or Federal agencies as to discrimination.

___________________________________________________________ (Signature of Contractor)

___________________________________________________________ (Title and Name of Construction Company)

___________________________________________________________ (Date)

SECTION 00 22 12

Model Affidavit (must be attached to bid form upon submission)

STATE OF TENNESSEE COUNTY OF ___________

DRUG-FREE WORKPLACE AFFIDAVIT OF PRIME BIDDER

NOW COMES AFFIANT, who being duly sworn, deposes and says: 1. He/She is the principal officer for [insert name and address of bidding entity]; 2. That the bidding entity has submitted a bid to [insert name of city and city department and project number] for the construction of [insert name of project]; 3. That the bidding entity employs no less than five (5) employees; 4. That Affiant certifies that the bidding entity has in effect, at the time of submission of its bid to perform the construction referred to above, a drug-free workplace program that complies with §50-9-113, Tennessee Code Annotated. 5. That this affidavit is made on personal knowledge. Further Affiant saith not.

AFFIANT

SUBSCRIBED AND SWORN TO before me this

day of

NOTARY PUBLIC My commission expires:

SECTION 00 22 12

, 200

.

THERE WILL BE A 5% BID BOND AND 100% PAYMENT & PERFORMANCE BOND.

SECTION 00 22 12

General Conditions and Instructions to Bidders Vendor: The General rules and conditions which follow apply to all purchases and become a definite part of each formal Invitation to Bid, purchase order or other award issued by the City Purchasing Agent, unless otherwise specified. Bidders, or their authorized representatives, are expected to fully inform themselves as to the conditions, requirements and specifications before submitting bids; failure to do so will be at the Bidder’s own risk and he cannot secure relief on the plea of error. Subject to State and City laws, and all rules, regulations and limitations imposed by legislation of the Federal Government, bids on all advertisements and invitations issued by the Office of the City Purchasing Agent will bind bidders to applicable conditions and requirements here in set forth, unless otherwise specified on the Invitation to Bid.

Conditions of Bidding 1. Proposal Forms – Bids shall be submitted only on the forms provided by the City of Chattanooga. The Bidder shall submit two (2) copies signed and sealed, in the envelope provided by the City for that purpose. 2. Withdrawal of Bids – A written request for the withdrawal of a bid or any part thereof shall be granted if the request is received by the City of Chattanooga prior to the specified time of opening. Bids submitted may not be amended or withdrawn after the specified time of bid opening. 3. Late Bids – Bids received after the specified time of Bid Opening will not be accepted. 4. Submittal of Bids – Bids must be presented in the special mailing envelope, contained in all bid packages, supplied to all prospective bidders. In the event that the bid contains bulky subject material, the special mailing envelope must be firmly affixed to any other package being used. 5. Completeness – All information required by Invitation to Bid must be supplied to constitute a proper bid. 6. Bids Binding 45 Days – Unless specified otherwise, all Formal Bids submitted shall be binding for 45 calendar days following bid opening date, unless the Bidder, upon request of the Purchasing Agent, agrees to an extension. 7. Conditional Bids – Qualified bids are subject to rejection in whole or in part. 8. Payment terms – Terms discount of less than 10 days will not be considered in evaluating the bid. 9. Bids For All or Part – Unless otherwise specified by the City or by the Bidder, the Purchasing Agent reserves the right to make an award on all items, or on any of the items according to the best interests of the City. Bidder may restrict his bid to consideration in the aggregate by so stating, but should name a unit price on each item bid upon; any bid in which the bidder names a total price for SECTION 00 22 12

all the articles without quoting a price on each and every separate item, may be rejected at the option of the City. 10. Errors in Bids – When an error is made in extending total prices, the unit bid price will govern. Carelessness in quoting prices or in preparation of bid otherwise, will not relieve the bidder. Erasures or changes in bids must be initialed. 11. Questions Regarding Specifications – Requests for interpretation of specifications and drawings shall be made to the Purchasing Agent, in writing, not less than five (5) days before the opening of the bids. Any interpretations made to prospective bidders will be expressed in the form of an addendum to the specifications which, if issued, will be sent to all prospective bidders no later than three (3) days before the date set for opening of bids. 12. Response to Invitations – In the event you cannot submit a bid on our requirements as set forth in the “Invitation to Bid” and Specifications attached hereto, please return the Invitation to Bid forms with any explanation as to why you are unable to bid on these requirements. It is necessary, periodically, to delete from our Bidders’ list, the names of those persons, firms or corporations who fail to respond after having been invited to bid on a commodity or commodities for three (3) successive bid openings. 13. Taxes – City of Chattanooga is Tax Exempt. 14. Catalogs – Each bidder shall submit in duplicate where necessary or when requested by the Purchasing Agent, catalogs, descriptive literature, and detailed drawings, fully detailing features, designs, construction, finishes, etc., necessary to fully describe the material or work he proposes to furnish. 15. Competency of Bidder – No proposal will be accepted from, or Contract awarded to, any person, firm or corporation that is in arrears or is in default to the City of Chattanooga upon any debt or Contract, or that is a defaulter, as surety or otherwise, upon any obligation to said City of Chattanooga, or had failed to perform faithfully any previous Contract with the City of Chattanooga. The bidder, if requested, must present within 48 hours evidence satisfactory to the Purchasing Agent of performance ability and possession of necessary facilities, pecuniary resources and adequate insurance to comply with the terms of these specifications and Contract Documents.

Bid Deposit 16. Bid Bond, Certificate or Cashier’s Check – When required, each bid shall be accompanied by one of the following: a bid bond signed by a surety company authorized to do business in the State of Tennessee, a Cashier’s check, a Certified check, a Treasurer’s check, or any other direct obligation drawn on a bank doing business in the United States of America; these shall be made payable to the City of Chattanooga for an amount representing 5% of the total bid. However, if the bidder has on file with the Purchasing Agent an annual bid bond approved by the City, with an uncommitted balance equal to the deposit requirement, a separate deposit need not be furnished. When computing amount of bid for certified check purposes, do not deduct for Trade-ins. U.S.

SECTION 00 22 12

Postal Money Orders are acceptable in lieu of certified checks. 17. Annual Bid Bonds – Bidders who regularly do business with the City shall be permitted to file with the Purchasing department an annual bid bond in the amount specified below. Such annual bonds shall be acceptable as surety in lieu of the furnishing of surety with each individual transaction. Annual bid bonds shall be in an amount as determined be the bidder, of no less than failure of the bidder to clearly identify samples as indicated may be considered sufficient reason for rejection of bid. $2,000.00. If at any time the requirements of a specific bid invitation exceed the amount of the annual bid bond, or should the aggregate amount of the bid security requirements on all unresolved bids submitted by your firm exceed the amount of the annual bid bond, additional surety will be required in the appropriate sum. 18. Performance Bond – The successful bidder or bidders must furnish a performance bond as stipulated on the bid cover within ten days of notification that the bid has been accepted. This bond shall be prepared on an approved form made out to the City of Chattanooga, and shall serve as security for the faithful performance of the contractual agreement. The surety thereon must be certified by such surety company or companies as are authorized and licensed to transact business in the State of Tennessee. 19. Samples – The samples submitted by bidders of items for which they have received an award may be retained by the City until the delivery of contracted items is completed and accepted. Bidders whose samples are retained may reclaim them after delivery is accepted. Samples on which bidders are unsuccessful must be reclaimed as soon as possible after award has been made on the item or items for which the samples had been submitted. The City will not be responsible for such samples if not removed by the bidder within 30 days after the award has been made. Bidders shall make all arrangements for delivery of samples to place designated as well as the removal of samples. Cost of delivery and removal of samples shall be borne by the bidder. All sample packages shall be marked “Sample for Purchasing Department” and each sample shall bear the name of the bidder, item number, bid number and shall be carefully tagged or marked in a substantial manner. Any reference to manufacturer’s name, Trade name or Catalogs in a request for proposal is intended to be descriptive but not restrictive and only to indicate to the prospective bidder articles that will be satisfactory. Bids on other makes and catalogs will be considered, provided each bidder clearly stated on the face of his proposal exactly what he proposes to furnish, and forwards with his bid, a cut, illustration or other descriptive matter which will clearly indicate the character of the article covered by his bid.

SECTION 00 22 12

20. Trade Names – In bids offering an item identified by a manufacturer’s name, trade name, catalog number or reference, it is understood that the bidder proposes to furnish the item so identified and does not propose to furnish an “equal” unless the proposed “equal” is definitely indicated therein by the bidder. If no particular brand, model or make is specified, and if no data are required to be submitted with the bid, the successful contractor, after award and before manufacture or shipment, may be required to submit working drawings or detailed descriptive data sufficient to enable the Purchasing Agent to judge if each requirement of the specifications is being complied with. 21. Formal Specifications – The bidder shall abide by and comply with the specifications and not attempt to take advantage of any obvious error or omission, but shall fully complete every part of the bid in accordance with the plans, specifications and General Conditions. Whenever mention is made of any article, material, or workmanship to be in accordance with laws, ordinances, building codes, underwriter’s codes, A.S.T.M. regulations, or similar expressions, the requirements of these laws, ordinances, etc., shall be construed as to the minimum requirements of these specifications. If exceptions to the specifications are taken, this fact must be clearly stated on Cover Page of the Bid, and all deviations from the specifications must be noted in detail by the bidder, in writing, at the time of submittal of the formal bid. The absence of a written list of exceptions to the specifications at the time of submittal of the bid will hold the bidder strictly accountable to the City to the specifications as written. Any deviation from the specifications as written not previously submitted, as required by the above, will be grounds for rejection of the material and/or equipment when delivered.

Award 22. Award or Rejection of Bids – The Contract will be awarded to the lowest responsive and responsible bidder, complying with all the provisions of the Invitation, provided the bid price is reasonable and it is to the interest of the City to accept it. The Purchasing Agent reserves the right to reject any or all bids and to waive any informality in bids receives whenever such rejection or waiver is in the interest of the City. The Purchasing Agent also reserves the right to reject the bid of a bidder who has previously failed to perform properly or complete on time contracts of a similar nature, or a bid of a bidder who investigation shows is not in a position to perform the contract. In determining responsibility, the following other qualifications, in addition to price, will be considered by the Purchasing Agent. a. The ability, capacity and skill of the Bidder to perform the service required. b. Whether the Bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference.

SECTION 00 22 12

c. The character, integrity, reputation, judgment, experience and efficiency of the Bidder. d. The quality of performance of previous contracts or services. e. The previous and existing compliance by the Bidder with laws and ordinances relating to the contract or service. f. The sufficiency of the financial resources and ability of the Bidder to perform the contract or provide the service. g. The quality, availability and adaptability of the supplies, or services, to the particular use required. h. The ability of the Bidder to provide future maintenance and service for the use of the subject of the contract. i. Whether the Bidder is in arrears to the City on a debt or contract or is a defaulter on surety to the City or whether the Bidder’s taxes or assessments are delinquent. j. Such other information as may be secured having a bearing on the decision to make the award. k. Consideration will be given to standardization, interchangeability and availability of parts. In determining a bidder’s responsiveness, the Purchasing Agent shall consider material deviations from the advertised specifications which materially affect price, quantity or limit the bidder’s liability. 23. Notice of Acceptance – A written award (or Acceptance of Bid) mailed (or otherwise furnished) to the successful Bidder within the time for acceptance specified in the Invitation to Bid shall be deemed to result in a binding contract without further action by either party. 24. Tie Bids – The COC will investigate the following items to make sure the most local bid gets the contract: i. The bidder submits copy of gross receipts tax to determine who pay the most ii. Determination of home office locations iii. Residence of employees iv. Flip a coin 25. Specific Bid Quantities – Where quantities are specifically stated, acceptance will bind the City to order quantities specified and to pay for, at contract prices, all such supplies or services delivered that meet specifications and conditions of the contract. However, the City will not be required to accept delivery of any balances unordered, as of the contract expiration date, unless Contractor furnishes the Purchasing Agent with a statement of unordered balances not later than SECTION 00 22 12

ten (10) days after the termination date of the contract. 26. Requirements Bid Quantities – On “Requirements” bids, acceptance will bind the City to pay for, at unit bid prices, only quantities ordered and delivered.

Contract Provisions These Provisions Shall Be a Part of Every Contract 27. Availability of Funds – A contract shall be deemed to be in effect only to the extent that there are appropriations available to each Agency for the purchase of such articles. The City’s extended obligation on those contracts which envision extended funding through successive fiscal periods shall be contingent upon actual appropriations for the following fiscal year. 28. Contract Alterations – No alterations or variations in the terms of a contract shall be valid or binding upon the City unless made in writing and signed by the Purchasing Agent or his authorized agent. 29. Termination of Contracts – Contracts will remain in force for full periods specified and until all articles ordered before date of termination shall have been satisfactorily delivered and accepted and thereafter until all requirements and conditions shall have been met, unless terminated prior to expiration date by unsatisfactory deliveries of entire contract requirements. 30. Subletting of Contracts – It is mutually understood and agreed that the Contractor shall not assign, transfer, convey, sublet or otherwise dispose of his contract or his right, title or interest therein, or his power to execute such contract, to any other person, firm or corporation, without the previous written consent of the City Purchasing Agent, but in no case shall such consent relieve the Contractor from his obligations, or change the terms of the contract. 31. Default – In the event of default, the City may award the contract to the next lowest bidder, if such bidder is willing to enter the contract, or may cover in the open market, or may seek any other remedy provided by the Tennessee Uniform Commercial Code, and may hold the defaulting contractor liable for all damages provided by law, including cost of cover. 32. Non-Liability – The Contractor shall not be liable in damages for delay in shipment or failure to deliver when such delay or failure is the result of fire, flood, strike, act of God, act of government, act of alien enemy or by any other circumstances beyond the control of the contractor. Under such circumstances, however, the Purchasing Agent may in his discretion, cancel the contract. 33. New Goods, Fresh Stock – All contracts, unless otherwise specifically stated, shall produce new commodities, fresh stock, latest model, design or pack. 34. Non-Discrimination – Contractor, in performing under this contract, shall not discriminate against any worker, employee or applicant, or any member of the public, because of race, creed, color, age or national origin, or handicap, or sex, nor otherwise commit an unfair employment practice. Contractor further agrees that this article will be incorporated by Contractor in all SECTION 00 22 12

contracts entered into with suppliers of materials or services, contractors and sub-contractors and all labor organizations, furnishing skilled, unskilled and craft union skilled labor, or who may perform any such labor or services in connection with this contract. 35. Guarantee – Unless otherwise specified, the Contractor shall unconditionally guarantee the materials and workmanship on all equipment furnished by him for a period on one year from date of the acceptance of the items delivered and installed, or the guarantee period, whichever is longer, unless otherwise specified herein. If, within the guarantee period, any defects or signs of deterioration are noted, which, in the opinion of the City are due to faulty design or installation, workmanship or materials, upon notification, the contractor, at his expense, shall repair or adjust the equipment or parts to correct the condition, or he shall replace the part or entire unit to the complete satisfaction of the City. These repairs, replacements or adjustments shall be made only at such time as will be designated by the City at least detrimental to the operation of City business. 36. Diversity Business Contractor is encouraged to provide documentation of commitment to diversity as represented by its business strategy, business relationships, and workforce. This documentation should include the following:   

A list of the Minorities Contractor that will participate in the project. The percent given to Minorities in the project. Effort made to include Minorities in project.

37. Placing of Orders – Orders against contracts will be placed with the Contractor on either a Purchasing Order or Blanket Purchase Order executed release by the Purchasing Agent. Telephonic orders placed directly with the Contractor by the ordering Agency may be authorized by the Purchasing Agent only after execution of a Shipping Release. 38. Provision of Other Agencies – Unless otherwise stipulated by the bidder, the bidder agrees when submitting his bid that he/she will make available to all City agencies and departments, joint City agencies, in-City municipalities, the bid prices he/she submits in accordance with the bid terms and conditions, should any said department or agency wish to buy under this bid proposal. 39. Open Records - Which is through our City Attorney's Office Pursuant to recently adopted provisions in the Tennessee Open Records Act, which became effective October 1, 2008, and the policies adopted by the Office of Open Records Counsel (OORC), municipal record custodians are now required to provide some response to public records requests no later than 7 business days after receipt of a records request. Pursuant to the Tennessee Open Records Act, the municipal record custodian must respond within 7 days and either: 1) provide the requested records for review, or 2) provide a written explanation of why the records will not be made available and /or 3) provide communication that record production will take longer than 7 days to compile/research SECTION 00 22 12

the data. In this event the municipal record custodian will provide an estimated length of time necessary before production or requested records will occur. There is no charge to view documents which are determined to be public records. However, as provided by the written policies adopted by the OORC, applicable charges for expenses incurred by the municipality to respond to a public records request many include: 1) the cost of employee(s) time in excess of one hour to compile/research/redact the documents requested and 2) if copies of the documents are requested, the copying cost is $.15 for b/w and $.50 for color on 8 1/2" X 11" pages. The Schedule of Fees and the Policy on Frequent and Multiple requests of copies of public records as established by the OORC are attached. Pursuant to the policies adopted by the OORC, municipalities are permitted to charge for any labor in excess of one hour that is required to compile documents for citizens' review. In the event that more than four (4) requests are made by any citizen per calendar month, records custodians are also permitted to stop providing a free hour of labor beginning with the fifth (5th) request for records. See the policy on Frequent and Multiple Requests for Copies of Public Records adopted by the OORC on January 9, 2009. If a records custodian reasonably believes a group of individuals are acting in concert and chooses to group together their requests for copies for purposes of charging for labor, the records custodian must file a Notice of Aggregation with the OORC. 40. Responsibility for Materials Shipped – The contractor shall be responsible for the materials or supplies covered by the contract until they are delivered at the destination point, but the contractor shall bear all risk on rejected material or supplies after notice of rejection. Rejected materials or supplies must be removed by and at the expense of the contractor promptly after notification of rejection, unless public health and safety require immediate destruction or other disposal of rejected delivery. 41. Inspections – Inspection and acceptance of materials or supplies will be made after delivery. Final inspection shall be conclusive except as regards latent defects, fraud, or such gross mistakes as amount to fraud. Final inspection and acceptance or rejection of the materials or supplies will be made as promptly as practicable, but failure to inspect and accept or reject materials or supplies shall not impose liability on the City for such materials or supplies as are not in accordance with the Specifications. All delivered materials shall be accepted subject to inspection and physical count. 42. Time of Delivery – Deliveries will be accepted between 8:30a.m. and 4:00p.m. on weekdays only. No deliveries will be accepted on Saturdays, Sundays or Holidays. 43. Packing Slips or Delivery Tickets – All Shipments or Deliveries shall be accompanied by Packing Slips or Delivery Tickets, and shall contain the following information for each item delivered:

SECTION 00 22 12

The Purchase Order Number The Name of the Article and Stock Number (Supplier’s) The Quantity Ordered The Quantity Shipped The Quantity Back Ordered The Name of the Contractor Bidders are cautioned that failure to comply with these conditions SHALL BE CONSIDERED SUFFICIENT REASON FOR REFUSAL TO ACCEPT THE GOODS. 44. General Guaranty – Contractor agrees to: a. Save the City, its agents and employees harmless from liability of any nature or kind for use of any copyrighted or un-copyrighted composition, secret process, patented or un-patented invention, article or appliance furnished or used in the performance of the contract which the contractor is not the patentee, assignee licensee or owner. b. Protect the City against latent defective material or workmanship and to repair or replace any damages or marring occasioned in transit or delivery. c. Furnish adequate protection against damage to all work and to repair damages of any kind, to the building or equipment, to his own work or to the work of other contractors, for which he or his workmen is responsible. d. Pay for all permits, licenses and fees and give all notices and comply with all laws, ordinances, rules and regulations of the City and State of Tennessee, and the United States of America. 45. Indemnity – Contractor shall indemnify, keep and save harmless the City, its agents, officials and employees, against all injuries, death , loss, damages, claims, patent claims, suits, liabilities, judgments, cost and expenses, which may in any way accrue against the City in consequence of the granting of the contractor or which may in any way result there from, whether or not it shall be alleged or determined that the act was caused through negligence or omission of the Contractor or his employees, of the subcontractor or his employees, if any, or of the City or its employees, and the Contractor shall, at his own expense, appear, defend and pay all charges of attorneys and all costs and other expenses arising there from or incurred in connection therewith, and if any judgment shall be rendered against the City in any such action, the Contractor shall at his own expense, satisfy, and discharge the same. Contractor expressly understands and agrees that any performance bond or insurance protection required by this contract, or otherwise provided by the Contractor, shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City as herein provided.

SECTION 00 22 12

46. Collusive Bidding – The Bidder certifies that his bid is made without any previous understanding, agreement or connection with any person, firm, or corporation making a bid for the same project without prior knowledge of competitive prices, and is in all respects fair, without outside control, collusion, fraud or otherwise illegal action. 47. Identical Bidding – All identical bids submitted to the City as a result of advertised procurement for materials, supplies, equipment or services exceeding $1,000.00 in total amount shall, at the discretion of the City, be reported to the Attorney General of the United States in accordance with Form DJ-1510 and the Presidential Order dated April 24, 1961 for possible violation and enforcement of antitrust laws. 48. Waiver or Modification of General Conditions and Instructions - The Director of Purchasing may in his discretion waive or modify one or more of these General Conditions and Instructions that are inapplicable or inappropriate for a particular contract or purchase. A request for a waiver of or modification of any such condition or instruction shall be submitted in writing to the Director of Purchasing together with supporting justification for any waiver or modification. Any such waiver or modification approved by the Director of Purchasing must be in writing to modify any general Condition or instruction. 49. Stormwater Requirement - Per the City of Chattanooga Municipal Separate Storm Sewer (MS4) National Pollutant Discharge Elimination System (NPDES) permit No. TNS068063 issued by the State of Tennessee, contractors involved in municipal maintenance activities shall comply with all federal, state and local stormwater requirements including stormwater control measures or best management practices (BMPs), facility-specific stormwater management regulations and related standard operating procedures (SOPs). Municipal maintenance activities covered by this requirement includes but not limited to: 1) Vehicle maintenance and washing activities, 2) buildings and other facilities maintenance, 3) Right-of-Way maintenance, 4) activities that disturb dirt and 5) activities that generate by-products, wastes or wastewater, etc. Examples of BMPs include: 1) proper erosion and sediment control practices, 2) proper handling and disposal of wastewater and wasted materials, and 3) good housekeeping measures, etc. For additional guidance contact the City Water Quality Program at (423) 643-5877. Note that failure to comply with stormwater regulations would result in enforcement actions that include court citation and/or civil penalty assessment up to $10,000 per day per violation. 50. Audit Provision - The term "Contractor" is used interchangeably to describe signatories to contracts, grants, and agreements with the City and applies to reflect the relationship with the City (Contractor, Licensee, Supplier, Vendor, Consultant, Grant Recipient, etc.). a. The City or its assign may audit all financial and related records (including digital) associated with the terms of the contract or agreement including timesheets, reimbursable out of pocket expenses, materials, goods, and equipment claimed by the Contractor. The City may further audit any contractor records to conduct performance audits (to identify waste and abuse or to determine efficiency and effectiveness of the contract or agreement) or to identify conflicts of interest.

SECTION 00 22 12

b. The Contractor shall at all times during the term of the contract or agreement and for a period of five years after the end of the contract, keep and maintain records of the work performed pursuant to this Contract or Agreement. This shall include proper records of quotations, contracts, correspondence, invoices, vouchers, timesheets, and other documents that support actions taken by the Contractor. Documents shall be maintained by the Contractor necessary to clearly reflect all work and actions taken. All such records shall be maintained in accordance with generally accepted accounting principles. The Contractor shall at its own expense make such records available for inspection and audit (including copies and extracts of records as required) by the City at all reasonable times and without prior notice. c. The obligations of this Section shall be explicitly included in any subcontracts or agreements formed between the Contractor and any subcontractors or suppliers of goods or services to the extent that those subcontracts or agreements relate to fulfillment of the Contractor's obligations to the City. d. Costs of any audits conducted under the authority of this section and not addressed elsewhere will be borne by the City unless the audit identifies significant findings that would benefit the City. The Contractor shall reimburse the City for the total costs of an audit that identifies significant findings that would benefit the City. e. This Section shall not be construed to limit, revoke, or abridge any other rights, powers, or obligations relating to audit which the City may have by Federal, State, or Municipal law, whether those rights, powers, or obligations are express or implied. DATE____________________________________

COMPANY_______________________________

ADDRESS________________________________

ADDRESS________________________________

SIGNED__________________________________

TITLE___________________________________

SECTION 00 22 12

SUPPLEMENTARY INSTRUCTIONS TO BIDDERS SECTION 00 22 13 1.

The Contractor for this Project must have appropriate Contractor’s License Classification in Tennessee, the appropriate Monetary Limits for that Classification in Tennessee, and the appropriate bonding capacity for this Project to be the Prime Contractor for this Project.

2.

AIA Document A701, INSTRUCTIONS TO BIDDERS, 1997 Edition, modified as follows, is a part of the bidding requirements as though it was bound herewith: A.

Refer to 2.1.4 of Instructions to Bidders and to Articles 1.8.1, 3.12.4.1 and 3.12.4.2 of the Supplementary Conditions for "or equal" clause.

B.

Refer to Article 3. Information in the Owner’s Advertisement for Bids or in the Information for Bidders, Specification Section 00 21 13, which conflict with Article 3 shall take precedence. Otherwise, the requirements and terms of Article 3 apply.

C.

Refer to 3.3.2. Architect may consider substitutions without written request as time and circumstances permit.

D.

Refer to 3.3.4. Architect, with Owner's approval, may consider substitutions at any time.

E.

Refer to 4.2.1. Each bid must be accompanied by a Bid Security in the form of a Cashier's check or a Bid Bond executed by the bidder and a surety company licensed to do business in the State of Tennessee. The Bid Bond shall be issued on AIA Document A310, latest edition. The Bid Security shall be in a sum equal to five percent of the amount of the Base Bid as a guarantee that, if the bid is accepted, a contract will be entered into within five working days after notice of award.

F.

Refer to 4.3.1. Each proposal must be in a sealed envelope and plainly marked on the outside of the envelope: “BID ENCLOSED” and “Phase Three – Firing Range Equipment Package for

Chattanooga - Hamilton County Law Enforcement Firearms Training Facility, 740 East 12th Street, Chattanooga, Tennessee 37403, for City of Chattanooga and Hamilton County”, Job No. 6587.03, dated May 6, 2013. In addition: 1.

If the Prime Contractor Bidder’s total Base Bid is less than $25,000, the Prime Contractor Bidder’s name must appear on the outside of the envelope. Upon opening the envelope, if such bid is twenty-five thousand dollars ($25,000) or more, the same shall automatically be disqualified.

2.

If the Prime Contractor Bidder’s total Base Bid is $25,000 or more, the Prime Contractor Bidder's name, contractor license classification, license number, monetary limit, and expiration date must appear on the envelope.

3.

If any, the names of the Prime Contractor Bidder's Subcontractors for electrical, plumbing and heating, ventilating, air conditioning, and geothermal work (no more than one in each category) must also appear on the face of the envelope, if the Prime Contractor Bidder’s total Base Bid is $25,000 or more, with the license classification, license number and expiration date shown for each of the above listed Sub-Contractor Bidders.

Job No. 6587.03

a.

In each category: If none, then state "None" on the envelope face.

b.

In each category: If not required to be listed by virtue of requirements in the Contractor's License Law, TCA Title 62, Chapter 6, or by Chapter 0680-1 of Rules of Tennessee Board For Licensing General Contractors, then state "Not Required to be Listed" on the envelope face.

00 22 13 - 1

4.

5.

G.

3.

If any, the name of the Prime Contractor Bidder's Subcontractor for masonry work (no more than one) must also appear on the face of the envelope, if the masonry subcontractor’s work is $100,000.00 or more (including materials and labor), with the license classification, license number and expiration date shown for the Masonry Sub-Contractor Bidder. a.

If there is no masonry subcontractor, then state "None" on the envelope face.

b.

If the masonry subcontractor is not required to be listed by virtue of requirements in the Contractor's License Law, TCA Title 62, Chapter 6, or by Chapter 0680-1 of Rules of Tennessee Board For Licensing General Contractors, then state "Not Required to be Listed" on the envelope face.

Immediately following the time established for receipt of bids and before the bids are opened, all envelopes containing bids shall be reviewed in the presence of the bidders by the Purchasing Department. All bid envelopes which do not have all the information concerning the name, license number, category, and expiration date for the Prime Contractor and certain of his subcontractors as described in the Instructions to Bidders and as required by TCA 62-6119, will be identified as non-complying by the Purchasing Department. a.

Envelopes identified by the Purchasing Department as non-complying, for any reason, will not be opened.

b.

Complying bid envelopes will be opened.

Refer to Article 7. The successful Prime Contractor Bidder will be required to execute AIA Document A312 Performance Bond and Payment Bond in the amount of one hundred percent of the Contract Sum. The Bonds shall be delivered to the Owner through the Architect.

INFORMATION REGARDING FIRING RANGE EQUIPMENT MANUFACTURERS, PRODUCTS, MATERIALS, SYSTEMS, AND INSTALLATION: A.

Manufacturers of certain products listed in the specifications include Savage Range Systems, Inc., Action Target, and MANCOM. The Prime Contractor Bidder may submit his Bid using the specified products by Savage Range Systems, Inc., Action Target, and MANCOM, or he may submit his Bid using his proposed products of other manufacturers of his choice; but the burden of proof regarding approval by the Owner and Architect of the other proposed manufacturers and products will be the responsibility of the Contractor by virtue of submittals provided during shop drawing submittals after the Contract has been awarded. If the products proposed as substitutions for the specified products and manufacturers are not approved by the Owner and Architect, the Contractor must provide the specified products with no change in the Contract Sum. 1.

Contact person for Action Target: Jason Snell Territory Manager Action Target Work: 801-377-8033 x 158 Cell: 801-809-6966 [email protected]

2.

Contact person for Savage Range Systems, Inc.: Nancy Bristol Customer Relations Coordinator Savage Range Systems, Inc. Work: 413-642-4113 [email protected]

Job No. 6587.03

00 22 13 - 2

B.

4.

The Bidder may prepare his Bid based on having the manufacturer or the vendor / supplier of Firing Range Equipment perform the installation of the Equipment under sub-contract to the Bidder as the Prime Contractor and providing the manufacturers’ full product and installation warranties; or the Contractor may prepare his Bid based on the installation of Equipment being performed by his own forces or by another installer under sub-contract to the Prime Contractor as long as the manufacturers’ warranties remain the same as those provided when the manufacturer installs his own equipment.

OTHER REQUIREMENTS: A.

Bidders must compare the Drawings and Specifications they receive to the Table of Contents in the Specifications and the List of Drawings on the Cover Sheet of the Drawings, and must notify the Architect prior to bidding if any of the Documents are missing.

B.

All bidders are to complete and submit with their bids a Contractor's Qualification Statement, AIA Document A305, 1986 Edition (four pages). A copy follows the Bid Form.

C.

Bidders shall fill out and sign the Bid Form, Section 00 41 15 in the Architect’s Specifications, and shall attach to it a signed copy of the Bid Form issued by City Purchasing Department along with the Contractor’s Qualification Statement.

D.

CITY OF CHATTANOOGA INSTRUCTION TO BIDDERS FOR CONSTRUCTION BIDS is attached and is part of the Contract Documents.

E.

CITY OF CHATTANOOGA ADDENDUM TO AIA DOCUMENT A101 (Two (2) pages) is attached and is part of the Contract Documents.

F.

Bidders shall visit the site and acquaint themselves with all existing conditions.

G.

Bids submitted after the time set for receipt of bids will not be accepted; the Owner's timepiece will govern.

END OF SECTION 00 22 13

Job No. 6587.03

00 22 13 - 3

BID FORM FIRING RANGE EQUIPMENT CHATTANOOGA FIREARMS TRAINING FACILITY SECTION 00 41 15 To The City of Chattanooga, Tennessee: Ladies and Gentlemen: 1. Having carefully examined the site, all documents issued by the City of Chattanooga Purchasing Department, and all documents issued by Franklin Associates Architects, Inc. for Firing Range Equipment at the Chattanooga - Hamilton County Law Enforcement Firearms Training Facility, 740 East 12th Street, Chattanooga, Tennessee 37403, for City of Chattanooga and Hamilton County, Job No. 6587.03, dated May 6, 2013, and all Addenda, prepared by Franklin Associates, Architects, Inc., 142 North Market St., Chattanooga, Tennessee, the undersigned Bidder proposes to provide all labor, materials, and equipment required to furnish and install all items of Firing Range Equipment and execute all other Work in accordance therewith, complete in every respect for the following monetary amounts, stated in words and figures: A. Bullet Trap: __________________________________________________________ Dollars & __________ Cents ($ ______________________________________ ) B. Ceiling Baffles: __________________________________________________________ Dollars & __________ Cents ($ ______________________________________ ) C. Wall Protection: __________________________________________________________ Dollars & _________ Cents ($ ______________________________________ ) D. Target Systems & Controls: __________________________________________________________ Dollars & __________ Cents ($ ______________________________________ ) E. Wall & Ceiling Acoustical Treatment: __________________________________________________________ Dollars & __________ Cents ($ ______________________________________ ) F. All other costs, if any, not included in Items A through E: __________________________________________________________ Dollars & __________ Cents ($ ______________________________________ ) Job No. 6587.03

00 41 15 - 1

G. TOTAL BID (must equal the total monetary amount of Items A through F above): __________________________________________________________ Dollars & __________ Cents ($ ________________________________________________________ ) 2. The Bidder acknowledges in submitting this Bid that: A. This Bidder has received, read and understands the Bidding Documents and this bid is made in accordance therewith. B. This Bidder has visited the site and become familiar with the local conditions under which the work is to be performed, and has correlated all observations with the requirements of the Bidding Documents. C. The required Bid Security, in the amount of five percent (5%) of the Lump Sum Base Bid for All Work, is attached hereto. D. The person who signs this Bid on behalf of the Bidder is required to be legally empowered to bind the Bidder to a Contract. E. Failure to complete this Bid Form or to provide required attachments may be cause for rejection of the Bid. F. Each item of the Bid Form (Items A through F and the TOTAL BID, Item G) includes all supervision, all labor, all material, all other Work, and all taxes such as sales, use, excise, licenses, etc., now or hereafter imposed by federal, state, or other government agencies upon the equipment, labor and materials specified, and that all said taxes shall be paid by the Contractor. G. Bidder is a licensed Contractor in the State of Tennessee, will be the Prime Contractor for this Work, and will enter into subcontracts as necessary for the purchasing and installation of Firing Range Equipment complying with the specifications and with the manufacturer’s and Owner’s installation requirements within a structure to be constructed by other Contractors under separate contract with the Owner. H. He must order, make payment for, receive the equipment, and provide storage, protection and insurance for the equipment until after all equipment has been installed and accepted by the Owner. 3. This Bidder agrees to the following: A. Honor this Bid for a period of sixty (60) calendar days following the date of the scheduled opening of bids (as originally advertised or as revised by addendum). B. Enter into and execute a contract, if presented on the basis of this Bid, and to furnish the bond(s) and certificates(s) of insurance as required. C. Accomplish the work in accordance with the Contract Documents. D. A Notice to Proceed for Ordering Firing Range Equipment and a Purchase Order (or multiple Purchase Orders) for all items of Firing Range Equipment will be executed prior to being authorized to begin installation of the equipment, because the funding sources for the equipment have expiration dates, and the structure for housing the equipment has not been constructed as of the date of receipt of bids; and Bidder agrees that the Total Duration of the Project (the Contract Time) may be as long as two-hundred and forty days (240) calendar days after the Bid Date. E. Place all Orders, make payment for and receive the Firing Range Equipment within sixty (60) calendar days after the date of beginning stipulated in the Purchase Order and Notice to Proceed for Ordering Equipment. F. A Notice to Proceed for Installation of Firing Range Equipment will be executed separate from the Purchase Order and Notice to Proceed for Ordering Firing Range Equipment and prior to being authorized to begin installation of the Firing Range Equipment, because the structure for housing the Firing Range Equipment has not been constructed as of the date of receipt of bids; and Bidder agrees that the Total Duration of the Project (the Contract Time) may be as long as two-hundred and forty days (240) calendar days after the Bid Date. Job No. 6587.03

00 41 15 - 2

G. Achieve Substantial Completion of the entire Project two-hundred and forty (240) calendar days after the Bid Date. 4. The undersigned Bidder acknowledges receipt of all Documents, acknowledges receipt of Addenda Nos. _______ through _______ and acknowledges that the Contractor’s proposed Bid accounts for information contained therein. This Bidder has received the following addenda: Addendum No. _______ dated __________. Addendum No. _______ dated __________. Addendum No. _______ dated __________. Addendum No. _______ dated __________. Addendum No. _______ dated __________. Addendum No. _______ dated __________. 5. The City Bid Form (filled in and signed by the Bidder) and the Contractor's Qualification Statement (filled in and signed by the Bidder), as required by Supplementary Instructions to Bidders, are attached to this Form of Proposal. 6. The undersigned Bidder acknowledges that the Owner intends to award the Contract to the Bidder who proposes the lowest and best bid, in the sole opinion of the Owner. 7. If awarded a Contract for this Project, the undersigned Bidder acknowledges and accepts the City of Chattanooga Addendum to AIA Document A101 as found in Specification Section 00 52 10. This bid is submitted by: Authorized Signature: _______________________________________________________________ By (Bid Form must be signed in blue or red ink) Date: _______________ Type or Print Name and Title: _____________________________________________________________________ On Behalf of (Name of Bidder):

______________________________________________________________

Bidder’s Address:

______________________________________________________________ ______________________________________________________________

Bidder’s Telephone Number:

_______________________ END OF SECTION 00 41 15

Job No. 6587.03

00 41 15 - 3

SECTION 01 00 05 Electronic Media Request Form

Electronic Media Request Form DATE: _________________________________________ TO:

FRANKLIN ASSOCIATES, ARCHITECTS, INC.

PROJECT:

PHASE THREE – FIRING RANGE EQUIPMENT PACKAGE FOR CHATTANOOGA – HAMILTON COUNTY LAW ENFORCEMENT FIREARMS TRAINING FACILITY 740 EAST 12TH STREET CHATTANOOGA, TENNESSEE 37403 FOR CITY OF CHATTANOOGA AND HAMILTON COUNTY JOB NO. 6587.03

Franklin Associates, Architects, Inc. is hereby requested to provide Computer Aided Design (CAD) files for the above referenced project for use as a production aid by the company identified herein as Recipient. The Recipient of these files agrees to the following conditions: 1. These files shall not be used for any purpose other than the preparation of shop drawings and coordination drawings in connection with the above referenced project. 2. These files are instruments of the Architect’s service and remain the property of Franklin Associates, Architects, Inc. inclusive of all common law, statutory, and other reserved rights, including copyrights. 3. Any provided files furnished by Franklin Associates, Architects, Inc. represent only the status of the file(s) listed below as of the date of the transmittal, which files are subject to modification and revision by the Architect only. Under no circumstances are these files to be construed as representing any actual as-built condition. 4. These files may not be used for any Project or purpose other than as stated above. The undersigned acknowledges that the files are for information purposes only and should not be relied upon by the recipient for the purposes stated above without independent review and confirmation of all relevant information used in accomplishing the above stated purpose. The undersigned further agrees to hold Franklin Associates, Architects, Inc. harmless for any claim or liability which might arise as a result of the undersigned’s use of said files or breach of the terms of this Electronic Media Request Form. 5. Any subsequent revisions or modifications to these files are only to be made by the Architect. 6. Due to differences in computer systems, hardware, software, and translation/conversion processes between systems, or for any other reason, Franklin Associates, Architects, Inc. is not responsible for any dimensional inaccuracies or for the accuracy and completeness of any translation and/or transmittal process from the original files. 7. Files are to be tested for translation and accepted by the recipient within 10 days. Requests for retransmittal after this 10-day period will be considered a new request. 8. In case of discrepancies between the electronic media and the hard copy, the hard copy stored in the Architect’s office shall govern. 9. Electronic media are used to generate graphical representations of the design intent of the Contract Documents. Franklin Associates, Architects, Inc. does not guarantee the completeness or dimensional accuracy of electronic media or consistency of drawing standards.

Job No. 6587.03

01 00 05 - 1

SECTION 01 00 05 Electronic Media Request Form 10. Graphical representations (hard copy drawings) are generated using multiple electronic drawing files, no one of which shall be considered complete in and of itself. In many cases, electronic files contain erroneous or inaccurate information that does not appear on printed material, and, where not critical to any graphical representation, may not be dimensionally accurate; for example, horizontal dimensions must not be inferred from elevation drawing files. In all cases, dimension text takes precedent over electronically measured distances, unless such text is demonstrably in error. Where error exists, the Architect shall be consulted. 11. The electronic media may be obtained at the offices of Franklin Associates, Architects, Inc. 142 North Market Street, Chattanooga, TN 37405, 423-266-1207. 12. All files will be presented in AutoCAD. The Recipient shall be responsible for any conversion or translation. Following is a list of the requested drawings: ORIGINAL DRAWING NO

ORIGINAL DRAWING NO.

TERMS ACCEPTED FOR THE FOLLOWING RECIPIENT:

BY:

DATE:

DOCUMENTS RELEASED BY FRANKLIN ASSOCIATES, ARCHITECTS, INC. BY:

DATE:

END OF SECTION 01 00 05

Job No. 6587.03

01 00 05 - 2

SUMMARY OF WORK SECTION 01 10 00 PART ONE - GENERAL 1.01 A.

SCOPE: The Work of this Contract includes furnishing all supervision, material, equipment and labor required for accomplishing the project shown on the Drawings and described in the Specifications, complete in every respect. 1. 2.

3.

The Contractor will have primary use of the Construction Zone, but not sole use and occupancy of the site. Use of the site also remains available to the Owner and Owner’s separate vendors and contractors. The Contractor will have access to the drives and use of the property where new work is shown. Protect the Owner’s property from any and all damage related to Construction activities. a. b.

4.

All cutting, welding and any other Hot Work performed to accomplish the Work of this Project must comply with Federal and State OSHA Regulations. Contractor must provide fire extinguishers, safety plan, fire watch, protective equipment, and anything else necessary to comply with Federal and State OSHA Regulations.

Any closing or blocking of the rights-of-way of any Public Streets must be arranged by the Contractor with the Authority Having Jurisdiction over such Public Streets.

B.

The intent of the Drawings and Specifications is for the Contractor to provide and install Firing Range Equipment that will be installed within a building to be constructed by the “Building Contractor”. The plans for the proposed “Building Construction” are being developed by the Architect and will be bid approximately 60 days after this “Firing Range Equipment” bid.

C.

Codes Compliance: Refer to the Cover Sheet of the Drawings.

D.

Designers: Refer to the Cover Sheet of the Drawings for a listing of the Architect’s Consultants.

E. Items Specified with a finish color are for information only for Bidding. Do not order any materials for which a color selection is needed until after submitting the items to the Architect for Owner’s review and approval and until after receipt from the Architect of the Owner's color selections. F. If additional Work becomes necessary which is not required or noted on the Drawings or in the Specifications, the Architect will issue instructions regarding such additional work. Based on the Architect's instructions and on observations and measurements taken at the site by the Contractor, witnessed by the Architect, the Contractor will prepare and present for the Architect's review and approval a written price summary within ten (10) working (or business) days after receiving Architect's verbal request for such price. Price summary must comply with Section 01 33 00, 1.12 and the General and Supplementary Conditions, Article 7. The Contractor shall not proceed with such additional Work until after receipt of the Architect's written approval of the price. G. The Contractor shall assume all responsibility for adjacent work which remains, and for any and all damages caused by his operations or his subcontractor's operations to adjacent property, landscaping, grass, curbs, equipment, vehicles, streets, utilities, structures, or anything else; and he shall replace or repair at no cost to the Owner any and all damages caused by his or his subcontractor's operations and actions under this Contract. Job No. 6587.03

01 10 00 - 1

H. The Contractor agrees to cooperate fully with the daily operations of City of Chattanooga. 1.02

PROJECT SCHEDULE: The Contract Time will be as stated on the Bid Form. The General Contractor will advise subcontractors of the Project Schedule. The Project Schedule will be periodically updated, monitored and published by the Contractor.

1.03

COORDINATION WITH OWNER AND ARCHITECT: Point of contact with the Owner is Cary Bohannon, City of Chattanooga; phone 423-425-7827. Point of contact with the Architect is Matthew Twitchell, Project Manager for Franklin Associates, Architects, Inc., phone 423-266-1207.

1.04

SUB-CONTRACTS AND COORDINATION AMONG CONTRACTORS: All sub-contracts for labor, equipment, and material shall be under the General Contractor. The General Contractor shall be responsible for the general overall coordination of the work. Each subcontractor shall carefully check all sheets of the drawings, all sections of the specifications and the project site in order to advise the General Contractor, and the other sub-contractors, and to assist in the coordination of their phase of the work. Each subcontractor shall leave the required space and clearances for the work of others. Field-check all dimensions and file a written report to the Architect when discrepancies occur between the work to be performed and the drawings and specifications, or project site conditions. If no report is filed prior to approvals of shop drawings and samples, it will be assumed that no conflict occurs. Resolution of conflicts after shop drawings and sample approval shall be resolved by the Architect and the conflicts corrected in the field at no increase in the contract sum.

A.

Mechanical and Electrical subcontractors shall prepare co-ordination drawings for the use of the General Contractor and the other subcontractors.

1.05

DIVISION OF SPECIFICATIONS: The Contractor will be solely responsible for and will be the final authority in dividing the Work among the subcontractors. Division of specifications into sections is for convenience of reference, and is not intended to control the Contractor in dividing work among sub-contractors or to limit scope of work performed by any trade under any given section.

1.06

CUTTING AND PATCHING: Comply with Section 01 73 29 and other Sections as appropriate.

1.07

SUBMITTALS: Submit without causing delay in work, layouts, details, schedules, setting, and shop drawings, of such parts of the work as specified or required. Submit samples for color selections, etc. Comply with Section 01 33 00.

1.08

PERMITS AND TAXES: The Contractor and their Subcontractors shall determine the requirements for, shall obtain, shall pay for and shall include in the Contract Sum all county, city and state construction permits, sales and use taxes and all other federal, state and local permits and taxes applicable to the work covered by this specification. No adjustment in the Contract Sum, or any other extra cost, will be allowed the General Contractor or suppliers for any such permits and taxes.

1.09

NOTICE OF COMPLETION: The Contractor shall file the Public Notice of Completion with the appropriate municipal office, and in the Legal Notices for the area in which the Project is constructed.

1.10

SPECIAL REQUIREMENTS:

A.

During construction, construction personnel may park on the project site at locations designated by the “Building Contractor”, approved by the Owner.

Job No. 6587.03

01 10 00 - 2

B.

The Owner attempts to promote and maintain an atmosphere which reinforces and encourages respect for others. The Contractor shall endeavor to encourage behavior on the job site which is consistent with this goal. Vulgar or abusive language or profanity directed at the Owner’s employees or the general public will be considered unacceptable. Acts which could be interpreted as sexual harassment will not be tolerated.

1.11

CONTRACTOR’S SUPERINTENDENT: The Contractor must provide a full-time Superintendent dedicated to the supervision of this project only (not a superintendent who is also working with tools or operating equipment) and who must be on site at any and all times construction work is in progress. Comply with Article 3.10.1.1 of Supplementary Conditions for notifying Architect about Work performed outside normal working hours.

1.12

SUBSTANTIAL COMPLETION: Date of Substantial Completion for the entire Work of this Contract will be established in the Agreement Between Owner and Contractor.

1.13

LIQUIDATED DAMAGES: There are no liquidated damages in this contract.

PART TWO – PRODUCTS 1.01

SCOPE: Refer to requirements in Paragraphs 3A and 3B in Section 00 22 13, Supplementary Instructions to Bidders.

PART THREE - EXECUTION 3.01

GENERAL: Work shall be accomplished in strict accordance with the intent of the drawings and specifications, in accordance with manufacturer's written instructions and in compliance with all applicable codes, laws and regulations. Where the "Intent" of the documents is not clear, the following principles shall govern:

A.

SIMILAR CONDITIONS: Where materials or products are indicated by section, detail, or note to be installed at a particular location, the indicated materials or products shall be installed where similar conditions occur. The contractor shall make such allowances as necessary for any dimensional variations, such as width, length and thickness. Sections and details are indicated for particular locations or conditions; where similar conditions occur, those sections and details shall apply.

B.

QUALITY OF WORKMANSHIP: All workmanship shall be of the highest quality in keeping with the best examples of the industry standard. Where samples of work are required by these specifications, all installed work shall be equal in quality and of identical materials to the approved samples.

C.

QUANTITIES: 1.

In general, the number of required items and extent of materials are indicated on the drawings. Furnish and install all miscellaneous items, materials and products, (including all bolts and connectors) indicated on the drawings, indicated in the approved shop drawings, specified herein and/or required for a complete installation in keeping with the intent of the contract documents. The fact that a number, area or dimension is shown on the drawings does not relieve the Contractor of his responsibility for quantities.

2.

Where technical specifications refer to any material, item, assembly, system, component or the like in singular, the reference shall be taken in the plural where required in more than one location, and the correct numbers of items shall be provided.

Job No. 6587.03

01 10 00 - 3

3.02

All excess materials, trash and debris shall be removed from the site and legally disposed. No burying or burning of trash on site will be permitted.

3.03

Tradesmen are expected to be competent in their respective trades.

3.04

SITE VISIT: Prior to submitting bids, Contractors shall visit the site and inspect the existing conditions.

3.05

USE OF THE SITE:

A.

The Site is available for the Contractor's use 24 hours a day, seven days a week, after the Notice to Proceed for Installation of Equipment has been issued by the Owner. The Contractor's superintendent must be on site at any and all times construction work is in progress as described in Paragraph 1.11. Comply with Supplementary General Conditions requirements for notifying Architect about Work performed outside normal working hours.

B.

All public and private roads and drives on and around the Project Site must remain clear and open for normal daily use. Contractor must coordinate any temporary closures of private roads with the Owner and coordinate any closures of public roads with Authorities Having Jurisdiction.

END OF SECTION 01 10 00

Job No. 6587.03

01 10 00 - 4

SUBMITTALS SECTION 01 33 00 1.01

SCOPE: This section covers procedures and general requirements for submittals.

A.

Submit shop drawings, product data and samples required by the Contract Documents which demonstrate or illustrate how the Contractor proposes to conform to the information given and the design concept expressed in the Contract Documents.

B.

Submit itemized cost proposals for all changes in the Work.

1.02

SUBSTITUTIONS, VARIATIONS OR DEVIATIONS: If submittals contain substitutions, variations, or deviations from contract requirements because of industry standard practice or any other reasons, Highlight or encircle, and make specific mention of such variations, substitutions, or deviations in submittal letter.

1.03

SHOP DRAWINGS: Show working and erection dimensions, arrangements, and sectional views. Include necessary details and complete information for making material and finish selections. Show descriptive names of materials or equipment which are to be installed in the Work.

1.04

PRODUCT DATA: Mark each copy to clearly identify products, models, options, and other data; supplement manufacturer's standard data to provide information unique to the Work.

1.05

SAMPLES: Submit full range of manufacturer's standard colors, textures, and patterns, etc. for Architect's selections. Include identification on each sample, giving full information.

1.06

COLOR SELECTIONS: Color selections will not be made by the Architect or submitted for the Owner's approval until Contractor submits all items requiring a color selection. Such items shall be submitted at one time.

1.07

QUANTITIES: Unless otherwise specified submit five copies of each shop drawing, product data and sample. Consult with Architect prior to obtaining large samples for submittals.

1.08

PROCEDURES: Deliver submittals to Architect at address shown on title page. Facsimile submittals are not acceptable. Make submittals without causing delay in work. Date submittals, number consecutively, and include project name. After initial submittal, if so noted, make indicated corrections and changes; if "Rejected" or "Not Approved", resubmit until designated by Architect/Engineer as "Approved" or "Approved As Noted". Any corrections and changes indicated on submittal shall not be considered as an "extra" work order.

1.09

CONTRACTOR'S REVIEW: The Contractor is responsible for taking field measurements, verifying field conditions and making the various parts of the Work fit together properly. Before submitting shop drawings, check drawings of sub-contractors, suppliers, etc. for accuracy. See that work contiguous with and having bearing on work indicated on shop drawings is accurately and distinctly illustrated, and that indicated work complies with the contract requirements.

1.10

ARCHITECT'S REVIEW: The Architect's review of the Contractor's submittals is for the limited purpose of checking for conformance with information given and the design concept expressed in the Contract Documents; such review by the Architect shall not relieve the Contractor of the Contractor's obligations under the General Conditions of the Contract for Construction or other requirements of the Contract Documents. Shop drawing approval by Architect will be general; it shall not relieve Contractor of responsibility for accuracy of such shop drawings, nor for proper fitting, construction of work, furnishing of material, or work required by contract and not indicated on shop drawings.

Job No. 6587.03

01 33 00 - 1

1.11

FIELD SAMPLES AND MOCK-UPS: Provide field samples and mock-ups as required by individual sections, installed in complete and finished fashion. Approved samples and mock-ups in place may be retained in completed work and shall be used as basis for approving or rejecting installed work.

1.12

ITEMIZED PROPOSALS: In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and subcontracts. Where major cost items are subcontracts, they shall be itemized also. In no case will a change involving over one thousand dollars ($1,000.00) be approved without such itemization.

END OF SECTION 01 33 00

Job No. 6587.03

01 33 00 - 2

CUTTING AND PATCHING SECTION 01 73 29 PART ONE - GENERAL 1.01

WORK INCLUDED: This Section establishes general requirements pertaining to cutting, fitting, and patching of the work.

1.02

COORDINATION:

A.

It is the intent of the Contract Documents to accomplish the work with the minimum amount of cutting.

B.

The Contractor is responsible for all cutting and patching which includes demolition work for required access and clean-up of all debris resulting from such work. 1.

When cutting or patching of existing building construction is required, the Contractor may require subcontractors to perform such work and clean-up resulting debris.

2.

When cutting or patching of new work is required, the Contractor may require subcontractors to perform such work and clean-up resulting debris.

3.

No sub-contractor, trade or craft shall perform any cutting without first notifying the Contractor as to the number and sizes of access required and receiving the Contractor's permission.

4.

Each sub-contractor, craft or trade requiring cutting or patching work shall notify the Contractor to the fullest extent in the scheduling and coordination of work to minimize the need for cutting and patching.

C.

Contractor shall be responsible for providing all required protection including but not limited to, shoring, design of shoring, bracing and support to maintain structural integrity of the Work.

D.

The Contractor must patch and / or re-build any Fire-Rated, Smoke-Rated, or Sound-Rated Partitions or ceilings that are damaged during performance of Work under this Contract to their original condition prior to the damage, and to maintain their rating status in compliance with STC Assemblies, UL Assemblies and IBC Requirements.

1.03

DEFINITIONS:

A.

Patching includes restoration or replacement of construction material, including finishing.

B.

Cutting and Patching: 1.

Includes cutting and patching of both previously existing work and nominally completed portions of Contract work.

2.

Excludes shop drilling of holes to install fasteners.

3.

Excludes special categories of work identified as alterations, demolition, excavating, grading, planting, cleaning, removal/replacement of non-complying work and similar activities; although some of these activities may require cutting and patching.

Job No. 6587.03

01 73 29 - 1

PART TWO - PRODUCTS 2.01

MATERIALS: For replacement of Work removed, re-use existing materials or use materials which match existing or which comply with pertinent sections of these Specifications or which are approved by the Architect.

PART THREE - EXECUTION 3.01

GENERAL: Contractor shall oversee all cutting and patching for approval by the Architect.

3.02

PERFORMANCE:

A.

Perform all cutting, fitting and patching that may be required to make the several parts of the work fit together properly. Do not endanger the Work or any part of it. Design shoring and bracing or retain a licensed structural engineer to design and inspect shoring and bracing. Furnish, erect, maintain in safe condition and remove shoring and bracing as necessary to accomplish the work.

B.

Perform cutting and demolition by methods which will minimize damage to other portions of the Work and will provide proper surfaces to receive installation of repair and new work.

C.

No use of open flame, torch or welding equipment will be allowed without a fire extinguisher being ready for use within ten feet of the work. At the end of each work day, Contractor's Superintendent shall inspect all areas where open flame, torch or welding equipment was used to be certain there is no possibility of fire existing as a result of that work.

D.

Protect the building from any and all damage related to Construction activities. 1.

All cutting, welding and any other Hot Work performed to accomplish the Work of this Project must comply with Federal and State OSHA Regulations.

2.

Contractor must provide fire extinguishers, safety plan, fire watch, fire blankets, other protective equipment, and anything else necessary to comply with Federal and State OSHA Regulations.

E.

Patch work shall be performed by appropriate sub-contractor engaged in a given craft or trade. That is, plaster contractor shall do all patching of plaster, a ceramic tile contractor shall patch ceramic tile, etc.

F.

Patching of all finishes shall match existing work, to the approval of the Architect.

G.

Refinish entire surfaces as necessary to provide an even finish. For continuous surfaces, refinish to nearest intersections.

3.03

COST: The cost of required cutting and patching shall be included in the Contract Sum.

END OF SECTION 01 73 29

Job No. 6587.03

01 73 29 - 2

BULLET TRAP AND CONTAINMENT SYSTEM SECTION 11 67 23 PART ONE – GENERAL 1.01

SCOPE

A. The Quality Standards and the Basis-for-Design and Bidding for Firing Range Equipment manufacturers, products, materials, and systems included in this Section, and their installation, are the following: 1. Action Target; Model TCT4D. 2. Savage Range Systems, Inc.; Model 800D. B. Refer to Specification Section 00 22 13, Supplementary Instructions to Bidders, Paragraphs 3A and 3B for additional information. 1.02

EQUIPMENT DESCRIPTION

A. Bullet Containment System: provide a bullet containment system that will capture bullets fired from all conventional shotguns, handguns, pistols and rifles up to and including 0.50 cal. BMG, Hard-ball (green tips and/or 5.56 mm M855). Also using any of these ammunition types: Soft point, hollow point, full metal jacket, wadcutters, slugs, buckshot, and birdshot. Trap shall, without allowing bullet penetration and without sustaining other damage, be capable of stopping and containing the listed projectiles. Steel core, ceramic tip and AP ammunition will not be used. B. The system shall: 1.

Absorb all fired ammunition projectiles, including acute angle strikes while preventing splash backs and ricochets.

2.

Provide ricochet-proof o peration and complete bullet containment within the system, preventing any bullets fired into the trap from exiting range.

3.

Allow shooters to safely shoot from all distances into the system with no danger from ricochets or bullets bouncing, in whole or part, back toward the shooter or range personnel.

4.

Prevent bullet fragmentation, deviation, and disintegration. A smash plate design, where the bullet must lose its energy through deformation and/or disintegration, is not acceptable.

5.

The system must clearly reduce pulverized lead particles, excluding high velocity lightweight jacketed bullets and rounds striking ceiling baffles, wall, or floors prior to entering the system.

FAAI Project 6587.03

11 67 23 - 1

BULLET TRAP AND CONTAINMENT SYSTEM SECTION 11 67 23 6.

Provide a containment system which provides the maximum possible reduction of hazardous lead materials, while providing an environmentally clean range, which will assure the highest degree of safety possible for all range employees and shooters.

7.

The bullet containment system must meet or exceed all OSHA and EPA requirements and must provide a system which minimizes hazardous material clean up.

8.

The system shall include an electrically operated Automatic Bullet Recovery System (no pneumatic operated equipment) for the continuous collection and removal of the spent bullets from the trap. Bullets shall be deposited in a central container without the need for range personnel to handle the material.

9.

The bullet trap shall include an air system for capturing dust particles that escape from the throat of the deceleration chamber. The unit will be equipped with high efficiency filters and media absorbers.

10. The bullet containment system shall be manufactured from non-combustible materials. 1.03

QUALITY ASSURANCE: Refer to Specification Section 00 22 13, Supplementary Instructions to Bidders, Paragraphs 3A and 3B. Products, materials, systems and their installation must receive manufacturer’s standard material and installation warranties.

A. Manufacturer’s Qualifications: -Bullet trap manufacturer shall demonstrate at least five (5) years experience supplying and installing identical equipment (the same equipment of equal or greater size that is being bid). Unproven prototypes will not be accepted. 1. Manufacturer shall provide a representative list of prior installations to prove they comply with this requirement. 2. Manufacturer must be able to demonstrate that the proposed Automatic Bullet Recovery system has been used successfully with the proposed bullet traps for at least 5 years. 1.04

SUBMITTALS

A. Submit detailed shop drawings, fully dimensioned, including specifications for bullet trap, auger, bullet loader, fans, filters, compressor and other similar components. B. Mill certificates for AR500 plates. C. Submit operating and maintenance instructions for inclusion in maintenance manuals.

FAAI Project 6587.03

11 67 23 - 2

BULLET TRAP AND CONTAINMENT SYSTEM SECTION 11 67 23 PART TWO – PRODUCTS 2.01

SCOPE:

A. Bullet Trap 1.

The bullet trap and containment system is a bullet backstop and containment unit of steel plate construction for heavy use on high-volume indoor range, employing a sloping funnel design with top and bottom impact plates to be constructed of a minimum of AR 500 steel plates.

2.

Trap shall utilize a minimum of 3/8” AR500 steel impact plates to direct the bullet into an enclosed, sealed, and fully shielded chamber where its’ velocity is safely removed.

3.

The deceleration design shall incorporate an arcuate shape, which minimizes primary and secondary impacts, which will increase the life of the chamber.

4.

The throat is designed in such a way that the combination of the primary impact plates and the secondary impact plates are such that the initial impact of a projectile will be 15 degrees or less. On the secondary impact inside the throat, all surfaces are designed such that impact is 18 degrees or less. No primary impact shall be capable of impacting the deceleration surface inside the chamber.

5.

Projectile shall be contained in a deceleration chamber which provides a generally circular trajectory to decelerate the projectile.

6.

Containment chamber is of modular construction with no welding between components and is a sealed system such that once lead fragments enter the chamber they are contained within said chamber when it is under negative pressure.

7.

The radius of the deceleration chamber shall be no less than 12” in order to minimize lead accumulation and wear on the deceleration surfaces

8.

Upper deflector plates shall extend far enough and at such an angle as to completely cover the area between the tops of the deflection plates and the roof such that the roof, support members and hanging structures cannot be impacted by bullets.

9.

There shall be no area where lead particulates accumulate which need to be cleaned by any other method other than canister removal or screw auger conveyance.

10. Trap shall have a front aperture height of 8’-0” and a horizontal center-line of 4'0” off the ground.

FAAI Project 6587.03

11 67 23 - 3

BULLET TRAP AND CONTAINMENT SYSTEM SECTION 11 67 23 11. Deceleration shall occur in free-air and not in any other medium such as rubber, water, etc. Trap shall not require the use of or introduce any chemical media. 12. Bullet components, which have lost their momentum, will be directed into a Automatic Bullet Recovery system. Removal of contained lead shall not require any process such as scooping, shoveling, sifting, etc. which would disturb the settled state of the lead and lead particulates. 13. The bullet trap shall be set in at least 48” on the rear and 12” on each side to allow full, unrestricted service and inspection access to all surfaces of the structure, even after complete assembly.

B.

Lead Dust Filtration 1. Trap deceleration unit shall employ an active lead accumulation system to capture and remove airborne lead particulates within and surrounding the chamber. This system shall then direct captured bullet components into a projectile removal system where they can be readily removed for disposal or recycling. The system shall be connected to the accumulation system by means of an airtight seal. 2. Trap shall employ an air collection and filtration system to collect and purify the air within the main deflection aperture/collection chamber. 3. Air collection and filtration system shall be able to balance airflow along length of trap. 4. Said purification apparatus shall process the required airflow at an efficiency exceeding 99.99% on 1-micron particulates and exceeding 99.6% on 0.12-micron particulates. 5. Said purification apparatus shall be self-cleaning. Any filter elements, which are disposable, shall have an average life expectancy of 5000 operating hours. 6. A second stage, redundant HEPA grade filtration system shall be available which shall filter all air processed by the primary filtration system. The HEPA filter shall exceed 99.99% efficiency on 0.12-micron particulates.

PART THREE – EXECUTION 3.01

INSTALLATION: Installation must comply with manufacturer’s requirements and must receive manufacturer’s standard installation warranty; and comply with the following: 1. Check all site dimensions and make allowances for any discrepancies. 2. Assemble all components and secure upper ramp to support structure above. Each upper ramp section requires two (2) suspension points each capable of supporting at least 375 pounds.

FAAI Project 6587.03

11 67 23 - 4

BULLET TRAP AND CONTAINMENT SYSTEM SECTION 11 67 23 3. Carefully align all ramp components to eliminate obstructions. 4. The auger system shall be completely assembled and prepared for its intended use. 5. Coordinate construction at perimeter of trap components with adjacent building components. 6. Coordinate all supporting construction with the Building Contractor. 7. The range equipment manufacturer is responsible for installation of the dust recovery system. 8. Touch up any primed surfaces damaged during shipment or installation. All surfaces subject to bullet impacts shall receive a final coat of primer. Surfaces not exposed to bullet impacts will receive a finish coat of “Direct to Metal” (DTM) paint or equivalent. 9. Test all systems to ensure that all are operating properly. END OF SECTION 11 67 23

FAAI Project 6587.03

11 67 23 - 5

BAFFLE & SAFETY CEILING SYSTEMS SECTION 11 67 24 PART ONE – GENERAL 1.01 SCOPE A. The Quality Standards and the Basis-for-Design and Bidding for Firing Range Equipment manufacturers, products, materials, and systems included in this Section, and their installation, are the following: 1. Action Target; Model CBW, Ceiling Baffles 2. Savage Range Systems, Inc.; Model B801T – 25Y. B. Refer to Specification Section 00 22 13, Supplementary Instructions to Bidders, Paragraphs 3A and 3B for additional information. C. WORK INCLUDED: This Section establishes general requirements pertaining to an overhead Containment System: provide overhead baffle systems that will safely capture or deflect bullets fired from all conventional shotguns, handguns, pistols and rifles up to and including a .460 Weatherby rifle caliber (8,100 ft. lbs. Energy at muzzle), using any of these ammunition types: Soft point, hollow point, full metal jacket, wadcutters, slugs, buckshot, and birdshot. Except for the sacrificial antiricochet covering, the system must be able to accept all of these types of ammunition without damage to any part of the baffle system. Steel core, ceramic tip and AP/API ammunition will not be used. 1. The system shall: (1) Allow shooters to safely shoot into the system with no danger from ricochets or bullets bouncing, in whole or part, back toward the shooter or range personnel. (2) Redirect downrange all fired ammunition projectiles, including acute angle strikes while preventing splash backs and ricochets. (3) Prevent any bullets fired from the Firing Line towards the trap from directly exiting range without having made contact either the baffle systems or concrete sidewalls. (4) Prevent errant discharges at the firing line from escaping the range without creating a ricochet hazard for the User. 2. The baffles shall extend full with of the range and be positioned to ensure that ‘no blue sky’ is visible from the defined firing locations and positions. The line of fire from any position must strike the baffle panel at least 4” from the top edge. 3. The safety ceiling shall extend the full width of the range. It shall extend a minimum 12’ forward beginning at a point 3’ behind the farthest firing line. 4. The ceiling baffles noted in the plans to receive 1” of acoustical treatment, see Acoustical Ceiling Treatment section in Specification 11 67 25 D. SUBMITTALS a. Submit detailed shop drawings, fully dimensioned. E. DEFINITIONS: a. Patching includes restoration or replacement of construction material, including finishing. Job No. 6587.03

11 67 24 - 1

b. Cutting and Patching includes cutting and patching of both previously existing work and nominally completed portions of Contract work. 1. Excludes shop drilling of holes to install fasteners. 2. Excludes special categories of work identified as alterations, demolition, excavating, grading, planting, cleaning, removal/replacement of noncomplying work and similar activities; although some of these activities may require cutting and patching. 1.02 QUALITY ASSURANCE: Refer to Specification Section 00 22 13, Supplementary Instructions to Bidders, Paragraphs 3A and 3B. Products, materials, systems and their installation must receive manufacturer’s standard material and installation warranties. PART TWO – PRODUCTS 2.01 MATERIALS A. Except where noted otherwise, provide the manufacturer’s standard products and equipment. a. Baffles shall be of steel plate construction for heavy use / high volume. The design of the baffle system shall consist of: i. Minimum 3/8” AR500 steel plate ii. One layer of 3 /4” CDX plywood. Plywood shall be attached using No. 8 selfdrilling screws, countersunk into the wood. iii. An air gap with a minimum depth of 7/8” between the steel plate and the plywood. iv. Structural framing on the back of the AR500 steel panel to ensure stability. b. Safety ceiling panels shall be of steel plate construction for heavy use / high volume. The design of the baffle system shall consist of: i. Minimum 3/8” AR500 steel plate. ii. One layer of 3/4” CDX plywood. Plywood shall be attached using No. 8 selfdrilling screws, countersunk into the wood. iii. An air gap with a minimum depth of 7/8” between the steel plate and the plywood. iv. Structural framing on the back of the AR500 steel panel to ensure stability. v. Adjacent panels shall have positive bolted connections and not rely on pressure or friction to get the panels connected. Joints between panels shall be backed with steel plate to ensure that bullet fragments cannot get past the panel. vi. The panel face exposed to the shooters shall be smooth and free from any protrusions (bolts, additional plates, etc.) that have the potential to cause a ricochet. vii. Each panel shall be suspended independently with a minimum of 6 supports from the support structure and not rely on adjacent panels for support. viii. There shall be no gaps between panels. Any holes in the baffle panel shall be ‘backed up’ / covered on the reverse side of the panel with material meeting or exceeding the hardness of the baffle panel. ix. All components other than the suspension materials (chain, turnbuckles, etc.) shall be factory primed.

Job No. 6587.03

11 67 24 - 2

PART THREE - EXECUTION 3.01 GENERAL: Contractor shall oversee all cutting and patching for approval by the Architect. A. PERFORMANCE: The Building Contractor is responsible for all supporting trusses and concrete work. a. All concrete and/or steel work of any kind, required to receive the containment equipment will be the responsibility of the Building Contractor. b. Provide all exposed steel with prime coat. The Building Contractor will be responsible for provision of finish painting baffles (if required). c. Touch up any coated surfaces damaged during shipment. d. Check all site dimensions and make allowances for any discrepancies. e. Assemble all components. Carefully align all baffle & safety ceiling components to eliminate obstructions. 3.02 INSTALLATION: Installation must comply with manufacturer’s requirements and must receive manufacturer’s standard installation warranty; and comply with the following:

END OF SECTION 11 67 24

Job No. 6587.03

11 67 24 - 3

TARGET SYSTEMS AND CONTROLS, WALL PROTECTION AND ACOUSTICAL TREATMENT SECTION 11 67 25 PART ONE – GENERAL 1.01

SCOPE

A. The Quality Standards and the Basis-for-Design and Bidding for Firing Range Equipment manufacturers, products, materials, and systems included in this Section, and their installation, are the following: 1. For Target Systems and Target Controls provided by Action Target: a. Fixed Turns: MANCOM - LFR3000 b. Running Targets: MANCOM - LDR3000 c. Control system: MANCOM - MCS1100 2. For Target Systems and Target Controls provided by Savage Range Systems, Inc.: a. Fixed Turns: Savage Model TT180 b. Running Targets: Savage Model Permanent Running Man c. Control System: Nexgen Target Control System 3. Wall Protection: a. Action Target: Model WBW, Wall Baffles b. Savage Range Systems, Inc.: Model Combat Walls 4. Acoustical Treatment for Walls (equipment manufacturer’s choice): a. Action Target: 2” Thick Sound Panels (PEPP); Charcoal Color. b. Savage Range Systems, Inc.: 2” Thick Sound Panels (PEPP); Charcoal Color. 5. Acoustical Treatment for Ceilings (equipment manufacturer’s choice): c. Action Target: 1” Thick Ceiling Baffles; White Color. d. Savage Range Systems, Inc.: 1” Thick Ceiling Baffles; White Color. B. Refer to Specification Section 00 22 13, Supplementary Instructions to Bidders, Paragraphs 3A and 3B for additional information. 1.02

QUALITY ASSURANCE: Refer to Specification Section 00 22 13, Supplementary Instructions to Bidders, Paragraphs 3A and 3B. Products, materials, systems and their installation must receive manufacturer’s standard material and installation warranties.

1.03

SUBMITTALS

A. Submit detailed shop drawings, manufacturer’s product literature and installation instructions. B. Submit operating and maintenance instructions for inclusion in maintenance manuals. Job No. 6587.03

11 67 25 - 1

PART TWO – PRODUCTS 2.01 A.

FIXED TARGETS Materials Basis of Design MANCOM - LFR3000 1. Fixed Lateral 360° Turning Target Unit shall be suspended from an overhead track behind a protective barrier. The carrier housing shall be of a clamshell design to facilitate installation and removal of the carrier assembly from the track. 2. The carrier body shall be made of 11-gauge mild plated steel. The target carrier shall be totally enclosed to prevent debris from getting inside. The downrigger shall have a clamping assembly of ballistic steel to hold the target below the carrier body. 3. A clutch shall disengage the clamp from the turning motor if a large external force is applied to the motor. Once the force is removed and the target is turned, the clutch shall automatically reengage the clamp to the motor. Target rotation shall be controlled by the 360° Random Edging™ target-turning mechanism. This mechanism shall be controlled by a Touch Plus™ Control Cabinet and operated from a Master Control Screen. The cabling and mounting system shall permit multiple carriers to be mounted on one track. Control and power circuits for the carrier shall be made through a connector with a positive lock and a quarter-turn release. Locking thumbscrews shall be utilized to secure the carrier at the desired position.

2.02 B.

MOVING TARGETS Materials Basis of Design MANCOM - LDR3000 1. The Dual Running Man Target Carrier shall be suspended from an overhead track. 2. The carrier housing shall be fabricated of 11-gauge plated steel and shall be skeletonized to reduce weight. 3. The transport wheels shall be of a ball bearing style with low friction for smooth travel and shall be protected by the carrier enclosure. The track shall be the 11-gauge satin-coated track with special spacers to allow dual running man operation. 4. The two carriers shall travel parallel to one another 5” apart. The drive unit shall allow the carrier to the moved laterally without hitting dead stops and shall allow operation of the carrier from the Master Control Screen in the range control room. The carrier shall be able to reverse automatically and shall have three speeds. The system shall allow for the option of continuous motion or of changing speeds at any time.

2.03 A.

TARGETS SYSTEM CONTROLS Materials Basis of Design MANCOM - MCS1100 1. Master Control unit shall be placed in the range control room. The Master Control Screen (MCS) shall communicate with and control the range target equipment.

Job No. 6587.03

11 67 25 - 2

2. The display shall provide full word descriptors on the buttons. The touch screen shall be the system’s operator interface. 3. The MCS shall not use a hard drive or volatile memory. The MCS shall power up within 10 seconds and shall feature a sleep function to power down after 60 minutes of inactivity, while a simple touch of the screen shall wake it up. 4. The MCS shall be part of an integrated system that controls the targeting units and optional equipment such as range lighting, photoelectric safety beam, intercom, door alarms and HVAC. 5. The touch screen shall have an audible tone to acknowledge receipt of a command (can be disabled). The MCS shall communicate with a control cabinet for data communications to the other range equipment. 6. The MCS shall be connected to the control cabinet with a nine-pin connector. 7. The Master Controller should allow the operator to program up to 100 training scenarios that can be used across the entire range or at specified shooting locations. 2.04

WALL BAFFLES

A.

Materials 1. Wall Baffles system consists of rubber panels and rubber/wood constructed with air spaces to allow penetration through the self-healing outer rubber surface. 2. Standard wall becomes the backing for the occasional shots fired. Projectile is captured within the air space and chance of ricochet will be eliminated. 3. System is modular to installation and includes all rubber/wooden framing, rubber panels, and assembly fasteners. Panel shall be firmly secured to the rubber/wooden frame at both top and bottom of the wall. 4. Front side of the wall baffle shall have 1/4 inch (6.5 mm) rubber belting. 5. Back surface of the baffle shall have a minimum thickness of 3/8 inch (9.5 mm) manufactured from heat treated AR500 armor plate. All wood items fabricated of (FTW) Fire Treated Wood.

2.05 B.

ACOUSTICAL WALL TREATMENT Materials 1. 2” Semi-Rigid Porous Expanded Polypropylene Acoustical Bead Foam (P.E.P.P.) Charcoal colored 2. Flammability standards - ASTM E84, Class A. 1": Flame Spread: 3, Smoke Developed: 84 Flame Spread: 5, Smoke Developed: 113

Job No. 6587.03

11 67 25 - 3

2.06 C.

ACOUSTICAL CEILING TREATMENT Materials 1. 1” Semi-Rigid Porous Expanded Polypropylene Acoustical Bead Foam (P.E.P.P.) white colored 2. Flammability standards - ASTM E84, Class A. 1": Flame Spread: 3, Smoke Developed: 84 Flame Spread: 5, Smoke Developed: 113

PART THREE – EXECUTION 3.01

INSTALLATION: Installation must comply with manufacturer’s requirements and must receive manufacturer’s standard installation warranty; and comply with the following: 1. Check all site dimensions and make allowances for any discrepancies. 2. Assemble all components and secure to supporting substrate components. 3. Carefully align all components to eliminate obstructions. 4. All system components must be completely assembled and prepared for their intended use. 5. Coordinate construction at perimeters with adjacent building components. 6. Coordinate all supporting construction with the Building Contractor. 7. Test all systems to ensure that all are operating properly. END OF SECTION 11 67 25

Job No. 6587.03

11 67 25 - 4

BACK LINE

.

30' ACOUSTICAL WALL PANELS

20'-0"

ACOUSTICAL WALL PANELS

FIRING LINE

101'-10 1/2" WIDTH OF ACOUSTICAL BAFFLES OVERHEAD ACROSS LENGTH OF RANGE EXTEND TO WITHIN ONE INCH OF SIDE WALLS SEE SECTION FOR DETAILS 15 YD. FIRING LINE

.

25 YARDS (75'-0")

25 YARD RANGE (25 LANES)

7 YD. FIRING LINE 32' WALL BAFFLES .

5 YD. FIRING LINE 3 YD. FIRING LINE DUAL RUNNING MAN TARGETS

BULLET TRAP SYSTEM

.

FIXED LATERAL 360° TURNING TARGETS

.

4'-0" (MIN.)

1

Firing Range Plan SCALE: 1/16" = 1'-0"

6 MAY 2013 COPYRIGHT © 2013 FRANKLIN ASSOCIATES ARCHITECTS, INC.

City of Chattanooga / Hamilton County

Firearms Training Facility

Bid Document

A1

franklin

| architects

30'-0"

DUST COLLECTION UNIT

CONTAINMENT TRAP

32'-0" WALL BAFFLES

1

DECELERATION CHAMBER

TARGET LINE

3 YD. FIRING LINE

5 YD. FIRING LINE

7 YD. FIRING LINE

10'-0"

ANGLED CEILING BAFFLES

15 YD. FIRING LINE

TO STEEL

8'-3"

TO STEEL

10'-3 3/8" FIRING LINE

TO STEEL

8'-3"

10'-0"

FLAT CEILING BAFFLE

SCREW CONVEYOR

Firing Range Section SCALE: 1/8" = 1'-0"

6 MAY 2013 COPYRIGHT © 2013 FRANKLIN ASSOCIATES ARCHITECTS, INC.

City of Chattanooga / Hamilton County

Firearms Training Facility

Bid Document

A2

franklin

| architects