PROJECT MANUAL - Greenwich Public Schools

2 downloads 214 Views 32MB Size Report
Nov 19, 2013 ... 07 6200 SHEET METAL FLASHING AND TRIM ... can be viewed at the Greenwich Public Schools website: www.greenwichschools.org. 2. ...... License required: E1,2 L-5,6 C-5,6 T-1,2 L-1,2 V-1,2,7,8,9) ...... Submit electronic submittals via email as PDF electronic files. a. ...... Lateral Design: AISI S213.
Volume 1 of 1 BID DOCUMENTS: NOVEMBER 19TH, 2013

PROJECT MANUAL Greenwich Public Schools WMS Curtainwall Replacement Board of Education Bid Number:

986-13

KSQ Project # 1317908.00 Architect: KSQ Architects, P.C. 235 Main Street, Suite 410 White Plains, NY 10601 T. 914.682-3700 F. 917.591.7013 www.ksqarchitects.com

Owner: Greenwich Public Schools 290 Greenwich Avenue Greenwich, CT 06830 Facility Names: Western Middle School 1 Western Jr. Hwy., Greenwich 06830

Construction Manager: School Construction Consultants, Inc. 190 Motor Parkway Suite 201 Hauppauge, NY 11788

Structural Engineer:

MEP Engineer: Damiano Barile Engineers, P.C. 77 Tarrytown Road White Plains, NY 10607

Environmental Engineer:

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 00 0110 - TABLE OF CONTENTS

DIVISION 0 - BIDDING DOCUMENTS, CONTRACTS AND CONDITIONS 00 0101 00 0110 00 0300 00 0301

COVER TABLE OF CONTENTS INVITATION TO BIDDERS (LETTER) INSTRUCTIONS TO BIDDERS

00 0400 00 0410

BID FORM CONTRACTOR'S QUALIFICATION STATEMENT

00 0460 00 0461 00 0462

NON-COLLUSIVE AFFIDAVIT PREVAILING WAGE SCHEDULE REFERENCES

00 0472 00 0473 00 0474

FORM OF BID BOND CERTIFICATE AS TO CORPORATE PRINCIPAL PERFORMANCE MAINTENANCE AND PAYMENT BOND

00 0481 00 0482 00 0483A 00 0483B 00 0483C

INSURANCE PROCEDURE INSURANCE REQUIREMENTS SAMPLE ENDORSEMENT LETTER A.M. BEST KEY RATING AFFIRMATIVE ACTION COMPLIANCE AFFIDAVIT

00 0484

SAMPLE CONTRACT

00 0485 00 0486

CONSENT OF SURETY AFFIDAVIT FOR FINAL PAYMENT

00 0487 00 0488 00 0489

FORM AU-764 DEPOSIT BY A PERSON DOING BUSINESS WITH A NONRESIDENT CONTRACTOR FORM REG-1 BUSINESS TAXES REGISTRATION APPLICATION CONNECTICUT COMMISSION ON HUMAN RIGHTS AND OPPORTUNITIES

00 0800

SUPPLEMENTARY CONDITIONS OF THE CONTRACT

00 8500

LIST OF DRAWINGS

DIVISION 1- GENERAL REQUIREMENTS 01 1000 01 1100 01 2100 01 2300 01 2600 01 2900 01 3119 01 3300 01 3301 01 4000 01 5000 01 6000

SUMMARY OF WORK MILESTONE SCHEDULE ALLOWANCES ALTERNATES MODIFICATION PROCEDURES PAYMENT PROCEDURES PROJECT MEETINGS ELECTRONIC SUBMITTAL PROCEDURES SUBMITTAL COVER PAGE QUALITY REQUIREMENTS TEMPORARY FACILITIES AND CONTROLS PRODUCT REQUIREMENTS

TABLE OF CONTENTS

00 0110 - 1 of 2

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 01 7329 01 7400 01 7423 01 7700 01 7701 01 7823 01 7839

NOVEMBER 19TH, 2013

CUTTING AND PATCHING WARRANTIES CLEANING UP EXECUTION AND CLOSEOUT REQUIREMENTS CHECKLIST FOR PROJECT CLOSEOUT AND PROCESSING OF FINAL PAYMENT OPERATION AND MAINTENANCE DATA PROJECT RECORD DOCUMENTS

DIVISION 2 – SITE WORK 02 4119 SELECTIVE STRUCTURAL DEMOLITION DIVISION 5 – METALS 04 4500 MASONRY RESTORATION & CLEANING DIVISION 5 – METALS 05 4000 COLD-FORMED METAL FRAMING 05 5000 METAL FABRICATIONS DIVISION 6 - WOOD AND PLASTICS 06 1000 ROUGH CARPENTRY DIVISION 7- THERMAL AND MOISTURE PROTECTION 07 6200 SHEET METAL FLASHING AND TRIM 07 8400 FIRESTOPPING 07 9200 JOINT PROTECTION DIVISION 8 – DOORS AND WINDOWS 08 1113 HOLLOW METAL DOORS AND METAL FRAMES 08 1255 ALUMINUM FRAMES & FRP DOORS 08 4000 EXTERIOR ALUMINUM-FRAMED ENTRANCES, STOREFRONT, WINDOWS, CURTAIN WALL 08 7100 FINISH HARDWARE 08 8000 GLAZING 08 9119 FIXED LOUVERS DIVISION 9 – FINISHES 09 2900 GYPSUM BOARD ASSEMBLIES 09 5113 ACOUSTICAL PANEL CEILINGS 09 9100 PAINTING DIVISION 10 – SPECIALTIES ALL MECHANICAL, ELECTRICAL, & PLUMBING SPECIFICATIONS ARE INDICATED ON THOSE RESPECTIVE DRAWINGS.

END OF SECTION 00 0110

TABLE OF CONTENTS

00 0110 - 2 of 2

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

GREENWICH PUBLIC SCHOOLS Purchasing Department 290 Greenwich Ave. Greenwich, Connecticut 06830 (203) 625-7400 Fax (203) 625-7677 EUGEGE H. WATTS Senior Buyer November 19th, 2013 Dear Sir / Madam: You are invited to submit a bid for WMS Curtainwall Replacement for Greenwich Public Schools at Western Middle School. This bid will be a lump sum for your work or material in accordance with the plans and specifications or the work on the following project. The attached bid specifications detail the requirements we are looking for. Bidders are urged to read all documents carefully and fill out all information requested. Bids which are incomplete, obscure, or conditional, and which contain irregularities of any kind, will be subject to rejection for failure to comply strictly with these conditions. Bids must be submitted on the schedule form attached hereto. All unit prices must be filled in. Each bid must be submitted with one (1) original and three (3) copies of the bid. Bidders must submit bids in a clear, concise, and legible manner so as to permit proper evaluation of responsive bids. Faxed bids will not be accepted. The original bid and copies must be in sealed envelope plainly marked: Western Middle School – Curtainwall Replacement - BID NUMBER:

986-13

A.

Pre-Bid Conference: 1. Date: November 25th, 2013 2. Time: 10:00 AM 3. Location: Western Middle School, 4. Address: 1 Western Jr Highway, Greenwich, CT 06830 5. Prospective bidders are strongly encouraged to attend.

B.

Bid Due Date: 1. Sealed proposals will be received as indicated below, and at that time and place will be publicly opened and read aloud. 2. Date: December 10th, 2013 3. Time: 10:00 AM local time 4. Location: Havemeyer Building 5. Address: GREENWICH PUBLIC SCHOOLS, 290 Greenwich Ave., Greenwich, Connecticut 06830, (203) 625-7400 6. All bidders and other interested persons are invited to be present at the opening of this bid opening(s).

Additional information for bidding is provided in the Instructions to Bidders. Very truly yours,

Eugene H. Watts

INVITATION LETTER

00 0300 - 1 of 1

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 00 0301 - INSTRUCTIONS TO BIDDERS PART 1 - GENERAL 1.1

The Greenwich Public Schools, Greenwich, CT, invites bid proposals for the following: A.

WMS Curtainwall Replacement for the Greenwich Public Schools at the following schools: Western Middle School – 1 Western Jr. Highway, Greenwich, CT 06830

1.2

BACKGROUND: A.

TOWN / DISTRICT: The Town of Greenwich is approximately 30 miles northeast of New York City and has a population of about 60,000 residents. The Greenwich Public Schools enjoy a national reputation for excellence and have strong support from the community. The fifteen public schools have an enrollment of 9,000 students and consists of eleven elementary schools (K-5), three middle schools (6-8), and one comprehensive high school (9-12).

B.

ARCHITECT: KSQ Architects, PC, 235 Main Street, White Plains, NY 10601, 914.682.3700.

C.

CONSTRUCTION MANAGER: School Construction Consultants, 190 Motor Parkway, Suite 201, Hauppauge, NY 11788.

1.3

SCHEDULE: A.

B.

Bidding Documents Available: 1.

Digital Viewing: At 2:00 PM on Tuesday November 19th, 2013. Project Specifications can be viewed at the Greenwich Public Schools website: www.greenwichschools.org

2.

At 2:00 PM on November 19th, 2013 copies of said Bidding Documents can be purchased from ARC/TRI-STATE, 87 Taylor Avenue, Norwalk, CT 06854, (tel) 203.866.5600 Attn: Peter Rowland. Documents may be viewed at www.bpirepro.com.

Pre-Bid Conference: 1. 2. 3. 4. 5.

C.

Date: November 25th, 2013 Time: 10:00 AM Location: Western Middle School, Address: 1 Western Jr. Highway, Greenwich, CT 06830 Mandatory: Prospective bidders are required to attend.

Bid Due Date: 1. 2. 3. 4. 5. 6.

Sealed proposals will be received as indicated below, and at that time and place will be publicly opened and read aloud. Date: December 10th, 2013 Time: 10:00 AM local time Location: Havemeyer Building Address: GREENWICH PUBLIC SCHOOLS, 290 Greenwich Ave., Greenwich, Connecticut 06830, (203) 625-7400 All bidders and other interested persons are invited to be present at the opening of this bid opening(s).

INSTRUCTIONS TO BIDDERS

00 0301 - 1 of 5

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 D.

QUESTIONS: 1. 2. 3. 4.

5.

1.4

NOVEMBER 19TH, 2013

Questions concerning this bid will be received by email only and directed to: a. [email protected]. In the subject line you must put BID #986-13, WMS Curtainwall Replacement. All questions must be submitted no later than noon, December 3rd, 2013. All answers will be provided by written BID ADDENDUM at www.greenwichschools.org at noon on December 5th, 2013. It is the responsibility of all bidders to verify that they current with all. Failure to comply with these conditions will result in the bidder waiving his right to dispute the bid specifications and conditions.

BID SUBMISSION / REQUIREMENTS: A.

Each bid shall be signed and accompanied by a bid security payable to the Town of Greenwich in the amount of ten (10%) of the bid and shall be in the form of a Bid Bond only as issued in the bid documents. Bid Bonds must use the Greenwich Public Schools Bid Bond Form (included within the bid documents), issued by a surety company listed on the current U.S. Dept of Treasury’s Federal Register and be licensed to underwrite bonds in the State of Connecticut.

B.

Each bid shall be accompanied by a completed copy of the CONTRACTOR'S QUALIFICATION STATEMENT included in the bid documents. The Greenwich Public Schools reserves the right to request further information and/or supplemental information with respect to the QUALIFICATION STATEMENT of its sole discretion.

C.

Each bidder shall utilize the specified manufacturers. Should the contractor desire to substitute other articles, materials, apparatus, products or process, other than those specified or approved as equal, the contractor shall apply to the architect, in writing, for approval of such substitution. It should be noted that the bid shall not be based on a substituted article, material, apparatus, product or process. No substitution review shall take place prior to bid.

D.

Each form of the bid contains a section for alternates and for unit prices. All alternates prices must be completed with a dollar value. Blanks, “Not Applicable” (N/A), “No Effect”, etc in these portions of the BID FORM shall be construed to indicate that the particular alternate shall be performed without increased to the contract price as they relate to the scope of the trade package.

E.

Unit prices which do not affect the work all the bidder’s trade may be filled in “Not Applicable” or “(N/A)”. “Not Applicable” or Blanks in these Bid Forms shall be construed to indicate that the unit price is not applicable as it relates to the scope of the trade package.

F.

TAX: No amount shall be added for the Connecticut sales tax or Federal tax. The Greenwich Public School system is exempt from the payment of taxes imposed by the Federal government and/or State of Connecticut. Taxes must not be included in the bid price.

G.

PERMIT FEES: Greenwich Public Schools will secure the building permit(s) and upon award of the Contract they will be transferred to the awarded contractor / vendor. No cost should be included in the base bid for the building permit.

H.

WAGES: All work shall be done in accordance with applicable State statutes; conditions of Prevailing Wages shall apply. Prevailing Wage Schedule provided herein is for demonstrable purposes only. It is the responsibility of the bidder / vendor to verify actual rates.

INSTRUCTIONS TO BIDDERS

00 0301 - 2 of 5

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 I.

NOVEMBER 19TH, 2013

COLLUSION AMONG BIDDERS: 1.

2. 3.

More than one offer from an individual, firm, partnership, corporation, or association under the same or different name will be rejected. Reasonable grounds for believing that a bidder is interested in more than one bid for the work contemplated will cause rejection of all bids in which the bidder is interested. Any or all bidders will be rejected if there is any reason for believing that collusion exists among the bidders. Participants in such collusion may not be considered in the future offers for the same work. Each bidder, by submitting a bid, certifies that it is not part to any collusive action. Each bid shall be accompanied by a completely filled in and properly executed NonCollusive Affidavit, provided.

J.

EMPLOYMENT DISCRIMINATION BY CONTRACTOR PROHIBITED: The successful bidder will not discriminate against any employee or applicant for employment because of race, religion, color, sex, or nation origin, except where religion, sex or national original is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The successful bidder agrees to post in a conspicuous place, available to employees and applicants for employment, notices setting forth the provision of this nondiscrimination clause. The successful bidder in all solicitations or advertisements for employment, placed by or on behalf of the contractor, will state that such successful bidder in an EQUAL OPPORTUNITY EMPLOYER.

K.

QUALIFICATIONS: No qualifications to the bid are allowed. If bids are qualified, they may be deemed non-responsive and subsequently rejected.

L.

No Bidder may withdraw their Bid within 90 days after the actual date of Bid Opening.

M.

COPIES: Failure to submit a bid with four copies does not constitute a material defect.

N.

BID EVALUATION: A committee composed of various administrators will evaluate bids. The following criteria guidelines will be used in analyzing and evaluating this bid: 1.

Conformance to the requirements of this bid, i.e. conformance to Terms, Conditions and Scope of Work.

2.

Proven skills and technical competence.

3.

Background of the firm.

4.

For Vendor firm, identification of all personnel who will have a principal responsibility.

5.

The Board of Education may consider proximity of the vendor’s service as a factor in determining lowest responsible bid. Companies must be located within 60 miles of the School District in order to submit a bid.

6.

The Board of Education shall have the right to take such steps as it deems necessary to determine the ability of the bidder to perform the work and the bidder shall furnish the Board of Education with information and data for this purpose as the Board of Education may request. The right is reserved to reject any bid where, on investigation, the evidence or information submitted by such bidders does not satisfy the Board of Education that the bidder is qualified to carry out properly the terms of the Contract.

7.

Apparent low bidder agrees to submit the following Supplements to Greenwich Pubic Schools within 48 hours after submission of the Bid for consideration in award of the Contract: a. Subcontractors; Include the names of all Subcontractors and the portions of the Work they will perform. b. Cost Breakdown identifying the Bid Price/Sum segmented into portions as requested, broken down per school building. (Schedule of Values)

INSTRUCTIONS TO BIDDERS

00 0301 - 3 of 5

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

O.

AWARD: The Contract shall be awarded to the lowest responsible and qualified bidder, meaning the bidder whose bid is the lowest of those bidders possessing the skill, ability, and integrity necessary to faithfully perform the work based on objective criteria considering past performance and financial responsibility. In considering past performance, the Greenwich Public Schools shall evaluate the skill, ability, and integrity of bidders in terms of the bidders’ fulfillment of contract obligations and all the bidders’ experienced or lack of experience with projects of similar size and scope. The Greenwich Public Schools reserves the right to consider as unqualified to do the work required by the bid documents any bidder that does not habitually perform with its own forces the major portion of the work involved in the bid documents. No contract will be awarded to any bidder who is at time of award not qualified under applicable regulations issued by the Secretary of Labor, United States of Department of Labor, or any applicable State and local laws and regulations.

P.

REJECTION: after review of all sectors, terms, and conditions, including price, Greenwich Public Schools reserves the right to reject any and all bids, or any part thereof, or waive defects in same.

Q.

Any bid may be withdrawn prior to the opening time and date. Any bids received after the specified time and date will not be considered.

1.5

BIDDER QUALIFICATIONS: A.

The Contractor shall hold a current “DAS Contractor Prequalification Certificate” (not a predetermination letter) from the Department of Administrative Services of the State of Connecticut according to Connecticut General Statutes Section 4a-100, 4b-101, 4b-91, previously stated as Public Act 03-215 and as amended by Public Act 04-141.

B.

Bidders shall submit with their bids a “DAS Contractor Prequalification Certificate” as well as a current “Update (bid) Statement”.

C.

Questions regarding these requirements should be directed to the State of Connecticut, DAS. Contact information can be found at www.das.state.ct.us.

D.

Companies must be located within 60 miles of the School District in order to submit a bid.

E.

Companies submitting a bid must be in business under the same corporate name for a minimum of five (5) years.

F.

Non-Connecticut Contractors: Pursuant to Connecticut General Statutes §12-430(7), as amended by Public Act No. 11-61, Section 66, a non-resident contractor shall comply with the State of Connecticut’s bonding requirements.

1.6

CONTRACT: A.

PRIME CONTRACT will be let for: 1. General Construction 2. Bid awards must be approved by the Greenwich Public Schools. All contractors shall be required to execute the Greenwich Public Schools standard form of Contract and accompanying Payment & Performance Bonds without exception.

B.

LENGTH: This bid is for awarding the contract to cover the period beginning July 1, 2014. Once this Bid is awarded, successful bidder must make arrangements to meet with Greenwich Public Schools as required.

INSTRUCTIONS TO BIDDERS

00 0301 - 4 of 5

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

C.

OPTION TO EXTEND: The Board of Education may, at their option and with the approval of the vendor, extend the period of the Contract for the 2013-2014 and 2014-2015 school years. If the Board of Education intends to extend the contract period, the vendor shall be notified in writing by the purchasing department at least fourteen (14) calendar days prior to the expiration of the original contract.

D.

AWARD OF CONTRACT: The contract will be awarded by the Board of Education to a qualified firm or person at compensation determined to be fair and reasonable considering budgetary limitations, scope, complexity, and the nature of goods and/or services. 1. If there is a conflict between the Contract Agreement and the General Conditions, the Contract Agreement shall prevail. 2. The successful bidder will produce for the Greenwich Public Schools review a current financial statement, which will remain strictly confidential.

E.

The contractor shall simultaneously with the signing of the Contract, furnish the Town the executed Performance, Maintenance, and Payment Bond of a surety company authorized to do business the State of Connecticut, and acceptable to the Town, in the sum of all the full amount of the Contract Obligation in the form provided by the Town. The Performance Bond will not be required where the total estimated cost of labor and materials under the contract with respect to which such general bid is submitted is less than one hundred thousand dollars ($100,000). Once a contract exceeds $100,000 the bidder will be responsible for obtaining and paying for all bonds required by Greenwich Public Schools.

F.

FEE PAYMENTS: The Greenwich Public Schools reserves the right to provide payment in accordance with completion of services based on the Project Schedule.

PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.1

PROVISIONS: A.

Consumption or use of alcohol and / or drugs is prohibited on school property. Any individual with alcohol or drugs will be removed from said property and will not be allowed to work on the project. Smoking is prohibited in all school buildings and on school grounds.

B.

Greenwich Public Schools reserves the right to reject any proposed subcontactor for reasonable cause.

END OF SECTION 00 0301

INSTRUCTIONS TO BIDDERS

00 0301 - 5 of 5

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 00 0310 REQUEST FOR INFORMATION Greenwich Public Schools – Western Middle School Curtainwall Replacement Project REQUEST FOR INFORMATION NO. _____ Date: ________________ Architect Project Number: 1317908.00 Bid Number: 986-13 To:

From:

Greenwich Public Schools Mr. Eugene Watts Email: [email protected] ______________________ Phone: _________________ Fax: _________________

Subject

Discipline / Trade

Question:

Dwg./Spec Reference

[Circle One] Field Condition Drawing/Spec Discrepency Owner Change Clarification Other

Signature _____________________________

Date ______________

_____________________________________________________________________________ KSQ Architects, P.C. Response

Responded By: ______________________________

Date ______________

END OF SECTION 00 0310

REQUEST FOR INFORMATION

00 0310 - 1 of 1

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 00 0400 BID FORM WESTERN MIDDLE SCHOOL CURTAINWALL REPLACEMENT The undersigned hereby proposes to furnish all labor, materials, devices, appliances, supplies, equipment, services and other facilities necessary to complete all of the work of the above referenced Contract, as required by, and in accordance with, the provisions of the Instructions to Bidders, the Conditions of the Contract, the Drawings and Specifications, all as prepared by KSQ Architects, P.C., and that, if this Proposal is accepted, the Undersigned agrees to enter into an Agreement with the Owner to perform this work for the sum(s) as follows: BID OPENING DATE: DECEMBER 10TH, 2013 10:00 AM SUBMITTED BY: ________________________________ Phone: ________________________ Bidder’s Full Name: _____________________________________________________________ Address: ______________________________________________________________________ _____________________________________________________________________________ City, State, Zip

1.1

BASE BIDS – Phase 1: Part 1 & Part 2 A. BASE BID- Phase 1 – Part 1: The Material Base Bid of this Proposal for all work required by the Contract Documents for Curtainwall Replacement Phase I and Related Work as follows: Furnishing of Materials, including but not limited to: shop drawings including field measurements and provisions of production and delivery of window and door materials to the site prior to June 30th,2014.

____________________________________________________ ($

)DOLLARS

B. BASE BID – Phase 1-Part 2: The Labor Base Bid of this Proposal for all work required by the Contract Documents for Curtainwall Replacement Phase I and Related Work as follows: Provision of Labor, to perform removals, abatement and fully install all the window materials in the material BASE BID-Phase I-Part I above. ____________________________________________________ ($ 1.2

)DOLLARS

ALTERNATES – Phase 1: A. ALTERNATE #2-Part 1: The Alternate Material Bid of this Proposal for all work required by the Contract Documents for Curtainwall Replacement Alternate Bid Scope as follows: Furnishing of Materials, including but not limited to: shop drawings including field measurements and provisions of production and delivery of window and door materials to the site prior to June 30th, 2014.

____________________________________________________ ($

)DOLLARS

B. ALTERNATE #1-Part 2: The Alternate Labor Bid of this Proposal for all work required by the Contract Documents for Curtainwall Replacement Alternate Bid Scope Work as follows: Provision of Labor, to perform removals, abatement and fully install all the window materials in the material Alternate Bid Scope above. ____________________________________________________ ($

BID FORM

)DOLLARS

00 0400 - 1 of 4

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

C. ALTERNATE #2-Part 1: The Alternate Material Bid of this Proposal for all work required by the Contract Documents for Curtainwall Replacement Alternate Bid Scope as follows: Furnishing of Materials, including but not limited to: shop drawings including field measurements and provisions of production and delivery of window and door materials to the site prior to June 30th, 2014. ____________________________________________________ ($

)DOLLARS

D. ALTERNATE #2-Part 2: The Alternate Labor Bid of this Proposal for all work required by the Contract Documents for Curtainwall Replacement Alternate Bid Scope Work as follows: Provision of Labor, to perform removals, abatement and fully install all the window materials in the material Alternate Bid Scope above. ____________________________________________________ ($

)DOLLARS

E. ALTERNATE #3: The Alternate Material and Labor Bid of this Proposal for all work required by the Contract Documents for Curtainwall Replacement Alternate Bid Scope Work as follows: Furnishing of Labor and Materials, including but not limited to: shop drawings including field measurements and provisions of production and delivery of extruded aluminum sun shades and related work depicted in the Alternate scope area indicated on the construction documents. ____________________________________________________ ($

)DOLLARS

F. ALTERNATE #4: The Alternate Material and Labor Bid of this Proposal for all work required by the Contract Documents for the Alternate Bid Scope as follows: Provide blast resistant glazing film to doors 100 and 101 vision lites. ____________________________________________________ ($ 1.3

)DOLLARS

BASE BIDS – Phase 2: A. BASE BID-Phase 2: The Base Bid of this Proposal for all work required by the Contract Document for Curtainwall Replacement Phase 2 and Related Work as follows: Furnishing of Labor and Materials, including but not limited to: shop drawings including field measurements and provisions of production and delivery of window and door materials to the site prior to June 30th, 2015, perform removals, abatement and fully install all the window materials in the BASE BID-Phase 2.

____________________________________________________ ($ 1.4

)DOLLARS

ALTERNATES – Phase 2: A. ALTERNATE #1: The Alternate Material and Labor Bid of this Proposal for all work required by the Contract Documents for Curtainwall Replacement Alternate Bid Scope Work as follows: Furnishing of Labor and Materials, including but not limited to: shop drawings including field measurements and provisions of production and delivery of curtainwall materials and related work depicted in the Alternate scope area indicated on the construction documents.

____________________________________________________ ($

BID FORM

)DOLLARS

00 0400 - 2 of 4

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 1.5

NOVEMBER 19TH, 2013

BASE BIDS – Phase 3: A. BASE BID-Phase 3: The Base Bid of this Proposal for all work required by the Contract Document for Curtainwall Replacement Phase III and Related Work as follows: Furnishing of Labor and Materials, including but not limited to: shop drawings including field measurements and provisions of production and delivery of window and door materials to the site prior to June 30th, 2015, perform removals, abatement and fully install all the window materials in the BASE BID-Phase 3.

____________________________________________________ ($ 1.6

)DOLLARS

ALTERNATES – Phase 3: A. ALTERNATE #1: The Alternate Material and Labor Bid of this Proposal for all work required by the Contract Documents for Curtainwall Replacement Alternate Bid Scope Work as follows: Furnishing of Labor and Materials, including but not limited to: shop drawings including field measurements and provisions of production and delivery of curtainwall materials and related work depicted in the Alternate scope area indicated on the construction documents.

____________________________________________________ ($ 1.7

)DOLLARS

ALLOWANCES: A. The undersigned Contractor has included the Allowances as specified in Section 012100 in their Base Bid: $10,000 DOLLARS.

1.8

ACCEPTANCE:

1.9

A.

If this bid is accepted by Greenwich Public Schools within the time period stated above, we will: 1. Execute the Agreement within seven days of receipt of Notice of Award. 2. Furnish the required bonds within seven days of receipt of Notice of Award.

B.

If this bid is accepted within the time stated, and we fail to commence the Work or we fail to provide the required Bond(s), the security deposit shall be forfeited as damages to Greenwich Public Schools by reason of our failure, limited in amount to the lesser of the face value of the security deposit or the difference between this bid and the bid upon which a Contract is signed.

CONTRACT TIME: A.

1.10 A.

The Undersigned agrees in the Base Bid to complete the work as per the Milestone Schedule provided in the Specifications. ADDENDA: The following Addenda have been received. The modifications to the Bid Document noted below have been considered and all cost are included in the Bid Sum. 1. 2. 3. 4. 5.

BID FORM

Addendum#______________________ Date__________________. Addendum#______________________ Date__________________. Addendum#______________________ Date__________________. Addendum#______________________ Date__________________. Addendum#______________________ Date__________________.

00 0400 - 3 of 4

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

1.11

NOVEMBER 19TH, 2013

BIDDER’S FURTHER AFFIRMATION AND DECLARATION A.

The above name bidder and should this bid be a joint bid each party thereto, further affirm and declares; 1. That said bidder is of lawful age and the only one interested in this bid; and that no other person, firm or corporation, except those herein above names has any interest in this bid or in the contract proposed to be entered into. 2. That said bidder is not in arrears to the Greenwich Public School upon debt or contract, and is not a defaulter, as surety or otherwise upon any obligation to the Greenwich Public Schools. 3. That no member of the Greenwich Public Schools or any officer or employee of the Greenwich Public School or person whose salary is payable in whole or in part from the School District treasury, or the spouse of any foregoing is or shall be or become interested, directly or indirectly, as a contracting party, partner, stockholder, surety or otherwise, in this bid, or in the performance of the Contract, or in the supplies, materials or equipment and work or labor to which it relates, or in any portion of the profits thereof. 4. That he/she has carefully examined the site of the work and that, from his / her own investigations, he/ she has satisfied him/ herself as to the nature and location of the work, and character, quality and quantity of material, and all difficulties likely to be encountered, the kind and extent of equipment and other facilities needed for the performance of the work, the general and local conditions, and all other items which may, in any way, effect the work or its performance. 5. That if a corporation, this bid or proposal containing the Non-Collusive Binding Certification and the foregoing Affirmation and Declaration has been authorized by the Board of Directors of such Corporation, which authorization includes the signing and submission of this bid or proposal and the inclusion therein of the said Certificate of Non-Collusion and Affirmation and Declaration as the Act and Dees of the Corporation.

1.12

BID FORM SIGNATURE(S) ______________________________________________________________________ Signature Corporate Seal Company Name:_________________________________________________________ was hereunto affixed in the presence of: ______________________________________________________________________ Subscribed and sworn before me this ____ day of ____________ 2013 Notary Public:___________________________________________________________

My Commission Expires:__________________________________________________ END OF SECTION 00 0400

BID FORM

00 0400 - 4 of 4

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 00 0410 - CONTRACTOR’S QUALIFICATION STATEMENT With the submittal of the Bid Proposal Form (Section 00 0400), the bidder shall attach this Contractor' Qualification Statement and shall answer the Questions herein. Failure to answer these questions in full may be cause for rejection of the bidder’s proposal. If more space is needed, please attach other sheets with reference to subject paragraph. The Board of Education reserves the right to consider, but not limited to, the financial responsibility, experience and reputation in the construction industry, as well as the specific qualifications listed below and elsewhere in this document in considering bids and awarding the contract. The Board of Education reserves the right to waive any informalities if, at its discretion the interest of the Greenwich Public Schools will be better served.

The Undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED TO: Greenwich Public Schools ADDRESS:

290 Greenwich Avenue, Greenwich, CT 06830

SUBMITTED BY:

Corporation

NAME

Partnership

ADDRESS:

Individual

PRINCIPAL OFFICE

Other

NAME OF PROJECT (if applicable) WMS Curtainwall Replacement - 2014 TYPE OF WORK (file separate for each Classification of Work) ____________General Construction

___________HVAC

____________Plumbing

___________Electrical

____________Other 1.1

ORGANIZATION A.

How many years has your organization been in business as a Contractor?

B.

How many years has your organization been in business under its present business name? 1.

C.

Under what other or former names has your organization operated?

What is the firm’s bonding range? 1.

Single

2.

Aggregate

CONTRACTOR’S QUALIFICATION STATEMENT

00 0410 - 1 of 8

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

D.

E.

F.

G.

If your organization is a corporation, answer the following: 1.

Date of Incorporation:

2.

State of Incorporation:

3.

President’s name:

4.

Vice-president’s name(s):

5.

Secretary’s name:

6.

Treasurer’s name:

If your organization is a partnership, answer the following: 1.

Date of organization:

2.

Type of partnership (if applicable):

3.

Name(s) of general partner(s):

If your organization is individually owned, answer the following: 1.

Date of organization:

2.

Name of owner:

If the form of your organization is individually owned, answer the following: 1.

1.2

NOVEMBER 19TH, 2013

If the form of your organization is other than those listed above, describe it and name the principals:

OWNERSHIP, MANAGEMENT, AFFILIATION A.

Identify each person who is or has been within the past five years, an owner of 5.0% or more of the firm’s shares, one of the five largest shareholders, a director, an officer, a partner or the proprietor, or a managerial employee.

First Name

MI

Last Name

DOB

CONTRACTOR’S QUALIFICATION STATEMENT

% Owned

Director Y or N

Officer Y or N

Title

Partner Y or N

00 0410 - 2 of 8

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 B.

Joint Ventures: Provide information for all firms involved. Fill in name, % owned, office held; indicate by Y or N whether director, officer, partner and title.

First Name

C.

NOVEMBER 19TH, 2013

MI

Last Name

DOB

% Owned

Director Y or N

Officer Y or N

Title

Partner Y or N

Identify any other firms in which now or in the past five years, the firm or any of the individuals listed in questions 1.2.A and 1.2.B above, either owned or owns 5.0% or more of the shares of or was or is one of the five largest shareholders, a director, an officer, a partner or a proprietor of said other firm. ______Yes, list below ________No

Federal ID No.

% Owned

Firm/Company Name: Position

Company Address

D.

Has the firm or any firm listed in response to questions above defaulted or been terminated and its surety called upon to complete, any contract awarded within the past five years ( ) Yes, ( ) No. If yes, give date(s), agency(ies)/owner(s), project(s), contract numbers, and describe including the result:

E.

List below any projects performed by the bidder in the past five (5) years on which any of the following events occurred: 1. 2. 3. 4.

Were any extension of time requested by the contractor, and were such requests granted? Was litigation and/or arbitration commenced by either the Owner or the bidder as a result of the work of the project performed by the bidder? Were any liens filed on the project by subcontractors or material suppliers of the bidder? Did the bidder make any claims for extra work on the project, and did said claim result in a change order?

Project Owner

F.

1.3

Type of Event

Name/Address of Owner

Name & Phone # of Contact Person at

For ALL contracts within the past five years: (a) List all liens or claims over $25,000 filed against the firm and remaining undischarged or unsatisfied for more than 90 days; and (b) list and describe all liquidated damages assessed. FINANCIAL INFORMATION

A.

Provide a copy of the firm’s most recent annual financial statement.

CONTRACTOR’S QUALIFICATION STATEMENT

00 0410 - 3 of 8

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 1.4

NOVEMBER 19TH, 2013

OTHER INFORMATION A.

Within the past five years has the firm, any affiliate, any predecessor company or entity or any person identified in questions number 1.1 through 1.2 above been the subject of any of the following: (Respond to each question and describe in detail the circumstances of each affirmative answer: (Attach additional pages if necessary). 1.

A judgment of conviction for any business-related conduct constituting a crime under state or federal law. No_______ Yes_____

2. A criminal investigation or indictment for any business-related conduct constituting a crime under state or federal law?

No_______Yes______

3.

An order of protection filed against an officer or employee prohibiting access to jobsite(s) or prohibiting contact with any staff of any owner? No_______ Yes______

4.

A grant of immunity for any business-related conduct constituting a crime under state and federal law? No______ Yes______

5.

A federal or state suspension or debarment?

6.

A rejection of any bid for lack of qualifications, responsibility or because of the submission or an informal, non-responsive or incomplete bid? No_______Yes______

7.

A rejection of any proposed subcontract for lack of qualifications, responsibility or because of the submission or an informal, non-responsive or incomplete bid? No_______ Yes______

8.

A denial or revocation of prequalication?

No_______ Yes______

9.

A voluntary exclusion from bidding/contracting agreement?

No_______ Yes______

10.

Any administrative proceeding or civil action seeking specific performance or restitution in connection with any public works contract except any disputed work proceeding? No______ Yes______

No_______ Yes______

11. An OSHA Citation and Notification of Penalty containing a a violation classified as serious?

No______

12. An OSHA Citation or Notification of Penalty containing a a violation classified as willful?

No______ Yes______

13.

A prevailing wage or supplement payment violation?

No______ Yes______

14.

A State Labor Law violation deemed willful?

No______ Yes______

Yes______

15. Any other federal or state Citations, Notices, violation orders, pending administrative hearings or proceedings or determinations of a violation of any labor law or regulation?

No______ Yes______

16. Any criminal investigation, felony indictment or conviction concerning formation of or any business association with, an allegedly false or fraudulent women’s, minority or disadvantaged business enterprise?

No______ Yes______

CONTRACTOR’S QUALIFICATION STATEMENT

00 0410 - 4 of 8

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 17. Any denial, decertification, revocation or forfeiture of Women’s Business Enterprise, Minority Business Enterprise or Disadvantaged Business Enterprise status?

NOVEMBER 19TH, 2013

No______ Yes_____

18.

Rejection of a low bid on a State contract for failure to meet statutory affirmative action M/WBE requirements? No______ Yes_____

19.

A consent order with the NYS Department of Environmental Conservation or a federal, state or local government enforcement determination involving a violation of federal or state environmental laws? No_____ Yes_____

20.

Any bankruptcy proceeding?

21.

Any suspension or revocation of any business or professional license?

No______ Yes_____

No______ Yes_____ 22.

a. b. c. d. e. f. g.

Any citations, notices, violation orders, pending administrative hearings or proceedings or determinations for violation of: No______ Yes_____ Federal, state or local health laws, rules or regulations No______ Yes_____ Federal, state or local environmental laws, rules and regulations. No______ Yes_____ Unemployment insurance or workers compensation coverage or claim requirements No______ Yes_____ ERISA (Employee Retirement Income Security Act) No______ Yes_____ Federal, state or local human rights laws No______ Yes_____ Federal or state security laws No______ Yes_____ Withdrawal or an agreement to withdraw a bid submitted to a public owner or a request by a public owner to withdraw a bid? No______ Yes_____

B.

During the five year period preceding the submissions of this bid, has the bidder been named as a part in any lawsuit in an action involving a claim for personal injury or wrongful death arising from performance of work related to any project in which it has been engaged? If the answer to this question is yes, list all such lawsuits, the index number associated with said suit and the status of the lawsuit at the time of the submission of this bid. No______ Yes_____

C.

During the five year period preceding the submission of this bid, has the bidder been the subject of proceedings before the Department of Labor for alleged violations of the Labor Law as it relates to the payment of prevailing wages and/or supplemental payment requirements? If the answer to this question is yes, please list each such instance of the commencement of a Department of Labor proceeding, for which project such proceeding was commenced, and the status of the proceeding at the time of the submission of this bid. No______ Yes_____

D.

During the five year period preceding the bidder’s submission of this bid, has the bidder been the subject of proceedings involving allegations that it violated the Worker’s Compensation Law including but not limited to the failure to provide proof of worker’s compensation or disability coverage and/or any lapses thereof. If the answer to this question is yes, list such instance of violation and the status of the claimed violation at the time of disposition of this bid. No____

CONTRACTOR’S QUALIFICATION STATEMENT

Yes___

00 0410 - 5 of 8

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 E.

NOVEMBER 19TH, 2013

Has the bidder, its officers, directors, owner and/or managerial employees been convicted of a crime or been the subject of a criminal indictment during the five years preceding the submission of this bid? If the answer to this question is yes, list the name of the individual convicted or indicted the charge against the individual and the date of disposition of the charge. No______ Yes_____

F.

During the five year period preceding the bidder’s submission of this bid, has the bidder been charged with and/or found guilty of any violations of federal, state, or municipal environmental and/or health laws, codes, rules and/or regulations. If the answer to this question is yes, list the nature of the charge against the bidder, the date of the charge, and the status of the charge at the time of the submission of this bid. No______ Yes_____

G.

Has the bidder ever defaulted or had its surety called upon to complete any contract awarded within the past five years. If the answer to this question is yes, list the projects, the dates and the nature of the termination (convenience, suspension, for cause). No______ Yes_____

H.

Has any officer or partner of the bidder’s organization ever defaulted or had its surety called upon to complete any contract awarded within the past five years or been an office or partner of some other organization that has been terminated from a project by an owner? If yes, state No_____ Yes_____ Name of Individual(s)

1.5

Name of Organization(s)

Reason(s)

LICENSING A.

List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate registration of license numbers, if applicable.

B.

List jurisdictions in which your organization’s partnership or trade name is filed:

C.

Has any director, officer, owner or managerial employee had any professional license suspended or revoked? If the answer is yes, list the name of the individual, the professional license he/she formally had, whether the license was revoked or suspended and the date of the revocation or suspension. No______ Yes_____

1.6

EXPERIENCE A.

List the categories of work that your organization will perform with its own forces:

B.

Claims and Suits. (If the answer of any of the questions below is yes, please attach details.) 1.

Have you or has any director, officer, owner or managerial employee ever failed to complete any work awarded to them? If yes, list the project(s) the date(s) and the reason(s) for the failure to complete.

2.

Are there any judgments, claims, arbitration proceedings or suits pending or outstanding

CONTRACTOR’S QUALIFICATION STATEMENT

00 0410 - 6 of 8

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

against your organization or its officers? 3.

Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years?

C.

Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) No______ Yes__

D.

On a separate sheet, list all similar construction projects your organization has in progress or completed, giving the name of project, owner, architect, contract amount, percent complete and scheduled completion date. 1.

E.

On a separate sheet, list all projects, not listed above, that your organization has completed or in progress in the past five years, giving the name of the project, owner, architect, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 1.

F.

1.7

State total worth of work in progress and under contract:

State average annual amount of construction work performed during the past five years:

On a separate sheet, list the construction experience and present commitment of the key individuals of your organization. REFERENCES

A.

Trade reference:

B.

Bank references:

C.

Surety: 1. 2. 3.

Name of present bonding company: Name and address of agent: Name or previous bonding company:

CONTRACTOR’S QUALIFICATION STATEMENT

00 0410 - 7 of 8

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

1.8

NOVEMBER 19TH, 2013

CERTIFICATION A.

The undersigned recognizes that this questionnaire is submitted for the purpose of the Greenwich Public Schools (Owner) to award a contract or approve a subcontract; acknowledges that the Owner may in its discretion, by means which it may choose, determine the truth and accuracy of all statements made herein; acknowledge that intentional submission of false or misleading information may constitute a felony, or a misdemeanor, and may also be punishable by a fine or imprisonment; and states that the information submitted in this questionnaire and any attached pages is true, accurate and complete.

Dated at this day of ___________ _________________________________________________________________________________ Name of Organization: _________________________________________________________________________________ By: _________________________________________________________________________________ Title:

SWORN AND SUBSCRIBED TO BEFORE ME, A NOTARY PUBLIC, IN AND FOR THE COUNTY OF ____________________ AND THE STATE OF __________________________ THIS _______________________ DAY OF _______________________, 2013

______________________________ NOTARY PUBLIC

MY COMMISSION EXPIRES_________

END OF SECTION 00 0410

CONTRACTOR’S QUALIFICATION STATEMENT

00 0410 - 8 of 8

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 00 0460 - NON-COLLUSIVE AFFIDAVIT GREENWICH PUBLIC SCHOOLS 290 GREENWICH AVE GREENWICH, CONNECTICUT

State of ___________________________: County of _________________________:s.s. I state that I am the_______________________ of __________________________________________ (TITLE) (NAME OF MY FIRM) and that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and officers. I am the person responsible in my firm for the price(s) and the amount of this bid. I state that: (1)

The price(s) and amount of this bid have been arrived at independently and without consultation communication or agreement with any other contractor, bidder/proposer or potential bidder/proposer.

(2)

Neither the price(s) nor the amount of this BID/RFP, and neither the approximate price(s) nor approximate amount of this BID/RFP, have been disclosed to any other firm or person who is a bidder/proposer or potential bidder/proposer, and they will not be disclosed before BID/RFP opening.

(3)

No attempt has been made or will be made to induce any firm or person to refrain from bidding/proposing on this contract, or to submit a bid/proposal higher than this BID/RFP, or to submit any intentionally high or noncompetitive BID/RFP or other form of complementary BID/RFP.

(4)

I fully understand that more than one offer from an individual, firm partnership; corporation or association under the same or different name will be rejected. Reasonable grounds for believing that a bidder/proposer is interested in more than one BID/RFP for the work contemplated may cause rejection of all BID/RFP in which the bidder/proposer is interested. Any or all bidders/proposers will be rejected if there is any reason for believing that collusion exists among the bidders/proposers. Participants in such collusion may not be considered in the future offers for the same work. Each bidder/proposer by submitting a bid/proposal certifies that it is not a part to any collusive action.

(5)

The BID/RFP of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive bid/proposal.

(6)

______________________________________its affiliates, subsidiaries, officers, (NAME OF MY FIRM) directors and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding/proposing on any public contract, except as follows: I state that __________________________ understands and acknowledges that (NAME OF MY FIRM)

NON-COLLUSIVE AFFIDAVIT

00 0460 - 1 of 3

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

the above representations are material and important, and will be relied on by Greenwich Public Schools in awarding the bid/proposal for which this is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from Greenwich Public Schools of the true facts relating to the submission of bids/proposals for this contract. (7)

I agree deliver all services on the date and time agreed on by ____________________________________________________ and the (NAME OF MY FIRM) Greenwich Board of Education. Furthermore, there will not be any cancellations to the Board of Education. If a bidder/proposer submits a bid/proposer on any item he/she will be responsible for delivering that item at the bid/proposal cost, in accordance with the attached above specifications, which were submitted with this bid/proposal and upon which the bid/proposal was made.

(8)

In submitting this bid/proposal, the undersigned declares that this is made without any connection with any persons making another bid/proposal on the same contract; that the bid/proposal is in all respects fair and without collusion, fraud or mental reservation; and that no official of the Town, or any person in the employ of the Town, is directly or indirectly interested in said bid/proposal or in the supplies or work to which it relates, or in any portion of the profits thereof.

(9)

In submitting this bid, the undersigned further declares that it has not, and will not, induce or attempt to induce any Town of Greenwich employee or officer to violate the Greenwich Code of Ethics in connection with its offer to provide goods or services under, or otherwise in the performance of such contract.

(10)

The undersigned further understands that the above declarations are material representations to the Town of Greenwich made as a condition to the acceptance of the bid/proposal. If found to be false, the Town of Greenwich retains the right to reject said bid/proposal and rescind any resultant contract and/or purchase order and notify the undersigned accordingly, thereby declaring as void said bid/proposal and contract or purchase order.

(11)

The Greenwich Code of Ethics can be found at www.greenwichct.org Code of Ethics stated as follows: (2) DEFINITION. (1) Indirect interest, without limiting its generality, shall mean and include the interest of any subcontractor in any prime contract with the Town and the interest of any person or his immediate family in any corporation, firm or partnership which as a direct or indirect interest in any transaction with the Town. (2) Substantial financial interest shall mean any financial interest, direct or indirect, which is more than nominal and which is not common to the interest of other citizens of the Town. (3) Town Officer shall mean and include any official, commission, committee, legislative body or other agency of the Town. (4) Transaction shall mean and include the offer, sale or furnishing of any real or personal property, material, supplies otherwise, for the use and benefit of the Town for a valuable consideration, excepting the services of any person as a Town Officer.

NON-COLLUSIVE AFFIDAVIT

00 0460 - 2 of 3

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

(3) GIFTS AND FAVORS. No Town Officer or his immediate family shall accept any valuable gift, things, favor, loan or promise which might tend to influence the performance or nonperformance of his official duties. (4) IMPROPER INFLUENCE. No Town Officer having a substantial financial interest in any transaction with the Town or in any action to be taken by the Town shall use is office to exert his influence or to vote on such transaction or action. By signing this proposal the proposer understands and agrees to the attached terms, conditions, and specifications, including Collusion among Proposers. Employment Discrimination by the Contractor Prohibited. VENDOR INFORMATION: (Please print the following) ___________________________________________________________________________________ Vendor Name ___________________________________________________________________________________ Address ___________________________________________________________________________________ Telephone Fax # ___________________________________________________________________________________ E-MAIL WEB SITE ___________________________________________________________________________________ PRINTED NAME & SIGNATURE TITLE

SWORN AND SUBSCRIBED TO BEFORE ME, A NOTARY PUBLIC, IN AND FOR THE COUNTY OF ____________________ AND THE STATE OF __________________________ THIS _______________________ DAY OF _______________________, 2013

______________________________ NOTARY PUBLIC

MY COMMISSION EXPIRES_________

END OF SECTION 00 0460

NON-COLLUSIVE AFFIDAVIT

00 0460 - 3 of 3

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 00 0461 – PREVAILING WAGE RATES

Building Rates - Greenwich (effective July 1, 2013) Classification

Hourly Rate

Benefits

$35.00

27.41

2) Boilermaker

$35.24

25.01

3a) Bricklayer, Cement Mason, Concrete Finisher (including caulking), Stone Masons

$32.50

27.24 + a

3b) Tile Setter

$32.94

22.42

3c) Terrazzo Mechanics and Marble Setters

$31.69

22.35

3d) Tile, Marble & Terrazzo Finishers

$26.25

19.20

3e) Plasterer

$32.50

26.21

4) Group 1: Laborers (common or general), acetylene burners, carpenter tenders, concrete specialists, wrecking laborers, fire watchers.

$26.40

17.15

4a) Group 2: Mortar mixers, plaster tender, power buggy operators, powdermen, fireproofer/mixer/nozzleman, fence erector.

$26.65

17.15

4b) Group 3: Jackhammer Operators/Pavement Breaker, mason tender (brick) and mason tender (cement/concrete)

$26.90

17.15

1a) Asbestos Worker/Insulator (Includes application of insulating materials, protective coverings, coatings, & finishes to all types of mechanical systems; application of firestopping material for wall openings & penetrations in walls, floors, ceilings 1b) Asbestos/Toxic Waste Removal Laborers: Asbestos removal and encapsulation (except its removal from mechanical systems which are not to be scrapped), toxic waste removers, blasters.**See Laborers Group 7**

------LABORERS------

WAGE DETERMINATION SCHEDULE

00 0461 - 1 of 6

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

4c) **Group 4: Pipelayers (Installation of water, storm drainage or sewage lines outside of the building line with P6, P7 license) (the pipelayer rate shall apply only to one or two employees of the total crew who primary task is to actually perform the m

$26.65

17.15

4d) Group 5: Air track operators, Sand blasters

$27.15

17.15

4e) Group 6: Nuclear toxic waste removers, blasters

$29.40

17.15

4f) Group 7: Asbestos/lead removal and encapsulation (except it's removal from mechanical systems which are not to be scrapped)

$27.40

17.15

4g) Group 8: Bottom men on open air caisson, cylindrical work and boring crew

$26.90

17.15

4h) Group 9: Top men on open air caisson, cylindrical work and boring crew

$26.40

17.15

4i) Group 10: Traffic Control Signalman

$16.00

17.15

5) Carpenter, Acoustical Ceiling Installation, Soft Floor/Carpet Laying, Metal Stud Installation, Form Work and Scaffold Building, Drywall Hanging, Modular-Furniture Systems Installers, Lathers, Piledrivers, Resilient Floor Layers.

$30.45

21.65

5a) Millwrights

$30.78

22.15

6) Electrical Worker (including low voltage wiring) (Trade License required: E1,2 L-5,6 C-5,6 T-1,2 L-1,2 V-1,2,7,8,9)

$48.75

37.73

7a) Elevator Mechanic (Trade License required: R-1,2,5,6)

$46.41

25.185+a+b

Groundman

$24.99

6.5% + 9.75

Linemen/Cable Splicer

$45.43

6.5% + 16.20

8) Glazier (Trade License required: FG-1,2)

$34.18

17.75

9) Ironworker, Ornamental, Reinforcing, Structural, and Precast Concrete Erection

$33.50

28.98

Group 1: Crane handling or erecting structural steel or stone, hoisting engineer 2 drums or over, front end loader (7 cubic yards or over); work boat 26 ft. and over. (Trade License Required)

$36.05

21.55 + a

Group 2: Cranes (100 ton rate capacity and over); Backhoe/Excavator over 2 cubic yards; Piledriver ($3.00

$35.73

21.55 + a

-----LINE CONSTRUCTION----

----OPERATORS----

WAGE DETERMINATION SCHEDULE

00 0461 - 2 of 6

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

premium when operator controls hammer). (Trade License Required) Group 3: Excavator; Backhoe/Excavator under 2 cubic yards; Cranes (under 100 ton rated capacity), Grader/Blade; Master Mechanic; Hoisting Engineer (all types of equipment where a drum and cable are used to hoist or drag material regardless of motive pow

$34.99

21.55 + a

Group 4: Trenching Machines; Lighter Derrick; Concrete Finishing Machine; CMI Machine or Similar; Koehring Loader (Skooper).

$34.60

21.55 + a

Group 5: Specialty Railroad Equipment; Asphalt Paver; Asphalt Reclaiming Machine; Line Grinder; Concrete Pumps; Drills with Self Contained Power Units; Boring Machine; Post Hole Digger; Auger; Pounder; Well Digger; Milling Machine (over 24" Mandrell)

$34.01

21.55 + a

Group 5 continued: Side Boom; Combination Hoe and Loader; Directional Driller; Pile Testing Machine.

$34.01

21.55 + a

Group 6: Front End Loader (3 up to 7 cubic yards); Bulldozer (rough grade dozer).

$33.70

21.55 + a

Group 7: Asphalt roller, concrete saws and cutters (ride on types), vermeer concrete cutter, Stump Grinder; Scraper; Snooper; Skidder; Milling Machine (24" and under Mandrell).

$33.36

21.55 + a

Group 8: Mechanic, grease truck operator, hydroblaster; barrier mover; power stone spreader; welding; work boat under 26 ft.; transfer machine.

$32.96

21.55 + a

Group 9: Front end loader (under 3 cubic yards), skid steer loader regardless of attachments, (Bobcat or Similar): forklift, power chipper; landscape equipment (including Hydroseeder).

$32.53

21.55 + a

Group 10: Vibratory hammer; ice machine; diesel and air, hammer, etc.

$30.49

21.55 + a

Group 11: Conveyor, earth roller, power pavement breaker (whiphammer), robot demolition equipment.

$30.49

21.55 + a

Group 12: Wellpoint operator.

$30.43

21.55 + a

Group 13: Compressor battery operator.

$29.85

21.55 + a

Group 14: Elevator operator; tow motor operator (solid tire no rough terrain).

$28.71

21.55 + a

Group 15: Generator Operator; Compressor Operator; Pump Operator; Welding Machine Operator; Heater Operator.

$28.30

21.55 + a

WAGE DETERMINATION SCHEDULE

00 0461 - 3 of 6

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

Group 16: Maintenance Engineer/Oiler.

$27.65

21.55 + a

Group 17: Portable asphalt plant operator; portable crusher plant operator; portable concrete plant operator.

$31.96

21.55 + a

Group 18: Power safety boat; vacuum truck; zim mixer; sweeper; (Minimum for any job requiring a CDL license).

$29.54

21.55 + a

10a) Brush and Roller

$30.62

17.75

10b) Taping Only/Drywall Finishing

$31.37

17.75

10c) Paperhanger and Red Label

$31.12

17.75

10e) Blast and Spray

$33.62

17.75

11) Plumber (excluding HVAC pipe installation) (Trade License required: P-1,2,6,7,8,9 J-1,2,3,4 SP-1,2)

$39.31

26.27

12) Well Digger, Pile Testing Machine

$33.01

19.40 + a

Roofer: Cole Tar Pitch

$37.00

12.75 + a

Roofer: Slate, Tile, Composition, Shingles, Singly Ply and Damp/Waterproofing

$35.50

12.75 + a

15) Sheetmetal Worker (Trade License required for HVAC and Ductwork: SM-1,SM-2,SM-3,SM-4,SM-5,SM-6)

$43.41

31.90

16) Pipefitter (Including HVAC work) (Trade License required: S-1,2,3,4,5,6,7,8 B-1,2,3,4 D-1,2,3,4, G-1, G-2, G-8 & G-9)

$39.31

26.27

17a) 2 Axle

$27.88

18.27 + a

17b) 3 Axle, 2 Axle Ready Mix

$27.98

18.27 + a

17c) 3 Axle Ready Mix

$28.03

18.27 + a

17d) 4 Axle, Heavy Duty Trailer up to 40 tons

$28.08

18.27 + a

17e) 4 Axle Ready Mix

$28.13

18.27 + a

17f) Heavy Duty Trailer (40 Tons and Over)

$28.33

18.27 + a

17g) Specialized Earth Moving Equipment (Other Than Conventional Type on-the-Road Trucks and Semi-Trailers, Including Euclids)

$28.13

18.27 + a

18) Sprinkler Fitter (Trade License required: F-1,2,3,4)

$38.98

19.87 + a

19) Theatrical Stage Journeyman

$22.22

6.53

------PAINTERS (Including Drywall Finishing)------

------TRUCK DRIVERS------

WAGE DETERMINATION SCHEDULE

00 0461 - 4 of 6

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

Welders: Rate for craft to which welding is incidental. *Note: Hazardous waste removal work receives additional $1.25 per hour for truck drivers. **Note: Hazardous waste premium $3.00 per hour over classified rate. 

Crane with boom including jib, 150 feet - $1.50 extra.



Crane with boom including jib, 200 feet - $2.50 extra.



Crane with boom including jib, 250 feet - $5.00 extra.



Crane with boom including jib, 300 feet - $7.00 extra.



Crane with boom including jib, 400 feet - $10.00 extra.

~ ~ ~ All classifications that indicate a percentage of the fringe benefits must be calculated at the percentage rate times the "base hourly rate". Apprentices duly registered under the Commissioner of Labor's regulations on "Work Training Standards for Apprenticeship and Training Programs" Section 31-51-d-1 to 12, are allowed to be paid the appropriate percentage of the prevailing journeymen hourly base and the full fringe benefit rate, providing the work site ratio shall not be less than one full-time journeyperson instructing and supervising the work of one apprentice in a specific trade. ~~Connecticut General Statute Section 31-55a: Annual Adjustments to wage rates by contractors doing state work ~~ The Prevailing wage rates applicable to this project are subject to annual adjustments each July 1st for the duration of the project. Each contractor shall pay the annual adjusted prevailing wage rate that is in effect each July 1st, as posted by the Department of Labor. It is the contractor's responsiblity to obtain the annual adjusted prevailing wage rate increases directly from the Department of Labor's website. The annual adjustments will be posted on the Department of Labor's Web page: www.ctdol.state.ct.us. The Department of Labor will continue to issue the initial prevailing wage rate schedule to the Contracting Agency for the project. All subsequent annual adjustments will be posted on our Web Site for contractor access. Effective October 1, 2005 - Public Act 05-50: any person performing the work of any mechanic, laborer, or worker shall be paid prevailing wage. All Persons who perform work ON SITE must be paid prevailing wage for the appropriate mechanic, laborer, or worker classification. All certified payrolls must list the hours worked and wages paid to All Persons who perform work ON SITE regardless of their ownership i.e.: (Owners, Corporate Officers, LLC Members, Independent Contractors, et. al)

WAGE DETERMINATION SCHEDULE

00 0461 - 5 of 6

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

Reporting and payment of wages is required regardless of any contractual relationship alleged to exist between the contractor and such person. ~~Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clause (29 CFR 5.5 (a) (1) (ii)). Please direct any questions which you may have pertaining to classification of work and payment of prevailing wages to the Wage and Workplace Standards Division, telephone (860)263-6790.

END OF SECTION 00 0461

WAGE DETERMINATION SCHEDULE

00 0461 - 6 of 6

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 00 0462 – REFERENCES

List at least five (5) references for similar projects in size, scope, and complexity, within Connecticut and / or New York. THIS PAGE MUST BE COMPLETED AND SUBMITTED WITH YOUR BID.

1) Client________________________________________________________________________ Project Address_______________________________________________________________ Approximate $ Value _____________ Date: Started __________ Completed ___________ Contact: Name ____________________________Telephone # ________________________ 2) Client________________________________________________________________________ Project Address_______________________________________________________________ Approximate $ Value _____________ Date: Started __________ Completed ___________ Contact: Name ____________________________Telephone # ________________________ 3) Client________________________________________________________________________ Project Address_______________________________________________________________ Approximate $ Value _____________ Date: Started __________ Completed ___________ Contact: Name ____________________________Telephone # ________________________ 4) Client________________________________________________________________________ Project Address_______________________________________________________________ Approximate $ Value _____________ Date: Started __________ Completed ___________ Contact: Name ____________________________Telephone # ________________________ 5) Client________________________________________________________________________ Project Address_______________________________________________________________ Approximate $ Value _____________ Date: Started __________ Completed ___________ Contact: Name ____________________________Telephone # ________________________

END OF SECTION 00 0462

REFERENCES

00 0462 - 1 of 1

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 00 0472 – FORM OF BID BOND

TOWN OF GREENWICH, CONNECTICUT BID BOND

_____________________________________________________________________________ Date Bond Executed

____________________________________________________________________________________________ Principal

____________________________________________________________________________________________ Surety

____________________________________________________________________________________________ Penal Sum of Bond (express in words and figures ) Date of Bid

_____________________________________________________________________________ KNOW ALL MEN BY THESE PRESENTS, that we, the principal and surety above named, are held and firmly bound unto the Town of Greenwich, Connecticut, in the penal sum of the amount stated above, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents, THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the principal has submitted the accompanying bid, dated as shown above for ______________________________. (name of bid)

_____________________________________________________________________________ NOW THEREFORE, if the principal shall not withdraw said bid within the period specified therein after the opening of the same, or if no period be specified, within sixty (60) days after said opening, and shall within the period specified therefor, or if no period specified, within ten (10) days after the prescribed forms are presented to him for signature, execute such further contractual documents, if any, as may be required by the term of the Bid as accepted, and give bonds with good and sufficient surety or sureties as may be required, for the faithful performance and proper fulfillment of the resulting contract, and for the protection of all person supplying labor and material in the prosecution of the work provided for in such contract or in the event of the withdrawal of said bid within the period specified, or the failure to enter into such contract and give such bonds within the time specified, if the principal shall pay the Town of Greenwich, Connecticut, the difference between the amount specified in said bid and the amount for which said Town may procure the required work, supplies, and services, if the latter amount be in excess of the former, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. IN WITNESS WHEREOF the above bounden parties have executed this instrument under their several seals on the date indicated above. The name and corporate seal (if applicable) of each corporate party being hereto affixed:

FORM OF BID BOND

00 0472 - 1 of 2

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

_____________________________________________________________________________ Name of Partnership ______________________________________________________________________________________(SEAL) Business Address ____________________________________________________________________________________________ Partner- (Hereunto Duly Authorized) IN THE PRESENCE OF: WITNESS

INDIVIDUAL PRINCIPAL

1.__________________________________AS

TO__________________________(SEAL)

2.__________________________________AS

TO__________________________(SEAL)

3.__________________________________AS

TO__________________________(SEAL)

4.__________________________________AS

TO__________________________(SEAL)

************************************************************************ __________________________________________ CORPORATE/ LLC PRINCIPAL WITNESS __________________________________________ BUSINESS ADDRESS AFFIX CORPORATE SEAL

_________________________________ ______________________________________ BY- (HEREUNTO DULY AUTHORIZED)

______________________________________ TITLE

************************************************************************ __________________________________________ CORPORATE/ LLC PRINCIPAL WITNESS __________________________________________ BUSINESS ADDRESS AFFIX CORPORATE SEAL

_________________________________ _________________________________________ BY- (HEREUNTO DULY AUTHORIZED)

_________________________________________ TITLE FORM OF BID BOND

00 0472 - 2 of 2

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 00 0473 - CERTIFICATE AS TO CORPORATE PRINCIPAL

CERTIFICATE AS TO CORPORATE PRINCIPAL

I, ________________________________________________________________, certify that I am the _____________________________________ of the corporation named as principal in the within bond; that ___________________________________, who signed said bond on behalf of the principal, was then ____________________________ of the corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body.

___________________________________ (Corporate Seal)

END OF SECTION 00 0473

CERTIFICATE AS TO CORPORATE PRINCIPAL

00 0473 - 1 of 1

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 00 0474 – PERFORMANCE, MAINTENANCE AND PAYMENT BOND BOND NO. _______________________ CONTRACT NO. _______________________________ KNOW ALL MEN BY THESE PRESENTS. That we ___________________________________________ _____________________________________, as Principal, and ________________________________ a corporation organized under the laws of the State of_________________________ and authorized to do business in the State of Connecticut as Surety, for holder and firmly bound jointly and severally unto the Town of Greenwich, Connecticut, herein referred to as the Town, the territorial corporation located in the County of Fairfield, in the penal sum of _________________________________________________________ Dollars ($__________________), to be paid to it or its certain attorney, successors or assigns, to which payment well and truly to be made, we the said Obligors do bind ourselves, and each of us, our heirs, executors, administrators, and successors firmly by these presents. IN WITNESS WHEREOF we have hereunto set for cause to be set our respective hands, names and seals this ___________________________ day of __________________________, 20_____ The condition of this obligation is such, that whereas the above named Principal has entered into a certain written contract with the Town of Greenwich, Connecticut, dated the ___________________________ day of __________________________, 20_____

NOW, THEREFORE, if the said Principal shall well and faithfully perform said contract according to its provisions, and fully indemnify and save harmless the Town from all costs and damages which the Town may suffer by reason of failure so to do, and shall pay for all equipment, appurtenances, materials and labor furnished, used or employed in the execution of said contract, and shall indemnify and save harmless the Town from all suits or claims of any nature or description against the Town by reason of any injuries or damages sustained by any person or persons on account of any act or omission of said Principal, his servants or agents, or his subcontractors in the construction of the work or in guarding the work, or on account of the use of faulty or improper materials, or by reason of claims under the Workmen’s Compensation Laws or other laws by any employee of the Principal or his subcontractors, or by reason of the use of patented material, machinery, device, equipment, process, method of construction or design in any way involved in the work, and shall indemnify the Town against such defective workmanship, material and equipment as may be discovered within one (1) year after completion and final acceptance of the work, and shall make good in such defective workmanship and material as may be discovered within said period of one (1) year, then the obligation shall be void, otherwise to remain in full force and effect. The Surety hereby stipulates and agrees that any modifications, omissions or additions in or to the terms of the aforesaid contract, or in or to the plans or specifications therefor, or any extension of time, shall in no wise affect the obligation of the Surety under this bond, the surety hereby waiving any and all right to any notice of any such modifications, omissions, changes, additions or extensions. Contractor Name:__________________________

By:__________________________________

Surety Name:_____________________________

By:__________________________________

END OF SECTION 00 0474

PERFORMANCE MAINTENANCE AND PAYMENT BOND

00 0474 - 1 of 1

NOVEMBER 19TH, 2013

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 SECTION 00 0481 - INSURANCE PROCEDURE

PLEASE NOTE: THIS PAGE MUST BE RETURNED WITH YOUR BID/PROPOSAL. FAILURE TO DO SO MAY RESULT IN YOUR BID/PROPOSAL BEING REJECTED. Please take the insurance requirements of the Contract to your agent/broker immediately upon receipt of the bid documents to determine your existing coverage and any costs for new or additional coverage required for the work noted in this Request for Bid/Proposal. Any bids/proposals with deficient insurance requirements will be rejected. The firm who is awarded the Bid/Proposal must return the contract, agent/broker and insurance form within two (2) weeks from the date on the award letter. PLEASE CHECK THE APPROPRIATE BOX

YES

NO

1. General Liability $3,000,000.00 Includes minimum coverages for combined bodily injury and property damage liability of $2,000,000 general aggregate and $1,000,000 per occurrence. 2. Automobile Liability

$1,000,000.00

3. Excess Liability $5,000,000.00 4. Worker’s Compensation and Employer’s Liability 5. Ability to Return Contract and Insurance Documents Within Two (2) Weeks 6. Able to Provide the Town with Thirty (30) Days Prior Written Notice of Cancellation STATEMENT OF VENDOR: I have read the insurance requirements for this work and have taken the documentation to my insurance agent/broker. The bid/proposal cost reflects any additional costs relating to insurance requirements for this work.

Signature

Date

Contract

END OF SECTION 00 0481

INSURANCE PROCEDURE

00 0481 - 1 of 1

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 00 0482 – INSURANCE REQUIREMENTS Insurance Requirements: Before starting and until final completion and acceptance of the work called for in the Contract and expiration of the guarantee period provided for in the Contract, the Contractor and its subcontractors, if any, shall procure and maintain insurance of the types and amounts checked in paragraphs A through F below for all Contract operations.

A.

General Liability, with minimum coverages for combined bodily injury and property damage liability of $2,000,000 general aggregate, $1,000,000 per occurrence including:

1.

Commercial General Liability.

2.

Town as additional insured.

3.

Owners and Contractors Protective Liability (separate policy in the name of the Town).

B.

Comprehensive Automobile Liability, with minimum coverages of $1,000,000 combined single limit for bodily injury and property damage, including, where applicable, coverage for any vehicle, all owned vehicles, scheduled vehicles, hired vehicles, non-owned vehicles and garage liability.

C.

Excess Liability, with minimum coverage of $5,000,000 in umbrella form, or such other form as approved by Town Department Head and Risk Management Director.

D.

Workers' Compensation and Employer's Liability, with minimum coverages as provided by Connecticut State Statutes.

E.

Professional Liability (for design and other professionals for Errors and Omissions), with minimum coverage of $1,000,000. If the policy is on a claims-made basis, coverage shall be continually renewed or extended for three (3) years after work is completed under the Contract.

F.

Other (Builder's Risk, etc.):

G.

CERTIFICATE HOLDER: TOWN OF GREENWICH / GREENWICH PUBLIC SCHOOLS ATTN: BOARD OF EDUCATION (Also fill in on ACORD Certificate of Insurance)

.

101 Fieldpoint Road, Greenwich, CT 06830. The Acord certificate of insurance form must be executed by your insurance agent/broker and returned to this office. Company name and address must conform on all documents including insurance documentation. It is required that agent/broker note the individual insurance companies providing coverage, rather than the insurance group, on the Acord form. The Contract number (provided to the awarded Contractor), project name and a brief description must be inserted in the “Description of Operations” field. It must be confirmed on the Acord Form that the Town of Greenwich / Greenwich Public Schools, KSQ Architects, PC, and School Construction Consultants, Inc. is endorsed as an additional insured by having the appropriate box checked off and/or stating such in the “Description of Operations” field. A letter from the awarded vendor’s agent/broker certifying that the Town of Greenwich / Greenwich Public Schools has been endorsed onto the general liability policy as an additional insured is also mandatory. This letter must follow exactly the format provided by the Board of INSURANCE REQUIREMENTS

00 0482 - 1 of 2

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

Education and must be signed by the individual authorized representative who signed the Acord form. Contract development will begin upon receipt of complete, correct insurance documentation. The Contractor shall be responsible for maintaining the above insurance coverages in force to secure all of the Contractor's obligations under the Contract with an insurance company or companies with an AM Best Rating of B+:VII or better, licensed to write such insurance in Connecticut and acceptable to the Risk Manager, Town of Greenwich. For excess liability only, non-admitted insurers are acceptable, provided they are permitted to do business through Connecticut excess line brokers per listing on the current list of Licensed Insurance Companies, Approved Reinsurers, Surplus Lines Insurers and Risk Retention Groups issued by the State of Connecticut Insurance Department.

END OF SECTION 00 0482

INSURANCE REQUIREMENTS

00 0482 - 2 of 2

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 00 0483A – SAMPLE ENDORSEMENT LETTER

AGENT/BROKER (LETTERHEAD) (Date) Town of Greenwich Board of Education Attention: Eugene Watts, Senior Buyer 290 Greenwich Avenue Greenwich, CT 06830

Re:

(Name of the Insured) Town of Greenwich Contract No.

Dear Mr. Watts: The undersigned hereby certifies as follows: (1) I am a duly licensed insurance agent under the laws of the State of [insert state] and an authorized representative of all companies affording coverage under the Acord form submitted herewith; (2) The Town of Greenwich has been endorsed as an additional insured under general liability policy no. [insert policy number], issued by [insert company affording coverage] to [name of insured]; (3)] The general liability policy referenced in paragraph (2) above meets or exceeds the coverage in Commercial General Liability ISO form CG 00 01 10 01, including contractual liability; (4) The policies listed in the Acord form submitted to the Town of Greenwich in connection with the above referenced contract have been issued to the insured in the amounts stated and for the periods indicated in the Acord form; and (5) The Town of Greenwich shall be given thirty (30) days prior written notice of cancellation, lapse or restrictive amendment (except ten days notice of non-payment) of the policies listed in the Acord form.

Sincerely, (Signature) Authorized Representative for all companies listed in the Acord form

END OF SECTION 00 0483A

SAMPLE ENDOREMENT LETTER

00 0483A - 1 of 1

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

00 0483B – A.M. BEST KEY RATING GUIDE FORM

The following insurance companies are licensed in the State of Connecticut per the 2011 edition of the A.M. Best Key Rating Guide For Property and Casualty,

1.

2.

3.

4.

5.

6.

Company Name: __________________________________ a) Page Number:

_____________

b) Rating is:

_____________

Company Name: __________________________________ a) Page Number:

_____________

b) Rating is:

_____________

Company Name: __________________________________ a) Page Number:

_____________

b) Rating is:

_____________

Company Name: __________________________________ a) Page Number:

_____________

b) Rating is:

_____________

Company Name: __________________________________ a) Page Number:

_____________

b) Rating is:

_____________

Company Name: __________________________________ a) Page Number:

_____________

b) Rating is:

_____________

END OF SECTION 00 0483B

A.M. BEST KEY RATING GUIDE FORM

00 0483B - 1 of 1

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 00 0483C - AFFIRMATIVE ACTION COMPLIANCE AFFIDAVIT

COMMISSION ON HUMAN RIGHTS AND OPPORTUNITIES CONTRACT COMPLIANCE REGULATIONS NOTIFICATION TO BIDDERS AFFIRMATIVE ACTION COMPLIANCE AFFIDAVIT The contract to be awarded is subject to contract compliance requirements mandated by Sections 4a-60 and 4a-60a of the Connecticut General Statutes; and, when the awarding agency is the State, Sections 46a-71(d) and 46a-81i(d) of the Connecticut General Statutes. There are Contract Compliance Regulations codified at Section 46a-68j-21 through 43 of the Regulations of Connecticut State Agencies, which establish a procedure for awarding all contracts covered by Sections 4a-60 and 46a-71(d) of the Connecticut General Statutes. According to Section 46a-68j-30(9) of the Contract Compliance Regulations, every agency awarding a contract subject to the contract compliance requirements has an obligation to “aggressively solicit the participation of legitimate minority business enterprises as bidders, contractors, subcontractors and suppliers of materials.” “Minority business enterprise” is defined in Section 4a-60 of the Connecticut General Statutes as a business wherein fifty-one percent or more of the capital stock, or assets belong to a person or persons: “(1) Who are active in daily affairs of the enterprise; (2) who have the power to direct the management and policies of the enterprise; and (3) who are members of a minority, as such term is defined in subsection (a) of Section 32-9n.” “Minority” groups are defined in Section 32-9n of the Connecticut General Statutes as “(1) Black Americans . . .(2) Hispanic Americans . . . (3) persons who have origins in the Iberian Peninsula . . . (4)Women . . . (5) Asian Pacific Americans and Pacific Islanders; (6) American Indians . . .” An individual with a disability is also a minority business enterprise as provided by Section 4a-60g of the Connecticut General Statutes. The above definitions apply to the contract compliance requirements by virtue of Section 46a-68j-21(11) of the Contract Compliance Regulations. The awarding agency will consider the following factors when reviewing the bidder’s qualifications under the contract compliance requirements: (a) the bidder’s success in implementing an affirmative action plan; (b) the bidder’s success in developing an apprenticeship program complying with Sections 46a-68-1 to 46a-68-17 of the Administrative Regulations of Connecticut State Agencies, inclusive; (c) the bidder’s promise to develop and implement a successful affirmative action plan; (d)

the bidder’s submission of employment statistics contained in the “Employment Information Form”, indicating that the composition of its workforce is at or near parity when compared to the racial and sexual composition of the workforce in the relevant labor market area; and

(e) the bidder’s promise to set aside a portion of the contract for legitimate minority business enterprises. See Section 46a-68j-30(10)(E) of the Contract Compliance Regulations.

AFFIRMATIVE ACTION COMPLIANCE AFFIDAVIT

00 0483C - 1 of 2

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

*INSTRUCTIONS:

NOVEMBER 19TH, 2013

Bidders must sign acknowledgement below and return acknowledgement to Awarding Agency along with bid proposal.

The undersigned acknowledges receiving and reading a copy of the “Notification to Bidders” form.

________________________________ Signature

___________________________ Date

On behalf of:

___________________________________ ____________________________________ ____________________________________

END OF SECTION 00 0483C

AFFIRMATIVE ACTION COMPLIANCE AFFIDAVIT

00 0483C - 2 of 2

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 00 0484B – SAMPLE CONTRACT

THE FOLLOWING PAGES ARE A SAMPLE COPY OF THE TOWN OF GREENWICH CONTRACT FOR YOUR REVIEW. YOU MUST BE ABLE TO SIGN THIS CONTRACT AND MEET THE NECESSARY INSURANCE AS REQUIRED BY THE TOWN OF GREENWICH IN ORDER FOR YOUR PROPOSAL TO BE CONSIDERED.

State of Connecticut SAMPLE CONTRACT

00 0484B - 1 of 11

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

Town of Greenwich Contract Town Department:

Contract No.:

Division:

Account Name:

Name and Address Of Contractor

Account Code: Total Amount: of Contract

This Agreement made this ____day of __________, (year) between Town of Greenwich/BOE hereafter called the Town and (Company Name) hereafter called the Contractor Witnessed as follows: 1.

The contractor agrees to furnish materials and perform services as shown in specifications and contract documents hereto attached and made a part hereof, and consisting of numbered pages from 1 to (total pages)

2.

The Town agrees to pay the price designated for such materials and services upon certification by the proper agent of the Town.

3.

This contract shall not be valid until approved by the Town Counsel and countersigned by the Town Comptroller.

TOWN OF GREENWICH By_____________________________________________________ Its Managing Director of Operations Benjamin B. Branyan CONTRACTOR By_____________________________________________________ Its President

CORPORATE ACKNOWLEDGEMENT (STATE OF CONNECTICUT) (COUNTY OF FAIRFIELD) ss:

, 2013 of ___________________________________________

Personally appeared (Name and title of Officer)

Signer and sealer of the foregoing instrument, who being duly authorized and appointed by the Board of Directors of said Corporation, acknowledged the foregoing instrument to be his free act and deed and the free act and deed of said _____________________________________, before me (Corporation) ____________________________________________ Notary Public

SAMPLE CONTRACT

00 0484B - 2 of 11

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

INDIVIDUAL OR PARTNERSHIP ACKNOWLEDGEMENT (delete words in parenthesis if not a partnership) (STATE OF (COUNTY OF

) )

ss:

_________________________________________, 2013

, (one of the members of the partnership of) Personally appeared ________________________ , signer and sealer of the foregoing instrument and acknowledged the same to be his free act and deed (and the free act and deed of said partnership), before me _________________________________________ Notary Public (seal) Approved as to legal sufficiency Date________________________________________

__________________________________________ Town Counsel

I hereby certify that the estimated amount of this contract does not exceed the unencumbered balances of amounts duly appropriated and against which this contract is chargeable as indicated hereon. Date_________________________________________

SAMPLE CONTRACT

_________________________________________ Comptroller

00 0484B - 3 of 11

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

AGREEMENT CONTRACT NO.

THIS AGREEMENT, executed this

day of

in

the

year

Two

Thousand

Thirteen (herein referred to as the "AGREEMENT"), by and between the Town of Greenwich, Connecticut, acting through __________________________________________________ hereunto duly authorized, "OWNER" and ___________________________________________, acting through __________________________________________________ (insert name of individual and title) duly authorized, "CONTRACTOR". WITNESSETH, that the parties to these presents, each in consideration of the under-taking, promises and agreements on the part of the other herein contained, have undertaken, promised and agreed to do hereby undertake, promise and agree, the Owner for itself, its successors and assigns, and the Contractor for himself and his heirs, executors, administrators, successors and assigns, as follows:

1.

DEFINITIONS:

Wherever the words hereinafter defined or pronouns used in their stead occur in the Contract Documents, they shall have the following meaning: The word "Owner" shall mean the Town of Greenwich and shall include its authorized representative. The word "Contractor" shall mean the person or organization identified as such in this Agreement and shall include his authorized representative. The words "Contracting Officer or Agency" shall mean that official of the Town which awards the contract, executes the Agreement and is the Owner's authorized representative. The Information for Bidders, the Contractor's Bid as accepted by the Owner, the Contract Conditions and Specifications and the General, Technical and Materials Specifications, the Drawings, and all addenda and amendments to any of the foregoing, collectively constitute the Contract Documents, and are sometimes herein referred to as the "Contract".

2.

DESCRIPTION OF WORK:

3.

PAYMENT:

The Contractor shall be paid on a monthly basis after presentation of vouchers, and subject to acceptance and approval by the Town of Greenwich. Such payments will be made by the Town of Greenwich monthly for all services actually rendered, and the acceptance by the Contractor of any such monthly payment shall be a release to the Town of all claims and all liability to the Contractor in connection with the contract, arising during the period for which payment is made. No payment, however, shall operate to release the Contractor or its sureties or insurers from any obligation under the Contract to be entered into or the Performance Bond or any insurance policies issued in connection with said contract.

SAMPLE CONTRACT

00 0484B - 4 of 11

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

4.

NOVEMBER 19TH, 2013

PERFORMANCE MAINTENANCE AND PAYMENT BOND:

The Contractor shall, simultaneously with the signing of the Contract, furnish the Town the executed Performance, Maintenance and Payment Bond of a surety company authorized to do business in the State of Connecticut, and acceptable to the Town, in the sum of the full amount of the Contract obligation in the form provided by the Town. THE ABOVE IS ONLY REQUIRED FOR CONTRACTS EXCEEDING $100,000.00.

5.

GUARANTEE:

The Contractor guarantees that the Work and services to be performed, furnished, used or installed in the construction of the same, shall be free from defects and flaws, and shall be performed and furnished in strict accordance with the Drawings, if any, Specifications, and other Contract Documents, that the strength of all parts of all manufactured equipment shall be adequate and as specified and that the performance test requirements of the Contract shall be fulfilled. This guarantee shall be for a period of one year from and after the date of completion and acceptance of the Work as stated in the final estimate. The Contractor shall repair, correct or replace as required, promptly and without charge, all work, equipment and material, or parts thereof, which fail to meet the above guarantee or which in any way fail to comply with or fail to be in strict accordance with the terms and provisions and requirements of the Contract during such one-year period, and also shall repair, correct, or replace all damage to the Work resulting from such failure.

6.

DEFECTIVE WORK:

The inspection of the Work shall not relieve the Contractor of any of his obligations to perform and complete the Work as required by the Contract. Defective work shall be corrected and unsuitable materials, equipment apparatus and other items shall be replaced by the Contractor, notwithstanding that such work, materials, equipment, apparatus and other items may have been previously overlooked or accepted or estimated for payment. If the work or any part thereof shall be found defective at any time before the final acceptance of the work, the Contractor shall forthwith make good such defect in a manner satisfactory to the Town; if any material, equipment, apparatus or other items brought upon the site for use or incorporation in the work, or selected for the same, is condemned by the Town as unsuitable or not in conformity with the Specifications or any of the other Contract Documents, the Contractor shall forthwith remove such materials, equipment, apparatus and other items from the site of the Work and shall at his own cost and expense make good and replace the same and any material furnished by the Town which shall be damaged or rendered defective by the handling or improper installation by the Contractor, his agents, servants, employees or subcontractors.

7.

COMPLIANCE WITH LAWS:

The Contractor shall keep himself fully informed of all existing and future federal, state and local laws, ordinances, rules and regulations affecting those engaged or employed on the work, the materials and equipment used in the work or the conduct of the work, and of all orders, decrees and other requirements of bodies or tribunals having any jurisdiction or authority over the same. If any discrepancy or inconsistency is discovered in the Drawings, if any, Specifications or other Contract Documents in relation to any such law, ordinance, rule, regulation, order, decree or other requirement, the Contractor shall forthwith report the same to the Town in writing. The Contractor shall at all times observe and comply with, and cause all his agents, servants, employees and subcontractors to observe and comply with all such existing and future laws, ordinances, rules, regulations, orders, decrees and other requirements, and he shall protect, indemnify and save harmless the Town, its officers, agents, servants and employees from and against any and all claims, demands, suits proceedings, liabilities, judgments, penalties, losses, damages costs and expenses, including attorneys' fees, arising from or based upon SAMPLE CONTRACT

00 0484B - 5 of 11

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

any violation or claimed violation of any such law, ordinance, rule, regulation, order, decree or other requirement, whether committed by the Contractor or any of his agents, servants, employees or subcontractors.

8.

INDEMNITY:

The Contractor shall indemnify and save harmless the Town and its officers, agents, servants and employees, from and against any and all claims, demands, suits, proceedings, liabilities, judgments, awards, losses, damages, costs and expenses, including attorneys' fees, on account of bodily injury, sickness, disease or death sustained by any person or persons or injury or damage to or destruction of any property, directly or indirectly arising out of, relating to or in connection with the Work, whether or not due or claimed to be due in whole or in part to the active, passive or concurrent negligence or fault of the Contractor, his officers, agents, servants or employees, any of his subcontractors, the Town any of his respective officers, agents, servants or employees and/or any other person or persons, and whether or not such claims, demands, suits or proceedings are just, unjust, groundless, false or fraudulent; and the Contractor shall and does hereby assume and agrees to pay for the defense of all such claims, demands, suits and proceedings; and provided that the Contractor shall not be required to indemnify the Town, its officers, agents, servants or employees against any such damages occasioned solely by acts or omissions of the Town other than supervisory acts or omissions of the Town in connection with the Work.

INDEMNITY AGAINST SUBCONTRACTORS' CLAIMS: If any other contractor or any subcontractor of any such other contractor shall suffer or claim to have suffered loss, damage or delay by reason of the acts or omissions of the Contractor or of any of his subcontractors, the Contractor agrees to assume the defense against any such claim and to reimburse such other contractor or subcontractor for such loss or damage. The Contractor agrees to and does hereby indemnify and save harmless the Town from and against any and all claims by such other contractors or subcontractors, alleging such loss, damage or delay and from and against any and all claims, demands, suits, proceedings, liabilities, judgments, awards, losses, damages, costs and expenses including attorneys' fees, arising out of, relating to or resulting from such claims.

9.

PATENTS:

The Contractor shall indemnify and save harmless the Town and all persons acting for or on behalf of the Town from all claims and liability of any nature or kind, and all damages, costs and expenses, including attorneys' fees, arising from or occasioned by an infringement or alleged infringement of any patents or patent rights on any invention, process, materials, equipment, article, or apparatus, or any part hereof, furnished and installed by the Contractor, or arising from or occasioned by the use or manufacture thereof, including their use by the Town.

10.

CHANGES:

The Town, through its designated Agent, may make changes in the Work and in the Drawings, if any, and Specifications therefore by making alterations therein, additions, thereto or omissions there from. All work resulting from such changes shall be performed and furnished under and pursuant to the terms and conditions of the Contract. If such changes result in an increase or decrease in the Work to be done hereunder, or increase or decrease the quantities thereof, adjustment in compensation shall be made therefore. For eliminated or decreased work the Contractor shall allow the Town a reasonable credit as determined by the Parties. Except in an emergency endangering life or property, no change shall be made unless in pursuance of a written order from the Town authorizing the change, and no claim for additional compensation shall be valid unless the change is so ordered. The Contractor agrees that he shall neither have nor assert any claim for or be entitled to any additional compensation for damages or for loss of anticipated profits on work that is eliminated.

SAMPLE CONTRACT

00 0484B - 6 of 11

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

11.

NOVEMBER 19TH, 2013

CLAIMS FOR DAMAGES:

If the Contractor makes claim for any damages alleged to have been sustained by breach of contract or otherwise, he shall, within ten (10) days after occurrence of the alleged breach or within ten (10) days after such damages are alleged to have been sustained whichever date is the earlier, file with the Contracting Officer a written, itemized statement of the details of the alleged breach and the details and amount of the alleged damages. The Contractor agrees that unless such statement is made and filed as so required, his claim for damages shall be deemed waived, invalid and unenforceable, and that he shall not be entitled to any compensation for any such alleged damages. Within ten (10) days after the timely filing of such statement, the Contracting Officer shall file with the appropriate department of the Town, one copy of the statement, and shall file with the Town and the Contractor his determination thereon. The Contractor shall not be entitled to claim any additional compensation for damages by reason of any direction, instruction, determination or decision of the Town or its agents, nor shall any such claims be considered, unless the Contractor shall have complied in all respects with the provisions of this paragraph.

12.

ABANDONMENT OF THE WORK OR OTHER DEFAULT:

If the Work shall be abandoned, or any part thereof shall be sublet without previous written consent of the Town, or the Contract or any moneys payable hereunder shall be assigned otherwise than as herein specified, or if at any time the Contracting Officer shall be of the opinion, and shall so certify in writing, that the conditions herein specified as to rate of progress are not being complied with, or that the Work or any part thereof is being unnecessarily or unreasonably delayed, or that the Contractor has violated or is in default under any of the provisions of the Contract, or if the Contractor becomes bankrupt or insolvent or goes or is put into liquidation or dissolution, either voluntarily or involuntarily, or petitions for an arrangement or reorganization under the Bankruptcy Act, or makes a general assignment for the benefit of creditors or otherwise acknowledges insolvency, the happening of any of which shall be and constitute a default under the Contract, the Town may notify the Contractor in writing, with a copy of such notice mailed to the surety, to discontinue all Work or any part thereof; thereupon the Contractor shall discontinue such Work or such part thereof as the Town may designate; and the Town may, upon giving such notice, by Contract or otherwise as it may determine, complete the Work or such part thereof and charge the entire cost and expense of so completing the work. The Town shall be entitled to reimbursement from the Contractor and the Contractor agrees to pay to the Town any losses, damages, costs and expenses, including attorneys' fees, sustained or incurred by the Town by reason of any of the foregoing causes. For the purpose of such completion the Town may for itself or for any Contractors employed by the Town take possession of and use or cause to be used any and all materials, equipment, plant, machinery, appliances, tools, supplies and such other items of every description that may be found or located at the site of the Work. All costs, expenses, losses, damages, attorneys' fees, and any and all other charges incurred by the Town under this subsection shall be charged against the Contractor and deducted and/or paid by the Town out of any moneys due and payable or to become due or payable under the Contract to the Contractor; in computing the amounts chargeable to the Contractor, the Town shall not be held to a basis of the lowest prices for which the completion of the Work or any part thereof might have been accomplished, but all sums actually paid or obligated therefore to effect its prompt completion shall be charged to and against the account of the Contractor. In case the costs, expenses, losses, damages, attorneys' fees and other charges together with all payments theretofore made to or for the account of the Contractor are less than the sum which would have been payable under the Contract if the Work had been properly performed and completed by the Contractor, the Contractor shall be entitled to receive the difference, and, and in case such costs, expenses, losses, damages, attorneys' fees and other charges, together with all payments theretofore made to or for the account of the Contractor, shall exceed the said sum, the Contractor shall pay the amount of the excess to the Town.

SAMPLE CONTRACT

00 0484B - 7 of 11

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

13.

NOVEMBER 19TH, 2013

LIENS:

If at any time any notices of lien or other legal process are filed for labor performed or materials or equipment manufactured, furnished, or delivered to or for the Work, the Contractor shall, at its own cost and expense, promptly discharge, remove or otherwise dispose of the same, and until such discharge, removal or disposition, the Town shall have the right to retain from any moneys payable hereunder an amount which, in its sole judgment, it deems necessary to satisfy such liens and pay the costs and expenses, including attorneys' fees, of defending any actions brought to enforce the same, or incurred in connection therewith or by reason thereof.

14.

CLAIMS:

If at any time there be any evidence of any claims for which the Contractor is or may be liable or responsible hereunder, the Contractor shall promptly settle or otherwise dispose of the same, and until such claims are settled or disposed of, the Town may retain from any moneys which would otherwise be payable hereunder so much thereof as, in its sole judgment, it may deem necessary to settle or otherwise dispose of such claims and to pay the costs and expenses, including attorneys' fees, of defending any actions brought to enforce such claims or incurred in connection therewith or by reason thereof.

15.

LIABILITY OF TOWN:

No person, firm or corporation, other than the Contractor, who signed this Contract as such, shall have any interest herein or rights hereunder. No claim shall be made or be valid either against the Town or any agent of the Town and neither the Town nor any agent of the Town shall be liable for or be held to pay any money, except as herein provided. The acceptance by the Contractor of the payment as fixed in the final estimate shall operate as and shall be a full and complete release of the Town and of every agent of the Town of and from any and all claims, demands, damages and liabilities of, by or to the Contractor for anything done or furnished for or arising out of or relating to or by reason of the Work or for or on account of any act or neglect of the Town or of any agent of the Town or of any other person, arising out of, relating to or by reason of the Work, except the claim against the Town for the unpaid balance, if any there be, of the amounts retained as herein provided.

16.

PROVISIONS REQUIRED BY LAW DEEMED INSERTED:

Each and every provision of law and clause required by law to be inserted in the Contract shall be deemed to be inserted herein, and the Contract shall be read and enforced as though they were included herein. If through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party, the Contract shall forthwith be physically amended to make such insertion.

17.

PERMITS:

The Contractor shall, at his own expense, take out and maintain all necessary permits from the State, Town, or other public authorities; shall give all notices required by law; and shall post all bonds and pay all fees and charges incident to the due and lawful prosecution of the Work.

18.

NOT TO SUBLET OR ASSIGN:

The Contractor shall constantly give his personal attention to the faithful prosecution of the Work, shall keep the same under his personal control, shall not assign the Contract or sublet the Work or any part thereof without the previous written consent of the Town, and shall not assign any of the moneys payable under the Contract, or his claim thereto, unless by and with the like written consent of the Town and the surety on the Contract Bonds. Any assignment or subletting in violation hereof shall be void and unenforceable. SAMPLE CONTRACT

00 0484B - 8 of 11

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

19.

NOVEMBER 19TH, 2013

EMPLOY COMPETENT PEOPLE:

The Contractor shall employ only competent people on the Work and shall not employ people or means which may cause strikes, work stoppages and/or disturbances by workmen employed by the Contractor, any subcontractor, the Town, the Contracting Officer or any other contractor. Whenever the Contracting Officer notifies the Contractor in writing that in his opinion any person on the Work is incompetent, unfaithful, disorderly, or otherwise unsatisfactory or not employed in accordance with the provisions of the Contract, such person shall be discharged from the Work and shall not again be employed on it, except with the written consent of the Contracting Officer.

20.

EMPLOY SUFFICIENT LABOR AND EQUIPMENT:

If in the sole judgment of the Contracting Officer the Contractor is not employing sufficient labor, plant, equipment or other means to complete the Work within the time specified, the Contracting Officer may, after giving written notice, require the Contractor to employ such additional labor, plant, equipment and other means as the Contracting Officer deems necessary to enable the Work to progress properly.

21.

INTOXICATING LIQUORS:

The Contractor shall not sell and shall neither permit nor suffer the introduction or use of intoxicating liquors upon or about the Work.

22.

ACCESS TO WORK:

The Town, the Contracting Officer, and their officers, agents, servants and employees may at any and all times and for any and all purposes, enter upon the Work and the site thereof and the premises used by the Contractor, and the Contractor shall at all times provide safe and proper facilities therefore.

23.

EXAMINATION OF WORK:

The Contracting Officer shall be furnished by the Contractor with every reason able facility for examining and inspecting the Work and for ascertaining that the Work is being performed in accordance with the requirements and intent of the Contract, even to the extent of requiring the uncovering or taking down portions of finished work by the Contractor.

24.

EXTRA WORK:

The Contractor shall perform any extra work (work in connection with the Contract but not provided for herein) when and as ordered in writing by the Contracting Officer, at the unit prices stipulated in the Contract for such work or, if none are so stipulated, either (a) at the price agreed upon before such work is commenced and named in the written order for such work, or (b) if the Contracting Officer so elects, for the reasonable cost of such work, as determined by the Contractor and approved by the Contracting Officer, plus a percentage of such cost, as may be agreed upon by Contract and Contracting Officer.

25.

CHANGES NOT TO AFFECT BONDS:

It is distinctly agreed and understood that any changes made in the work or the Drawings or Specifications therefore (whether such changes increase or decrease the amount thereof or the time required for its performance) or any changes in the manner or time of payments made by the Town to the Contractor, or any other modifications of the Contract, shall in no way annul, release, diminish or affect the liability of the surety on the Contract Bonds given by the Contractor, it being the intent hereof that notwithstanding such changes the liability of the surety on said bonds continue and remain in full force SAMPLE CONTRACT

00 0484B - 9 of 11

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

and effect.

26.

PRICES FOR WORK:

The Town shall pay and the Contractor shall receive the prices stipulated in the Bid made a part hereof as full compensation for everything performed and furnished and for all risks and obligations undertaken by the Contractor under and as required by the Contract.

27.

MONEYS MAY BE RETAINED:

The Town may at any time retain from any moneys which would otherwise be payable hereunder so much thereof as the Town may deem necessary to complete the Work hereunder and to reimburse it for all costs, expenses, losses, damage and damages chargeable to the Contractor hereunder.

28.

USE OR PARTIAL PAYMENT NOT ACCEPTANCE:

It is agreed that this is an entire contract for one whole and complete Work or result and that neither the Town’s entrance upon or use of the Work or any part thereof nor any partial payments by the Town shall constitute an acceptance of the Work or any part thereof before its entire completion and final acceptance.

29.

NON-CONNECTICUT CONTRACTORS:

Pursuant to Connecticut General Statutes §12-430(7), as amended by Connecticut Public Act #11-61, Section 66, a nonresident contractor shall comply with the State of Connecticut’s bonding requirements.

30.

PAYMENT TO SUBCONTRACTORS:

As required by Section 49-41a of the Connecticut General Statutes, within thirty days after payment to the Contractor by the Town for work under this Contract, he shall pay any amounts due any subcontractor, whether for labor performed or materials furnished when such labor or materials has been included in a requisition submitted by such Contractor and paid by the Town.

31.

INSURANCE: Insurance coverage required as noted in "Exhibit A" attached.

32.

PREVAILING WAGE RATES; CONSTRUCTION SAFETY AND HEALTH COURSE:

Except as noted below, the Contractor shall comply with the current provisions of Section 31-53 of the General Statutes of the State of Connecticut, a part of which is quoted as follows: "The wages paid on an hourly basis to any person performing the work of any mechanic, laborer or worker on the work herein contracted to be done and the amount of payment or contribution paid or payable on behalf of each such person to any employee or welfare fund, as defined in subsection (h) of section 31-53 of the General Statutes, shall be at a rate equal to the rate customary or prevailing for the same work in the same trade or occupation in the town in which such public works project is being constructed. Any contractor who is not obligated by agreement to make payment or contribution on behalf of such persons to any such employee welfare fund shall pay to each mechanic, laborer or worker as part of such person’s wages the amount of payment or contribution for such person’s classification on each pay day." SAMPLE CONTRACT

00 0484B - 10 of 11

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

All Contractors and subcontractors shall submit certified weekly payrolls, on forms furnished by the Town, for all contracts meeting the aforementioned monetary limits. The certified payrolls shall be submitted with the Contractor's monthly certificate for payment. Section 31-55a of the General Statutes of the State of Connecticut provides that the prevailing wage rates applicable to any awarded contract or subcontract are subject to annual adjustments each July 1st for the duration of the project. Each Contractor that is awarded a contract shall pay the annual adjusted prevailing wage rate that is in effect each July 1st, as posted by the Department of Labor. It is the Contractor’s responsibility to obtain the annual adjusted prevailing wage rate increases directly from the Department of Labor’s web site. The annual adjustments will be posted on the Department’s of Labor web page: www.ctdol.state.ct.us. For those without Internet access, contact the division listed below. The Contractor shall also furnish proof with the weekly certified payroll for the first week each employee begins work that any person performing the work of a mechanic, laborer or worker has completed a course of at least ten (10) hours in duration in construction safety and health approved by the federal Occupational Safety and Health Administration in accordance with Connecticut General Statutes Section 3153b and regulations adopted by the State of Connecticut Labor Commissioner. The provisions of this section (32) shall not apply where the total cost of all work to be performed by all Contractors and subcontractors in connection with new construction of any public works project is less than four hundred thousand dollars ($400,000) or where the total cost of all work to be performed by all contractors and subcontractors in connection with any remodeling, refinishing, refurbishing, rehabilitation, alteration or repair of any public works project is less than one hundred thousand dollars ($100,000). Questions can be directed to the Contract Compliance Unit, Wage and Workplace Standards Division, Connecticut Department of Labor, 200 Folly Brook Blvd., Wethersfield, CT 06109 at 860-2636790.

33.

GOVERNING LAW:

The laws of the State of Connecticut shall govern this Contract and any and all litigation related to this Contract. In the event of litigation related to this Contract, the exclusive forum shall be the State of Connecticut and the exclusive venue for such litigation shall be the Judicial District for Stamford/Norwalk at Stamford. IN WITNESS, WHEREOF, the parties of the AGREEMENT have hereunto set their hand and seals the day first above written. TOWN OF GREENWICH, CONNECTICUT BY_________________________________

THE CONTRACTOR BY_________________________________

END OF SECTION 00 0484

SAMPLE CONTRACT

00 0484B - 11 of 11

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

DOCUMENT 00 0485 – CONSENT OF SURETY

CONSENT OF SURETY The Undersigned surety, being the surety which issued bonds No._________ for the Town of Greenwich Contract No. ___________ hereby consents to release of final payment and all retainages to the contractor- principal.

(Name of Surety) By_______________________________________ Its

ACKNOWLEDGMENT STATE OF: ss: COUNTY OF:

This is to certify the above signatory who executed this instrument was either known to me or satisfactorily proven to me to be the person whom he purports to be.

______________________________________ Notary Public

END OF SECTION 00 0485

CONSENT OF SURETY

00 0485 - 1 of 1

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 00 0486 AFFIDAVIT FOR FINAL PAYMENT

AFFIDAVIT FOR FINAL PAYMENT The undersigned, being duly sworn, deposes and says: 1.

That he is the _______________________________(Title) of the contractor in hereinafter referred to and is authorized to execute this affidavit on behalf of the contractor;

2.

In connection with Contract #___________ for ________________________ (Project Title) it is represented that all payroll, bills for services, materials, supplies, equipment and other indebtedness have been paid or otherwise satisfied and that there are no outstanding claims against the undersigned by any sub-contractor or material supplier, or no outstanding claims to file a claim against the Town of Greenwich;

3.

This affidavit is made at the request of the Town of Greenwich for the purpose of inducing final payment and knowing that it will rely upon the truth of the representation herein made.

Subscribed and sworn to

before me this____ day

of____________, 20___

_______________________________ Notary Public

________________________________ (Type or print name person authorized to sign)

END OF SECTION 00 0486

AFFIDAVIT FOR FINAL PAYMENT

00 0486 - 1 of 1

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 00 8500 – LIST OF DRAWINGS DWG N0.

DRAWING NAME

A000 A001 M-101

COVER SHEET ABBREVIATIONS, SYMBOLS, NOTES MECHANICAL SYMBOLS, NOTES & ABBREVIATIONS

ABATEMENT AS-100 AS-101 AS-102 AS-103

PLANS PLAN – MAIN FLOOR PLAN – UPPER FLOOR TYPICAL WALL SECTIONS

ARCHITECTURAL S1 S2

EXISTING SURVEY ALTERNATES AND PHASING PLAN

A100 A101 A102

OVERALL FLOOR PLAN – GROUND FLOOR OVERALL FLOOR PLAN – MAIN FLOOR OVERALL FLOOR PLAN – UPPER FLOOR

A200 A201 A202 A203 A204

PARTIAL FLOOR PLAN – GROUND FLOOR PARTIAL FLOOR PLAN – MAIN FLOOR – BRIDGE & M-WING PARTIAL FLOOR PLAN – MAIN FLOOR – ADMINISTRATION WING PARITIAL FLOOR PLAN – MAIN FLOOR – GYM,AUDITORIUM &ART/MUSIC ROOMS PARTIAL FLOOR PLAN – UPPER FLOOR – U-WING

A300 A301 A302 A303 A304 A305 A306 A307 A308

ELEVATIONS – SOUTH FACADE ELEVATIONS – NORTH FACADE ELEVATIONS – WEST FACADE ELEVATIONS – WEST FACADE ELEVATIONS – WEST FACADE ELEVATIONS – EAST FACADE ELEVATIONS – EAST FACADE ELEVATIONS – SOUTH FACADE ELEVATIONS – NORTH FACADE

A425 A426 A427 A428 A429 A430 A431

WALL SECTIONS – EXISTING AND NEW – M&U-WING, STAIR NO.3 WALL SECTIONS – EXISTING AND NEW – CLASSROOM M & U-WING WALL SECTIONS – EXISTING AND NEW – CLASSROOM M & U-WING, LINK ‘A’ WALL SECTIONS – EXISTING AND NEW – BRIDGE LINK TRANSITION WALL SECTIONS – EXISTING AND NEW – CAFETERIA, ART/MUSIC ROOMS WALL SECTIONS – EXISTING AND NEW – ART/MUSIC ROOMS, BOILER ROOM WALL SECTIONS – EXISTING AND NEW – CAFETERIA, STAGE ENTRY, LINK A

A700 A701

SCHEDULE, TYPES AND NOTES – DOORS AND FRAMES DOOR DETAILS – JAMB, HEAD, AND SILL

LIST OF DRAWINGS

00 8500 - 1 of 2

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

A725

WINDOW SCHEDULE, TYPES AND NOTES

A730 A731 A732

CURTAINWALL WINDOW TYPES – W1 THRU W8 CURTAINWALL WINDOW TYPES – W-9 THRU W-18 CURTAINWALL WINDOW TYPES – W-19 THRU W-32

A750

MISCELLANEOUS DETAILS

NOVEMBER 19TH, 2013

END OF SECTION 00 0850

LIST OF DRAWINGS

00 8500 - 2 of 2

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 01 1000 – SUMMARY OF WORK PART 1 - GENERAL

1.1

PROJECT INFORMATION

A.

Project: Western Middle School Curtainwall Replacement Project

B.

Project Location: 1.

Western Middle School Western Jr. Hwy., Greenwich, CT 06830

C.

Owner: Greenwich Public Schools.

D.

Architect: KSQ Architects, PC. 235 Main Street, White Plains, NY 10601

E.

Construction Manager: School Construction Consultants, 190 Motor Parkway, Suite 201, Hauppauge, NY 11788

F.

This project consists of removal of existing metal and glass window-wall system, removal of Asbestos Containing Materials (ACM), and installation of new Curtainwall system.

G.

Work by Owner: No separate contracts are anticipated for the completion of this work.

H.

The Project will be constructed under a single prime-contracting arrangement.

1.2

GENERAL REQUIREMENTS

A.

DIVISION 0 - BIDDING DOCUMENTS, CONTRACTS AND CONDITIONS

B.

DIVISION 1 - GENERAL REQUIREMENTS

1.3

GENERAL WORK CONTRACTOR

A.

Owner’s Contract Documents and Forms

B.

The work of the General Contract includes but not limited to the following: BASE BID and ALTERNATE: Part 1

C.

1.

All front end documentation, schedules, submittals, field measurements and preparation of shop drawings, followed by ordering windows.

2.

Provision of curtainwall system, consisting of fixed, operable, insulated and spandrel units.

3.

Delivery of windows stored in containers provided by the contractor.

The work of the General Contract includes but not limited to the following: BASE BID and ALTERNATE: Part 2 1.

Asbestos Abatement

2.

Scoping of work area.

3.

Scaffolding or operable lift sequencing.

4.

Selective removals for re-installation of exterior wall radiation and cabinetry as required for curtainwall work.

5.

Selective removals of existing façade curtainwall (by abatement contractor).

6.

Removal of existing air conditioning units.

SUMMARY OF WORK

01 1000 - 1 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

D.

1.4 A.

NOVEMBER 19TH, 2013

7.

New air conditioning units indicated on drawings.

8.

Temporary watertight protection of openings.

9.

Provision of structural work, clips, fastener plates etc.

10.

Installation of new curtainwall window system, doors, panels, A/C units.

11.

Providing insulation as required.

12.

Re-installation of radiation system, with pneumatic temperature control operation system.

13.

Provide terminations, punching, and make fully operational the curtainwall, radiation and cabinetry systems per design.

14.

Partial removal of existing ceilings to access work.

15.

Partial installation of new ceilings at window heads.

16.

Exterior lighting.

17.

Provide caulking as required.

18.

Provision of close out documents, including but not limited to as-builts, operations manuals and warranty/ guarantees.

19.

Firestopping for work under this contract.

Special Notes: Contract #1 - General Work Contractor: 1.

Access doors furnished by General Contractor.

2.

All existing ceiling removal / replacements necessary to install GC work will be by GC including temporary support for all lighting fixtures, smoke detectors, etc.

3.

All new roof curbs, if indicated, are provided by GC. Temporary weather protection by GC. Demo of existing roof curbs by GC. Curbs, pitch pockets, etc. will be flashed / watertight by GC.

4.

GC and subcontractors will not be allowed to use existing or new plumbing fixtures to wash out mortar pans, grout, adhesives, etc.

5.

GC is specifically reminded that there may be miscellaneous asbestos pipe insulation / fittings above some ceiling areas. Contractor will investigate above the ceiling prior to demolition and carefully perform the removal where necessary to not disturb any insulation / fittings above.

6.

GC will paint all existing door frames scheduled for new doors / hardware on door schedule. Frame to be painted on all sides.

SUBCONTRACTORS / SUPPLIERS Submittal of Primary Sub-Contractors and Suppliers include but not limited to the following: TO BE INCLUDED IN CONTRACTOR’S PROPOSAL Construction Contractor: 1.

Asbestos Abatement

2.

Windows

3.

Doors and Frames

4.

Aluminum Window Wall

5.

Fin-tube covers

SUMMARY OF WORK

01 1000 - 2 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

1.5

NOVEMBER 19TH, 2013

CONTRACTOR’S USE OF PREMISES

A.

General: During the construction period the prime Contractors jointly shall have full use of the premises for construction operations, including use of the site. Each prime contractor’s use of the premises is limited only by the Owner’s right to perform work or retain other contractors on portions of the Project.

B.

Access to each building will be Monday through Friday, 6:00 am thru 9:00 pm. Access to the buildings on weekends will not be permitted without written permission by the Owner. If access is granted on weekends, the District reserves the right to invoice the Contractor for their personnel costs in the form of a change order to the Contract.

C.

Use of the Site: Limit use of the premises to work in areas indicates. Confine operations to areas within contract limits indicated. Do not disturb portions of the site beyond the areas in which the Work is indicated.

D.

1.6

1.

Owner Occupancy: Allow for Owner occupancy and use by the public.

2.

Driveways and Entrances: Keep driveways and entrances serving the premises clear and available to the Owner, the Owner’s employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on site.

Use of the Existing Building: Maintain the existing building in a weather tight condition throughout the construction period. Repair damage caused by construction operations. Take all precautions necessary to protect the building and its occupants during the construction period.

OCCUPANCY REQUIREMENTS

A.

Full Owner Occupancy: The Owner will occupy the site and existing building during the entire construction period. Cooperate with the Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with the Owner’s operations.

B.

Partial Owner Occupancy: The Owner reserves the right to occupy the place and install equipment in completed areas of the building prior to Substantial Completion, provided such occupancy does not interfere with completion of the Work, Such placing of equipment and partial occupancy shall not constitute acceptance of the total Work.

1.7 A.

1.

The Architect will prepare a Certificate of Substantial Completion for each specific portion of the Work to be occupied prior to Owner occupancy.

2.

Obtain a Certificate of Occupancy from local building officials prior to Owner occupancy.

3.

Prior to partial Owner occupancy, mechanical and electrical systems shall be fully operational. Required inspections and tests shall have been successfully completed. Upon occupancy, the Owner will operate and maintain mechanical and electrical systems serving occupied portions of the building.

4.

Upon occupancy, the Owner will assume responsibility for maintenance and custodial service for occupied portions of the building.

DEFINITIONS Definitions as applied to “Contractors” involved with the work of this Project: 1.

“The Contractor” or “Contractor” meaning that Respective Prime Contractor normally responsible for that work referenced;

SUMMARY OF WORK

01 1000 - 3 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

B.

NOVEMBER 19TH, 2013

2.

“Respective Prime Contractor” meaning either the - General Trades, Plumbing, HVAC or Electrical Contractors normally responsible for the referenced work;

3.

“Trade Contractor” meaning that Respective Prime Contractor as above; and such other terms relating to Contractors to be taken in context with respect to referenced work.

4.

Further, wherein said Division 0 and 1 and respective Sections therein, any reference is made to “General Contractor”, same shall be construed to mean “Contractor for the General Construction”.

5.

The Architect cannot guarantee the correctness of the existing conditions shown and assumes no responsibility therefore, it shall be the responsibility of the Contractor to visit the site and verify all existing conditions prior to bid.

The Owner will purchase certain items required for the overall operation of this facility. 1.

The Contractor(s) will cooperate with said vendors as may be necessary to permit the work to be accomplished. a. The cooperation may extend to the receiving, unloading and placement of said equipment if directed by the Owner. b. Terms of payment, if any, shall be in accordance with Article 7 of the General Conditions as amended or modified.

C.

The Contractor is advised that the Owner may enter into separate contracts as may be in their best interests.

D.

The Contractor is further advised that there will be a full time on-site Project Representative/ Construction Manager, whose duties will be defined at the pre-construction meeting.

E.

ADDITIONAL SECURITY PROVISIONS

1.8

1.

All Contractors’ employees shall use a single means of access and egress, except in the case of emergency, to be designated by the Construction Manager.

2.

Each Contractor and each Subcontractor shall require his employees, while on the job site, to wear, in a conspicuous location, a Photo I.D. button bearing the name of the Contractor. The buttons of each Contractor shall be numbered consecutively. An up-todate list of all I.D. buttons, indicating the name and number for each employee, shall be furnished to the Construction Manager.

ASBESTOS AND LEAD PAINT AWARENESS REQUIREMENTS

A.

Contractor agrees not to use or permit the use of any asbestos containing material in or on any property belonging to the Owner.

B.

For purposes of this requirement, asbestos free shall mean free from all forms of asbestos, including - actinolite, amosite, anthrophyhllite, chrysotile, cricidolite and tremolite, both in friable and non-friable states and without regard to the purposes for which such material is used.

C.

Reference Section 028200 of these documents for procedures and protocols to be followed in the event of discovery of asbestos or lead paint contamination.

D.

Contractors will investigate / verify then carefully demolish existing ceiling items so as not to disturb any asbestos containing fittings and / or insulation which may be located above existing ceilings.

1.9 A.

CONSTRUCTION TIME AND PHASING REQUIREMENTS The Contractor is advised the “time is of the essence” of the Contract as defined in Article 8 of the “General Conditions” for the completion of the construction of the facility.

SUMMARY OF WORK

01 1000 - 4 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

1.

It is understood that the work is to be carried through to completion with the utmost speed consistent with good workmanship.

2.

Time of Completion shall be as established in the Milestone Schedules (Section 011100).

3.

Further, safe and legal ingress and egress shall be maintained at all times to and through the occupied portions of the construction site.

B.

Work shall proceed in such a manner as to cause the least amount of disruption to the ongoing operations as possible.

C.

COORDINATE CLOSELY WITH SCHOOL OPERATING PERSONNEL.

D.

All work and storage areas shall be completely enclosed by a fence or barricade at all times so that no student or the public can approach the area or the equipment.

E.

1.10 A.

1.

The Contractor shall maintain fences and barricades at all times and shall -

2.

Repair/ restore and/ or pay for any temporary fencing damaged by their work.

3.

Maintain at all times, all exits and walkways from the Building.

4.

Where the barricade is removed for work, the Contractor performing such work shall provide adequate safety personnel to prevent unauthorized persons from approaching the work area.

CONSTRUCTION PHASING 1.

The phasing and/ or milestone schedule contained in Section 011100 has been established for the overall construction of the project.

2.

The Contractor is advised that areas of the existing buildings which are to be added to and / or altered under this Contract will remain in use during construction, coordinate with Section 015000 for temporary facilities.

3.

Electrical and mechanical services to the functioning spaces shall be maintained at all times.

4.

Swing-overs to new facilities shall be made so as to cause the least interruption to the facilities’ operations.

5.

Limit utility shutdowns to two consecutive non-school work days at no additional cost to the Owner unless prior agreement is made with the operating personnel of the facility.

6.

The Contractor shall provide and maintain all required separations between old and new construction to prevent: a. Unauthorized entrance to construction areas by others than Architect, Construction Manager or Owner. b. Heat loss from existing buildings. c. Water (rain or ground water) infiltration into existing building.

7.

Exterior alteration and restoration, as requires, may proceed outside of phasing schedule at the Contractor’s option with concurrence from the Architect, Construction Manager and Owner.

8.

Site development work shall proceed in such a manner to cause the least amount of disruption to the ongoing operations as possible.

PROOF OF ORDERS AND DELIVERY DATES - Coordinate with Sections 01 3300. Within 2 weeks after the approval of shop drawings, samples, product data and the like, the Contractor shall provide copies of purchase orders for all equipment and materials which are

SUMMARY OF WORK

01 1000 - 5 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

not available in local stock. The Contractor shall submit written statements from suppliers confirming the orders and stating promised delivery dates.

1.11 A.

1.12

INTENT OF DOCUMENTS In the event of conflict, ambiguity and/or unclear circumstances between any of the requirements of the Contract Documents, the requirement that is most inclusive and of highest quality, quantity, and/or cost shall govern. The Contractor shall (1) provide the better quality or greater quantity of Work and/or (2) comply with the more stringent requirement; either or both in accordance with the Architect’s interpretation. The Contractor herewith agrees that no extra compensation shall be awarded to him based upon a claim of conflict, ambiguity or unclear circumstances in the Contract Documents. See the General Conditions for greater detail.

FIELD MEASUREMENTS

A.

Each Respective Contractor shall take all necessary field measurements prior to fabrication and installation of work and shall assume complete responsibility for accuracy of same.

B.

This project is an ALTERATION / RENOVATION and therefore necessitates additional attention to existing conditions receiving newly fabricated and installed equipment, i.e. note the requirements for field dimensioning of shop fabricated items whether or not so required by each technical section.

1.13 A.

1.14

INITIAL SUBMITTAL REQUIREMENTS As outlines in Sections 01 3300 and 01 5000, each Contractor shall provide items noted including - bonds, insurance, emergency telephone numbers, progress scheduling, schedules of submittals, subcontractor listings and the like prior to the start of any work.

SCHEDULES

A.

The milestone schedule presented in the documents is for bidding and general purposes. Due to the nature of the work, it is the intention of the Construction Manager to negotiate actual work periods for the project among the various Prime Contractors involved with this bidding process, as well as separate contractors involved with other phases of the work solicited under separate proposals. Each Contractor shall, under terms of Article 6 of the General Conditions, mutually cooperate in the rescheduling of work to permit an uninterrupted use of the facilities by the Owner, without additional cost to the Owner.

B.

General

C.

1.

The objective of this project is to complete the overall work in the shortest period of time and to protect the building and occupants from damages caused by weather and construction activity during the progress of the work.

2.

To meet these objectives, the Contractor shall plan the work, obtain materials, and execute the construction in the most expeditious manner possible in accordance with the requirements listed below.

3.

If the Contractor fails to expedite and pursue any part of the work, the Owner may terminate the Contract.

4.

The Contractor shall work in coordination with work of other Contractors and with school activities with special attention to noise, dust, safety and other contract requirements for work in and around the occupied buildings.

Milestone Schedule (See Section 01 1100).

SUMMARY OF WORK

01 1000 - 6 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

1.15 A.

NOVEMBER 19TH, 2013

ADDITIONAL REQUIREMENTS The following are additional general and special requirements which will govern the work of the projects covered by these Documents. 1.

If it appears that some of the work cannot be completed by the scheduled date, the Contractor shall increase the work force or increase the hours of work, including evenings and weekends as necessary, at no additional cost to the Owner.

2.

If the work is complete but the area is not cleaned and debris or equipment is not removed, the Owner shall have the right to prepare the area for occupancy with his own forces and deduct the costs from the Contract Amount. (If Contractor does not respond within 24 hours’ notice).

3.

If the Contractor fails to staff the job adequately to meet the completion date, the Owner reserves the right to assume possession of the material and complete installation with the Owner’s forces or other Contractors or to require the Contractor to work evenings and weekends at no additional cost.

4.

The school can be made available on weekends and evenings to allow the Contractor adequate time to complete the work before final completion date. Any custodial cost resulting in this after hours scheduling will be the Contractor’s responsibility.

5.

In addition to the above-stated requirements for phasing of the work, the Contractors shall not do any noisy work in the areas where examinations will be conducted as per the published school calendar.

6.

Work in each work period shall progress at least at a pace in proportion to the Contract time available.

7.

The Contractor is responsible for temporary protection of all work until acceptance.

8.

The Schools will be closed on Saturdays, Sundays, regularly schedules District holidays, and at night after cleaning crews have finished.

9.

If any contractor wishes to work at any time when the school is normally closed, that Contractor shall arrange and pay for custodial services for the building at the applicable district pay rates.

10.

All existing conditions must be verified in the field. The Owner takes no responsibility for actual conditions found deviating from the drawings. If existing condition interferes with contract work, contractor is responsible to eliminate this condition.

11.

Contractor must plan, provide and maintain his own access, ramping, and egress as required into and out of the site, staging of trailer(s), materials, machinery, and equipment in agreement with the Construction Manager’s Superintendent. Maintain free and safe access on the jobsite for other related project personnel. Maintain safe pedestrian or vehicular traffic must be regulated by a flagman. Trucking and delivery operation should be coordinated with Construction Manager’s Superintendent and all other trades.

12.

Time is of the essence. Contractors’ proposed schedule must be approved by the Construction Manager. Contractor shall indicate significant events such as submittals, shop drawings, material ordering, fabrication, delivery, coordination precedents, installation, testing and turnover by area or system as agreed with Construction Manager. A revised progress status shall be required on a weekly basis.

13.

Decisions required from the Construction Manager, Architect and/or Engineer, shall be anticipated by the Contractor to provide ample time for inspection, investigation or detailed drawings.

SUMMARY OF WORK

01 1000 - 7 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

14.

Contractor shall limit his operations including storage of materials and prefabrication to areas within the Contract Limit Lines unless otherwise permitted by the Construction Manager at the Owner’s option.

15.

Contractor shall coordinate the use of premises with the Owner and Construction Manager and shall move at his own expense any stored products under Contractor’s control, including excavated material, which interfere with operations of the Owner or separate contractors.

16.

Contractor shall obtain and pay for the use of additional storage of work areas needed for operations.

17.

Contractor shall assume full responsibility for the protection and safekeeping of products under this Contract stored on the site and shall cooperate with the Construction Manager to insure security for the Owner’s Property.

18.

The intention of the work is to follow a logical sequence; however, the Contractor may be required by Construction Manager to temporarily omit or leave out any section of his work, or perform his work out of sequence. All such out of sequence work and come back time to these areas shall be performed at no additional cost.

19.

Contractor shall submit a two-week look ahead (man-loaded by work activity and area) to Construction Manager each week. Contractor’s representative shall attend a weekly meeting with all contractors, chaired by Construction Manager, for the purpose of job coordination and sequencing. Contractor is responsible to coordinate the job with other trades and Construction Manager, and to cooperate with other trades in pursuit of the overall project’s shop drawings and actively participate in resolving discrepancies, conflicts, interferences, etc.

20.

Sufficient manpower shall be provided at all times to maintain progress of the job. A shortage of labor in the industry shall not be accepted as an excuse for not properly manning the job.

21.

The contractor shall take special care in verifying that his equipment matches the characteristics of the power being supplied.

22.

Insubordination, unsafe practices, horseplay, abusive behavior or language, wanton destruction of property, use of drugs or alcohol, possession of firearms, and solicitation shall not be tolerated. There will be no warnings, and Contractor shall designate a responsible on-site supervisor to handle any situations that may arise, including termination.

23.

Contractor is responsible to supply and install all wood blocking/bracing necessary to properly secure their work. This responsibility includes coordinating the installation in concealed areas without delaying other trades.

24.

Union business shall not be conducted on site. Any Union representatives that visit the site must declare what Contractor’s personnel they represent, and must be escorted by that Contractor’s Union steward at all times. No visitors, sales representative or nonworking personnel shall be permitted on site without prior consent of the Construction Manager. No photographs shall be taken without the Construction Manager’s prior approval.

25.

Organize daily clean ups as well as participating in a weekly joint clean up involving all prime contractors on site. Clean up shall be considered a safety issue. All Contractors that do not participate in clean-up will have the work performed by others and their contract amount adjusted accordingly.

26.

Contractor shall provide protection from damage to adjacent and adjoining work and/or structures. Contractor shall clean, repair and/or replace any damage for which this contractor is responsible.

SUMMARY OF WORK

01 1000 - 8 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

27.

Contractor shall submit hourly rate sheets that would apply to time and material work for all pertinent trades upon Award of Contract.

28.

Contractor shall examine surfaces and conditions prior to start of work. Report unacceptable conditions to the Construction Manager. Do not proceed until unacceptable conditions are corrected and acceptable. Starting of work implies acceptance.

29.

Upon removal of exterior walls and window units, the building security and weather protection is the responsibility of the prime contractor performing the removals.

30.

Contractor shall include general housekeeping of light debris. All debris from will be collected daily and disposed of into dumpsters. Contractor shall provide a weekly broom sweep of all areas for the entire duration of the project. The broom sweep shall include debris from all trades working on site.

31.

It is the responsibilities of all Prime Contractors to review the entire Summary of Work and remaining documents for additional work items.

32.

Each Contractor shall coordinate with the Construction Manager for lay down areas, staging areas, and overall use of project site.

33.

All contractors and their employees, subcontractors and supplier are expressly prohibited from entering the occupied areas of the school buildings during school hours without prior written permission of the Construction Manager and for using any of its facilities (i.e. restrooms, cafeteria, etc.).

34.

Janitorial hourly wage rate to be charged to the Contractor for access to the building(s) on off work hours shall be $45.00 per hour.

PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 011000

SUMMARY OF WORK

01 1000 - 9 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 01 1100 – MILESTONE SCHEDULE PART 1 - GENERAL

1.1

MILESTONE

The following milestone schedule serves as a basis for bidding. A Master Schedule will be developed at a general meeting of the successful bidders within 7 days of Letter of Intent to Award the Contracts. Each prime contractor will coordinate activities, forward submittals, deliver materials and provide necessary manpower to meet the milestones listed below.

1.2

MILESTONE SCHEDULE A. Start Date: Award of Contract a. December 12th , 2013 B.

Start of Construction: 1.

BASE BID and POSSIBLE ALTERNATES 1 and 2 – Part 1 – BUILDING MATERIALS a. b.

c. 2.

BASE BID and POSSIBLE ALTERNATES 1 and 2 – Part 2 – BUILDING LABOR a. b.

c. 3.

Start Date: Award of Contract Tasks: Schedule of Values, Progress Schedule, Contracts, Bonds and Insurance, Field verification of existing conditions, Submittals, then ordering and delivery of materials to the site. Completion: BASE BID Phase I: June 26th, 2014

Start Date: July 1, 2014 Tasks: Start of construction removals, abatement, and all installation of Curtainwall system, doors, window treatment systems and other associated work as per the construction documents. Completion: August 19th, 2014.

BASE BID – PHASE II and III and POSSIBLE ALTERNATES a. b.

Start Date: June 26th, 2015 Tasks: Schedule of Values, Progress Schedule, Contracts, Bonds and Insurance, Field verification, Submittals, Ordering and Delivery of materials, removals, abatement, installation or curtainwall system, doors, window treatment and other associated work.

C. Completion: a. ALL WORK must be completed by August 12, 2015 b. All systems must be checked and testing and fully operational, and punch list complete by August 19, 2015. ALL WORK REQUIRED BY ANY OF THE OWNER’S REPRESENTATIVES AND CONSULTANTS, INCLUDING THE CONSTRUCTION MANAGER, ARCHITECT, ARCHITECT’S CONSULTANTS, OWNER’S ATTORNEYS, ETC., TO EXECUTE FINAL CLOSE-OUT OF CONTRACT AFTER 60 DAYS BEYOND MILESTONE DATES IF DETERMINED TO BE CAUSED BY CONTRACTOR, SHALL RESULT IN PAYMENT(S) TO THE OWNER’S REPRESENTATIVES AND CONSULTANTS, INCLUDING THE CONSTRUCTION MANAGER, ARCHITECT, ARCHITECT’S CONSULTANTS, OWNER’S ATTORNEYS, ETC., IN THE FORM OF A CHANGE ORDER DEDUCT TO THE BASE CONTRACT.

MILESTONE SCHEDULE

01 1100 - 1 of 2

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable)

END OF SECTION 01 1100

MILESTONE SCHEDULE

01 1100 - 2 of 2

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 01 2100 - ALLOWANCES

PART 1 - GENERAL

1.1 A.

1.2

RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

SUMMARY

A.

This Section includes administrative and procedural requirements governing allowances.

B.

Selected materials and equipment are specified in the Contract Documents by allowances. In some cases, these allowances include installation. Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when additional information is available for evaluation. If necessary, additional requirements will be issued by Change Order.

C.

Types of allowances include the following:

D.

1.3

1.

Lump-sum allowances.

2.

Contingency allowances.

Related Sections: The following Sections contain requirements that relate to this Section: 1.

Division 1 Section "Modification Procedures" specifies procedures for submitting and handling Change Orders.

2.

Division 1 Section "Quality Requirements" specifies procedures governing the use of allowances for inspection and testing.

SELECTION AND PURCHASE

A.

At the earliest practical date after award of the Contract, advise the Architect of the date when the final selection and purchase of each product or system described by an allowance must be completed to avoid delaying the Work.

B.

At the Architect's request, obtain proposals for each allowance for use in making final selections. Include recommendations that are relevant to performing the Work.

C.

Purchase products and systems selected by the Architect from the designated supplier

1.4

SUBMITTALS

A.

Submit proposals for purchase of products or systems included in allowances, in the form specified for Change Orders.

B.

Submit invoices or delivery slips to show the actual quantities of materials delivered to the site for use in fulfillment of each allowance.

1.5 A.

CONTINGENCY ALLOWANCES Use the contingency allowance only as directed for the Owner's purposes and only by Change Orders that indicate amounts to be charged to the allowance.

ALLOWANCES

01 2100 - 1 of 2

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

B.

The Contractor's overhead and profit, including costs for bonds and insurance, delivery, equipment rental and similar costs, for these allowances shall be included in the values of the general requirements of contract sum and are not chargeable under allowance disbursement.

C.

At Project closeout, credit unused amounts remaining in the contingency allowance to the Owner by Change Order.

1.6

UNUSED MATERIALS

A.

Return unused materials to the manufacturer or supplier for credit to the Owner, after installation has been completed and accepted.

B.

When requested by the Architect, prepare unused material for storage by Owner where it is not economically practical to return the material for credit. When directed by the Architect, deliver unused material to the Owner's storage space. Otherwise, disposal of unused material is the Contractor's responsibility.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.1 A.

3.2 A.

3.3 A.

EXAMINATION Examine products covered by an allowance promptly upon delivery for damage or defects.

PREPARATION Coordinate materials and their installation for each allowance with related materials and installations to ensure that each allowance item is completely integrated and interfaced with related work.

SCHEDULE OF ALLOWANCES Allowance: Contractor shall include a contingency allowance of $10,000 for use according to the Owner's instructions for unforeseen conditions where work will be performed.

END OF SECTION 01 2100

ALLOWANCES

01 2100 - 2 of 2

GREENWICH SCHOOL DISTRICT WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 01 2300 - ALTERNATES

PART 1 - GENERAL

1.1 A.

1.2 A.

1.3 A.

RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

SUMMARY This Section includes administrative and procedural requirements governing Alternates.

DEFINITIONS Alternate: An alternate is an amount proposed by bidders and stated on the Bid Form for certain work defined in the Bidding Requirements that may be added to or deducted from the Base Bid amount if the Owner decides to accept a corresponding change in either the amount of construction to be completed, or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1.

1.4 A.

The cost or credit for each Alternate is the net addition to or deduction from the Contract Sum to incorporate the Alternate into the Work. No adjustments are made to the Contract Sum.

PROCEDURES Coordination: Modify or adjust affected adjacent Work as necessary to completely and fully integrate that Work into the Project. 1.

Include as part of each Alternate, miscellaneous devices, accessory objects, similar items incidental to or required for a complete installation, removals and preparation of other work to receive indicated Alternate, whether or not mentioned as part of the Alternate.

2.

The cost of related coordination, preparation, modification and/or adjustment shall be included in the cost of the Alternate.

B.

Notification: Immediately following the award of the Contract, notify each party involved, in writing, of the status of each Alternate. Indicate whether Alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated modifications to Alternates.

C.

Execute accepted Alternates under the same conditions as other Work of this Contract.

D.

Schedule: A “Schedule of Alternates” is included at the end of this Section. Specification Sections references in the Schedule contain requirements for materials necessary to achieve the Work described under each Alternate.

PART 2 - PRODUCTS (Not Applicable)

ALTERNATES

01 2300 - 1 of 3

GREENWICH SCHOOL DISTRICT WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

PART 3 – EXECUTION 3.1 A.

SCHEDULE OF ALTERNATES ALTERNATE 1-PHASE 1 – PART 1: 1.

B.

ALTERNATE 1-PHASE 1 – PART 2: 1.

C.

The contractor shall state the amount to be ADDED TO the Base Bid to provide, Labor for the Western Middle School Curtainwall Replacement project for the Alternate Bid Scope Area of Work and related work as follows: Provision of Labor to perform removals, abatement and fully install all the curtainwall materials and related work depicted in the Alternate scope area.

ALTERNATE 3-PHASE 1: 1.

F.

The contractor shall state the amount to be ADDED TO the Base Bid for Material costs of this Proposal for all work required by the Contract Documents for the Western Middle School Curtainwall Replacement project Alternate Bid Scope for Work as follows: Furnishing of Materials, including but not limited to: shop drawings including field measurements and provision of production and delivery of curtainwall materials, for the area indicated on the construction documents.

ALTERNATE 2-PHASE 1 – PART 2: 1.

E.

The contractor shall state the amount to be ADDED TO the Base Bid to provide, Labor for the Western Middle School Curtainwall Replacement project for the Alternate Bid Scope-Phase 1 Area of Work and related work as follows: Provision of Labor to perform removals, abatement and fully install all the curtainwall materials and related work depicted in the Alternate scope area.

ALTERNATE 2-PHASE 1 – PART 1: 1.

D.

The contractor shall state the amount to be ADDED TO the Base Bid for Material costs of this Proposal for all work required by the Contract Documents for the Western Middle School Curtainwall Replacement project Alternate Bid Scope-Phase 1 for Work as follows: Furnishing of Materials, including but not limited to: shop drawings including field measurements and provision of production and delivery of curtainwall materials, for the area indicated on the construction documents.

The contractor shall state the amount to be ADDED TO the Base Bid to provide, Labor and Materials for the Western Middle School Curtainwall Replacement project for the Alternate Bid Scope Area of Work and related work as follows: Furnishing of Labor and Materials, including but not limited to: shop drawings including field measurements and provision of production and delivery of extruded aluminum sun shades and related work depicted in the Alternate scope area indicated on the construction documents.

ALTERNATE 4-PHASE 1: 1.

ALTERNATES

The contractor shall state the amount to be ADDED TO the Base Bid to provide, Material and Labor for the Western Middle School Curtainwall Replacement project for the Alternate Bid Scope Area of Work and related work as follows: Provide blast resistant glazing film on doors 100 and 101 vision lites.

01 2300 - 2 of 3

GREENWICH SCHOOL DISTRICT WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

G.

ALTERNATE 1-PHASE 2: 1. The contractor shall state the amount to be ADDED TO the Base Bid for Material and Labor costs of this Proposal for all work required by the Contract Documents for the Western Middle School Curtainwall Replacement project for the Alternate Bid Scope for Work follows: Furnishing of Labor and Materials, including but not limited to: shop drawings including field measurements and provision of production and delivery of curtainwall materials and related work depicted in the Alternate scope area for the area indicated on the construction documents.

H.

ALTERNATE 1-PHASE 3: 1. The contractor shall state the amount to be ADDED TO the Base Bid for Material and Labor costs of this Proposal for all work required by the Contract Documents for the Western Middle School Curtainwall Replacement project for the Alternate Bid Scope for Work follows: Furnishing of Labor and Materials, including but not limited to: shop drawings including field measurements and provision of production and delivery of curtainwall materials and related work depicted in the Alternate scope area for the area indicated on the construction documents.

END OF SECTION 01 2300

ALTERNATES

01 2300 - 3 of 3

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 01 2600 – MODIFICATION PROCEDURES PART 1 - GENERAL 1.1

RELATED DOCUMENTS A.

1.2

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

SUMMARY A.

This Section specifies administrative and procedural requirements for handling and processing contract modifications. 1.

B.

Related Sections: The following Sections contain requirements that relate to this Section: 1. 2.

1.3

Division 1 Section "ELECTRONIC SUBMITTAL PROCEDURES" for requirements for the Contractor's Construction Schedule. Division 1 Section "PAYMENT PROCEDURES" for administrative procedures governing Applications for Payment.

MINOR CHANGES IN THE WORK A.

1.4

Multiple Prime Contracts: Provisions of this Section apply to the work of each prime contractor.

The Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or Contract Time, on AIA Form G710, Architect's Supplemental Instructions.

SUBMITTALS A.

Every change or allowance proposal (regardless of who initiated) will be accompanied by the following information: 1. Labor Rate worksheet (attached at the end of this section) must be filled out for each trade and notarized with the required supporting documentation. 2. Full itemized breakdown: All proposals to be broken down by material, labor, man hours, quantities, unit prices, overhead, profit, subcontractor, and supplier quotes attached. 3. If the contractor fails to submit this required information timely, it will be cause for delay and will be addressed as such under the applicable sections of the contract.

1.5

CHANGE ORDER PROPOSAL REQUESTS A.

Owner-Initiated Proposal Requests: The Architect will issue a detailed description of proposed changes in the Work that will require adjustment to the Contract Sum or Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications.

MODIFICATION PROCEDURES

01 2600 - 1 of 3

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

1.

Proposal requests issued by the Architect are for information only. Do not consider them as an instruction either to stop work in progress or to execute the proposed change.

2.

Within 5 days of receipt of a proposal request, submit an estimate of cost necessary to execute the change to the Architect for the Owner's review. a.

b. c.

B.

2.

3. 4.

1.6

Include an itemized list of quantities of products required and unit costs, with the total amount of purchases to be made. Furnish survey data and backup paperwork to substantiate quantities. Separate labor hours by trade and indicate labor rate. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. Include a statement indicating the effect the proposed change in the Work will have on the Contract Time.

Contractor-Initiated Proposals: When latent or unforeseen conditions require modifications to the Contract, the Contractor may propose changes by submitting a request for a change to the Architect. 1.

C.

NOVEMBER 19TH, 2013

Include a statement outlining the reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and Contract Time. Include an itemized list of quantities of products required and unit costs, with the total amount of purchases to be made. Furnish survey data to substantiate quantities. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. Comply with requirements in Section "Product Requirements" if the proposed change requires substitution of one product or system for a product or system specified.

Proposal Request Form: Use AIA Document G709 for Change Order Proposal Requests.

ALLOWANCES A.

Allowance Adjustment: For allowance-cost adjustment, base each Change Order Proposal on the difference between the actual purchase amount and the allowance, multiplied by the final measurement of work-in-place. Where applicable, include reasonable allowances for cutting losses, tolerances, mixing wastes, normal product imperfections, and similar margins. 1. 2. 3. 4. 5.

Include installation costs in the purchase amount only where indicated as part of the allowance. When requested, prepare explanations and documentation to substantiate the margins claimed. Submit substantiation of a change in scope of work claimed in the Change Orders related to unit-cost allowances. The Owner reserves the right to establish the actual quantity of work-in-place by independent quantity survey, measure, or count. Contractor’s overhead and profit, including costs for bonds & insurances, for these allowances shall be included in the values of the general

MODIFICATION PROCEDURES

01 2600 - 2 of 3

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

requirements of contract sum and are not chargeable under allowance disbursement. B.

Submit claims for increased costs because of a change in scope or nature of the allowance described in the Contract Documents, whether for the purchase order amount or the Contractor's handling, labor, installation, overhead, and profit. Submit claims within 15 days of receipt of the Change Order or Construction Change Directive authorizing work to proceed. The Owner will reject claims submitted later than 15 days. 1.

2.

1.7

CONSTRUCTION CHANGE DIRECTIVE A.

Construction Change Directive: When the Owner and the Contractor disagree on the terms of a Proposal Request, the Architect may issue a Construction Change Directive on AIA Form G714. The Construction Change Directive instructs the Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1.

B.

The Construction Change Directive contains a complete description of the change in the Work. It also designates the method to be followed to determine change in the Contract Sum or Contract Time.

Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. 1.

1.8

Do not include the Contractor's or subcontractor's indirect expense in the Change Order cost amount unless it is clearly shown that the nature or extent of work has changed from what could have been foreseen from information in Contract Documents. No change to the Contractor's indirect expense is permitted for selection of higher or lower-priced materials or systems of the same scope and nature as originally indicated.

After completion of the change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract.

CHANGE ORDER PROCEDURES A.

Upon the Owner's approval of a Proposal Request, the Construction Manager will issue a Change Order for signatures of the Owner and the Contractor on AIA Form G701.

PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION (Not Applicable) END OF SECTION 01 2600

MODIFICATION PROCEDURES

01 2600 - 3 of 3

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 01 2900 - PAYMENT PROCEDURES

PART 1 - GENERAL

1.1

RELATED DOCUMENTS A.

1.2

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

SUMMARY A.

This Section specifies administrative and procedural requirements governing each prime contractor's Applications for Payment. 1.

B.

Related Sections: The following Sections contain requirements that relate to this Section. 1.

1.3

Coordinate the Schedule of Values and Applications for Payment with the Contractor's Construction Schedule, Submittal Schedule, and List of Subcontracts.

Schedules: The Contractor's Construction Schedule and Submittal Schedule are specified in Division 1 Section "Submittals."

SCHEDULE OF VALUES A.

Form to be used: AIA G702/703

B.

Coordination: Each prime Contractor shall coordinate preparation of its Schedule of Values for its part of the Work with preparation of the Contractors' Construction Schedule. 1.

Correlate line items in the Schedule of Values with other required administrative schedules and forms, including: a. b. c. d. e. f.

2.

C.

Contractor's Construction Schedule. Application for Payment forms, including Continuation Sheets. List of subcontractors. Schedule of allowances. Schedule of alternates. Schedule of submittals.

Submit the Schedule of Values in duplicate, to the Construction Manager within 10 days of receipt of Letter of Intent.

Format and Content: Use the Table of Contents of this Project Manual as a guide to establish the format for the Schedule of Values. Provide at least one line item for each Specification Section. 1.

Identification: Include the following Project identification on the Schedule of Values: a. b. c. d. e.

Project name and location. Name of the Architect. Project number. Contractor's name and address. Date of submittal.

PAYMENT PROCEDURES

01 2900 - 1 of 5

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 2.

Arrange the Schedule of Values in tabular form with separate columns to indicate the following for each item listed: a. b. c. d. e. f. g.

Related Specification Section or Division. Description of Work. Name of subcontractor. Name of manufacturer or fabricator. Name of supplier. Change Orders (numbers) that affect value. Dollar value. 1) Percentage of Contract Sum to nearest one-hundredth percent, adjusted to total 100 percent.

3.

Provide a breakdown of the Contract Sum in sufficient detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with the Project Manual table of contents. Break principal subcontract amounts down into several line items.

4.

Round amounts to nearest whole dollar; the total shall equal the Contract Sum.

5.

Provide a separate line item in the Schedule of Values for each part of the Work where Applications for Payment may include materials or equipment, purchased or fabricated and stored, but not yet installed. a.

Differentiate between items stored on-site and items stored off-site. requirements for insurance and bonded warehousing, if required.

Include

6.

Provide separate line items on the Schedule of Values for initial cost of the materials, for each subsequent stage of completion, and for total installed value of that part of the Work.

7.

Unit-Cost Allowances: Show the line-item value of unit-cost allowances, as a product of the unit cost, multiplied by the measured quantity. Estimate quantities from the best indication in the Contract Documents.

8.

Margins of Cost: Show line items for indirect costs and margins on actual costs only when such items are listed individually in Applications for Payment. Each item in the Schedule of Values and Applications for Payment shall be complete. Include the total cost and proportionate share of general overhead and profit margin for each item. a.

9.

1.4

NOVEMBER 19TH, 2013

Temporary facilities and other major cost items that are not direct cost of actual work-in-place may be shown either as separate line items in the Schedule of Values or distributed as general overhead expense, at the Contractor's option.

Schedule Updating: Update and resubmit the Schedule of Values prior to the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum.

APPLICATIONS FOR PAYMENT A.

Each Application for Payment shall be consistent with previous applications and payments as certified by the Architect and paid for by the Owner. 1.

The initial Application for Payment, the Application for Payment at time of Substantial Completion, and the final Application for Payment involve additional requirements.

PAYMENT PROCEDURES

01 2900 - 2 of 5

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

B.

Payment-Application Times: Each progress-payment date is indicated in the Agreement. The period of construction Work covered by each Application for Payment is the period indicated in the Agreement.

C.

Payment-Application Times: The date for each progress payment is the 7th day of each month (or as designated by the Owner). The period covered by each Application for Payment is the previous month.

D.

Payment-Application Forms: Use AIA Document G702/CMa and Continuation Sheets G703 as the form for Applications for Payment. 1.

E.

F.

Application Preparation: Complete every entry on the form. Include notarization and execution by a person authorized to sign legal documents on behalf of the Contractor. The Construction Manager and Architect will return incomplete applications without action. 1.

Entries shall match data on the Schedule of Values and the Contractor's Construction Schedule. Use updated schedules if revisions were made.

2.

Include amounts of Change Orders and Construction Change Directives issued prior to the last day of the construction period covered by the application.

3.

Provide copies of payrolls which are signed and notarized documenting compliance with prevailing wage laws.

Transmittal: Submit 3 signed and notarized original copies of each Application for Payment to the Construction Manager by a method ensuring receipt within 24 hours. One copy shall be complete, including waivers of lien and similar attachments, when required. 1.

G.

Separate Continuation Sheets shall be provided for work which takes place on each building, which will detail that portion of the contract which is attributable to the specific building. The appropriate Greenwich Bid number shall be shown on the top of each continuation form.

Transmit each copy with a transmittal form listing attachments and recording appropriate information related to the application, in a manner acceptable to the Construction Manager and Architect.

Waivers of Mechanics Lien: With each Application for Payment, submit waivers of mechanics liens from subcontractors, sub-subcontractors and suppliers for the construction period covered by the previous application. 1.

Submit partial waivers on each item for the amount requested, prior to deduction for retainage, on each item.

2.

When an application shows completion of an item, submit final or full waivers.

3.

The Owner reserves the right to designate which entities involved in the Work must submit waivers. a.

4.

H.

Submit final Applications for Payment with or proceeded by final waivers from every entity involved with performance of the Work covered by the application that is lawfully entitled to a lien.

Waiver Forms: Submit waivers of lien on forms, and executed in a manner, acceptable to the Owner.

Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of the first Application for Payment include the following. The initial payment application will not be processed until all of these actions and submittals have been

PAYMENT PROCEDURES

01 2900 - 3 of 5

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

received by the Construction Manager. When preliminary submissions are received with the initial application (items 4 and 7), the final submission for these items must be received and approved by the Construction Manager prior to submission of the second application for payment.

I.

1.

List of subcontractors.

2.

List of principal suppliers and fabricators.

3.

Schedule of Values.

4.

Contractor's Construction Schedule (preliminary if not final).

5.

Schedule of principal products.

6.

Schedule of unit prices.

7.

Submittal Schedule (preliminary if not final).

8.

List of Contractor's staff assignments.

9.

List of Contractor's principal consultants.

10.

Copies of building permits.

11.

Copies of authorizations and licenses from governing authorities for performance of the Work.

12.

Initial progress report.

13.

Report of preconstruction meeting.

14.

Certificates of insurance and insurance policies.

15.

Performance and payment bonds.

16.

Data needed to acquire the Owner's insurance.

17.

Initial settlement survey and damage report, if required.

Application for Payment at Substantial Completion: Following issuance of the Certificate of Substantial Completion, submit an Application for Payment. 1.

This application shall reflect Certificates of Partial Substantial Completion issued previously for Owner occupancy of designated portions of the Work.

2.

Administrative actions and submittals that shall precede or coincide with this application include: a. b. c. d. e. f. g. h. i. j. k. l.

Occupancy permits and similar approvals. Warranties (guarantees) and maintenance agreements. Test/adjust/balance records. Maintenance instructions. Meter readings. Startup performance reports. Changeover information related to Owner's occupancy, use, operation, and maintenance. Final cleaning. Application for reduction of retainage and consent of surety. Advice on shifting insurance coverages. Final progress photographs. List of incomplete Work, recognized as exceptions to Architect's Certificate of Substantial Completion.

PAYMENT PROCEDURES

01 2900 - 4 of 5

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 J.

NOVEMBER 19TH, 2013

Final Payment Application: Administrative actions and submittals that must precede or coincide with submittal of the final Application for Payment include the following: 1.

Completion of Project closeout requirements.

2.

Completion of items specified for completion after Substantial Completion.

3.

Ensure that unsettled claims will be settled.

4.

Ensure that incomplete Work is not accepted and will be completed without undue delay.

5.

Transmittal of required Project construction records to the Owner.

6.

Certified property survey.

7.

Proof that taxes, fees, and similar obligations were paid.

8.

Removal of temporary facilities and services.

9.

Removal of surplus materials, rubbish, and similar elements.

10.

Change of door locks to Owner's access.

PART 2 - PART 1 - PRODUCTS (Not Applicable)

PART 3 - PART 2 - EXECUTION (Not Applicable)

END OF SECTION 01 2900

PAYMENT PROCEDURES

01 2900 - 5 of 5

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 01 3119 -PROJECT MEETINGS

PART 1 - GENERAL

1.1

RELATED DOCUMENTS A.

1.2

Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

SUMMARY A.

This Section specifies administrative and procedural requirements for project meetings, including, but not limited to, the following: 1. 2. 3. 4.

B.

Related Sections: The following Sections contain requirements that relate to this Section: 1.

1.3

Preconstruction conferences. Preinstallation conferences. Progress meetings. Coordination meetings.

Division 1 Section "Electronic Submittal Procedures" for submitting the Contractor's Construction Schedule.

PRECONSTRUCTION CONFERENCE A.

A preconstruction conference will be scheduled before starting construction, at a time convenient to the Owner and the Architect, but no later than 15 days after execution of the Agreement. The conference will be held at the Project Site or another convenient location.

B.

Attendees: Authorized representatives of the Owner, Architect, and their consultants; the Contractor and its superintendent; major subcontractors; manufacturers; suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with the Project and authorized to conclude matters relating to the Work.

C.

Agenda: Discuss items of significance that could affect progress, including the following: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13.

Tentative construction schedule. Critical work sequencing. Designation of responsible personnel. Procedures for processing field decisions and Change Orders. Procedures for processing Applications for Payment. Distribution of Contract Documents. Submittal of Shop Drawings, Product Data, and Samples. Preparation of record documents. Use of the premises. Parking availability. Office, work, and storage areas. Equipment deliveries and priorities. Safety procedures.

PROJECT MEETINGS

01 3119 - 1 of 4

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 14. 15. 16. 17. D.

1.4

NOVEMBER 19TH, 2013

First aid. Security. Housekeeping. Working hours.

Reporting: The Contractor shall prepare and issue minutes to attendees and interested parties.

PREINSTALLATION CONFERENCES A.

Conduct a pre-installation conference at the Project Site before each construction activity that requires coordination with other construction.

B.

Attendees: The Installer and representatives of the Prime Contractor, manufacturers and fabricators involved in or affected by the installation, and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise the Owner and Architect of scheduled meeting dates. 1.

Review the progress of other construction activities and preparations for the particular activity under consideration at each pre-installation conference, including requirements for the following: a. b. c. d. e. f. g. h. i. j. k. l. m. n. o. p. q. r. s. t. u. v. w.

2.

3.

4.

Contract Documents. Options. Related Change Orders. Purchases. Deliveries. Shop Drawings, Product Data, and quality-control samples. Review of mockups. Possible conflicts. Compatibility problems. Time schedules. Weather limitations. Manufacturer's recommendations. Warranty requirements. Compatibility of materials. Acceptability of substrates. Temporary facilities. Space and access limitations. Governing regulations. Safety. Inspecting and testing requirements. Required performance results. Recording requirements Protection.

Record significant discussions and agreements and disagreements of each conference and the approved schedule. Promptly distribute the record of the meeting to everyone concerned, including the Owner and the Architect. Do not proceed with the installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of Work and reconvene the conference at the earliest feasible date. Reporting: Prime Contractor or Installer shall issue minutes to attendees, CM, Owner and Architect.

PROJECT MEETINGS

01 3119 - 2 of 4

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 1.5

NOVEMBER 19TH, 2013

PROGRESS MEETINGS A.

Progress meetings will be held at the Project Site at regular intervals (typically weekly) as determined by the Architect.

B.

Attendees: In addition to representatives of the Owner and the Architect, each Prime Contractor shall be represented at these meetings. Attendance is mandatory at each meeting and a penalty sum of $500.00 per missed meeting will be assessed to the Prime Contractor not attending without prior written authorization from the Owner. Subcontractors, suppliers, or other entities will be invited at the discretion of the Owner, Construction Manager, and the Architect. All participants at the conference shall be familiar with the Project and authorized to conclude matters relating to the Work.

C.

Agenda: Review and correct or approve minutes of the previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to the status of the Project. 1.

2.

Contractor's Construction Schedule: Review progress since the last meeting. Determine where each activity is in relation to the Contractor's Construction Schedule, whether on time or ahead or behind schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to insure that current and subsequent activities will be completed within the Contract Time. Review the present and future needs of each entity present, including the following: a. b. c. d. e. f. g. h. i. j. k. l. m. n. o.

D.

1.6

Interface requirements. Time. Sequences. Status of submittals. Deliveries. Off-site fabrication problems. Access. Site utilization. Temporary facilities and services. Hours of work. Hazards and risks. Housekeeping. Quality and work standards. Change Orders. Documentation of information for payment requests.

Reporting: Approximately 5 days after each meeting, the Construction Manager will prepare and distribute minutes of the meeting to each party present and to parties who should have been present. Include a brief summary, in narrative form, of progress since the previous meeting and report.

COORDINATION MEETINGS A.

Conduct project coordination meetings at regular intervals convenient for all parties involved. Project coordination meetings are in addition to specific meetings held for other purposes, such as regular progress meetings and special pre-installation meetings.

B.

Request representation at each meeting by every party currently involved in coordination or planning for the construction activities involved.

PROJECT MEETINGS

01 3119 - 3 of 4

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

C.

Record meeting results and distribute copies to everyone in attendance and to others affected by decisions or actions resulting from each meeting.

D.

The Contractors Field Manager will conduct daily meetings with all prime contractors performing work. The purpose of the meeting is to provide the opportunity for each prime contractor to communicate to the Field Manager any items relating to their respective construction activity for that day (request for shutdown, deliveries, etc.) The meetings will commence from 7:00 o’clock am until 7:30 o’clock am. The foreman of each Prime Contractor must attend. These meetings are generally informal. The Contractors Field Manager will keep minutes of these meetings when appropriate and will be available upon request.

1.7

SAFETY MEETINGS A.

Each Prime Contractor will be responsible to conduct safety meetings on a regular basis (but not less than three times during any thirty day period.)

B.

Minutes of the Safety Meeting must be submitted to the Architect within 4 business days. Failure to conduct and submit meeting minutes will be grounds to reject the Prime Contractor’s progress payment.

PART 2 - PRODUCTS (Not Applicable)

PART 3 - EXECUTION (Not Applicable)

END OF SECTION 01 3119

PROJECT MEETINGS

01 3119 - 4 of 4

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 01 3300 - ELECTRONIC SUBMITTAL PROCEDURES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Sections: 1. Division 01 Section “Payment Procedures” for submitting Applications for Payment and the schedule of values. 2. Division 01 Section “Project Record Documentation” for submitting schedules and reports, including Contractor’s construction schedule. 3. Division 01 Section “Operation and Maintenance Data” for submitting operation and maintenance manuals.

1.03 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect’s responsive action. Action submittals are those submittals indicated in individual Specification Sections as action submittals. B. Informational Submittals: Written and graphic information and physical samples that do not require Architect’s responsive action. Submittals may be rejected for not complying with requirements. Informational submittals are those submittals indicated in individual Specification Sections as informational submittals. C. File Transfer Protocol (FTP): Communications protocol that enables transfer of files to and from another computer over a network and that serves as the basis for standard Internet protocols. An FTP site is a portion of a network located outside of network firewalls within which internal and external users are able to access files. D. Portable Document Format (PDF): An open standard file format licensed by Adobe Systems used for representing documents in a device-independent and display resolution-independent fixedlayout document format. 1.04 ACTION SUBMITTALS A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making corrections or modifications to submittals noted by the Architect and additional time for handling and reviewing submittals required by those corrections.

ELECTRONIC SUBMITTAL PROCEDURES

01 3300 - 1 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

1. Coordinate submittal schedule with list of subcontracts, the schedule of values, and Contractor’s construction schedule. 2. Initial Submittal: Submit concurrently with start-up construction schedule. Include submittals required during the first 10 days of construction. List those submittals required to maintain orderly progress of the Work and those required early because of long lead time for manufacture or fabrication. 3. Final Submittal: Submit concurrently with the first complete submittal of Contractor’s construction schedule. a. Submit revised submittal schedule to reflect changes in current status and timing for submittals. 4. Format: Arrange the following information in a tabular format: a. Scheduled date for first submittal. b. Specification Section number and title. c. Submittal category: Action, informational. d. Name of subcontractor. e. Description of the Work covered. f. Scheduled date for Architect’s final release or approval. g. Scheduled dates for purchasing. h. Scheduled dates for installation. i. Activity or event number. 1.05 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. Architect’s Digital Data Files: Electronic copies of CAD Drawings of the Contract Drawings will be provided by Architect for Contractor’s use in preparing submittals. 1. Architect will furnish Contractor one set of digital data drawing files of the Contract Drawings for use in preparing Shop Drawings and Project record drawings. a. Architect makes no representations as to the accuracy or completeness of digital data drawing files as they relate to the Contract Drawings. b. Digital Drawing Software Program: The Contract Drawings are available in AutoCAD Version 2010. c. Contractor shall execute a data licensing agreement that will be supplied by Architect. d. The following plot files will by furnished for each appropriate discipline: 1) Floor plans. 2) Building Elevations. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity.

ELECTRONIC SUBMITTAL PROCEDURES

01 3300 - 2 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

2. Submit all submittal items required for each Specification Section concurrently unless partial submittals for portions of the Work are indicated on approved submittal schedule. 3. Submit action submittals and informational submittals required by the same Specification Section as separate packages under separate transmittals. 4. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. a. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect’s receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 10 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 10 days for review of each resubmittal. 4. Sequential Review: Where sequential review of submittals by Architect’s consultants, Owner, or other parties is indicated, allow 10 days for initial review of each submittal. 5. Concurrent Consultant Review: Where the Contract Documents indicate that submittals may be transmitted simultaneously to Architect and to Architect’s consultants, allow 10 days for review of each submittal. Submittal will be returned to Architect before being returned to Contractor. D. Identification and Information: Identify and incorporate information in each electronic submittal file as follows: 1. Assemble complete submittal package into a single indexed file with links enabling navigation to each item. 2. Name file with submittal number or other unique identifier, including revision identifier. a. File name shall use project identifier and Specification Section number followed by a decimal point and then a sequential number (e.g., WMS-061000.01 or WMS-061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., WMS061000.01.A or WMS-061000.01.A). 3. Provide means for insertion to permanently record Contractor’s review and approval markings and action taken by Architect. 4. Include the following information on an inserted cover sheet: a. Project name. b. Date.

ELECTRONIC SUBMITTAL PROCEDURES

01 3300 - 3 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

c. Name and address of Architect. d. Name of Contractor. e. Name of firm or entity that prepared submittal. f. Name of subcontractor. g. Name of supplier. h. Name of manufacturer. i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Location(s) where product is to be installed, as appropriate. l. Related physical samples submitted directly. m. Other necessary identification. 5. Include the following information as keywords in the electronic file metadata: a. Project name. b. Number and title of appropriate Specification Section. c. Manufacturer name. d. Product name. E. Options: Identify options requiring selection by the Architect. F. Deviations: Identify deviations from the Contract Documents on submittals. G. Transmittal: Assemble each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Contracting Officer will return submittals, without review, received from sources other than Contractor. 1. Transmittal Form: Provide locations on form for the following information: a. Project name. b. Date. c. Destination (To:). d. Source (From:). e. Names of subcontractor, manufacturer, and supplier. f. Category and type of submittal. g. Submittal purpose and description. h. Specification Section number and title. i. Indication of full or partial submittal. j. Drawing number and detail references, as appropriate. k. Transmittal number, numbered consecutively. l. Submittal and transmittal distribution record. m. Remarks. n. Signature of transmitter. 2. On an attached separate sheet, prepared on Contractor’s letterhead, record relevant information, requests for data, revisions other than those requested by Architect on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same identification information as related submittal. H. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 一. Note date and content of previous submittal. 一. Note date and content of revision in label or title block and clearly indicate extent of revision. 一. Resubmit submittals until they are marked with approval notation from Architect’s action stamp.

ELECTRONIC SUBMITTAL PROCEDURES

01 3300 - 4 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

I. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. J. Use for Construction: Use only final submittals that are marked with approval notation from Architect’s action stamp.

PART 2 - PRODUCTS 2.01 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: Prepare and submit submittals required by individual Specification Sections. Types of submittals are indicated in individual Specification Sections. 1. Submit electronic submittals via email as PDF electronic files. a. Architect, through Contracting Officer, will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. 2. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in Division 01 Section “Execution and Closeout Requirements.” 3. Certificates and Certifications Submittals: Provide a statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. a. Provide a digital signature with digital certificate on electronically-submitted certificates and certifications where indicated. b. Provide a notarized statement on original paper copy certificates and certifications where indicated. 4. Test and Inspection Reports Submittals: Comply with requirements specified in Division 01 Section “Quality Requirements.” B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer’s catalog cuts. b. Manufacturer’s product specifications. c. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 4. For equipment, include the following in addition to the above, as applicable:

ELECTRONIC SUBMITTAL PROCEDURES

01 3300 - 5 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

a. Wiring diagrams showing factory-installed wiring. b. Printed performance curves. c. Operational range diagrams. d. Clearances required to other construction, if not indicated on accompanying Shop Drawings. 5. Submit Product Data before or concurrent with Samples. 6. Submit Product Data in the following format: a. PDF electronic file. C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data, unless submittal based upon Architect’s digital data drawing files is otherwise permitted. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Identification of products. b. Schedules. c. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches (215 by 280 mm) but no larger than 30 by 42 inches (750 by 1067 mm). 3. Submit Shop Drawings in the following format: a. PDF electronic file. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. c. Sample source. d. Number and title of applicable Specification Section. 3. Disposition: Maintain sets of approved Samples at Project site, available for quality-control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use.

ELECTRONIC SUBMITTAL PROCEDURES

01 3300 - 6 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

b. Samples not incorporated into the Work, or otherwise designated as Government’s property, are the property of Contractor. 4. Samples for Initial Selection: Submit manufacturer’s color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit one full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer’s product line. Architect, through Contracting Officer, will return submittal with options selected. 5. Samples for Verification: Submit full-size units or Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern; color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit three sets of Samples. Architect will retain one Sample set; remainder will be returned. Mark up and retain one returned Sample set as a Project record sample. 1) Submit a single Sample where assembly details, workmanship, fabrication techniques, connections, operation, and other similar characteristics are to be demonstrated. 2) If variation in color, pattern, texture, or other characteristic is inherent in material or product represented by a Sample, submit at least three sets of paired units that show approximate limits of variations. E. Product Schedule: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: 1. Type of product. Include unique identifier for each product indicated in the Contract Documents. 2. Manufacturer and product name, and model number if applicable. 3. Number and name of room or space. 4. Location within room or space. 5. Submit product schedule in the following format: a. PDF electronic file. F. Contractor’s Construction Schedule: Comply with requirements specified in Division 01 Section “Construction Progress Documentation.” G. Application for Payment: Comply with requirements specified in Division 01 Section “Payment Procedures.” H. Schedule of Values: Comply with requirements specified in Division 01 Section “Payment Procedures.”

ELECTRONIC SUBMITTAL PROCEDURES

01 3300 - 7 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

I. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Include the following information in tabular form: 1. Name, address, and telephone number of entity performing subcontract or supplying products. 2. Number and title of related Specification Section(s) covered by subcontract. 3. Drawing number and detail references, as appropriate, covered by subcontract. 4. Submit subcontract list in the following format: a. PDF electronic file. J. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. K. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification and Procedure Qualification Record on American Welding Society (AWS) forms. Include names of firms and personnel certified. L. Installer Certificates: Submit written statements on manufacturer’s letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. M. Manufacturer Certificates: Submit written statements on manufacturer’s letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. N. Product Certificates: Submit written statements on manufacturer’s letterhead certifying that product complies with requirements in the Contract Documents. O. Material Certificates: Submit written statements on manufacturer’s letterhead certifying that material complies with requirements in the Contract Documents. P. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency’s standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. Q. Product Test Reports: Submit written reports indicating current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. R. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: 一. 一. 一. 一. 一. 一. 一.

Name of evaluation organization. Date of evaluation. Time period when report is in effect. Product and manufacturers’ names. Description of product. Test procedures and results. Limitations of use.

ELECTRONIC SUBMITTAL PROCEDURES

01 3300 - 8 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

S. Schedule of Tests and Inspections: Comply with requirements specified in Division 01 Section “Quality Requirements.” T. Field Test Reports: Submit reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. U. Maintenance Data: Comply with requirements specified in Division 01 Section “Operation and Maintenance Data.” PART 3 - EXECUTION 3.01 CONTRACTOR’S REVIEW A. Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Contracting Officer. B. Project Closeout and Maintenance/Material Submittals: Refer to requirements in Division 01 Section “Closeout Procedures.” C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor’s approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.02 ARCHITECT’S ACTION A. General: Architect will not review submittals that do not bear Contractor’s approval stamp and will return them without action. B. Action Submittals: Architect will review each submittal, make marks to indicate corrections or modifications required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action, as follows: 1. Approved: Where the submittal is marked “Approved,” the Work covered by the submittal may proceed provided it complies with the Contract Documents. Final acceptance will depend on that compliance. 2. Approved As Corrected (do not resubmit): Where the submittal is marked “Approved As Corrected” the work covered by the submittal may proceed provided it complies both with Architect’s notations and corrections on the submittal and the Contract Documents. Final acceptance will depend on that compliance. 3. Revise and Resubmit (see notes): Where the submittal is marked “Revise and Resubmit” do not proceed with the Work covered by the submittal, including purchasing, fabrication, delivery, or other activity for the product submitted. Revise and prepare a new submittal according to Architect’s notations and corrections. 4. Rejected: Where the submittal is marked “Rejected”, do not proceed with the Work covered by the submittal. Prepare a new submittal for a product that complies with the Contract Documents. C. Informational Submittals: Architect will review each submittal and will not return it, or will return it if it does not comply with requirements. Architect will forward each submittal to appropriate party.

ELECTRONIC SUBMITTAL PROCEDURES

01 3300 - 9 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

5. Submit Specified Item: Where the submittal is marked “Submit Specified Item”, do not proceed with the Work covered by the submittal. Prepare a new submittal for a product that complies with the Contract Documents. D. Partial submittals prepared for a portion of the Work will be reviewed when use of partial submittals has received prior approval from Architect. E. Incomplete submittals are not acceptable, will be considered nonresponsive, and will be returned without review. F. Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION 01 3300

ELECTRONIC SUBMITTAL PROCEDURES

01 3300 - 10 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SUBMITTAL COVERSHEET

No:_

Contractor: _____________________________________________

________

Contract: __________________

Address: ___________________________________________________ Telephone: _________________ ___________________________________________________ Fax: _______________________ School Name: ____Western Middle School ______________________________________ Type of Submittal: [ ] Shop Drawings [ ] Test Report

[ ] Product Data [ ] Certificate

[ ] Schedule [ ] Color Sample

Re-submittal: [ ] No [ ] Yes [ ] Sample [ ] [ ] Warranty [ ]

Submittal Description: Product Name: ___________________________________________________________________________________ Manufacturer:

___________________________________________________________________________________

Subcontractor/ ___________________________________________________________________________________ Supplier: References: Spec. Section No.: _____________________ Drawing No(s): ______________ Paragraph: __________________________

Architect’s Review Stamp

Rm. or Detail No(s): ________________

Contractor Review Stamp

________________________________________________________________________ ________________________________________________________________________ Remarks:

SUBMITTAL COVER PAGE

01 3301 - 1 of 1

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 01 4000 – QUALITY REQUIREMENTS

PART 1 - GENERAL

1.1

RELATED DOCUMENTS 1.

1.2

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

SUMMARY A.

This Section includes administrative and procedural requirements for quality-control services.

B.

Quality-control services include inspections, tests, and related actions, including reports performed by Contractor, by independent agencies, and by governing authorities. They do not include contract enforcement activities performed by Architect.

C.

Inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with Contract Document requirements.

D.

Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. 1.

2. 3.

E.

Specific quality-control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. Specified inspections, tests, and related actions do not limit Contractor’s quality-control procedures that facilitate compliance with Contract Documents. Requirements. Requirements for Contractor to provide quality-control services required by Architect, Owner, or authorities having jurisdiction are not limited by provisions of this Section.

Related Sections: The following Sections contain requirements that relate to this Section: 1. 2.

Division 1 Section “Cutting and Patching” specifies requirements for repair and restoration of construction disturbed by inspection and testing activities. Division 1 Section “Electronic Submittal Procedures” specifies requirements for development of a schedule of required tests and inspections.

F.

Referenced Standards: If compliance with two or more standards is specified and the standards establish different or conflicting requirements, comply with the most stringent requirement. Refer uncertainties to Architect for a decision.

G.

Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum. The actual installation may exceed the minimum within reasonable limits. Indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Architect for a decision.

H.

Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, notices, receipts for fee payments, and similar documents, established for compliance with standards and regulations bearing on performance of the Work.

QUALITY REQUIREMENTS

01 4000 - 1 of 4

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

I.

Testing Agency Qualifications: An independent agency with the experience and capability to conduct testing and inspecting indicated; and where required by authorities having jurisdiction, that is acceptable to authorities.

J.

Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality-control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents.

K.

Testing Agency Responsibilities: Cooperate with Architect, Construction Manager, and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. 2. 3.

L.

Associated Services: Cooperate with testing agencies and provide reasonable auxiliary services as requested. Provide the following: 1. 2. 3. 4. 5.

M.

Access to the Work. Incidental labor and facilities necessary to facilitate tests and inspections. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. Facilities for storage and field curing of test samples. Security and protection for samples and for testing and inspecting equipment.

Coordination: Coordinate sequence of activities to accommodate required quality-assurance and -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1.

1.3

Promptly notify Architect, Construction Manager, and Contractor of irregularities or deficiencies in the Work observed during performance of its services. Do not release, revoke, alter, or increase requirements of the Contract Documents or approve or accept any portion of the Work. Do not perform any duties of Contractor.

Schedule times for tests, inspections, obtaining samples, and similar activities.

RESPONSIBILITIES A.

Contractor Responsibilities: Unless otherwise indicated as the responsibility of another identified entity, Contractor shall provide inspections, tests, and other quality-control services specified elsewhere in the Contract Documents and required by authorities having jurisdiction. Costs for these services are included in the Contract Sum. 1.

2.

B.

Where individual Sections Specifically indicate that certain inspections, tests, and other quality-control services are the Contractor’s responsibility, the Contractor shall employ and pay a qualified independent testing agency to perform quality-control services. Costs for these services are included in the Contract Sum. Where individual Sections specifically indicate that certain inspections, tests, and other quality-control services are the Owner’s responsibility, the Owner will employ and pay a qualified independent testing agency to perform those services.

Retesting: The Contractor is responsible for retesting where results of inspections, tests, or other quality-control services prove unsatisfactory and indicate noncompliance with Contract Document requirements, regardless of whether the original test was Contractor’s responsibility.

QUALITY REQUIREMENTS

01 4000 - 2 of 4

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 1.

C.

4. 5. 6. 7.

2. 3.

The agency shall notify the Architect and the Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. The agency is not authorized to release, revoke, alter or enlarge requirements of the Contract Documents or approve or accept any portion of the Work. The agency is not authorized to release, revoke, alter or enlarge requirements of the Contract Documents or approve or accept any portion of the Work.

Coordination: Coordinate the sequence of activities to accommodate required services with a minimum of delay. 1. 2.

1.4

Provide access to the Work. Furnish incidental labor and facilities necessary to facilitate inspections and tests. Take adequate quantities of representative samples of materials that require testing or assist the agency in taking samples. Provide facilities for storage and curing of test samples. Deliver samples to testing laboratories. Provide the agency with a preliminary design mix proposed for use for materials mixes that require control by the testing agency. Provide security and protection of samples and test equipment at the Project Site.

Duties of the testing Agency: The independent agency engaged to perform inspections, sampling, and testing of materials and construction specified in individual Sections shall cooperate with the Architect, Construction Manager, and the Contractor in performance of the agency’s duties. The testing agency shall provide qualified personnel to perform required inspections and tests. 1.

E.

The cost of retesting construction, revised or replaced by the Contractor, is the Contractor’s responsibility where required tests performed on original construction indicated noncompliance with Contract Document requirements.

Associated Services: Cooperate with agencies performing required inspections, tests, and similar services, and provide reasonable auxiliary services as requested. Notify the agency sufficiently in advance of operations to permit assignment of personnel. Auxiliary services required include, but are not limited to, the following. 1. 2. 3.

D.

NOVEMBER 19TH, 2013

Coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. The Construction Manager is responsible for scheduling times for inspections tests, taking samples, and similar activities.

SUBMITTALS A.

Unless the Contractor is responsible for this service, the independent testing agency shall submit a certified written report, induplicate, of each inspection, test, or similar service through the Contractor. 1. 2.

Submit additional copies of each written report directly to the governing authority, when the authority so directs. Report Data: Written reports of each inspection, test, or similar service include, but are not limited to, the following: a. b. c.

Date of issue. Project title and number. Name, address, and telephone number of testing agency.

QUALITY REQUIREMENTS

01 4000 - 3 of 4

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 d. e. f. g. h. i. j. k. l. m.

1.5

NOVEMBER 19TH, 2013

Dates and locations of samples and tests or inspections. Names of individuals making the inspection or test. Designation of the Work and test method. Identification of product and Specification Section. Complete inspection or test data. Test results and any interpretations of test results. Ambient conditions at the time of sample taking and testing. Comments or professional opinion on whether inspected or tested Work complies with Contract document requirements. Name and signature of laboratory inspector. Recommendations on retesting.

QUALITY ASSURANCE A.

Qualifications for Service Agencies: Engage inspection and testing service agencies, including independent testing laboratories, that are pre-qualified as complying with the American Council of Independent Laboratories “Recommended Requirements for Independent Laboratory Qualification” and that specialize in the types of inspections and test to be performed. 1.

Each independent inspection and testing agency engaged on the Project shall be authorized by authorities having jurisdiction to operate in the state where the project is located.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION

3.1

REPAIR AND PROTECTION A.

General: Upon completion of inspection, testing, sample taking and similar services, repair damaged construction and restore substrates and finishes. Comply with Contract Document requirements for Division 1 Section “Cutting and Patching.”

B.

Protect construction exposed by or for quality-control service activities, and protect repaired construction.

C.

Repair and protection is Contractor’s responsibility, regardless of the assignment of responsibility for inspection, testing, or similar services.

END OF SECTION 01 4000

QUALITY REQUIREMENTS

01 4000 - 4 of 4

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 01 5000 – TEMPORARY FACILITIES AND CONTROLS

PART 1 - GENERAL

1.1

SUMMARY A.

This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities.

B.

Temporary utilities include, but are not limited to, the following: 1. 2. 3. 4. 5. 6. 7. 8.

Sewers and drainage. Water Service and distribution. Sanitary facilities, including toilets, wash facilities, and drinking-water facilities. Heating and cooling facilities. Ventilation. Electric power service. Lighting. Telephone service.

C.

Security and protection facilities include, but are not limited to, the following: 1. Temporary partitions. 2. Fire protection.

D.

Unless work of this section is indicated to be provided under a specific contract, each Prime Contractor must provide, maintain and remove required temporary facilities necessary to perform his own construction activities.

1.2

QUALITY ASSURANCE A.

Regulations: Comply with industry standards and applicable laws and regulations of authorities having jurisdiction including, but not limited to, the following: 1. 2. 3. 4. 5.

B.

Standards: Comply with NFPA 241 “Standard for Safeguarding Construction, Alterations, and Demolition Operations,” ANSI A10 Series standards for “Safety Requirements for Construction and Demolition,” and NECA Electrical Design Library “Temporary Electrical Facilities.” 1.

C.

Building code requirements. Health and safety regulations. Utility company regulations. Police, fire department, and rescue squad rules. Environmental protection regulations.

Electrical Service: Comply with NEMA, NECA, and UL standards and regulations for temporary electric service. Install service in compliance with NFPA 70 “National Electric Code.”

Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits.

TEMPORARY FACILITIES AND CONTROLS

01 5000 - 1 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 1.3

NOVEMBER 19TH, 2013

PROJECT CONDITIONS A.

Temporary Utilities: Prepare a schedule indicating dates for implementation and termination of each temporary utility. At the earliest feasible time, when acceptable to the Owner, change over from use of temporary service to use of permanent service.

B.

Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Relocate temporary services and facilities as the work progresses. Do not overload facilities or permit them to interfere with progress. Take necessary fire-preventive measures. Do not allow hazardous, dangerous, or unsanitary conditions, or public nuisances to develop or persist onsite.

1.4

DIVISION OF RESPONSIBILITIES A.

General: These Specifications assign each Prime Contractor specific responsibilities for certain temporary facilities used by other Prime Contractors and other entities at the site.

B.

Prime Contractor is responsible for the following: 1.

2. 3. 4.

5. 6. 7. 8.

1.5

Installation, operation, maintenance and removal of each temporary facility considered as its own normal construction activity, as well as the costs and use charges except as listed below. Plug-in electric power cords and extension cords, supplementary plug-in task lighting, and special lighting necessary exclusively for its own activities. Its own storage and fabrication sheds. Hoisting requirements, including hoisting loads in excess of 2 tons, hoisting material or equipment into spaces below grade, and hoisting requirements outside the building enclosure. Collection and disposal of its own hazardous, dangerous, unsanitary, or other harmful waste material. Secure lock-up of its own tools, materials and equipment. Construction aids and miscellaneous services and facilities necessary exclusively for its own construction activities. Maintaining temporary facilities provided by said Prime Contractor.

USE CHARGES A.

General: Cost or use charges for temporary facilities are not chargeable to Owner or Architect and shall be included in the Contract Sum. Allow other entities to use temporary services and facilities without cost, including, but not limited to, the following: 1. 2. 3. 4. 5. 6. 7.

B.

The Construction Manager. Other Contractors. Owners construction forces. Occupants of Project. Architect. Testing Agencies. Personnel of authorities having jurisdiction.

Water Service: Use water from the Owner’s existing water system without metering and without payment of use charges. Access to water shall be approved by the Owner.

TEMPORARY FACILITIES AND CONTROLS

01 5000 - 2 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 C.

NOVEMBER 19TH, 2013

Electric Power Service: Temporary electric power including set-up and maintenance is the responsibility of the Contractor.

PART 2 - PRODUCTS

2.1

MATERIALS A.

General: Provide new materials. If acceptable to the Architect, the Contractor may use undamaged, previously used materials in serviceable condition. Provide materials suitable for use intended.

B.

Lumber and Plywood: Comply with requirements in Division 6 Section “Rough Carpentry.” 1. 2. 3. 4.

C.

For job-built temporary offices, shops, and sheds within the construction area, provide UL-labeled, fire-treated lumber and plywood for framing, sheathing, and siding. For signs and directory boards, provide exterior-type, Grade B-B high density concrete form overlay plywood of sizes and thicknesses indicated. For vision barriers, provide minimum 3/8-inch-thick exterior plywood. For safety barriers, sidewalk bridges, and similar uses, provide minimum 5/8-inch-thick exterior plywood.

Paint: Comply with requirements of Division 9 Section “Painting.” 1.

Paint surfaces exposed to view from Owner occupied areas.

D.

Tarpaulins: Provide waterproof, fire-resistant, UL-labeled tarpaulins with flame-spread rating of 15 or less. For temporary enclosures, provide translucent, nylon-reinforced, laminated polyethylene or polyvinyl chloride, fire-retardant tarpaulins.

E.

Water: Provide potable water approved by local health authorities.

F.

Open-Mesh Chain Link Fencing: Provide 0.120-inch-thick, galvanized steel posts, and 2.875" dia. Gate posts. Provide lockable gates. Furnish keys to the Owner, Architect, Architect’s Site Representative and necessary construction personnel.

PART 3 - EXECUTION

3.1

INSTALLATION GENERAL A.

Use qualified personnel for installation of temporary facilities. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the work. Relocate and modify facilities as required.

B.

Each Prime Contractor shall provide each facility ready for use when needed to avoid delay. Maintain and modify as required. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities.

TEMPORARY FACILITIES AND CONTROLS

01 5000 - 3 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 3.2

NOVEMBER 19TH, 2013

TEMPORARY UTILITY INSTALLATION A.

Use qualified personnel for installation of temporary facilities. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the work. Relocate and modify facilities as required.

B.

Each Prime Contractor shall provide each facility ready for use when needed to avoid delay. Maintain and modify as required. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. 1.

3.3

Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services.

CONTRACTOR FIELD OFFICES A.

All prime contractors and subcontractors may with permission from the architect and/or construction manager establish a field office for their own use. Said offices for the individual prime contractors, subcontractors, specialty contractors and the like shall be of such size and design as approved by the owner and architect and shall be located in the Contractors fenced staging area at the South East corner of the site. Each representative contractor will arrange for telephone service and electric service, if required, directly with the utility company. (No field offices or storage trailers will be allowed by the buildings.)

B.

Maintain, in the contractor’s field office, all articles for First Aid treatment; further, the contractor shall establish standing arrangements for the immediate removal and hospital treatment of any employees and other persons on the job site who may be injured or who may become ill during the course work.

3.4

TEMPORARY AND PERMANENT SERVICES, GENERAL A.

The Contractor’s use of any permanent system or service of the building or portions thereof shall be subject to the Owners approval.

B.

The Contractor shall be responsible for any and all damage to permanent services used, and shall make good any and all damage to the satisfaction of the owner, prior to final completion and acceptance.

C.

NOTE - In accordance with OSHA and other applicable regulations, the representative Contractors performing erection of structural steel, precast concrete and such other “skeleton” type work are solely responsible for the netting, guard rail protection and such other safety devices as deemed necessary to protect the workers and public from harm.

3.5

TEMPORARY TOILET FACILITIES A.

3.6

The GENERAL CONTRACTOR shall provide suitable toilet facilities at approved locations complying with all state and local requirements.

TEMPORARY WATER A.

The Contractor shall:

TEMPORARY FACILITIES AND CONTROLS

01 5000 - 4 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 1. 2. 3. 4.

5. 6.

B.

2.

Provide all hose and other extensions from connections installed by the Contractor and all labor, materials and supplies required to supply water to the work. Prevent water damage to the work.

STORAGE FACILITIES A.

The Contractor and each subcontractor shall provide temporary storage shanties, tool houses and other facilities as required for his own use.

B.

Materials delivered to the site shall be safely stored and adequately protected against loss or damage. Particular care shall be taken to protect and cover materials that are liable to be damaged by the elements.

3.8

3.9

Provide and maintain a temporary water system of size and capacity as required below to supply the needs of all Contractors for the work. Provide no less than two 3/4 inch hose bibs conveniently located at each location. Provide and pay for all connections and permits. Install such temporary water system so that service shall be available at the commencement of the work. The permanent water risers and lines may be used for temporary water supply. The permanent services shall be turned over to the Owner in perfect condition. Any repairs required due to temporary use shall be made at the sole expense of the plumbing contractor. Protect temporary and permanent lines against any damage. Remove all temporary lines when directed by the Architect when such lines are no longer required.

Contractor shall: 1.

3.7

NOVEMBER 19TH, 2013

RUBBISH CONTAINER A.

Contractor shall provide suitable rubbish container device(s) for his own use (both demolition and construction debris), properly maintained and serviced, replaced as required and protected from access by the public fencing as may be specified herein or approved by the Architect.

B.

Contractor and Subcontractor shall sweep up and gather together daily all his own rubbish and removed materials and place same in containers.

JANITORIAL SERVICE/DAILY CLEANUP

A.

B. C.

D.

The Contractor shall furnish daily janitorial services for the project and perform any required maintenance of facilities as deemed necessary by the Architect during the entire life of the contract. Toilet facilities shall be kept clean and sanitary at all times. Services shall be accomplished to the satisfaction of the Architect. The Contractor shall provide daily trash collection and cleanup of the project area and shall dispose of all discarded debris, and the like in a manner approved by the Architect and Construction Manager. The General Work Contractor shall place foot wiping carpet at all entrances, exits to the work areas and provide daily cleaning for all dust and footprints from the corridors, stairs, and the like, caused by construction.

TEMPORARY FACILITIES AND CONTROLS

01 5000 - 5 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 3.10 A.

3.11 A.

3.12 A.

3.13 A.

3.14

NOVEMBER 19TH, 2013

BURNING Burning will not be permitted.

TEMPORARY ROADWAYS - NOT USED

MAINTENANCE OF PERMANENT ROADWAYS The General Work Contractor shall immediately remove dirt and debris which may collect on permanent roadways created by their work, deliveries, manpower, equipment, etc.

FIRE PREVENTION CONTROL All Contractors shall comply with the safety provisions of the National Fire Protection Association’s “National Fire Codes” pertaining to the work and, particularly, in connection with any cutting or welding performed as part of the work.

TEMPORARY FIRE PROTECTION

A.

Contractor shall take all possible precautions for the prevention of fires. Where flame cutting torches, blow torches, or welding tools are required to be used within the building, their use shall be as approved by the Prime Contractor at the site. When welding tools or torches of any type are in use, have available in the immediate vicinity of the work a fire extinguisher of the dry chemical 20 lbs. Type. The fire extinguisher(s) shall be provided and maintained by the Contractor doing such work.

B.

Fuel for cutting and heating torches shall be gas only and shall be contained in Underwriters laboratory approved containers.

C.

Storage of gas shall be in locations as approved by the Owner and subject to Fire Department regulations and requirements.

D.

No volatile liquids shall be used for cleaning agents or as fuels for motorized equipment or tools within a building except with the express approval of the Owner and/or Architect and in accordance with local codes. On-site bulk storage of volatile liquids shall be outside the buildings at locations directed by the Owner, who shall determine the extent of volatile liquid allowed within the building at any given time.

E.

The Contractor shall comply with the following requirements relating to compressed gas: 1.

2.

Where compressed gas of any type is used for any purpose at the site, it shall be contained in cylinders complying with ICC regulations. Gases of different types shall not be stored together except when in use and when such proximity is required. All gas cylinders shall be stored in sheds constructed of noncombustible materials. Sheds shall be well ventilated and without electric lights or fixtures and shall be located as far from other buildings as is practicable. All gas cylinders not in actual use, or in proposed immediate use, shall be removed from the building under construction or reconstruction. Empty gas cylinders shall be removed prior to bringing in a replacement cylinder.

TEMPORARY FACILITIES AND CONTROLS

01 5000 - 6 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

3.

4.

5. 6.

F.

2.

3. 4.

5.

6. 7. 8.

9.

3.15 A.

Cylinders shall at all times be supported and braced in an upright position. When not in use, the protective cap shall be screwed over the valve. All persons required to handle gas cylinders or to act as temporary firemen (Fire Watchers) shall be able to read, write and understand the English language; they shall also be required by the Contractor to read Part 3 of Pamphlet P-1 “Safe Handling of Compressed Gases” published by the Compressed Gas Association, 500 Fifth Avenue, New York, NY 10036. Where local ordinances are in effect regarding gas cylinders, (their use, appurtenances and handling), such ordinances shall supplement the requirements of this paragraph. All personnel engaged in fire watch shall be certified by the Local Fire Department having jurisdiction. LP-Gas Heating will not be permitted in enclosed areas below grade. Any cylinder not having the proper ICC markings or reinspection marking, or any cylinder with a leak shall be isolated immediately away from any building and the supplier shall be immediately notified; such other precautions as may be required to prevent damage or injury shall also be taken by the Contractor.

The Contractor shall comply with the following requirements relating to welding and cutting: 1.

G.

NOVEMBER 19TH, 2013

All cutting and/or welding (electric or gas) must be done only by skilled, certified and licensed personnel. During welding or cutting operations, a contractor’s man shall act as a fire watcher. The fire watcher shall have proper eye protection and suitable fire fighting equipment including fire extinguisher (bearing current inspection Certificate), protective gloves and any other equipment deemed necessary. Welding or cutting shall not be done near flammable liquid, vapors or tanks containing such material. Where cutting or welding is done above or adjacent to (within two feet) combustible material or persons, a shield of incombustible material shall be installed to protect against fire or injury to sparks or hot metal. Tanks supplying gases for welding or cutting are to be placed in an upright position securely fastened, and close as practical to the operation. Tanks, actives or spares, shall be protected from excess heat and shall not be placed in stairways, hallways or exits. When not in use, protective valve cap shall be screwed on the cylinder. Adequate fire extinguishing equipment shall be maintained at all welding or cutting operations. The Contractor shall secure all required inspections. All equipment, hoses, gauges, pressure reducing valves, torches, etc., shall be maintained in good working order and all defective equipment shall immediately be removed from the job. No person shall be permitted to do any welding or cutting until his name, address and current license number have been submitted in writing to the Owner.

Contractors for work outside the building shall commence operations promptly on award of Contract, and shall be responsible for same being kept clear of materials and debris in connection with their own work and that of other Contractors. If a Contractor for outside work allows other contractors to deposit material and debris over its lines, the Contractor shall be responsible for all delay and extra cost occasioned thereby.

DISCONTINUE, CHANGES AND REMOVAL Contractor shall:

TEMPORARY FACILITIES AND CONTROLS

01 5000 - 7 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 1. 2.

3.

3.16 A.

Provide temporary ventilation required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of high humidity. Select equipment from that specified that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce ambient condition required and minimize energy consumption.

2. 3. 4.

A.

3.18

Discontinue all temporary services required by the Contract when so directed by the Architect. The discontinuance of any such temporary service prior to the completion of the work shall not render the Owner liable for any additional cost entailed thereby and each Contractor shall thereafter furnish, at no additional cost to the Owner, any and all temporary service required by such Contractors work. Remove and relocate such temporary facilities as directed by the Architect without additional cost to the Owner, and shall restore the site and the work to a condition satisfactory to the Owner.

VENTILATION AND HUMIDITY CONTROL FOR CONSTRUCTION:

1.

3.17

NOVEMBER 19TH, 2013

Contractor shall be responsible for their own temporary ventilation required by construction activities for curing or drying of completed installations or for protecting installed construction from adverse effects of high humidity. Ventilate enclosed area to dissipate humidity, and to prevent accumulation of dust, fumes, vapors or gases. Provide equipment as necessary for air and fresh exchange for the work area per OSHA standards. Remove temporary ventilation equipment prior to the completion of construction.

VENTILATION AND HUMIDITY CONTROL FOR BUILDING: The Contractor shall provide temporary ventilation required for permanently or temporarily enclosed portions of building or for protecting existing construction from adverse effects of high humidity. Select equipment from that specified that will not have a harmful effect on completed installations or elements being installed. Coordinate ventilation requirements to produce ambient condition required and minimize energy consumption.

PROJECT SIGNS:

A.

Identification Signs: Provide Project identification signs as indicated on Drawings.

B.

Temporary Signs: Provide other signs as indicated and as required to inform public and individuals seeking entrance to Project.

3.19 A.

ENVIRONMENTAL PROTECTION: Each Prime Contractor shall provide protection, operate temporary facilities, and conduct construction in ways and by methods that comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. Avoid using tools and equipment that produce harmful noise. Restrict use of noise making tools and equipment to hours that will minimize complaints from persons or firms near Project site.

TEMPORARY FACILITIES AND CONTROLS

01 5000 - 8 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 3.20 A.

TEMPORARY PARTITIONS: Contractor shall erect and maintain dustproof partitions and temporary enclosures to limit dust and dirt migration and to separate areas from fumes and noise. 1.

2.

Construct dustproof partitions of not less than nominal 4-inch (100-mm) studs, 5/8-inch (16-mm) gypsum wallboard with joints taped on occupied side, and ½-inch (13-mm) fireretardant plywood on construction side. Construct dustproof, floor-to-ceiling partitions of not less than nominal 4-inch (100-mm) studs, 2 layers of 3-mil (0.07-mm) polyethylene sheets, inside and outside temporary enclosure. Cover floor with 2 layers of 3-mil (0.07-mm) polyethylene sheets, extending sheets 18 inches (460 mm) up the side walls. Overlap and tape full length joints. Cover floor with 3/4-inch (19-mm0 fire-retardant plywood. a.

3. 4. 5. 6.

3.21

NOVEMBER 19TH, 2013

Construct a vestibule and airlock at each entrance to temporary enclosure with not less than 48 inches (1219 mm) between doors. Maintain water-dampened foot mats in vestibule.

Sound insulate partitions to provide noise protection to occupied areas. Seal joints and perimeter. Equip partitions with dustproof doors and security locks. Protect air-handling equipment. Weatherstrip openings.

AREAS OF SPECIAL PROTECTION:

A.

Operations of the Contractors may not block, hinder, impede, or otherwise inhibit the safe and expeditious exiting of the building’s occupants during an emergency.

B.

In the event of an emergency (designated by the sounding of the fire alarm system) all construction activities must immediately cease. Contractor’s work force will evacuate themselves from work areas and remain outside of work areas until the “all clear” is given. No work operations will be tolerated during the evacuation of the building or during an emergency.

3.22 A.

3.23

ENVIRONMENTAL PROTECTION: Provide protection, operate temporary facilities, and conduct construction in ways and by methods that comply with environmental regulations, and minimize the possibility that air, waterways, and subsoil might be contaminated or polluted or that other undesirable effects might result. Avoid use of tools and equipment that produce harmful noise. Restrict use of noise-making tools and equipment to hours that will minimize complaints from persons or firms near the site.

OPERATION, TERMINATION, AND REMOVAL

A.

Supervision: Enforce strict discipline in use of temporary facilities. Limit availability of temporary facilities to essential and intended uses to minimize waste and abuse.

B.

Maintenance: Maintain facilities in good operating condition until removal. Protect from damage by freezing temperatures and similar elements.

TEMPORARY FACILITIES AND CONTROLS

01 5000 - 9 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 1.

2.

C.

NOVEMBER 19TH, 2013

Maintain operation of temporary enclosures, heating, cooling, humidity control, ventilation, and similar facilities on a 24-hour basis where required to achieve indicated results and to avoid possibility of damage. Protection: Prevent water-filled piping from freezing. Maintain markers for underground lines. Protect from damage during excavation operations.

Termination and Removal: Unless the Architect requests that it be maintained longer, remove each temporary facility when the need has ended, when replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with the temporary facility. Repair damaged work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. 2.

Materials and facilities that constitute temporary facilities are the Contractors property. The Owner reserves the right to take possession of project identification signs. At Substantial Completion, clean and renovate permanent facilities used during the construction period including, but not limited to, the following: a. b. c.

Replace air filters and clean inside of ductwork and housings. Replace significantly worn parts and parts subject to unusual operating conditions. Replace lamps burned out or noticeably dimmed by hours of use

END OF SECTION 01 5000

TEMPORARY FACILITIES AND CONTROLS

01 5000 - 10 of 10

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 01 6000 – PRODUCT REQUIREMENTS

PART 1 - GENERAL

1.1

RELATED DOCUMENTS

A.

1.2

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

SUMMARY A.

This Section includes administrative and procedural requirements governing the Contractor's selection of products for use in the Project. 1. Prime Contract: Provisions of this Section apply to the construction activities of each prime contractor.

B.

Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Electronic Submittal Procedures" specifies requirements for submittal of the Contractor's Construction Schedule and the Submittal Schedule. 2. Division 1 Section “Temporary Facilities and Controls" specifies administrative procedures for handling requests for substitutions made after award of the Contract.

1.3

DEFINITIONS A.

1.4

Definitions used in this Article are not intended to change the meaning of other terms used in the Contract Documents, such as "specialties," "systems," "structure," "finishes," "accessories," and similar terms. Such terms are self-explanatory and have well-recognized meanings in the construction industry. 1. "Products" are items purchased for incorporation in the Work, whether purchased for the Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. a. "Named Products" are items identified by the manufacturer's product name, including make or model number or other designation, shown or listed in the manufacturer's published product literature, that is current as of the date of the Contract Documents. 2. "Materials" are products substantially shaped, cut, worked, mixed, finished, refined or otherwise fabricated, processed, or installed to form a part of the Work. 3. "Equipment" is a product with operational parts, whether motorized or manually operated, that requires service connections, such as wiring or piping.

QUALITY ASSURANCE A.

Source Limitations: To the fullest extent possible, provide products of the same kind from a single source. 1. When specified products are available only from sources that do not, or cannot, produce a quantity adequate to complete project requirements in a timely manner, consult with the Architect to determine the most important product qualities before proceeding. Qualities may include attributes, such as visual appearance, strength, durability, or compatibility.

PRODUCT REQUIREMENTS

01 6000 - 1 of 3

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

When a determination has been made, select products from sources producing products that possess these qualities, to the fullest extent possible. B.

Compatibility of Options: When the Contractor is given the option of selecting between 2 or more products for use on the Project, the product selected shall be compatible with products previously selected, even if previously selected products were also options. 1. Each prime contractor is responsible for providing products and construction methods that are compatible with products and construction methods of other prime or separate contractors. 2. If a dispute arises between prime contractors over concurrently selectable, but incompatible products, the Architect will determine which products shall be retained and which are incompatible and must be replaced.

C.

Nameplates: Except for required labels and operating data, do not attach or imprint manufacturer's or producer's nameplates or trademarks on exposed surfaces of products that will be exposed to view in occupied spaces or on the exterior. 1. Labels: Locate required product labels and stamps on concealed surfaces or, where required for observation after installation, on accessible surfaces that are not conspicuous. 2. Equipment Nameplates: Provide a permanent nameplate on each item of serviceconnected or power-operated equipment. Locate on an easily accessible surface that is inconspicuous in occupied spaces. The nameplate shall contain the following information and other essential operating data: a. Name of product and manufacturer. b. Model and serial number. c. Capacity. d. Speed. e. Ratings.

1.5

PRODUCT DELIVERY, STORAGE, AND HANDLING A.

Deliver, store, and handle products according to the manufacturer's recommendations, using means and methods that will prevent damage, deterioration, and loss, including theft. 1. Schedule delivery to minimize long-term storage at the site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to assure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to the site in an undamaged condition in the manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. 4. Inspect products upon delivery to ensure compliance with the Contract Documents and to ensure that products are undamaged and properly protected. 5. Store products at the site in a manner that will facilitate inspection and measurement of quantity or counting of units. 6. Store heavy materials away from the Project structure in a manner that will not endanger the supporting construction. 7. Store products subject to damage by the elements above ground, under cover in a weather tight enclosure, with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required by manufacturer's instructions.

PART 2 - PRODUCTS

PRODUCT REQUIREMENTS

01 6000 - 2 of 3

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 2.1

NOVEMBER 19TH, 2013

PRODUCT SELECTION A.

General Product Requirements: Provide products that comply with the Contract Documents, that are undamaged and, unless otherwise indicated, new at the time of installation. 1. Provide products complete with accessories, trim, finish, safety guards, and other devices and details needed for a complete installation and the intended use and effect. 2. Standard Products: Where available, provide standard products of types that have been produced and used successfully in similar situations on other projects.

B.

Product Selection Procedures: The Contract Documents and governing regulations govern product selection. Procedures governing product selection include the following: 1. Nonproprietary Specifications: When Specifications list products or manufacturers that are available and may be incorporated in the Work, but do not restrict the Contractor to use of these products only, the Contractor may propose any available product that complies with Contract requirements. Comply with Contract Document provisions concerning "substitutions" to obtain approval for use of an unnamed product. 2. Descriptive Specification Requirements: Where Specifications describe a product or assembly, listing exact characteristics required, with or without use of a brand or trade name, provide a product or assembly that provides the characteristics and otherwise complies with Contract requirements. 3. Performance Specification Requirements: Where Specifications require compliance with performance requirements, provide products that comply with these requirements and are recommended by the manufacturer for the application indicated. 4. Manufacturer's recommendations may be contained in published product literature or by the manufacturer's certification of performance. 5. Compliance with Standards, Codes, and Regulations: Where Specifications only require compliance with an imposed code, standard, or regulation, select a product that complies with the standards, codes, or regulations specified. 6. Visual Matching: Where Specifications require matching an established Sample, the Architect's decision will be final on whether a proposed product matches satisfactorily. 7. Where no product available within the specified category matches satisfactorily and complies with other specified requirements, comply with provisions of the Contract Documents concerning "substitutions" for selection of a matching product in another product category. 8. Visual Selection: Where specified product requirements include the phrase "... as selected from manufacturer's standard colors, patterns, textures ..." or a similar phrase, select a product and manufacturer that complies with other specified requirements. The Architect will select the color, pattern, and texture from the product line selected. 9. Allowances: Refer to individual Specification Sections and "Allowance" provisions in Division 1 for allowances that control product selection and for procedures required for processing such selections, if required.

PART 3 - EXECUTION 3.1

INSTALLATION OF PRODUCTS A.

Comply with manufacturer's instructions and recommendations for installation of products in the applications indicated. Anchor each product securely in place, accurately located and aligned with other Work. 1. Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion.

END OF SECTION 01 6000

PRODUCT REQUIREMENTS

01 6000 - 3 of 3

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 01 7329 – CUTTING AND PATCHING

PART 1 - GENERAL

1.1

SUMMARY A.

This Section includes administrative and procedural requirements for cutting and patching.

B.

Definition: "Cutting and patching" includes cutting into existing construction to provide for the installation or performance of other work and subsequent fitting and patching required to restore surfaces to their original condition, and does not apply to new construction procedures, except when new construction is already completed and must be cut and patched due to incorrect sequencing of work and/or improper coordination.

C.

Multi Prime Contracts: Provisions of this Section apply to the construction activities of each prime Contractor.

D.

Related Sections: The following Sections contain requirements that relate to this Section: 1. 2.

Division 1 Section "Execution and Product Requirements" for procedures for coordinating cutting and patching with other construction activities. Refer to other Sections for specific requirements and limitations applicable to cutting and patching individual parts of the Work. a.

1.2

Requirements of this Section apply to mechanical and electrical installations. Refer to Division 15 and 16 Sections for other requirements and limitations applicable to cutting and patching mechanical and electrical installations.

RESPONSIBILITIES A.

General: Each Prime Contractor is responsible to perform cutting and patching for their portion of the Work. Patching work shall restore surfaces to original condition including paint, ceramic, tile, EIFS, VCT flooring, terrazzo flooring, gypsum wallboard ceilings and walls, etc. The requirements of this section apply to all Prime Contractors, even though certain items of work may be applicable to a specific Prime Contractor.

B.

Cutting and patching of completed new construction required due to out of sequence construction and/or improper coordination is the responsibility of the prime Contractor responsible for the out of sequence construction or improper coordination. Cutting and patching of new construction for these purposes shall be accomplished by the General Work Contractor and shall be paid for by the prime Contractor responsible. The Architect shall be the sole judge of the responsibility for such cutting and patching, and shall prepare change orders to delete monies from the Contract of the responsible prime Contractor and credit those monies to the Contractor for General Work. 1.

The Prime Contractor shall cooperate with Architect and other Sub-Contractors to accomplish this cutting and patching with minimal disruption to construction and at reasonable costs.

CUTTING AND PATCHING

01 7329 - 1 of 5

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 1.3

NOVEMBER 19TH, 2013

SUBMITTALS: A.

Cutting and Patching Proposal: Submit a plan describing procedures well in advance of the time cutting and patching will be performed if the Owner requires approval of these procedures before proceeding. Request approval to proceed. Include the following information, as applicable, in the proposal: 1. 2.

3. 4. 5.

6.

7.

1.4

Describe the extent of cutting and patching required. Show how it will be performed and indicate why it cannot be avoided. Describe anticipated results in terms of changes to existing construction. Include changes to structural elements and operating components as well as changes in the building's appearance and other significant visual elements. List products to be used and firms or entities that will perform Work. Indicate dates when cutting and patching will be performed. Utilities: List utilities that cutting and patching procedures will disturb or affect. List utilities that will be relocated and those that will be temporarily out-of-service. Indicate how long service will be disrupted. Where cutting and patching involves adding reinforcement to structural elements, submit details and engineering calculations showing integration of reinforcement with the original structure. Approval by the Architect to proceed with cutting and patching does not waive the Architect's right to later require complete removal and replacement of unsatisfactory work.

QUALITY ASSURANCE: A.

Requirements for Structural Work: Do not cut and patch structural elements in a manner that would change their load-carrying capacity or load-deflection ratio. 1.

Obtain approval of the cutting and patching proposal before cutting and patching the following structural elements: a. b. c. d. e. f. g. h. i. j. k. l. m.

B.

Foundation construction. Bearing and retaining walls. Structural concrete. Structural steel. Lintels. Timber and primary wood framing. Structural decking. Stair systems. Miscellaneous structural metals. Exterior curtain-wall construction. Equipment supports. Piping, ductwork, vessels, and equipment. Structural systems of special construction in Division 13 Sections.

Operational Limitations: Do not cut and patch operating elements or related components in a manner that would result in reducing their capacity to perform as intended. Do not cut and patch operating elements or related components in a manner that would result in increased maintenance or decreased operational life or safety.

CUTTING AND PATCHING

01 7329 - 2 of 5

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 1.

Obtain approval of the cutting and patching proposal before cutting and patching the following operating elements or safety related systems: a. b. c. d. e. f. g. h. i. j. k.

C.

Primary operational systems and equipment. Air or smoke barriers. Water, moisture, or vapor barriers. Membranes and flashings. Fire protection systems. Noise and vibration control elements and systems. Control systems. Communication systems. Conveying systems. Electrical wiring systems. Operating systems of special construction.

Visual Requirements: Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in the Architect's opinion, reduce the building's aesthetic qualities. Do not cut and patch construction in a manner that would result in visual evidence of cutting and patching. Remove and replace construction cut and patched in a visually unsatisfactory manner. 1.

If possible retain the original Installer or fabricator to cut and patch the exposed Work listed below. If it is impossible to engage the original Installer or fabricator, engage another recognized experienced and specialized firm. a. b. c. d. e. f. g. h. i. j. k. l. m. n. o. p. q.

1.5

NOVEMBER 19TH, 2013

Processed concrete finishes. Stonework and stone masonry. Ornamental metal. Matched-veneer woodwork. Preformed metal panels. Firestopping. Window wall system. Stucco and ornamental plaster. Acoustical ceilings. Terrazzo. Finished wood flooring. Fluid-applied flooring. Carpeting. Aggregate wall coating. Wall covering. Swimming pool finishes. HVAC enclosures, cabinets, or covers

WARRANTY: A.

Existing Warranties: Replace, patch, and repair material and surfaces cut or damaged by methods and with materials in such a manner as not to void any warranties required or existing.

PART 2 - PRODUCTS

CUTTING AND PATCHING

01 7329 - 3 of 5

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 2.1

NOVEMBER 19TH, 2013

MATERIALS, GENERAL: A.

Use materials identical to existing materials. For exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible if identical materials are unavailable or cannot be used. Use materials whose installed performance will equal or surpass that of existing materials.

PART 3 - EXECUTION

3.1

INSPECTION: A.

Examine surfaces to be cut and patched and conditions under which cutting and patching is to be performed before cutting. If unsafe or unsatisfactory conditions are encountered, take corrective action before proceeding. 1.

3.2

Before proceeding, meet at the Project Site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding.

PREPARATION: A.

Temporary Support: Provide temporary support of work to be cut, including shoring, lumber, plywood, etc.

B.

Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of the Project that might be exposed during cutting and patching operations.

C.

Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas.

D.

Avoid cutting existing pipe, conduit, or ductwork serving the building but scheduled to be removed or relocated until provisions have been made to bypass them.

3.3

PERFORMANCE: A.

General: Employ skilled workmen to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time and complete without delay. 1.

B.

Cut existing construction to provide for installation of other components or performance of other construction activities and the subsequent fitting and patching required to restore surfaces to their original condition.

Cutting: Cut existing construction using methods least likely to damage elements retained or adjoining construction. Where possible, review proposed procedures with the original Installer; comply with the original Installer's recommendations. 1.

In general, where cutting, use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size

CUTTING AND PATCHING

01 7329 - 4 of 5

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

2. 3. 4. 5.

C.

required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. To avoid marring existing finished surfaces, cut or drill from the exposed or finished side into concealed surfaces. Cut through concrete and masonry using a cutting machine, such as a Carborundum saw or a diamond-core drill. Comply with requirements of applicable Division 2 Sections where cutting and patching requires excavating and backfilling. Where services are required to be removed, relocated, or abandoned, by-pass utility services, such as pipe or conduit, before cutting. Cut-off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal the remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after by-passing and cutting.

Patching: Patch with durable seams that are as invisible as possible. Comply with specified tolerances. 1. 2.

3.

Where feasible, inspect and test patched areas to demonstrate integrity of the installation. Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. Where removing walls or partitions extends one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform color and appearance. Remove existing floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. a.

4.

3.4

NOVEMBER 19TH, 2013

Where patching occurs in a smooth painted surface, extend final paint coat over entire unbroken surface containing the patch after the area has received primer and second coat.

Patch, repair, or re-hang existing ceilings as necessary to provide an even-plane surface of uniform appearance.

CLEANING: A.

Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar items. Thoroughly clean piping, conduit, and similar features before applying paint or other finishing materials. Restore damaged pipe covering to its original condition.

END OF SECTION 01 7329

CUTTING AND PATCHING

01 7329 - 5 of 5

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 01 7400 – WARRANTIES 1.1

SUMMARY A.

This Section includes administrative and procedural requirements for warranties required by the Contract Documents, including manufacturer’s standard warranties on products and special warranties. 1. Refer to the General Conditions for terms of the Contractor's period for correction of the Work.

B.

Related Sections: The following Sections contain requirements that relate to this Section: 1. Division 1 Section "Submittals" specifies procedures for submitting warranties. 2. Division 1 Section "Execution and closeout requirements” specifies contract closeout procedures. 3. Divisions 2 through 16 Sections for specific requirements for warranties on products and installations specified to be warranted. 4. Certifications and other commitments and agreements for continuing services to Owner are specified elsewhere in the Contract Documents.

C.

Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product warranties do not relieve the Contractor of the warranty on the Work that incorporates the products. Manufacturer's disclaimers and limitations on product warranties do not relieve suppliers, manufacturers, and subcontractors required to countersign special warranties with the Contractor.

D.

Single Prime Contract: contract.

1.2

General contractor is responsible for warranties related to its own

DEFINITIONS A.

Standard product warranties are preprinted written warranties published by individual manufacturers for particular products and are specifically endorsed by the manufacturer to the Owner.

B.

Special warranties are written warranties required by or incorporated in the Contract Documents, either to extend time limits provided by standard warranties or to provide greater rights for the Owner.

1.3

WARRANTY REQUIREMENTS A.

Related Damages and Losses: When correcting failed or damaged warranted construction, remove and replace construction that has been damaged as a result of such failure or must be removed and replaced to provide access for correction of warranted construction.

B.

Reinstatement of Warranty: When Work covered by a warranty has failed and been corrected by replacement or rebuilding, reinstate the warranty by written endorsement. The reinstated warranty shall be equal to the original warranty with an equitable adjustment for depreciation.

C.

Replacement Cost: Upon determination that Work covered by a warranty has failed, replace or rebuild the Work to an acceptable condition complying with requirements of the Contract Documents. The Contractor is responsible for the cost of replacing or rebuilding defective Work regardless of whether the Owner has benefited from use of the Work through a portion of its anticipated useful service life.

WARRANTIES

01 7400 - 1 of 2

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

D.

Owner's Recourse: Expressed warranties made to the Owner are in addition to implied warranties and shall not limit the duties, obligations, rights, and remedies otherwise available under the law. Expressed warranty periods shall not be interpreted as limitations on the time in which the Owner can enforce such other duties, obligations, rights, or remedies. 1. Rejection of Warranties: The Owner reserves the right to reject warranties and to limit selection to products with warranties not in conflict with requirements of the Contract Documents.

E.

Where the Contract Documents require a special warranty, or similar commitment on the Work or part of the Work, the Owner reserves the right to refuse to accept the Work, until the Contractor presents evidence that entities required to countersign such commitments are willing to do so.

1.4

SUBMITTALS A.

Submit written warranties to the Architect prior to the date certified for Substantial Completion. If the Architect's Certificate of Substantial Completion designates a commencement date for warranties other than the date of Substantial Completion for the Work, or a designated portion of the Work, submit written warranties upon request of the Architect. 1. When a designated portion of the Work is completed and occupied or used by the Owner, by separate agreement with the Contractor during the construction period, submit properly executed warranties to the Architect within 15 days of completion of that designated portion of the Work.

B.

When the Contract Documents require the Contractor, or the Contractor and a subcontractor, supplier or manufacturer to execute a special warranty, prepare a written document that contains appropriate terms and identification, ready for execution by the required parties. Submit a draft to the Owner, through the Architect, for approval prior to final execution. 1. Refer to Divisions 2 through 16 Sections for specific content requirements and particular requirements for submitting special warranties.

C.

Form of Submittal: At Final Completion compile 2 copies of each required warranty properly executed by the Contractor, or by the Contractor, subcontractor, supplier, or manufacturer. Organize the warranty documents into an orderly sequence based on the table of contents of the Project Manual.

D.

Bind warranties and bonds in heavy-duty, commercial-quality, durable 3-ring, vinyl-covered loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 81/2-by-11-inch(115-by-280-mm) paper. 1.

Provide heavy paper dividers with celluloid covered tabs for each separate warranty. Mark the tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product, and the name, address, and telephone number of the Installer.

2.

Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project title or name, and name of the Contractor.

3.

When warranted construction requires operation and maintenance manuals, provide additional copies of each required warranty, as necessary, for inclusion in each required manual. END OF SECTION 01 7400

WARRANTIES

01 7400 - 2 of 2

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 01 7423 – CLEANING UP

PART 1 - GENERAL

1.1

DESCRIPTION OF WORK: A.

The work of this section relates to the following: 1. 2.

3.

B.

Related Requirements Specified Elsewhere 1. 2. 3.

1.2

Maintain premises and public properties and roadways free from accumulations of waste, debris, dirt, mud and rubbish caused by operations. At completion of work, remove waste materials, rubbish tools, equipment, machinery and surplus materials, and clean all sight exposed surfaces; leave project clean and ready for occupancy. Remove all overspray caused by construction operations from adjacent construction, surfaces and vehicles.

Summary of Work: Section 011000 Cutting and Patching: Section 017329 Cleaning for Specific Products or Work: the respective sections of the specifications:

SAFETY REQUIREMENTS: A.

Standards: Maintain project in accord with safety and insurance standards.

B.

Hazard Control 1. 2. 3.

C.

Store volatile waste in covered metal containers and remove from premises daily. Prevent accumulations of waste which create hazardous conditions. Provide adequate ventilation during use of volatile or noxious substances.

Conduct cleaning and disposal operations to comply with local ordinances and anti-pollution laws. 1. 2. 3.

Do not burn or bury rubbish and waste materials on project site. Do not dispose of volatile waste such as mineral spirits, oil, or paint thinner in storm or sanitary drains. Do not dispose of waste into streams or waterways.

PART 2 - EXECUTION

2.1

MATERIALS: A.

Use only cleaning materials recommended by manufacturer of surface to be cleaned.

CLEANING UP

01 7423 - 1 of 3

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

PART 3 - EXECUTION

3.1

DURING CONSTRUCTION CONTRACT(S) SHALL: A.

Execute daily cleaning to ensure that building, grounds, and public properties and roadways are maintained free from accumulations of waste materials, rubbish, dirt and mud.

B.

Wet down dry materials and rubbish to lay dust and prevent blowing dust. Erect dustproof barriers to keep dust from drifting through the building.

C.

Each day, all contractors shall affect the following: 1. 2. 3.

4. 5. 6. 7. 8.

Areas of intense activity, such as cutting and sawing must be swept clean and reorganized at the end of each day. Areas of moderate activity such as installation of plumbing, ductwork, electrical work must be returned to good order at the end of each day. Debris below scaffolds (and shoring/re-shoring) must at all time, be kept sufficiently consolidated to keep walkways free of tripping hazards. These work areas must also be swept clean immediately upon removal of scaffolds. All swept up debris, waste materials, and packing must be removed and placed in the dumpster by noon of the following workday. All sorted material must be kept in good order. As portions of the work are completed, all used and excess materials must be removed promptly. Daily Clean-up and good housekeeping is the responsibility of each contractor individually and will be monitored by the Construction Manager. Contractors shall promptly comply with requests to organize scatted materials.

D.

Each contractor is responsible for furnishing all dumpsters or other such containers as required for collection, storage and legal disposal of all debris and rubbish resultant from the construction operation. The Construction Manager shall locate, maintain and move such containers as necessary and legally dispose of waste as containers are filled. Separate and recycle as required authorities and regulations.

E.

Vacuum clean interior building areas when ready to receive finish painting, and continue vacuum cleaning on an as needed basis until building is ready for Substantial Completion or occupancy.

F.

Handle materials in a controlled manner with as few handlings as possible; do not drop or throw materials from heights.

G.

Schedule cleaning operations so that dust and other containment resulting from cleaning process will not fall on wet, newly painted surfaces.

3.2

FINAL CLEANING A.

Each Contractor Shall: 1. 2.

CLEANING UP

Employ experienced workmen, or professional cleaners, for final cleaning. In preparation for substantial completion or occupancy, conduct final inspection of sight exposed interior and exterior surfaces, and of concealed spaces.

01 7423 - 2 of 3

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

3.

4. 5.

B.

Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials form sight-exposed interior and exterior finished surfaces; polish surface so designated to shine finish. Maintain cleaning until project, or portion thereof, is occupied by owner. Repair, patch and touch up marred surfaces to specified finish, to match adjacent surfaces.

Contractor shall complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or portion of Project: 1. 2. 3. 4. 5. 6. 7. 8. 9.

10. 11. 12.

3.3

NOVEMBER 19TH, 2013

Wash all transparent materials including mirrors and glass in doors and windows (inside and out). Vacuum clean carpeting and epoxy flooring. Wash & wax resilient tile floors. Wash and polish all terrazzo and ceramic tile as installed new. Dust/ clean all finished surfaces including casework, window sills, toilet partitions/ accessories, hardware, specialties, etc. Restoration of any lawn areas disturbed by construction operations. Replace disposable filters on HVAC units. Clean permanent air filters. Clean ducts, blowers and coils if dusty/ soiled during construction process Final clean surfaces of all HVAC equipment including dust, paint, taping compound, mortar droppings, etc. (Unit ventilators, unit heaters, convectors, fintube, diffusers/ grills, etc). Clean light fixtures, lamps, globes & reflectors. Replace burned out bulbs, noisy starters, etc. Clean surfaces of all electrical equipment. Clean all fixtures, lavatories, water closets, and trim.

RUBBISH REMOVAL A.

Each contractor shall comply with all Local, State and Federal Laws, Codes and Requirements regarding recycling and trash or rubbish removal.

END OF SECTION 01 7423

CLEANING UP

01 7423 - 3 of 3

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 01 7700 – EXECUTION AND CLOSEOUT REQUIREMENTS

PART 1 - GENERAL

1.1

RELATED DOCUMENTS A.

1.2

Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections, apply to this Section.

SUMMARY A.

This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: 1. 2. 3. 4. 5.

Inspection procedures. Project record document submittal. Operation and maintenance manual submittal. Submittal of warranties. Final cleaning.

B.

Closeout requirements for specific construction activities are included in the appropriate Sections.

C.

Single Prime Contracts: Provisions of this Section apply to the construction activities of General Contractor.

1.3

SUBSTANTIAL COMPLETION A.

Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. 1.

In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100 percent completion for the portion of the Work claimed as substantially complete. a.

b.

2. 3. 4.

5. 6.

Include supporting documentation for completion as indicated in these Contract Documents and a statement showing an accounting of changes to the Contract Sum. If 100 percent completion cannot be shown, include a list of incomplete items, the value of incomplete construction, and reasons the Work is not complete.

Advise the Owner of pending insurance changeover requirements. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications, and similar documents. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. Submit record drawings, maintenance manuals, final project photographs, damage or settlement surveys, property surveys, and similar final record information. Deliver tools, spare parts, extra stock, and similar items.

EXECUTION AND CLOSEOUT REQUIREMENTS

01 7700 - 1 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 7. 8.

9. 10. B.

Make final changeover of permanent locks and transmit keys to the Owner. Advise the Owner's personnel of changeover in security provisions. Complete startup testing of systems and instruction of the Owner's operation and maintenance personnel. Discontinue and remove temporary facilities from the site, along with mockups, construction tools, and similar elements. Complete final cleanup requirements, including touchup painting. Touch up and otherwise repair and restore marred, exposed finishes.

Inspection Procedures: On receipt of a request for inspection, the Architect will either proceed with inspection or advise the Contractor of unfilled requirements. The Architect will prepare the Certificate of Substantial Completion following inspection or advise the Contractors of construction that must be completed or corrected before the certificate will be issued. 1. 2.

1.4

NOVEMBER 19TH, 2013

The Architect will repeat inspection when requested and assured that the Work is substantially complete. Results of the completed inspection will form the basis of requirements for final acceptance.

FINAL ACCEPTANCE A.

Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request. 1.

2. 3.

4.

5. 6. 7.

B.

Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include insurance certificates for products and completed operations where required. Submit an updated final statement, accounting for final additional changes to the Contract Sum. Submit a certified copy of the Architect's final inspection list of items to be completed or corrected, endorsed and dated by the Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by the Architect. Submit final meter readings for utilities, a measured record of stored fuel, and similar data as of the date of Substantial Completion or when the Owner took possession of and assumed responsibility for corresponding elements of the Work. Submit consent of surety to final payment. Submit a final liquidated damages settlement statement. Submit evidence of final, continuing insurance coverage complying with insurance requirements.

Re-inspection Procedure: The Architect will re-inspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except for items whose completion is delayed under circumstances acceptable to the Architect. 1.

2.

Upon completion of re-inspection, the Architect will prepare a certificate of final acceptance. If the Work is incomplete, the Architect will advise the Contractors of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. If necessary, re-inspection will be repeated, but may be chargeable to the Owner and back-chargeable to the Contractor in conditions within his control.

EXECUTION AND CLOSEOUT REQUIREMENTS

01 7700 - 2 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 1.5

NOVEMBER 19TH, 2013

RECORD DOCUMENT SUBMITTALS A.

General: Do not use record documents for construction purposes. Protect record documents from deterioration and loss in a secure, fire-resistant location. Provide access to record documents for the Architect's reference during normal working hours.

B.

Record Drawings: Maintain a clean, undamaged set of blue or black line white-prints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark which drawing is most capable of showing conditions fully and accurately. Where Shop Drawings are used, record a cross-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. 1. 2. 3. 4.

C.

Record Specifications: Maintain one complete copy of the Project Manual, including addenda. Include with the Project Manual one copy of other written construction documents, such as Change Orders and modifications issued in printed form during construction. 1. 2.

3. 4.

D.

Mark record sets with red erasable pencil. Use other colors to distinguish between variations in separate categories of the Work. Mark new information that is important to the Owner but was not shown on Contract Drawings or Shop Drawings. Note related change-order numbers where applicable. Organize record drawing sheets into manageable sets. Bind sets with durable-paper cover sheets; print suitable titles, dates, and other identification on the cover of each set.

Mark these documents to show substantial variations in actual Work performed in comparison with the text of the Specifications and modifications. Give particular attention to substitutions and selection of options and information on concealed construction that cannot otherwise be readily discerned later by direct observation. Note related record drawing information and Product Data. Upon completion of the Work, submit record Specifications to the Architect for the Owner's records.

Record Product Data: Maintain one copy of each Product Data submittal. Note related Change Orders and markup of record drawings and Specifications. 1.

2. 3.

Mark these documents to show significant variations in actual Work performed in comparison with information submitted. Include variations in products delivered to the site and from the manufacturer's installation instructions and recommendations. Give particular attention to concealed products and portions of the Work that cannot otherwise be readily discerned later by direct observation. Upon completion of markup, submit complete set of record Product Data to the Architect for the Owner's records.

E.

Record Sample Submitted: Immediately prior to Substantial Completion, the Contractor shall meet with the Architect and the Owner's personnel at the Project Site to determine which Samples are to be transmitted to the Owner for record purposes. Comply with the Owner's instructions regarding delivery to the Owner's Sample storage area.

F.

Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and submittals in connection with actual performance of the Work. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous records and place in good order. Identify miscellaneous records properly and

EXECUTION AND CLOSEOUT REQUIREMENTS

01 7700 - 3 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

bind or file, ready for continued use and reference. Submit to the Architect for the Owner's records. G.

Maintenance Manuals: Organize operation and maintenance data into suitable sets of manageable size. Bind properly indexed data in individual, heavy-duty, 2-3 inch, 3-ring, vinylcovered binders, with pocket folders for folded sheet information. Mark appropriate identification on front and spine of each binder. Include the following types of information: 1. Emergency instructions. 2. Spare parts list. 3. Copies of warranties. 4. Wiring diagrams. 5. Recommended "turn-around" cycles. 6. Inspection procedures. 7. Shop Drawings and Product Data. 8. Fixture lamping schedule.

H.

Waivers, guarantees, certification letters, AIA documents, etc.: See checklist attachment at the end of this section

PART 2 - PRODUCTS

2.1

MATERIALS A.

General: Comply with requirements specified in other Sections.

B.

In-Place Materials: Use materials for patching identical to in-place materials. For exposed surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent possible. 1.

If identical materials are unavailable or cannot be used, use materials that, when installed, will provide a match acceptable to Architect for the visual and functional performance of in-place materials.

PART 3 - EXECUTION

3.1

CLOSEOUT PROCEDURES A.

Operation and Maintenance Instructions: Arrange for each Installer of equipment that requires regular maintenance to meet with the Owner's personnel to provide instruction in proper operation and maintenance. Provide instruction by manufacturer's representatives if installers are not experienced in operation and maintenance procedures. Include a detailed review of the following items: 1. Maintenance manuals. 2. Record documents. 3. Spare parts and materials. 4. Tools. 5. Lubricants.

EXECUTION AND CLOSEOUT REQUIREMENTS

01 7700 - 4 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 6. 7. 8. 9. 10. 11. 12.

NOVEMBER 19TH, 2013

Fuels. Identification systems. Control sequences. Hazards. Cleaning. Warranties and bonds. Maintenance agreements and similar continuing commitments.

B.

As part of instruction for operating equipment, demonstrate the following procedures: 1. Startup. 2. Shutdown. 3. Emergency operations. 4. Noise and vibration adjustments. 5. Safety procedures. 6. Economy and efficiency adjustments. 7. Effective energy utilization.

C.

Record "As-Built" Drawings

3.2

1.

Upon completion of the work, and review of the record drawings by the Architect, prepare a final set of record drawings using reproducible mylar or vellum. Submit final set of transparencies to Contractor and Architect.

2.

The cost of furnishing above prints and preparing these record drawings shall be included in the contract price

FINAL CLEANING A.

General: The General Conditions require general cleaning during construction. Regular site cleaning is included in Division 1 Section "Facilities and Temporary Controls."

B.

Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a normal, commercial building cleaning and maintenance program. Comply with manufacturer's instructions. 1.

Complete the following cleaning operations before requesting inspection for certification of Substantial Completion. a.

Remove labels that are not permanent labels.

b.

Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compounds and other substances that are noticeable visionobscuring materials. Replace chipped or broken glass and other damaged transparent materials.

c.

Clean exposed exterior and interior hard-surfaced finishes to a dust-free condition, free of stains, films, and similar foreign substances. Restore reflective surfaces to their original condition. Leave concrete floors broom clean. Vacuum carpeted surfaces.

EXECUTION AND CLOSEOUT REQUIREMENTS

01 7700 - 5 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

d.

Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication and other substances. Clean plumbing fixtures to a sanitary condition. Clean light fixtures and lamps.

e.

Clean the site, including landscape development areas, of rubbish, litter, and other foreign substances. Sweep paved areas broom clean; remove stains, spills, and other foreign deposits. Rake grounds that are neither paved nor planted to a smooth, even-textured surface.

C.

Pest Control: Engage an experienced, licensed exterminator to make a final inspection and rid the Project of rodents, insects, and other pests.

D.

Removal of Protection: Remove temporary protection and facilities installed for protection of the Work during construction.

E.

Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful, or dangerous materials into drainage systems. Remove waste materials from the site and dispose of lawfully. 1.

3.3

Where extra materials of value remain after completion of associated Work, they become the Owner's property. Dispose of these materials as directed by the Owner.

DEMONSTRATION AND TRAINING A.

Engage qualified instructors to instruct Owner's personnel to adjust, operate, and maintain systems, subsystems, and equipment not part of a system. Include a detailed review of the following: 1.

3.4

Include instruction for basis of system design and operational requirements, review of documentation, emergency procedures, operations, adjustments, troubleshooting, maintenance, and repairs.

SUBSTANTIAL COMPLETION A.

Preliminary Procedures: Before requesting inspection for certification of Substantial Completion, complete the following. List exceptions in the request. 1.

In the Application for Payment that coincides with, or first follows, the date Substantial Completion is claimed, show 100 percent completion for the portion of the Work claimed as substantially complete. a.

b. c. d.

Include supporting documentation for completion as indicated in these Contract Documents and a statement showing an accounting of changes to the Contract Sum. If 100 percent completion cannot be shown, include a list of incomplete items, the value of incomplete construction, and reasons the Work is not complete. Advise the Owner of pending insurance changeover requirements. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications, and similar documents.

EXECUTION AND CLOSEOUT REQUIREMENTS

01 7700 - 6 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 e.

f. g. h. i.

j. k. B.

Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. Submit record drawings, maintenance manuals, final project photographs, damage or settlement surveys, property surveys, and similar final record information. Deliver tools, spare parts, extra stock, and similar items. Make final changeover of permanent locks and transmit keys to the Owner. Advise the Owner's personnel of changeover in security provisions. Complete startup testing of systems and instruction of the Owner's operation and maintenance personnel. Discontinue and remove temporary facilities from the site, along with mockups, construction tools, and similar elements. Complete final cleanup requirements, including touchup painting. Touch up and otherwise repair and restore marred, exposed finishes.

Inspection Procedures: On receipt of a request for inspection, the Architect will either proceed with inspection or advise the Contractor of unfilled requirements. The Architect will prepare the Certificate of Substantial Completion following inspection or advise the Contractor of construction that must be completed or corrected before the certificate will be issued. 1. 2.

3.5

NOVEMBER 19TH, 2013

The Architect will repeat inspection when requested and assured that the Work is substantially complete. Results of the completed inspection will form the basis of requirements for final acceptance

FINAL ACCEPTANCE A.

Preliminary Procedures: Before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request. 1.

2. 3.

4.

5. 6. 7.

B.

Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include insurance certificates for products and completed operations where required. Submit an updated final statement, accounting for final additional changes to the Contract Sum. Submit a certified copy of the Architect's final inspection list of items to be completed or corrected, endorsed and dated by the Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by the Architect. Submit final meter readings for utilities, a measured record of stored fuel, and similar data as of the date of Substantial Completion or when the Owner took possession of and assumed responsibility for corresponding elements of the Work. Submit consent of surety to final payment. Submit a final liquidated damages settlement statement. Submit evidence of final, continuing insurance coverage complying with insurance requirements.

Re-inspection Procedure: The Architect will re-inspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except for items whose completion is delayed under circumstances acceptable to the Architect. 1.

Upon completion of re-inspection, the Architect will prepare a certificate of final acceptance. If the Work is incomplete, the Architect will advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance.

EXECUTION AND CLOSEOUT REQUIREMENTS

01 7700 - 7 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 2.

3.6

NOVEMBER 19TH, 2013

If necessary, re-inspection will be repeated, but may be chargeable to the Owner and back-chargeable to the Contractor in conditions within his control.

RECORD DOCUMENT SUBMITTALS A.

General: Do not use record documents for construction purposes. Protect record documents from deterioration and loss in a secure, fire-resistant location. Provide access to record documents for the Architect's reference during normal working hours.

B.

Record Drawings: Maintain a clean, undamaged set of blue or black line white-prints of Contract Drawings and Shop Drawings. Mark the set to show the actual installation where the installation varies substantially from the Work as originally shown. Mark which drawing is most capable of showing conditions fully and accurately. Where Shop Drawings are used, record a cross-reference at the corresponding location on the Contract Drawings. Give particular attention to concealed elements that would be difficult to measure and record at a later date. 1. 2. 3. 4.

C.

Record Specifications: Maintain one complete copy of the Project Manual, including addenda. Include with the Project Manual one copy of other written construction documents, such as Change Orders and modifications issued in printed form during construction. 1. 2.

3. 4.

D.

Mark these documents to show substantial variations in actual Work performed in comparison with the text of the Specifications and modifications. Give particular attention to substitutions and selection of options and information on concealed construction that cannot otherwise be readily discerned later by direct observation. Note related record drawing information and Product Data. Upon completion of the Work, submit record Specifications to the Architect for the Owner's records.

Record Product Data: Maintain one copy of each Product Data submittal. Note related Change Orders and markup of record drawings and Specifications. 1.

2. 3.

E.

Mark record sets with red erasable pencil. Use other colors to distinguish between variations in separate categories of the Work. Mark new information that is important to the Owner but was not shown on Contract Drawings or Shop Drawings. Note related change-order numbers where applicable. Organize record drawing sheets into manageable sets. Bind sets with durable-paper cover sheets; print suitable titles, dates, and other identification on the cover of each set.

Mark these documents to show significant variations in actual Work performed in comparison with information submitted. Include variations in products delivered to the site and from the manufacturer's installation instructions and recommendations. Give particular attention to concealed products and portions of the Work that cannot otherwise be readily discerned later by direct observation. Upon completion of markup, submit complete set of record Product Data to the Architect for the Owner's records.

Record Sample Submitted: Immediately prior to Substantial Completion, the Contractor shall meet with the Architect and the Owner's personnel at the Project Site to determine which Samples are to be transmitted to the Owner for record purposes. Comply with the Owner's instructions regarding delivery to the Owner's Sample storage area.

EXECUTION AND CLOSEOUT REQUIREMENTS

01 7700 - 8 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

F.

Miscellaneous Record Submittals: Refer to other Specification Sections for requirements of miscellaneous record keeping and submittals in connection with actual performance of the Work. Immediately prior to the date or dates of Substantial Completion, complete miscellaneous records and place in good order. Identify miscellaneous records properly and bind or file, ready for continued use and reference. Submit to the Architect for the Owner's records.

G.

Maintenance Manuals: Organize operation and maintenance data into suitable sets of manageable size. Bind properly indexed data in individual, heavy-duty, 2-3 inch, 3-ring, vinylcovered binders, with pocket folders for folded sheet information. Mark appropriate identification on front and spine of each binder. Include the following types of information: 1. Emergency instructions. 2. Spare parts list. 3. Copies of warranties. 4. Wiring diagrams. 5. Recommended “turn-around” cycles. 6. Inspection procedures. 7. Shop Drawings and Product Data. 8. Fixture lamping schedule.

H.

Waivers, guarantees, certification letters, AIA documents, etc.: See checklist attachment at the end of this section.

3.7

CLOSEOUT CHECKLIST A.

See attached checklist for required wage & supplements, lien release, guarantee / warranties, etc.

END OF SECTION 01 7700

EXECUTION AND CLOSEOUT REQUIREMENTS

01 7700 - 9 of 9

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 01 7823 – OPERATION AND MAINTENANCE DATA

1.1

SUMMARY A.

1.2

Operation and Maintenance Manuals.

PRODUCTS A.

Format: 1. 2.

PDF electronic files with composite electronic index on digital media acceptable to Architect. Include a complete electronically linked operation and maintenance directory. Heavy-duty, three-ring, vinyl-covered, loose-leaf binders, 3 COMPLETE set(s) of copies.

B.

Emergency Manuals: procedures.

Types of emergencies, emergency instructions, and emergency

C.

Operation Manuals: System, subsystem, and equipment descriptions, operating procedures, wiring diagrams, control diagrams and sequence of operation, and piped system diagrams.

D.

Product Maintenance Manuals: Source information, product information, maintenance procedures, repair materials and sources, and warranties and bonds.

E.

Systems and Equipment Maintenance Manuals: Source information, manufacturers' maintenance documentation, maintenance procedures, maintenance and service schedules, spare parts list and source information, maintenance service contracts, and warranties and bonds.

END OF SECTION 01 7823

OPERATION AND MAINTENANCE DATA

01 7823 - 1 of 1

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 01 7839 – PROJECT RECORD DOCUMENTS

1.1

PRODUCTS A.

Record Drawings: 1.

PDF electronic files of scanned record prints and three set(s) of prints.

B.

Record Specifications: One paper copy and Annotated PDF electronic files.

C.

Record Product Data: One paper copy and Annotated PDF electronic files and directories.

D.

Miscellaneous Record Submittals: One paper copy and Annotated PDF electronic files and directories.

1.2

PRODUCTS A.

Record Prints: One set of paper copies of Contract Documents and Shop Drawings, marked to show actual installation.

B.

Record Digital Data Files: Corrected digital data files of the Contract Drawings, as follows: 1. 2.

Format: Same as the original Contract Drawings. Format: Annotated PDF electronic file.

END OF SECTION 01 7839

PROJECT RECORD DOCUMENTS

01 7839 - 1 of 1

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 02 4119 – SELECTIVE STRUCTURE DEMOLITION

PART 1 - GENERAL

1.1

RELATED DOCUMENTS A.

1.2

Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

SUMMARY A.

This Section includes the following: 1. 2. 3.

B.

Related Sections: The following Sections contain requirements that relate to this Section: 1. 2. 3.

4. 5.

C.

1.3

Demolition and removal of selected portions of a building. Demolition and removal of selected site elements. Patching and repairs.

Division 1 Section "Summary of Work" for use of the building and phasing requirements. Division 1 Section "Cutting and Patching" for additional cutting and patching procedures for selective demolition operations. Division 1 Section "Facilities and Temporary Controls" for temporary utilities, temporary construction and support facilities, temporary security and protection facilities, and environmental protection measures for selective demolition operations. Division 1 Section "Execution and Closeout Requirements" for record document requirements. Division 6 Section "Rough Carpentry" for material and construction requirements for temporary enclosures.

Contractor is responsible for all selective demolition of work specifically affecting their work.

DEFINITIONS A.

Remove: Remove and legally dispose of items except those indicated to be reinstalled, salvaged, or to remain the Owner's property.

B.

Remove and Salvage: Items indicated to be removed and salvaged remain the Owner's property. Remove, clean, and pack or crate items to protect against damage. Identify contents of containers and deliver to Owner's designated storage area. Equipment to be salvaged for reinstallation shall be inspected by the Owner’s representative prior to removal and conditions of said items will be recorded by the owner’s representative.

C.

Remove and Reinstall: Remove items indicated; clean, service, and otherwise prepare them for reuse; store and protect against damage. Reinstall items in the same locations or in locations indicated.

D.

Existing to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by the Architect, items may be removed to a suitable, protected storage location during selective demolition and then cleaned and reinstalled in their original locations.

SELECTIVE STRUCTURE DEMOLITION

02 4119 - 1 of 7

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 1.4

NOVEMBER 19TH, 2013

MATERIALS OWNERSHIP A.

1.5

Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain the Owner's property, demolished materials shall become the Contractor's property and shall be removed from the site with further disposition at the Contractor's option.

SUBMITTALS A.

General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections, for information only, unless otherwise indicated.

B.

Proposed dust-control measures.

C.

Proposed noise-control measures.

D.

Schedule of selective demolition activities indicating the following: 1. 2. 3. 4. 5. 6. 7. 8.

Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Interruption of utility services. Coordination for shutoff, capping, and continuation of utility services. Use of elevator and stairs. Detailed sequence of selective demolition and removal work to ensure uninterrupted progress of Owner's on-site operations. Coordination of Owner's continuing occupancy of portions of existing building and of Owner's partial occupancy of completed Work. Locations of temporary partitions and means of egress. Coordination with demolition procedures or work of other contractors

E.

Inventory of items to be removed and salvaged.

F.

Inventory of items to be removed by Owner.

G.

Photographs or videotape, sufficiently detailed, of existing conditions of adjoining construction and site improvements that might be misconstrued as damage caused by selective demolition operations. Contractor assumes complete liability for all undocumented conditions.

H.

Record drawings at Project closeout according to Division 1 Section "Contract Closeout." Final payment will not be approved until all closeout documentation is properly prepared and submitted to the Owner and Architect. 1.

Identify and accurately locate capped utilities and other subsurface structural, electrical, or mechanical conditions.

I.

Landfill records indicating receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes.

J.

Drawings and calculations showing temporary needle beams and shoring. Calculations and drawings shall be prepared and sealed by a Professional Engineer registered in New York State. Each contractor is responsible for their work.

SELECTIVE STRUCTURE DEMOLITION

02 4119 - 2 of 7

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 1.6

NOVEMBER 19TH, 2013

QUALITY ASSURANCE A.

Demolition Firm Qualifications: Engage an experienced firm that has successfully completed selective demolition Work similar to that indicated for this Project.

B.

Regulatory Requirements: Comply with governing EPA notification regulations before starting selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction.

C.

Pre-demolition Conference: Conduct conference at Project site to comply with pre-installation conference requirements of Division 1 Section "Project Meetings."

1.7

PROJECT CONDITIONS A.

Owner will occupy portions of the building immediately adjacent to selective demolition area. Conduct selective demolition so that Owner's operations will not be disrupted. Provide not less than 72 hours' notice to Owner of activities that will affect Owner's operations.

B.

Owner assumes no responsibility for actual condition of buildings to be selectively demolished. 1.

C.

Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical.

Asbestos: Asbestos may be present in the building to be selectively demolished. A report on the presence of asbestos is on file for review and use. Examine the report to become aware of locations where asbestos is present. 1. 2.

If present, Asbestos abatement is specified elsewhere in the Contract Documents. Do not disturb asbestos or any material suspected of containing asbestos except under the procedures specified elsewhere in the Contract Documents.

D.

Storage or sale of removed items or materials on-site will not be permitted.

E.

All work must be done in accordance with all Safety Regulations governing this project. This work must conform to the safety regulations issued by State Education Department titled 155.5, see Division 0, “Education Department Rescue Regulations (excerpt of Contractors' Responsibilities)”.

1.8

SCHEDULING AND COORDINATION A.

Arrange selective demolition schedule so as not to interfere with Owner's on-site operations.

B.

Coordinate selective demolition schedule with work of other contracts.

1.9

WARRANTY A.

Existing Special Warranty: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties.

SELECTIVE STRUCTURE DEMOLITION

02 4119 - 3 of 7

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

PART 2 - PRODUCTS

2.1

REPAIR MATERIALS A.

Use repair materials identical to existing materials. 1. 2.

Where identical materials are unavailable or cannot be used for exposed surfaces, use materials that visually match existing adjacent surfaces to the fullest extent possible. Use materials whose installed performance equals or surpasses that of existing materials.

PART 3 - EXECUTION

3.1

EXAMINATION A.

Verify that utilities have been disconnected and capped.

B.

Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required.

C.

Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged.

D.

When unanticipated mechanical, electrical, or structural elements that conflict with the intended function or design are encountered, investigate and measure the nature and extent of the conflict. Promptly submit a written report to the Architect.

E.

Survey the condition of the building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of the structure or adjacent structures during selective demolition.

F.

Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities.

3.2

UTILITY SERVICES A.

Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1.

Do not interrupt existing utilities serving occupied or operating facilities, except when authorized in writing by Owner and authorities having jurisdiction. Provide temporary services during interruptions to existing utilities, as acceptable to Owner and to governing authorities. a.

B.

Provide not less than 72 hours' notice to Owner if shutdown of service is required during changeover.

Utility Requirements: Refer to Division 15 and 16 Sections for shutting off, disconnecting, removing, and sealing or capping utility services. Do not start selective demolition work until utility disconnecting and sealing have been completed and verified in writing.

SELECTIVE STRUCTURE DEMOLITION

02 4119 - 4 of 7

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 3.3

NOVEMBER 19TH, 2013

PREPARATION A.

Drain, purge, or otherwise remove, collect, and dispose of chemicals, gases, explosives, acids, flammables, or other dangerous materials before proceeding with selective demolition operations.

B.

Conduct demolition operations to prevent injury to people and damage to adjacent buildings and facilities to remain. Ensure safe passage of people around selective demolition area. 1. 2. 3. 4.

5. 6. C.

Erect and maintain dustproof partitions and temporary enclosures to limit dust and dirt migration and to separate areas from fumes and noise. 1.

2. 3. 4. 5. D.

Construct dustproof partitions of not less than nominal 4-inch studs, 5/8-inch gypsum wallboard with joints taped on occupied side, and 1/2-inch fire-retardant plywood on the demolition side. Insulate partition to provide noise protection to occupied areas. Seal joints and perimeter. Equip partitions with dustproof doors and security locks. Protect air-handling equipment. Weatherstrip openings.

Provide and maintain interior and exterior shoring, bracing, or structural support to preserve stability and prevent movement, settlement, or collapse of building to be selectively demolished. 1.

3.4

Erect temporary protection, such as walks, fences, railings, canopies, and covered passageways, where required by authorities having jurisdiction. Protect existing site improvements, appurtenances, and landscaping to remain. Erect a plainly visible fence around drip line of individual trees or around perimeter drip line of groups of trees to remain. Provide temporary weather protection, during interval between demolition and removal of existing construction, on exterior surfaces and new construction to ensure that no water leakage or damage occurs to structure or interior areas. Protect walls, ceilings, floors, and other existing finish work that are to remain and are exposed during selective demolition operations. Cover and protect furniture, furnishings, and equipment that have not been removed.

Strengthen or add new supports when required during progress of selective demolition.

POLLUTION CONTROLS A.

A. Use water mist, temporary enclosures, and other suitable methods to limit the spread of dust and dirt. Comply with governing environmental protection regulations. 1.

B.

Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 1.

C.

Do not use water when it may damage existing construction or create hazardous or objectionable conditions, such as ice, flooding, and pollution.

Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level.

Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before start of selective demolition.

SELECTIVE STRUCTURE DEMOLITION

02 4119 - 5 of 7

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 3.5

NOVEMBER 19TH, 2013

SELECTIVE DEMOLITION A.

Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete Work within limitations of governing regulations and as follows: 1.

2.

3. 4.

5. 6. 7. 8. 9. 10.

Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition work above each floor or tier before disturbing supporting members on lower levels. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. To minimize disturbance of adjacent surfaces, use hand or small power tools designed for sawing or grinding, not hammering and chopping. Temporarily cover openings to remain. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain portable fire-suppression devices during flame-cutting operations. Maintain adequate ventilation when using cutting torches. Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and promptly dispose of off-site. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. Locate selective demolition equipment throughout the structure and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. Dispose of demolished items and materials promptly. On-site storage or sale of removed items is prohibited. Return elements of construction and surfaces to remain to condition existing before start of selective demolition operations.

B.

Demolish concrete and masonry in small sections. Cut concrete and masonry at junctures with construction to remain, using power-driven masonry saw or hand tools; do not use power-driven impact tools.

C.

Break up and remove concrete slabs on grade, unless otherwise shown to remain.

D.

Remove resilient floor coverings and adhesive according to recommendations of the Resilient Floor Covering Institute's (RFCI) "Recommended Work Practices for the Removal of Resilient Floor Coverings" and Addendum. 1.

Remove residual adhesive and prepare substrate for new floor coverings by one of the methods recommended by RFCI.

E.

Remove no more existing roofing than can be covered in one day by new roofing. applicable Division 7 Section for new roofing requirements.

F.

Remove air-conditioning equipment without releasing refrigerants.

3.6

See

NEEDLE BEAMS AND SHORING A.

Provide temporary needle beams and shoring to support existing masonry in order to form openings in existing masonry walls and to install permanent lintel beams.

SELECTIVE STRUCTURE DEMOLITION

02 4119 - 6 of 7

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 B.

3.7

NOVEMBER 19TH, 2013

Temporary needle beams and shoring shall be adequate to support all loads without damage to the existing construction to remain.

PATCHING AND REPAIRS A.

Promptly patch and repair holes and damaged surfaces caused to adjacent construction by selective demolition operations.

B.

Where repairs to existing surfaces are required, patch to produce surfaces suitable for new materials. 1.

Completely fill holes and depressions in existing masonry walls to remain with an approved masonry patching material, applied according to manufacturer's printed recommendations.

C.

Restore exposed finishes of patched areas and extend finish restoration into adjoining construction to remain in a manner that eliminates evidence of patching and refinishing.

D.

Patch and repair floor and wall surfaces in the new space where demolished walls or partitions extend one finished area into another. Provide a flush and even surface of uniform color and appearance. 1. 2. 3. 4. 5.

E.

3.8

Closely match texture and finish of existing adjacent surface. Patch with durable seams that are as invisible as possible. Comply with specified tolerances. Where patching smooth painted surfaces, extend final paint coat over entire unbroken surface containing the patch after the surface has received primer and second coat. Remove existing floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. Inspect and test patched areas to demonstrate integrity of the installation, where feasible.

Patch, repair, or rehang existing ceilings as necessary to provide an even-plane surface of uniform appearance.

DISPOSAL OF DEMOLISHED MATERIALS A.

General: Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on-site.

B.

Burning: Do not burn demolished materials.

C.

Disposal: Transport demolished materials off Owner's property and legally dispose of them.

3.9

CLEANING A.

Sweep the building broom clean on completion of selective demolition operation.

B.

Change filters on air-handling equipment on completion of selective demolition operations.

END OF SECTION 02 4119 SELECTIVE STRUCTURE DEMOLITION

02 4119 - 7 of 7

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

NOVEMBER 19TH, 2013

SECTION 04 4500 – MASONRY RESTORATION & CLEANING

PART 1 - GENERAL 1.1 A.

1.2 A.

RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

SUMMARY This Section includes the following: 1. 2. 3.

B.

1.3

Water cleaning of concrete surfaces. Patching concrete surfaces. Concrete Sealer.

Related Sections: The following Sections contain requirements that relate to this Section: 1.

Division 1 Section "Summary of Work" for use of the building and phasing requirements.

2.

Division 1 Section "Cutting and Patching" for additional cutting and patching procedures for selective demolition operations.

3.

Division 1 Section "Facilities and Temporary Controls" for temporary utilities, temporary construction and support facilities, temporary security and protection facilities, and environmental protection measures for selective demolition operations.

4.

Division 1 Section "Execution and Closeout Requirements" for record document requirements.

5.

Division 6 Section "Rough Carpentry" for material and construction requirements for temporary enclosures.

SUBMITTALS

A.

General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections, for information only, unless otherwise indicated.

B. C. D. E.

Proposed dust-control measures. Proposed noise-control measures. Product Data: Provide data on cleaning compounds. Manufacturer’s Instructions: For cleaning materials, indicate special procedures, conditions requiring special attention.

1.4

QUALITY ASSURANCE

A.

Comply with provisions of ACI 530/530.1/ERTA, except where exceeded by requirements of the contract documents.

B.

Contractor Qualification: The contractor shall be a firm with a minimum of three years experience, experienced in restoration and cleaning. Firm shall have completed work similar in material, design, and extent to that indicated for this Project with a record of successful inservice performance.

C.

Chemical Manufacturer Qualifications: A firm regularly engaged in producing masonry cleaners that have been used for similar applications with successful results, and with a factory-trained representative who is available for consultation and Project-site inspection and assistance at no additional cost.

MASONRY RESTORATION & CLEANING

04 4500 - 1 of 4

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00 D.

1.5

NOVEMBER 19TH, 2013

Source Limitations: Obtain each type of material for masonry restoration (face brick, cement, sand, etc.) from one source with resources to provide materials of consistent quality in appearance and physical properties.

PROJECT CONDITIONS

A.

Cold and Hot Weather Requirements: Comply with requirements of ACI 530/530.1/ERTA or applicable building code, whichever is more stringent.

B.

Repoint mortar joints and repair masonry only when air temperature is between 40 - 90 deg F and is predicted to remain so for at least 7 days after completion of work.

1.6

SCHEDULING AND COORDINATION

A.

Arrange masonry cleaning so as not to interfere with Owner's on-site operations.

B.

Coordinate masonry cleaning schedule with work of other contractors.

PART 2 - PRODUCTS 2.1 A.

CLEANING MATERIALS Cleaning Agent: Prosoco Inc. - SureKlean Light Duty Restoration Cleaner. 1.

B.

Application: General cleaning of existing concrete surfaces.

Concrete Sealer: Prosoco Inc. – SL 100 Water Repellant. 1.

Application: Sealer for existing concrete surfaces.

PART 3 - EXECUTION 3.1

EXAMINATION

A.

Survey existing conditions and correlate with requirements indicated to determine extent of masonry restoration required.

B.

Verify that surfaces to be cleaned are ready for work of this section.

3.2

PREPARATION

A.

Protect surrounding elements from damage due to restoration procedures.

B.

Separate areas to be protected from restoration areas using means adequate to prevent damage.

C.

Mask immediately adjacent surfaces with material that will withstand cleaning and restoration procedures.

D.

Close off adjacent occupied areas with dust proof and weatherproof partitions.

E.

Concrete patching: Remove all loose spalled areas prior to installation of the patching material. 1.

Repair should be square cut. Do not allow any feathered edges in the repair area.

2.

Clean all dust from surface and pores of the substrate, using clean water and a scrub brush.

MASONRY RESTORATION & CLEANING

04 4500 - 2 of 4

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

3.3 A.

3.

For very dry or porous surfaces, pre-wet the substrate ahead of time to prevent the substrate from drawing moisture out of the repair too quickly. Re-wet surface immediately before applying the repair material.

4.

Apply patching material in accordance with manufacturer’s instructions.

CLEANING AND PROTECTION PROCEDURES Protect persons, motor vehicles, surrounding surfaces of building being restored, building site, plants, and surroundings buildings from harm resulting from masonry restoration work. 1.

Comply with cleaner manufacturer’s written instructions for protecting building and other surfaces against damage from exposure to its products. Prevent chemical cleaning solutions from coming into contact with pedestrians, motor vehicles, landscaping, buildings, and other surfaces that could be harmed by such contact. a.

Cover adjacent surfaces with materials that are proven to resist chemical cleaners used unless chemical cleaners being used will not damage adjacent surfaces. Use materials that contain only waterproof, UV-resistant adhesives. Apply masking agents to comply with manufacturer’s written instructions.

b.

Do not apply liquid masking agent to painted or porous surfaces. When no longer needed, promptly remove masking to prevent adhesive staining.

c.

Keep wall wet below area being cleaned to prevent streaking from runoff.

d.

Do not clean masonry during winds of sufficient force to spread cleaning solutions to unprotected surfaces.

e.

Neutralize and collect alkaline and acid wasted for disposal off Owner’s property.

f.

Dispose of runoff from cleaning operations by legal means and in a manner that prevents soil erosion, undermining of paving and foundations, damage to landscaping, and water penetration into building interiors. Clean wall where restoration is made from edge to edge, top to bottom.

g. B.

NOVEMBER 19TH, 2013

Prevent staining face of surrounding surfaces. 1. 2. 3. 4.

Cover sills, ledges, and projections to protect from mortar droppings. Keep wall area wet below rebuilding and pointing work to discourage mortar from adhering. Immediately remove mortar in contact with exposed masonry and other surfaces. Clean mortar splatters from scaffolding at end of each day.

C.

Apply all material in strict accordance with the manufacturer’s instructions.

D.

Protect people, vehicles, property, plants, non masonry surfaces from product splash, residue, wind drift and fumes.

E.

Do not apply when surface and air temperatures fall below 50 degrees.

F.

Immediately remove stains, efflorescence, or other excess resulting from the work of this section.

G.

Clean surrounding surfaces.

3.4 A.

CONCRETE SEALER Preparation: Substrate must be clean, dry and free of foreign contaminates. 1.

Repair materials must be fully cured prior to applying masonry sealer.

2.

Protect all surfaces not compatible with sealer.

MASONRY RESTORATION & CLEANING

04 4500 - 3 of 4

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

B.

3.

Protect windows when required by manufacturer.

4.

Does not start work until surfaces to be coated are in proper condition to produce finished surfaces of uniform, satisfactory appearance.

5.

Mildew, algae and fungus should be removed using material as recommended by the manufacturer.

6.

Remove dust and loose particulate matter from surfaces to receive coatings immediately prior to coating application.

7.

Cracks and spalls must be repaired and cured prior to application.

8.

To ensure even penetration, make sure any masonry repairs have been made with repair materials that are compatible to the substrate.

9.

Remove any previous or existing coatings before application of sealer.

10.

Substrate must be completely dry before coating. Do not work when precipitation is expected within 24 hours of installation.

Application: 1.

Follow manufacturer’s instructions.

2.

Clearly mark or identify areas that have been treated at the end of each shift.

3.

Apply sealer in a systematic pattern to ensure complete application coverage. a.

4.

3.5 A.

NOVEMBER 19TH, 2013

Spray application shall be low pressure (.

Vertical Deflection Clips: Manufacturer's standard [bypass] [head] clips, capable of accommodating upward and downward vertical displacement of primary structure through positive mechanical attachment to stud web. 1.

Manufacturers: Subject to compliance with requirements, [provide products by the following] [provide products by one of the following] [available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following]: a. b.

AllSteel & Gypsum Products, Inc. ClarkWestern Building Systems, Inc.

COLD-FORMED METAL FRAMING

05 4000 -1 of 6

GREENWICH PUBLIC SCHOOLS WMS CURTAINWALL REPLACEMENT KSQ ARCHITECTS PROJECT NO. 1317908.00

c. d. e. f. g. h. D.

2.

Minimum Base-Metal Thickness: [0.0428 inch (1.09 mm)] [0.0538 inch (1.37 mm)] [0.0677 inch (1.72 mm)] [0.0966 inch (2.45 mm)]. Flange Width: [1 inch (25 mm) plus the design gap for one-story structures] [and] [1 inch (25 mm) plus twice the design gap for other applications] .

Double Deflection Tracks: Manufacturer's double, deep-leg, U-shaped steel tracks, consisting of nested inner and outer tracks; unpunched, with unstiffened flanges. 1.

Outer Track: Of web depth to allow free vertical movement of inner track, with flanges designed to support horizontal loads and transfer them to the primary structure, and as follows: a.

b.

2.

b.

2.6 A.

Minimum Base-Metal Thickness: [0.0329 inch (0.84 mm)] [0.0428 inch (1.09 mm)] [0.0538 inch (1.37 mm)] [0.0677 inch (1.72 mm)] [0.0966 inch (2.45 mm)]. Flange Width: [1 inch (25 mm) plus the design gap for one-story structures] [and] [1 inch (25 mm) plus twice the design gap for other applications] .

Inner Track: Of web depth indicated, and as follows: a.

F.

Dietrich Metal Framing; a Worthington Industries company. MarinoWARE. SCAFCO Corporation. Steel Network, Inc. (The). Steeler, Inc.