Town of Harwinton Ambulance Facility Bid Package

Transcription

Town of Harwinton Ambulance Facility Bid Package
Town of Harwinton Ambulance Facility
Bid Package
166 Burlington Road
Town of Harwinton
100 Bentley Drive
Harwinton, CT 06791
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
DOCUMENT 00010
TABLE OF CONTENTS
Section
Title
SERIES 0 DOCUMENTS
MISCELLANEOUS DOCUMENTS
00010 Table of Contents
00030 Drawing List
00050 Subsurface Investigation Report
00060 Wage Scale Provisions
00070 Radio Antenna Foundation Specifications
*
BIDDING REQUIREMENTS
00105 Invitation to Bid
00200 Instructions to Bidders - AIA
00300 Information Available to Bidders
00311 Contractor’s Qualification Statement
00411 Bid Form - Stipulated Price
00412 Compliance with laws, regulations, rules and executive orders
00413 Non-Collusion Affidavit
00414 Corporate Resolution
CONTRACTING REQUIREMENTS
00501 Agreement - AIA
00701 General Conditions - AIA
00811 Supplementary Conditions - AIA
00910 Addenda [To follow as required]
DIVISION 1 - GENERAL REQUIREMENTS
01100
01200
01300
01330
01400
01410
01500
01501
01600
01700
Summary
Price and Payment Procedures
Administrative Requirements
Submittal Procedures
Quality Requirements
Special Inspection and Structural Testing
Temporary Facilities and Controls
Project Signage Specifications
Product Requirements
Execution Requirements
END OF SECTION
Table of Contents
00010 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
DOCUMENT 00030
DRAWING LIST
1.1
SUMMARY
A.
Document Includes:
SITE:
PROJECT SITE PLAN
EROSION CONTROL AND DRIVEWAY DETAIL
SITE PLAN FOR GROUNDWATER TESTING WELL LOCATIONS
SITE SURVEY
ARCHITECTURAL:
A1.1
A1.2
A1.3
A1.4
A2.1
A2.2
A3.1
A3.2
A3.3
A3.4
A4.1
A4.2
A4.3
A5.1
A6.1
A6.2
A7.1
A7.2
FOUNDATION PLAN
FLOOR PLAN
REFLECTED CEILING PLAN
ROOF PLAN
EXTERIOR ELEVATIONS
EXTERIOR ELEVATIONS
BUILDING SECTIONS
BUILDING SECTIONS
WALL SECTIONS
WALL SECTIONS
MISC. DETAILS
ACCESSIBILITY STANDARDS
STRUCTURAL NOTES AND FOUNDATION DETAILS
TOILET ROOM PLANS & ELEVATIONS
DOOR SCHEDULE
WINDOW & FINISH SCHEDULES
ARCHITECTURAL OUTLINE SPECIFICATIONS
ARCHITECTURAL OUTLINE SPECIFICATIONS
MECHANICAL
M1.1
M1.1 ALT
M2.1
M4.1
HVAC FLOOR PLAN
HVAC FLOOR PLAN
HVAC DETAIL
HVAC SPECIFICATIONS
ELECTRICAL:
E1.1
E2.1
E3.1
E4.1
ELECTRICAL LIGHTING PLAN
ELECTRICAL POWER PLAN
ELECTRICAL DETAILS
ELECTRICAL RISER
General Conditions - AIA
0701 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
E5.1
ELECTRICAL DETAILS
E6.1
ELECTRICAL SPECIFICATIONS
E6.2
ELECTRICAL SPECIFICATIONS
PLUMBING:
P1.1
P2.1
P3.1
P3.2
P4.1
PLUMBING PLANS
PLUMBING DETAILS
PLUMBING SCHEDULE
PLUMBING SCHEDULE & NOTES
PLUMBING SPECIFICATIONS
FIRE PROTECTION:
FP1.1
FP2.1
FP3.1
FIRE PROTECTION PLAN
FIRE PROTECTION DETAILS
FIRE PROTECTION SPECIFICATIONS
END OF DOCUMENT
General Conditions - AIA
0701 - 2
Appendix D
Compaction Testing Report
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
DOCUMENT 00060 WAGE SCALE PROVISIONS All laborers, mechanics, and workmen employed upon the work covered by this Contract shall be paid at wage rates not less than those required by all applicable provisions of the General Statutes of the State of Connecticut and other local ordinances, regardless of any contractual relationship which may be alleged to exist between the Contractor or any subcontractor and such laborers, mechanics or workers For the Contractor’s convenience and reference on those contracts where they may be applicable by State law or local ordinance, the schedule of minimum wage rates as determined by the State of Connecticut Labor Commissioner may have been included on the following pages and, if so are made a part hereof. For those projects where the minimum State wage rates need not be paid, these rates may be ignored; however, it remains the Contractor’s responsibility to determine if the minimum State wage rates should be applied when preparing their bid. The Contractor shall check with the State Labor Commission for the most recent wage rates before preparing and submitting their bid. SUMMARY OF CONNECTICUT'S PREVAILING WAGE LAW
Connecticut’s prevailing wage law is codified in Connecticut General Statutes
Section Section 31-53 and 31-53a. The law applies to each contract for the construction,
remodeling, refinishing, refurbishing, rehabilitation, alteration or repair of any public works
project by the State or its agents, or by any political subdivision of the State.
Coverage: Conn. Gen. Stat. Section 31-53(g) provides monetary thresholds which must be
met before the law is applicable. The prevailing wage law does not apply where the total
cost of all work to be performed by all contractors and subcontractors in connection
with new construction of a public works project is less than four hundred thousand
($400,000) dollars. The prevailing wages law does not apply in connection with
remodeling, refinishing, refurbishing, rehabilitation, alteration or repair of any public works
project under one hundred thousand ($100,000) dollars.
Prevailing Rate: The prevailing rate consists of a base rate and a fringe benefit rate which
may be paid in cash or benefits. Conn. Gen. Stat. Section 31-53(d) permits the Labor
Commissioner to adopt and use the prevailing wage rate determinations as have been made
by the Secretary of Labor of the United States under the provisions of the Davis-Bacon Act,
as amended. The agent empowered to let such contract shall contact the Labor
Commissioner at least ten, but not more than twenty days, prior to the date such
Wage Scale Provisions
00060 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
contracts will be advertised for bid, to ascertain the proper prevailing rate. Under
Connecticut General Statutes, 31-55a the rates will be adjusted annually on or
before July 1st of each year. These new rates will be on the Department of Labor
website.
Certifications: Both the Contractor and the Contracting Agent must provide certifications
to the Labor Commissioner. Prior to the award of any contract subject to the prevailing
wage law, the contracting agent shall certify in writing to the Labor Commissioner the total
dollar amount of work to be done in connection with the public works project, regardless of
whether such project consists of one or more contracts. Upon the award of a contract
subject to the prevailing wage law, the contractor who is awarded the contract shall also
certify, under oath, to the Labor Commissioner the pay scale to be used by the contractor
and any of his subcontractors for the work to be performed under the contract. Additionally,
each employer subject to the prevailing wage law must file certified payrolls with the
contracting agent including information, including but not limited to, employee names;
occupations; hours worked; rates paid; and the employers compliance with various
provisions of law.
Penalties: There are various civil, criminal and administrative penalties for violations of the
prevailing wage law. Failure to pay the prevailing rate is a crime which may be a felony
depending upon the amount of unpaid wages. Knowingly filing a false certified payroll or
failure to file a certified payroll is a Class D felony for which an employer may be fined up to
five thousand dollars, imprisoned for up to five years, or both. Disregarding obligations
under Conn. Gen. Stat. Section 31-53 may result in an administrative debarment which may
preclude any firm, corporation, partnership or association in which such person or firms
have an interest from receiving an award of a contract until a period of up to three years
have elapsed. Additionally, civil penalties of $300 per violation of law may also be assessed
upon the employer.
Effective October 1, 2005, Public Act 05-50: Any person performing the work of any
mechanic, laborer, or worker shall be paid prevailing wages ~~
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);
Reporting and payment of wages is required regardless of any contractual
relationship alleged to exist between the contractor and such person.
Wage Scale Provisions
00060 - 2
Project: Construction For A New EMS And EOC Center
Minimum Rates and Classifications
for Building Construction
ID# : B 17945
Connecticut Department of Labor
Wage and Workplace Standards Division
By virtue of the authority vested in the Labor Commissioner under provisions of Section 31-53 of the General
Statutes of Connecticut, as amended, the following are declared to be the prevailing rates and welfare payments and
will apply only where the contract is advertised for bid within 20 days of the date on which the rates are
established. Any contractor or subcontractor not obligated by agreement to pay to the welfare and pension fund
shall pay this amount to each employee as part of his/her hourly wages.
Project Number:
State#:
Project Town: Harwinton
FAP#:
Project: Construction For A New EMS And EOC Center
CLASSIFICATION
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
Hourly Rate
Benefits
35.00
26.41
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**
2) Boilermaker
As of: Wednesday, June 05, 2013
35.24
25.01
Project: Construction For A New EMS And EOC Center
3a) Bricklayer, Cement Mason, Concrete Finisher (including caulking),
Stone Masons
32.50
26.21 + 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
------LABORERS------
As of: Wednesday, June 05, 2013
Project: Construction For A New EMS And EOC Center
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
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 mating of pipe sections) P6
and P7 rate is $26.80
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
As of: Wednesday, June 05, 2013
Project: Construction For A New EMS And EOC Center
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.
29.65
21.00
5a) Millwrights
30.15
21.39
As of: Wednesday, June 05, 2013
Project: Construction For A New EMS And EOC Center
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)
35.90
22.99
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)
33.78
16.90 + a
-----LINE CONSTRUCTION----
As of: Wednesday, June 05, 2013
Project: Construction For A New EMS And EOC Center
9) Ironworker, Ornamental, Reinforcing, Structural, and Precast
Concrete Erection
33.50
27.98 + a
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 premium when operator controls
hammer). (Trade License Required)
35.73
21.55 + a
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 power of operation), Rubber
Tire Excavator (Drott-1085 or similar);Grader Operator; Bulldozer Fine
Grade. (slopes, shaping, laser or GPS, etc.). (Trade License Required)
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
----OPERATORS----
As of: Wednesday, June 05, 2013
Project: Construction For A New EMS And EOC Center
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
As of: Wednesday, June 05, 2013
Project: Construction For A New EMS And EOC Center
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
As of: Wednesday, June 05, 2013
Project: Construction For A New EMS And EOC Center
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
30.22
16.90
10b) Taping Only/Drywall Finishing
30.97
16.90
------PAINTERS (Including Drywall Finishing)------
As of: Wednesday, June 05, 2013
Project: Construction For A New EMS And EOC Center
10c) Paperhanger and Red Label
30.72
16.90
10e) Blast and Spray
33.22
16.90
11) Plumber (excluding HVAC pipe installation) (Trade License required:
P-1,2,6,7,8,9 J-1,2,3,4 SP-1,2)
38.67
25.56
12) Well Digger, Pile Testing Machine
33.01
19.40 + a
13) Roofer (composition)
31.70
17.36
14) Roofer (slate & tile)
32.20
17.36
As of: Wednesday, June 05, 2013
Project: Construction For A New EMS And EOC Center
15) Sheetmetal Worker (Trade License required for HVAC and
Ductwork: SM-1,SM-2,SM-3,SM-4,SM-5,SM-6)
41.81
31.85
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)
38.67
25.56
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
------TRUCK DRIVERS------
As of: Wednesday, June 05, 2013
Project: Construction For A New EMS And EOC Center
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
As of: Wednesday, June 05, 2013
Project: Construction For A New EMS And EOC Center
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 150 ft. boom (including jib) - $1.50 extra
Crane with 200 ft. boom (including jib) - $2.50 extra
Crane with 250 ft. boom (including jib) - $5.00 extra
Crane with 300 ft. boom (including jib) - $7.00 extra
Crane with 400 ft. boom (including jib) - $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 each apprentice in a specific trade.
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 responsibility 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.ct.gov/dol
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.
As of: Wednesday, June 05, 2013
Project: Construction For A New EMS And EOC Center
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 Person 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)
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.
As of: Wednesday, June 05, 2013
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
DOCUMENT 00105
INVITATION TO BID
Project:
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
Owner:
Town of Harwinton
100 Bentley Drive
Harwinton, CT 06791
Architect/Engineer:
Architectural Studio 3C, LLC
200 Clearview Avenue
Harwinton, CT 06791
Date: 2013
(Name of Bidders to whom this letter is addressed)
Your firm is invited to submit a Bid under seal to the Owner for construction of a new Ambulance
Facility for Harwinton Ambulance Association to be located at 166 Burlington Road. The Owner
will receive Bids until 12:00 PM local time on the Seventeenth day of July, 2013 for the following
project:
Description: A 4,799 square foot, one story wood framed new Ambulance Facility with
associated site improvements.
This is a municipal public works project, subject to the prevailing wage rate requirements of
C.G.S. Section 31-53 and the performance and payment bond requirements of C.G.S. Section
49-41.
Bidding Documents for a Stipulated Sum contract may be purchased from the office of
Advanced Reprographics located at 50 Corporate Ave, Plainville, CT 06062, telephone (860)
410-1020 for the cost of reproduction. Bid Documents will be made available on June 24th 2013
please call to confirm availability sets are prior to pick up.
A.
Bidding Documents may be obtained, at cost of reproduction from Advanced
Reprographics located at 50 Corporate Ave, Plainville, CT 06062, telephone (860)
410-1020 during regular business hours.
Bidders will be required to provide Bid security in the form of a Bid Bond of a sum no less than
10 percent of the Bid Sum negotiable security.
Invitation to Bid
00105 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
Refer to other bidding requirements described in Document 00201 - Instructions to Bidders AIA and Document 00300 - Information Available to Bidders.
Submit your Bid on the Bid Form provided. Bidders are required to complete Bid Form. Bidders
may supplement this form as appropriate.
Your Bid will be required to be submitted under a condition of irrevocability for a period of 90
days after submission.
The Owner reserves the right to reject any and all bids or portions thereof, to decline to make an
award, to waive any and all informalities and/or defects in the bid documents, to negotiate
directly with any bidder if it is in the Owner’s best interested to do so, and to disregard all nonconforming, non-responsive, conditional bids, and bids taking exceptions to the bid documents.
The Owner reserves the right to determine the “lowest responsible bidder” based on any
number and combination of specified bid items deemed to be in the best interest of the Owner.
Sincerely,
Michael R. Criss
First Selectman
Town of Harwinton
END OF DOCUMENT
Invitation to Bid
00105 - 2
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
DOCUMENT 00200
INSTRUCTIONS TO BIDDERS
1.1
SUMMARY
A.
Document Includes:
1.
Intent.
2.
Work identified in contract documents.
3.
Contract Time.
4.
Definitions.
5.
Contract Documents identification.
6.
Availability of documents.
7.
Examination of documents.
8.
Inquiries and Addenda.
9.
Product substitutions.
10.
Site examination.
11.
Prebid conference.
12.
Bidder qualifications.
13.
Submission procedure.
14.
Bid ineligibility.
15.
Security deposit.
16.
Performance Assurance.
17.
Bid Form requirements.
18.
Fees for changes in the Work.
19.
Bid Form signature.
20.
Selection and award of alternates.
21.
Bid opening.
22.
Duration of offer.
23.
Acceptance of offer.
B.
Related Documents:
1.
Document 00105 - Invitation to Bid.
2.
Document 00300 - Information Available To Bidders.
3.
Document 00411 - Bid Form - Stipulated Price
4.
Document 00412 – Compliance with laws, regulations, rules and
executive orders
5.
Document 00413 - Non-Collusion Affidavit
6.
Document 00811 - Supplementary Conditions - AIA
a.
Definitions.
b.
Contract Time identification.
c.
Tax rebate procedures.
d.
Tax exempt procedures.
e.
Contractor’s fees for changes.
f.
Contractor’s liability insurance.
g.
Bond types and values.
Instructions to Bidders
00200 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.2
INTENT
A.
1.3
1.4
1.5
1.6
The intent of this Bid request is to obtain an offer to perform work to complete a
new Ambulance Facility to be located at 166 Burlington Road, Harwinton,
Connecticut 06791 for a Stipulated Sum contract, in accordance with Contract
Documents.
WORK IDENTIFIED IN CONTRACT DOCUMENTS
A.
Work of this proposed Contract comprises general construction, site development,
including structural, mechanical, electrical, plumbing, and fire protection Work.
B.
Site Location: 166 Burlington Road, Harwinton, Connecticut 06791.
CONTRACT TIME
A.
Identify Contract Time in the Bid Form. The completion date in the Agreement shall
be the Contract Time added to the commencement date.
B.
The Owner requires the work of this contract be completed as quickly as possible.
Consideration will be given to time of completion when reviewing submitted Bids.
DEFINITIONS
A.
Bidding Documents: Contract Documents supplemented with Invitation to Bid,
Instructions to Bidders, Information Available to Bidders, Bid Form, Bid Form
Supplements and Appendices, and bid securities, identified.
B.
AIA Document A201-2007 Article 1, including issued Addenda.
C.
Bid: Executed Bid Form and required attachments submitted in accordance with
these Instructions to Bidders.
D.
Bid Sum: Monetary sum identified by the Bidder in the Bid Form.
CONTRACT DOCUMENTS IDENTIFICATION
A.
The Contract Documents are identified as Project number 11002 as prepared by
Architectural Studio 3C, LLC located at 200 Clearview Avenue, Harwinton, CT
06891, telephone (860) 485-9282 and identified in the Project Manual.
Instructions to Bidders
00200 - 2
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.7
1.8
1.9
1.10
AVAILABILITY OF DOCUMENTS
A.
Bidding Documents may be obtained, at cost of reproduction from Advanced
Reprographics located at 50 Corporate Ave, Plainville, CT 06062, telephone (860)
410-1020, during regular business hours.
B.
Bidding Documents are made available only for the purpose of obtaining offers for
this Project. Their use does not grant a license for other purposes.
EXAMINATION OF DOCUMENTS
A.
Bidding Documents may be viewed at the office of Advanced Reprographics
located at 50 Corporate Ave, Plainville, CT 06062, telephone (860) 410-1020
B.
Upon receipt of Bidding Documents verify documents are complete. Notify
Architect/Engineer if documents are incomplete.
C.
Immediately notify Architect/Engineer upon finding discrepancies or omissions in
Bidding Documents.
INQUIRIES AND ADDENDA
A.
Direct questions in writing to Attn: Craig C. Chasse, AIA, LEED AP, at the office of
the Architectural Studio 3C, LLC via email [email protected] and cc
[email protected].
B.
Verbal answers are not binding on any party.
C.
Submit questions no later than 12:00pm on July 10th, 2013. Replies will be made
by Addenda.
D.
Addenda may be issued during bidding period. Addenda will be sent to known
Bidders. Addenda become part of the Contract Documents. Include resultant costs
in the Bid Sum.
PRODUCT SUBSTITUTIONS
A.
1.11
Requests for Product substitutions are not permitted before Notice to Proceed.
Refer to Section 01600 for substitution procedures.
SITE EXAMINATION
A.
Examine Project site before submitting a Bid.
Instructions to Bidders
00200 - 3
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
B.
Contact Owner at the following address and phone number to arrange date and
time to visit Project site:
1.
Address:
Town of Harwinton
100 Bentley Drive
Harwinton CT, 06791
Jason Emery – Building Committee Chair, 860-485-0544 x4
John Fredsall – Harwinton Highway Supervisor, 860-485-9051
1.12
1.13
PREBID CONFERENCE
A.
A Bidders conference is scheduled for June 26th at 10:00 AM at the Harwinton
Town Hall – 100 Bentley Drive, Harwinton, CT 06791.
B.
Only prequalified General contract Bidders are invited to attend.
C.
Representatives of the Owner will be in attendance.
D.
Summarized minutes of this meeting will be circulated to known Bidders. These
minutes will not form part of Contract Documents.
E.
Information relevant to Bidding Documents will be issued by Addendum.
BIDDER QUALIFICATIONS
A.
1.14
To demonstrate qualification for performing the Work of this Contract, Bidders have
be requested to submit written proposals outlining project approach and proposed
scope of work, detailed information on the firm’s background and experience on
execution of municipal projects, key staff with resumes. Each proposal must have
provided certification of insurance, proof of previous bonding capabilities.
SUBMISSION PROCEDURE
A.
Bidders shall be solely responsible for delivery of Bids in manner and time
prescribed.
B.
Submit two copies of executed offer on Bid Forms indicated, signed and sealed
with required bid bond in a closed opaque envelope, clearly identified with Bidder’s
name, Project name, contract number, and Owner's name on the outside.
C.
Improperly completed information, irregularities bid bond, may be cause not to
open the Bid Form envelope and declare the Bid invalid or informal.
Instructions to Bidders
00200 - 4
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.15
1.16
1.17
BID INELIGIBILITY
A.
Bids that are unsigned, improperly signed or sealed, conditional, illegible, obscure,
contain arithmetical errors, erasures, alterations, or irregularities of any kind, may
be declared unacceptable at Owner’s discretion.
B.
Bid Forms, Appendices, and enclosures which are improperly prepared may be
declared unacceptable at Owner’s discretion.
C.
All bidders must complete, sign, and return the “CHRO Contract Compliance
Regulations Notification to Bidders” form at the time of bid opening. Bids not
including this form should be considered incomplete and rejected.
D.
Failure to provide, bonds or insurance requirements may invalidate the Bid at the
discretion of the Owner.
E.
Bids are by invitation, only, from selected Bidders. Unsolicited Bids may be
returned.
SECURITY DEPOSIT
A.
Bids shall be accompanied by security deposit as follows:
1.
Bid Bond of a sum no less than 10 percent of the Bid Sum on surety
letterhead letter see standard letter format provided.
B.
Endorse Bid Bond in name of the Owner as oblige, signed and sealed by the
principal (Contractor) and surety.
C.
Security deposit of accepted Bidder will be returned after delivery to the Owner of
the required Performance Bonds by the accepted Bidder.
D.
The successful bidder shall provide a proof of payment bond to the Town of
Harwinton for any subcontractors that the bidder may use.
E.
Include the cost of security deposit in the Bid Sum.
F.
After a Bid has been accepted, security deposits will be returned to the respective
Bidders.
G.
If no contract is awarded, security deposits will be returned.
PERFORMANCE ASSURANCE
A.
Accepted Bidder: Provide a Performance bond as described in Document 00811 Supplementary Conditions - AIA.
Instructions to Bidders
00200 - 5
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
B.
1.18
1.19
1.20
BID FORM REQUIREMENTS
A.
Complete requested information in the Bid Form and Bid Form Supplements.
B.
Refer to Document 00811 - Supplementary Conditions - AIA for inclusion of taxes,
procedures for tax rebate claims by the Owner and tax exempt Products.
FEES FOR CHANGES IN THE WORK
A.
Include in the Bid Form, the overhead and profit fees on Bidder’s own Work and
Work by Subcontractors, applicable for Changes in the Work, whether additions to
or deductions from the Work on which the Bid Sum is based.
B.
Include in the Bid Form, fees proposed for subcontract work for changes (both
additions and deductions) in the Work. The Contractor shall apply fees as noted, to
Subcontractor's gross (net plus fee) costs on additional work.
BID FORM SIGNATURE
A.
1.21
Include the cost of performance assurance bonds in the Bid Sum and identify the
cost when requested by the Owner.
Sign Bid Form, as follows:
1.
Sole Proprietorship: Signature of sole proprietor in the presence of a
witness who will also sign. Insert the words "Sole Proprietor" under the
signature. Affix seal.
2.
Partnership: Signature of all partners in the presence of a witness who
will also sign. Insert the word "Partner" under each signature. Affix seal to
each signature.
3.
Corporation: Signature of a duly authorized signing officer in their normal
signatures. Insert the officer's capacity in which the signing officer acts,
under each signature. Affix the corporate seal. If the Bid is signed by
officials other than the president and secretary of the company, or the
president/secretary/treasurer of the company, submit a copy of the by-law
resolution of their board of directors authorizing them to do so, with the
Bid Form in the bid envelope.
4.
Joint Venture: Signature of each party of the joint venture under their
respective seals in a manner appropriate to such party as described
above, similar to requirements for Partnerships.
SELECTION AND AWARD OF ALTERNATES
A.
Indicate variation of Bid Sum for alternates listed in Document 1200 – Price and
Payment Procedures. This form requests a "difference" in Bid Sum by adding to or
deducting from base Bid Sum.
Instructions to Bidders
00200 - 6
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
B.
1.22
BID OPENING
A.
1.23
Bids will be opened publicly immediately after time for receipt of Bids. Bidders may
be present.
DURATION OF OFFER
A.
1.24
Bids will be evaluated on base Bid Sum. After determination of accepted Bidder,
consideration will be given to alternates and Bid Sum.
Bids shall remain open to acceptance and shall be irrevocable for a period of (90
days) after bid closing date.
ACCEPTANCE OF OFFER
A.
The Owner reserves the right to reject any and all bids or portions thereof, to
decline to make an award, to waive any and all informalities and/or defects in the
bid documents, to negotiate directly with any bidder if it is in the Owner’s best
interested to do so, and to disregard all non-conforming, non-responsive,
conditional bids, and bids taking exceptions to the bid documents. The Owner
reserves the right to determine the “lowest responsible bidder” based on any
number and combination of specified bid items deemed to be in the best interest of
the Owner.
B.
After acceptance by the Owner, the Architect on behalf of the Owner, will issue to
the accepted Bidder, a written Notice To Proceed.
C.
Notwithstanding delay in the preparation and execution of the Agreement,
accepted Bidder shall be prepared, upon written Notice to Proceed, to commence
work within seven days following receipt of official written order of the Owner to
proceed, or on date stipulated in such order.
D.
The accepted bidder shall assist and cooperate with the Owner to prepare the
Agreement, and within 7 days following its presentation shall execute Agreement
and all affidavits and return it to the Owner.
Instructions to Bidders
00200 - 7
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
THESE SUPPLEMENTARY CONDITIONS supplement the instructions to Bidders
Preparation of Proposal
The proposal shall be made on the forms furnished herein. The blank spaces in the proposal
shall be filled in correctly where indicated for each and every item for which the Contractor
chooses to bid and for which a quantity is given, the prices for which they propose to do each
item of the work contemplated.
Ditto marks shall not be used. The bidder shall sign their proposal correctly. If the proposal is
made by an individual, their name and postal address shall be shown. If made by a firm,
partnership or corporation, the proposal shall be signed by an official of the firm, partnership or
corporation authorized to sign the contract, and also shall show the postal address of the firm,
partnership or corporation.
Irregular Proposals
Proposals may be rejected if they show any omissions, alterations of the form, additions not
called for, conditional or alternate bids, or irregularities of any kind.
Disqualification of Bidders
More than one proposal for an individual, firm, partnership, corporation or association, under the
same or different names, will not be considered. Reasonable ground for believing that any
bidder is interested in more than one proposal for the work contemplated will cause the rejection
of all proposals in which the bidder is interested. Any and all proposals in which such bidder is
interested will be rejected if there is reason to believe collusion exists among the bidders, and
all participants in such collusion will not be considered in future bids for the same work.
PROPOSALS IN WHICH THE PRICES ARE OBVIOUSLY UNBALANCED AS DETERMINED
BY THE ARCHITECT AND/OR OWNER SHALL BE REJECTED AND THE BID SHALL NOT
BE CONSIDERED.
Right to Reject
The Owner reserves the right to reject any and all proposals or to accept any bid, should the
Owner deem it to be in the best interest of the Owner.
Estimate of Work
The quantities shown are to be considered as approximate only. The Owner does not expressly
or by implication agree that the actual quantity will correspond therewith, but reserves the right
to increase or decrease the amount of any item or portion of the work as may be deemed
necessary by the Architect and/or Engineer, up to 100%.
Instructions to Bidders
00200 - 8
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
Familiarity with the Work
Bidders are advised to carefully examine all Contract Drawings and Specifications, and to make
a thorough examination of conditions at the location of the proposed work. It is the obligation of
the bidder to ascertain for them self all the facts concerning conditions to be found at the
location of the work.
Responsibility of the Contractor
Attention is particularly directed to the provisions of the Contract whereby the Contractor shall
be responsible for any loss or damage that may occur to the work or any part thereof during its
progress, and also whereby the Contractor shall make good any defects or faults that may occur
during the progress of the work.
Deposits Accompanying Bid (Bid Bond)
Bid security in the form of a certified check or bid bond in the amount of 10% of the bid shall
accompany each bid. The check shall be made payable to the order of the Town of Harwinton.
Execution of Agreement
Failure of the successful bidder to execute and deliver to the Town of Harwinton the
Agreement, and to supply any required bond or insurance policies, within 10 days of receipt of
written Notice of Award and presentation of such documents for signature, or within such
extended period as it may grant upon reasons determined to be sufficient by the Town of
Harwinton, shall constitute a default and the bidder's bond or surety shall be forfeited to the
Town of Harwinton, which may either award the Contract to another bidder or re-advertise for
bids.
Performance and Payment Bond Requirement
The successful bidder, at the time of execution of the Contract, shall deposit with the Town of
Harwinton a surety company bond for the satisfactory completion of the work and the payment
of debts pertaining to material or labor used or employed in the execution of the Contract
(Payment Bond), in amounts equal to the amount of the Contract award. The form of the bonds
and surety shall be acceptable to the Town of Harwinton.
Competency of Bidders
Bidders shall be experienced in the kind of work to be performed, have the necessary
equipment therefore, and sufficient capital to properly execute the work within the time allowed.
Bids received from bidders who have previously failed to complete contracts within the time
required, or have previously performed similar work in an unsatisfactory manner, may be
rejected. A bid may be rejected if the bidder cannot show that they have the necessary capital
and experience, and owns, controls or can procure the necessary plant to commence the work
Instructions to Bidders
00200 - 9
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
at the time prescribed, and thereafter to prosecute and complete the work at the rate or time
specified, and that they are not already obligated for the performance of other work which would
delay the commencement, prosecution or completion of the work.
Execution of the Contract
The party to whom the Contract is awarded or their authorized representative shall be required
to attend a meeting at the Owner's office with the sureties offered by them, and execute the
Contract that has been awarded. In case of their failure or neglect to do so, the Town of
Harwinton may, at its option, determine that the bidder has abandoned the Contract, and
thereupon the proposal, and acceptance of the bidder shall be null and void, and the check or
bid bond accompanying the proposal shall be forfeited to the Town of Harwinton.
END OF DOCUMENT
Instructions to Bidders
00200 - 10
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
DOCUMENT 00300
INFORMATION AVAILABLE TO BIDDERS
1.1
SUMMARY
A.
1.
2.
3.
Document Includes:
Subsurface Investigation Report
Survey
Radio Tower Foundation
1.
Related Documents:
Document 00201 - Instructions to Bidders - AIA: Site examination.
B.
1.2
1.3
1.4
SUBSURFACE INVESTIGATION REPORT
A.
A copy of a soil compaction reports have been included with this document.
B.
This report identifies properties of below grade conditions.
C.
This report, by its nature, cannot reveal all conditions existing on the site.
Should subsurface conditions be found to vary substantially from this report,
changes in design and construction of foundations will be made, with resulting
credits or expenditures to Contract Price/Sum accruing to Owner.
SURVEY
A.
A copy of a survey is included with this Document, Property survey 166
Burlington Road, October 2010, and prepared by GM2 Associates.
B.
This survey identifies grade elevations prepared primarily for use of
Architect/Engineer in establishing new grades and identifying natural water
shed.
RADIO TOWER FOUNDATION
A.
Identifies construction details for radio tower foundation as noted on site plan.
END OF DOCUMENT
Information Available to Bidders
00300 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
DOCUMENT 00311
CONTRACTOR’S QUALIFIATION STATEMENT - AIA
1.1
1.2
SUMMARY
A.
Document Includes:
1.
General Conditions.
B.
Related Documents:
1.
Document 00501 - Agreement - AIA.
2.
Document 00811 - Supplementary Conditions - AIA.
GENERAL CONDITIONS
A.
AIA Document A305, Contractor’s Qualification Statement
1.3
SUPPLEMENTARY CONDITION
1.4
SUPPLEMENTARY CONDITIONS TO THE — AIA DOCUMENT A305 - 2007 EDITION
A.
Add section 3.7 – List any subcontractors which may be used on this project.
B.
Add section 3.8 – List Contractor’s chain of command and off hours telephone
numbers for this project.
END OF DOCUMENT
Contractor’s Statement of Qualification - AIA
00311 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
DOCUMENT 00411
BID FORM - STIPULATED PRICE
To:
Town of Harwinton
100 Bentley Drive
Harwinton, CT 06791
Project:
Proposed Facility for Harwinton Ambulance, 166 Burlington Road, Harwinton CT
06791
Date:
.....................
Submitted by: .................................................
(full name)
(full address) .................................................
.................................................
1.
OFFER
Having examined the Place of The Work and all matters referred to in the Instructions to
Bidders and the Contract Documents prepared by Architectural Studio 3C, LLC. for the
above mentioned project, we, the undersigned, hereby offer to enter into a Contract to
perform the Work for the Sum of:
$...................................................dollars, in lawful money of the United States of
America.
We have included the security Bid Bond as required by the Instruction to Bidders.
All applicable State of Connecticut and federal taxes and all Town of Harwinton permit
fees are to be excluded from the Bid Sum
All Cash and Contingency Allowances described in Section 01200 - Price and Payment
Procedures are included in the Bid Sum.
2.
ACCEPTANCE
This offer shall be open to acceptance and is irrevocable for (ninety days) from the bid
closing date.
If this bid is accepted by the Owner within the time period stated above, we will:
-
Execute the Agreement within seven days of receipt of Notice of Award.
Bid Form - Stipulated Price
00411 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
-
Furnish the required bonds and certificates of insurance within seven days of
receipt of Notice of Award.
-
Commence work within fourteen days after written Notice to Proceed of this bid.
If this bid is accepted within the time stated, and we fail to commence the Work [or we
fail to provide the required bonds and certificates of insurance], the security deposit shall
be forfeited as damages to the Owner 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.
In the event our bid is not accepted within the time stated above, the required security
deposit will be returned to the undersigned, in accordance with the provisions of the
Instructions to Bidders; unless a mutually satisfactory arrangement is made for its
retention and validity for an extended period of time.
3.
CONTRACT TIME
If this Bid is accepted, we will:
Complete the Work in .........................(......) calendar weeks from Notice to
Proceed.
5.
ADDENDA
The following Addenda have been received. The modifications to the Bid Documents
noted below have been considered and all costs are included in the Bid Sum.
Addendum # ...... Dated ...................
Addendum # ...... Dated ...................
6.
APPENDICES
The following documents are attached to and made a condition of the Bid:
Bid security in form of .............................
Bidder’s qualifications statement and supporting data.
Document 01200 - Bid Form Supplements including:
Appendix A - List of Subcontractors.
Appendix B - List of Unit Prices.
Appendix C - List of Alternates.
Appendix D – Schedule of Values
7.
BID FORM SIGNATURES
The Corporate Seal of
Bid Form - Stipulated Price
00411 - 2
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
...........................................................
(Bidder - print the full name of your firm)
was hereunto affixed in the presence of:
...........................................................
(Authorized signing officer
Title)
(Seal)
...........................................................
(Authorized signing officer
Title)
(Seal)
If the Bid is a joint venture or partnership, add additional forms of execution for each
member of the joint venture in the appropriate form or forms as above. If the successful
bidder is a legal entity, i.e. partnership, limited partnership, limited liability company or
corporation, the bidder shall submit a certificate of good standing or authorization to do
business from the CT Secretary of State within seven (7) days of receipt of Notice of
Award.
END OF DOCUMENT
Bid Form - Stipulated Price
00411 - 3
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
Document 0412
Compliance with Laws, Regulations, Rules and Executive Orders
(A)
Compliance with Nondiscrimination and Affirmative Action in accordance with C.G.S.
section 4a-60.
(1)
(a) The contractor agrees and warrants that in the performance of the
contract such contractor will not discriminate or permit discrimination against any person or
group of persons on the grounds of race, color, religious creed, age, marital status, national
origin, ancestry, sex, mental retardation, mental disability or physical disability, including, but not
limited to, blindness, unless it is shown by such contractor that such disability prevents
performance of the work involved, in any manner prohibited by the laws of the United States or
of the state of Connecticut. The contractor further agrees to take affirmative action to insure
that applicants with job related qualifications are employed and that employees are treated
when employed without regard to their race, color, religious creed, age, marital status, national
origin, ancestry, sex, mental retardation, mental disability or physical disability, including, but not
limited to, blindness, unless it is shown by such contractor that such disability prevents
performance of the work involved; (b) the contractor agrees, in all solicitations or advertisements
for employees placed by or on behalf of the contractor, to state that it is an "affirmative actionequal opportunity employer" in accordance with regulations adopted by the commission; (c) the
contractor agrees to provide each labor union or representative of workers with which such
contractor has a collective bargaining agreement or other contract or understanding and each
vendor with which such contractor has a contract or understanding, a notice to be provided by
the commission advising the labor union or workers' representative of the contractor's
commitments under this section, and to post copies of the notice in conspicuous places
available to employees and applicants for employment; (d) the contractor agrees to comply with
each provision of this section and sections 46a-68e and 46a-68f and with each regulation or
relevant order issued by said commission pursuant to sections 46a-56, 46a-68e and 46a-68f;
(e) the contractor agrees to provide the Commission on Human Rights and Opportunities with
such information requested by the commission, and permit access to pertinent books, records,
and accounts, concerning the employment practices and procedures of the contractor as relate
to the provisions of this section and section 46a-56.
(2)
If the contract is a public works contract, the contractor agrees and
warrants that it will make good faith efforts to employ minority business enterprises as
subcontractors and suppliers of materials on such public works project.
(3)
"Minority business enterprise" means any small contractor or supplier of
materials fifty-one percent or more of the capital stock, if any, or assets of which is owned by a
person or persons: (a) who are active in the daily affairs of the enterprise, (b) who have the
power to direct the management and policies of the enterprise and (c) who are members of a
minority, as such term is defined in subsection (a) of Conn. Gen. Stat. section 32-9n; and "good
faith" means that degree of diligence which a reasonable person would exercise in the
Compliance with laws, regulations, rules and executive orders
00412 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
performance of legal duties and obligations. "Good faith efforts" shall include, but not be limited
to, those reasonable initial efforts necessary to comply with statutory or regulatory requirements
and additional or substituted efforts when it is determined that such initial efforts will not be
sufficient to comply with such requirements.
(4)
Determination of the contractor's good faith efforts shall include but shall
not be limited to the following factors: the contractor's employment and subcontracting policies,
patterns, and practices; affirmative advertising, recruitment, and training; technical assistance
activities and such other reasonable activities or efforts as the commission may prescribe that
are designed to ensure the participation of minority business enterprises in public works
projects.
(5)
The contractor shall develop and maintain adequate documentation, in a
manner prescribed by the commission, of its good faith efforts.
(6)
The contractor shall include the provisions of subsection (A)(1) and A(2)
of this section in every subcontract or purchase order entered into in order to fulfill any
obligation of this Agreement with the State and such provisions shall be binding on a
subcontractor, vendor, or manufacturer unless exempted by regulations or orders of the
commission. The contractor shall take such action with respect to any such subcontract or
purchase order as the commission may direct as a means of enforcing such provisions including
sanctions for noncompliance in accordance with Conn. Gen. Stat. section 46a-56; provided if
such contractor becomes involved in, or is threatened with, litigation with a subcontractor or
vendor as a result of such direction by the commission, the contractor may request the State of
Connecticut to enter into any such litigation or negotiation prior thereto to protect the interests of
the State and the State may so enter.
(B)
Further Agreements re Compliance with Nondiscrimination.
(1)
(a) The contractor agrees and warrants that in the performance of the contract
such contractor will not discriminate or permit discrimination against any person or group of
persons on the grounds of race, color, religious creed, age, marital status, national origin,
ancestry, sex, gender identity or expression, mental retardation, mental disability or physical
disability, including, but not limited to, blindness, unless it is shown by such contractor that such
disability prevents performance of the work involved, in any manner prohibited by the laws of
the United States or of the state of Connecticut. The contractor further agrees to take
affirmative action to insure that applicants with job related qualifications are employed and that
employees are treated when employed without regard to their race, color, religious creed, age,
marital status, national origin, ancestry, sex, gender identity or expression, mental retardation,
mental disability or physical disability, including, but not limited to, blindness, unless it is shown
Compliance with laws, regulations, rules and executive orders
00412 - 2
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
by such contractor that such disability prevents performance of the work involved; (b) the
contractor agrees, in all solicitations or advertisements for employees placed by or on behalf of
the contractor, to state that it is an "affirmative action-equal opportunity employer" in accordance
with regulations adopted by the commission; (c) the contractor agrees to provide each labor
union or representative of workers with which such contractor has a collective bargaining
agreement or other contract or understanding and each vendor with which such contractor has
a contract or understanding, a notice to be provided by the commission advising the labor union
or workers' representative of the contractor's commitments under this section, and to post
copies of the notice in conspicuous places available to employees and applicants for
employment; (d) the contractor agrees to comply with each provision of this section and
sections 46a-68e and 46a-68f and with each regulation or relevant order issued by said
commission pursuant to sections 46a-56, 46a-68e and 46a-68f; (e) the contractor agrees to
provide the Commission on Human Rights and Opportunities with such information requested
by the commission, and permit access to pertinent books, records, and accounts, concerning
the employment practices and procedures of the contractor as relate to the provisions of this
section and section 46a-56.”
(2)
The contractor shall include the provisions of subsection (B)(1) in every
subcontract or purchase order entered into in order to fulfill any obligation of a contract with the
State and such provisions shall be binding on a subcontractor, vendor or manufacturer unless
exempted by regulations or orders of the commission. The contractor shall take such action
with respect to any such subcontract or purchase order as the commission may direct as a
means of enforcing such provisions including sanctions for noncompliance in accordance with
section 46a-56 of the General Statutes; provided, if such contractor becomes involved in, or is
threatened with, litigation with a subcontractor or vendor as a result of such direction by the
commission, the contractor may request the State of Connecticut to enter into any such litigation
or negotiation prior thereto to protect the interests of the State and the State may so enter.
(3)
For the purposes of sections (A) and (B) of this section, "contract" means the
Agreement and includes any extension or modification of the contract, "contractor" includes any
successors or assigns of the contractor, "Gender identity or expression" means a person's
gender-related identity, appearance or behavior, whether or not that gender-related identity,
appearance or behavior is different from that traditionally associated with the person's
physiology or assigned sex at birth, which gender-related identity can be shown by providing
evidence including, but not limited to, medical history, care or treatment of the gender-related
identity, consistent and uniform assertion of the gender-related identity or any other evidence
that the gender-related identity is sincerely held, part of a person's core identity or not being
asserted for an improper purpose, "marital status" means being single, married as recognized
by the state of Connecticut, widowed, separated or divorced, and "mental disability" means one
or more mental disorders, as defined in the most recent edition of the American Psychiatric
Association's "Diagnostic and Statistical Manual of Mental Disorders", or a record of or
regarding a person as having one or more such disorders. Further, "contract" does not include a
Compliance with laws, regulations, rules and executive orders
00412 - 3
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
contract where each contractor is: (i) a political subdivision of the state, including, but not
limited to, a municipality; (ii) a quasi-public agency, as defined in section 1-120 of the
Connecticut General Statutes; (iii) any other state, including but not limited to any federally
recognized Indian tribal governments, as defined in section 1-267 of the Connecticut General
Statutes; (iv) the federal government; (v) a foreign government; or (vi) an agency of a
subdivision, agency, state or government described in the immediately preceding enumerated
items (i), (ii), (iii), (iv) or (v).”
(C)
Executive Order No. Three. This Agreement is subject to the provisions
of Executive Order No. Three of Governor Thomas J. Meskill promulgated June 16, 1971 and,
as such, this Agreement may be cancelled, terminated or suspended by the State Labor
Commissioner for violation or of noncompliance with said Executive Order No. Three, or any
State or Federal Law concerning nondiscrimination, notwithstanding that the Labor
Commissioner is not a party to this Agreement. The parties to this Agreement, as part of the
consideration hereof, agree that said Executive Order No. Three is incorporated herein by
reference and made a part hereof. The parties agree to abide by said Executive Order and
agree that the State Labor Commissioner shall have continuing jurisdiction in respect to
Agreement performance in regard to nondiscrimination, until the Agreement is completed or
terminated prior to completion. The Applicant agrees as part consideration hereof, that this
contract is subject to the guidelines and rules issued by the State Labor Commissioner to
implement Executive Order No. Three and that it will not discriminate in its employment
practices or policies, will file all reports as required, and will fully cooperate with the State and
the State Labor Commissioner.
(D)
Executive Order No. Seventeen.
This Agreement is subject to the
provisions of Executive Order No. Seventeen of Governor Thomas J. Meskill promulgated
February 15, 1973, and, as such, this Agreement may be cancelled, terminated or suspended
by the Commissioner or the State Labor Commissioner for violation of or noncompliance with
said Executive Order No. Seventeen, notwithstanding that the Labor Commissioner may not be
a party to this Agreement. The parties to this Agreement, as part of the consideration hereof,
agree that the Executive Order No. Seventeen is incorporated herein by reference and made a
part hereof. The parties agree to abide by said Executive Order and agree that the contracting
agency and the State Labor Commissioner shall have joint and several continuing jurisdiction in
respect to Agreement performance in regard to listing all employment openings with the
Connecticut Employment Service.
Compliance with laws, regulations, rules and executive orders
00412 - 4
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
(E)
Executive Order No. 16. This Agreement is subject to, and Applicant hereby agrees to
abide by Executive Order No. Sixteen of Governor John G. Rowland promulgated August 4,
1999, regarding Violence in the Workplace Prevention. This Agreement may be cancelled,
terminated or suspended by the State for violation or noncompliance with said Executive Order
No. Sixteen.
Compliance with laws, regulations, rules and executive orders
00412 - 5
COMMISSION ON HUMAN RIGHTS AND OPPORTUNITIES
CONTRACT COMPLIANCE REGULATIONS
NOTIFICATION TO BIDDERS
(Revised 09/17/07)
The contract to be awarded is subject to contract compliance requirements mandated by Sections 4a-60 and 4a60a 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.
___________________________________________________________________________________________
INSTRUCTIONS AND OTHER INFORMATION
The following BIDDER CONTRACT COMPLIANCE MONITORING REPORT must be completed in full, signed, and
submitted with the bid for this contract. The contract awarding agency and the Commission on Human Rights and Opportunities
will use the information contained thereon to determine the bidders compliance to Sections 4a-60 and 4a-60a CONN. GEN.
STAT., and Sections 46a-68j-23 of the Regulations of Connecticut State Agencies regarding equal employment opportunity, and
the bidder’s good faith efforts to include minority business enterprises as subcontractors and suppliers for the work of the
contract.
1)
Definition of Small Contractor
Section 4a-60g CONN. GEN. STAT. defines a small contractor as a company that has been doing business under the same
management and control and has maintained its principal place of business in Connecticut for a one year period immediately
prior to its application for certification under this section, had gross revenues not exceeding ten million dollars in the most
recently completed fiscal year, and at least fifty-one percent of the ownership of which is held by a person or persons who are
active in the daily affairs of the company, and have the power to direct the management and policies of the company, except that
a nonprofit corporation shall be construed to be a small contractor if such nonprofit corporation meets the requirements of
subparagraphs (A) and (B) of subdivision 4a-60g CONN. GEN. STAT.
2) Description of Job Categories (as used in Part IV Bidder Employment Information) (Page 2)
MANAGEMENT: Managers plan, organize, direct, and
control the major functions of an organization through
subordinates who are at the managerial or supervisory
level. They make policy decisions and set objectives for the
company or departments. They are not usually directly
involved in production or providing services. Examples
include top executives, public relations managers,
managers of operations specialties (such as financial,
human resources, or purchasing managers), and
construction and engineering managers.
BUSINESS AND FINANCIAL OPERATIONS: These
occupations include managers and professionals who work
with the financial aspects of the business. These
occupations include accountants and auditors, purchasing
agents, management analysts, labor relations specialists,
and budget, credit, and financial analysts.
MARKETING AND SALES: Occupations related to the
act or process of buying and selling products and/or
services such as sales engineer, retail sales workers and
sales representatives including wholesale.
LEGAL OCCUPATIONS: In-House Counsel who is
charged with providing legal advice and services in regards
to legal issues that may arise during the course of standard
business practices. This category also includes assistive
legal occupations such as paralegals, legal assistants.
COMPUTER SPECIALISTS: Professionals responsible
for the computer operations within a company are grouped
in this category. Examples of job titles in this category
include computer programmers, software engineers,
database administrators, computer scientists, systems
analysts, and computer support specialists
ARCHITECTURE AND ENGINEERING: Occupations
related to architecture, surveying, engineering, and drafting
are included in this category. Some of the job titles in this
category include electrical and electronic engineers,
surveyors, architects, drafters, mechanical engineers,
materials engineers, mapping technicians, and civil
engineers.
OFFICE AND ADMINISTRATIVE SUPPORT: All
clerical-type work is included in this category. These jobs
involve the preparing, transcribing, and preserving of
written communications and records; collecting accounts;
gathering and distributing information; operating office
machines and electronic data processing equipment; and
distributing mail. Job titles listed in this category include
telephone operators, bill and account collectors, customer
service representatives, dispatchers, secretaries and
administrative assistants, computer operators and clerks
(such as payroll, shipping, stock, mail and file).
BUILDING AND GROUNDS CLEANING AND
MAINTENANCE: This category includes occupations
involving landscaping, housekeeping, and janitorial
services. Job titles found in this category include
supervisors of landscaping or housekeeping, janitors,
maids, grounds maintenance workers, and pest control
workers.
CONSTRUCTION AND EXTRACTION: This
category includes construction trades and related
occupations. Job titles found in this category include
boilermakers, masons (all types), carpenters, construction
laborers, electricians, plumbers (and related trades),
roofers, sheet metal workers, elevator installers,
hazardous materials removal workers, paperhangers, and
painters. Paving, surfacing, and tamping equipment
operators; drywall and ceiling tile installers; and carpet,
floor and tile installers and finishers are also included in
this category. First line supervisors, foremen, and helpers
in these trades are also grouped in this category..
INSTALLATION, MAINTENANCE AND REPAIR:
Occupations involving the installation, maintenance, and
repair of equipment are included in this group. Examples
of job titles found here are heating, ac, and refrigeration
mechanics and installers; telecommunication line
installers and repairers; heavy vehicle and mobile
equipment service technicians and mechanics; small
engine mechanics; security and fire alarm systems
installers; electric/electronic repair, industrial, utility and
transportation equipment; millwrights; riggers; and
manufactured building and mobile home installers. First
line supervisors, foremen, and helpers for these jobs are
also included in the category.
MATERIAL MOVING WORKERS: The job titles
included in this group are Crane and tower operators;
dredge, excavating, and lading machine operators; hoist
and winch operators; industrial truck and tractor
operators; cleaners of vehicles and equipment; laborers
and freight, stock, and material movers, hand; machine
feeders and offbearers; packers and packagers, hand;
pumping station operators; refuse and recyclable material
collectors; and miscellaneous material moving workers.
PRODUCTION WORKERS: The job titles included in
this category are chemical production machine setters,
operators and tenders; crushing/grinding workers; cutting
workers; inspectors, testers sorters, samplers, weighers;
precious stone/metal workers; painting workers;
cementing/gluing machine operators and tenders;
etchers/engravers; molders, shapers and casters except
for metal and plastic; and production workers.
3) Definition of Racial and Ethnic Terms (as used in Part IV Bidder Employment Information)
White (not of Hispanic Origin)- All persons having
origins in any of the original peoples of Europe, North
Africa, or the Middle East.
Black(not of Hispanic Origin)- All persons having
origins in any of the Black racial groups of Africa.
Hispanic- All persons of Mexican, Puerto Rican, Cuban,
Central or South American, or other Spanish culture or
origin, regardless of race.
(Page 3)
Asian or Pacific Islander- All persons having origins in any
of the original peoples of the Far East, Southeast Asia, the
Indian subcontinent, or the Pacific Islands. This area includes
China, India, Japan, Korea, the Philippine Islands, and
Samoa.
American Indian or Alaskan Native- All persons having
origins in any of the original peoples of North America, and
who maintain cultural identification through tribal affiliation
or community recognition.
BIDDER CONTRACT COMPLIANCE MONITORING REPORT
PART I - Bidder Information
Company Name
Street Address
City & State
Chief Executive
Bidder Federal Employer
Identification Number____________________
Or
Social Security Number__________________
Major Business Activity
Bidder Identification
(response optional/definitions on page 1)
(brief description)
-Bidder is a small contractor. Yes__ No__
-Bidder is a minority business enterprise Yes__ No__
(If yes, check ownership category)
Black___ Hispanic___ Asian American___ American Indian/Alaskan
Native___ Iberian Peninsula___ Individual(s) with a Physical Disability___
Female___
Bidder Parent Company
(If any)
- Bidder
is certified as above by State of CT
Yes__ No__
Other Locations in Ct.
(If any)
PART II - Bidder Nondiscrimination Policies and Procedures
1. Does your company have a written Affirmative Action/Equal Employment
Opportunity statement posted on company bulletin boards?
Yes__ No__
7. Do all of your company contracts and purchase orders contain non-discrimination
statements as required by Sections 4a-60 & 4a-60a Conn. Gen. Stat.?
Yes__ No__
2. Does your company have the state-mandated sexual harassment prevention in
the workplace policy posted on company bulletin boards?
Yes__ No__
8. Do you, upon request, provide reasonable accommodation to employees, or
applicants for employment, who have physical or mental disability?
Yes__ No__
3. Do you notify all recruitment sources in writing of your company’s
Affirmative Action/Equal Employment Opportunity employment policy?
9. Does your company have a mandatory retirement age for all employees?
Yes__ No__
Yes__ No__
4. Do your company advertisements contain a written statement that you are an
Affirmative Action/Equal Opportunity Employer?
Yes__ No__
10. If your company has 50 or more employees, have you provided at least two (2)
hours of sexual harassment training to all of your supervisors?
Yes__ No__ NA__
5. Do you notify the Ct. State Employment Service of all employment
openings with your company?
Yes__ No__
11. If your company has apprenticeship programs, do they meet the Affirmative
Action/Equal Employment Opportunity requirements of the apprenticeship standards
of the Ct. Dept. of Labor?
Yes__ No__ NA__
6. Does your company have a collective bargaining agreement with workers?
Yes__ No__
6a. If yes, do the collective bargaining agreements contain
non-discrim ination clauses covering all workers?
Yes__ No__
12. Does your company have a written affirmative action Plan? Yes__ No__
6b. Have you notified each union in writing of your commitments under the
nondiscrimination requirements of contracts with the state of Ct?
Yes__ No__
If no, please explain.
13. Is there a person in your company who is responsible for equal
employment opportunity?
Yes__ No__
If yes, give name and phone number.
____________________________________________________________
____________________________________________________________
Part III - Bidder Subcontracting Practices
(Page 4)
1. Will the work of this contract include subcontractors or suppliers?
Yes__ No__
1a. If yes, please list all subcontractors and suppliers and report if they are a small contractor and/or a minority business enterprise. (defined on page 1 / use
additional sheet if necessary)
1b. Will the work of this contract require additional subcontractors or suppliers other than those identified in 1a. above?
PART IV - Bidder Employment Information
JOB
CATEGORY *
OVERALL
TOTALS
Date:
WHITE
BLACK
(not of Hispanic
origin)
(not of Hispanic
origin)
Male
Female
Yes__ No__
Male
Female
HISPANIC
Male
Female
ASIAN or PACIFIC
ISLANDER
Male
Female
AMERICAN INDIAN or
ALASKAN NATIVE
male
female
Management
Business & Financial Ops
Marketing & Sales
Legal Occupations
Computer Specialists
Architecture/Engineering
Office & Admin Support
Bldg/ Grounds
Cleaning/Maintenance
Construction & Extraction
Installation , Maintenance
& Repair
Material Moving Workers
Production Occupations
TOTALS ABOVE
Total One Year Ago
FORMAL ON THE JOB TRAINEES (ENTER FIGURES FOR THE SAME CATEGORIES AS ARE SHOWN ABOVE)
Apprentices
Trainees
*NOTE: JOB CATEGORIES CAN BE CHANGED OR ADDED TO (EX. SALES CAN BE ADDED OR REPLACE A CATEGORY NOT USED IN YOUR COMPANY)
PART V - Bidder Hiring and Recruitment Practices
1. Which of the following recruitment sources are used by you?
(Check yes or no, and report percent used)
(Page 5)
2. Check (X) any of the below listed
requirements that you use as
a hiring qualification
3. Describe below any other practices or actions that you take which
show that you hire, train, and promote employees without
discrimination
(X)
SOURCE
YES
NO
% of applicants
provided by
source
State Employment
Service
Work Experience
Private Employment
Agencies
Ability to Speak or
Write English
Schools and Colleges
Written Tests
Newspaper
Advertisement
High School Diploma
Walk Ins
College Degree
Present Employees
Union Membership
Labor Organizations
Personal
Recommendation
Minority/Community
Organizations
Height or Weight
Others (please identify)
Car Ownership
Arrest Record
Wage Garnishments
Certification (Read this form and check your statements on it CAREFULLY before signing). I certify that the statements made by me on this BIDDER CONTRACT COMPLIANCE
MONITORING REPORT are complete and true to the best of my knowledge and belief, and are made in good faith. I understand that if I knowingly make any misstatements of facts, I am
subject to be declared in non-compliance with Section 4a-60, 4a-60a, and related sections of the CONN. GEN. STAT.
(Signature)
(Title)
(Date Signed)
(Telephone)
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
AFFIDAVIT FOR BECOMING SIGNATORY TO THE DOCUMENT 0412 – COMPLIANCE WITH LAWS,
REGULATIONS, RULES AND EXECUTIVE ORDERS
I, ______________________________________________, being duly sworn do depose and say:
(insert name and title of authorized agent)
1. I am an official of the following organization and I am authorized to submit this affidavit
for and on behalf of my organization, thereby binding it to the terms and statements
contained herein.
2. My organization hereby agrees to and certifies compliance with the Laws, Regulations,
Rules and Executive orders contained in herein.
_________________________________________
(insert name of company)
________________________________
(signature of authorized agent)
Subscribed to and sworn to before me this __________________ day of ____________, 20_____
(Check appropriate box)
_____________________________________
( ) Commissioner of Superior Court
( ) Notary Public, my commission expires:
Compliance with laws, regulations, rules and executive orders
00412 - 6
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791 DOCUMENT 00414 NON‐COLLUSION AFFIDAVIT STATE OF ______________________________ COUNTY OF _____________________________ I, _____________________________________________, being first duly sworn, deposes and says that: 1. I am ____________________________________________________________________ of __________________________________________________________, the bidder that has submitted the attached request for proposal for _______________________________________________________________________; 2. I am fully informed respecting the preparation and contents of the attached RFP and all pertinent circumstances respecting such bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the Bidder not any of its officers, partners, owners, agents, representatives, employees or parties of interest, including this affiant, has in any way colluded, conspired, connived or agreed directly or indirectly with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the work for which the attached Bid has been submitted nor has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the Bid price or the price of any Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Town of Harwinton or any person interested in the proposed Bid; and Non-Collusion Affidavit
00414 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791 5. The price or prices quoted in the attached Bid are fair and proper and not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties of interest, including this affiant. Signed________________________________________ Title___________________________________ Subscribed and sworn to before this __________day of_______________, 20_______, ________________________________________ ________________________________________ Notary Public My commission expires_____________________ Non-Collusion Affidavit
00414 - 2
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
CORPORATE RESOLUTION I, _________________________________________, hereby certify that I am the duly elected and acting Secretary of ________________________________________, a corporation organized and existing under the laws of the State of ________________________________, do herby certify that the following facts are true and were taken from the records of said corporation. The following resolution was adopted at a meeting of the corporation duly held on the ______________________day of ______________________, 20______. “It is hereby resolved that _________________________________________ is authorized to make, execute and approve, on behalf of this corporation, any and all contracts or amendments thereof” And I do further certify that the above resolution has not been in any way altered, amended, repealed and is now in full forces and effect. IN WITNESS WHEREOF, I hereunto set my hand and affix the corporate seal of said _____________________________________________ corporation this ______________ day of ____________________, 20_______ ______________________________________ Secretary Corporate Resolution
00414 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
LIMITED LIABILITY COMPANY RESOLUTION I, __________________________________, Hereby certify that I am the duly authorized and acting Member / Manager (circle one) of ____________________________________________, LLC, a limited liability company organized and existing under the laws of the State of ____________________________________, do hereby certify that the following facts are true and were taken from the records of said LLC. The following resolution was adopted at a meeting of this LLC duly held on the __________________ day of ___________________, 20________. “It is hereby resolved that _____________________________________ is authorized to make, execute and approve, on behalf of the LLC, any and all contracts or amendments thereof.” And I do further certify that the above resolution has not in any way been altered, amended, repealed and is now in full force and effect. IN WITNESS WHEREOF, I hereunto set my hand and affix the corporate seal of said _____________________________________________, LLC this ______________ day of _________________, 20_______ ______________________________________ Member / Manager Corporate Resolution
00414 - 2
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
DOCUMENT 00501
AGREEMENT
1.1
1.2
SUMMARY
A.
Document Includes:
1.
Agreement.
B.
Related Documents:
1.
Document 00701 - General Conditions - AIA.
2.
Document 00811 - Supplementary Conditions - AIA.
AGREEMENT
A.
AIA document A101 – 2007 “Standard Form of Agreement between Owner and
Contractor” where the Basis of Payment is a Stipulated Sum, forms the basis of
Agreement between the Owner and Contractor.
B.
Upon award, Contractor shall be responsible providing the contract with the
following changes for Owner review and signatures.
Article 5 - Payments:
Section 5.1 Progress Payment:
Section 5.1.3 – change the “Tenth” to the “Twentieth” day of the same
month. Change “Thirty (30)” to “Forty (40)” days.
Section 5.2 Final Payment: Section 5.2.2 – change “30” days to “40” days.
Article 6 – Dispute Resolution:
Section 6.2 – Binding Dispute Resolution: Shall read “[X] Other: Litigation in the
Connecticut Superior Court for the Judicial District of Litchfield.”
Article 8 – Miscellaneous Provisions
Section 8.2 - Changed to “10% per annum” to “The State of Connecticut Public
Works rate for prompt payment under C.G.S. Sections 4a-71 and 4a-72.”
Agreement - AIA
00501 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
Section 8.3 –Owner’s representatives
Jason Emery – Chief
Harwinton Ambulance Association
[email protected]
860-601-0129
John Fredsall – Highway Supervisor
Town of Harwinton
[email protected]
860-485-3892
The signatures lines for the Agreement under Owner shall be:
“Town of Harwinton by Michael R. Criss, First Selectman” and “Harwinton Ambulance
Association, Inc. by Jason Emery, Chief.”
Agreement - AIA
00501 - 2
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
DOCUMENT 00701
GENERAL CONDITIONS - AIA
1.1
1.2
SUMMARY
A.
Document Includes:
1.
General Conditions.
B.
Related Documents:
1.
Document 00501 - Agreement - AIA.
2.
Document 00811 - Supplementary Conditions - AIA.
GENERAL CONDITIONS
A.
1.3
AIA Document A201-2007, General Conditions of the Contract for Construction,
is the General Conditions of the Contract.
SUPPLEMENTARY CONDITIONS
A.
Refer to Document 00811 for modifications to General Conditions.
END OF DOCUMENT
General Conditions - AIA
0701 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
DOCUMENT 00811
SUPPLEMENTARY CONDITIONS TO THE GENERAL CONDITIONS OF THE CONTRACT FOR
CONSTRUCTION — AIA DOCUMENT A201 - 2007 EDITION
Article 2 – Owner
Section 2.1 - General
Section 2.1.2: delete in its entirety.
Article 3 - Contractor
Add the following paragraphs:
3.2.2.1.
After reporting to the Architect any error, inconsistency or omission discovered in the Contract
Documents, the Contractor shall not proceed with any work so affected without the Architect's
written modifications to the Drawings and/or Specifications.
Article 4 – Architect
Section 4.2 - Administration
Section 4.2.2: Architect’s schedule to be determined at the initial meeting with
contractor.
Article 7 - Changes in the Work
Change paragraph 7.3.3 to read as follows:
The Owner, without invalidating the Contract, may order extra work or make changes by altering,
adding to or deducting from the work, the Contract Price being adjusted accordingly. All such work
shall be executed under the work items and conditions of the original Contract, except that any
claim for extension of time caused thereby shall be requested in writing by the Contractor at the time
of ordering such change and subsequently adjusted. Extra work or changes for work items not
appearing in the original contract must be approved by the Architect, and a change order must be
executed by the Owner. The value of any such extra work or change shall be determined by
estimate and acceptance on a lump sum or per unit basis shall be agreed to and included in the
change order before the extra work shall progress.
Supplementary Conditions - AIA
00811 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
If such changes make the work less expensive for the Contractor, the proper deductions shall be
made from the contract price, said deductions to be computed in accordance with the provisions
listed below in this article. It is distinctly agreed and understood that any changes made to the
Contract for this work (whether such changes increase or decrease the amount thereof) shall in no
way annul, release or affect the liability and surety on the bonds given by the contractor
The amount of compensation to be paid to the Contractor for any additional work so ordered shall
be determined I by unit prices as stated in the contract documents (or subsequently agreed upon) or
by a lump sum, mutually agreed upon by the Owner and the Contractor, If a dispute arises as to the
cost of the extra work, the fee for such I work shall be computed as follows:
1. The cost of labor performed and material used by the Contractor with his own forces.
2. The cost of Workmen's Compensation, Federal Social Security and Connecticut
Unemployment Compensation in established rates as well as all fringe benefits inherent to
the particular trades involved.
3. Actual cost of rented equipment used directly on the work.
4. On work to be performed by the General Contractor, his allowances for change orders up to
and including $5,000 - 10 overhead and 10 profit; for change orders from $5,001 to $15,000
– 10% overhead and 7% profit; for change orders from $15,001 to $25,000 – 10% overhead
and 5% profit; for change orders from $25,001 and up 12% (total). If the work to be
performed results in a credit to the Owner, no percentage of overhead and profit will apply.
5. On work to be performed by a subcontractor, the General Contractor's allowance for
overhead and profit will be as follows:
a.
b.
c.
d.
$0 to $5,000
$5,001 to $15,000
$15,001 to $25;000
$25,001 and up
- 10%
- 8%
- 6%
- 4%
The percentage above shall be applied to the total cost of the Subcontractor's work
including Subcontractor’s allowance as per item 4, above.
6. On any changes involving one subcontractor, his total costs and/or omissions shall be
combined as one before the application of the percentage allowed for overhead and profit in
accordance with item b(4). The General Contractor's percentage of overhead and profit shall
then be applied in accordance with item b(5) above. On any changes involving more than
one Subcontractor; the additional charges; if any, shall have overhead and profit added to
Supplementary Conditions - AIA
00811 - 2
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
them before credits are applied. The General Contractor's percentage of overhead and
profit may then be applied.
7. On work performed by a subcontractor, IDS allowance is to be the same as item 4, above.
8. The Contractor shall, when requested, promptly furnish in a form satisfactory to the Owner
itemized statements of the cost of work so ordered, including but not limited to certified
payrolls and copies of accounts, bills and vouchers to substantiate the above actual costs. If
the Contractor wishes to make a claim for an increase in the contract sum or for any
damages sustained as a result of changes in the work, he shall give the Owner written
notice thereof within seven (7) calendar days after the occurrence of the event giving rise to
such claims; no such claim shall be valid unless the notice is in writing. In addition, the
Contractor shall provide daily or weekly (as determined by the Owner) itemized statements
of the details and cost of such work performed or damage sustained.
The provisions hereof shall not affect the power of the Contractor to act in case of emergency,
threatened injury to persons or damage to work or any adjoining property. in which case the Owner
shall issue a written order for such amount as he finds to be reasonable cost of such work.
Article 9 - Payments and Completion
Add the following paragraph 9.6.1.2:
On the last day of each month, the Contractor may submit a request for progress payment. The
Architect may certify and the Owner may approve up to ninety-five percent (95) of the amount
requested.
Add the following paragraph 9.10.1.1.:
Upon completion of work, the Architect may issue final certification up to ninety-five percent (95) of
the final cost. Final payment of the retained five percent (5) will be made within 30 days of final
certification, if all work is completed at that time.
Add the following paragraph 9.10.1.2
Failure to supply waivers of lien or evidence of final payment of all current accounts will be
considered grounds for withholding partial payments.
Supplementary Conditions - AIA
00811 - 3
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
Add the following paragraph 9.10.1.3:
Before payment of the final estimate, the Contractor shall submit a notarized statement to the Town
of Harwinton verifying that payment in full has been made for all material, labor and equipment used
on this contract. If a subcontractor has been used in this Contract, the statement shall also note that
their services have been paid for in full.
Article 10 – Protection of Persons and Property:
Section 10.3.3: delete in its entirety.
Article 11 – Insurance and Bonds:
Add the following paragraph:
11.1.1.1
The Contractor and all Sub-Contractors shall provide evidence of insurance coverage from a
company or companies with an A.M. Best rating of A- (VII) or better. Such insurance shall protect
and indemnify the Town of Harwinton, the Harwinton Ambulance Association, Inc. and the State of
Connecticut from claims which may arise out of or result from any obligation under this agreement,
whether such obligations are the Contractor's or those of a subcontractor or any person or entity
directly or indirectly employed by said Contractor. Minimum coverage is as follows:
1. Workers Compensation: Contractor shall provide workers compensation and employers
liability insurance that complies with the regulations of the State of Connecticut with limits no
less than $1,000,000 each accident by bodily injury; $1,000,000 each accident by disease
and a policy limit of $1,000,000.
2. Commercial General Liability Insurance: Contractor shall provide commercial general liability
insurance policy that includes products, operations and completed operations (with no
exclusion for sexual abuse or molestation). Limits should be at least: Bodily injury & property
damage with an occurrence limit of $1,000,000: Personal & advertising injury limit of
$1,000,000 per occurrence: General aggregate limit of $2,000,000 (other than products and
completed operations): Products and completed operations aggregate limit of $2,000,000.
The policy shall name the Town of Harwinton and Harwinton Ambulance Association, Inc.
as additional insureds. Such coverage shall be provided on an occurrence basis and shall
be primary and shall not contribute in any way to any insurance or self-insured retention
carried by the Town of Harwinton and the Harwinton Ambulance Association, Inc. . Such
coverage shall contain a broad form contractual liability endorsement or similar wording
within the policy form.
Supplementary Conditions - AIA
00811 - 4
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
3. Commercial Automobile Insurance: Contractor shall provide commercial automobile
insurance for any owned autos (symbol 1 or equivalent) in the amount of $1,000,000 for
each accident covering bodily injury and property damage on a combined single limit basis.
Such coverage shall also include hired and non-owned automobile coverage.
4. Umbrella Liability Insurance: Contractor shall provide an umbrella liability policy in excess
(without restriction or limitation) of those limits described in items (1) through (3). Such policy
shall contain limits of liability in the amount of $5,000,000 each occurrence and $5,000,000
in the aggregate which may be amended during the term of the contract if deemed
reasonable and customary by the Town of Harwinton at the sole cost and expense of the
Contractor.
5. The Contractor will be required to add the Town of Harwinton, the Harwinton Ambulance
Association, Inc and the State of Connecticut as additional insured on the policies.
6. As to the insurance required, the insurers and/or their authorized agents shall provide the
Town of Harwinton with certificates of insurance prior to execution of the agreement by the
Town of Harwinton, describing the coverage, including a copy of the endorsement that
names the Town of Harwinton, the Harwinton Ambulance Association, Inc. and the State of
Connecticut as an additional insureds and waiving the right of subrogation with regard to the
additional insureds.
The coverage shall be carried until final payment is made to the Contractor on this project.
The Contractor shall procure, pay for and maintain a site work all risk insurance policy to the full
value of the work until final payment has been made.
All the above policies will be endorsed to include 30 day prior notice of cancellation, termination or
modification to the Owner's representatives as identified herein above.
Section 11.3.3: delete the second sentence – “The Owner waives all rights of action against the
Contractor for loss of use of the Owner’s property, including consequential losses due to fire or
other hazards however caused.”
.
Section 11.3.5: delete in its entirety.
Section 11.3.7: delete in its entirety.
Supplementary Conditions - AIA
00811 - 5
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
SECTION 01100
SUMMARY
PART 1 GENERAL
1.1
SECTION INCLUDES
A.
Contract description.
B.
Work by Owner.
C.
Owner supplied products.
D.
Contractor's use of site.
E.
Specification Conventions.
1.2
CONTRACT DESCRIPTION
Work of the Project includes construction of a new 4,799 square foot, one story wood framed
ambulance facility. With associated site improvements.
A.
1.3
1.4
Perform Work of Contract under stipulated sum contract with Owner in
accordance with Conditions of Contract.
WORK BY OWNER
A.
The Owner will award contracts for supply and installation of Phone, Data,
Security Alarm System, and radio system
B.
Work under this contract will include:
Owner intends to award a separate contract for Phone, Data, Security and Radio
work to (contractor(s) – to be determined). The General Contractor shall be
responsible for coordination of this work with all trades and should contact
(contractor(s) – to be determined) to perform a scope review prior to submitting a
bid associated with this Contract.
C.
Items noted NIC (Not in Contract), movable cabinets, and furnishings, will be
furnished and installed by Owner upon substantial completion.
OWNER SUPPLIED PRODUCTS
A.
Owner's Responsibilities:
1.
Arrange for and deliver Owner-reviewed Shop Drawings, Product Data,
and Samples, to Contractor.
2.
Arrange and pay for delivery to site.
3.
On delivery, inspect products jointly with Contractor.
Summary
01100 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
4.
5.
1.5
1.6
Submit claims for transportation damage and replace damaged,
defective, or deficient items.
Arrange for manufacturers' warranties, inspections, and service.
B.
Contractor's Responsibilities:
1.
Review Owner-reviewed Shop Drawings, Product Data, and Samples.
2.
Receive and unload products at site; inspect for completeness or damage
jointly with Owner.
3.
Handle, store, install and finish products.
4.
Repair or replace items damaged after receipt.
C.
Products furnished to site and installed by Owner:
1.
Furnishings.
2.
Owner reserves the right to furnish and install ancillary items
D.
Items furnished by Owner for installation by Contractor:
1.
Owner reserves the right to furnish ancillary items and request change
order for installation.
CONTRACTOR'S USE OF SITE [AND PREMISES]
A.
Limit use of site and premises to allow:
1.
Owner representatives visits
2.
Work by Others and Work by Owner representatives.
B.
Additional Restrictions
1.
The contractor shall not disturb or block access to the active groundwater
monitoring wells shown on the environmental site plan prepared by
Corporate Environmental Advisors (CEA) and must allow access to the
monitoring wells by authorized representatives of CEA, HRP Associates
(HRP), CT DEEP and the Town of Harwinton for sampling purposes.
2.
The contractor cannot disturb, stock pile or park vehicles and equipment
on the area designated for the proposed septic system leach fields and
reserve area on the easterly side of the site.
3.
No bulk storage of fuels and oils (diesel, gasoline, etc.) is allowed on the
site
SPECIFICATION CONVENTIONS
A.
These specifications are written in imperative mood and streamlined form. This
imperative language is directed to the Contractor, unless specifically noted
otherwise. The words “shall be” are included by inference where a colon (:) is
used within sentences or phrases.
Summary
01100 - 2
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
Summary
01100 - 3
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
SECTION 01200
PRICE AND PAYMENT PROCEDURES
PART 1 GENERAL
1.1
1.2
SECTION INCLUDES
A.
Cash allowances.
B.
Contingency allowances.
C.
Testing and inspection allowances.
D.
Schedule of values.
E.
Applications for payment.
F.
Change procedures.
G.
Defect assessment.
H.
Unit prices.
I.
Alternates.
CASH ALLOWANCES
A.
Costs Included in Cash Allowances: Cost of product to Contractor or
Subcontractor, less applicable trade discounts; delivery to site and applicable
taxes.
B.
Costs Not Included in Cash Allowances but Included in Contract Sum/Price:
Product handling at site, including unloading, uncrating, and storage; protection
of products from elements and from damage; and labor for installation and
finishing.
C.
Architect/Engineer Responsibilities:
1.
Consult with Contractor for consideration and selection of products
2.
Select products in consultation with Owner and transmit decision to
Contractor.
3.
Prepare Change Order.
D.
Contractor Responsibilities:
Price and Payment Procedures
01200 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.
2.
3.
4.
5.
1.3
CONTINGENCY ALLOWANCES
A.
1.4
1.6
Not used
TESTING AND INSPECTION ALLOWANCES
A.
1.5
Assist Architect/Engineer in selection of products, suppliers and installers.
Obtain proposals from suppliers and installers and offer
recommendations.
On notification of selection by Architect, Engineer, or Owner, execute
purchase agreement with designated supplier and installer.
Arrange for and process shop drawings, product data, and samples.
Arrange for delivery.
Promptly inspect products upon delivery for completeness, damage, and
defects. Submit claims for transportation damage.
Not used
SCHEDULE OF VALUES
A.
Submit printed schedule on AIA Form G703 - Continuation Sheet for G702.
B.
Submit Schedule of Values in duplicate within 15 days after date of OwnerContractor Agreement.
C.
Format: Utilize Table of Contents of this Project Manual. Identify each line item
with number and title of major specification Section. Identify site mobilization,
bonds and insurance.
D.
Include in each line item, amount of Allowances specified in this section.
E.
Include each line item, direct proportional amount of Contractor's overhead and
profit.
F.
Revise schedule to list approved Change Orders, with each Application for
Payment.
APPLICATIONS FOR PAYMENT
A.
Submit [three] copies of each application on AIA Form G702 - Application and
Certificate for Payment and AIA G703 - Continuation Sheet for G702.
B.
Content and Format: Utilize Schedule of Values for listing items in Application for
Payment.
Price and Payment Procedures
01200 - 2
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
C.
Submit updated three construction schedule with each Application for Payment.
D.
Payment Period: Submit at intervals stipulated in the Agreement.
E.
Submit with transmittal letter as specified for Submittals in Section 01330.
F.
Substantiating Data: When Architect/Engineer requires substantiating
information, submit data justifying dollar amounts in question. Include the
following with Application for Payment:
1.
2.
3.
1.7
Partial release of liens from major subcontractors and vendors.
Affidavits attesting to off-site stored products.
Construction progress schedules, revised and current.
CHANGE PROCEDURES
A.
Submittals: Submit name of individual authorized to receive change documents,
and be responsible for informing others in Contractor's employ or Subcontractors
of changes to the Work.
B.
The Architect will advise of minor changes in the Work not involving adjustment
to Contract Sum/Price or Contract Time by issuing supplemental instructions on
AIA Form G710.
C.
The Architect may issue a Proposal Request including a detailed description of
proposed change with supplementary or revised Drawings and specifications, a
change in Contract Time for executing the change. Contractor will prepare and
submit estimate within seven days.
D.
Stipulated Sum/Price Change Order: Based on Proposal Request and
Contractor's fixed price quotation or Contractor's request for Change Order as
approved by Architect/Engineer.
E.
Construction Change Directive: Architect may issue directive, on AIA Form G713
Construction Change Directive signed by Owner, instructing Contractor to
proceed with change in the Work, for subsequent inclusion in a Change Order.
Document will describe changes in the Work, and designate method of
determining any change in Contract Sum/Price or Contract Time. Promptly
execute change.
F.
Time and Material Change Order: Submit itemized account and supporting data
after completion of change, within time limits indicated in Conditions of the
Contract. Architect/Engineer will determine change allowable in Contract
Sum/Price and Contract Time as provided in Contract Documents.
Price and Payment Procedures
01200 - 3
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.8
G.
Maintain detailed records of work done on Time and Material basis. Provide full
information required for evaluation of proposed changes, and to substantiate
costs for changes in the Work.
H.
Document each quotation for change in cost or time with sufficient data to allow
evaluation of quotation.
I.
Change Order Forms: AIA G701Change Order.
J.
Execution of Change Orders: Architect/Engineer will issue Change Orders for
signatures of parties as provided in Conditions of the Contract.
K.
Correlation Of Contractor Submittals:
1.
Promptly revise Schedule of Values and Application for Payment forms to
record each authorized Change Order as separate line item and adjust
Contract Sum/Price.
2.
Promptly revise progress schedules to reflect change in Contract Time,
revise sub-schedules to adjust times for other items of work affected by
the change, and resubmit.
3.
Promptly enter changes in Project Record Documents.
DEFECT ASSESSMENT
A.
Replace the Work, or portions of the Work, not conforming to specified
requirements.
B.
If, in the opinion of the Architect and/or Owner, it is not practical to remove and
replace the Work, the Architect and/or Owner will direct appropriate remedy or
adjust payment.
C.
Defective Work will be partially repaired to instructions of Architect and/or Owner,
and unit sum/price will be adjusted to new sum/price at discretion of Architect
and/or Owner.
D.
Individual specification sections may modify these options or may identify specific
formula or percentage sum/price reduction.
E.
Authority of Architect and/or Owner to assess defects and identify payment
adjustments, is final.
F.
Non-Payment For Rejected Products: Payment will not be made for rejected
products for any of the following:
1.
Products wasted or disposed of in a manner that is not acceptable.
2.
Products determined as unacceptable before or after placement.
3.
Products not completely unloaded from transporting vehicle.
4.
Products placed beyond lines and levels of required Work.
Price and Payment Procedures
01200 - 4
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
5.
6.
1.9
Products remaining on hand after completion of the Work.
Loading, hauling, and disposing of rejected products.
ALTERNATES
A.
Alternates quoted on Bid Forms will be reviewed and accepted or rejected at
Owner's option. Accepted Alternates will be identified in Owner-Contractor
Agreement.
B.
Coordinate related work and modify surrounding work.
C.
Schedule of Alternates:
1.
Alternate No. 1: (Provide Add Alternated price on bid form): Provide all
material labor and all else whatsoever may be necessary to complete the
work to paint interior wall and trim.
2.
Alternate No. 2: (Provide Add Alternated price on bid form): Provide all
material labor and all else whatsoever may be necessary to provide and
install kitchen millwork on elevation 3 on drawing A5.1
3.
Alternate No. 3: (Provide Add Alternated price on bid form): Provide all
material labor and all else whatsoever may be necessary to provide and
install floor finishes and base indicated on drawing A6.2 (flooring in
ambulance bay 119 to remain in contract)
4.
Alternate No. 4: (Provide Add Alternated price on bid form): Provide all
material labor and all else whatsoever may be necessary to provide and
install exterior signage as indicated on South Elevation on drawing A2.1
5.
Alternate No. 5: (Provide Add Alternated price on bid form): Provide all
material labor and all else whatsoever may be necessary to provide and
install Generator, Generator Pad, Wire and Conduit. Transfer switch and
conduit to generator shall be stubbed to the location indicated on the site
plan and capped shall remain in contract.
6.
Alternate No. 6: (Provide Add Alternated price on bid form): Provide all
material labor and all else whatsoever may be necessary to provide
Radiant Floor Heating as indicated on drawing M1.1 alt. (if this alternate
is accepted eliminate the radiant tube heaters and associated work from
M1.1)
7.
Alternate No. 7 : (Provide Add Alternated price on bid form): Provide all
material labor and all else whatsoever may be necessary to provide
Plymovent vehicle exhaust system as indicated on key note 15 on
drawing M1.1 (blocking, power, penetration, and flashing shall remain in
Price and Payment Procedures
01200 - 5
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
contract. If accepted, contractor shall coordinate power, blocking,
penetration, and flashing requirements with owner’s contractor.)
8.
Alternate No. 8: (Provide Add Alternated price on bid form): Provide all
material labor and all else whatsoever may be necessary to provide and
install lockers indicated on Drawings A1.2 and Section 10500 on Drawing
A7.2
9.
Alternate No. 9: (Provide Add Alternated price on bid form): Provide all
material labor and all else whatsoever may be necessary to provide and
install low voltage wiring and outlets, security system (including cameras)
and fire alarm system as indicated on drawing E2.1
10.
Alternate No. 10: Provide Add Alternated price on bid form): Provide all
material labor and all else whatsoever may be necessary to provide and
install driveway paving as indicated on the site plan
11.
Alternate No. 11 (Provide Add Alternated price on bid form): Provide all
material labor and all else whatsoever may be necessary to provide and
install concrete foundation for radio tower as noted on site plan and
attached specification.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
Price and Payment Procedures
01200 - 6
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
SECTION 01300
ADMINISTRATIVE REQUIREMENTS
PART 1 GENERAL
1.1
1.2
SECTION INCLUDES
A.
Coordination and project conditions.
B.
Field engineering.
C.
Preconstruction meeting.
D.
Site mobilization meeting.
E.
Progress meetings.
F.
Pre-installation meetings.
G.
Cutting and patching.
H.
Special procedures.
COORDINATION AND PROJECT CONDITIONS
A.
Coordinate scheduling, submittals, and Work of various sections of Project
Manual to ensure efficient and orderly sequence of installation of interdependent
construction elements, with provisions for accommodating items installed later.
B.
Verify utility requirements and characteristics of operating equipment are
compatible with building utilities. Coordinate work of various sections having
interdependent responsibilities for installing, connecting to, and placing in
service, operating equipment.
C.
Coordinate space requirements, supports, and installation of mechanical and
electrical Work indicated diagrammatically on Drawings. Follow routing shown for
pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines
of building. Utilize spaces efficiently to maximize accessibility for other
installations, for maintenance, and for repairs.
D.
In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring
within construction. Coordinate locations of fixtures and outlets with finish
elements.
Administrative Requirements
01300 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.3
1.4
E.
Coordinate completion and clean-up of Work of separate sections in preparation
for Substantial Completion and for portions of Work designated for Owner's
partial occupancy.
F.
After Owner occupancy of premises, coordinate access to site for correction of
defective Work and Work not in accordance with Contract Documents, to
minimize disruption of Owner's activities.
FIELD ENGINEERING
A.
Employ Land Surveyor registered in State of Connecticut and acceptable to
Architect/Engineer.
B.
Locate and protect survey control and reference points. Promptly notify
Architect/Engineer of discrepancies discovered.
C.
Control datum for survey is that established by Owner provided survey.
D.
Verify set-backs and easements; confirm drawing dimensions and elevations.
E.
Provide field engineering services. Establish elevations, lines, and levels, utilizing
recognized engineering survey practices.
F.
Submit copy of site drawing and certificate signed by Land Surveyor certifying
elevations and locations of the Work are in conformance with Contract
Documents.
G.
Maintain complete and accurate log of control and survey work as Work
progresses.
H.
On completion of foundation walls and major site improvements, prepare certified
survey illustrating dimensions, locations, angles, and elevations of construction
and site work.
I.
Protect survey control points prior to starting site work; preserve permanent
reference points during construction.
J.
Promptly report to Architect/Engineer loss or destruction of reference point or
relocation required because of changes in grades or other reasons.
K.
Replace dislocated survey control points based on original survey control. Make
no changes without prior written notice to Architect/Engineer.
PRECONSTRUCTION MEETING
A.
Architect will schedule meeting after Notice of Award.
Administrative Requirements
01300 - 2
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.5
B.
Attendance Required: Owner, Architect, Engineer, and Contractor.
C.
Agenda:
1.
Execution of Owner-Contractor Agreement.
2.
Submission of executed bonds and insurance certificates.
3.
Distribution of Contract Documents.
4.
Submission of list of Subcontractors, list of products, schedule of values,
and progress schedule.
5.
Designation of personnel representing parties in Contract, and
Architect/Engineer.
6.
Procedures and processing of field decisions, submittals, and
substitutions, applications for payments, proposal request, Change
Orders, and Contract closeout procedures.
7.
Scheduling.
D.
Record minutes and distribute copies within two days after meeting to
participants, with one copy to Architect, Engineers, Owner, and those affected by
decisions made.
SITE MOBILIZATION MEETING
A.
Architect/ Owner will schedule meeting at Project site prior to Contractor
occupancy.
B.
Attendance Required: Owner, Architect Special Consultants, and, Contractor,
Contractor's Superintendent, and major Subcontractors.
C.
Agenda:
1.
Use of premises by Owner and Contractor.
2.
Owner's requirements and partial occupancy.
3.
Construction facilities and controls provided by Owner.
4.
Temporary utilities provided by Owner.
5.
Survey and building layout.
6.
Security and housekeeping procedures.
7.
Schedules.
8.
Application for payment procedures.
9.
Procedures for testing.
10.
Procedures for maintaining record documents.
11.
Requirements for start-up of equipment.
12.
Inspection and acceptance of equipment put into service during
construction period.
D.
Record minutes and distribute copies within two days after meeting to
participants, with one copies to Architect, Engineers, Owner, and those affected
by decisions made.
Administrative Requirements
01300 - 3
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.6
1.7
PROGRESS MEETINGS
A.
Schedule and administer meetings throughout progress of the Work at maximum
bi-monthly intervals.
B.
Make arrangements for meetings, prepare agenda with copies for participants,
and preside at meetings.
C.
Attendance Required: Job superintendent, major subcontractors and suppliers,
Owner, Architect, as appropriate to agenda topics for each meeting.
D.
Agenda:
1.
Review minutes of previous meetings.
2.
Review of Work progress.
3.
Field observations, problems, and decisions.
4.
Identification of problems impeding planned progress.
5.
Review of submittals schedule and status of submittals.
6.
Review of off-site fabrication and delivery schedules.
7.
Maintenance of progress schedule.
8.
Corrective measures to regain projected schedules.
9.
Planned progress during succeeding work period.
10.
Coordination of projected progress.
11.
Maintenance of quality and work standards.
12.
Effect of proposed changes on progress schedule and coordination.
13.
Other business relating to Work.
E.
Record minutes and distribute copies within two days after meeting to
participants, with one copies to Architect, Engineers, Owner, and those affected
by decisions made.
PRE-INSTALLATION MEETINGS
A.
When required in individual specification sections, convene pre-installation
meetings at Project site prior to commencing work of specific section.
B.
Require attendance of parties directly affecting, or affected by, Work of specific
section.
C.
Notify Architect/Engineer four days in advance of meeting date.
D.
Prepare agenda and preside at meeting:
1.
Review conditions of installation, preparation and installation procedures.
2.
Review coordination with related work.
E.
Record minutes and distribute copies within two days after meeting to
participants, with one copies to Architect, Engineer, Owner, and those affected
by decisions made.
Administrative Requirements
01300 - 4
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
3.1
CUTTING AND PATCHING
A.
Employ skilled and experienced installer to perform cutting and patching.
B.
Submit written request in advance of cutting or altering elements affecting:
1.
Structural integrity of element.
2.
Integrity of weather-exposed or moisture-resistant elements.
3.
Efficiency, maintenance, or safety of element.
4.
Visual qualities of sight exposed elements.
5.
Work of Owner or separate contractor.
C.
Execute cutting, fitting, and patching including excavation and fill, to complete
Work, and to:
1.
Fit the several parts together, to integrate with other Work.
2.
Uncover Work to install or correct ill-timed Work.
3.
Remove and replace defective and non-conforming Work.
4.
Remove samples of installed Work for testing.
5.
Provide openings in elements of Work for penetrations of mechanical and
electrical Work.
D.
Execute work by methods to avoid damage to other Work, and to provide proper
surfaces to receive patching and finishing.
E.
Cut masonry and concrete materials using masonry saw or core drill.
F.
Restore Work with new products in accordance with requirements of Contract
Documents.
G.
Fit Work tight to pipes, sleeves, ducts, conduit, and other penetrations through
surfaces.
H.
Maintain integrity of wall, ceiling, or floor construction; completely seal voids.
I.
At penetrations of fire rated walls, partitions, ceiling, or floor construction,
completely seal voids with fire rated material, to full thickness of penetrated
element.
J.
Refinish surfaces to match adjacent finishes. For continuous surfaces, refinish to
nearest intersection; for assembly, refinish entire unit.
Administrative Requirements
01300 - 5
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
K.
3.2
Identify hazardous substances or conditions exposed during the Work to
Architect/Engineer for decision or remedy.
SPECIAL PROCEDURES
A.
Remove debris and abandoned items from area and from concealed spaces.
B.
Prepare surface and remove surface finishes to permit installation of new work
and finishes.
C.
Close openings in exterior surfaces to protect existing work from weather and
extremes of temperature and humidity.
D.
Remove, cut, and patch Work in manner to minimize damage and to permit
restoring products and finishes to original or specified condition.
E.
Refinish existing visible surfaces to remain in renovated rooms and spaces, to
renewed condition for each material, with neat transition to adjacent finishes.
F.
When finished surfaces are cut so that smooth transition with new Work is not
possible, terminate existing surface along straight line at natural line of division
and submit recommendation to Architect/Engineer for review.
G.
Where change of plane of 1/4 inch or more occurs, submit recommendation for
providing smooth transition; to Architect/Engineer for review.
H.
Finish surfaces as specified in individual product sections.
END OF SECTION
Administrative Requirements
01300 - 6
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
SECTION 01330
SUBMITTAL PROCEDURES
PART 1 GENERAL
1.1
1.2
SECTION INCLUDES
A.
Submittal procedures.
B.
Construction progress schedules.
C.
Proposed products list.
D.
Product data.
E.
Shop drawings.
F.
Samples.
G.
Design data.
H.
Test reports.
I.
Certificates.
J.
Manufacturer's instructions.
K.
Manufacturer's field reports.
L.
Erection drawings.
M.
Construction photographs.
SUBMITTAL PROCEDURES
A.
Transmit each submittal with Architect/Engineer accepted form.
B.
Sequentially number transmittal forms. Mark revised submittals with original
number and sequential alphabetic suffix.
C.
Identify Project, Contractor, subcontractor and supplier; pertinent drawing and
detail number, and specification section number, appropriate to submittal.
D.
Apply Contractor's stamp, signed or initialed certifying that review, approval,
verification of products required, field dimensions, adjacent construction Work,
Submittal Procedures
01330 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
and coordination of information is in accordance with requirements of the Work
and Contract Documents.
1.3
E.
Schedule submittals to expedite Project, and deliver to Architectural Studio 3C,
LLC, 200 Clearview Ave, Harwinton, CT 06791. Coordinate submission of related
items.
F.
For each submittal for review, allow 15days excluding delivery time to and from
Contractor.
G.
Identify variations from Contract Documents and product or system limitations
which may be detrimental to successful performance of completed Work.
H.
Allow space on submittals for Contractor and Architect/Engineer review stamps.
I.
When revised for resubmission, identify changes made since previous
submission.
J.
Distribute copies of reviewed submittals as appropriate. Instruct parties to
promptly report inability to comply with requirements.
K.
Submittals not requested will not be recognized or processed.
CONSTRUCTION PROGRESS SCHEDULES
A.
Submit preliminary outline Schedules within 15 days after date of OwnerContractor Agreement for coordination with Owner's requirements. After review,
submit detailed schedules within 10 days modified to accommodate revisions
recommended by Architect.
B.
Submit revised Progress Schedules with each Application for Payment.
C.
Distribute copies of reviewed schedules to Project site file, subcontractors,
suppliers, and other concerned parties.
D.
Instruct recipients to promptly report, in writing, problems anticipated by
projections indicated in schedules.
E.
Submit computer generated horizontal bar chart with separate line for each major
portion of Work or operation, identifying first work day of each week.
F.
Show complete sequence of construction by activity, identifying Work of separate
stages and other logically grouped activities. Indicate early and late start, early
and late finish, float dates, and duration.
G.
Indicate estimated percentage of completion for each item of Work at each
submission.
Submittal Procedures
01330 - 2
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.4
1.5
H.
Submit separate schedule of submittal dates for shop drawings, product data,
and samples, including Owner furnished products, and dates reviewed submittals
will be required from Architect/Engineer. Indicate decision dates for selection of
finishes.
I.
Indicate delivery dates for Owner furnished products.
J.
Revisions To Schedules:
1.
Indicate progress of each activity to date of submittal, and projected
completion date of each activity.
2.
Identify activities modified since previous submittal, major changes in
scope, and other identifiable changes.
3.
Prepare narrative report to define problem areas, anticipated delays, and
impact on Schedule. Report corrective action taken, or proposed, and its
effect.
PROPOSED PRODUCTS LIST
A.
Within 15 days after date of Owner-Contractor Agreement, submit list of major
products proposed for use, with name of manufacturer, trade name, and model
number of each product.
B.
For products specified only by reference standards, give manufacturer, trade
name, model or catalog designation, and reference standards.
PRODUCT DATA
A.
Product Data: Submit to Architect/Engineer for review for limited purpose of
checking for conformance with information given and design concept expressed
in Contract Documents.
B.
Submit number of copies Contractor requires, plus two copies Architect will
retain.
C.
Mark each copy to identify applicable products, models, options, and other data.
Supplement manufacturers' standard data to provide information specific to this
Project.
D.
Indicate product utility and electrical characteristics, utility connection
requirements, and location of utility outlets for service for functional equipment
and appliances.
E.
After review, produce copies and distribute in accordance with SUBMITTAL
PROCEDURES article and for record documents described in Section 01700.
Submittal Procedures
01330 - 3
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.6
1.7
SHOP DRAWINGS
A.
Shop Drawings: Submit to Architect/Engineer for review for limited purpose of
checking for conformance with information given and design concept expressed
in Contract Documents.
B.
Indicate special utility and electrical characteristics, utility connection
requirements, and location of utility outlets for service for functional equipment
and appliances.
C.
Submit number of opaque reproductions Contractor requires, plus two copies
Architect/Engineer will retain.
D.
After review, produce copies and distribute in accordance with SUBMITTAL
PROCEDURES article and for record documents described in Section 01700.
SAMPLES
A.
Samples: Submit to Architect/Engineer for review for limited purpose of checking
for conformance with information given and design concept expressed in
Contract Documents.
B.
Samples For Selection as Specified in Product Sections:
1.
Submit to Architect/Engineer for aesthetic, color, or finish selection.
2.
Submit samples of finishes from full range of manufacturers' standard
colors, textures, and patterns for Architect/Engineer selection.
C.
Submit samples to illustrate functional and aesthetic characteristics of Products,
with integral parts and attachment devices. Coordinate sample submittals for
interfacing work.
D.
Include identification on each sample, with full Project information.
E.
Submit number of samples specified in individual specification sections;
Architect/Engineer will retain one sample.
F.
Reviewed samples which may be used in the Work are indicated in individual
specification sections.
G.
Samples will not be used for testing purposes unless specifically stated in
specification section.
H.
After review, produce duplicates and distribute in accordance with SUBMITTAL
PROCEDURES article and for record documents purposes described in Section
01700.
Submittal Procedures
01330 - 4
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.8
1.9
1.10
1.11
1.12
DESIGN DATA
A.
Submit for Architect/Engineer's knowledge as contract administrator or for
Owner.
B.
Submit for information for limited purpose of assessing conformance with
information given and design concept expressed in Contract Documents.
TEST REPORTS
A.
Submit for Architect/Engineer's knowledge as contract administrator or for
Owner.
B.
Submit test reports for information for limited purpose of assessing conformance
with information given and design concept expressed in Contract Documents.
CERTIFICATES
A.
When specified in individual specification sections, submit certification by
manufacturer, installation/application subcontractor, or Contractor to
Architect/Engineer, in quantities specified for Product Data.
B.
Indicate material or product conforms to or exceeds specified requirements.
Submit supporting reference data, affidavits, and certifications as appropriate.
C.
Certificates may be recent or previous test results on material or Product, but
must be acceptable to Architect/Engineer.
MANUFACTURER'S INSTRUCTIONS
A.
When specified in individual specification sections, submit printed instructions for
delivery, storage, assembly, installation, start-up, adjusting, and finishing, to
Architect/Engineer for delivery to Owner in quantities specified for Product Data.
B.
Indicate special procedures, perimeter conditions requiring special attention, and
special environmental criteria required for application or installation.
MANUFACTURER'S FIELD REPORTS
A.
Submit reports for Architect/Engineer's benefit as contract administrator or for
Owner.
B.
Submit report in duplicate within 30 days of observation to Architect/Engineer for
information.
C.
Submit for information for limited purpose of assessing conformance with
information given and design concept expressed in Contract Documents.
Submittal Procedures
01330 - 5
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.13
ERECTION DRAWINGS
A.
Submit drawings for Architect/Engineer's benefit as contract administrator or for
Owner.
B.
Submit for information for limited purpose of assessing conformance with
information given and design concept expressed in Contract Documents.
C.
Data indicating inappropriate or unacceptable Work may be subject to action by
Architect/Engineer or Owner.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
Submittal Procedures
01330 - 6
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
SECTION 01400
QUALITY REQUIREMENTS
PART 1 GENERAL
1.1
1.2
SECTION INCLUDES
A.
Quality control and control of installation.
B.
Tolerances
C.
References.
D.
Mock-up requirements.
E.
Testing and inspection services.
F.
Manufacturers' field services.
G.
Examination.
H.
Preparation.
QUALITY CONTROL AND CONTROL OF INSTALLATION
A.
Monitor quality control over suppliers, manufacturers, products, services, site
conditions, and workmanship, to produce Work of specified quality.
B.
Comply with manufacturers' instructions, including each step in sequence.
C.
When manufacturers' instructions conflict with Contract Documents, request
clarification from Architect before proceeding.
D.
Comply with specified standards as minimum quality for the Work except where
more stringent tolerances, codes, or specified requirements indicate higher
standards or more precise workmanship.
E.
Perform Work by persons qualified to produce required and specified quality.
F.
Verify field measurements are as indicated on Shop Drawings or as instructed by
manufacturer.
G.
Secure products in place with positive anchorage devices designed and sized to
withstand stresses, vibration, physical distortion, or disfigurement.
Quality Requirements
01400 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.3
1.4
1.5
1.6
TOLERANCES
A.
Monitor fabrication and installation tolerance control of products to produce
acceptable Work. Do not permit tolerances to accumulate.
B.
Comply with manufacturers' tolerances. When manufacturers' tolerances conflict
with Contract Documents, request clarification from Architect before proceeding.
C.
Adjust products to appropriate dimensions; position before securing products in
place.
REFERENCES
A.
For products or workmanship specified by association, trade, or other consensus
standards, comply with requirements of standard, except when more rigid
requirements are specified or are required by applicable codes.
B.
Conform to reference standard by date of issue current on date of Contract
Documents, except where specific date is established by code.
C.
Obtain copies of standards where required by product specification sections.
D.
When specified reference standards conflict with Contract Documents, request
clarification from Architect before proceeding.
E.
Neither contractual relationships, duties, nor responsibilities of parties in Contract
nor those of Architect/Engineer shall be altered from Contract Documents by
mention or inference otherwise in reference documents.
MOCK-UP REQUIREMENTS
A.
Tests will be performed under provisions identified in this section and identified in
respective product specification sections.
B.
Assemble and erect specified items with specified attachment and anchorage
devices, flashings, seals, and finishes.
C.
Accepted mock-ups shall be comparison standard for remaining Work.
D.
Where mock-up has been accepted by Architect/Engineer and is specified in
product specification sections to be removed; remove mock-up and clear area
when directed to do so by Architect/Engineer.
TESTING AND INSPECTION SERVICES
A.
Owner will employ services of an independent firm to perform testing and
inspection.
Quality Requirements
01400 - 2
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
B.
The independent firm will perform tests, inspections and other services specified
in individual specification sections and as required by Architect/Engineer.
1.
Laboratory: Authorized to operate in State of Connecticut.
2.
Laboratory Staff: Maintain full time registered Engineer on staff to review
services.
3.
Testing Equipment: Calibrated at reasonable intervals with devices of an
accuracy traceable to National Bureau of Standards or accepted values of
natural physical constants.
C.
Testing, inspections and source quality control may occur on or off project site.
Perform off-site testing as required by Architect/Engineer or Owner.
D.
Reports will be submitted by independent firm to Architect, Engineer, and
Contractor, in duplicate, indicating observations and results of tests and
indicating compliance or non-compliance with Contract Documents.
E.
Cooperate with independent firm; furnish samples of materials, design mix,
equipment, tools, storage, safe access, and assistance by incidental labor as
requested.
1.
Notify Independent firm 24 hours prior to expected time for operations
requiring services.
2.
Make arrangements with independent firm and pay for additional samples
and tests required for Contractor's use.
F.
Testing and employment of testing agency or laboratory shall not relieve
Contractor of obligation to perform Work in accordance with requirements of
Contract Documents.
G.
Re-testing or re-inspection required because of non-conformance to specified
requirements shall be performed by same independent firm on instructions by
Architect. Payment for re-testing or re-inspection will be charged to Contractor by
deducting testing charges from Contract Sum.
H.
Agency Responsibilities:
1.
Test samples of mixes submitted by Contractor.
2.
Provide qualified personnel at site. Cooperate with Architect, Engineer,
and Contractor in performance of services.
3.
Perform specified sampling and testing of products in accordance with
specified standards.
4.
Ascertain compliance of materials and mixes with requirements of
Contract Documents.
5.
Promptly notify Architect/Engineer and Contractor of observed
irregularities or non-conformance of Work or products.
6.
Perform additional tests required by Architect/Engineer.
7.
Attend preconstruction meetings and progress meetings.
Quality Requirements
01400 - 3
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.7
I.
Agency Reports: After each test, promptly submit two copies of report to
Architect, Engineer, and Contractor. When requested by Architect, provide
interpretation of test results. Include the following:
1.
Date issued.
2.
Project title and number.
3.
Name of inspector.
4.
Date and time of sampling or inspection.
5.
Identification of product and specifications section.
6.
Location in Project.
7.
Type of inspection or test.
8.
Date of test.
9.
Results of tests.
10.
Conformance with Contract Documents.
J.
Limits On Testing Authority:
1.
Agency or laboratory may not release, revoke, alter, or enlarge on
requirements of Contract Documents.
2.
Agency or laboratory may not approve or accept any portion of the Work.
3.
Agency or laboratory may not assume duties of Contractor.
4.
Agency or laboratory has no authority to stop the Work.
MANUFACTURERS' FIELD SERVICES
A.
When specified in individual specification sections, require material or product
suppliers or manufacturers to provide qualified staff personnel to observe site
conditions, conditions of surfaces and installation, quality of workmanship, startup of equipment, test, adjust and balance of equipment as applicable, and to
initiate instructions when necessary.
B.
Submit qualifications of observer to Architect 30 days in advance of required
observations. [Observer subject to approval of [Architect.
C.
Report observations and site decisions or instructions given to applicators or
installers that are supplemental or contrary to manufacturers' written instructions.
D.
Refer to Section 01330 - SUBMITTAL PROCEDURES, MANUFACTURERS'
FIELD REPORTS article.
PART 2 PRODUCTS
Not Used.
Quality Requirements
01400 - 4
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
PART 3 EXECUTION
3.1
3.2
EXAMINATION
A.
Verify existing site conditions and substrate surfaces are acceptable for
subsequent Work. Beginning new Work means acceptance of existing
conditions.
B.
Verify existing substrate is capable of structural support or attachment of new
Work being applied or attached.
C.
Examine and verify specific conditions described in individual specification
sections.
D.
Verify utility services are available, of correct characteristics, and in correct
locations.
PREPARATION
A.
Clean substrate surfaces prior to applying next material or substance.
B.
Seal cracks or openings of substrate prior to applying next material or substance.
C.
Apply manufacturer required or recommended substrate primer, sealer, or
conditioner prior to applying new material or substance in contact or bond.
END OF SECTION
Quality Requirements
01400 - 5
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
SECTION 01500
TEMPORARY FACILITIES AND CONTROLS
PART 1 GENERAL
1.1
SECTION INCLUDES
A.
Temporary Utilities:
1.
Temporary electricity.
2.
Temporary lighting for construction purposes.
3.
Temporary heating.
4.
Temporary cooling.
5.
Temporary ventilation.
6.
Telephone service.
7.
Facsimile service.
8.
Temporary water service.
9.
Temporary sanitary facilities.
B.
Construction Facilities:
1.
Field offices and sheds.
2.
Vehicular access.
3.
Parking.
4.
Progress cleaning and waste removal.
5.
Project identification.
6.
Traffic regulation.
C.
Temporary Controls:
1.
Barriers.
2.
Enclosures and fencing.
3.
Security.
4.
Water control.
5.
Dust control.
6.
Erosion and sediment control.
7.
Noise control.
8.
Pest control.
9.
Pollution control.
10.
Rodent control.
D.
Removal of utilities, facilities, and controls.
Temporary Facilities and Controls
01500 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.2
1.3
1.4
TEMPORARY ELECTRICITY
A.
Provide temporary electrical service, and meter. Include the cost of energy used
in contract.
B.
Complement existing power service capacity and characteristics as required for
construction operations.
C.
Provide power outlets, with branch wiring and distribution boxes located as
required for construction operations. Provide flexible power cords as required for
portable construction tools and equipment.
D.
Provide main service disconnect and over-current protection at convenient
location feeder switch at source distribution equipment and meter.
E.
Permanent convenience receptacles may not be utilized during construction.
TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES
A.
Provide and maintain incandescent lighting for construction operations to achieve
minimum lighting level of 2 watt/sq ft.
B.
Provide and maintain 1 watt/sq ft lighting to exterior staging and storage areas
after dark for security purposes.
C.
Provide and maintain 0.25 watt/sq ft HID lighting to interior work areas after dark
for security purposes.
D.
Provide branch wiring from power source to distribution boxes with lighting
conductors, pigtails, and lamps for specified lighting levels.
E.
Maintain lighting and provide routine repairs.
F.
Permanent building lighting may not be utilized during construction.
TEMPORARY HEATING
A.
Provide and pay for heating devices and heat as needed to maintain specified
conditions for construction operations. Prior to operation of permanent equipment
for temporary heating purposes, verify installation is approved for operation,
equipment is lubricated and filters are in place. Provide and pay for operation,
maintenance, and regular replacement of filters and worn or consumed parts.
B.
Maintain minimum ambient temperature of 50 degrees F in areas where
construction is in progress, unless indicated otherwise in product sections.
Temporary Facilities and Controls
01500 - 2
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.5
TEMPORARY VENTILATION
A.
1.6
TELEPHONE SERVICE
A.
1.7
1.9
Provide, maintain and pay for facsimile service and dedicated telephone line to
field office at time of project mobilization.
TEMPORARY WATER SERVICE
A.
Owner will pay cost of temporary water. Exercise measures to conserve energy.
Utilize Owner's existing water system, extend and supplement with temporary
devices as needed to maintain specified conditions for construction operations.
B.
Extend branch piping with outlets located so water is available by hoses with
threaded connections. Provide temporary pipe insulation to prevent freezing.
TEMPORARY SANITARY FACILITIES
A.
1.10
Provide, maintain, and pay for telephone service to field office at time of project
mobilization.
FACSIMILE SERVICE
A.
1.8
Ventilate enclosed areas to achieve curing of materials, to dissipate humidity,
and to prevent accumulation of dust, fumes, vapors, or gases.
Provide and maintain required facilities and enclosures. Existing facility use is not
permitted. Provide facilities at time of project mobilization.
FIELD OFFICES AND SHEDS
A.
Office: Weather tight, with lighting, electrical outlets, heating, cooling and
ventilating equipment, and equipped with sturdy furniture drawing rack, and
drawing display table.
B.
Provide space for Project meetings, with table and chairs to accommodate 6
persons.
C.
Locate offices and sheds minimum distance of 30 feet from existing and new
structures.
D.
Do not use permanent facilities for field offices or for storage.
E.
Construction: Portable or mobile buildings, or buildings constructed with floors
raised above ground, securely fixed to foundations with steps and landings at
entrance doors.
Temporary Facilities and Controls
01500 - 3
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.
2.
3.
4.
5.
6.
7.
Construction: Structurally sound, secure, weather tight enclosures for
office and storage spaces. Maintain during progress of Work; remove at
completion of Work.
Temperature Transmission Resistance of Floors, Walls, and Ceilings:
Compatible with occupancy and storage requirements.
Exterior Materials: Weather resistant, finished in one color acceptable to
Architect/Engineer.]
Interior Materials in Offices: Sheet type materials for walls and ceilings,
pre-finished or painted; resilient floors and bases.
Lighting for Offices: 50 ft C at desk top height, exterior lighting at entrance
doors.
Fire Extinguishers: Appropriate type fire extinguisher at each office and
each storage area.
Interior Materials in Storage Sheds: As required to provide specified
conditions for storage of products.
F.
Environmental Control:
1.
Heating, Cooling, and Ventilating for Offices: Automatic equipment to
maintain comfort conditions
2.
Storage Spaces: Heating and ventilation as needed to maintain products
in accordance with Contract Documents; lighting for maintenance and
inspection of products.
G.
Storage Areas And Sheds: Size to storage requirements for products of
individual Sections, allowing for access and orderly provision for maintenance
and for inspection of products to requirements of Section 01600.
H.
Preparation: Fill and grade sites for temporary structures sloped for drainage
away from buildings.
I.
Installation:
1.
Install office spaces ready for occupancy 15 days after date fixed in
Owner-Contractor Agreement.
2.
Parking: Two hard surfaced parking spaces for use by Owner and
Architect connected to office by hard surfaced walk.
3.
Employee Residential Occupancy: Not allowed on Owner's property.
J.
Maintenance And Cleaning:
1.
Weekly janitorial services for offices; periodic cleaning and maintenance
for office and storage areas.
2.
Maintain approach walks free of mud, water, and snow.
K.
Removal: At completion of Work remove buildings, foundations, utility services,
and debris. Restore areas.
Temporary Facilities and Controls
01500 - 4
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.11
1.12
VEHICULAR ACCESS
A.
Construct temporary all-weather access roads from public thoroughfares to serve
construction area, of width and load bearing capacity to accommodate
unimpeded traffic for construction purposes.
B.
Extend and relocate vehicular access as Work progress requires, provide
detours as necessary for unimpeded traffic flow.
C.
Location as approved by Owner.
D.
Provide unimpeded access for emergency vehicles. Maintain 20 feet wide
driveways with turning space between and around combustible materials.
E.
Provide means of removing mud from vehicle wheels before entering streets.
F.
Use existing on-site roads for construction traffic.
PARKING
A.
Provide for parking areas to accommodate construction personnel.
B.
Locate as approved by Owner.
C.
Permanent Pavements And Parking Facilities:
1.
Bases for permanent roads and parking areas may be used for
construction traffic.
2.
Avoid traffic loading beyond paving design capacity. Tracked vehicles not
allowed.
D.
Maintenance:
1.
Maintain traffic and parking areas in sound condition free of excavated
material, construction equipment, products, mud, snow, and ice.
2.
Maintain existing and permanent paved areas used for construction;
promptly repair breaks, potholes, low areas, standing water, and other
deficiencies, to maintain paving and drainage in original, or specified,
condition.
E.
Removal, Repair:
1.
Remove temporary materials and construction when permanent paving is
usable.
2.
Remove underground work and compacted materials to depth of 2 feet; fill
and grade site as specified.
3.
Repair permanent facilities damaged by use, to original condition.
F.
Mud From Site Vehicles: Provide means of removing mud from vehicle wheels
before entering streets.
Temporary Facilities and Controls
01500 - 5
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.13
1.14
PROGRESS CLEANING AND WASTE REMOVAL
A.
Maintain areas free of waste materials, debris, and rubbish. Maintain site in clean
and orderly condition.
B.
Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and
other closed or remote spaces, prior to enclosing spaces.
C.
Broom and vacuum clean interior areas prior to start of surface finishing, and
continue cleaning to eliminate dust.
D.
Collect and remove waste materials, debris, and rubbish from site periodically
and dispose off-site.
E.
Open free-fall chutes are not permitted. Terminate closed chutes into appropriate
containers with lids.
PROJECT IDENTIFICATION
A.
Project Identification Sign:
1.
See document 01501 for sign specifications and requirements per State
of CT DECD.
2.
Additional requirements:
a.
Design sign and structure to withstand 60 miles/hr wind velocity.
b.
Finishes, Painting: Adequate to withstand weathering, fading, and
chipping for duration of construction.
c.
Sign Materials:
1)
Structure and Framing: New wood, structurally adequate.
2)
Sign Surfaces: Exterior grade plywood with medium
density overlay, minimum 3/4 inches thick, standard large
sizes to minimize joints.
3)
Rough Hardware: Galvanized.
4)
Paint and Primers: Exterior quality, two coats; sign
background of as selected.
d.
Installation:
1)
Install project identification sign upon beginning of
construction.
2)
Erect at designated location.
3)
Erect supports and framing on secure foundation, rigidly
braced and framed to resist wind loadings.
4)
Install sign surface plumb and level, with butt joints. Anchor
securely.
Temporary Facilities and Controls
01500 - 6
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
5)
1.15
1.16
Paint exposed surfaces of sign, supports, and framing.
e.
Maintenance: Maintain signs and supports clean, repair
deterioration and damage.
f.
Removal: Remove signs, framing, supports, and foundations at
completion of Project and restore area.
TRAFFIC REGULATION
A.
Signs, Signals, And Devices:
1.
Post Mounted and Wall Mounted Traffic Control and Informational Signs:
As approved by authority having jurisdiction.
2.
Traffic Cones and Drums, Flares and Lights: As approved by authority
having jurisdiction.
3.
Flag person Equipment: As required by authority having jurisdiction.
B.
Flag Persons: Provide trained and equipped flag persons to regulate traffic when
construction operations or traffic encroach on public traffic lanes.
C.
Flares and Lights: Use flares and lights during hours of low visibility to delineate
traffic lanes and to guide traffic.
D.
Haul Routes:
1.
Consult with authority having jurisdiction, establish public thoroughfares
to be used for haul routes and site access.
E.
Traffic Signs And Signals:
1.
Provide signs at approaches to site and on site, at crossroads, detours,
parking areas, and elsewhere as needed to direct construction and
affected public traffic.
2.
Relocate as Work progresses, to maintain effective traffic control.
F.
Removal:
1.
Remove equipment and devices when no longer required.
2.
Repair damage caused by installation.
3.
Remove post settings to depth of 2 feet.
BARRIERS
A.
Provide barriers to prevent unauthorized entry to construction areas and to
adjacent properties from damage from construction operations.
B.
Provide barricades and covered walkways required by authorities having
jurisdiction for public rights-of-way.
C.
Provide protection for plants to remain. Replace damaged plants.
Temporary Facilities and Controls
01500 - 7
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
D.
1.17
1.18
1.19
1.20
Protect non-owned vehicular traffic, stored materials, site, and structures from
damage.
ENCLOSURES AND FENCING
A.
Construction: Commercial grade chain link fence.
B.
Provide 6 feet high fence around construction site; equip with vehicular and
pedestrian gates with locks.
C.
Exterior Enclosures:
1.
Provide temporary [insulated] weather tight closure of exterior openings to
accommodate acceptable working conditions and protection for products,
to allow for temporary heating and maintenance of required ambient
temperatures identified in individual specification sections, and to prevent
entry of unauthorized persons. Provide access doors with self-closing
hardware and locks.
SECURITY
A.
Security Program:
1.
Protect Work from theft, vandalism, and unauthorized entry.
2.
Initiate program in coordination with Owner at project mobilization.
3.
Maintain program throughout construction period until Owner occupancy.
B.
Entry Control:
1.
Restrict entrance of persons and vehicles into Project site
2.
Allow entrance only to authorized persons.
3.
Maintain log of workers and visitors, make available to Owner on request.
4.
Coordinate access of Owner's personnel to site in coordination with
Owner.
C.
Restrictions:
1.
Do no work on Sundays.
WATER CONTROL
A.
Grade site to drain. Maintain excavations free of water. Provide, operate, and
maintain pumping equipment.
B.
Protect site from puddling or running water. Provide water barriers as required to
protect site from soil erosion.
DUST CONTROL
A.
Execute Work by methods to minimize raising dust from construction operations.
Temporary Facilities and Controls
01500 - 8
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
B.
1.21
Provide positive means to prevent air-borne dust from dispersing into
atmosphere.
EROSION AND SEDIMENT CONTROL
A.
Plan and execute construction by methods to control surface drainage from cuts
and fills, from borrow and waste disposal areas. Prevent erosion and
sedimentation.
B.
Minimize surface area of bare soil exposed at one time.
C.
Provide temporary measures including berms, dikes, and drains, and other
devices to prevent water flow.
D.
Construct fill and waste areas by selective placement to avoid erosive surface
silts or clays.
E.
Periodically inspect earthwork to detect evidence of erosion and sedimentation;
promptly apply corrective measures.
1.22
POLLUTION CONTROL
1.23
REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS
A.
Remove temporary utilities, equipment, facilities, materials, prior to Substantial
Completion inspection.
B.
Remove underground installations to minimum depth of 2 feet. Grade site as
indicated on Drawings.
C.
Clean and repair damage caused by installation or use of temporary work.
D.
Restore existing and permanent facilities used during construction to original
condition. Restore permanent facilities used during construction to specified
condition.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
Temporary Facilities and Controls
01500 - 9
DEPARTMENT OF ECONOMIC AND COMMUNITY DEVELOPMENT
PROJECT SIGN – ECONOMIC & COMMUNITY DEVELOPMENT
8’-0”
NAME OF THE PROJECT
NAME OF THE SPONSOR/DEVELOPER
4’-0”
Constructed in cooperation with the
STATE OF CONNECTICUT
DANNEL P. MALLOY, GOVERNOR
Department of Economic and Community Development
Catherine Smith, Commissioner
and the
Name of Town/City
Name of Chief Elected Official and title
Name of Architect
Name of General Contractor
SIGN PANEL: ¾” MDO-EXT-APA PLYWOOD SUPPORTED WITH (2) 4X4 TREATED WOOD COLUMNS AND
SECURED 4’ INTO GRADE. TOP OF SIGN AT 8’-0” ABOVE GRADE.
COLORS: ALL LETTERS AND SYMBOLS ARE TO BE ROYAL BLUE. THE BACKGROUND WILL BE WHITE
ENAMEL. BACK OF PLYWOOD AND SUPPORT STRUCTURE SHALL BE PAINTED MATTE
BLACK.
TYPEFACE: HELVETICA MEDIUM
LOCATION: SIGN MUST BE LOCATED TO BE CLEARLY VISIBLE TO THE PUBLIC.
TIMING: INSTALL AT THE START OF CONSTRUCTION AND REMOVE AT CONSTRUCTION COMPLETION.
STATE SEAL & DECD LOGO: ATTACHED
01501 Project Signage Specifications
STATE SEAL
DECD LOGO
01501 Project Signage Specifications
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
SECTION 01600
PRODUCT REQUIREMENTS
PART 1 GENERAL
1.1
1.2
1.3
1.4
SECTION INCLUDES
A.
Products.
B.
Product delivery requirements.
C.
Product storage and handling requirements.
D.
Product options.
E.
Product substitution procedures.
F.
Equipment electrical characteristics and components.
PRODUCTS
A.
Furnish products of qualified manufacturers suitable for intended use. Furnish
products of each type by single manufacturer unless specified otherwise.
B.
Do not use materials and equipment removed from existing premises, except as
specifically permitted by Contract Documents.
C.
Furnish interchangeable components from same manufacturer for components
being replaced.
PRODUCT DELIVERY REQUIREMENTS
A.
Transport and handle products in accordance with manufacturer's instructions.
B.
Promptly inspect shipments to ensure products comply with requirements,
quantities are correct, and products are undamaged.
C.
Provide equipment and personnel to handle products by methods to prevent
soiling, disfigurement, or damage.
PRODUCT STORAGE AND HANDLING REQUIREMENTS
A.
Store and protect products in accordance with manufacturers' instructions.
B.
Store with seals and labels intact and legible.
Product Requirements
01600 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.5
1.6
C.
Store sensitive products in weather tight, climate controlled, enclosures in an
environment favorable to product.
D.
For exterior storage of fabricated products, place on sloped supports above
ground.
E.
Cover products subject to deterioration with impervious sheet covering. Provide
ventilation to prevent condensation and degradation of products.
F.
Store loose granular materials on solid flat surfaces in well-drained area. Prevent
mixing with foreign matter.
G.
Provide equipment and personnel to store products by methods to prevent
soiling, disfigurement, or damage.
H.
Arrange storage of products to permit access for inspection. Periodically inspect
to verify products are undamaged and are maintained in acceptable condition.
PRODUCT OPTIONS
A.
Products Specified by Reference Standards or by Description Only: Any product
meeting those standards or description.
B.
Products Specified by Naming One or More Manufacturers with Provision for
Substitutions: Submit request for substitution for any manufacturer not named in
accordance with the following article.
PRODUCT SUBSTITUTION PROCEDURES
A.
Architect/Engineer will consider requests for Substitutions only within 30 days
after date of Owner-Contractor Agreement.
B.
Substitutions may be considered when a product becomes unavailable through
no fault of Contractor.
C.
Document each request with complete data substantiating compliance of
proposed Substitution with Contract Documents.
D.
A request constitutes a representation that Contractor:
1.
Has investigated proposed product and determined that it meets or
exceeds quality level of specified product.
2.
Will provide same warranty for Substitution as for specified product.
3.
Will coordinate installation and make changes to other Work which may
be required for the Work to be complete with no additional cost to Owner.
4.
Waives claims for additional costs or time extension which may
subsequently become apparent.
Product Requirements
01600 - 2
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
5.
Will reimburse Owner and Architect for review or redesign services
associated with re-approval by authorities having jurisdiction.
E.
Substitutions will not be considered when they are indicated or implied on Shop
Drawing or Product Data submittals, without separate written request, or when
acceptance will require revision to Contract Documents.
F.
Substitution Submittal Procedure:
1.
Submit three copies of request for Substitution for consideration. Limit
each request to one proposed Substitution.
2.
Submit Shop Drawings, Product Data, and certified test results attesting
to proposed product equivalence. Burden of proof is on proposer.
3.
Architect will notify Contractor in writing of decision to accept or reject
request.
PART 2 PRODUCTS
2.1
EQUIPMENT ELECTRICAL CHARACTERISTICS AND COMPONENTS
A.
Wiring Terminations: Furnish terminal lugs to match branch circuit conductor
quantities, sizes, and materials indicated. Include lugs for terminal box.
B.
Cord and Plug: Furnish minimum 6 foot cord and plug including grounding
connector for connection to electric wiring system. Cord of longer length is
specified in individual specification sections.
PART 3 EXECUTION
Not Used.
END OF SECTION
Product Requirements
01600 - 3
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
SECTION 01700
EXECUTION REQUIREMENTS
PART 1 GENERAL
1.1
1.2
SECTION INCLUDES
A.
Closeout procedures.
B.
Final cleaning.
C.
Starting of systems.
D.
Demonstration and instructions.
E.
Testing, adjusting and balancing.
F.
Protecting installed construction.
G.
Project record documents.
H.
Operation and maintenance data.
I.
Manual for materials and finishes.
J.
Manual for equipment and systems.
K.
Spare parts and maintenance products.
L.
Product warranties and product bonds.
M.
Maintenance service.
CLOSEOUT PROCEDURES
A.
Submit written certification that Contract Documents have been
reviewed, Work has been inspected, and that Work is complete in
accordance with Contract Documents and ready for Architect’s review.
B.
Provide submittals to Owner required by authorities having jurisdiction.
C.
Submit final Application for Payment identifying total adjusted Contract
Sum, previous payments, and sum remaining due.
Execution Requirements
01700 - 1
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.3
1.4
1.5
FINAL CLEANING
A.
Execute final cleaning prior to final project assessment.
B.
Clean interior and exterior glass, surfaces exposed to view; remove
temporary labels, stains and foreign substances, polish transparent and
glossy surfaces, vacuum carpeted and soft surfaces.
C.
Clean equipment and fixtures to sanitary condition with cleaning
materials appropriate to surface and material being cleaned.
D.
Replace filters of operating equipment.
E.
Clean debris from roofs, gutters, downspouts, and drainage systems.
F.
Clean site; sweep paved areas, rake clean landscaped surfaces.
G.
Remove waste and surplus materials, rubbish, and construction
facilities from site.
STARTING OF SYSTEMS
A.
Coordinate schedule for start-up of various equipment and systems.
B.
Notify Architect seven days prior to start-up of each item.
C.
Verify each piece of equipment or system has been checked for proper
lubrication, drive rotation, belt tension, control sequence, and for
conditions which may cause damage.
D.
Verify tests, meter readings, and specified electrical characteristics
agree with those required by equipment or system manufacturer.
E.
Verify wiring and support components for equipment are complete and
tested.
F.
Execute start-up under supervision of applicable Contractors' personnel
in accordance with manufacturers' instructions. Submit a written report
in accordance with Section 01330 that equipment or system has been
properly installed and is functioning correctly.
DEMONSTRATION AND INSTRUCTIONS
A.
Demonstrate operation and maintenance of products to Owner's
personnel two weeks prior to date of Substantial Completion.
Execution Requirements
01700 - 2
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.6
1.7
B.
Demonstrate Project equipment and instructed by qualified
manufacturer's representative who is knowledgeable about the Project.
C.
For equipment or systems requiring seasonal operation, perform
demonstration for other season within six months.
D.
Utilize operation and maintenance manuals as basis for instruction.
Review contents of manual with Owner's personnel in detail to explain
all aspects of operation and maintenance.
E.
Demonstrate start-up, operation, control, adjustment, trouble-shooting,
servicing, maintenance, and shutdown of each item of equipment at
agreed time, at equipment location.
F.
Prepare and insert additional data in operations and maintenance
manuals when need for additional data becomes apparent during
instruction.
G.
Required instruction time for each item of equipment and system is
specified in individual sections.
TESTING, ADJUSTING AND BALANCING
A.
Owner will appoint and employ services of independent firm to perform
testing, adjusting, and balancing.
B.
Independent firm will perform services specified in Section 15950.
C.
Reports will be submitted by independent firm to Architect indicating
observations and results of tests and indicating compliance or noncompliance with requirements of Contract Documents.
PROTECTING INSTALLED CONSTRUCTION
A.
Protect installed Work and provide special protection where specified in
individual specification sections.
B.
Provide temporary and removable protection for installed products.
Control activity in immediate work area to prevent damage.
C.
Provide protective coverings at walls, projections, jambs, sills, and
soffits of openings.
D.
Protect finished floors, stairs, and other surfaces from traffic, dirt, wear,
damage, or movement of heavy objects, by protecting with durable
sheet materials.
Execution Requirements
01700 - 3
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.8
E.
Prohibit traffic or storage upon waterproofed or roofed surfaces. When
traffic or activity is necessary, obtain recommendations for protection
from waterproofing or roofing material manufacturer.
F.
Prohibit traffic from landscaped areas.
PROJECT RECORD DOCUMENTS
A.
1.
2.
3.
4.
5.
6.
Maintain on site one set of the following record documents; record
actual revisions to the Work:
Drawings.
Specifications.
Addenda.
Change Orders and other modifications to the Contract.
Reviewed Shop Drawings, Product Data, and Samples.
Manufacturer's instruction for assembly, installation, and adjusting.
B.
Ensure entries are complete and accurate, enabling future reference by
Owner.
C.
Store record
construction.
D.
Record information concurrent with construction progress, not less than
weekly.
E.
Specifications: Legibly mark and record at each product section
description of actual products installed, including the following:
Manufacturer's name and product model and number.
Product substitutions or alternates utilized.
Changes made by Addenda and modifications.
1.
2.
3.
F.
1.
2.
3.
4.
5.
G.
documents
separate
from
documents
used
for
Record Drawings and Shop Drawings: Legibly mark each item to record
actual construction including:
Measured depths of foundations in relation to finish main floor datum.
Measured horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface improvements.
Measured locations of internal utilities and appurtenances concealed in
construction, referenced to visible and accessible features of the Work.
Field changes of dimension and detail.
Details not on original Contract drawings.
Submit documents to Architect with claim for final Application for
Payment.
Execution Requirements
01700 - 4
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.9
OPERATION AND MAINTENANCE DATA
A.
Submit data bound in 8-1/2 x 11 inch (A4) text pages, three D side ring
binders with durable plastic covers.
B.
Prepare binder cover with printed title "OPERATION AND
MAINTENANCE INSTRUCTIONS", title of project, and subject matter of
binder when multiple binders are required.
C.
Internally subdivide binder contents with permanent page dividers,
logically organized as described below; with tab titling clearly printed
under reinforced laminated plastic tabs.
D.
Drawings: Provide with reinforced punched binder tab. Bind in with text;
fold larger drawings to size of text pages.
E.
Contents: Prepare Table of Contents for each volume, with each
product or system description identified, typed on white paper, in three
parts as follows:
Part 1: Directory, listing names, addresses, and telephone numbers of
Architect/Engineer, Contractor, Subcontractors, and major equipment
suppliers.
Part 2: Operation and maintenance instructions, arranged by system and
subdivided by specification section. For each category, identify names,
addresses, and telephone numbers of Subcontractors and suppliers.
Identify the following:
a.
Significant design criteria.
b.
List of equipment.
c.
Parts list for each component.
d.
Operating instructions.
e.
Maintenance instructions for equipment and systems.
f.
Maintenance instructions for special finishes, including
recommended cleaning methods and materials, and special
precautions identifying detrimental agents.
Part 3: Project documents and certificates, including the following:
a.
Shop drawings and product data.
b.
Air and water balance reports.
c.
Certificates.
d.
Originals of warranties and bonds.
1.
2.
3.
1.10
MANUAL FOR MATERIALS AND FINISHES
A.
Submit two copies of preliminary draft or proposed formats and outlines
of contents before start of Work. Architect/Engineer will review draft and
return one copy with comments.
Execution Requirements
01700 - 5
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.11
B.
For equipment, or component parts of equipment put into service during
construction and operated by Owner, submit documents within ten days
after acceptance.
C.
Submit one copy of completed volumes 15 days prior to final inspection.
Draft copy be reviewed and returned after final inspection, with
Architect/Engineer comments. Revise content of document sets as
required prior to final submission.
D.
Submit two sets of revised final volumes in final form within 10 days
after final inspection.
E.
Building Products, Applied Materials, and Finishes: Include product
data, with catalog number, size, composition, and color and texture
designations. Include information for re-ordering custom manufactured
products.
F.
Instructions for Care and Maintenance: Include manufacturer's
recommendations for cleaning agents and methods, precautions
against detrimental agents and methods, and recommended schedule
for cleaning and maintenance.
G.
Moisture Protection and Weather Exposed Products: Include product
data listing applicable reference standards, chemical composition, and
details of installation. Include recommendations for inspections,
maintenance, and repair.
H.
Additional Requirements: As specified in individual product specification
sections.
I.
Include listing in Table of Contents for design data, with tabbed fly sheet
and space for insertion of data.
MANUAL FOR EQUIPMENT AND SYSTEMS
A.
Submit two copies of preliminary draft or proposed formats and outlines
of contents before start of Work. Architect/Engineer will review draft and
return one copy with comments.
B.
For equipment, or component parts of equipment put into service during
construction and operated by Owner, submit documents within ten days
after acceptance.
C.
Submit one copy of completed volumes 15 days prior to final inspection.
Draft copy be reviewed and returned after final inspection, with
Architect/Engineer comments. Revise content of document sets as
required prior to final submission.
Execution Requirements
01700 - 6
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
D.
Submit two sets of revised final volumes in final form within 10 days
after final inspection.
E.
Each Item of Equipment and Each System: Include description of unit or
system, and component parts. Identify function, normal operating
characteristics, and limiting conditions. Include performance curves,
with engineering data and tests, and complete nomenclature and model
number of replaceable parts.
F.
Panelboard Circuit Directories: Provide electrical service characteristics,
controls, and communications; typed.
G.
Include color coded wiring diagrams as installed.
H.
Operating Procedures: Include start-up, break-in, and routine normal
operating instructions and sequences. Include regulation, control,
stopping, shut-down, and emergency instructions. Include summer,
winter, and special operating instructions.
I.
Maintenance Requirements: Include routine procedures and guide for
preventative maintenance and trouble shooting; disassembly, repair,
and reassembly instructions; and alignment, adjusting, balancing, and
checking instructions.
J.
Include servicing and lubrication schedule, and list of lubricants
required.
K.
Include manufacturer's printed operation and maintenance instructions.
L.
Include sequence of operation by controls manufacturer.
M.
Include original manufacturer's parts list, illustrations, assembly
drawings, and diagrams required for maintenance.
N.
Include control diagrams by controls manufacturer as installed.
O.
Include Contractor's coordination drawings, with color coded piping
diagrams as installed.
P.
Include charts of valve tag numbers, with location and function of each
valve, keyed to flow and control diagrams.
Q.
Include list of original manufacturer's spare parts, current prices, and
recommended quantities to be maintained in storage.
R.
Include test and balancing reports as specified in Section 01400.
Execution Requirements
01700 - 7
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
1.12
1.13
S.
Additional Requirements: As specified in individual product specification
sections.
T.
Include listing in Table of Contents for design data, with tabbed dividers
and space for insertion of data.
SPARE PARTS AND MAINTENANCE PRODUCTS
A.
Furnish spare parts, maintenance, and extra products in quantities
specified in individual specification sections.
B.
Deliver to Project site; obtain receipt prior to final payment.
PRODUCT WARRANTIES AND PRODUCT BONDS
A.
Obtain warranties and bonds executed in duplicate by responsible
subcontractors, suppliers, and manufacturers, within ten days after
completion of applicable item of work.
B.
Execute and assemble transferable warranty documents and bonds
from subcontractors, suppliers, and manufacturers.
C.
Verify documents are in proper form, contain full information, and are
notarized.
D.
Co-execute submittals when required.
E.
Include Table of Contents and assemble in three D side ring binder with
durable plastic cover.
F.
Submit prior to final Application for Payment.
G.
1.
2.
3.
1.14
Time Of Submittals:
For equipment or component parts of equipment put into service during
construction with Owner's permission, submit documents within ten days
after acceptance.
Make other submittals within ten days after Date of Substantial
Completion, prior to final Application for Payment.
For items of Work for which acceptance is delayed beyond Date of
Substantial Completion, submit within ten days after acceptance, listing
date of acceptance as beginning of warranty or bond period.
MAINTENANCE SERVICE
A.
Furnish service and maintenance of components indicated in
specification sections for 1 year from date of Substantial Completion.
Execution Requirements
01700 - 8
Proposed Facility For
HARWINTON AMBULANCE
166 Burlington Road
Harwinton, CT 06791
B.
Examine system components at frequency consistent with reliable
operation. Clean, adjust, and lubricate as required.
C.
Include systematic examination, adjustment, and lubrication of
components. Repair or replace parts whenever required. Use parts
produced by manufacturer of original component.
D.
Do not assign or transfer maintenance service to agent or
Subcontractor without prior written consent of Owner.
PART 2 PRODUCTS
Not Used.
PART 3 EXECUTION
Not Used.
END OF SECTION
Execution Requirements
01700 - 9